VRDL_NIT.pdf - AIIMS Nagpur

110

Transcript of VRDL_NIT.pdf - AIIMS Nagpur

AIIMS, Nagpur P a g e | 1

Correction NIL Insertion NIL

Omission NIL Overwriting NIL

EE(C)

INDEX

Sl. No. CONTENTS PAGE NO.

1. Index 1 - 2

2. Notice inviting e-Tender 3 - 4

3. Instruction for Online bidding system 5 - 6

4. Information & Instruction for bidders for e-Tendering. 7 - 10

5. Section- I (Brief Particulars of the Work) 11

6. Section-II (Infromation & instructions for Bidders) 12-16

7. Section-III (Letter of Transmittal) 17-18

8. Criteria for Evaluation of the Performance (Proforma-I) 19-20

9. Form “A” 21

10. Form “B” & “B-1” 22

11. Form “C” 23

12. Form “C-1” 24

13. Form “D” 25

14. Form “E” 26

15. Notice inviting tenders (CPWD-6) 27-34

16. Annexure-A Declaration Form Earnest Money Deposit 35-36

17. Annexure-B Form of Performance Guarantee Deposit (Bank Guarantee Bond)

37-38

18. Annexure-C Undertaking for specialized work 39-40

19. Annexure-D Undertaking for execution of similar work 41-42

20. Annexure-E – Undertaking for Non-Blacklisting. 43-44

21. Form “G” 45-46

22. Form “H” 47-48

23. Form “I” 49-50

24. Integrity Pact and Agreement 51-56

24. Tender (CPWD-7) 57-58

25. Acceptance 59-60

26. Schedule (A to F) 61-70

27. Particulars Specifications & Special Conditions 71-88

27. Schedule of Quantities 89-108

28. Price Bid 109

Certified that this bid document contains pages 1 to 109 (One to One hundred & Nine) excluding front Cover Page Executive Engineer (C) AIIMS, Nagpur

Name of work:

SubHead:

Setting up of Laboratory for Managing Epidemics and National Calamities in AYUSH building of AIIMS,Nagpur. Providing and fixing masonry & aluminum partitions, platforms, cupboards and overhead cabinets and miscellaneous civil works including internal Electrical installations, HVAC work such as supply installation testing commissioning of VRF unit.

NIT No.: 01/AIIMS/NAG/EEC/2021-22

AIIMS, Nagpur P a g e | 2

Correction NIL Insertion NIL

Omission NIL Overwriting NIL

EE(C)

BLANK

AIIMS, Nagpur P a g e | 3

Correction NIL Insertion NIL

Omission NIL Overwriting NIL

EE(C)

ALL INDIA INSTITUTE OF MEDICAL SCIENCES, NAGPUR NOTICE INVITING e-TENDER

The Executive Engineer (Civil), Plot No-02, Sec-20, MIHAN, AIIMS, Nagpur (0712-2352035, email : [email protected] ) on behalf of The Director, AIIMS, Nagpur invites Percentage Rate Bids from approved & eligible bidders registered with CPWD in appropriate Class & Category/ MES/ Railways/ other Central Government PSU having experience in carriying out similar work who fulfill the Pre Qualification criteria in Two Bid System for the following work:

N.I.T. No. : 01/AIIMS/NAG/EEC/2021-22

Name of Work : Setting up of Laboratory for Managing Epidemics and National Calamities in AYUSH building of AIIMS,Nagpur

SubHead: Providing and fixing masonry & aluminum partitions, platforms, cupboards and overhead cabinets and miscellaneous civil works including internal Electrical installations, HVAC work such as supply installation testing commissioning of VRF unit.

Estimated Cost: 47,54,442/- [26,22,609/- (Civil) + 21,31,833/- (E & M)] Earnest Money:Nil, (declaration in respect of EMD at page no. 35)

Period of completion : 03 (Three) Months.

Last date and time of submission of bid : 07/10/2021 at 15.00 Hrs.

Pre- bid conference will be held on 20/09/2021 at time 3:00 pm in the Conference room, 1st Floor, Admin Building, AIIMS Nagpur.

Bids shall be submitted online only at CPPP website https://eprocure.gov.in/eprocure/app.

Tenderer/Contractor/Bidders are advised to follow the instructions provided in the ‘Instructions to the service providers/ Bidders for the e-submission of the bids online through the Central Public Procurement Portal for e-Procurement at https://eprocure.gov.in/eprocure/app.

AIIMS, Nagpur P a g e | 4

Correction NIL Insertion NIL

Omission NIL Overwriting NIL

EE(C)

BLANK

AIIMS, Nagpur P a g e | 5

Correction NIL Insertion NIL

Omission NIL Overwriting NIL

EE(C)

Instructions for Online Bid Submission:

The bidders are required to submit soft copies of their bids electronically on the CPP Portal, using valid Digital Signature Certificates. The instructions given below are meant to assist the bidders in registering on the CPP Portal, prepare their bids in accordance with the requirements and submitting their bids online on the CPP Portal. More information useful for submitting online bids on the CPP Portal may be obtained at: https://eprocure.gov.in/eprocure/app. Registration

1) Bidders are required to enroll on the e-Procurement module of the Central Public Procurement Portal (URL: https://eprocure.gov.in/eprocure/app) by clicking on the link “Online bidder Enrolment” on the CPP Portal which is free of charge.

2) As part of the enrolment process, the bidders will be required to choose a unique username and assign apassword for their accounts.

3) Bidders are advised to register their valid email address and mobile numbers as part of the registration process. These would be used for any communication from the CPP Portal.

4) Upon enrolment, the bidders will be required to register their valid Digital Signature Certificate (Class II or Class III Certificates with signing key usage) issued by any Certifying Authority recognized by CCA India (e.g. Sify / nCode / eMudhra etc.), with their profile.

5) Only one valid DSC should be registered by a bidder. Please note that the bidders are responsible to ensure that they do not lend their DSC’s to others which may lead to misuse.

6) Bidder then logs in to the site through the secured log-in by entering their user ID / password and the password of the DSC / e-Token.

Searching for Tender documents

1) There are various search options built in the CPP Portal, to facilitate bidders to search active tenders by several parameters. These parameters could include Tender ID, Organization Name, Location, Date, Value, etc. There is also an option of advanced search for tenders, wherein the bidders may combine a number of search parameters such as Organization Name, Form of Contract, Location, Date, Other keywords etc. to search for a tender published on the CPP Portal.

2) Once the bidders have selected the tenders they are interested in, they may download the required documents / tender schedules. These tenders can be moved to the respective ‘My Tenders’ folder. This would enable the CPP Portal to intimate the bidders through SMS /e-mail in case there is any corrigendum issued to the tender document.

3) The bidder should make a note of the unique Tender ID assigned to each tender, in case they want to obtain any clarification / help from the Helpdesk.

Preparation of Bids 1) Bidder should take into account any corrigendum published on the tender document before

submitting their bids. 2) Please go through the tender advertisement and the tender document carefully to understand

the documents required to be submitted as part of the bid. 3) Number of covers in which the bid documents have to be submitted, the number of

documents – including the names and content of each of the document that need to be submitted. Any deviations from these may lead to rejection of the bid.

4) Bidder, in advance, should get ready the bid documents to be submitted as indicated in the tender document / schedule and generally, they can be in PDF / XLS /JPG formats. Bid documents may be scanned with 100 dpi which helps in reducing size of the scanned document.

5) To avoid the time and effort required in uploading the same set of standard documents which are required to be submitted as a part of every bid, a provision of uploading such standard

AIIMS, Nagpur P a g e | 6

Correction NIL Insertion NIL

Omission NIL Overwriting NIL

EE(C)

documents (e.g. PAN card copy, annual reports, auditor certificates etc.) has been provided to the bidders. Bidders can use “My Space” or ‘’Other Important Documents’’ area available to them to upload such documents. These documents may be directly submitted from the “My Space” area while submitting a bid, and need not be uploaded again and again. This will lead to a reduction in the time required for bid submission process.

Submission of bids

1) Bidder should log into the site well in advance for bid submission so that they can upload the bid in time i.e. on or before the bid submission time. Bidder will be responsible for any delay due to other issues.

2) The bidder has to digitally sign and upload the required bid documents one by one as indicated in the tender document.

3) Bidders are requested to note that they should necessarily submit their financial bids in the format provided and no other format is acceptable. If the price bid has been given as a standard BOQ format with the tender document, then the same is to be downloaded and to be filled by all the bidders. Bidders are required to download the BOQ file, open it and complete the light blue coloured (unprotected) cells with their respective financial quotes and other details (such as name of the bidder). No other cells should be changed. Once the details have been completed, the bidder should save it and submit it online, without changing the file name. If the BOQ file is found to be modified by the bidder, the bid will be rejected.

4) The server time (which is displayed on the bidders’ dashboard) will be considered as the standard time for referencing the deadlines for submission of the bids by the bidders, opening of bids etc. The bidders should follow this time during bid submission.

5) The documents being submitted by the bidders would be encrypted using PKI encryption all techniques to ensure the secrecy of the data. The data entered cannot be viewed by unauthorized persons until the time of bid opening. The confidentiality of the bids is maintained using the secured Socket Layer 128 bit encryption technology. Data storage encryption of sensitive fields is done. Any bid document that is uploaded to the server is subjected to symmetric encryption using a system generated symmetric key.

6) Further this key is subjected to asymmetric encryption using buyers/bid opener’s public keys. Overall, the uploaded tender documents become readable only after the tender opening by the authorized bid openers.

7) The uploaded tender documents become readable only after the tender opening by the authorized bid openers.

8) Upon the successful and timely submission of bids (i.e. after Clicking “Freeze Bid Submission” in the portal), the portal will give a successful bid submission message & a bid summary will be displayed with the bid no. and the date & time of submission of the bid with all other relevant details.

9) The bid summary has to be printed and kept as an acknowledgement of the submission of the bid. This acknowledgement may be used as an entry pass for any bid opening meetings.

Assitance to bidders

1) Any queries relating to the tender document and the terms and conditions contained therein should be addressed to the Tender Inviting Authority for a tender or the relevant contact person indicated in the tender.

2) Any queries relating to the process of online bid submission or queries relating to CPP Portal in general may be directed to the 24x7 CPP Portal Helpdesk number 0120-4200462, 0120-4001002.

AIIMS, Nagpur P a g e | 7

Correction NIL Insertion NIL

Omission NIL Overwriting NIL

EE(C)

INFORMATION AND INSTRUCTIONS FOR BIDDERS FOR e-TENDERING

FORMING PART OF BID DOCUMENT AND TO BE POSTED ON WEBSITE

(APPLICABLE FOR INVITING BIDS ON TWO BID SYSTEM)

The Executive Engineer (C), Plot No-02, Sec-20, MIHAN, AIIMS, Nagpur (0712-2352035, CPPP website: https://eprocure.gov.in/eprocure/app) invites Percentage Rate Bids from approved & eligible bidders registered with CPWD in appropriate Class & Category/ MES/ Railways/ other Central Government PSU having experience in carriying out similar work who fulfill the Pre Qualification criteria in Two Bid System for the following work:

Sl.

No

.

NIT

No

.

N

ame

of

Wo

rk

&

Loca

tio

n

Est

imat

ed C

ost

P

ut

to b

id

Ea

rnes

t M

on

ey

Per

iod

of

Co

mp

leti

on

Last

d

ate

&

Tim

e o

f S

ub

mis

sio

n o

f b

id,

cop

y o

f re

ceip

t fo

r d

epo

siti

on

o

f o

rig

inal

E

MD

an

d

oth

er

do

cum

ents

as

spec

ifie

d i

n

the

pre

ss n

oti

ce.

Tim

e &

dat

e o

f o

pen

ing

of

Tec

hn

ica

l bid

1

01

/AII

MS

/NA

G/E

EC

/20

21

-22

Sett

ing

up o

f La

bora

tory

for

Man

agin

g Ep

idem

ics

and

Nat

iona

l Ca

lam

ities

in

AYU

SH b

uild

ing

of A

IIM

S,N

agpu

r.

Su

bH

ead

: Pr

ovid

ing

and

fixin

g m

ason

ry &

alu

min

um p

artit

ions

, pl

atfo

rms,

cup

boar

ds

and

over

head

ca

bine

ts

and

mis

cella

neou

s ci

vil

wor

ks

incl

udin

g in

tern

al

Elec

tric

al

inst

alla

tions

, H

VAC

wor

k su

ch

as

supp

ly

inst

alla

tion

test

ing

com

mis

sion

ing

of V

RF

unit.

Tota

l = R

s. 4

7,54

,442

.00/

-

Civi

l = R

s. 2

6,22

,609

/-

Elec

t &

Mec

h. =

Rs.

21,

31,8

33/-

Nil,

dec

lara

tion

in r

espe

ct o

f EM

D a

t Pa

ge n

o. 3

5

03 (

Thre

e) M

onth

s

Upt

o 3.

00 P

M

on

07/1

0/20

21

At 3

.00

PM

on

08/1

0/20

21

1. Contractors who fulfill the following requirements shall be eligible to apply. Joint ventures are not

accepted. a. The Bidder should have satisfactorily completed the works as mentioned below during the last

Seven years ending last date of the month previous to the one in which tenders are invited shall only be considered. For this purpose the cost of work shall mean Gross Value of completed work.

AIIMS, Nagpur P a g e | 8

Correction NIL Insertion NIL

Omission NIL Overwriting NIL

EE(C)

i. One similar completed works each costing not less than 80% of the estimated cost put to tender :38.04 Lakhs OR

ii. Two similar completed works each costing not less than 60% of the estimated cost put to tender :28.53 Lakhs OR

iii. Three similar completed works each costing not less than 40% of the estimated cost put to tender :19.02 Lakhs

Similar work means “Civil & Electrical building works” The value of executed works shall be brought to current costing level by enhancing the actual value of work at simple rate of 7% per annum; calculated from the date of completion to last date of submission of bids.

Note:- i. Components of work executed other than those included in definition of similar work shall

be deducted while calculating the cost of similar work. The bidder shall submit abstract of cost of work along with supporting documents and certificate issued by the experience issuing authority in support of this.

ii. Qualified similar works may be physically inspected by AIIMS,Nagpur Engineers/authority to ascertain the completion, performance and quality of works for finalizing technical bids.

b. Certificate of Financial Turn over: The Bidder should have had average annual financial turnover of 23.78 Lakhs and at the time of submission of bid contractor may upload Affidavit/ Certificate from C.A on the format prescribed in Form “A”. mentioning Financial Turnover of last 5 consecutive years ending 31st March 2020 or for the period as specified in the bid document and further details if required may be asked from the contractor after opening of technical bids. There is no need to upload entire voluminous balance sheet.

c. Profit/Loss:-The Bidder should not have incurred any loss (profit after Tax should be positive) in more than two years during available the last five consecutive balance sheet, duly audited and Certified by Chartered Accountant. (The Balance sheet in case of Pvt./ Public Ltd. Company means its standalone finance statement and consolidated financial statement both)

d. Solvency Certificate or Networth Certificate: -

The bidder should have a solvency of amount Rs. 19.02 Lakhs (40% of the estimated cost put to tender) certified by his Bankers on the format prescribed in Form “B”

or

The bidder should submit Networth certificate of minimum Rs. 4.76 Lakhs (10% of the Estimated Cost put to tender) issued by certified Chartered Accountant on the format prescribed in Form “B-1”.

e. The bidding capacity of the contractor should be equal to or more than the estimated cost of the work put to the tender. The biding capacity shall be worked out by the following formula. Bidding capacity = (AxNx2)-B Where, A= Maximum turnover in construction works executed in any one year during the last five years talking into account the completed as well as works in progress. The value of completed works shall be brought to current costing level by enhancing at a simple rate of 7% per annum. N= Number of years prescribed for completion of work for which bids has been invited. When the value of N is less than 0.5 year then for calculation purpose minimum value of N shall be taken as 0.5. B= Value of existing commitments and ongoing works to be completed during the period of completion of work for which bids have been invited. Less amount of works which are stuck up due to local body clearance, environmental clearance, court decisions. etc. shall not be considered for calculation of B. NIT approving authority may take final decision on other justified reasons.

AIIMS, Nagpur P a g e | 9

Correction NIL Insertion NIL

Omission NIL Overwriting NIL

EE(C)

f. Evaluation of Performance: - Evaluation of the Performance of Contractors For eligibility shall be done by NIT approving authority or a Committee Constituted by AIIMS, Nagpur. All the Eligible similar works executed and submitted by bidders may be got inspected by a committee which may consist of client or any other authorities decided by NIT approving authority. The marks for Quality shall be given based on this inspection are carried out.

Scoring method of evaluation: - The Scoring for evaluation mentioned in these columns shall be done as given in Proforma-1.

2. The intending bidder must read the terms and conditions of CPWD-6 carefully. He should only submit his bid if he considers himself eligible and he is in possession of all the documents required.

3. Information and Instructions for bidders posted on website shall form part of bid document.

4. The bid document consisting of plans, specifications, the schedule of quantities of various types of items to be executed and the set of terms and conditions of the contract to be complied with and other necessary documents can be seen and downloaded from CPPP website https://eprocure.gov.in/eprocure/app .

5. The bidder should mandatorily upload duly signed declaration form in respect of EMD (available in NIT Page no. 35) within the period of bid submission along with the mandatory scanned documents and other documents as specified.

6. Those contractors not registered on the website mentioned above, are required to get registered beforehand. If needed they can be imparted training on online bidding process as per details available on the website.

7. The intending bidder must have valid Class-II / Class-III digital signature to submit the bid.

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

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

10. Please take due care while scanning the documents so that the size of documents to be uploaded remains minimum. If required, documents may be scanned at lower resolutions say at 100 dpi. However, it shall be sole responsibility of bidder that the uploaded documents remain legible.

11. Contractor must ensure to enter Name of Firm in the dedicated cells and quote percentage rate on total value of work with selection of ABOVE/ BELOW. The column meant for entering Name of Firm and quoting percentage rate in figures appears in “light Blue Color”. In addition to this, while selecting ABOVE/BELOW, if the cell is left with blank, the same shall be treated as “0” (ZERO) Percent. However, if a tenderer quotes nil rates against each item in item rate tender or does not quote any percentage above / below on the total amount of the tender or any section / subhead in percentage rate tender, the tender shall be treated as invalid and will not be considered as lowest tenderer.

12. The pre qualification bid will be opened first on due date and time as mentioned above. The time & date of opening of financial bid of contractors qualifying the eligibility bid will be communicated to them a later date.

13. Pre- bid conference will be held on 20/09/2021 at time 3:00 pm in the Conference room, 1st Floor, Admin Building, AIIMS Nagpur to clear the doubt of intending bidders, if any. After pre-bid conference, modifications if required in the bidding documents and clarifications to the queries raised by intending bidders will be issued to all participating bidders by Engineer-in- charge by e-mail. Same will also be uploaded on the website.

14. When bids are invited in two stage system and if it is desired to submit revised financial bid then it shall be mandatory to submit revised financial bid. If not submitted then the bid submitted earlier shall become invalid.

AIIMS, Nagpur P a g e | 10

Correction NIL Insertion NIL

Omission NIL Overwriting NIL

EE(C)

15. The department reserves the right to reject any prospective application without assigning any reason and to restrict the list of qualified contractors to any number deemed suitable by it, if too many bids are received satisfying the laid down criterion.

16. This being a composite tender, the bidder must associate with himself agencies eligible for specialized services for which an affidavit/undertaking as per format enclosed at Annexure “C” should be submitted along with the Technical bid.

17. Copy of work experience and other documents as specified in the bid document shall be scanned and uploaded to the e-Bidding website within the period of bid submission. However, certified copy of all scanned and uploaded documents as specified in bid document shall have to be submitted physically by the lowest bidder within 7 days after opening of Financial bid in the office of the Executive Engineer (C), AIIMS, Nagpur.

18. List of Documents to be scanned and uploaded within the period of bid submission:

(i) Contractor Enlistment Order/ Registration in concerned department as specified in the NIT. (ii) Declaration form against EMD in favor of Director AIIMS Nagpur (Annexure ‘A’). (iii) Letter of Transmittal as given in Section III. (iv) Form “A to E” duly filled in and signed with stamp. (v) Certificates of work experience, to be issued by office of the rank not below Executive Engineer

or Equivalent. (Duly Filled in Form ‘D’ Performance of Works referred in NIT) (vi) Certificate of last 5 years Financial Turnover and Profit and Loss statement from CA in Form “A”. (vii) Profit and Loss statement of more than two years from CA. (viii) Solvancy Certificate issed from Bankers’ Form ‘B’ OR Net worth Certificate issued From CA Form

‘B-1’. (ix) Certificate of registration for GST if already obtained by the bidder and acknowledgement of up

to date filed returns (if applicable). If the bidder has not obtained GST registration as applicable, then he shall scan and upload following undertaking along with bid documents. “lf work is awarded to me, I/we shall obtain GST registration Certificate, as applicable, within one month from the date of receipt of award letter or before release of any payment by AIIMS,Nagpur, whichever is earlier, failing which I/We shall be responsible for any delay in payments which will be due towards me/us on account of the work executed and/or for any action taken by AIIMS,Nagpur or GST department in this regard”.

(x) The bidders have to submit an undertaking that “I/We will either obtain valid Electrical license at the time of execution of electrical work or associate contractors having valid electrical license of eligible class.”

(xi) List of the project under execution or awarded (in Form C1). This information should be complete and no work should be left out.

(xii) Performance report of works (mentioned in Form C & C1) (in Form-D). (xiii) Undertaking for Specialized work. (‘Annexure C’) (xiv) Undertiking for execution of similar work. (‘Annexure D’). (xv) Undertaking for Non-Blacklisting. (‘Annexure E’).

(xvi) Bidding capacity certificate duly certified by CA along with the supporting documents. (xvii) Copy of PAN Card issued by Income Tax Department. (xviii) Postal Address, Mobile No. and e-mail ID of bidder.

AIIMS, Nagpur P a g e | 11

Correction NIL Insertion NIL

Omission NIL Overwriting NIL

EE(C)

SECTION- I

BRIEF PARTICULARS OF THE WORK

1. Salient details of the work for which bids are invited are asunder:

Sl.no. Name of work Estimated cost Period of completion

1.

Setting up of Laboratory for Managing Epidemics and National Calamities in AYUSH building of AIIMS,Nagpur. SubHead: Providing and fixing masonry & aluminum partitions, platforms, cupboards and overhead cabinets and miscellaneous civil works including internal Electrical installations, HVAC work such as supply installation testing commissioning of VRF unit..

Civil Work

Electrical

&

Mech Work

Total

Rs. 26,22,609.00

Rs. 21,31,833.00

Rs. 47,54,442.00

03 Months

2. The work is situated at AIIMS, NAGPUR.

AIIMS, Nagpur P a g e | 12

Correction NIL Insertion NIL

Omission NIL Overwriting NIL

EE(C)

SECTION-II INFORMATION & INSTRUCTION FOR BIDDERS

1) General :

1.1 Letter of transmittal and forms for deciding eligibility are given in Section III. 1.2 All information called for in the enclosed forms should be furnished against the relevant

columns in theforms. If for any reason, information is furnished on a separate sheet, this fact should be mentioned against the relevant column. Even if no information is to be provided in a column, a “nil” or “no such case” entry should be made in that column. If any particulars/query is not applicable in case of the bidder, it should be stated as “not applicable”. The bidders are cautioned that not giving complete information called for in the application forms or not giving it in clear terms or making any change in the prescribed forms may result in the bid being summarily disqualified. Bids made by telegram or telex and those received late will not be entertained.

1.3 The bid should be type-written. The bidder should sign each page of the application. 1.4 Overwriting should be avoided. Correction, if any, should be made by neatly crossing out,

initialing, dating and rewriting. Pages of the eligibility criteria document are numbered. Additional sheets, if anyadded by the contractor, should also be numbered by him. They should be submitted as a package with signed letter of transmittal.

1.5 References, information and certificates from the respective clients certifying suitability, technical knowledge or capability of the bidder should be signed by an officer not below the rank of Executive Engineer or equivalent.

1.6 The bidder may furnish any relevant additional information which he thinks is necessary to establish his capabilities to successfully complete the envisaged work. He is, however, advised not to furnish superfluous information. No information shall be entertained after submission of eligibility criteria document unless it is called for by the Employer.

2) Definitions:

2.1 In this document the following words and expressions have the meaning hereby assigned to them.

2.2 Employer: Means the Director, AIIMS, Nagpur, acting through the Executive Engineer (C), AIIMS, Nagpur.

2.3 Bidder: Means the individual, proprietary firm, firm in partnership, limited company private or public or corporation.

2.4 “Year” means “Financial Year” unless stated otherwise.

3) Method of application:

1.1 If the bidder is an individual, the application shall be signed by him above his full type written name and current address.

1.2 If the bidder is a proprietary firm, the application shall be signed by the proprietor above his full type written name and the full name of his firm with its current address.

1.3 If the bidder is a firm in partnership, the application shall be signed by all the partners of the firm above their full type written names and current addresses, or, alternatively, by a partner holding power of attorney for the firm. In the later case a certified copy of the power of attorney should accompany the application. In both cases a certified copy of the partnership deed and current address of all the partners of the firm should accompany the application.

1.4 If the bidder is a limited company or a corporation, the application shall be signed by a duly authorized person holding power of attorney for signing the application accompanied by a copy of the power of attorney. The bidder should also furnish a copy of the Memorandum of Articles of Association dulyattested by a Public Notary.

1.5 The tender which is not duly signed by authorized signatory or with conditions shall be treated as non-responsive and shall be summarily rejected.

AIIMS, Nagpur P a g e | 13

Correction NIL Insertion NIL

Omission NIL Overwriting NIL

EE(C)

4) Final decision making authority.

The employer reserves the right to accept or reject any bid and to annual the process and reject all bids at any time, without assigning any reason or incurring any liability to the bidders.

5) Site visit

The bidder is advised to visit the site of work, at his own cost, and examine it and its surroundings to collect all information that he considers necessary for proper assessment of the prospective assignment.

6) Initial criteria for eligibility

6.1 The Bidder should have satisfactorily completed works during the last Seven years ending ending last date of month previous to the one in which tenders are invited shall only be considered. For this purpose cost of work shall mean gross value of the completed work. This should be certified by an officer not below the rank of Executive Engineer /Project Manager or equivalent.

One similar work costing not less than Rs. 38.04 Lakhs.

Two similar works each costing not less than Rs. 28.53 Lakhs OR

Three similar works each costing not less than Rs. 19.02 Lakhs OR

Similar work shall mean works of “Civil & Electrical building works”.

The value of executed works shall be brought to current costing level by enhancing the actual value of work at simple rate of 7 % per annum; calculated from the date of completion to previous day of last date of submission of bids.

Note:- i. Components of work executed other than those included in definition of similar work shall be

deducted while calculating the cost of similar work. The bidder shall submit abstract of cost of work along with supporting documents and certificate issued by the experience issuing authority in support of this.

ii. Qualified similar works may be physically inspected by AIIMS,Nagpur Engineers/authority to ascertain the completion, performance and quality of works for finalizing technical bids.

6.2 The bidder should have had average annual financial turn over (gross) of Rs. 23.78 Lakhs

on construction works, during the last Five consecutive years balance sheets duly audited by Chartered Accountant. Year in which no turnover is shown would also be considered for working out the average.

6.3 The bidder should not have incurred any loss (profit after tax should be positive) in more than two years during available last five consecutive balance sheets, duly certified and audited by the Chartered Accountant.

6.4 The bidder should have a solvency of amount Rs. 19.02 Lakhs (40% of the estimated cost put to tender) certified by his Bankers on the format prescribed in Form “B”

or The bidder should submit Networth certificate of minimum Rs. 4.76 Lakhs (10% of the Estimated Cost put to tender) issued by certified Chartered Accountant on the format prescribed in Form “B-1”.

6.5 The bidder should have sufficient number of Technical and Administrative employees for the proper execution of the contract. The bidder shall have to submit a list of these employees stating clearly how these would be involved in this work within 15 days of award of work.

6.6 The bidding capacity of the contractor should be equal to or more than the estimated cost of the work put to the tender. The biding capacity shall be worked out by the following formula.

Bidding capacity = (AxNx2)-B Where,

AIIMS, Nagpur P a g e | 14

Correction NIL Insertion NIL

Omission NIL Overwriting NIL

EE(C)

A= Maximum turnover in construction works executed in any one year during the last five years talking into account the completed as well as works in progress. The value of completed works shall be brought to current costing level by enhancing at a simple rate of 7% per annum. N= Number of years prescribed for completion of work for which bids has been invited. When the value of N is less than 0.5 year then for calculation purpose minimum value of N shall be taken as 0.5. B= Value of existing commitments and ongoing works to be completed during the period of completion of work for which bids have been invited. Less amount of works which are stuck up due to local body clearance, environmental clearance, court decisions. etc. shall not be considered for calculation of B. NIT approving authority may take final decision on other justified reasons.

7) Evaluation criteria

The details submitted by the bidders will be evaluated in the following manner: 7.1 The initial criteria prescribed in para 6.0 above in respect of experience of eligible similar

works completed, loss, solvency, financial turn over, bidding capacity etc. will first be scrutinized and the bidder’s eligibility for the work be determined.

7.2 The bidders qualifying the initial criteria as set out in para 6.0 above will be evaluated for following criteria by scoring method on the basis of details furnished by them.

a) Financial strength (Form ‘A’ & ‘B’) Maximum 20 marks

b) Experience in eligible similar nature of work during last seven years (Form “C”)

Maximum 20 marks

C) Performance on works (Form ‘D’ ) – Time over run Maximum 20 marks

d) Performance on works (Form ‘D’) – Quality Maximum Maximum 40 marks

Total 100 marks

To become eligible for short listing the bidder must secure at least fifty percent marks in each (section a,b,c, and d) and sixty percent marks in aggregate. The department, however, reserves the right to restrict the list of such qualified contractors to any number deemed suitable by it. Note: The average value of performance of works for time overrun and quality shall be taken on the basis of performance report of the eligible similar works.

8) Financial information

Bidder should furnish the following financial information:

Annual financial statement for the last five year in (Form “A”) and solvency certificate in (Form “B”) or Netwroth certificate in (Form “B-1”).

9) Experience in works highlighting experience in similar works

Bidder should furnish the following: List of eligible similar nature of works successfully completed during the last seven years in (Form “C”).

10) Organization information

Bidder is required to submit the information in respect of his organization in (Forms “E”)

11) Letter of transmittal

The bidder should submit the letter of transmittal attached with the document.

12) Opening of Price bid

After evaluation of applications, a list of short listed agencies will be prepared. Thereafter the financial bids of only the qualified and technically acceptable bidders shall be opened at the notified time, date and place in the presence of the qualified bidders or their representatives. The bid shall remain valid for 75 days from the opening of eligibility bids.

AIIMS, Nagpur P a g e | 15

Correction NIL Insertion NIL

Omission NIL Overwriting NIL

EE(C)

13) Award criteria

13.1 The employer reserves the right, without being liable for any damages or obligation to inform the bidder, to: a. Amend the scope and value of contract to the bidder. b. Reject any or all the applications without assigning any reason.

13.2 Any effort on the part of the bidder or his agent to exercise influence or to pressurize the employer would result in rejection of his bid. Canvassing of any kind is prohibited.

13.3 After due evaluation of the bid(s) AIIMS, Nagpur will award the contract to the lowest evaluated responsive tenderer. Conditional bid will be treated as unresponsive and will be rejected.

14) In the bid documents i.e. in GCC-2020 construction work (CPWD) ,the word / sentence shall be read as under :-

15) Arbitration :

If any difference arises concerning this agreement, its interpretation on payment to the made there-under, the same shall be settled out by mutual consultation and negotiation. If attempts for conciliation do not yield any result within a period of 30 days, either of the parties may make a request to the other party for submission of the dispute for decision by an Arbitral Tribunal containing Sole Arbitrator to be appointed by the Secretary, Department of Legal Affairs. Such requests shall be accompanied with a panel of names of three persons to act as the sole arbitrator. In case of such arbitrator refusing, unwilling or becoming incapable to act or his mandate having been terminated under law, another arbitrator shall be appointed in the same manner from among the panel of three persons to be submitted by the claimant. The provision of Arbitration and Conciliation Act, 1996 and the rule framed there under and in force shall be applicable to such proceedings.

Executive Engineer (C) AIIMS, Nagpur

Sr No Original Term May be read as

i) President of India Director, AIIMS, Nagpur

ii)

The terms Director General includes CPM/ADG region/ SDG PR Special Director General / Additional Director General and CPM/ Chief Engineer of the Zone.

The terms Director General includes Director/Superintending Engineer/Executive Engineer, AIIMS, Nagpur.

iii) CPWD AIIMS, Nagpur

AIIMS, Nagpur P a g e | 16

Correction NIL Insertion NIL

Omission NIL Overwriting NIL

EE(C)

BLANK

AIIMS, Nagpur P a g e | 17

Correction NIL Insertion NIL

Omission NIL Overwriting NIL

EE(C)

SECTION-III INFORMATION REGARDING ELIGIBILITY

LETTER OF TRANSMITTAL From : To

The Executive Engineer ………………………………….

Subject : Submission of Bids for the work of …………………………………………………………………………… Sir, Having examined the details given in the bid documents for the above work, I/We hereby submit the relevant information. 1. I/We hereby certify that all the statement made and information supplied in the enclosed forms A to

E and accompanying statement are true and correct. 2. I/We have furnished all information and details necessary for eligibility and have no further pertinent

information to supply. 3. I/We submit the requisite certified solvency certificate and authorize the Executive

Engineer……………….. to approach the Bank issuing the solvency certificate to confirm the correctness thereof. I/We also authorize Executive Engineer ……………………… to approach individuals, employers, firms and corporation to verify our competence and general reputation.

4. I/We submit the following certificates in support of our suitability, technical knowledge and capability for having successfully completed the following eligible similar works :

Name of the Work Certificate from

Certificate : It is certified that the information given in the enclosed eligibility bid are correct. It is also certified that I/We shall be liable to be debarred, disqualified/cancellation of enlistment in case any information furnished by me/us is found to be incorrect. Enclosures : Seal of Bidder Date of Submission :

Signature(s) of Bidder(s).

AIIMS, Nagpur P a g e | 18

Correction NIL Insertion NIL

Omission NIL Overwriting NIL

EE(C)

BLANK

AIIMS, Nagpur P a g e | 19

Correction NIL Insertion NIL

Omission NIL Overwriting NIL

EE(C)

PROFORMA - 1

CRITERIA FOR EVALUATION OF THE PERFORMANCE OF CONTRACTORS FOR PRE-ELIGIBILITY

(a)

Attributes Evaluation

Financial strength (20 marks)

1. Average annual turnover

2. NetWorth / solvency Certificate

16 marks

4 marks

(i) 60% marks for minimum eligibility criteria

(ii) 100% marks for twice the minimum eligibility criteria or more

In between (i) & (ii) - on pro-rata basis

(b) Experience in similar class of works

(20 marks) (i) 60% marks for minimum eligibility criteria

(ii) 100% marks for twice the minimum eligibility criteria or more

In between (i) & (ii) - on pro-rata basis

(c) Performance on works (time over run)

(20 marks)

Parameter Calculation For points

Score Maximum Marks

If TOR =

(i) Without levy of compensation

(ii) With levy of compensation

(iii) Levy of compensation not decided

1.00

20

20

20

2.00

15

5

10

3.00

10

0

0

>3.50

10

-5

0

20

TOR = AT/ST, where AT=Actual Time; ST=Stipulated Time in the Agreement plus (+) justified period of Extension of Time

Note: Marks for value in between the stages indicated above is to be determined by straight line variation basis.

(d) Performance of works (Quality) (40 marks)

(i) Outstanding 40

(ii) Very Good 30

(iii) Good 20

(iv) Poor 0

AIIMS, Nagpur P a g e | 20

Correction NIL Insertion NIL

Omission NIL Overwriting NIL

EE(C)

BLANK

AIIMS, Nagpur P a g e | 21

Correction NIL Insertion NIL

Omission NIL Overwriting NIL

EE(C)

FORM “A”

FINANCIAL INFORMATION

1. Financial Analysis – Details to be furnished duly supported by figures in balance sheet/ profit & loss account for the last five financial years duly certified by the Chartered Accountant, as submitted by the applicant to the Income Tax Department (Copies to be attached).

Financial years

2015-16 2016-17 2017-18 2018-19 2019-20

Gross Annual Turn Over

Average Annual Financial Turnover

i. Gross Annual Turn Over on construction works. ii. Profit/Loss (standalone finance statement and consolidated financial statement both).

2. Financial arrangements for carrying out the proposed work.

Signature of Chartered Accountant Signature of Bidder(s)

With Seal and UDIN No.

AIIMS, Nagpur P a g e | 22

Correction NIL Insertion NIL

Omission NIL Overwriting NIL

EE(C)

FORM "B" BANKERS' CERTIFICATE FROM A SCHEDULED BANK

This is to certify that to the best of our knowledge and information that M/s./Sh…………............................. .......................................... having marginally noted address, as a Customer of our bank are/is respectable and can be treated as good for any engagement upto a limit of Rs…………………. (Rupees………………………………………………………………………………..)

This certificate is issued without any guarantee or responsibility on the bank or any of the

officers.

(Signature) For the Bank NOTE 1. Bankers Certificates should be on letter head of the Bank, addressed to tendering authority. 2. In case of Partnership firm, certificate should include names of all partners as recorded with the Bank.

OR

FORM “B-1”

FORM FOR CERTIFICATE OF NET WORTH FROM CHARTERED ACCOUNTANT

“It is to certify that as per the audited balance sheet and profit & loss account during the financial year………………., the Net Worth of M/s …………………………………………………… (Name & Registered Address of Individual/firm/company), as on ……………………. (the relevant date) is Rs………………….. After considering all liabilities.

It is further certified that the net worth of the company has not eroded by more than 30% in the last three years ending on………………………… (the relevant date).”

Signature of Chartered Accountant

………………………………………………..

Name of Chartered Accountant

…………………………………….………….

Membership No. of ICAI

UDIN No.

Date and Seal

AIIMS, Nagpur P a g e | 23

Correction NIL Insertion NIL

Omission NIL Overwriting NIL

EE(C)

FORM “C”

DETAILS OF ELIGIBLE SIMILAR NATURE OF WORKS COMPLETED DURING THE LAST SEVEN YEARS ENDING PREVIOUS DAY OF LAST DAY OF SUBMISSION OF TENDERS

Sr. No

Name of work/ project and location

Owner or sponsoring organization

Cost of work in crores of rupees

Date of Commencement as per contract

Stipulated date of completion

Actual date of completion

Litigation/ arbitration cases pending/ in progress with details*

Name and address/ telephone number of officer to whom reference may be made

Whether the work was done on back to back basis Yes/ No

a b c d e f g h i j 1.

2.

3.

4.

5.

6.

7.

* Indicate gross amount claimed and amount awarded by the Arbitrator. *Supporting documents such as Abstract of cost of work shall be submitted.

Signature of Bidder(s)

AIIMS, Nagpur P a g e | 24

Correction NIL Insertion NIL

Omission NIL Overwriting NIL

EE(C)

FORM “C-1”

LIST OF THE PROJECTS UNDER EXECUTION

Sr. No

Name of work/ project and location

Owner or sponsoring organization

Cost of work in crores of rupees

Date of Commencement as per contract

Stipulated date of completion

Present Progress in percentage (Financial & Phusical)

Slow progress in any and reasons thereof

Name and address/ telephone number of officer to whom reference may be made

Whether the work was done on back to back basis Yes/ No

a b c d e f g h i j

Signature of Bidder(s)

AIIMS, Nagpur P a g e | 25

Correction NIL Insertion NIL

Omission NIL Overwriting NIL

EE(C)

FORM “D”

PERFORMANCE REPORT OF WORKS REFERRED TO IN FORMS "C"

1) Name of work/project &location 2) Agreement no. 3) Estimated cost 4) Tendered cost 5) Date of start 6) Date of completion

(i) Stipulated date of completion

(ii) Actual date of completion 7) Amount of compensation levied for delayed completion, if any

a. Whether case of levy of compensation for delay has been decided or not Yes/No

b. If decided, amount of compensation levied for delayed completion, if any 8) Amount of reduced rate items, if any 9) Performance Report

(i) Quality of work Outstanding/VeryGood/Good/Poor

(ii) Financial soundness Outstanding/VeryGood/Good/Poor

(iii) Technical Proficiency Outstanding/VeryGood/Good/Poor

(iv) Resourcefulness Outstanding/VeryGood/Good/Poor

(v) General Behavior Outstanding/VeryGood/Good/Poor

Dated: Executive Engineer or Equivalent

AIIMS, Nagpur P a g e | 26

Correction NIL Insertion NIL

Omission NIL Overwriting NIL

EE(C)

FORM "E" STRUCTURE & ORGANISATION

1) Name & address of the bidder 2) Telephone no./Telex no./Fax no. 3) Legal status of the bidder (Scan & upload copies of original document defining the legal status)

(a) An Individual

(b) A proprietary firm

(c) A firm in partnership

(d) A limited Company or Corporation 4) Particulars of registration with various Government Bodies (Scan & upload attested photocopy) Organisation/Place of registration Registration No.

(i) (ii) (iii)

5) Names and titles of Directors & Officers with designation to be concerned with this work. 6) Designation of individuals authorized to act for the organization 7) Has the bidder, or any constituent partner in case of partnership firm, limited company / Joint

Venture, ever been convicted by the court of Law? If so, give details 8) In which field of Civil Engineering construction the bidder has specialization and interest? 9) Any other information considered necessary but not included above.

Signature of Bidder(s)

AIIMS, Nagpur P a g e | 27

Correction NIL Insertion NIL

Omission NIL Overwriting NIL

EE(C)

CPWD – 6 ALL INDIA INSTITUTE OF MEDICAL SCIENCES, NAGPUR

Notice Inviting e-Tender 1. The Executive Engineer (C), Plot No-02, Sec-20, MIHAN, AIIMS, Nagpur (0712-2352035, email :

https://eprocure.gov.in/eprocure/app) on behalf of Director, AIIMS, NAGPUR invites Percentage Rate Bids from approved & eligible bidders registered with CPWD/ MES/ Railways/ Other Central Government PSU’s of appropriate class & Category who fulfill the Pre Qualification criteria in Two Bid System for the following work of “Setting up of Laboratory for Managing Epidemics and National Calamities in AYUSH building of AIIMS,Nagpur. SubHead:

Providing and fixing masonry & aluminum partitions, platforms, cupboards and overhead cabinets and miscellaneous civil works including internal Electrical installations, HVAC work such as supply installation testing commissioning of VRF unit.

The enlistment of the contractors should be valid on the last date of submission of bids. In case the last date of submission of bid is extended, the enlistment of contractor should be valid on the original date of submission of bids.

1.1 The work is estimated to Cost of Rs. 47,54,442/- This estimate, however, is given merely as a rough guide.

1.1.1 The authority competent to approve NIT for the combined cost and belonging to the major discipline will consolidate NITs for calling the bids. He will also nominate Division which will deal with all matters relating to the invitation of bids.

1.2 Intending bidder is eligible to submit the bid provided he has definite proof from the appropriate authority, which shall be to the satisfaction of the competent authority, of having satisfactorily completed similar works of magnitude specified below:-

2. Criteria of eligibility for submission of bid documents 2.1. Criteria of eligibility:

2.1.1. One similar work each costing not less than 80% of the estimated cost put to tender : 38.04 Lakhs OR

2.1.2. Two similar works each costing not less than 60% of the estimated cost put to tender : 28.53 Lakhs OR

2.1.3. Three similar works costing not less than 40% of the estimated cost put to tender : 19.02 Lakhs. In last 7 (Seven) Years ending previous day of Last date of submission of Bids. Similar work shall mean works of “Civil & Electrical building works”.

The value of executed works shall be brought to current costing level by enhancing the actual value of work at simple rate of 7 % per annum; calculated from the date of completion to previous day of last date of submission of bids.

Note:- i. Components of work executed other than those included in definition of similar work shall be

deducted while calculating the cost of similar work. The bidder shall submit abstract of cost of work along with supporting documents and certificate issued by the experience issuing authority in support of this.

ii. Qualified similar works may be physically inspected by AIIMS,Nagpur Engineers/authority to ascertain the completion, performance and quality of works for finalizing technical bids.

2.1.4 The bidder should have had average annual financial turn over (gross) of Rs. 23.78 Lakhs on

construction works, during the last Five consecutive years balance sheets duly audited by Chartered Accountant. Year in which no turnover is shown would also be considered for working out the average.

AIIMS, Nagpur P a g e | 28

Correction NIL Insertion NIL

Omission NIL Overwriting NIL

EE(C)

2.1.5 The bidder should not have incurred any loss (profit after tax should be positive) in more than two years during available last five consecutive balance sheets, duly certified and audited by the Chartered Accountant.

2.1.6 The bidder should have a solvency of amount Rs. 19.02 Lakhs (40% of the estimated cost put to tender) certified by his Bankers on the format prescribed in Form “B”.

or The bidder should submit Networth certificate of minimum Rs. 4.76 Lakhs (10% of the Estimated Cost put to tender) issued by certified Chartered Accountant on the format prescribed in Form “B-1”.

2.1.7 The bidder should have sufficient number of Technical and Administrative employees for the proper execution of the contract. The bidder shall have to submit a list of these employees stating clearly how these would be involved in this work within 15 days of award of work.

2.1.8 The bidding capacity of the contractor should be equal to or more than the estimated cost of the work put to the tender. The biding capacity shall be worked out by the following formula.

Bidding capacity = (AxNx2)-B Where, A= Maximum turnover in construction works executed in any one year during the last five years talking into account the completed as well as works in progress. The value of completed works shall be brought to current costing level by enhancing at a simple rate of 7% per annum. N= Number of years prescribed for completion of work for which bids has been invited. When the value of N is less than 0.5 year then for calculation purpose minimum value of N shall be taken as 0.5. B= Value of existing commitments and ongoing works to be completed during the period of completion of work for which bids have been invited. Less amount of works which are stuck up due to local body clearance, environmental clearance, court decisions. etc. shall not be considered for calculation of B. NIT approving authority may take final decision on other justified reasons.

2.2. The value of executed works shall be brought to current costing level by enhancing the actual value of work at simple rate of 7% per annum; calculated from the date of completion to last date of submission of bids. Similar work means Civil & Electrical building works.

2.3. To become eligible for issue of bid, the bidders shall have to furnish the undertaking given in Annexure D.

3. Agreement shall be drawn with the successful bidders on prescribed Form No. CPWD 7 of CPWD GCC 2020 which is available as a Govt. of India Publication and also available on website www.cpwd.gov.in. Bidder shall quote his rates as per various terms and conditions of the said form, which will form part of the agreement.

4. The time allowed for carrying out the work will be 03 Months from the date of start as defined in schedule ‘F’ or from the first date of handing over of the site, whichever is later, in accordance with the phasing, if any, indicated in the bid documents.

5. The site for the work is available. The architectural and structural, reflected ceiling plan of services drawings for the work are available.

6. The bid document consisting of plans, specifications, the schedule of quantities of various types of items to be executed and the set of terms and conditions of the contract to be complied with and other necessary documents except Standard General Conditions of Contract Form can be seen from CPPP website https://eprocure.gov.in/eprocure/app . free of cost.

7. After submission of the bid the contractor can re-submit revised bid any number of times but before last date and time of submission of bid as notified.

AIIMS, Nagpur P a g e | 29

Correction NIL Insertion NIL

Omission NIL Overwriting NIL

EE(C)

8. While submitting the revised bid, contractor can revise the quoted rates but before last date and time of submission of bid as notified.

9. When bids are invited in three stage system and if it is desired to submit revised financial bid then it shall be mandatory to submit revised financial bid. If not submitted then the bid submitted earlier shall become invalid.

10. Declaration form against EMD drawn in favour of The Director, AIIMS Nagpur shall be scanned and uploaded to the e-Tendering website within the period of bid submission.

11. Copy of Enlistment Order and certificate of work experience and other documents as specified in the bid document shall be scanned and uploaded to the e-Tendering website within the period of bid submission. However, certified copy of all the scanned and uploaded documents as specified in bid document shall have to be submitted by the lowest bidder only within a week physically in the office of Executive Engineer (Civil), AIIMS, Nagpur.

The bid submitted shall be opened at 03:00 PM on 08/10/2021. 12. The bid submitted shall become invalid and e-Tender processing fee shall not be

refunded if:

a) The bidder is found ineligible. b) The bidder does not upload original Declaration form against EMD along with the bid documents. c) The bidder does not upload all the documents (including GST registration) as stipulated in the bid

document including the copy of Declaration form against EMD. d) If any discrepancy is noticed between the documents as uploaded at the time of submission of

bid and hard copies as submitted physically by the lowest bidder in the office of bid opening authority.

e) If a tenderer quotes nil rates against each item in item rate tender or does not quote any percentage above / below on the total amount of the tender or any section /sub head in percentage rate tender, the tender shall be treated as invalid and will not be considered as lowest tenderer.

13. The contractor whose bid is accepted will be required to furnish performance guarantee of 3%

(Three Percent) of the bid amount within the period specified in Schedule F. This guarantee shall be in the form of cash (in case guarantee amount is less than Rs. 10000/-) or Deposit at Call Receipt of any Scheduled Bank/Banker’s Cheque of any Scheduled Bank/Demand Draft of any Scheduled Bank/Pay Order of any Scheduled Bank (in case guarantee amount is less than Rs. 1,00,000/-) or Government Securities or Fixed Deposit Receipts or Guarantee Bonds of any Scheduled Bank or the State Bank of India in accordance with the prescribed form. In case the contractor fails to deposit the said performance guarantee within the period as indicated in Schedule ‘F’ including the extended period if any, bidder shall be suspended for One Year and shall not be eligible to bid for AIIMS Nagpur Tender/NIQ from date of issue of suspension order. the Earnest Money deposited by the contractor shall be forfeited automatically without any notice to the contractor. The Earnest Money deposited along with bid shall be returned after receiving the aforesaid performance guarantee.

The contractor whose bid is accepted will also be required to furnish either copy of

applicable licenses / registrations or proof of applying for obtaining labour licenses, registration with EPFO, ESIC and BOCW Welfare Board including Provident Fund Code No. if applicable and also ensure the compliance of aforesaid provisions by the sub-contractors, if any, engaged by the contractor for the said work and Programme Chart (Time and Progress) within the period specified in Schedule F.

AIIMS, Nagpur P a g e | 30

Correction NIL Insertion NIL

Omission NIL Overwriting NIL

EE(C)

14. The description of the work is as follows:- “Setting up of Laboratory for Managing Epidemics and National Calamities in AYUSH building of AIIMS,Nagpur. SubHead:

Providing and fixing masonry & aluminum partitions, platforms, cupboards and overhead cabinets and miscellaneous civil works including internal Electrical installations, HVAC work such as supply installation testing commissioning of VRF unit.”

Intending Bidders are advised to inspect and examine the site and its surroundings and satisfy themselves before submitting their bids as to the nature of the ground and sub-soil (so far as is practicable), the form and nature of the site, the means of access to the site, the accommodation they may require and in general shall themselves obtain all necessary information as to risks, contingencies and other circumstances which may influence or affect their bid. A bidder shall be deemed to have full knowledge of the site whether he inspects it or not and no extra charge consequent on any misunderstanding or otherwise shall be allowed. The bidder shall be responsible for arranging and maintaining at his own cost all materials, tools & plants, water, electricity access, facilities for workers and all other services required for executing the work unless otherwise specifically provided for in the contract documents. Submission of a bid by a bidder implies that he has read this notice and all other contract documents and has made himself aware of the scope and specifications of the work to be done and of conditions and rates at which stores, tools and plant, etc. will be issued to him by the Government and local conditions and other factors having a bearing on the execution of the work.

15. The competent authority on behalf of the Director, AIIMS Nagpur does not bind itself to accept the lowest or any other bid and reserves to itself the authority to reject any or all the bids received without the assignment of any reason. All bids in which any of the prescribed condition is not fulfilled or any condition including that of conditional rebate is put forth by the bidders shall be summarily rejected.

16. Canvassing whether directly or indirectly, in connection with bidders is strictly prohibited and the

bids submitted by the contractors who resort to canvassing will be liable for rejection. 17. The competent authority on behalf of Director, AIIMS Nagpur reserves to himself the right of

accepting the whole or any part of the bid and the bidder shall be bound to perform the same at the rate quoted.

18. The contractor shall not be permitted to bid for works in the AIIMS Nagpur responsible for award

and execution of contracts, in which his near relative is posted as Group A/ B officer or as an officer in any capacity between the grades of Director and Junior Engineer (both inclusive). He shall also intimate the names of persons who are working with him in any capacity or are subsequently employed by him and who are near relatives to any Group A/ B officer in the AIIMS Nagpur . Any breach of this condition by the contractor would render him liable to be removed from the approved list of contractors of this Department.

19. No Engineer of Gazetted Rank or other Gazetted Officer employed in Engineering or Administrative duties in an Engineering Department of the Government of India is allowed to work as a contractor for a period of one year after his retirement from Government service, without the prior permission of the Government of India in writing. This contract is liable to be cancelled if either the contractor or any of his employees is found any time to be such a person who had not obtained the permission of the Government of India as aforesaid before submission of the bid or engagement in the contractor’s service.

AIIMS, Nagpur P a g e | 31

Correction NIL Insertion NIL

Omission NIL Overwriting NIL

EE(C)

20. The bid for the works shall remain open for acceptance for a period of Seventy Five (75) days from the date of opening of Technical bid in case bids are invited on two envelop system (strike out as the case may be). If any bidder withdraws his bid before the said period or issue of letter of acceptance, whichever is earlier, or makes any modifications in the terms and conditions of the bid which are not acceptable to the department, then the AIIMS, Nagpur shall without prejudice to any other right or remedy to blacklist the contractor for One year. Further the bidder shall not be allowed to participate in the re-bidding process of the work.

21. Copy of work experience and other documents as specified in the bid document shall be scanned and uploaded to the e-Bidding website within the period of bid submission. However, certified copy of all scanned and uploaded documents as specified in bid document shall have to be submitted physically by the lowest bidder within 7 days after opening of Financial bid in the office of Executive Engineer (Civil), AIIMS, Nagpur.

22. Eligibility criteria for E & M work

21.1 The successful bidder should either himself meet the eligibility conditions for the respective E&M work or otherwise he will have to associate with agencies, fulfilling the eligibility requirements and hence consent letter from at least One eligible Associate Agency of the respective components of E&M work shall also be submitted as per attached Forms. The successful bidder shall thoroughly check whether the agency with whom association is proposed meet the eligibility or not before submitting the consent letter.

21.2 In case the main contractor is himself eligible (as per eligibility criteria) for executing any specific E & M work and intends doing the job himself, he may not be required to associate with another agency for that E & M work. In such cases the main contractor also has to submit the documents as per eligibility criteria mentioned for associated agency of individual E&M component.

21.3 Main agency shall have to submit credentials of the proposed associated agencies for verification and approval of the AIIMS,Nagpur in pro-forma at Form “H” and Consent letter as per Form “G”. After approval of agency by the Engineer-in-charge of E & M work, the main contractor has submit MOU with each of the associated agency in pro-forma at Form “I” within 30 days from the date of issue of award letter.

21.4 The main contractor have to submit the following documents for association of electrical contractor & specialized agency within 15 days of award of work or 07 days before start of E & M related work whichever is earlier.

21.4.1 In support of the eligibility conditions of the proposed associated electrical contractor, copy of their registration documents, Electrical Contractor’s License, PAN Card, GST Registration duly attested by the applicants (Main Contractor) shall be submitted to the Executive Engineer (C), AIIMS, Nagpur, for deciding the eligibility within seven days of receipt of the same. Each such electrical contractor will certify that they are not debarred as on the day of association with the main contractor. Proposal for associating agency for E & M work shall be submitted in Form “H” of this tender document from each associate independently for all electrical and mechanical work.

21.4.2 After approval of the associate contractor, the main contractor will submit separate MOU signed with each of associate contractor associated with the main contractor. The MOU in the enclosed form shall be signed by both the parties’ i.e. main contractor as 1st party and associated electrical contractor as 2nd party, independently for all E & M work.

AIIMS, Nagpur P a g e | 32

Correction NIL Insertion NIL

Omission NIL Overwriting NIL

EE(C)

21.5 In the event of the concerned associated contractor not performing satisfactorily or failure of associate contractor to complete the E&M work, the main contractor, on written directions of the department, shall remove the Associate contractor deployed on the work and shall submit name of new associate who fulfil the conditions mentioned in NIT to execute the left over work without any loss of time or variation in cost to the department. Such associates shall also give an undertaking along with the main tenderer that both of them shall stand guarantee for which payment has been released by the Department in part for any equipment supplied for the work, during the currency of the earlier Associate contractor and paid partly by the Department. Also if any such material becomes redundant/ not in a position to be installed and commissioned and put to beneficial use due to change in agency for execution of E&M work, the main contractor shall be liable for replacement of the equipment(s) at no cost to Department. No change of Electrical Contractor will be allowed without prior approval of the Engineer-in-charge of the work.

21.6 All technical discussions shall be attended by the associate agencies and the main agency. Commercial/Technical submissions for the E & M works shall be signed and submitted by the associate agencies along with the main agency.

21.7 The main contractor shall be entirely responsible and answerable for all the works done by his associated E & M agencies regarding their quality, adherence to the laid down specification, terms and conditions, warranty/guarantee etc and he shall be liable to bear any compensation that may be levied by the department under any of the clauses of the agreement.

21.8 In respect of all Sub-Works of E&M works i.e. Internal Electrical Installation, HVAC system

etc., the materials and equipments shall be procured only from the original equipment manufacturers/ authorized dealers of OEM. The contractor shall submit all documentary details in fulfilment of this conditions regarding procurement of materials including relevant test certificates.

21.9 Executive Engineer (C), AIIMS Nagpur shall be the Engineer-in-charge as far as electrical and

mechanical works are concerned. Tender schedule abbreviated CPWD-7 and Special Conditions for Electrical and Mechanical works are appended with this tender. It will be obligatory on the part of the contractor/ tenderer to sign the tender documents for all the component parts.

21.10 The main contractor shall be responsible and liable for proper and complete execution of the

Electrical and Mechanical work and ensure coordination and completion of both civil and electrical work.

21.11 The main contractor, who is not having desired experience as per eligibility criteria has to enter

into agreement with eligible contractors associated by him for executing of E & M work. Copy of such agreement shall be submitted to Engineer-in-charge .

21.12 The associate contractor shall attend the inspection of the work by the Engineer –in-charge of

E&M works as and when required.

21.13 No change of Associated Agencies/Contractor will be allowed without prior approval

Notes:

1. Components of work executed other than those included in definition of similar work shall be deducted while calculating cost for specialized work eligibility. Bidder shall submit abstract of cost of work in support of this.

2. For the purpose, “Cost of work” shall mean gross value of the completed work including the cost of material supplied by the Government/ client, but excluding those supplied free of cost. This

AIIMS, Nagpur P a g e | 33

Correction NIL Insertion NIL

Omission NIL Overwriting NIL

EE(C)

should be certified by an officer not below the rank of Executive Engineer/ project manager or equivalent.

3. The value of executed works shall be brought to current costing level by enhancing the actual value of work at simple rate of 7% per annum, calculated from the date of completion to previous day of last date of submission of tenders.

4. The composite contractor shall have to associate other agencies for execution of each of the

work, which fulfills the eligibility criteria as cited above for these works duly taking prior approval from the AIIMS,Nagpur. However, the Composite category contractor/successful bidder shall also be eligible to carry out himself/herself any or all of these works without associating any specialized agency provided:

a) He fulfills the prescribed eligibility criteria respectively for these works.

OR

b) He directly procures the equipment of approved make from manufacturers and get them installed from authorized agency/service provider of the manufacturers or specialized agencies as per criteria mentioned in NIT.

Eligibility criteria of each such agency to be associated is stipulated above.

The composite contractor and the associated specialized agencies shall give required affidavit to confirm their association as Form “H” in the tender documents.

Tender accepting authority may approve change of Sub-Agency in case it is required during the currency of the contract.

The main contractor has to submit consent letters as per Form “G”, of the tender document at least one eligible associate agency of the respective component of E&M work for each of the component of E&M works by clearly indicating the component of work within 15 days of award of work OR 07 days before start of E & M work whichever is earlier.

The main contractor will submit MOU signed with eligible associated electrical contractor & Specialized agency. The MOU in the enclosed Form “I” shall be signed by both the parties’ i.e. main contractor as 1st party and associated contractor as 2nd party, independently for each of the sub-works of “Setting up of Laboratory for Managing Epidemics and National Calamities in AYUSH building of AIIMS,Nagpur. SubHead:

Providing and fixing masonry & aluminum partitions, platforms, cupboards and overhead cabinets and miscellaneous civil works including internal Electrical installations, HVAC work such as supply installation testing commissioning of VRF unit.

(i) If the main contractor fails to associate agency for execution of E & M work within 15 days of award of work OR 07 days before start of E & M work whichever is earlier or furnishes incomplete details or furnishes details of ineligible agencies even after the tenderer is given due opportunity, the entire scope of such work shall be withdrawn from the tender and the same shall be got executed by the Engineer-in- charge at the risk and cost of the main contractor.

(ii) Verifiable completion certificates of the work, registration/ approval documents as the case may be, duly attested by the applicant shall be submitted within 15 days of award of work OR 07 days before start of E & M work whichever is earlier. Valid Electrical Contractor’s license, as the case may be, duly attested by the applicant shall also be submitted within 15 days of award of work OR 07 days before start of Electrical work whichever is earlier.

AIIMS, Nagpur P a g e | 34

Correction NIL Insertion NIL

Omission NIL Overwriting NIL

EE(C)

(iii) Self attested GST registration documents in respect of the associated agencies shall be submitted within 15 days of award of work or 07 days before start of E & M work whichever is earlier.

22 This Notice Inviting Bid shall form a part of the contract document. The successful bidder / contractor, on acceptance of his bid by the Accepting Authority shall within 07 days from the stipulated date of start of the work, sign the contract consisting of : -

a) The Notice Inviting Bid, all the documents including additional conditions, specifications and

drawings, if any, forming part of the bid as uploaded at the time of invitation of bid and the rates quoted online at the time of submission of bid and acceptance thereof together with any correspondence & negotiation leading thereto.

b) Standard C.P.W.D. Form 7 of CPWD GCC 2020 or other Standard C.P.W.D. Form as applicable.

c) C.P.W.D. General Conditions of Contract 2020 (For Construction works)

Executive Engineer (C),

AIIMS Nagpur

AIIMS, Nagpur P a g e | 35

Correction NIL Insertion NIL

Omission NIL Overwriting NIL

EE(C)

ANNEXURE – ‘A’

PROFORMA FOR EARNEST MONEY DEPOSIT DECLARATION

To,

The Director,

AIIMS Nagpur

WHEREAS, I/WE .............................…………………………………. (Name of Agency) have submitted bids for………………………......................................................................................................................

…………………………………………………………………………........................................... (Name of work)

I/WE hereby submit following declaration in lieu of submitting Earnest Money.

(1) If after tender opening of tender/quotation, I/WE withdraw or modify my/our bid during the period of validity of tender (including extended validity of tender/NIQ) specified in the tender/NIQ documents.

OR

(2) If after the award of work, I/WE fail to sign the contract, or to submit performance guarantee before the deadline defined in the tender documents.

I/WE shall be suspended for One Year and shall not be eligible to bid for AIIMS NAGPUR Tender/NIQ from date of issue of suspension order.

DATE:- ____/____/______. Signature of the Contractor(S)

AIIMS, Nagpur P a g e | 36

Correction NIL Insertion NIL

Omission NIL Overwriting NIL

EE(C)

BLANK

AIIMS, Nagpur P a g e | 37

Correction NIL Insertion NIL

Omission NIL Overwriting NIL

EE(C)

On non- Judicial stamp paper of minimum Rs. 100

Annexure ‘B’

Form of Performance guarantee / Bank guarantee bond

In consideration of the Director, AIIMS Nagpur (hereinafter called “The Government”) having offered to accept the terms and conditions of the proposed agreement b e t w e e n … … … … … … … … … … … and…………….....................……(Hereinafter called “the said Contractor(s)”) for the work………………………… (Hereinafter called “the said agreement”) having agreed to production of an irrevocable Bank Guarantee for Rs………………….. (Rupees………………………………… only) as a security/guarantee from the contractor(s) for compliance of his obligations in accordance with the terms and conditions in the said agreement.

1. We, ………………………………………(Herein after referred to as “the Bank”)……………………………………..

hereby undertake to pay to The Director, AIIMS Nagpur and amount not exceeding Rs……………..………. (Rupees……………………………………Only) on demand by the Government within 10 days of the demand.

2. We, ………………………………….……….(indicate the name of the Bank)………………………………………….. do hereby undertake to pay the amounts due and payable under this guarantee without any demure, merely on a demand from The Director, AIIMS Nagpur stating that the amount claimed as required to meet the recoveries due or likely to be due from the said contractor(s). 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).

3. We, ……………………………………………(the said bank) …………………………………………………………..further

undertakes to pay the Director, AIIMS Nagpur any money so demanded not withstanding any dispute or disputes raised by the contractor(s) in any suit or proceeding pending before any court or Tribunal relating thereto, our liability under this present being absolute and unequivocal. The payment so made by us under this bond shall be a valid discharge of our liability for payment there under and the Contractor(s) shall have no claim against us for making such payment.

4. We, ……………………………. (indicate the name of the Bank) further agree that the guarantee herein

contained shall remain in full force and effect during the period that would be taken for the performance of the said agreement and that it shall continue to be enforceable till all the dues of the Director, AIIMS Nagpur under or by virtue of the said agreement have been fully paid and its claims satisfied or discharged or till Engineer-in- Charge on behalf of the Director, AIIMS Nagpur certified that the terms and conditions of the said agreement have been fully and properly carried out by the said Contractor(s) and accordingly discharges this guarantee.

5. We, ……………………………. (indicate the name of the Bank) further agree with the Director, AIIMS,

Nagpur that the Director, AIIMS Nagpur shall have the fullest liberty without our consent and without affecting in any manner our obligation hereunder to vary any of the terms and conditions of the said agreement or to extend time of performance by the said Contractor(s) from time to time or to postpone for any time or from time to time any of the powers exercisable by the Director, AIIMS Nagpur against the said contractor(s) and to forbear or enforce any of the terms and conditions relating to the said agreement and we shall not be relieved from our liability by reason of any such variation, or extension being granted to the said Contractor(s) or for any forbearance, act of omission on the part of the Government or any indulgence by the Director, AIIMS Nagpur to the said Contractor(s) or by any such matter or thing whatsoever which under the law relating to sureties would, but for this provision, have effect of so relieving us.

AIIMS, Nagpur P a g e | 38

Correction NIL Insertion NIL

Omission NIL Overwriting NIL

EE(C)

6. We, ..................... (indicate the name of the Bank) ...................... further agree that the Government at its option shall be entitled to enforce this Guarantee against the Bank as a principal debtor at the first instance without proceeding against the contractor and notwithstanding any security or other guarantee the Government may have in relation to the Contractor's liabilities.

7. This guarantee will not be discharged due to the change in the constitution of the Bank or the

Contractor(s). 8. We, ……………………………. (Indicate the name of the Bank) lastly undertake not to revoke this

guarantee except with the previous consent of the Director, AIIMS Nagpur inwriting. 9. This guarantee shall be valid up to …………………………unless extended on demand by the Director,

AIIMS Nagpur. Notwithstanding anything mentioned above, our liability against this guarantee is restricted to Rs. …………………… (Rupees ……………………………………………………...) and unless a claim in writing is lodged with us within six months of the date of expiry or the extended date of expiry of this guarantee all our liabilities under this guarantee shall stand discharged.

Date ……………..

Witnesses:

2. Signature .................... Authorized signatory Name and address Name

Designation Staff code no. Bank seal

3. Signature ....................

Name and address

AIIMS, Nagpur P a g e | 39

Correction NIL Insertion NIL

Omission NIL Overwriting NIL

EE(C)

Annexure “C”

UNDERTAKING FOR SPECIALIZED WORK

We do here by undertake to engage a specialized agency after approval of Executive Engineer (C) AIIMS, Nagpur for undertaking the execution of specialized works of HVAC (Varialbe Refrigerant Flow), Name of the work (………………………………………………………..…………………….) whose minimum qualification shall be as under:

(i) Experience of having successfully completed similar works during the last 7 years ending last day of the month of previous to the one in which bids/ tenders are invited should be either of the following

a. One similar work each costing not less than 80% of the estimated cost of specialized work in BOQ i.e Rs. 9.26 Lakhs OR

b. Two similar works each costing not less than 60% of the estimated cost of specialized work in BOQ i.e. Rs. 6.94 Lakhs OR

c. Three similar works costing not less than 40% of the estimated cost of specialized work in

BOQ i.e. Rs. 4.63 Lakhs (ii) We shall be solely responsible for successful execution and completion of the work.

Note:- The value of executed works shall be brought to current costing level by enhancing the actual value of work at simple rate of 7% per annum; calculated from the date of completion to last date of submission of bids.

Authorized Signatory of Bidder

AIIMS, Nagpur P a g e | 40

Correction NIL Insertion NIL

Omission NIL Overwriting NIL

EE(C)

BLANK

AIIMS, Nagpur P a g e | 41

Correction NIL Insertion NIL

Omission NIL Overwriting NIL

EE(C)

Annexure “D”

UNDERTAKING FOR EXECUTION OF SIMILAR WORK

I/We undertake and confirm that eligible similar works(s) has/have not been got executed

through another contractor on back to back basis. Further that, if such a violation comes to the notice of

Department, then I/we shall be debarred for tendering in AIIMS, Nagpur in future forever. Also, if such a

violation comes to the notice of Department before date of start of work, the Engineer-in-Charge shall be

free to forfeit the entire amount of Earnest Money Deposit/Performance Guarantee.

Authorized Signatory of Bidder

AIIMS, Nagpur P a g e | 42

Correction NIL Insertion NIL

Omission NIL Overwriting NIL

EE(C)

BLANK

AIIMS, Nagpur P a g e | 43

Correction NIL Insertion NIL

Omission NIL Overwriting NIL

EE(C)

ANNEXURE “E”

UNDERTAKING FOR NON-BLACKLISTING

(To be submitted on letter head of the company / firm)

I hereby certify that the above firm has not been ever blacklisted by any Central / State Government/Public Undertaking/Institute on any account.

I also certify that firm will supply the services as per the specification given by Institute and also abide all the terms and conditions stipulated in tender.

I also certify that the information given in the bid is true and correct in all aspects and if in any case at a later date it is found that any detail/s provided are false and incorrect, any contract given to the concern firm or participation may be summarily terminated at any stage, the firm will be blacklisted and Institute may impose any action as per NIT rules.

Date: Name:

Place: Business Address:

Signature of Bidder:

Seal of the Bidder:

(Scanned copy to be uploaded at the time of submission of bid along with the technical bid)

AIIMS, Nagpur P a g e | 44

Correction NIL Insertion NIL

Omission NIL Overwriting NIL

EE(C)

BLANK

AIIMS, Nagpur P a g e | 45

Correction NIL Insertion NIL

Omission NIL Overwriting NIL

EE(C)

FORM “G” CONSENT LETTER FROM ELIGIBLE ASSOCIATE AGENCY

FOR ELECTRICAL & MECHANICAL (E & M) WORK

Name of work:- “Setting up of Laboratory for Managing Epidemics and National Calamities

in AYUSH building of AIIMS,Nagpur. SubHead:

Providing and fixing masonry & aluminum partitions, platforms, cupboards and overhead cabinets and miscellaneous civil works including internal Electrical installations, HVAC work such as supply installation testing commissioning of VRF unit.”

I/ We hereby give my consent to associate with M/s ………………………………………………… for executing the E & M work of …………………………… (Mention sub-works)

1. I/We will execute the work as per specifications and conditions of the agreement and as per direction of the Engineer–in-charge for the corresponding E & M work till the completion of the work.

2. I/We will be responsible for necessary action to handover the installation and for rectification of defects and repair during the defeat liability / warranty period.

3. Also I/We will employ full time technically qualified Engineer/ Supervisor for the E & M work. I/We will attend inspection of officers of the department as and when required.

Date:

Signature with date of Contractor Signature with date of Associate Agency/Contractor

Contractor Contractor

Address Address

1. Witness with address

(From main contractor side)

2. Witness with address

(From electrical contractor side)

AIIMS, Nagpur P a g e | 46

Correction NIL Insertion NIL

Omission NIL Overwriting NIL

EE(C)

BLANK

AIIMS, Nagpur P a g e | 47

Correction NIL Insertion NIL

Omission NIL Overwriting NIL

EE(C)

FORM “H”

PROPOSAL FOR ASSOCIATING WITH ELIBIBLE AGENCIES FOR ELECTRICAL & MECHANICAL (E & M) WORK

I/We hereby propose the following agencies as per mentioned against each for executing corresponding E & M work. Their consent letter are also attached.

Sr. No.

Name of Associated Contractor

Category and class of registration

Enlistment copy/

completion Certificates

attached

Monetary Limit of

work

Validity of registration

Consent letter

attached. (Yes/No)

E & M Installation

1.

2.

3.

Note: Self Attested photocopies of enlistment order, valid electrical contractors license, annual pre-qualification order, work experience certificates of each agency for each component of E&M work shall be submitted.

Signature of contractor

AIIMS, Nagpur P a g e | 48

Correction NIL Insertion NIL

Omission NIL Overwriting NIL

EE(C)

BLANK

AIIMS, Nagpur P a g e | 49

Correction NIL Insertion NIL

Omission NIL Overwriting NIL

EE(C)

FORM “I”

MEMORANDUM OF UNDERSTANDING (M.O.U.)

(to be submitted for each and every E&M component)

1. M/s. (Name of the firm with full address) Enlistment Status

Valid Upto:

(Henceforth called the main Contractor)

2. M/s. (Name of the firm with full address) Enlistment Status

Valid Upto:

(Henceforth called Associated Contractor)

For the execution of Electrical work, “Setting up of Laboratory for Managing Epidemics and National Calamities in AYUSH building of AIIMS,Nagpur. SubHead:

Providing and fixing masonry & aluminum partitions, platforms, cupboards and overhead cabinets and miscellaneous civil works including internal Electrical installations, HVAC work such as supply installation testing commissioning of VRF unit.

Please Mention (E & M Work) as per schedule specifications, terms and condition of the tender.

We state that M.O.U. between us will be treated as an agreement and has legality as per Indian Contract Act (amended upto date) and the department (AIIMS, Nagpur) can enforce all the terms and conditions of the agreement for execution of above work as per the schedule of work, specifications, term & conditions of the tender. Both of us shall be responsible for the execution of work as per the agreement to the extent this MOU allows. Both the parties shall be paid consequent to the execution as per agreement to the extent this MOU permits. In case of any dispute, either of us will go for mediation by the Engineer–in-charge. Any of us may appeal against the mediation to the Director, AIIMS, Nagpur. His decision shall be final and binding on both of us.

We have agreed as under:

1. The electrical contractor will execute all electrical works in the wholesome manner as per terms and conditions of the agreement.

2. The electrical contractor shall be liable for disciplinary action if he fails to discharge the action(s) and other legal action as per agreement.

3. All the machinery and equipments, tools and tackles required for execution of the electrical works, as

per agreement, shall be the responsibility of the electrical contractor.

4. The site staff required for the electrical work shall be arranged by the electrical contractor or by the main contractor as per terms and conditions of the agreement.

5. Site order book maintained for the said work shall be signed by the main contractor as well as by the

Engineer of the Association Contractor and by Associated Contractor himself.

6. All the correspondence regarding execution of the electrical work shall be done by the department with the Associated Contractor with a copy to the main contractor. In case of non-compliance of the

AIIMS, Nagpur P a g e | 50

Correction NIL Insertion NIL

Omission NIL Overwriting NIL

EE(C)

provisions of agreement, the main contractor, as well as the associated contractor shall be responsible. The action clauses 2 and 3 shall be initiated and taken against the main contractor.

SIGNATURE OF MAIN CONTRACTOR SIGNATURE OF ASSOCIATED/ ELECTRICAL CONTRACTOR

Date: Date: Place: Place:

1. Witness with address 2. Witness with address (From contractor side) (From contractor side)

AIIMS, Nagpur P a g e | 51

Correction NIL Insertion NIL

Omission NIL Overwriting NIL

EE(C)

INTEGRITY PACT

To,

…………………………………………..

…………………………………………..

…………………………………………..

Sub: NIT No. 01/EEC/AIIMS/NAG/2021-22

For the work of: - “Setting up of Laboratory for Managing Epidemics and National Calamities in AYUSH building of AIIMS,Nagpur. SubHead:

Providing and fixing masonry & aluminum partitions, platforms, cupboards and overhead cabinets and miscellaneous civil works including internal Electrical installations, HVAC work such as supply installation testing commissioning of VRF unit.

Dear Sir, It is here by declared that AIIMS Nagpur is committed to follow the principle of transparency, equity and competitiveness in public procurement. The subject Notice Inviting Tender (NIT) is an invitation to offer made on the condition that the Bidder will sign the integrity Agreement, which is an integral part of tender / bid documents, failing which the tenderer / bidder will stand disqualified from the tendering process and the bid of the bidder would be summarily rejected. This declaration shall form part and parcel of the Integrity Agreement and signing of the same shall be deemed as acceptance and signing of the Integrity Agreement on behalf of the Director AIIMS Nagpur.

Yours faithfully,

Executive Engineer (C) AIIMS Nagpur

AIIMS, Nagpur P a g e | 52

Correction NIL Insertion NIL

Omission NIL Overwriting NIL

EE(C)

INTEGRITY PACT

To,

The Executive Engineer (C) AIIMS NAGPUR .

Sub: Submission of Tender for the work of NIT No. 01/AIIMS/NAG/EEC/2021-22

For the work of: - “Setting up of Laboratory for Managing Epidemics and National Calamities in AYUSH building of AIIMS,Nagpur. SubHead:

Providing and fixing masonry & aluminum partitions, platforms, cupboards and overhead cabinets and miscellaneous civil works including internal Electrical installations, HVAC work such as supply installation testing commissioning of VRF unit.

Dear Sir,

I / We acknowledge that AIIMS is committed to follow the principles thereof as enumerated in the Integrity Agreement enclosed with the tender/bid document.

I / We agree that the Notice Inviting Tender (NIT) is an invitation to offer made on the condition

that I/We will sign the enclosed integrity Agreement, which is an integral part of tender documents, failing which I/We will stand disqualified from the tendering process. I/We acknowledge that THE MAKING OF THE BID SHALL BE REGARDED AS AN UNCONDITIONAL AND ABSOLUTE ACCEPTANCE of this condition of the NIT.

I/We confirm acceptance and compliance with the Integrity Agreement in letter and spirit and further agree that execution of the said Integrity Agreement shall be separate and distinct from the main contract, which will come into existence when tender/bid is finally accepted by AIIMS, Nagpur. I/We acknowledge and accept the duration of the Integrity Agreement, which shall be in the line with Article 1 of the enclosed Integrity Agreement.

I/We acknowledge that in the event of my/our failure to sign and accept the Integrity Agreement, while submitting the tender/bid, AIIMS, Nagpur shall have unqualified, absolute and unfettered right to disqualify the tenderer/bidder and reject the tender/bid is accordance with terms and conditions of the tender/bid. Yours faithfully

(Duly authorized signatory of the Bidder)

AIIMS, Nagpur P a g e | 53

Correction NIL Insertion NIL

Omission NIL Overwriting NIL

EE(C)

To be signed by the bidder and same signatory competent / authorized to Sign the relevant contract on behalf of AIIMS Nagpur .

INTEGRITY AGREEMENT

This Integrity Agreement is made at .............................. on this ............... day of. ............. 2021

BETWEEN

Director, AIIMS Nagpur represented through Executive Engineer (C), AIIMS Nagpur , AIIMS,.................................................................................... , (Hereinafter referred as the 'Principal / Owner', which expression shall unless repugnant to the meaning or context hereof include its successors and permitted assigns)

AND

(Name and Address of the Individual/firm/Company) through ................................................................................ (hereinafter referred to as the

(Details of duly authorized signatory) “Bidder/Contractor” and which expression shall unless repugnant to the meaning or context hereof include its successors and permitted assigns)

Preamble

WHEREAS the Principal/Owner has floated the Tender No. 01/AIIMS/NAG/EEC/2021-22 ................................... ) (hereinafter referred to as “Tender/Bid”) and intends to award, under laid down organizational procedure, contract for “Setting up of Laboratory for Managing Epidemics and National Calamities in AYUSH building of AIIMS,Nagpur. SubHead:

Providing and fixing masonry & aluminum partitions, platforms, cupboards and overhead cabinets and miscellaneous civil works including internal Electrical installations, HVAC work such as supply installation testing commissioning of VRF unit here in after referred to as the “Contract”.

AND WHEREAS the Principal / Owner values full compliance with all relevant laws of the land, rules, regulations, economic use of resources and of fairness/transparency in its relation with its Bidder(s) and Contractor(s). AND WHEREAS to meet the purpose aforesaid both the parties have agreed to enter into this Integrity Agreement (hereinafter referred to as “Integrity Pact” or “Pact”), the terms and conditions of which shall also be read as integral part and parcel of the Tender/Bid documents and Contract between the parties. NOW, THEREFORE, in consideration of mutual covenants contained in this Pact, the parties hereby agree as follows and this Pact witnesses as under:

Article 1: Commitment of the Principal/Owner

1) The Principal/Owner commits itself to take all measures necessary to prevent corruption and to observe the following principles:

(a) No employee of the Principal/Owner, personally or through any of his/her family members, will in connection with the Tender, or the execution of the Contract, demand, take a promise for or accept, for self or third person, any material or immaterial benefit which the person is not legally entitled to.

(b) The Principal/Owner will, during the Tender process, treat all Bidder(s) with equity and reason. The Principal/Owner will, in particular, before and during the Tender process, provide to all

AIIMS, Nagpur P a g e | 54

Correction NIL Insertion NIL

Omission NIL Overwriting NIL

EE(C)

Bidder(s) the same information and will not provide to any Bidder(s) confidential / additional information through which the Bidder(s) could obtain an advantage in relation to the Tender process or the Contract execution.

(c) The Principal/Owner shall endeavour to exclude from the Tender process any person, whose conduct in the past has been of biased nature.

2) If the Principal/Owner obtains information on the conduct of any of its employees which is a criminal offence under the Indian Penal code (IPC)/Prevention of Corruption Act, 1988 (PC Act) or is in violation of the principles herein mentioned or if there be a substantive suspicion in this regard, the Principal/Owner will inform the Chief Vigilance Officer and in addition can also initiate disciplinary actions as per its internal laid down policies and procedures.

Article 2: Commitment of the Bidder(s)/Contractor(s)

1) It is required that each Bidder/Contractor (including their respective officers, employees and agents) adhere to the highest ethical standards, and report to the Government / Department all suspected acts of fraud or corruption or Coercion or Collusion of which it has knowledge or becomes aware, during the tendering process and throughout the negotiation or award of a contract.

2) The Bidder(s)/Contractor(s) commits himself to take all measures necessary to prevent corruption. He commits himself to observe the following principles during his participation in the Tender process and during the Contract execution:

a) The Bidder(s)/Contractor(s) will not, directly or through any other person or firm, offer, promise or give to any of the Principal/Owner’s employees involved in the Tender process or execution of the Contract or to any third person any material or other benefit which he/she is not legally entitled to, in order to obtain in exchange any advantage of any kind whatsoever during the Tender process or during the execution of the Contract.

b) The Bidder(s)/Contractor(s) will not enter with other Bidder(s) into any undisclosed agreement or understanding, whether formal or informal. This applies in particular to prices, specifications, certifications, subsidiary contracts, submission or non-submission of bids or any other actions to restrict competitiveness or to cartelize in the bidding process.

c) The Bidder(s)/Contractor(s) will not commit any offence under the relevant IPC/PC Act. Further the Bidder(s)/Contractor(s) will not use improperly, (for the purpose of competition or personal gain), or pass on to others, any information or documents provided by the Principal/Owner as part of the business relationship, regarding plans, technical proposals and business details, including information contained or transmitted electronically.

d) The Bidder(s)/Contractor(s) of foreign origin shall disclose the names and addresses of agents/representatives in India, if any. Similarly Bidder(s)/Contractor(s) of Indian Nationality shall disclose names and addresses of foreign agents/representatives, if any. Either the Indian agent on behalf of the foreign principal or the foreign principal directly could bid in a tender but not both. Further, in cases where an agent participate in a tender on behalf of one manufacturer, he shall not be allowed to quote on behalf of another manufacturer along with the first manufacturer in a subsequent/parallel tender for the same item.

e) The Bidder(s)/Contractor(s) will, when presenting his bid, disclose (with each tender as per proforma enclosed) any and all payments he has made, is committed to or intends to make to agents, brokers or any other intermediaries in connection with the award of the Contract.

3) The Bidder(s)/Contractor(s) will not instigate third persons to commit offences outlined above or be an accessory to such offences.

4) The Bidder(s)/Contractor(s) will not, directly or through any other person or firm indulge in fraudulent practice means a willful misrepresentation or omission of facts or submission of fake/forged documents in order to induce public official to act in reliance thereof, with the purpose

AIIMS, Nagpur P a g e | 55

Correction NIL Insertion NIL

Omission NIL Overwriting NIL

EE(C)

of obtaining unjust advantage by or causing damage to justified interest of others and/or to influence the procurement process to the detriment of the Government interests.

5) The Bidder(s)/Contractor(s) will not, directly or through any other person or firm use Coercive Practices (means the act of obtaining something, compelling an action or influencing a decision through intimidation, threat or the use of force directly or indirectly, where potential or actual injury may befall upon a person, his/ her reputation or property to influence their participation in the tendering process).

Article 3: Consequences of Breach

1) Without prejudice to any rights that may be available to the Principal/Owner under law or the Contract or its established policies and laid down procedures, the Principal/Owner shall have the following rights in case of breach of this Integrity Pact by the Bidder(s)/Contractor(s) and the Bidder/ Contractor accepts and undertakes to respect and uphold the Principal/Owner’s absolute right:

2) If the Bidder(s)/Contractor(s), either before award or during execution of Contract has committed a transgression through a violation of Article 2 above or in any other form, such as to put his reliability or credibility in question, the Principal/Owner after giving 14 days notice to the contractor shall have powers to disqualify the Bidder(s)/Contractor(s) from the Tender process or terminate/determine the Contract, if already executed or exclude the Bidder/Contractor from future contract award processes. The imposition and duration of the exclusion will be determined by the severity of transgression and determined by the Principal/Owner. Such exclusion may be forever or for a limited period as decided by the Principal/Owner.

3) Forfeiture of Performance Guarantee/Security Deposit:

If the Principal/Owner has disqualified the Bidder(s) from the Tender process prior to the award of the Contract or terminated/determined the Contract or has accrued the right to terminate/determine the Contract according to Article 3(1), the Principal/Owner apart from exercising any legal rights that may have accrued to the Principal/Owner, may in its considered opinion forfeit the entire amount of Performance Guarantee and Security Deposit of the Bidder/Contractor.

4) Criminal Liability: If the Principal/Owner obtains knowledge of conduct of a Bidder or Contractor, or of an employee or a representative or an associate of a Bidder or Contractor which constitutes corruption within the meaning of Indian Penal code (IPC)/Prevention of Corruption Act, or if the Principal/Owner has substantive suspicion in this regard, the Principal/Owner will inform the same to law enforcing agencies for further investigation.

Article 4: Previous Transgression

1) The Bidder declares that no previous transgressions occurred in the last 5 years with any other Company in any country confirming to the anticorruption approach or with Central Government or State Government or any other Central/State Public Sector Enterprises in India that could justify his exclusion from the Tender process.

2) If the Bidder makes incorrect statement on this subject, he can be disqualified from the Tender process or action can be taken for banning of business dealings/ holiday listing of the Bidder/Contractor as deemed fit by the Principal/ Owner.

3) If the Bidder/Contractor can prove that he has resorted / recouped the damage caused by him and has installed a suitable corruption prevention system, the Principal/Owner may, at its own discretion, revoke the exclusion prematurely.

Article 5: Equal Treatment of all Bidders/Contractors/Subcontractors

1) The Bidder(s)/Contractor(s) undertake(s) to demand from all subcontractors a commitment in conformity with this Integrity Pact. The Bidder/Contractor shall be responsible for any violation(s) of the principles laid down in this agreement/Pact by any of its Subcontractors/ sub-vendors.

AIIMS, Nagpur P a g e | 56

Correction NIL Insertion NIL

Omission NIL Overwriting NIL

EE(C)

2) The Principal/Owner will enter into Pacts on identical terms as this one with all Bidders and Contractors.

3) The Principal/Owner will disqualify Bidders from the tendering process who do not submit, the duly signed Pact between the Principal/Owner and the bidder, along with the Tendering or violate its provisions at any stage of the Tender process, from the Tender process.

Article 6- Duration of the Pact

1) This Pact begins when both the parties have legally signed it. It expires for the Contractor / Vendor 04 Months after the completion of work under the contract or till the continuation of defect liability period, whichever is more and for all other bidders, till the Contract has been awarded.

2) If any claim is made/lodged during the time, the same shall be binding and continue to be valid despite the lapse of this Pacts as specified above, unless it is discharged/determined by the Competent Authority of AIIMS Nagpur .

Article 7- Other Provisions

1) This Pact is subject to Indian Law, place of performance and jurisdiction is the AIIMS, Nagpur of the Principal/Owner, who has floated the Tender.

2) Changes and supplements need to be made in writing. Side agreements have not been made. 3) If the Contractor is a partnership or a consortium, this Pact must be signed by all the partners or by

one or more partner holding power of attorney signed by all partners and consortium members. In case of a Company, the Pact must be signed by a representative duly authorized by board resolution.

4) Should one or several provisions of this Pact turn out to be invalid; the remainder of this Pact remains valid. In this case, the parties will strive to come to an agreement to their original intensions.

5) It is agreed term and condition that any dispute or difference arising between the parties with regard to the terms of this Integrity Agreement / Pact, any action taken by the Owner/Principal in accordance with this Integrity Agreement/ Pact or interpretation thereof shall not be subject to arbitration.

Article 8- LEGAL AND PRIOR RIGHTS

All rights and remedies of the parties hereto shall be in addition to all the other legal rights and remedies belonging to such parties under the Contract and/or law and the same shall be deemed to be cumulative and not alternative to such legal rights and remedies aforesaid. For the sake of brevity, both the Parties agree that this Integrity Pact will have precedence over the Tender/Contract documents with regard any of the provisions covered under this Integrity Pact.

IN WITNESS WHEREOF the parties have signed and executed this Integrity Pact at the place and date first above mentioned in the presence of following witnesses:

............................................................... (For and on behalf of Principal/Owner) ................................................................. (For and on behalf of Bidder/Contractor)

WITNESSES:

1 . ..............................................(signature, name and address)

2 . ...............................................(signature, name and address)

Place:

Dated :

AIIMS, Nagpur P a g e | 57

Correction NIL Insertion NIL

Omission NIL Overwriting NIL

EE(C)

CPWD-7 ALL INDIA INSTITUTE OF MEDICAL SCIENCES, NAGPUR

Percentage Rate Tender & Contract for Works

(A) Tender/bid for the work of: - “Setting up of Laboratory for Managing Epidemics and

National Calamities in AYUSH building of AIIMS,Nagpur. SubHead:

Providing and fixing masonry & aluminum partitions, platforms, cupboards and overhead cabinets and miscellaneous civil works including internal Electrical installations, HVAC work such as supply installation testing commissioning of VRF unit.

(i) To be submitted/uploaded online by 15:00 Hours on 07/10/2021 to Executive Engineer (C), AIIMS, Nagpur.

(ii) To be opened in presence of tenderers/bidders who may be present at 15:00 Hours on 08/10/2021 in the office of Executive Engineer (C), AIIMS, Nagpur.

fufonk TENDER

eSaus@geus dk;Z ds fy, fufonk vkea=.k lwpuk] vuqlwph d][k]x]?k]M-] vkSj p] ykxw fofunsZ’k] uD’ks ,oa fMtkbu] lkekU; fu;e ,oa funsZ’k] Bsds ds mica/k] fof’k"V ’krsZ]nj vuqlwph ,oa vU; dkxtkr rFkk Bsds dh ’krksZ esa fn, x, fu;e rFkk fufonk dkxtkr esa mfYyf[kr vU; ckrksa dks i<+ o tkap fy;k gSA

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

eaS@ge],rr~ }kjk funs’kd v-Hkk-vk-la- ds fy, vuqlwph ^p* esa fofufnZ"V le; ds Hkhrj fofufnZ"V dk;Z] ;Fkk&ek=kvksa dh vuqlwph rFkk lHkh lacaf/kr fofunsZ’kksa] fMtkbuksa] uD’kksa ds vuq:i rFkk lkekU; fu;ekoyh ds fu;e&1 vkSj Bsds dh ’krksZ ds [kaM&11 esa mfYyf[krfyf[kr vuqns’kksa ,oa ,slh lkefxz;ksa] tks iznkudh tkr gS vkSj mlds laca/k esa] ,slh ’krsZ tks ykxw gks] ds vuq:i fu"iknu gsrq fufonk nsrk gwa@nsrs gSa A

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

ge fufonk dks] blds [kksys tkus dh fu/kkZfjr rkjh[k ls पचह र ¼75½ fnu ds fy, [kqyk j[kus rFkk bldh 'krksaZ ,oa fuca/kuksa esa] fdlh izdkj dk ifjorZu djus ds fy, lger gSaA

I/We agree to keep the tender open for Seventy Five (75) days from the due date of opening of technical bid and not to make any modification in its terms and conditions.

ईएमडी के संबंध म घोषणा ुत की गई है। यिद म/हम िनधा रत अविध के भीतर िनधा रत िन ादन गारंटी ुत करने म

िवफल रहते ह। म/हम सहमत ह िक उ िनदेशक, ए नागपुर या उनके उ रािधकारी, कायालय म िकसी अन्य अिधकार या उपाय

पर ितकूल भाव डाले िबना, मुझे/हम ितबंिधत करने के िलए कारवाई करने के िलए तं होगें। इसके अलावा, यिद म/हम िनिद

के अनुसार काम शु करने म िवफल रहते ह, तो म/ हम इस बात से सहमत ह िक िनदेशक, ए नागपुर या कायालय म उनके

AIIMS, Nagpur P a g e | 58

Correction NIL Insertion NIL

Omission NIL Overwriting NIL

EE(C)

उ रािधकारी कानून म उपल िकसी भी अ अिधकार या उपाय पर ितकूल भाव डाले िबना, उ दशन की गारंटी को पूण प

से ज करने के िलए तं होगें। उ िन ादन की गारंटी उस सीमा से अिधक के िनयमो ंऔर शत पर िनिवदा द ावेजो ंम िनिद

सभी काय को िन ािदत करने की गारंटी होगी, जो िक खंड 12.2 म िनिहत ावधान के अनुसार िनधा रत की जाने वाली दरो ंपर होगी और 12.3 िनिवदा प । इसके अलावा, म/हम सहमत ं/ह िक पूव िन ादन गारंटी के ज होने की थित म, मुझे/हम काय की पुन: िनिवदा ि या म भाग लेने से वंिचत कर िदया जाएगा।

Declaration in respect of EMD has been submitted. If I/We, Fail to furnish the prescribed performance guarantee within prescribed period. I/We agree that the said Director, AIIMS Nagpur or his successors, in office shall without prejudice to any other right or remedy, be at liberty to take action to debar me/us. Further, if I/WE fail to commence work as specified, I/We agree that Director, AIIMS, Nagpur or his successors in office shall without prejudice to any other right or remedy available in law, be at liberty to forfeit the said performance guarantee absolutely. The said Performance Guarantee shall be a guarantee to execute all the works referred to in the tender documents upon the terms and conditions contained or referred to those in excess of that limit at the rates to be determined in accordance with the provision contained in clause 12.2 and 12.3 of the tender form. Further, I/we agree that in case of forfeiture of performance guarantee as aforesaid, I/We shall be debarred for participation in the re-tendering process of the work.

eSa opu nsrk gwa rFkk iqf"V djrk gwa@ge opu nsrs gSa rFkk iqf"V djrs gSa fd ik=rk ds fy, leku fuekZ.k dk;Z dks cSd Vw cSd vk/kkj ij ,d vU; Bsdsnkj }kjk ugha djok;k x;k gSA blds vykok ;fn bl izdkj dk mYya?ku foHkkx dh tkudkjh esa vkrk gS rks eq>s@gesa Hkfo"; esa dsyksfufo esa fufonk nsus ls ges'kk ds fy, oafpr dj fn;k tk,xkA lkFk gh] ;fn dk;Z ds izkjaHk gksus dh rkjh[k ls igys bl izdkj dk mYya?ku foHkkx dh tkudkjh esa vkrk gS rks Hkkjlk/kd bathfu;j dks dk;Z fu"iknu xkjaVh dh lexz jkf'k tCr djus dh Lora=rk gksxhA

I/We undertake and confirm that eligible similar work(s) has / have not been got executed through another contractor on back to back basis. Further that, if such a violation comes to the notice of Department, then I/We shall be debarred for tendering in AIIMS Nagpur in future forever. Also, if such a violation comes to the notice of Department before date of start of work, The Engineer – in – Charge shall be free to forfeit the entire amount of Performance Guarantee.

eSa@ge ,rr~ }kjk ?kks"k.kk djrs gS fd eS@ge fufonk dkxtkrksa] uD’kksa vkSj dk;Z ls lacaf/kr vU; vfHkys[kksa dks xqIr@xksiuh; dkxtkr ds :Ik esa j[ksaxs vkSj muls izkIr@yh xbZ tkudkjh fdlh vU; dks] ftUgsa eSa@ge lwfpr djus ds fy, izkf/kd̀r gks] ls fHkUu fdlh dks]ugha crk,xsa ;k tkudkjh dks fdlh ,sls:i esa iz;ksx ugh djsaxs tks jkT; dh lqj{kk ds fy, izfrdwy gksA

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

rkjh[k Dated..................... Bsdsnkj ds gLrk{kj Signature of Contractor

Mkd dk irk Postal Address

lk{kh Witness:

irk Address:

mithfodk Occupation:

(To be filled in by the contractor/Witness as applicable)

AIIMS, Nagpur P a g e | 59

Correction NIL Insertion NIL

Omission NIL Overwriting NIL

EE(C)

Lohd`fr ACCEPTANCE

eSa funs’kd] vf[ky Hkkjrh; vk;qfoZKku laLFkku ukxiqj dh vksj ls rFkk muds fy,----------------------------------- ¼:i, ---…………………………………………………………………..-½ dh jkf’k ds fy, mi;qZDrfufonk ¼v/kksfyf[kr i=ksa ds vuqlkj ifjofrZr½ Lohdkj djrk gwaA

The above tender (as modified vide letters mentioned hereunder) is accepted by me for and on behalf of the Director, AIIMS Nagpur for a sum of (Rupees______________________________)

uhps fn, x, i= bl Bsdk djkj dk fgLlk gksaxsA

The letters referred to below shall form part of this contract agreement:-

a)

b)

c)

funs’kd v-Hkk-vk-la- dh vksj ls rFkk muds fy,

For & on behalf of the Director, AIIMS Nagpur

gLrk{kj Signature ..................................

rkjh[k Dated...................... inuke Designation.........................

AIIMS, Nagpur P a g e | 60

Correction NIL Insertion NIL

Omission NIL Overwriting NIL

EE(C)

BLANK

AIIMS, Nagpur P a g e | 61

Correction NIL Insertion NIL

Omission NIL Overwriting NIL

EE(C)

vuqlwfp;ka SCHEDULES

vuqlwph ^d* SCHEDULE ‘A’

ek=kvksa dh vuqlwph ¼layXu½

Schedule of quantities Page No. 89 to 108 (Enclosed)

vuqlwph ^[k* SCHEDULE ‘B’ Bsdsnkj dh fuxZr dh tkus okyh lkefxz;ksa dh vuqlwph Schedule of materials to be issued to the contractor : Not Applicable

Øe- la- en fooj.k ek=k ftl nj ij lkefxz;ka Bsdsnkj dks fuxZr LFkku

S.No. Description of item Quantity izHkkfor gksxh og nj vadksa ,oa “kCnksa Place of Issue

Rates in figures & words at which the contractor

1 2 3 4 5

(Material required for the work shall be arranged by the

Contractor)

vuqlwph ^x* SCHEDULE ‘C’ Bsdsnkj dks HkkM+s ij fn, tkus okys vkStkj ,oa la;= Tools and plants to be hired to the contractor : Not Applicable

Øe- la- fooj.k HkkM+k izHkkj izfrfnu fuxZr LFkku

S.No. Description Hire charges per day Place of Issue

1 2 3 4

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

(shall be arranged by the Contractor)

vuqlwph ?k* SCHEDULE ‘D’

dk;Z ds fy, fo’ks"k vis{kk,a@nLrkost]

;fn dksbZ gksa] dh vfrfjDr vuqlwph

Extra schedule for specific requirements/

Documents for the work, if any. Paticular Specifications & Special Conditions (Page 71 to 88)

vuqlwph ¼M½ SCHEDULE ‘E’

Bsds dh lkekU; ’krksZ dk lanHkZ

Reference to General Conditions of contract: General Conditions of Contract for CPWD Works, 2020 (for construction Works) correction slip as on last date of online bid submission

AIIMS, Nagpur P a g e | 62

Correction NIL Insertion NIL

Omission NIL Overwriting NIL

EE(C)

dk;Z dk uke Name of work: Setting up of Laboratory for Managing Epidemics and National Calamities in AYUSH building of AIIMS,Nagpur.

SubHead:

Providing and fixing masonry & aluminum partitions, platforms, cupboards and overhead cabinets and miscellaneous civil works including internal Electrical installations, HVAC work such as supply installation testing commissioning of VRF unit.

dk;Z dh vuqqekfur ykxr Estimated cost of work: Rs. 47,54,442/-

(i) /kjksgj jkf’k Earnest money: Nil, (Declaration in respect of EMD at page no. 35 to be enclosed hard copy duly sealed & signed)

(ii) fu"iknu xkjaVh Performance guarantee: 3% of tendered value fufofnr ewY; dk 3% izfr’kr

(iii) izfrHkwfr fu{ksi% Security Deposit: 2.5% of tendered value fufofnr ewY;

dk 2.5% izfr’kr

vuqlwph ^p*SCHEDULE ‘F’

lkekU; fu;e ,oa fn’kkfunsZ’k%

General Rules & Directions:

fufonk vkea=.k djus okyk izkf/kdkjh

Officer inviting tender- Executive Engineer (Civil), AIIMS, Nagpur

dk;Z dh enksZ dh ek=k ds fy, vf/kdre izfr’kr ftlls vf/kd fu"ikfnr enksa ds fy, njksa dk fu/kkZj.k [k.M 12-2 vkSj 12-3 ds fuEukuqlkj vuqlkj gksxk

Maximum percentage for quantity of items of work to be executed beyond which rates are to be determined in accordance with Clauses 12.2 & 12.3

See Below under clause 12

AIIMS, Nagpur P a g e | 63

Correction NIL Insertion NIL

Omission NIL Overwriting NIL

EE(C)

Definitions:

2(v) Hkkjlk/kd bathfu;j

Engineer-in-Charge Executive Engineer (Civil), AIIMS, Nagpur

2(viii) Lohdkj drkZ izkf/kdkjh

Accepting Authority DIRECTOR, AIIMS Nagpur

2(x) vfrfjDr vkSj ykHkksa dks iwjk djus ds fy, Je ,oa lkefxz;ksa dh ykxr ij izfr’krrk

Percentage on cost of materials and

labour to cover all overheads and profits 15% (Fifteen percent)

2(xi) njksa dh ekud vuqlwph

Standard schedule of Rates Delhi Schedule of Rates (DSR) -Civil – DSR 2019 with upto date correction slip. Electrical & Mech. -DSR 2019 with upto date correction slip.

2(xii) foHkkx

Department AIIMS NAGPUR

9(ii) ekud ds-yks-fu-fo- Bsdk QkeZ

Standard CPWD contract Form: GCC 2020, CPWD Form 7 as modified & corrected up to Last date of Online Submission

[k.M Clause 1

iv) Lohd̀fr i= tkjh gksus dh rkjh[k ls

fu"iknu xkjaVh ds izLrqrhdj.k ds fy, vuqer le;

Time allowed for submission of performance guarantee, program chart (Time & Progress) and applicable labour licenses, registration with EPFO, ESIC and BOCW welfare board or proof of applying thereof : from the date of issue of letter of acceptance.

: 07 days.

AIIMS, Nagpur P a g e | 64

Correction NIL Insertion NIL

Omission NIL Overwriting NIL

EE(C)

v) mi;qZDr ¼i½ esa nh xbZ vof/k ds Ik’pkr~ vf/kdre vuqes; ,DlVsa’ku

Extension with late fee @ 0.10% per day of performance guarantee amount beyond the period as provided in (i) above : 07 days. * Beyond days mentioned in (iv) & (v) above the competent authorities May take appropriate decisions.

[k.M Clause 2

[k.M 2 ds rgr izfrdkj fuf’pr djus okyk izkf/kdkjh

Authority for fixing compensation under clause2 DIRECTOR, AIIMS, Nagpur

[k.M Clause 2A Whether Clause 2A shall be applicable: - N.A. – [k.M Clause 5

dk;Z vkjaHk dh rkjh[k dh x.kuk ds fy, Lohdf̀r i= ds tkjh gksus dh rkjh[k ls fnuksa dh la[;k

No. of days from the date of issue of

letter of acceptance for reckoning date of start : 07 days.

y{; uhps nh xbZ lkj.kh ds vuqlkj

Milestone(s): - As per Table given below

y{; ¼ehy&iRFkj½ lkj.kh

Table of milestone(s)

Table of Mile stones:

Sr.

No.

Description of Milestone (Financial Progress)

Time allowed in Months (From date of start) for achieving milestone

Amount to be withheld in case of Non-achievement of each mile stone

1 Completion of 30% of work 45 days 1.5% of the tendered value of

work will be with-held for failure

2 Completion of 60% of work 60 days 1.5% of the tendered value of

work will be with-held for failure

3 Completion of all remaining

work in all respects. 90 days

2.0% of the tendered value of work will be with-held for failure

NOTE:

1. Withheld amount shall be released if and when subsequent milestone is achieved within respective time specified. However, in case milestones are not achieved by the Bidder for the work, the amount shown against milestone shall be withheld.

AIIMS, Nagpur P a g e | 65

Correction NIL Insertion NIL

Omission NIL Overwriting NIL

EE(C)

2. Intending bidder may submit phasing of activities/milestones based on their resources and methodology at the time of bidding corresponding to physical milestones / financial milestone/ stages indicated in the above table. These shall be formed part of the agreement after approval of the accepting authority, otherwise it would be assumed that agency agrees with the above mentioned physical / financial milestones.

3. Time allowed for execution of work: 03 Months

Authority to decide

(i) Extension of Time Executive Engineer (C), AIIMS, Nagpur

(ii) Rescheduling of milestones Director, AIIMS, Nagpur

(iii) Shifting of date of start in case of delay in handing over of site Director, AIIMS Nagpur

PROFORMA OF SCHEDULE Clause 5 Schedule of Handing over of site

Part Portion of site Description Time period for handing over from date of issue of letter of intent

Part - A Portion without any hindrance Full Site available

Part – B Portion with encumbrances NIL

Part – C Portion dependent on work of other agencies

NIL

[k.M Clause 6

Clause applicable Clause 6 (Computerized MB)

[k.M Clause 7

varfje Hkqxrku ds fy, ik= gksus ds fy, vafre ,sls Hkqxrku ds ckn dqy Hkqxrku ,df=r lkefxz;ksa ds vfxzeksa ds lek;kstu lfgr fd;k tkus okyk dqy dk;Z

Gross work to be done together with net Payment/adjustment of advances for Material collected, if any since the last Such payment for being eligible to interim Payment Rs. 15.85 Lakhs

AIIMS, Nagpur P a g e | 66

Correction NIL Insertion NIL

Omission NIL Overwriting NIL

EE(C)

[k.M 7d Clause7A

Weather clause 7 A shall be applicable Yes applicable

(No running Account Bill shall be paid for the work till the applicable labour licenses, registration with EPFO, ESIC and BOCW Welfare Board, whatever applicable are submitted by the contractor to the Engineer-in-charge)

[k.M 10d Clause 10A

dk;ZLFky iz;ksx’kkyk esa Bsdsnkj }kjk miyC/k djk;s tkus ijh{k.k midj.k dh lwph List of testing equipment to be provided by the contractor at site lab As per direction of Engineer-in-

Charge.

[k.M Clause 10B(ii)

D;k [k.M 10 [k (ii) ykxw gksxk

Whether clause 10B (ii) shall be applicable Not Applicable

[k.M Clause 10C

Component of labour expressed as percent of value of work 25%

[k.M Clause 10CC Not Applicable

[k.M Clause 11

dk;Z fu"iknu ds fy, vuqikyu Specifications to be followed for execution of work: CPWD General Specifications

for Civil Works Part I & II 2019, Electrical Works Part I Internal- 2013, HVAC-2017, amended up to the date of bid submission.

Type of Work All Construction Work

[k.M Clause 12

Authority to decide deviation

fopyu r; djus dk vf/kdkjh DIRECTOR AIIMS, Nagpur

[k.M Clause 12.2 & 12.3

fopyu lhek ftlds ijs [k.M 12-2 rFkk 12-3 Hkou fuekZ.k dk;Z ds fy, ykxw gksaxs

Deviation limit beyond which clauses 12.2&12.3 100% shall apply for building work (Other than foundation)

AIIMS, Nagpur P a g e | 67

Correction NIL Insertion NIL

Omission NIL Overwriting NIL

EE(C)

12.5 i) Deviation limit beyond which clauses 12.2 & 12.3 shall apply for foundation work (except earthwork) 100%

ii) Deviation Limit for items mentioned in earth work subhead of DSR and related items 100%

[k.M Clause 16

?kVh gqbZ njs fu/kkZfjr djus dh fy, l{ke izkf/kdkjh

Competent Authority for deciding reduced rates: DIRECTOR, AIIMS Nagpur

[k.M Clause 18

dk;ZLFky ij Bsdsnkj }kjk yxk;s tkus okyh vfuok;Z e’khujh vkStkj ,oa l;a=ksa dh lwph %&

List of mandatory machines, tools and plants to be deployed by the contractor at site. All essential Tools Used for Construction Work. As per direction of Engineer-in- Charge [k.M Clause 19L

ईपीएफ और ईएसआई का योगदान

Contribution of EPF and ESI : Yes

[k.M Clause 25

Place of arbitration : To be decided by competent authority at the time of appointment of Arbitrator.

For Total Claim upto Rs. 25 Lakhs

Designation Constitution of Dispute Redressal Committee(DRC)

Chairman DIRECTOR, AIIMS Nagpur

Member F.A. AIIMS Nagpur

Member Secretary Deputy Director (Admin) AIIMS Nagpur

Presenting Officer Executive Engineer (C), AIIMS Nagpur

AIIMS, Nagpur P a g e | 68

Correction NIL Insertion NIL

Omission NIL Overwriting NIL

EE(C)

For Total Claim above Rs. 25 Lakhs

Designation Constitution of Dispute Redressal Committee(DRC)

Chairman DIRECTOR, AIIMS Nagpur

Member Secretary Deputy Director (Admin) AIIMS Nagpur

Member F.A. AIIMS Nagpur

Presenting Officer Executive Engineer (C), AIIMS Nagpur.

[k.M Clause 30

Whether clause 30 shall be applicable The contractor shall make his own arrangement of water.

[k.M Clause 31 Whether clause 31 shall be applicable YES, applicable as per condition of work [k.M Clause 32 Whether clause 32 shall be applicable YES

[k.M Clause 38

i) (a) Schedule / statement for determining

theoretical quantity of cement & bitumen

On the basis of Delhi schedule of Rates 2019 & 2018 with upto date correction slips.

ii) Variations permissible on theoretical quantities

a) Cement for works with estimated cost put to tender more than Rs. 5 lakhs.

2% plus/minus.

b) Bitumen for all works. 2.5% plus only & Nil on minus side.

c) Steel reinforcement and structural steel sections for each diameter section and category.

2% plus/minus.

d) All other materials. Nil.

Sr.

NO

Requirement of Technical staff

Nos Minimum experience

(Years)

Designation of Technical staff

Rate at which recovery shall be made from the contractor in the event of not fulfilling

provision of Clause 32

1

Graduate Engineer

Or Diploma Engineer

1

2

Or

5

(respectively)

Technical Representative

or

Project Planning/ Quality/ Site/

Billing Engineer

Rs. 15,000/-

Per Person/ Month

Rupees Fifteen

Thousand Per Person/ Month

AIIMS, Nagpur P a g e | 69

Correction NIL Insertion NIL

Omission NIL Overwriting NIL

EE(C)

vuqeR; fopyu ls vf/kd dh ek=kvksa ds fy, olwyh njsa

RECOVERY RATES FOR QUANTITIES BEYOND PERMISSIBLE VARIATION

A. Civil Works

Øe

la- en fooj.k

vadks vkSj ’kCnksa esa og nj ftlij Bsdsnkj ls olwyh dh tk,xh vuqeR; fopyu ls vf/kd vkf/kD;

Sl

No. Description of item

Rates in figures and words at which recovery shall be made from the Contractor Excess beyond Permissible variation

vuqeR; fopyu ls vf/kd vkf/kD; veqeR; fopyu ls vf/kd mi;ksx

Excess beyond

Permissible variation Less use beyond The permissible variation

1 lhesUV Cement N.A. Not Permitted

2 bZLikr Steel Reinforcement N.A. Not Permitted

B. Electrical & Mechanical Works

Øe

la- en fooj.k

vadks vkSj ’kCnksa esa og nj ftlij Bsdsnkj ls olwyh dh tk,xh vuqeR; fopyu ls vf/kd vkf/kD;

Sl

No. Description of item

Rates in figures and words at which recovery shall be made from the Contractor Excess beyond Permissible variation

vuqeR; fopyu ls vf/kd vkf/kD; veqeR; fopyu ls vf/kd mi;ksx

Excess beyond

Permissible variation Less use beyond The permissible variation

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

Executive Engineer (C), AIIMS, Nagpur

AIIMS, Nagpur P a g e | 70

Correction NIL Insertion NIL

Omission NIL Overwriting NIL

EE(C)

BLANK

AIIMS, Nagpur P a g e | 71

Correction NIL Insertion NIL

Omission NIL Overwriting NIL

EE(C)

PARTICULAR SPECIFICATIONS & SPECIAL CONDITIONS

Name of work: “Setting up of Laboratory for Managing Epidemics and National Calamities in AYUSH building of AIIMS,Nagpur. SubHead:

Providing and fixing masonry & aluminum partitions, platforms, cupboards and overhead cabinets and miscellaneous civil works including internal Electrical installations, HVAC work such as supply installation testing commissioning of VRF unit.”

GENERAL/TECHNICAL

1. The contractor shall take instructions from the Engineer-in-charge for stacking of materials at site. No excavated earth or building materials shall be stacked on areas where the buildings, roads, services or compound walls are to be constructed.

2. Unless otherwise provided in the Schedule of quantities, the rates tendered by the contractor shall be all inclusive and shall apply to all heights, lifts, leads and depths of the building and nothing shall be payable to him on this account.

3. Some restrictions may be imposed by the security staff etc. on the working and for movement of

labour, materials etc. The contractor shall be bound to follow all such restriction / instructions including issue of identity cards to all persons authorized by him to do work / visit the work site and nothing shall be payable on this account.

4. Water and electricity will not be supplied by institute / organization. However if requested by the contractor in writing and available with the organization, it may provide with necessary charges.

5. The contractor shall conduct his work, so as not to interfere with or hinder the progress or completion of the work being performed by other contractor (s) or by the Engineer-in-Charge and shall as far as possible arrange his work and shall place and dispose off the materials being used or removed, so as not to interfere with the operations of other contractors, or he shall arrange his work with that of the others in an acceptable and coordinated manner and shall perform it in proper sequence to the complete satisfaction of Engineer-in-Charge. The contractor shall be responsible for any damage due to hindrance caused by him.

6. Stacking of materials and excavated earth including its disposal shall be done as per the directions of

the Engineer-in-Charge. Double handling of materials or excavated earth if required at any stage shall have to be done by the contractor at his own cost.

7. No claim for idle establishment & labour, machinery & equipments, tools & plants and the like, for any

reason whatsoever, shall be admissible during the execution of work as well as after its completion. 8. Only Star headed Stainless Steel screws shall be used unless otherwise specified.

9. Work shall be carried out in professional manner with finished product serving the intended purpose

with specified strength, durability and aesthetics. 10. Work activities shall be executed in well thought out sequences such that consequent activities not

adversely affecting previously done work. Nothing extra shall be payable to protect the works already done.

AIIMS, Nagpur P a g e | 72

Correction NIL Insertion NIL

Omission NIL Overwriting NIL

EE(C)

11. The contractor shall prepare all the needed shop drawings well in advance and get them approved

before placing the order and execution of the item. 12. The contractor shall, at his risk and cost, make all arrangements and shall provide all facilities as the

contractor shall ensure that all the trucks or vehicles of any kind which are used for construction Engineer-in-Charge may require for collecting, and preparing the required number of samples for such tests at such time and to such place or places as may be directed by the Engineer - in -Charge and bear all charges and cost of testing unless specifically provided for otherwise elsewhere in the contract or specifications.

13. The contractor shall not store /dump construction material or debris on metalled road.

14. The contractor shall get prior approval from Engineer-in-charge for the area where the construction

material or debris can be stored beyond the metalled road. This area shall not cause any obstruction to the free flow of traffic / inconvenience to the pedestrians. It should be ensured by the contractor that no accidents occur on account of such permissible storage.

15. The contractor shall ensure that all the trucks or vehicles of any kind which are used for construction

purposes / or are carrying construction material like cement, sand and other allied material are fully covered. The contractor shall take every necessary precautions that the vehicles are properly cleaned and dust free to ensure that en route their destination, the dust, sand or any other particles are not released in air / contaminate air.

16. The contractor shall provide mask to every worker working on the construction site and involved in

loading, unloading and carriage of construction material and construction debris to prevent inhalation of dust particles.

17. The contractor shall provide all medical help, investigation and treatment to the workers involved in

the construction of building and carry of construction material and debris relatable to dust emission. 18. The contractor shall ensure that C&D waste is transported to the C & D waste site only and due record

shall be maintained by the contractor. 19. The contractor shall compulsory use of wet jet in grinding and stone cutting.

20. The contractor shall ensure that the construction material is covered by tarpaulin. The contractor shall

take all other precaution to ensure that no dust particles are permitted to pollute air quality as a result of such storage.

21. TERMS AND CONDITIONS FOR HVAC WORK

22.1 The bidder Shall visit the site of installation & Commissioning of the Air conditioning machine and

understand the nature & scope of the work and doubts of any nature and should be got clarified before quoting. Agency ascertains themselves with all the rules and regulations of the premises of AIIMS Nagpur.

22.2 Packaging, forwarding, storage and safe-keeping of all the supplied materials shall be the sole responsibility of the bidder irrespective of the location of the material. Agency is responsible for all the materials on site (finished or unfinished). Any loss or damage cause to the materials incidental or otherwise shall be borne by the agency. The Institute shall assume no responsibility in this regard under any circumstances.

AIIMS, Nagpur P a g e | 73

Correction NIL Insertion NIL

Omission NIL Overwriting NIL

EE(C)

22.3 The equipment offered shall conform to the specifications as given in tender and shall be guaranteed against defective design, defective quality material supplied, manufacturing defects etc. for a minimum period of 15 months from the date of supply and 12 month after installation of Air conditioning machine.

22.4 The Agency shall give guarantee for the work executed and shall be responsible for the defects occurred during the period of 12 months after the completion of work and shall rectify the same at his own cost. The agency also give one year warranty of Air conditioning machine.

22.5 SITC for Machine must be carried out by the bidder, quarterly servicing will be done by the bidder within warranty period. The Contractor shall ensure running equipments are available at default rated parameters & capacity. Extra amount of refrigerant (if required) to run air conditioner as per parameters in the scope of agency. The healthiness of Air conditioning machine shall be ensured with no water or refrigerant leakage, no abnormal sound, proper setting of thermostats and their tripping etc.

22.6 Damage to the building during execution of work shall be made as good as previous by the contractor, otherwise penalty will be imposed by the Engineer-In-Charge which will be final & bound to contractor.

22.7 The contractor shall handover the Air conditioning machine in healthy and working condition to the department after completion of work and any shortcoming / missing parts noticed at the time of handover shall be made good by the contractor free of cost, otherwise necessary deduction will be made from the bill which is bound to the contractor.

22.8 The agency shall ensure that its employees while on AIIMS Nagpur premises or while carrying out their obligations under this contract, observe the standards of cleanliness, decorum and general discipline lay down by AIIMS Nagpur. After completion of work area should be cleaned. The cleaning of dust, Oil Spillages, Welding butts, Metal Scraps, used nut bolts & all other scrap removal shall be in contractor's scope. Handling of Scrap generated arises on account of activities or any kind of material handling will be in agency scope.

22.9 Any malba generated due to dismantling/maintenance shall be cleared from the site of work immediately without any extra cost failing which same shall be done by the department and suitable recovery shall be made from the contractor.

22.10 All works related to installation of Air conditioning machine like making holes in the walls for passage of copper tubes and electrical cables, mounting of stands, minor Civil work like cutting of existing false ceiling and fitting of AC indoor unit etc. shall be done by the agency and all tools, and tackles including ladder etc. shall be arranged by the agency. However, for loading / unloading of Air conditioning machine in the scope of agency. the AIIMS Nagpur shall not provide any labour to the contractor for lifting or transportation of the Air conditioning machine.

22.11 Agency shall be provides all spare parts list with their prices and It is mandatory to provide O&M user /maintenance manual after completion of work.

22.12 At the time of acceptance of the tender, agency shall furnish the details of workers along with contact details.

22.13 The contractor or his representative should not remove, disturb and dislocate the existing equipment and its parts from its positions until and unless it is authorized by the Executive Engineer (C).

22.14 Any of the skilled or unskilled workers at site found not up to the standard or undesirable will be required to be forthwith removed by the agency. If found under the influence of the above, contracting firm shall have to change /replace him, failing which we may terminate the contract.

AIIMS, Nagpur P a g e | 74

Correction NIL Insertion NIL

Omission NIL Overwriting NIL

EE(C)

22.15 Agency shall arrange to render efficient service as outlined by AIIMS Nagpur. If due to any reason, the firm is not able to do the work, the same shall be got done from some other firm or from the open market at the risk & cost of the contractor and the expenditure incurred there on shall be recovered from the contractor including penalty imposed by the Engineer-In-Charge which will be bound to the contractor.

22.16 The agency will have to carry out the work in accordance with the drawings technical specifications / or other conditions after allocation of work and to the full satisfaction of AIIMS Nagpur.

22.17 No accommodation for the labourers will be allowed within AIIMS Nagpur.

22.18 Installation site distance between Indoor Unit and Outdoor Unit is deferment meters, therefore normal supply of copper tubing, insulation pipe and water drain pipe shall be accordingly and default parameter achieved as per this.

22.19 Installation, testing and commissioning report as per default parameter and 72 hour testing report duly certified by Executive Engineer (C), AIIMS, Nagpur.

22.20 It is expected from the agency that all the items specified for supply in the tender shall be strictly in accordance with the standards and quality specification by the respective manufacturers. Therefore the bidders are advised to go through the specifications of the items before submitting the bids.

22.21 The Bidder ensures that the items supplied against this tender are new, unused, of the most recent or current models and those they incorporate all recent improvements in design and materials. The Bidder further ensures that all items/goods supplied against this tender shall have no defect arising from design, materials or workmanship.

22. TECHNICAL SPECIFICATIONS FOR VRF/VRV AIR CONDITIONING SYSTEM

22.1 Scope of Work:

The variable refrigerant volume/flow (VRV/VRF) system provided by the manufacturer shall be factory assembled with pre charged refrigerant, factory wired with all unit mounted controls, piped and factory tested. Units shall be provided as per the bill of quantities attached in the tender document if Alternative combination of outdoor units shall be submitted by contractor in order to provide equivalent thermal capacity mentioned in the tender document. All units shall be suitable for operation with 415V ± 10%, 50Hz±3Hz, and three phase power supply for outdoor units and 220V ± 10%, 50Hz±3Hz, single phase power supply for indoor units.

22.2 Drawings for approval on award of the work:

22.2.1.1 The contractor shall prepare & submit three sets of following drawings and get them approved from the Executive Engineer (C), AIIMS Nagpur before the start of the work. The approval of drawings, however, does not absolve the contractor not to supply the equipment‟s /materials as per agreement, if there is any contradiction between the approved drawings and agreement.

22.2.1.2 Layout drawings of the equipment‟s to be installed including control cables, fuel/copper pipes and supports/structure for piping, Grills, Diffuser ,Indoor and bus ducts/cable trays.

22.2.1.3 Any other drawings relevant to the work.

AIIMS, Nagpur P a g e | 75

Correction NIL Insertion NIL

Omission NIL Overwriting NIL

EE(C)

22.3 VRF System Configuration:

The variable refrigerant flow/Volume system shall comprise of multiple type of indoor units with centrally located air cooled outdoor unit constituting of inverter driven scroll compressor for air conditioning application with R410a or CFC free refrigerant. Both indoor units and outdoor unit shall be properly assembled, internally piped and wired, Thoroughly tested and charged with refrigerant at factory and shall be topped up at site after Erection. Additional charge of refrigerant should be in the scope of agency.

Each refrigeration system shall be equipped with inverter driven scroll compressor, with or without solenoid valves, heat exchangers, accumulators, and 4-way valves along with flare connection parts and all other accessories required to make the system complete and functional to provide required design conditions. System shall be operated, monitored and controlled through independent wired remote controllers as per specifications.

22.3.1 Indoor units system capacity and features: Indoor unit thermal capacities shall be selected for maximum of dehumidified volume flow rate OR actual thermal capacity as per heat loads whichever is higher and NOT as per nominal cooling capacity. “Thermal capacity” shall mean cooling capacities in cooling mode and heating capacities in heating mode as per heat loads. Also, indoor units shall be selected at maximum actual capacity considering fan speed of indoor units at HIGH mode. Grouping of indoor units with respect to outdoor units shall be selected by manufacturer and specified in their quotations. System shall be designed such that in case of failure of one unit it shall be isolated and maintenance carried out while other units shall be running and provide required thermal control. Grouping of indoor units shall be made in daisy chain configuration.Units shall be compact in design, aesthetically appealing and match the interior layouts. Units shall have capability to be operated individually in order to cater to diverse occupancy and thermal loads. Temperature shall be controlled through microprocessor in order to provide cooling / heating as per room data sheets. Indore Units should have more than 2 rows of coils. Units shall be thermal and acoustically insulated with in order to have noise level to maximum of 60 dB (A) at a horizontal distance of one meter from the grille of the unit. Unit shall also comprise of factory installed mold resistant washable filters with resin net as a standard design.

Unit shall have provision to add drain pump kit if required on either side of the unit. Drain pump shall have capability to lift one meter from unit bottom edge.

Step less discharge angle adjustment shall be possible through remote controller of the unit. Indoor unit shall comprise of following parts in general: - Air intake grille, Air intake filter, Auto vane, Guide van. Units shall be operated, monitored and controlled through independent wired remote Controllers as per specifications.

22.3.2 Outdoor unit‟s system capacity and features: - Outdoor units shall be air cooled type with hermetically sealed inverter driven scroll compressors. Aluminum fins of condenser coils shall be provided with “Anti corrosive” treatment and shall be suitable for areas of high pollution and corrosive atmosphere. Units shall be selected to supply minimum of 33% back up operation of full load capacity in single unit / multi-unit configuration and shall be operated through remotes of indoor units. Condenser fans shall provide axial flow in vertical/ horizontal direction and shall be directly coupled to motors.. Outdoor unit capacities shall be estimated based on total capacities of all indoor units selected in the group. Outdoor units thermal capacities shall be de-rated and provide actual capacities mentioned in room data sheets for outside conditions mentioned above.

AIIMS, Nagpur P a g e | 76

Correction NIL Insertion NIL

Omission NIL Overwriting NIL

EE(C)

Compressor shall be provided for adjusting the amount of refrigerant being circulated in the refrigeration circuit. This adjustment shall be performed automatically by adjusting the operating frequency based on operating pressure data.

The compressor(s) shall be hermetically sealed scroll and designed for continuous operation at 52°C ambient temperatures. The VRF/VRV Unit should have invertors driven scroll compressor. Inverter driven compressor shall be operated on frequencies ranging from 50Hz to 220Hz.

All invertors driven scroll compressor shall have protection for electronic circuits and elimination of electromagnetic sound, which may interfere with the control function of the machine.

The unit shall have safety device such as high-pressure switch, fan motor safety thermostat, invertors overload protector, fusible plugs and fuses etc. for trouble free operation of the unit.

The condenser shall be air cooled, made of copper tubes with extended aluminum fins with anti-corrosive coating. The condenser coil shall be multi-pass, cross-finned tube type, equipped with highly efficient aluminum fins, mechanically bonded to oxygen free copper tubes. The coil shall be cleaned, dehydrated and tested for leakage at the factory.

The cabinets shall be fabricated out of heavy gauge, properly formed for close fit and Structural rigidity. All access panels shall be so constructed as to be quickly and easily removable. All outside surface shall be finished with powder coating for protection against humid weather.

The condenser fans shall be step-less driven and designed to achieve low condensing temperatures & operate continuously and silently. Control box of outdoor unit shall comprise of all relays, capacitors, resistors, fan control board, control board, controller board, terminal blocks for transmission, terminal blocks for power supply, Noise filter and inverter board.

Units shall be acoustically designed to provide noise level at or below 65dB (A) considering one meter distance from the outdoor unit. Harmonic noise control shall be provided to level not exceeding 5% for power distribution system. Potential free contacts shall be provided for monitoring status of outdoor units through building management system. This shall include START / STOP / RUN / TRIP.

22.4 Devices shall be provided for automatically detecting and controlling following parameters:

Protection of system against high and low pressure.

Detecting discharge air temperature and provide protection against high pressure.

Controlling frequency of the inverter.

Defrosting operation based on liquid pipe temperature.

Sub-cooling of heat exchanger.

Superheat of heat exchanger.

Outdoor air temperature and control fan operation of outdoor unit.

Control inverter cooling fan to maintain desired inverter sink temperature.

High and low pressure by pass at start up and stopping and provide capacity control at low load operation.

High pressure rise prevention.

AIIMS, Nagpur P a g e | 77

Correction NIL Insertion NIL

Omission NIL Overwriting NIL

EE(C)

Outdoor unit heat exchanger capacity.

Adjust amount of bypass flow from the liquid line of the outdoor unit during cooling OR heating as per application.

Heat refrigerant in the compressor.

Change over between heating and cooling as per application.

Indoor unit temperature control based on return air temperature of the conditioned area.

Oil equalizing among outdoor units and prevent accumulation of refrigerant in non –operating outdoor units in multiple outdoor unit configurations.

Detecting suction pipe and discharge pipe temperature for temperature protection control of motors and other components.

Outdoor unit rotation shall be possible based on operating priorities in multiple outdoor units‟ configuration to prevent compressor burnout due to unbalanced oil level.

22.5 Refrigerant:

Refrigerant used shall be low in toxicity, chemically stable and non-flammable. Refrigerant used shall have zero ozone depletion potential (ODP) with low global warming potential (GWP). Refrigerant shall be charged after completing field wiring, finishing leak test and vacuum drying. Refrigerant charge shall always be less than maximum permissible charge and of specified amount in order to avoid liquid hammer and compressor breakdown.

22.6 Refrigerant Piping:

Manufacturer‟s recommendation shall be followed for maximum piping lengths. Refrigerant piping connecting the branch piping and the outdoor units shall be installed such that refrigerant piping moving towards the indoor unit is in downward slope compared to outdoor unit. Trap / vertical loop of minimum 200mm height shall be provided on the gas line within the 2(two) meters distance from the joint pipe if the total length of the refrigerant pipe that connects the joint pipe and outdoor unit exceeds 2(two) meters. Oil equalizing line with insulation shall be provided between outdoor units when multiple outdoor units are connected. Diameter of refrigerant piping (Liquid line and gas line) between outdoor unit and first branch shall be as per manufacturer‟s recommendation based on capacity and maximum piping lengths. Refrigerant piping (Liquid line and gas line) distance between first branch and indoor unit and between branches for connection to indoor unit shall be as per manufacturer‟s recommendation based on capacity and maximum piping lengths. Stop valves shall be installed in refrigerant line. Refrigerant piping shall be stored with both ends sealed until just before brazing at site and elbows / other joints shall be store in plastic bags. Copper pipes shall be selected for maximum working pressure of 624 psi for R – 410a refrigerant circuit and for maximum working pressure of 500psi in case of R407C refrigerant. Copper pipes shall be made of phosphorus deoxidized seamless copper. Minimum thickness to be used as per BOQ. Copper pipes shall be stored indoors in order to avoid contamination through moisture. Both ends of pipes shall be sealed until just before brazing. All accessories like elbows, T – joints shall be kept sealed in plastic bags. Both gas line and liquid line shall be insulated with heat resistant polyethylene foam or nitrile rubber having thickness of 19mm or more. Insulation work shall be carried out after finishing air tightness test and vacuum drying. All piping works, refrigerant branch kits shall be completely insulated. Insulation thickness shall be selected for maximum of condensation OR heat loss.

AIIMS, Nagpur P a g e | 78

Correction NIL Insertion NIL

Omission NIL Overwriting NIL

EE(C)

22.7 Refrigerant Piping Installation:-

The agency on the award of the work shall prepare detailed working drawings, showing the cross section, longitudinal sections, showing U traps for oil return if any, details etc. They must keep in view the specific openings in buildings and other structures through which the pipes are designed to pass. All the working drawings shall be approved by the Executive Engineer (C), AIIMS, Nagpur before starting of the installation

Piping shall be properly supported on OR suspended from stands, clamps, hangers etc., as specified and as required. The pipe supports should be adjustable to a height of 50 mm. The contractor shall adequately design all the brackets saddles, clamps, hangers etc. and be responsible for their structural integrity. All piping connected to coils and apparatus requiring tube cleaning or removal, shall be run clear of such area except for removable connections. Piping passing through expansion joints and connecting the equipment which in turn is not Isolated from vibration shall be provided with rubber expansion joint. Vertical risers shall be parallel to walls and column lines and shall be straight and plumb. The supports shall be as shown in the drawing enclosed. Where pipes pass through the terrace floor, suitable flashing shall be provided to prevent water leakage. Risers shall also have a suitable elbow or concrete/channel support at the lowest point. Pipe sleeves of 50 mm larger diameter shall be provided wherever pipes pass through walls and the annular space filled. Open ends of the piping shall be blocked as the pipe is installed to avoid entrance of foreign matter. Drains shall be piped through equal size G.I. / PVC/CPVC with insulation pipes to the nearest drain or floor waste. Piping shall be pitched towards drains points. The drain connections from AC equipment‟s should have 2% slopes with 40 mm for FCUs.

22.8 Electrical & control works:-

a) This specification defines the requirements of supply of Electrical Panel, fabrication, installation, testing and commissioning of electrical control panels, wiring and earthing for all components of the air conditioning system. Cabling from the panel to individual outdoor /indoor units and control wiring will be in the scope of HVAC contractor.

b) Maximum allowable cable lengths: - Maximum distance between indoor/outdoor transmission line shall be less than or equal to 200meters. Transmission booster shall be provided for system in which more than 26 indoor units are grouped. External transmission cables and power cables shall be separated by minimum distance of 50mm in order to avoid noise interference. All cables shall be with copper conductors. Outdoor units shall be properly grounded. Cable connections carried out shall be such that terminals in the electrical box and accessible for servicing. Transmission cables for different group of refrigerant systems shall be provided separately instead of using multi core transmission cables to avoid signal transmission errors /malfunctions.

c) Systems with long transmission lines shall be routed to have minimum noise interference. Reverse phase protection shall be provided in the system and shall be designed to stop the unit in case of any such abnormality is detected. Power circuit must be provided for connection to the unit. The circuit must be protected with the required safety devices i.e. a main switch, a slow blow fuse on each phase and a ground leak detector suitable to handle higher harmonics.

22.9 VRF/VRV Testing:-

(a) System test and leaks:- All leaks and defects in joints revealed during the testing shall be rectified to the satisfaction of the Executive Engineer (C), AIIMS, Nagpur of AIIMS Nagpur. Piping repaired subsequent to the above pressure test shall be re-tested in the same manner. System may be tested in sections and such sections shall be securely

AIIMS, Nagpur P a g e | 79

Correction NIL Insertion NIL

Omission NIL Overwriting NIL

EE(C)

capped. The contactor shall be notified well in advance to Executive Engineer (C), AIIMS, Nagpurof his intention to test a section or sections of piping and all testing shall be witnessed by the Executive Engineer (C), AIIMS, Nagpuror his authorized representatives.

The Contractor shall make sure that proper noiseless circulation of fluid is achieved through all coils and other heat exchange equipment in the system concerned. If proper circulation is not achieved due to wrong connection, the Contractor shall rectify the defective connections. He shall bear all the expenses for carrying out the above rectifications, including the tearing up and re-finishing of floors, walls etc. if required

No insulation shall be applied to piping until after the completion of the air leakage testing and vacuum testing to the satisfaction of the Executive Engineer (C), AIIMS, Nagpur.

The Contractor shall provide free of any additional cost, all materials, tools, equipment, instruments, services and labor required to perform the test.

Leak test shall be carried out specific to the refrigerant being used in the system. Refrigerant leak test shall be carried out by pressurizing the system with nitrogen to 601psi OR manufacturer‟s recommendation taking temperature variations into account.

(b) Air tightness test:- Leak test shall be carried out by leak detectors specifically designed for use with refrigerant being used in the system. Keep the refrigerant line pressurized for 24hours. If pressure drops within 24hours the system passes the leak test. If the pressure drops check the nitrogen leaks.

(c) Vacuum drying:- Vacuum pump to be used shall comprise of reverse flow check valve in order to avoid vacuum pump oil from flowing into the refrigerant circuit during power OFF mode. Vacuum pump having capacity to attain 65Pa or lower degree of vacuum after five minutes of operation, and shall b connected directly to vacuum gauge. Vacuum gauge used shall have range of 650Pa and shall have capability to measure at 130Pa intervals. After vacuum has reached 650Pa evacuate for additional one hour. Verification to be carried out that vacuum degree has not risen by more than 130Pa after one hour evacuation. Rise less than 130Pa shall be acceptable. Vacuum pump shall be stopped in the procedure so as to prevent reverse flow of vacuum pump oil. Unit shall be vacuum tested at 7mm of Hg and shall be maintained for minimum four hours. Vacuum test shall be carried out twice before refrigerant charging.

(d) Refrigerant charging: - Refrigerant charging shall be carried out by bringing the refrigerant in cylinder in liquid state.

22.10 System controlling method:

Power failure mode: - Indoor unit shall go into operation in case it was in operation when power was turned off (cut off due to power failure).

Demand control steps / Compressor operating priority:- Capacity control shall be provided in continuous manner.

Example: 100%capacity 50%capacity 0% capacity

Electronic expansion valve control:- Expansion valve shall be used for capacity control in order to maintain evaporator outlet superheated temperature at constant level during heating operation and to make maximum use of the evaporator.

Drain pump control:- Drain pumps shall be controlled automatically based on indoor unit operation and provide complete drain of any moisture adhering to the fin of the indoor unit heat exchanger. Drain pumps shall be equipped as standard accessory and the lift height shall be

AIIMS, Nagpur P a g e | 80

Correction NIL Insertion NIL

Omission NIL Overwriting NIL

EE(C)

minimum 850mm.Drain pan shall be constructed so as to have zero retention of drain water when unit is not working and shall have antibacterial treatment to prevent growth of slime, mould and bacteria which cause blockages and odours.

Freeze prevention: - Freeze protection shall be provided by measuring liquid pipe temperature of the indoor unit heat exchanger. Unit shall enter freeze protection mode in case indoor unit heat exchanger liquid pipe temperature drops below manufacturer recommended level. Following conditions shall be used in general for freeze protection in case manufacturer data is unavailable. Freeze protection shall start in case liquid pipe temperature is (-) 1.1°C (30°F) or below for total duration of 30minutes or temperature is (-) 5°C (23°F) or less for total duration of 8minutes.

Refrigerant recovery control: Refrigerant recovery shall be performed during heating operation to prevent refrigerant from accumulating inside the indoor unit which is either off or running on fan mode. It shall also be performed during cooling operation to prevent excessive amount of refrigerant from accumulating in the outdoor unit heat exchanger.

22.11 Commissioning: - At the time of handover, the contractor has to do the performance test at site.

22.12 Handover Document: - At the time of handover, the contractor has to do the submit though not limited to following documents –

(i) As built Drawing, both softcopy (Autocad and pdf) and Hardcopy, depicting Outdoor Unit, Indoor Unit and connected refrigerant piping and drain piping.

(ii) Operation and Maintenance Manual.

(iii) Service Escalation Matrix.

(iv) Handover Letter.

(v) Warranty Letter.

(vi) Commissioning Report.

RATE

1. The rates quoted by the Contractor are deemed to be inclusive of site clearance, setting out work,

profile, setting lay out on ground, establishment of reference bench mark(s), installing various signage, taking spot levels, survey with total station, construction of all safety and protection devices, compulsory use of helmet and safety shoes, and other appropriate safety gadgets by workers, imparting continuous training for all the workers, barriers, preparatory works, construction of clean, hygienic and well ventilated workers housings in sufficient numbers as per drawing supplied by Engineer in charge, working during monsoon or odd season, working beyond normal hours, working at all depths, height, lead, lift, levels and location etc. and any other unforeseen but essential incidental works required to complete this work. Nothing extra shall be payable on this account and no extension of time for completion of work shall be granted on these accounts.

2. The bidder shall quote their rates considering all prevalent taxes/ cess like GST, Workers Cess or any other tax on material /work as applicable and nothing extra shall be paid to the contractor on this account. The department shall deduct Workers Cess, Royalty or any other tax as applicable, from the R/A bills & final bill. However, the contractor shall pay GST to the concerned authorities directly. TDS as applicable shall be deducted from all bills of contractor.

AIIMS, Nagpur P a g e | 81

Correction NIL Insertion NIL

Omission NIL Overwriting NIL

EE(C)

3. Contractor has to be submit the GST compliant Bill showing work done and GST component separately.

4. No foreign exchange shall be made available by the Department for importing (purchase) of equipment, plants, machinery, materials of any kind or any other items required to be carried out during execution of the work. No delay and no claim of any kind shall be entertained from the Contractor, on account of variation in the foreign exchange rate.

5. All ancillary and incidental facilities required for execution of work like labour camp, stores, fabrication

yard, offices for Contractor, watch and ward, temporary ramp required to be made for working at the basement level, temporary structure for plants and machineries, water storage tanks, installation and consumption charges of temporary electricity, telephone, water etc. required for execution of the work, liaison and pursuing for obtaining various No Objection Certificates, completion certificates from local bodies etc., protection works, testing facilities / laboratory at site of work, facilities for all field tests and for taking samples etc. during execution or any other activity which is necessary (for execution of work and as directed by Engineer-in-Charge), shall be deemed to be included in rates quoted by the Contractor, for various items in the schedule of quantities. Nothing extra shall be payable on these accounts. Before start of the work, the Contractor shall submit to the Engineer-in-Charge, a site / construction yard layout, specifying areas for construction, site office, positioning of machinery, material yard, cement & other storage, fabrication yard, site laboratory, water tank etc.

6. For completing the work in time, the Contractor might be required to work in two or more shifts

(including night shifts). No claim whatsoever shall be entertained on this account, not with-standing the fact that the Contractor may have to pay extra amounts for any reason, to the laborers and other staff engaged directly or indirectly on the work according to the provisions of the labour and other statutory bodies regulations and the agreement entered upon by the Contractor with them.

7. All material shall only be brought at site as per program finalized with the Engineer-in-Charge. Any

pre-delivery of the material not required for immediate consumption shall not be accepted and thus not paid for.

8. Any damage to the existing installation/ equipment/ work shall be the responsibility of the contractor

and should be repaired immediately on his own cost for which nothing extra shall be paid by the department.

9. As the work to be carried out as in occupied hospital building, proper care to be taken by the agency

by issuing ID cards etc. to the workers for identification. 10. CLEANLINESS OF SITE

The Contractor shall not stack building material / malba / muck/ rubbish on the land or road of the local development authority or on the land owned by the others, as the case may be. So the muck, rubbish etc. shall be removed periodically as directed by the Engineer-in-Charge, from the site of work to the approved dumping grounds as per the local byelaws and regulations of the concerned authorities and all necessary permissions in this regard from the local bodies shall be obtained by the Contractor. Nothing extra shall be payable on this account. In case, the Contractor is found stacking the building material / malba as stated above, the Contractor shall be liable to pay the stacking charges / penalty as may be levied by the local body or any other authority and also to face penal action as per the rules, regulations and bye-laws of such body or authority. The Engineer –in-Charge shall be at liberty to recover, such sums due but not paid to the concerned authorities on the above counts, from any sums due to the Contractor including amount of the Security Deposit and performance guarantee in respect of this contract agreement.

AIIMS, Nagpur P a g e | 82

Correction NIL Insertion NIL

Omission NIL Overwriting NIL

EE(C)

11. INSPECTION OF WORK

In addition to the provisions of relevant clauses of the contract, the work shall also be open to inspection by the senior officers of AIIMS, Nagpur in addition of the Engineer-in-Charge and his authorized representative. The contractor shall at times during the usual working hours and at all times at which reasonable notices of the intention of the Engineer-in-Charge or other officers as stated above to visit the works shall have been given to the Contractor, either himself be present to receive the orders and instructions or have a responsible Site Engineer duly accredited in writing, to be present for that purpose Senior Officers of AIIMS, Nagpur Authorities shall be inspecting the on-going work at site at any time with or without prior intimation.

12. SAFETY MEASURES AT CONSTRUCTION SITE

In order to ensure safe construction, following shall be adhered for strict compliance at the site:-

I. The work site shall be properly barricaded.

II. Adequate singnages indicating ‘Work in Progress – Inconvenience caused is regretted’ or Diversion

Signs shall be put on the sites conspicuously visible to the public even during night hours. These

are extremely essential where works are carried out at public places in use by the public.

III. The construction malba at site shall be regularly removed on daily basis.

IV. All field officials and the workers must be provided with safety helmets, safety shoes and safety

belts.

V. Proper MS pipe scaffoldings with work – platforms and easy-access ladders shall be provided at

site to avoid accidents. Necessary First-Aid kit shall be available at the site. The above provisions

shall be followed in addition to the provisions of General Condition of Contract.

AIIMS, Nagpur P a g e | 83

Correction NIL Insertion NIL

Omission NIL Overwriting NIL

EE(C)

LIST OF APPROVED MATERIALS (CIVIL) Note:

1. Unless otherwise specified, the brand/make of the material as specified in the item nomenclature or in the particular specifications or in the list of approved materials attached in the tender, shall be used in the work.

2. The Contractor shall obtain prior approval from the Engineer-in-charge before placing order for any specific material/ Brand/ Make.

3. Whenever the specified brand of material is not available than, the Engineer-in-charge may approve any material equivalent to that specified subject to proof being offered by the Contractor for its equivalence and its non-availability to his satisfaction.

Sr. No

Materials Brand/Make

1 Doors & Windows fixtures/ Fittings Dorma, Godrej, Arkay, Hafele, Ozone, Hettich 2 Door Closer / Floor spring Dorma, Godrej, Dorset, D-Line, Hardwyn 3 Aluminium Sections. Hindalco, Jindal, Indal

4 Clear Glass/ Clear Float Glass/ Toughened Glass

Saint Gobain, Asahi, Pilkington, Glaverbel, Modi Guard

5 Laminates Greenlam, Merino, Formica, Kitply, Century 6 Synthetic Enamel Paints Asian, Berger, ICI, Nerolac 7 Oil Bound Distemper Asian, Berger, ICI, Nerolac 8 Cement Paint Snowcem plus, Asian, Berger 9 Plastic Emulsion Paint Asian, Berger, ICI, Nerolac 10 Other Paints/Primers Asian, Berger, ICI, Nerolac, Shalimar

11 OPC 43 Grade Cement (Conforming to IS 8112)

ACC, Ultratech, Vikram, Shree Cement, Ambuja, Jaypee Cement, Century Cement & J.K.Cement

12 Reinforcement Steel (TMT Bars) SAIL, RINL, TISCO 13 Glass Mosaic Tiles Bissazza, Mridul, OpioMosaica, Paladio, Italia 14 MS Pipe/ Sections Jindal, Tata, SAIL 15 Polycarbonate Sheets GE Plastic, Gallina (USA), Macrolux (UK) 16 Wooden Fire Check Doors Navair, Pacific, Sukriti 17 Metal Fire Check Doors Navair. Shaktimet, Godrej, Pacific, Sukriti 18 Admixtures for concrete. CICO, Fosroc,Sika,MC-Bouchemie,Pidilite,BASF, STP 19 Ceramic Tiles Kajaria, Somany,RAK

20 Pre-Laminated Particle Board Greenlam, Duro, MerinoKitlam,Century,Action, Tesa

21 Flush Door Shutters Greenply, Duro, Kitply, Century 22 White Cement JK White, Birla White

23 Powder Coating Material Pure Polyester

Nerolac, Berger, J&N

24 Stainless Steel Screws For Fabrication and fixing of Windows.

Kundan, Pooja, Atul

25 Dash Fasteners/Anchor bolts, Cramps

Hilti, Fischer, Bosch, Canon

26 Stainless Steel Friction Stay Earl-Bihari, Securistyle, Hafele, Hettich 27 Weather Silicon Dow Corning, Wacker, G.E. 28 Structural Silicon at butt joints Dow Corning, Wacker, G.E. 29 Water proofing Compound CICO, Fosroc, MC-Bouchemie, BASF, Pidilite, Sika 30 Reflective Glass Saint Gobain, Asahi, Glaverbel, Modiguard 31 Door Locks/Latches Dorma, D-Line, Harrison, Yale, Hettich, Godrej 32 Aluminium Grill Hindalco, Jindal, Bhoruka

AIIMS, Nagpur P a g e | 84

Correction NIL Insertion NIL

Omission NIL Overwriting NIL

EE(C)

Sr. No

Materials Brand/Make

33 Vitrified Tiles Kajaria, Somany, Naveen,RAK

34 Aluminium Cladding sheets Alucobond or equivalent

35 Stainless steel D-handles D-Line,Dorma,Dorset,Giesse, Ozone, Hettich, Hafele

36 Stainless Steel Railing/ pipe/ sheet Jindal, SAIL

37 Structural Steel TATA, SAIL, RINL

38 Ready Mix Concrete ACC, Ultratech, L&T, Lafarge

39 Epoxy Flooring/ wall coating Fosroc, BASF, STP, Sika, Dr Beck 40 Acoustic Mineral Fibre Armstrong, USG, Hunter Douglas, Dexune 41 Fire Panic bar/ hinges Dorma, D-Line, Briton, Becker FS 42 Plywood/ Block Board Greenply, Kitply, Merino, Duro, Century 43 PVC Flooring Gerflor, Tarkett, Armstrong, Forbo, DLW, Ligna

44 Fire Seal Pemco, Lorient, Astroflame

45 Fire rated door closer/Mortice Lock/ Door Co-ordinator

Dorma, D-Line, Briton, Becker FS

46 Gypsum Board System Gyproc (Saint Gobain), USG, Boral

47 Adhesive for Wood Work Fevicol, Vemicol, Dunlop, Pidilite

48 Epoxy/PU Paint Fosroc, Pidilite, Cico, BASF, Sika, Berger, Nerolac

49 Glass Doors (Motorised) Dorma, Hafele, Ozone, Besam, Hettich

50 Automaticaaly Hermetically Sealed Sliding (OT) Door

Metaflex, SHD Italia, Stryker

51 Calcium silicate boards/ Tiles Hilux, Aerolite, Armstrong 52 Texture Paints Asian, Berger, Nerolac, ICI Dulux, Snowcem 53 Wall care putty JK, Birla

54 Frameless glass partition fixtures/ Spider fittings/ patch fittings

Dorma, Sevax, Geze, Ozone, Hafele, Hettich

55 U-PVC Windows Fenesta or approved equivalent 56 Toilet Cubicles GreenlamSturdo, Merino, Trespa

57 Agencies for PT Slab work Ultracon Structural Systems Pvt. Ltd., GP Spiro Duct & Tube Gurgaon, BBR (India)Pvt. Ltd Bangalore, VSL India Pvt ltd Chennai

58 Fire rated Glass Saint Gobain, Pilkington, Schott, Pyroguard 59 Fibre Glass Rigid Board FGP Ltd., UP Twiga, Kimmco 60 Mineral Wool/ Rockwool Rockwool India Pvt. Ltd., Lloyd 61 Heat Resistance Tile Thermatek, National 62 Bitumen Indian Oil, Hindustan Petroleum

63 AAC Block, Fly ash brick, pavers, kerb stone, 3D wall

As approved by Engineer In charge

64 Stainless Steel Door Handles, Locks and Fittings

Dorma, Hafele, Geze, Hettich, Ozone, Godrej

65 Acid/ Alkali Resistant Tile Somany, Kajaria 66 Acrylic Exterior Paint Asian, Berger, ICI Dulux, Nerolac, J&N 67 PVC Door frame and Shutters Rajshri, Sintex

68 Metal False Ceiling Armstrong, Durlum, Saint Gobain

69 Tendons for PT slab TATA, Usha Martin

AIIMS, Nagpur P a g e | 85

Correction NIL Insertion NIL

Omission NIL Overwriting NIL

EE(C)

LIST OF APPROVED MAKES : PLUMBING WORKS

Sr. No

Materials Brand/Make

1 Vitreous China Sanitary ware Kohler, Roca, Jaquar, TOTO, Falcon

2 Vitreous China Sanitary ware - Low End

Parryware, Hindware, Kohler, Roca, Jaquar, TOTO, Falcon

3 Stainless Steel Sink Jayna, Neelkanth, Nirali, Selam Steel

4 Plastic Seat Cover Kohler, Roca, Jaquar, TOTO, Falcon

5 Geyser Racold, Usha Lexus, Jaquar,

6

C.P. Fittings Mixer/Pillar taps Washers, C.P. brass accessories ,CP Angle Valve, Bibcocks, CP waste

Kohler, Roca, Jaquar, TOTO,

7

C.P. Fittings Mixer/Pillar taps Washers, C.P. brass accessories CP Angle Valve, Bibcocks, CP waste ware - lower End

Kohler, Roca, Jaquar, TOTO,

8 Centrifugally /Sand cast iron pipes & fittings Neco, SKF, HEPCO

9 G.I. Pipes Jindal-Hissar, Tata, Prakash-Surya

10 G.I. Fittings Unik, K.S., Zoloto, 11 Gunmetal Valves Zoloto, Leader, Castle,Sant

12 Brass stop & Bib Cock/Pressure Release valve

Kohler, Roca, Jaquar,TOTO, Falcon

13 Ball valve with floats Zoloto, Leader, Sant, 14 Stoneware pipes & Gully Traps IS Marked pipes, as approved by Engineer-in-inch.

15 R.C.C. pipes IS Marked pipes, as approved by Engineer-in-inch.

16 C.I. Manhole Covers SKF, Neco, BIC, HEPCO 17 Water Tank Sintex,

18 Mirror Atul, Modi guard, Asahi, Saint,Gobain

19 Hand drier Kopal, Euronics, Utech

20 Insulation of Hot water pipes Vidoflex Insulation, Superlon,Thermoflex, Kaiflexaimenn

21 PVC Rain Water Pipes. Supreme, Prince, Finolex,

22 D.I Pipe Jindal, Tata, Electrosteel,

23 Sluice valve / NRV Kilburn, Zoloto, Leader, L&T,Castle 24 Water supply pumps Crompton (CG), GRUNDFOS,KSB,Kirloskar 25 DI Manhole Cover SKF,NECO,BIC

26 Submersible pumps GRUNDFOS,KSB,Kirloskar

27 PVC/UPVC pipes & fittings Supreme, Prince, Finolex, *Note:

a) CPWD SDG letter no. 32/2/2019-NP/SDG(PR)/082-95(H), Dated 07-01-2020 will be applicable for items not mentioned above.

b) If any item found which was not available in above table and SDG letter then agency has to take prior approval by Engineer-in-Charge before installation.

AIIMS, Nagpur P a g e | 86

Correction NIL Insertion NIL

Omission NIL Overwriting NIL

EE(C)

LIST OF APPROVED MATERIALS (E & M) Note:

1. Unless otherwise specified, the brand/make of the material as specified in the item nomenclature or in the particular specifications or in the list of approved materials attached in the tender, shall be used in the work.

2. The Contractor shall obtain prior approval from the Engineer-in-charge before placing order for any specific material/ Brand/ Make.

3. Whenever the specified brand of material is not available than, the Engineer-in-charge may approve any material equivalent to that specified subject to proof being offered by the Contractor for its equivalence and its non-availability to his satisfaction.

Sr. No Materials Brand/Make

1 PVC insulated copper conductor Wire/ Cable

Polycab/Finolex/RR Kabel

2 Metal clad Socket outlets With boxes

L & T /Hager/ Siemens/ Schneider/ABB/ Legrand /HPL

3 Modular Switches & sockets Outlets Legrand-Myrius or Anti bacterial/L&T Oris/ Schneider -Livia / Philips

4 MCB distribution Boards L &T/Hager/Legrand/ Siemens/ Schneider/GE /Havells/Philips

5 RCCB/MCB L & T / Legrand-DX3/ Siemens / Schenider –Acti 9/GE/Hager/Philips/Havells

6 LED light fitting & Fixture Philips / GE/ Crompton Greaves

7 UTP 4 Pair CAT 6 LAN Cable Legrand / AMP/ Systimax/ Mollec

8 M.S Conduit & Accessories BEC/ AKG/ Steel Kraft

9 RJ 45 Socket Outlet Legrand / AMP/ Systimax/ Mollec

10 Copper conductor PVC insulated wires, Co-axial , Telephone wires & cables

Finolex/ Havells/ L&T/ RR cable/ Skytone / Rallison

11 PVC Casing-Capping Supreme/Prince/Finolex/AKG

12 Cable Tray OBO/ Legrand/ Cooper/BEC

13 Adressable Type Smoke Detector Honeywell-Notifier/Edward/Bosch/ Siemens

14 Response Indicator Honeywell-Notifier/Edward/Bosch/ Siemens

15 XLPE insulated & PVC sheathed aluminium/ copper conductor armoured power cable.(ISI marked)

Polycab/ RR kable / Havells/Finolex/KEI/ Gloster / Universal/ CCI

16 Lugs/ Ferrules Dowells/ Jainsons/Grip well

17 Brass compression gland Commet /Dowells/ Jainsons

18 PVC Tape Steel Grip

AIIMS, Nagpur P a g e | 87

Correction NIL Insertion NIL

Omission NIL Overwriting NIL

EE(C)

Sr. No Materials Brand/Make

19 Cassette Type VRF Indoor Unit Carrier /Hitachi/Daikin/O-general/ Toshiba/ Mitsubishi

20 Air Cooled VRF Outdoor Unit Carrier /Hitachi/Daikin/O-general/ Toshiba/ Mitsubishi

21 Copper Pipe Hariom Metals/Mandev/Rajco

22 Refnut joints Daikin/Mitsubishi Electric/Toshiba/York/O-General

23 Insulation Armacell Vedo Flex/ K-Flex/ A-Flex.

*Note:

1. CPWD SDG letter no. 32/2/2019-NP/SDG(PR)/082-95(H), Dated 07-01-2020 will be applicable for items not mentioned above.

2. If any item found which was not available in above table and SDG letter then agency has to take prior

approval by Engineer-in-Charge before installation. Execurtive Engineer (C) AIIMS Nagpur

AIIMS, Nagpur P a g e | 88

Correction NIL Insertion NIL

Omission NIL Overwriting NIL

EE(C)

BLANK

AIIMS, Nagpur P a g e | 89

Correction NIL Insertion NIL

Omission NIL Overwriting NIL

EE(C)

SCHEDULE OF QUANTITIES

Name of Work : Setting up of Laboratory for Managing Epidemics and National Calamities in AYUSH building of AIIMS,Nagpur.

SubHead: Providing and fixing masonry & aluminum partitions, platforms, cupboards and overhead cabinets and miscellaneous civil works including internal Electrical installations, HVAC work such as supply installation testing commissioning of VRF unit.

Description of CIVIL works

Sr. No. Description of Item Quantity Unit Rate Amount (₹)

1 Sub Head : Earth work

1.1 Excavating trenches of required width for pipes, cables, etc including excavation for sockets, and dressing of sides, ramming of bottoms, depth upto 1.5 m, including getting out the excavated soil, and then returning the soil as required, in layers not exceeding 20 cm in depth, including consolidating each deposited layer by ramming, watering, etc. and disposing of surplus excavated soil as directed, within a lead of 50 m :

1.1.1 Pipes, cables etc. exceeding 80 mm dia. but not exceeding 300 mm dia 30.00 metre 371.48 11144.40

2 Sub Head : Concrete Work

2.1 Providing and laying in position cement concrete of specified grade excluding the cost of centering and shuttering - All work up to plinth level :

2.1.1 1:2:4 (1 cement : 2 coarse sand (zone-III) : 4

graded stone aggregate 20 mm nominal size) 5.00 cum 6924.37 34621.85

2.2 Providing and laying cement concrete in retaining walls, return walls, walls (any thickness) including attached pilasters, columns, piers, abutments, pillars, posts, struts, buttresses, string or lacing courses, parapets, coping, bed blocks, anchor blocks, plain window sills, fillets, sunken floor etc., up to floor five level, excluding the cost of centering, shuttering and finishing.

2.2.1 1:2:4 (1 Cement : 2 coarse sand (zone-III) : 4 graded stone aggregate 20 mm nominal size) 3.00 cum 8725.59 26176.77

AIIMS, Nagpur P a g e | 90

Correction NIL Insertion NIL

Omission NIL Overwriting NIL

EE(C)

Sr. No.

Description of Item Quantity Unit Rate Amount (₹)

3 Sub Head : Reinforced Cememt Concrete Work

3.1 Reinforced cement concrete work in walls (any thickness), including attached pilasters, buttresses, plinth and string courses, fillets, columns, pillars, piers, abutments, posts and struts etc. above plinth level up to floor five level, excluding cost of centering, shuttering, finishing and reinforcement :

3.1.1 1:1.5:3 (1 cement : 1.5 coarse sand(zone-III) : 3 graded stone aggregate 20 mm nominal size)

1.00 cum 9492.12 9492.12

3.2 Centering and shuttering including strutting, propping etc. and removal of form for :

3.2.1 Lintels, beams, plinth beams, girders, bressumers and cantilevers. 1.00 sqm 563.09 563.09

3.3 Steel reinforcement for R.C.C. work including straightening, cutting, bending, placing in position and binding all complete above plinth level

3.3.1 Thermo-Mechanically Treated bars of grade Fe-500D or more 11.00 Kg 85.17 936.87

4 Sub Head : Masonry Work 4.1 Providing and laying autoclaved aerated

cement blocks masonry with 150mm/200mm/300 mm thick AAC blocks in super structure above plinth level up to floor V level with RCC band at sill level and lintel level with approved block laying polymer modified adhesive mortar all complete as per direction of Engineer-in-Charge. (The payment of RCC band and reinforcement shall be made for seperately).

16.00 cum 6769.69 108315.04

5 Sub Head : Cladding Work

5.1 Providing and fixing 18 mm thick gang saw cut, mirror polished, premoulded and prepolished, machine cut for kitchen platforms, vanity counters, window sills, facias and similar locations of required size, approved shade, colour and texture laid over 20 mm thick base cement mortar 1:4 (1 cement : 4 coarse sand), joints treated with white cement, mixed with matching pigment, epoxy touch ups, including rubbing, curing, moulding and polishing to edges to give high gloss finish etc. complete at all levels

5.1.1 Granite of any colour & shade 5.1.1.1 Area of slab over 0.50 sqm 57.00 sqm 4087.80 233004.60

AIIMS, Nagpur P a g e | 91

Correction NIL Insertion NIL

Omission NIL Overwriting NIL

EE(C)

Sr. No. Description of Item Quantity Unit Rate Amount (₹)

5.2 Providing edge moulding to 18 mm thick marble stone counters, Vanities etc., including machine polishing to edge to give high gloss finish etc. complete as per design approved by Engineer-in Charge.

5.2.1 Granite work 120.00 metre 383.78 46053.60 5.3 Extra for fixing marble /granite stone, over and

above corresponding basic item, in facia and drops of width upto 150 mm with epoxy resin based adhesive, including cleaning etc. complete.

34.00 metre 442.94 15059.96

5.4 Providing and fixing machine cut, mirror polished , granite work for wall lining (veneer work) including dado, skirting, risers of steps etc., in required design and pattern wherever required, stones of different finished surface texture, on 12 mm (average) thick cement mortar 1:3 (1 cement : 3 coarse sand) laid and jointed with white cement slurry @ 3.3 kg/sqm including pointing with white cement slurry admixed with pigment of matching shade, including rubbing, curing, polishing etc. all complete as per Architectural drawings, and as directed by theEngineer-in-Charge.

5.4.1 Granite of any Colour 24.00 sqm 5772.35 138536.40 5.5 Providing and fixing machine cut mirror

polished granite, fixed in partitions by cutting a chase of appropriate width with chase cutter and embedding the stone in the chase with epoxy grout or with cement concrete 1:2:4 (1 cement : 2 coarse sand : 4 graded stone aggregate 6mm nominal size) as per direction of Engineer-in-charge and finished smooth.

5.5.1 Granite Stone of approved shade 23.00 sqm 2183.65 50223.95 5.6 Providing and fixing 18 mm thick bison board

exterior grade for kitchen platforms and similar locations of required size, including chases in wall & fixed in wall withwith Cement concrete 1:3:6 (1 cement : 3 coarse sand : 6 graded stone aggregate 20 mm nominal size), including all fixing work complete at all levels.

35.00 sqm 2280.90 79831.50

5.7 Extra for providing opening of required size & shape for wash basin/ kitchen sink in kitchen platform, vanity counter and similar location in marble/ Granite/ stone work, including necessary holes for pillar taps etc. including moulding, rubbing and polishing of cut edges etc. complete.

10.00 each 749.24 7492.40

AIIMS, Nagpur P a g e | 92

Correction NIL Insertion NIL

Omission NIL Overwriting NIL

EE(C)

Sr. No. Description of Item Quantity Unit Rate Amount (₹)

6 Sub Head : Wood & PVC Work 6.1 Providing and fixing ISI marked flush door

shutters conforming to IS :2202 (Part I) non-decorative type, core of block board construction with frame of 1st class hard wood and well matched commercial 3 ply veneering with vertical grains or cross bands and face veneers on both faces of shutters:

6.1.1 35 mm thick including ISI marked Stainless Steel butt hinges with necessary screws 17.00 sqm 1924.43 32715.31

6.2 Extra for providing lipping with 2nd class teak wood battens 25 mm minimum depth on all edges of flush door shutters (over all area of door shutter to be measured).

17.00 sqm 409.43 6960.31

6.3 Extra for providing vision panel not exceeding 0.1 sqm in all type of flush doors (cost of glass excluded) (overall area of door shutter to be measured):

6.3.1 Rectangular or square 17.00 sqm 177.43 3016.31 6.4 Providing & Fixing decorative high pressure

laminated sheet of plain /wood grain in gloss / matt/ suede finish with high density protective surface layer and reverse side of adhesive bonding quality conforming to IS : 2046 Type S, including cost of adhesive of approved quality.

6.4.1 1.0 mm thick 323.00 sqm 732.00 236436.00 6.5 "H" type Stainless Steel (304 grade) stain

finished pull handle of approved fixing accessories, wood and metal doors. The pull handles should have supporting washer with raised bevelling on the outer surface, SS 304 grade. Size 25 x 600mm.

8.00 Pair 4150.75 33206.00

6.6 Providing and fixing aluminium extruded section body tubular type universal hydraulic door closer (having brand logo with ISi, IS : 3564, embossed on the body, door weight upto 36 kg to 80 kg and door width from 701 mm to 1000 mm), with double speed adjustment with necessary accessories and screws etc. complete.

8.00 each 868.63 6949.04

6.7 Providing and fixing concealed (Zero Crank) hinge of approved quality for 19-20 mm thick door with stainless steel screws complete : (Make Hattich/ godrej or Equivalent)

250.00 each 107.36 26840.00

6.8 Providing and fixing powder coated telescopic drawer channels 500 mm long with necessary screws etc. complete as per directions of Engineerin- charge.

68.00 Set 601.30 40888.40

AIIMS, Nagpur P a g e | 93

Correction NIL Insertion NIL

Omission NIL Overwriting NIL

EE(C)

Sr. No. Description of Item Quantity Unit Rate Amount (₹)

6.9 Providing and fixing Marine plywood conforming to IS: 710 : 2010, in cupboard, shelves/partitions with screws and fittings wherever required, edges to be sealed with PVC edge bending tape 2.00 mm thick of approved brand. (Make GreenPly, Century or other equivalent make)

6.9.1 18 mm thick Marine Plywood 127.00 sqm 1631.50 207200.50

6.9.2 12 mm thick Marine Plywood 16.00 sqm 1306.40 20902.40

6.10 Providing and fixing 18mm thick Marine plywood conforming to IS: 710 for cupboard shutters edges to be sealed with PVC edge bending tape 2.00 mm thick of approved brand including ISI marked concealed hinges and necessary screws etc all complete. (Payment of concealed hinges will be made seperately) . (Make GreenPly, Century or other equivalent make)

48.00 sqm 1610.50 77304.00

6.11 Providing and fixing bright /matt finished

Stainless Steel handles of approved quality &

make with necessary screws etc all complete.

6.11.1 100 mm 193.00 each 75.48 14567.64 6.12

Providing and fixing of Pair Design Lever Handle on Roses & escutcheons of approved make inclusive of mortise sash lock, Escutcheon etc complete. Lever Handle: 19mm dia Lever handle sprung loaded on with dia.53x10(H)mm rose, steel base in T1.2mm. Supplied with bolt through fixing & decorative ring. Suitable for 40 to 50mm door thickness, Grub screw fixing onto 8mm x 110mm spindle. Longer spindle available for thicker door. Material: Stainless Steel 304, Finish: Satin, Size: 135mm x 65mm projection from door surface. packed with 4pcs 8x20mm wooden screw.Escutcheon included. 55mm backset Sash lock with double through deadlocking dead bolt, and latch bolt, forend & strike plate; forend size: 20x235mm; backset:55mm, distance: 72mm 5 pin Euro profile knob cylnder with 3 keys, 70mm length Escutcheon 53mm (dia) x 10(H)mm made of SS 304 in satin finish with 38mm fixing center Supplied with 2 covers & 2 bases.

8.00 pair 5288.10 42304.80

AIIMS, Nagpur P a g e | 94

Correction NIL Insertion NIL

Omission NIL Overwriting NIL

EE(C)

Sr. No. Description of Item Quantity Unit Rate Amount (₹)

7 Sub Head : Flooring Work 7.1 Providing and laying vitrified tiles in floor in

different sizes (thickness to be specified by the manufacturer) with water absorption less than 0.08% and conforming to IS: 15622, of approved brand & manufacture, in all colours and shades, laid on 20mm thick cement mortar 1:4 (1 cement : 4 coarse sand), jointing with grey cement slurry @ 3.3 kg/ sqm including grouting the joints with white cement and matching pigments etc. The tiles must be cut with the zero chipping diamond cutter only. Laying of tiles will be done with the notch trowel, plier, wedge, clips of required thickness, leveling system and rubber mallet for placing the tiles gently and easily.

7.1.1 Double charge vetrified tile polished finish of size

7.1.1.1 Size of Tile 600x600 mm 44.00 sqm 1348.59 59337.96 7.2 Providing and laying Vitrified tiles in skirting,

riser of steps of different sizes (thickness to be specified by manufacturer), with water absorption less than 0.08 % and conforming to I.S. 15622, of approved brand & manufacturer, in all colours & shade, over 12 mm thick bed of cement mortar 1:3 (1 cement: 3 coarse sand), jointing with grey cement slurry @ 3.3 kg/sqm including grouting the joint with white cement & matching pigments etc. The tiles must be cut with the zero chipping diamond cutter only. Laying of tiles will be done with the notch trowel, plier, wedge, clips of required thickness, leveling system and rubber mallet for placing the tiles gently and easily.

7.2.1 Double charge vetrified tile polished finish of size

7.2.1.1 Size of Tile 600x600 mm 105.00 sqm 1387.97 145736.85

7.3 Providing & Fixing Antimicrobial, Antifungal, Anti-Static Sheet Flooring of Polyvinyl Chloride with Overall & True through Pattern Wear Layer of 2 mm thickness installed with full spread Adhesives S-599 and Seams – Heat Weld or S-761 Seam Adhesive with Coving and properly welded Joints at floors and corners. The uneven sub base floor should be levelled by self-levelling compound and as per the directions of Engineer-in-charge (Approved Make or brand - Armstrong, Forbo, DLW, Ligna)

68.00 sqm 1643.65 111768.20

AIIMS, Nagpur P a g e | 95

Correction NIL Insertion NIL

Omission NIL Overwriting NIL

EE(C)

Sr. No. Description of Item Quantity Unit Rate Amount (₹)

8 Sub Head : Roofing

8.1 Providing and fixing on wall face unplasticised Rigid PVC rain water pipes conforming to IS : 13592 Type A, including jointing with seal ring conforming to IS : 5382, leaving 10 mm gap for thermal expansion, (i) Single socketed pipes.

8.1.1 110 mm diameter 7.00 metre 311.15 2178.05

9 Sub Head : Finishing 9.1 Cement Plaster (in fine sand) 12 mm

9.1.1 1:4 (1 cement: 4 fine sand) 75.00 sqm 272.19 20414.25

9.2 Preparing the wall using sand paper cleaning etc. Providing and applying epoxy / acrylic wall putty over prepared wall surfaces to achieve smooth surface to take wall coating. Providing and applying water dispersed polyurethane wall coating of approved quality in 2 coats and finishing as per manufacturer specifications. A chemical resistant pre-packed, two part water dispersed polyurethane wall coating The total dry film thickness shall not be less than 90 microns in two coats. The cured film shall be hygienic and provide hard, flexible matt and chemical resistant surface.

80.00

sqm

461.80

36944.00

9.3 Wall painting with premium acrylic emulsion paint of interior grade, having VOC (Volatile Organic Compound ) content less than 50 grams/ litre of approved brand and manufacture, including applying additional coats wherever required to achieve even shade and colour.

9.3.1 Two coats 89.00 sqm 116.18 10340.02 9.4 Melamine polishing on wood work (one or

more coat). 35.00 sqm 112.97 3953.95

10 Sub Head : Dismantling & Demolishing 10.1 Demolishing cement concrete manually/ by

mechanical means including disposal of material within 50 metres lead as per direction of Engineer - in - charge.

10.1.1 Nominal concrete 1:3:6 or richer mix (i/c equivalent designmix) 3.00 cum 1772.20 5316.60

10.2 Dismantling tile work in floors and roofs laid in cement mortar including stacking material within 50 metres lead.

10.2.1 For thickness of tiles 10 mm to 25 mm 49.00 sqm 55.95 2741.55

AIIMS, Nagpur P a g e | 96

Correction NIL Insertion NIL

Omission NIL Overwriting NIL

EE(C)

Sr. No. Description of Item Quantity Unit Rate Amount (₹)

11 Sub Head : Sanitory Installations

11.1 Providing and fixing Stainless Steel A ISI 304 (18/8) kitchen sink as per IS:13983 with C.I. brackets and stainless steel plug 40 mm, including painting of fittings and brackets, cutting and making good the walls wherever required

11.1.1 610x460 mm bowl depth 200 mm 5.00 each 2885.33 14426.65

11.2 Providing and fixing P.V.C. waste pipe for sink or wash basin including P.V.C. waste fittings complete

11.2.1 Flexible pipe

11.2.1.1 32 mm dia 5.00 each 103.12 515.60

11.2.1.2 40 mm dia 5.00 each 103.12 515.60

11.3 Providing and fixing mirror of superior glass (of approved quality) and of required shape and size with plastic moulded frame of approved make and shade with 6 mm thick hard board backing.

11.3.1 Rectangular shape 453x357 mm 2.00 each 1142.66 2285.32

11.4 Providing and fixing C P brass waste coupling 32 mm size half threaded with 80 mm height with fittings of approved quality, make and design as per the directions of Engineer-in-Charge (Make Jaquar - ALD-709 or equivalent)

5.00 each 595.55 2977.75

11.5 Providing and fixing Coat Hook with bracket of the same materials with snap fittings of approved quality, make and design as per the directions of Engineer-in-Charge ( (Make Jaquar - ACN-CHR-1161N or equivalent)

8.00 each 558.65 4469.20

11.6 Providing and fixing 600 mm long towel rail complete with brackets fixed to wooden cleats with CP brass screws with concealed fittings arrangement of approved quality, approved make and design as per the directions of Engineer-in-Charge. (Make Jaquar ACN-CHR-1111SM or equivalent)

2.00 each 1785.85 3571.70

11.7 Providing and fixing Toilet Roll holder with snap fittings of approved quality, make and design as per the directions of Engineer-in-Charge (Make Jaquar - ACN-1151N or equivalent)

6.00 each 1119.55 6717.30

11.8 Providing and fixing Towel Ring with round flange& snap fittings of approved quality, make and design as per the directions of Engineer-in-Charge (Make Jaquar - ACN-1121BN or equivalent)

6.00 each 1308.60 7851.60

AIIMS, Nagpur P a g e | 97

Correction NIL Insertion NIL

Omission NIL Overwriting NIL

EE(C)

Sr. No.

Description of Item Quantity Unit Rate Amount (₹)

12 Sub Head : Water Supply 12.1 Providing and fixing Chlorinated Polyvinyl

Chloride (CPVC) pipes, having thermal stability for hot & cold water supply, including all CPVC plain & brass threaded fittings, including fixing the pipe with clamps at 1.00 m spacing. This includes jointing of pipes & fittings with one step CPVC solvent cement and testing of joints complete as per direction of Engineer in Charge.

12.1.1 20 mm nominal outer dia Pipes 28.00 metre 313.09 8766.52 12.1.2 25 mm nominal outer dia Pipes 70.00 metre 376.58 26360.60 12.1.3 32 mm nominal outer dia Pipes 25.00 metre 490.16 12254.00

12.2 Providing and fixing uplasticised PVC connection pipe with brass unions.

12.2.1 45 cm length 12.2.2 15 mm nominal bore 5.00 each 84.66 423.30 12.3 Constructing masonry Chamber 60x60x75 cm

inside, in brick work in cement mortar 1:4 (1 cement : 4 coarse sand) for sluice valve, with C.I. surface box 100mm top diameter, 160 mm bottom diameter and 180 mm deep ( inside) with chained lid and RCC top slab 1:2:4 mix (1 cement : 2 coarse sand : 4 graded stone aggregate 20mm nominal size ) , i/c necessary excavation, foundation concrete 1:5:10 (1 cement : 5 fine sand : 10 graded stone aggregate 40 mm nominal size) and inside plastering with cement mortar 1:3 (1 cement : 3 coarse sand) 12 mm thick, finished with a floating coat of neat cement complete as per standard design :

12.3.1 With common burnt clay F.P.S.(non modular) bricks of class designation 7.5 2.00 each 9474.17 18948.34

12.4 Providing and fixing C.P. brass Angular stop cock for basin mixer and geyser/cisterns points of approved quality conforming to IS:8931.(jaquar - CON-059KN or other equivalent model as per approved make)

12.4.1 15mm nominal bore 5.00 each 997.55 4987.75

12.5 Providing and fixing C.P. Sink Cock with regular Swinging Spout (Table mounted model) of approved quality conforming to IS standard and as per the directions of Engineer-in-charge. Code FLR-CHR-5357N of Jaquar or other equivalent make

12.5.1 15 mm nominal bore 5.00 each 2324.95 11624.75 12.6 Providing and fixing C.P. Brass extension

nipple (size 15mmx50mm) of approved make and quality as per direction of Engineer-in- Charge.

5.00 each 62.48 312.40

AIIMS, Nagpur P a g e | 98

Correction NIL Insertion NIL

Omission NIL Overwriting NIL

EE(C)

Sr. No.

Description of Item Quantity Unit Rate Amount (₹)

12.7 Cutting holes up to 30x30 cm in walls including making good the same:

12.7.1 With common burnt clay F.P.S. (non modular) bricks 5.00 each 333.80 1669.00

13 Sub Head : Drainage 13.1 Providing and fixing square-mouth S.W. gully

trap class SP-1 complete with C.I. grating brick masonry chamber with water tight C.I. cover with frame of 300 x300 mm size (inside) the weight of cover to be not less than 4.50 kg and frame to be not less than 2.70 kg as per standard design:

13.1.1 100x100 mm size P type 13.1.2 With common burnt clay F.P.S. (non

modular)bricks of class designation 7.5 2.00 each 2353.14 4706.28

13.2 Providing and laying non-pressure NP2 class (light duty) R.C.C. pipes with collars jointed with stiff mixture of cement mortar in the proportion of 1:2 (1 cement : 2 fine sand) including testing of joints vetc. complete :

13.2.1 150 mm diameter 40.00 metre 471.85 18874.00

14 Sub Head : Aluminium Work 14.1 Providing and fixing aluminium work for doors,

windows, ventilators and partitions with extruded built up standard tubular sections/ appropriate Z sections and other sections of approved make conforming to IS: 733 and IS: 1285, fixing with dash fasteners ofrequired dia and size, including necessary filling up the gaps at junctions, i.e. at top, bottom and sides with required EPDM rubber/ neoprene gasket etc. Aluminium sections shall be smooth, rust free, straight, mitred and jointed mechanically wherever required including cleat angle, Aluminium snap beading for glazing / paneling, C.P. brass / stainless steel screws, all complete as per architectural drawings and the directions of Engineer-in-charge. (Glazing, paneling and dash fasteners to be paid for separately)

14.1.1 Polyester powder coated aluminium (minimum thickness of polyester powder coating 50 micron)

800.00 Kg 473.99 379192.00

14.2 Providing and fixing glazing in aluminium door, window, ventilator shutters and partitions etc. with EPDM rubber / neoprene gasket etc. complete as per the architectural drawings and the directions of engineer-in-charge .

14.2.1 With float glass panes of 5 mm thickness (weight not less than 12.50 kg/ sqm) 75.00 sqm 1322.33 99174.75

14.3 Providing and Fixing Top Rails including roller and bearing for making sliding arrangement for door including screw etc complete as directed by Engineer-in-charge

1.00 set 1070.35 1070.35

AIIMS, Nagpur P a g e | 99

Correction NIL Insertion NIL

Omission NIL Overwriting NIL

EE(C)

Sr. No.

Description of Item Quantity Unit Rate Amount (₹)

15 New Technologies and Materials

15.1 Supplying and fixing 16 mm thick beveled tegular mineral fibre Antimicrobial false ceiling tile confirming to ISO 5 (class 100 ) specifications at all heights of size 595X595mm of approved texture, design and pattern. The tiles should have Humidity Resistance (RH) of 99%, Light Reflection > 85%, Thermal Conductivity k = 0.052 - 0.057 w/m K, Fire Performance as per (BS 476 pt - 6 &7)in true horizontal level suspended on interlocking T-Grid including removing damaged false ceiling tile and disposing the damaged tile complete as per the directions of engineer-in-charge.

50.00 sqm 1186.70 59335.00

15.2 Removing and refixing mineral fibre false ceiling tiles at all heights of size 595X595mm of approved texture, design and pattern. The tiles should have Humidity Resistance (RH) of 99%, Light Reflection > 85%, Thermal Conductivity k = 0.052 - 0.057 w/m K, Fire Performance as per (BS 476 pt - 6 &7)in true horizontal level suspended on interlocking T-Grid of hot dipped all round galvanized iron section of 0.33 mm thick (galvanized @120 gsm) comprising of main T runners of 15x32 mm of length 3000 mm, cross T of size 15x32mm of length 1200 mm and secondary intermediate cross T of size 15x32 mm of length 600 mm to form grid module of size 600x600 mm suspended from ceiling using galvanized mild steel item (galvanised@80gsm) 50 mm long 8mm outer diameter M-6 dash fasteners, 6 mm diameter fully threaded hanger rod up to 1000 mm length and L-shape level adjuster of size 85x25x2 mm, spaced at 1200 mm centre to centre along main ‘T’. The system should rest on periphery walls /partitions with the help of GI perimeter wall angle of size24x24X3000 mm made of 0.40 mm thick sheet, to be fixed to the wall with help of plastic rawl plug at 450 mm centre to centre & 40 mm long dry wall S.S. screws. The exposed bottom portion of all T-sections used in false ceiling support system shall be pre-painted with polyester baked paint, for all heights. The work shall be carried out as per specifications, drawings and as per directions of the engineer-in-charge. (Payment of Mineral fibre board to be paid seperately)

85.00 sqm 260.05 22104.25

Total (Civil) 2622608.70

Say 2622609.00

AIIMS, Nagpur P a g e | 100

Correction NIL Insertion NIL

Omission NIL Overwriting NIL

EE(C)

Description of E & M works

Sr. No. Description of Item Quantity Unit Rate Amount (₹)

1 Conduiting & Wiring

1.1 Wiring for light point/ fan point/ exhaust fan point/ call bell point with 1.5 sq.mm FRLS PVC insulated copper conductor single core cable in surface / recessed steel conduit, with modular switch, modular plate, suitable GI box and earthing the point with 1.5 sq.mm FRLS PVC insulated copper conductor single core cable etc. as required.

1.1.1 Group C 13.00 Each 1237.26 16084.38

1.2 Wiring for circuit/ submain wiring alongwith earth wire with the following sizes of FRLS PVC insulated copper conductor, single core cable in surface/ recessed steel conduit as required

1.2.1 2 X 2.5 sq. mm + 1 X 2.5 sq. mm earth wire 279.00 Metre 233.58 65168.82

1.2.2 2 X 4 sq. mm + 1 X 4 sq. mm earth wire 653.00 Metre 268.26 175173.78

1.2.3 4 X 6 sq. mm + 2 X 6 sq. mm earth wire 124.00 Metre 539.58 66907.92

1.3 Wiring for circuit/ submain wiring alongwith earth wire with the following sizes of FRLS PVC insulated copper conductor, single core cable in surface medium class PVC casing-capping as required.

1.3.1 2 X 2.5 sq. mm + 1 X 2.5 sq. mm earth wire 35.00 Metre 177.00 6195.00

1.3.2 2 X 4 sq. mm + 1 X 4 sq. mm earth wire 35.00 Metre 210.00 7350.00

1.4 Supplying and drawing following sizes of FRLS PVC insulated copper conductor, single core cable in the existing surface/ recessed steel/ PVC conduit as required.

1.4.1 3 x 1.5 sq. mm 327.00 Metre 55.08 18011.16

1.5 Supplying and fixing following size/ modules, GI box alongwith modular base & cover plate for modular switches in recess etc.as required.

1.5.1 1 or 2 Module (75mmX75mm) 27.00 Each 247.86 6692.22

1.6 Supplying and fixing suitable size GI box with modular plate and cover in front on surface or in recess, including providing and fixing 3 pin 5/6 A modular socket outlet and 5/6 A modular switch, connections etc. as required.

16.00 Nos 409.02 6544.32

AIIMS, Nagpur P a g e | 101

Correction NIL Insertion NIL

Omission NIL Overwriting NIL

EE(C)

Sr. No. Description of Item Quantity Unit Rate Amount (₹)

1.7 Supplying and fixing suitable size GI box with modular plate and cover in front on surface or in recess, including providing and fixing 6 pin 5/6 & 15/16 A modular socket outlet and 15/16 A modular switch, connections etc. as required.

13.00 Nos 504.90 6563.70

1.8 Wiring for group controlled (looped) light point/fan point/exhaust fan point/ call bell point (without independent switch etc.) with 1.5 sq. mm FRLS PVC insulated copper conductor single core cable in surface/ recessed steel conduit, and earthing the point with 1.5 sq. mm FRLS PVC insulated copper conductor single core cable etc. as required.

1.8.1 Group C 19.00 Nos 721.14 13701.66 1.9 Supplying and fixing suitable size GI box with

modular plate and cover in front on surface or in recess, including providng and fixing 2 nos. 3 pin 5/6 A modular socket outlet and 2 nos. 5/6 A modular switch, connections etc. as required. (For light plugs to be used in non residential buildings).

31.00 Nos 593.64 18402.84

1.10 Supplying and fixing suitable size GI box with modular plate and cover in front on surface or in recess, including providng and fixing 2 nos. 5 pin 15/16 A modular socket outlet and 2 nos. 15/16 A modular switch, connections etc. as required. (For light plugs to be used in non residential buildings).

38.00 Nos 799.00 30362.00

2 Data, Telephone, Television 2.1 Supplying and fixing following modular switch/

socket on the existing modular plate & switch box including connections but excluding modular plate etc. as required.(Telephone outlet socket)

2.1.1 Telephone outlet Socket 5.00 Nos 121.38 606.90 2.1.2 Television Outlet Socket 5.00 Nos 121.38 606.90 2.1.3 Data Outlet Socket 35.00 Nos 279.00 9765.00 2.2 Supplying and drawing of UTP 4 pair CAT 6

LAN Cable in the existing surface/ recessed Steel/ PVC conduit as required.

2.2.1 1 run of cable 1963.00 Metre 49.98 98110.74 2.3 Supplying and drawing following pair 0.5 mm

dia FRLS PVC insulated annealed copper conductor, unarmored telephone cable in the existing surface/ recessed steel/ PVC conduit as required.

2.3.1 2 Pair 208.00 Metre 20.40 4243.20 2.3.2 4 Pair 26.00 Metre 16.32 424.32

AIIMS, Nagpur P a g e | 102

Correction NIL Insertion NIL

Omission NIL Overwriting NIL

EE(C)

Sr. No. Description of Item Quantity Unit Rate Amount (₹)

2.4 Supplying and drawing co-axial TV cable RG-6 grade, 0.7 mm solid copper conductor PE insulated, shielded with fine tinned copper braid and protected with PVC sheath in the existing surface/ recessed steel/ PVC conduit as required.

204.00 Metre 33.66 6866.64

2.5 Supplying and fixing of following sizes of steel conduit along with accessories in surface/recess including painting in case of surface conduit, or cutting the wall and making good the same in case of recessed conduit as required.

2.5.1 20 MM 25.00 Metre 148.92 3723.00 2.5.2 25 MM 242.00 Metre 168.30 40728.60 2.5.3 32 MM 110.00 Metre 207.06 22776.60

3 MCB and D.B 3.1 Supplying and fixing following way, single pole

and neutral,sheet steel, MCB distribution board, 240 V, on surface/ recess,complete with tinned copper bus bar, neutral bus bar, earthbar, din bar, interconnections, powder painted including earthing etc. as required. (But without MCB/RCCB/Isolator)

3.1.1 8 way , Double door 1.00 Nos. 1795.20 1795.20 3.1.2 12 way , Double door 1.00 Nos. 2094.06 2094.06 3.1.3 16 way , Double door 1.00 Nos. 2502.06 2502.06 3.2 Supplying and fixing following way, horizontal

type three pole and neutral, sheet steel, MCB distribution board, 415 V, on surface/ recess, complete with tinned copper bus bar, neutral bus bar, earth bar, din bar, interconnections, powder painted including earthing etc. as required. (But without (MCB/RCCB/Isolator)

3.2.1 4 way (4 + 18), Double door 1.00 Nos. 3129.36 3129.36 3.2.2 8 way (4 + 24), Double door 1.00 Nos. 4693.02 4693.02 3.2.3 16 way (4 + 48), Double door 1.00 Nos. 6864.00 6864.00 3.3 Supplying and fixing 5 A to 32 A rating,

240/415 V, 10 kA, "C" curve, miniature circuit breaker suitable for inductive load of following poles in the existing MCB DB complete with connections, testing and commissioning etc. as required

3.3.1 Single pole 28.00 Nos. 202.98 5683.44 3.3.2 Triple pole and neutral 6.00 Nos. 1113.84 6683.04 3.4 Supplying and fixing following rating, double

pole, 240 V, isolator in the existing MCB DB complete with connections, testing and commissioning etc. as required.

3.4.1 40A 1.00 Nos. 345.78 345.78 3.4.2 63A 1.00 Nos. 392.70 392.70

AIIMS, Nagpur P a g e | 103

Correction NIL Insertion NIL

Omission NIL Overwriting NIL

EE(C)

Sr. No.

Description of Item Quantity Unit Rate Amount (₹)

3.5 Supplying and fixing following rating, four pole, 415 V, isolator in the existing MCB DB complete with connections, testing and commissioning etc. as required.

3.5.1 40 A 2.00 Nos. 848.64 1697.28 3.5.2 63 A 2.00 Nos. 855.78 1711.56 3.5.3 100 A 2.00 Nos. 1067.94 2135.88 3.6 Supplying and fixing following rating, double

pole, (single phase and neutral), 240 V, residual current circuit breaker (RCCB), having a sensitivity current 30 mA in the existing MCB DB complete with connections, testing and commissioning etc. as required.

3.6.1 40 A 1.00 Nos. 2136.90 2136.90 3.6.2 63 A 1.00 Nos. 2692.80 2692.80 3.7 Supplying and fixing following rating, double

pole, (single phase and neutral), 240 V, residual current circuit breaker (RCCB), having a sensitivity current 300 mA in the existing MCB DB complete with connections, testing and commissioning etc. as required.

3.7.1 40 A 3.00 Nos. 2523.00 7569.00 3.7.2 63 A 2.00 Nos. 2067.00 4134.00 3.8 Supplying and fixing Cable End Box (Loose

Wire Box) suitable for following single pole and neutral, sheet steel, MCB distribution board, 240 Volts, on surface/ recess, complete with testing and commissioning etc. as required.

3.8.1 8 way , Double door 1.00 Nos. 745.62 745.62 3.8.2 12 way , Double door 1.00 Nos. 638.00 638.00 3.8.3 14 way , Double door 1.00 Nos. 881.28 881.28 3.9 Supplying and fixing Cable End Box (Loose

Wire Box) suitable for following triple pole and neutral, sheet steel, MCB distribution board, 415 Volts, on surface/ recess, complete with testing and commissioning etc.as required.

3.9.1 6 way (4 + 18), Double door 1.00 Nos. 922.08 922.08 3.9.2 8 way (4 + 24), Double door 1.00 Nos. 1263.78 1263.78 3.9.3 16 way (4 + 48), Double door 1.00 Nos. 1211.00 1211.00

4 Cable Tray 4.1 Supplying and installing following size of

perforated painted with powder coating M.S. cable trays with perforation not more than 17.5%, in convenient sections, joined with connectors, suspended from the ceiling with M.S. suspenders including bolts & nuts, painting suspenders etc as required.

4.1.1 225 mm width X 50 mm depth X 1.6 mm thickness 85.00 Metre 827.22 70313.70

4.1.2 300 mm width X 50 mm depth X 1.6 mm thickness 20.00 Metre 892.50 17850.00

AIIMS, Nagpur P a g e | 104

Correction NIL Insertion NIL

Omission NIL Overwriting NIL

EE(C)

Sr. No. Description of Item Quantity Unit Rate Amount (₹)

4.2 Supplying and installing following size of perforated painted with powder coating M.S. cable trays bends with perforation not more than 17.5%,, joined with connectors, suspended from the ceiling with M.S. suspenders including bolts & nuts, painting suspenders etc as required.

4.2.1 225 mm width X 50 mm depth X 1.6 mm thickness 5.00 Nos. 1596.30 7981.50

4.2.2 300 mm width X 50 mm depth X 1.6 mm thickness 3.00 Nos. 1747.26 5241.78

4.3 Supplying and installing following size of perforated painted with powder coating M.S. cable trays Tee with perforation not more than 17.5%, joined with connectors, suspended from the ceiling with M.S. suspenders including bolts & nuts, painting suspenders etc as required.

4.3.1 225 mm width X 50 mm depth X 1.6 mm thickness 1.00 Nos. 1856.40 1856.40

4.3.2 300 mm width X 50 mm depth X 1.6 mm thickness 1.00 Nos. 2036.94 2036.94

5 Earthing

5.1 Supplying and laying 6 SWG G.I. wire at 0.50 metre below ground level for conductor earth electrode, including connection/ termination with GI thimble etc. as required.

215.00 Metre 44.88 9649.20

6 Cable Laying and Termination

6.1 Laying and fixing of one number PVC insulated and PVC sheathed / XLPE power cable of 1.1 KV grade of following size on cable tray as required.

6.1.1 Upto 35 sq. mm (clamped with 1mm thick saddle) 340.00 Metre 33.66 11444.40

6.2 Supplying and making end termination with brass compression gland and aluminium lugs for following size of PVC insulated and PVC sheathed / XLPE aluminium conductor cable of 1.1 KV grade as required.

6.2.1 3 X 16 sq. mm (25mm) 2.00 Nos. 226.44 452.88

6.2.2 3½ X 25 sq. mm (28mm) 6.00 Nos. 272.34 1634.04

7 INTELLIGENT FIRE ALARM SYSTEM

7.1 Addressable type smoke detector with base (Below False Ceiling) 11.00 Nos. 3222.00 35442.00

7.2 Addressable type smoke detector with base (Above False Ceiling) 3.00 Nos. 3263.00 9789.00

AIIMS, Nagpur P a g e | 105

Correction NIL Insertion NIL

Omission NIL Overwriting NIL

EE(C)

Sr. No. Description of Item Quantity Unit Rate Amount (₹)

7.3 Supplying, installation, testing & commissioning of response indicator on surface/recessed MS Box having two LED, metallic cover complete with all connections etc as required.

10.00 Nos. 268.26 2682.60

8 Public Addressing System

8.1 Supplying, installation, testing & commissioning of 6 inches dia, 2 watts, 70/100 volts ceiling speaker complete as required.

3.00 Nos. 1862.52 5587.56

8.2 Supplying & laying of 2x1.5 sqmm fire alarm armoured cable, 600/1000V rated with annealed copper conductor having XLPE insulation, steel wire armouring & FRLS outer sheath complete as required.

104.00 Metre 143.82 14957.28

8.3 Supplying and drawing of cable Fire Retardant PVC insulated copper conductor cable in the existing surface / recessed steel conduit of following pairs, cores and size including connections and interconnections etc. as required.

8.3.1 speaker cable Single pair, 2-core, 1.5 sqmm 100.00 Metre 52.02 5202.00

9 Cable

9.1 Supply of 1100V grade XLPE/PVC insulated sheathed & armoured (unless otherwise specified as flexible) Fire Retarded Low Smoke (FRLS) cables indoor or outdoor on existing trays/walls/columns/ indoor/ trenches complete as per specifications, as required and as below

9.1.1 3.5C 35 Sqmm XLPE AL 275.00 Metre 119.00 32725.00

9.1.2 3C 16 Sqmm XLPE AL 65.00 Metre 129.00 8385.00

10 Light Fixture

10.1 Supply, Installation, storing, testing and commissioning 1X34W 2'X2' recess mounted LED Luminarie Philips Make Full Glow Core 2'x2' RC380B LED 30s 30w, 3000lm, 100lm/w, THD<10% or Equivalent.

20.00 Nos. 2243.00 44860.00

AIIMS, Nagpur P a g e | 106

Correction NIL Insertion NIL

Omission NIL Overwriting NIL

EE(C)

11 HVAC System

Sr. No. Description of Item Quantity Unit Rate Amount (₹)

11.1 Supply Installation, Testing & Commissioning of modular type Variable Refrigerant Flow/Variable Refrigerant Volume air cooled Outdoor units suitable for cooling and heating, having all hermetically sealed inverter type Scroll Compressor(s), minimum two compressors for above 14 HP modules, microprocessor based Controller, top discharge type condensing unit(s), with R 410 A Refrigerant, vibration isolators, with suitable foundation etc. complete as required. The unit shall deliver the rated capacity at AHRI Conditions and work even at 50°C ambient temperature without tripping. The unit shall be suitable to work on 400V +/- 10%, 3 Phase, 50Hz AC power supply. The unit shall be filled with first charge of the refrigerant and ready for use as required. The COP at AHRI conditions shall not be less than 3.1 and IEER not less than 6.5

11.1.1 VRV/ VRF , OUTDOOR UNIT( 16 HP + 16 HP) 2 Nos. 32.00 Per HP 16743.30 535785.60

11.2 Supply, installation, testing and commissioning of following minimum capacity 4-way flow VRV/VRF Cassette Type Indoor ceiling mounted unit equipped with synthetic washable media pre-filter, fan section with low noise fan/dynamically balanced blower, multispeed motor, coil section with DX Copper coil, electronic expansion valve, outer cabinet, drain pump, grill, necessary supports, vibration isolation, cord less remote control etc., suitable for operation on single phase 230 V ± 10%, 50Hz AC supply, complete, as required. The unit shall have automatic force shut down provision in case of fire on receiving signal from BMS System. The cooling capacity of indoor unit will be at air inlet conditions of 27 Degree C DB and 19 Degree C WB temperature

11.2.1 1 TR, 600*600 Cassette type Indoor Unit 3.00 Each 29719.74 89159.22

11.2.2 2 TR, 600*600 Cassette type Indoor Unit 3.00 Each 31417.02 94251.06

11.2.3 2.4 TR, 600*600 Cassette type Indoor Unit 2.00 Each 32082.06 64164.12

11.2.4 3.2 TR, 600*600 Cassette type Indoor Unit 3.00 Each 33442.74 100328.22

AIIMS, Nagpur P a g e | 107

Correction NIL Insertion NIL

Omission NIL Overwriting NIL

EE(C)

Sr. No.

Description of Item Quantity Unit Rate Amount (₹)

11.3 Supply, Installation, testing and commissioning including vaccumiazation and Nitrogen testing of following nominal sizes of soft/hard drawn copper refrigerant piping for VRV/VRFsystem, complete with fittings, with suitable adjustable ring type hanger supports, jointing/brazing including accessories, insulated with XPLE Class-O tubularinsulation/withClass-O closed cell elastometric nitrile rubber tubular sleeves sections of specified thickness as given below for Suctionand Liquid lines, all accessories as per specifications etc. as required :

11.3.1 25.4 mm dia (OD) (Hard drawn) with tube thickness 1.2 mm with 19 mm thick insulation 90.00 M 1042.44 93819.60

11.3.2 31.8 mm dia (OD) (Hard drawn) with tube thickness 1.62 mm with 19 mm thick insulation 90.00 M 1193.40 107406.00

11.4.1 Supply Installation,testing & commissioning of Ref Nut/Y-Joints brass for indoor and suitable size as per requirement.

22.00 Each 3268.00 71896.00

Total (E & M Works) 21,31,833.00

Total (Civil works +E & M works) 47,54,442.00

Executive Engineer (C)

AIIMS, Nagpur

AIIMS, Nagpur P a g e | 108

Correction NIL Insertion NIL

Omission NIL Overwriting NIL

EE(C)

BLANK

AIIMS, Nagpur P a g e | 109

Correction NIL Insertion NIL

Omission NIL Overwriting NIL

EE(C)

PRICE BID

All India Institute of Medical Sciences, Nagpur

N.I.T. No: 01/AIIMS/NAG/EEC/2021-22

काय का नाम Name of Work/Description

Setting up of Laboratory for Managing Epidemics and National Calamities in AYUSH building of AIIMS,Nagpur SubHead: Providing and fixing masonry & aluminum partitions, platforms, cupboards and overhead cabinets and miscellaneous civil works including internal Electrical installations, HVAC work such as supply installation testing commissioning of VRF unit.

मा ा क अनसुचूी SCHEDULE OF QUANTITY

ठेकेदार का नाम Name of the Contractor

सं या Sl.No.

घटक का नाम

Name of Component

अनमुािनत लागत Estimated cost

अनुमािनत लागत से

ऊपर या नीचे Above or Below the estimated

cost

% अकं म % in

Figures

कुल लागत Total Cost

1) Civil Work 26,22,609.00

2)

Elect. & Mech Work

21,31,833.00

कुल योग Grand Total

47,54,442.00