( A Govt. of India undertaking...

32
C:\Documents and Settings\anithak\Desktop\Civil_Tender_ATC_12Feb2013.doc Page 1 BEML LIMITED ( A Govt. of India undertaking ) Bangalore Complex, New Thippasandra, Bangalore – 560 075 Telephone : 080- 25022635& 25242709 Fax : 080-25245545 & 080 - 25243137 Email : [email protected] C.A.No. RMM / TEN-196/RT / 2013-15 DATE : 29-01-2013 TENDER NOTICE: Tender forms are invited from reputed firms for the work of “Annual term contract for the year 2013-14 & 2014-2015 for maintenance and minor works at BEML factory area and at BEML township area All as per the scope of work. Approximate value of the subject work is Rs25 lakhs per year. TENDER CONDITIONS : 1. The Tender shall be received up to 13.30 hrs on 07-03-2013 by the office of the Senior Manager (Purchase), BEML LIMITED, Bangalore Complex, and will be Opened on the same day at 14.00 Hrs You are requested to return the tender documents in double sealed covers addressed to the Senior Manager (Purchase) BEML Ltd, Bangalore Complex, Bangalore. 3. Late tender and conditional tenders and incomplete quote are liable for rejection. Email offers and fax quotations are not accepted. Any delay in submission of offer due to any reason is not acceptable. 4. The Company does not bind itself to accept the lowest or any other quotation. 5 a) The tenderer is required to write rate in figures as well as in words. In case if any discrepancy between the two, those written in words shall take precedence. b) In the event of an error occurring in the amount column of Bill of Quantities as a result of wrong extension of unit rate and quantity, the unit rate quoted by tenderer shall be regarded as firm and the extension shall be amended on the basis of the rate. 6. Participant tendered shall initial all corrections, signature in all pages of the documents before submission of offers. 7 The period allowed for execution of the work is twenty four months from the date mentioned in the work order, to be placed on the successful tenderer. 8. Quotations other than this called for in the enclosed documents are liable for rejection. 9. The successful tenderer is requested to sign the work order prepared based on the quoted rates, placed on him by the accepting officer. Free tenders for Contract Work by Bharat Earth Movers Limited-9047034103

Transcript of ( A Govt. of India undertaking...

Page 1: ( A Govt. of India undertaking )3.imimg.com/data3/AQ/TU/HTT-341/341_2013-02-13-11-14-52_1360734292.pdf · ( A Govt. of India undertaking ) ... 2013-14 & 2014-2015 for maintenance

C:\Documents and Settings\anithak\Desktop\Civil_Tender_ATC_12Feb2013.doc Page 1

BEML LIMITED ( A Govt. of India undertaking )

Bangalore Complex, New Thippasandra, Bangalore – 560 075 Telephone : 080- 25022635& 25242709 Fax : 080-25245545 & 080 - 25243137

Email : [email protected] C.A.No. RMM / TEN-196/RT / 2013-15 DATE : 29-01-2013

TENDER NOTICE: Tender forms are invited from reputed firms for the work of “Annual term contract for the year 2013-14 & 2014-2015 for maintenance and minor works at BEML factory area and at BEML township area All as per the scope of work. Approximate value of the subject work is Rs25 lakhs per year. TENDER CONDITIONS: 1. The Tender shall be received up to 13.30 hrs on 07-03-2013 by the office of the Senior Manager (Purchase), BEML LIMITED, Bangalore Complex, and will be Opened on the same day at 14.00 Hrs You are requested to return the tender documents in double sealed covers addressed to the

Senior Manager (Purchase) BEML Ltd, Bangalore Complex, Bangalore.

3. Late tender and conditional tenders and incomplete quote are liable for rejection. Email offers and fax quotations are not accepted. Any delay in submission of offer due to any reason is not acceptable.

4. The Company does not bind itself to accept the lowest or any other quotation.

5

a) The tenderer is required to write rate in figures as well as in words. In case if any discrepancy between the two, those written in words shall take precedence.

b) In the event of an error occurring in the amount column of Bill of Quantities as a result of wrong extension of unit rate and quantity, the unit rate quoted by tenderer shall be regarded as firm and the extension shall be amended on the basis of the rate.

6. Participant tendered shall initial all corrections, signature in all pages of the documents before submission of offers.

7 The period allowed for execution of the work is twenty four months from the date mentioned in the work order, to be placed on the successful tenderer.

8. Quotations other than this called for in the enclosed documents are liable for rejection.

9. The successful tenderer is requested to sign the work order prepared based on the quoted rates, placed on him by the accepting officer.

Free tenders for Contract Work by Bharat Earth Movers Limited-9047034103

Page 2: ( A Govt. of India undertaking )3.imimg.com/data3/AQ/TU/HTT-341/341_2013-02-13-11-14-52_1360734292.pdf · ( A Govt. of India undertaking ) ... 2013-14 & 2014-2015 for maintenance

C:\Documents and Settings\anithak\Desktop\Civil_Tender_ATC_12Feb2013.doc Page 2

10 The accepting officer reserve the right to place order as a whole or part of any item only as deemed fit.

11. For schedule 'A” bill of quantities refer Appendix “A” and for other conditions and terms appendix “B” respectively.

12. The Contractor should take “Contractor All Risk” policy for the above work, principle amount in the name of M/s. BEML Limited only.

13. EARNEST MONEY DEPOSIT.

a) You are requested to attach Bank Draft/Bankers Cheque for Rs 25,000.00 (Rs. Twenty five thousand only) in favour of M/s. BEML LIMITED, Bangalore complex, Bangalore, along with the tender towards Earnest Money Deposit unless you are already deposited the standing security for the same amount with BEML. No interest will be paid on this deposit. EMD amount is to be enclosed in technical bid envelop. PEMD holders to be mentioned their reference/details in Technical bid.

b) The contractor/firm should ensure that, a qualified civil engineer is to be deployed to supervise the work until the completion of the work.

14. In case, the contractor/firm after quoting withdraw from the tender or refuse/delay in commencing the work or stop the work abruptly, their EMD/PEMD/ SD, as the case may be, will be forfeited.

15. The contractors/firms are requested to submit the quotations in two separate covers/ envelops clearly mentioning on top of the cover the details of tender references” ” and put the same in one envelope & mentioning the above subject work bearing with the name of the work & tender reference number with submission time & date.

17. (a) Intending tenderer should submit their offer duly accompanied by the above

documents along with the demand draft of Rs 500-00 (Rupees five hundred non Refundable) obtained from any Nationalized bank in favour of M/s BEML Limited payable at Bangalore towards cost of tender processing/document in the Technical Bid.

(b)Intending tenderer should submit their offer complete in all respect addressing to ‘The Dy.General Manager (Materials Management), BEML Limited, Bangalore Complex, New Thippasandra Post, Bangalore – 560 075.

NOTE: Inspection of Site Bidder shall inspect the site, examine and obtain all information required and satisfying himself before submission of tender, Ignorance of site conditions shall not be entertained by BEML at later date. This form is the part of the tender document.

Thanking you,

for BEML LIMITED, Senior Manager –Purchase

Free tenders for Contract Work by Bharat Earth Movers Limited-9047034103

Page 3: ( A Govt. of India undertaking )3.imimg.com/data3/AQ/TU/HTT-341/341_2013-02-13-11-14-52_1360734292.pdf · ( A Govt. of India undertaking ) ... 2013-14 & 2014-2015 for maintenance

C:\Documents and Settings\anithak\Desktop\Civil_Tender_ATC_12Feb2013.doc Page 3

RMM/TEN-196//2013-15 29 -01-2013

B E ML LIMITED - BANGALORE – 560 075

Tender No RMM/TEN-196/2013 EMD Deposit Rs.25,000-00 Period 24 Months ( Two Years ) Due Date 20-02-2013

SUB: TERM CONTRACT FOR THE YEAR 2013-14 & 2014-15 FOR MAINTENANCE AND MINOR CIVIL WORKS INSIDE THE FACTORY PREMISES AND AT BEML TOWNSHIP AT BEML LTD, BANGALORE COMPLEX, BANGALORE-75.

1) TENDERS TO SUBMITED SHOULD BE WITH REFERENCE TO MES STANDARD SCHEDULE OF RATES 2010 PART-1 SPECIFICATIONS AND PART-11 RATES ZONE-A INCLUDING ERRATA (AS APPLICABLE ZONE ”A”) HEREINAFTER REFERRED TO AS MES SCHEDULE AND IN TERMS OF SPECIFIC PERCENTAGE ABOVE OR BELOW THE SCHEDULE AS THE CASE MAY BE. 2) WORK TO BE CARRIED OUT UNDER THIS CONTRACT IS ESTIMATED AT Rs 25.00 LAKHS (TWENTY FIVE LAKHS ONLY) PER YEAR ( FOR FACTORY MAINTENANCE IS Rs 15.00 LAKHS/YEAR AND Rs 10..00 LAKHS FOR BEML TOWNSHIP) 3) (A) THE CONTRACT SHALL INCLUDE ALL LABOUR ,MATERIALS, TOOLS AND PLANTS EQUIPENTS

AND TRANSPORT WHICH MAY BE REQUIRED IN PREPARATION FOR AND IN THE FULL ENTIRE EXECUTION AND COMPLETION OF ANY WORKS,REPAIRS,MINOR WORKS ETC. ORDERED BY THE MANAGER CONSTRUCTION DIVISION BANGALORE COMPLEX, WHICH SHALL BE CARRIED OUT BY THE CONTRACTOR WITHIN THE TIME SPECIFIED IN RESPECTIVE WORK ORDERS AND AS PER DIRECTION OF THE ENGINEER-IN-CHARGE.HOWEVER WORKS AND PERTAINING TO TREE PLANTING. GARDENING WORKS, ELECTRICAL WORKS AND MACHINE FOUNDATION WORKS SHALL BE EXCLUDED FROM THE SCOPE OF CONTRACT AND SHALL NOT BE ORDERED ON THE TERM CONTRACT.

B) THE DATES OF COMPLETION GIVEN IN INDIVIDUAL WORK ORDER SHALL BE BINDING ON THE

CONTRACTOR AND IN THE EVENT OF CONTRACTOR FAILING TO COMPLETE ANY WORK ORDER WITHIN THE TIME SPECIFIED COMPENSATION AS STIPULATED IN SPECIAL CONDITIONS ATTACHED WILL BE LEVIED.

4) FOR ITEMS OF WORK WHICH CANNOT BE PRICED DIRECT FRO, THE AFORSAID MES SCHEDULE,

PAYMENT SHALL BE MADE AS THE GENERAL RULES UNDER CLAUSE01.11 0N SERIAL PAGE NO.104 OF SECTION01 OF SSR 2010 PART-2 ZONE”A” WITH AN ADDITION OF 10% OVER STAR RATES TO COVER ALL OVERHEADS AND PROFITS. ALL NON-SCHEDULE RATES SHALL BE APPROVED BY THE ACCEPTING OFFICER.

MODE OF PRICING: CONTRACTOR SHALL QUOTE AGAINST PLACE PROVIDED FOR ON SERIAL PAGE NO-9 AND 10 OF

THIS TENDER. PERCENTAGE ABOVE/BELOW THE RATES OF MES STANDARD SCHEDULE OF RATES 2010, SPECIFICAIONS AND PART-11 RATES/ZONE-A INCLUDING ERRATRA AS APPLICABLE TO ZONE “A”. / VOL.1&11

Free tenders for Contract Work by Bharat Earth Movers Limited-9047034103

Page 4: ( A Govt. of India undertaking )3.imimg.com/data3/AQ/TU/HTT-341/341_2013-02-13-11-14-52_1360734292.pdf · ( A Govt. of India undertaking ) ... 2013-14 & 2014-2015 for maintenance

C:\Documents and Settings\anithak\Desktop\Civil_Tender_ATC_12Feb2013.doc Page 4

NOTE:

THE VALUE OF WORK ORDER TO BE ORDERED IN ANY SINGLE WORK ORDER SHALL NOT EXCEED RS.1,00,000-00 (RUPEES ONE LAKH ONLY). THE PERIOD OF THE CONTRACT IS TWENTY FOUR MONTHS FROM THE DATE OF ACCEPTANCE OF THE CONTRACT. ANY WORK ORDERED DURING THE CURRENCY OF THE CONTRACT AND FOR WHICH THE DATE OF COMPLETION FALLS BEYOND THIS TWO YEAR PERIOD SHALL BE DEEMED TO FROM PART OF THE CONTRACT. SENIOR MANAGER SIGNATURE OF THE CONTRACTOR PURCAHSE

Free tenders for Contract Work by Bharat Earth Movers Limited-9047034103

Page 5: ( A Govt. of India undertaking )3.imimg.com/data3/AQ/TU/HTT-341/341_2013-02-13-11-14-52_1360734292.pdf · ( A Govt. of India undertaking ) ... 2013-14 & 2014-2015 for maintenance

C:\Documents and Settings\anithak\Desktop\Civil_Tender_ATC_12Feb2013.doc Page 5

CA.NO.RMM/TEN-196/2013-15 29 -01-2013

B E M L LTD BANGALORE COMPLEX, BANGALORE- 560 075

THE SENIOR MANAGER, PURCHASE, BEML LIMITED, BANGALORE COMPLEX , POST BAG NO . 7501 NEW THIPPASANDRA POST, BANGALORE-560075 PART –A (INSIDE THE FACTORY PREMISES ) HAVING EXAMINED AND PERSUED THE FOLLOWING DOCCUMENTS :- 1. SCHEDULE “B” ATTACHED HERETO : 2. MES STANDARD SCHEDULE OF RATES 2010 PART-I SPECIFICTION AND PART-II * RATES, ZONE –“A” INCLUDING ERRATA AMENDMENTS AS APPLICABLE TO ZONE “A” HEREIN AFTER REFERRED TO AS MES SCHEDULE 3. TENDER AND GENERAL CONDITIONS. 4. SPECIAL CONDITIONS.

I/WE, AGREE TO PERFROM SUCH SERVICES AND EXECUTE SUCH WORK UPON THE TERMS AND CONDITION CONTAINED OR REFERRED TO IN THE AFORESAID DOCUMENTS AND UPON THE CONDITIONS HEREINFTER CONTAINED, AS MAY BE DEMANDED AND AS ENUMERATED IN THE AFORESAID MES SCHEDULE DURING THE PERIOD OF TWO YEAR FROM THE DATE ACCEPTANCE OF TENDER. (A) ------------------------------------------------------------------------------------------------ ABOVE /BELOW ONLY FOR SECTION -2 LABOUR RATE % (B) -----------------------------------------------------------------------------------------------

ABOVE /BELOW ONLY FOR SECTION -3 EARTH WORK % (C) ------------------------------------------------------------------------------------------------- ABOVE /BELOW ONLY FOR SECTION-4 CONCRETE % (D) -------------------------------------------------------------------------------------------------- ABOVE /BELOW ONLY FOR SECTION-5 BRICK WORK (TABLE MOULDED) SUB CLASS “A” % (D-1) --------------------------------------------------------------------------------------------------- ABOVE /BELOW ONLY FOR SECTION-5 BRICK WORK (CLAMP BURNT) SUB CLASS “B” % (E) --------------------------------------------------------------------------------------------------- ABOVE /BELOW ONLY FOR SECTION-6 STONE MASONRY % (F) --------------------------------------------------------------------------------------------------- ABOVE /BELOW ONLY FOR SECTION-7 WOOD WORK (CARPENTOR’S WORK) % (G) ---------------------------------------------------------------------------------------------------- ABOVE /BELOW ONLY FOR SECTION-8 JOINERY % (H) ------------------------------------------------------------------------------------------------------ ABOVE /BELOW ONLY FOR SECTION-9 BUILDER HARDWARE %

Free tenders for Contract Work by Bharat Earth Movers Limited-9047034103

Page 6: ( A Govt. of India undertaking )3.imimg.com/data3/AQ/TU/HTT-341/341_2013-02-13-11-14-52_1360734292.pdf · ( A Govt. of India undertaking ) ... 2013-14 & 2014-2015 for maintenance

C:\Documents and Settings\anithak\Desktop\Civil_Tender_ATC_12Feb2013.doc Page 6

(I) ----------------------------------------------------------------------------------------------------- ABOVE /BELOW ONLY FOR SECTION-10 STEEL, ALUMINIUM & IRON

WORK %

(J) -----------------------------------------------------------------------------------------------------

ABOVE /BELOW ONLY FOR SECTION-11 ROOF COVERING %

(K) ---------------------------------------------------------------------------------------------------- ABOVE /BELOW ONLY FOR SECTION-12 CEILING & LINING %

(L) ----------------------------------------------------------------------------------------------------

ABOVE /BELOW ONLY FOR SECTION-13 FLOOR FINISHES & PAVING %

(M) ----------------------------------------------------------------------------------------------------

ABOVE /BELOW ONLY FOR SECTION-14 PLASTERING,POINTING &

FINISHING %

(N) ---------------------------------------------------------------------------------------------------- ABOVE /BELOW ONLY FOR SECTION-15 WHITE WASHING, COLOUR WASHNG

AND DISTEMPERING, & POLISHING %

(O) ---------------------------------------------------------------------------------------------------- ABOVE /BELOW ONLY FOR SECTION-16 GLAZING %

(P) ---------------------------------------------------------------------------------------------------- ABOVE /BELOW ONLY FOR SECTION-17 PAINTING %

(Q) ---------------------------------------------------------------------------------------------------- ABOVE /BELOW ONLY FOR SECTION-18 WATER SUPPLY, PLUMBING,DRAINS

AND SANITARY APPLIANCES %

(R) ---------------------------------------------------------------------------------------------------- ABOVE /BELOW ONLY FOR SECTION-19 ONLY ROAD WORK %,

(S ) -----------------------------------------------------------------------------------------------------

ABOVE /BELOW ONLY FOR SECTION-20 RUNWAY PAVEMEN HARD %

STANDING WORK

(T) -----------------------------------------------------------------------------------------------------

ABOVE/BELOW ONLY FOR SECTION 21 DEMOLITION & DISMANTLING %

ON RATES CONTAINED IN MES SSR SCHEDULE 2010, SPECIFICATION. PART RATES INCLUDING ERRATA (AS APPLICABLE TO ZONE “A” ) OR AT SANCTIONED RATES (IN CASE OF ITEMS FOR WHICH RATES ARE NOT AVAILABLE EITHER IN MES SCHEDULEW OR WHERE THE RATES CANNOT BE DERIVED THEREFROM ) AS MAY BE FIXED UNDER THE PROVISION OF CONTARCT IN RESPECT OF MAINTENANCE AND MINOR WORKS AT BANGALORE COMPLEX, TOWNSHIP AREA OF BEML BANGALORE . * VOL.I & II SENIOR MANAGER PURCHASE SIGNATURE OF THE CONTRACTOR(s)

Free tenders for Contract Work by Bharat Earth Movers Limited-9047034103

Page 7: ( A Govt. of India undertaking )3.imimg.com/data3/AQ/TU/HTT-341/341_2013-02-13-11-14-52_1360734292.pdf · ( A Govt. of India undertaking ) ... 2013-14 & 2014-2015 for maintenance

C:\Documents and Settings\anithak\Desktop\Civil_Tender_ATC_12Feb2013.doc Page 7

CA.NO.RMM/TEN-196/2013-15 29-01-2013

B E M L LTD BANGALORE COMPLEX, BANGALORE- 560 075

THE SENIOR MANAGER, PURCHASE, BEML LIMITED, BANGALORE COMPLEX , POST BAG NO . 7501 NEW THIPPASANDRA POST, BANGALORE-560075 PART –B ( AT BEML TOWNSHIP ) HAVING EXAMINED AND PERSUED THE FOLLOWING DOCCUMENTS :- 1. SCHEDULE “B” ATTACHED HERETO : 2. MES STANDARD SCHEDULE OF RATES 2010 PART-I SPECIFICTION AND PART-II * RATES, ZONE –“A” INCLUDING ERRATA AMENDMENTS AS APPLICABLE TO ZONE “A” HEREIN AFTER REFERRED TO AS MES SCHEDULE 3. TENDER AND GENERAL CONDITIONS. 4. SPECIAL CONDITIONS.

I/WE, AGREE TO PERFROM SUCH SERVICES AND EXECUTE SUCH WORK UPON THE TERMS AND CONDITION CONTAINED OR REFERRED TO IN THE AFORESAID DOCUMENTS AND UPON THE CONDITIONS HEREINFTER CONTAINED, AS MAY BE DEMANDED AND AS ENUMERATED IN THE AFORESAID MES SCHEDULE DURING THE PERIOD OF TWO YEAR FROM THE DATE ACCEPTANCE OF TENDER. (A) ------------------------------------------------------------------------------------------------ ABOVE /BELOW ONLY FOR SECTION -2 LABOUR RATE % (B) -----------------------------------------------------------------------------------------------

ABOVE /BELOW ONLY FOR SECTION -3 EARTH WORK % (C) ------------------------------------------------------------------------------------------------- ABOVE /BELOW ONLY FOR SECTION-4 CONCRETE % (D) -------------------------------------------------------------------------------------------------- ABOVE /BELOW ONLY FOR SECTION-5 BRICK WORK (TABLE MOULDED) SUB CLASS “A” % (D-1) --------------------------------------------------------------------------------------------------- ABOVE /BELOW ONLY FOR SECTION-5 BRICK WORK (CLAMP BURNT) SUB CLASS “B” % (E) --------------------------------------------------------------------------------------------------- ABOVE /BELOW ONLY FOR SECTION-6 STONE MASONRY % (F) --------------------------------------------------------------------------------------------------- ABOVE /BELOW ONLY FOR SECTION-7 WOOD WORK (CARPENTOR’S WORK) % (G) ---------------------------------------------------------------------------------------------------- ABOVE /BELOW ONLY FOR SECTION-8 JOINERY % (H) ------------------------------------------------------------------------------------------------------ ABOVE /BELOW ONLY FOR SECTION-9 BUILDER HARDWARE %

Free tenders for Contract Work by Bharat Earth Movers Limited-9047034103

Page 8: ( A Govt. of India undertaking )3.imimg.com/data3/AQ/TU/HTT-341/341_2013-02-13-11-14-52_1360734292.pdf · ( A Govt. of India undertaking ) ... 2013-14 & 2014-2015 for maintenance

C:\Documents and Settings\anithak\Desktop\Civil_Tender_ATC_12Feb2013.doc Page 8

(I) ----------------------------------------------------------------------------------------------------- ABOVE /BELOW ONLY FOR SECTION-10 STEEL, ALUMINIUM & IRON

WORK %

(J) -----------------------------------------------------------------------------------------------------

ABOVE /BELOW ONLY FOR SECTION-11 ROOF COVERING %

(K) ---------------------------------------------------------------------------------------------------- ABOVE /BELOW ONLY FOR SECTION-12 CEILING & LINING %

(L) ----------------------------------------------------------------------------------------------------

ABOVE /BELOW ONLY FOR SECTION-13 FLOOR FINISHES & PAVING %

(M) ----------------------------------------------------------------------------------------------------

ABOVE /BELOW ONLY FOR SECTION-14 PLASTERING,POINTING &

FINISHING %

(N) ---------------------------------------------------------------------------------------------------- ABOVE /BELOW ONLY FOR SECTION-15 WHITE WASHING, COLOUR WASHNG

AND DISTEMPERING, & POLISHING %

(O) ---------------------------------------------------------------------------------------------------- ABOVE /BELOW ONLY FOR SECTION-16 GLAZING %

(P) ---------------------------------------------------------------------------------------------------- ABOVE /BELOW ONLY FOR SECTION-17 PAINTING %

(Q) ---------------------------------------------------------------------------------------------------- ABOVE /BELOW ONLY FOR SECTION-18 WATER SUPPLY, PLUMBING,DRAINS

AND SANITARY APPLIANCES %

(R) ---------------------------------------------------------------------------------------------------- ABOVE /BELOW ONLY FOR SECTION-19 ONLY ROAD WORK %,

(S ) -----------------------------------------------------------------------------------------------------

ABOVE /BELOW ONLY FOR SECTION-20 RUNWAY PAVEMEN HARD %

STANDING WORK

(T) -----------------------------------------------------------------------------------------------------

ABOVE/BELOW ONLY FOR SECTION 21 DEMOLITION & DISMANTLING %

ON RATES CONTAINED IN MES SSR SCHEDULE 2010, SPECIFICATION. PART RATES INCLUDING ERRATA (AS APPLICABLE TO ZONE “A” ) OR AT SANCTIONED RATES (IN CASE OF ITEMS FOR WHICH RATES ARE NOT AVAILABLE EITHER IN MES SCHEDULEW OR WHERE THE RATES CANNOT BE DERIVED THEREFROM ) AS MAY BE FIXED UNDER THE PROVISION OF CONTARCT IN RESPECT OF MAINTENANCE AND MINOR WORKS AT BANGALORE COMPLEX, TOWNSHIP AREA OF BEML BANGALORE . * VOL.I & II SENIOR MANAGER PURCHASE SIGNATURE OF THE CONTRACTOR(s)

Free tenders for Contract Work by Bharat Earth Movers Limited-9047034103

Page 9: ( A Govt. of India undertaking )3.imimg.com/data3/AQ/TU/HTT-341/341_2013-02-13-11-14-52_1360734292.pdf · ( A Govt. of India undertaking ) ... 2013-14 & 2014-2015 for maintenance

C:\Documents and Settings\anithak\Desktop\Civil_Tender_ATC_12Feb2013.doc Page 9

RMM/TEN-196/2013-15 29-01-2013

B E ML LIMITED - BANGALORE – 560 075

REVISED TENDER AND GENERAL CONDITIONS (1987)

To, BEML Limited, Bangalore Complex, Bangalore – 560 075 Sir, I/we the undersigned do hereby tender to execute and fully complete the whole of the work set forth and described in General Conditions, Schedule of prices and bill of quantities attached hereto shown on the drawing No., . In accordance with the terms, conditions and obligations therein contained and for the total sum of Rs.25.00 Lakhs (Rupees Twenty five Lakhs only) per year. I/we further agree to add or to deduct from contract sum as the case may require, the net value of all additions to and deductions from the works included in the contract should not exceed 20% of the amount of the contract accepted and 40% of the individual quantity indicated against each item of Schedule ‘A’ Bill of Quantities. The value of such additions and deductions being calculated upon the prices for similar work in the opinion of the Engineer be not included in the bill of quantities then upon the price set forth in the Schedule of prices attached hereto or as otherwise provided in the Clause-15 of the General Conditions. I/we also herewith send Rs …………… by receipt /draft as Earnest Money Deposit as required and to enter further into a contract with the company for the execution of the said works in conformity with the aforesaid General Conditions, Specification, both preliminary as well as Standard Schedule of prices and bill of quantities and the drawing accompanying to all of which I /we here by give …………………. Assent and concurrence. I/we also undertake to complete and hand over the same in a satisfactory manner to the B E M L Limited or its authorized representative within the period stipulated from the date of commencement of the work in accordance with the para-8 of General Conditions of he Contract, signed, sealed and delivered by the said ……………. . This ………… Day of ……………… ………………………………….. in the presence of . Yours faithfully, (Signature) WITNESSES ;

Free tenders for Contract Work by Bharat Earth Movers Limited-9047034103

Page 10: ( A Govt. of India undertaking )3.imimg.com/data3/AQ/TU/HTT-341/341_2013-02-13-11-14-52_1360734292.pdf · ( A Govt. of India undertaking ) ... 2013-14 & 2014-2015 for maintenance

C:\Documents and Settings\anithak\Desktop\Civil_Tender_ATC_12Feb2013.doc Page 10

RMM/TEN-196/2013-15 29 -01-2013

BEML LTD BANGALORE COMPLEX, BANGALORE-560075

SPECIAL NOTE –1

ISSUE OF STORES :

1. No material required for the work shall be issued by the company. The responsibility for procurement of Materials lies solely with the contractor and this may be taken cognizance while quoting.

2. ONLY approved make/brand of cement manufactured by cement manufacturer Who are on

the approved list of BEML shall be allowed to be used in the works. The list of approved manufactures of cement can be obtained from the office of the Deputy General Manager (projects), Bangalore Complex, BEML Bangalore –75. No escalation on any materials will be allowed. The rates quoted for all items shall be firm throughout the currency of the contract all as per clause –14 of Revised Special conditions.

3. SUBMISION OF TENDERS:

As already indicated tender should submit their offer in a DOUBLE SEALED ENVELOP which should be dropped in the tender box kept for the purpose. Tenderer should specially note that any subsequent changes to be made in the offer by way of giving a special rebate or withdrawal of certain conditions specified in the original offer should necessarily be made by a person who has signed the original tender offer. Such revisions on the original offer signed by any other person shall not be taken cognizance of. This would mean that all the tender pages and corrections should be initials and stamped with a rubber stamp of the organization. Tender not confirming to the tender conditions would be primarily rejected.

4. LABOUR CHAMPS : The contractor shall at his own expense make adequate arrangement, for housing, supply of drinking water and provision of latrines and urinals for his staff and workmen disposal of sewage and suilage and for temporary CRECHE (BAL MANDIRA) where 50 or more workmen are employed at the time. Suitable sites on Employer’s erection of labour camps either free of charge or on such terms and conditions the may be prescribed by the Employer. All camps sites shall be maintained in clean and sanitary conditions by the contractor at his own cost.

5 CHANGE IN THE NAME AND STYLE OF THE FIRM Please note that no change in constitution of the contractor would be recognized once a work is awarded. 6. TENDERERS should note that all fittings and materials should bear relevant ISI marks, otherwise the materials shall be rejected.

Senior Manager Purchase Signature of the Contractor

Free tenders for Contract Work by Bharat Earth Movers Limited-9047034103

Page 11: ( A Govt. of India undertaking )3.imimg.com/data3/AQ/TU/HTT-341/341_2013-02-13-11-14-52_1360734292.pdf · ( A Govt. of India undertaking ) ... 2013-14 & 2014-2015 for maintenance

C:\Documents and Settings\anithak\Desktop\Civil_Tender_ATC_12Feb2013.doc Page 11

Ref: RMM/TEN196/RT//2013-15 29-01-2013

PARTICULAR SPECIFICATIONS

GENERAL These particular specifications are to be read in conjunction with the specifications contained in the MES standard schedule of rates 2010, rates including errata (hereinafter referred to as the MES schedule) and the specifications given hereunder and the drawings mentioned in these documents, rates and specifications thereon shall be deemed to apply to the works unless mentioned otherwise in the tender documents. In case of discrepancy between the documents, viz., Bill of quantities, Particular specifications and Drawings, the following order of precedence shall be followed : a) Bill of Quantities b) Particular specifications c) Drawings / Sketches, if any enclosed

2. SCOPE OF WORK The contract comprises of full, final and entire completion of :

“Annual term contract for the year 2013-14 & 2014-2015 for maintenance and minor works at BEML factory and at BEML Township area at BEML Ltd Bangalore. All as shown in schedule ‘A and as described in these particular specifications and detailed in the drawings given in the list of drawings enclosed hereto and also subject to the General and special conditions of contract. The work shall be completed in Twenty Four months. The time of completion is to be reckoned from the date of commencement mentioned in the work order.

3. DEFECT LIABILITY PERIOD

Normally the period of maintenance for all the works will be one year. During this period the

contractor will be responsible to rectify all the defects noticed and attributable to the work done by

him in respect of works executed by him. As soon as any defects in the work come to the notice, the

engineer-in-charge should request the contractor, in writing, to rectify the defects and inform him

that in case he failed to do so within a reasonable time, BEML would rectify the defects at his risk

and expense as per the conditions of the contractor. If the contractor does not attend to the

rectifications in spite of repeated requests, BEML should proceed at his risk and expense and get

the work completed. The cost of incurred by BEML should be recovered from the defaulting

contractor. The company shall forfeit the balance 50 % of the Security Deposit retained and adjust

this amount against the expenses incurred. The balance amount, if any after recovering the

expenses incurred will be refunded to the contractor. In case the amount available is insufficient to

cover the expenses in full, that portion of the expenditure still remaining unadjusted shall be

recovered from any of the subsequent bills due for payment to the contractor against any other

contract.

Free tenders for Contract Work by Bharat Earth Movers Limited-9047034103

Page 12: ( A Govt. of India undertaking )3.imimg.com/data3/AQ/TU/HTT-341/341_2013-02-13-11-14-52_1360734292.pdf · ( A Govt. of India undertaking ) ... 2013-14 & 2014-2015 for maintenance

C:\Documents and Settings\anithak\Desktop\Civil_Tender_ATC_12Feb2013.doc Page 12

Ref RMM/TEN-196/RT/2013-15

3.1 SAMPLES OF MATERIALS The contractor shall produce samples of all materials and shall obtain approval in writing before he places bulk order for the material for incorporation in the works. In respect of materials for which samples are not kept or detailed specifications is not given hereinafter, such materials shall comply with the latest relevant Indian Standard Specifications as published up to the date of issue of this tender.

04. PROPRIETORY MATERIALS The contractor shall ensure that proprietary materials like paints, etc., are brought to site in original sealed containers/ packing and bear the manufacturer’s markings.

05. CLEANING DOWN The contractor shall clean all the floors, walls, glass panes, fittings and fixtures, etc., touch up all painter’s works and carryout all other necessary items of work in connection therewith and leave the whole premises clean and tidy before handing over the buildings.

6.1 EXCAVATION AND EARTH WORK The earthwork, excavation, filling etc., in ordinary/hard soil shall be carried out to the extent ordered/indicated in the drawings. Excavation inadvertently made deeper than what is ordered or indicated in the drawings shall be made good by the contractor with PCC 1:4:8 using not larger than 40mm graded granite aggregate with out extra cost to the company.

6.2. The earth (including earth obtained from excavation) shall be filled, spread, watered and well rammed

in layers not exc. 20 cm thick around foundations, under floors and in other situations to make up levels slopes as directed/shown in drawings. Use of vegetable soil, turf, peat and black cotton soil in filling shall not be permitted. No lead whatsoever shall be allowed extra for earth obtained from excavation and reused for filing around foundation and under floor. If on the actual excavation, hard rock or ordinary rock is met with the contractor shall intimate the Engineer-in-charge in writing for making necessary price adjustment. Excavation done in ordinary/hard rock will be priced as an authorized extra item.

07. MATERIALS 7.1.1 CEMENT

Cement shall be of Ordinary Portland Cement confirming to IS. Only one brand of each type of cement shall be used for Concrete in any individual structure. Cement shall be obtained only form the approved agents of approved Manufactures(Ultra Tech/ Birla super / Coramandal / L&T , Zuari) Contractor shall produce certificate for its test from the (M/s. BEML Approved agencies)manufactures for each of such consignment received at site. Quick setting / Rapid Hardeding cement and water proofing mixture if required shall be of the brand approved by the M/s. BEML Limited.The Engineer-in-charge may reject any cement as a result of failing in any test thereof, not wit standing the test certificate. Cement and shall be stored by the contractor in a dry place under proper cover and stack. Stacks shall not be more than 10 bags high.

7.1.1.A READY MIX CONCRETE

Ready Mix Concrete shall be supplied by an approved supplier (ACC / Coramandal /L&T / Birla). The supplier shall permit inspection of his works, materials used and production methods which shall together with the frequency of the concrete be in accordance with the quality of the concrete.

7.1.1.B TESTS

Not less than six test cubes shall be taken at each section or division of the work and/or for each days work each class of concrete. Test cubes shall be made in accordance with IS 516. Minimum cube crushing strength in work tests:

Free tenders for Contract Work by Bharat Earth Movers Limited-9047034103

Page 13: ( A Govt. of India undertaking )3.imimg.com/data3/AQ/TU/HTT-341/341_2013-02-13-11-14-52_1360734292.pdf · ( A Govt. of India undertaking ) ... 2013-14 & 2014-2015 for maintenance

C:\Documents and Settings\anithak\Desktop\Civil_Tender_ATC_12Feb2013.doc Page 13

Ref: RMM/TEN-1964/2013-15 M 15 100 kg/cm² ( for 7 days ), 150 kg/cm² ( for 28 days ), M 20 135 kg/cm² ( for 7 days ), 200 kg/cm² ( for 28 days ), 7.1.2 FINE AGGREGATE

Fine aggregate (sand) for concrete shall be of approved quality natural sand. Fine aggregate shall be clean, free from any admixture of clay, loam, silt, organic matter and other impurities.

7.1.3 COARSE AGGREGATE Coarse aggregate for concrete shall be of approved broken granite stone and shall conform to

IS-383-1963.

7.2 RATE Rate quoted for cement concrete works in Sch.’A’ shall include the cost for use and waste of

formwork, as necessary.

8. BRICK MASONRY IN CEMENT MORTAR

Brick should be clamp burnt bricks of approved quality from the local kilns shall be used in bonds as specified in MES Schedule 2010, Part-1, Section – 5. FLOORING 9.1.1 Flooring generally :

Floors shall be provided all as shown in drawings and as detailed in Sch.’A”. Floors shall be laid to level and/or to slopes as shown in drawings or as directed. Slopes shall be achieved by giving required slope to earth filling under floors. Floors shall be sunk wherever shown in drawings. Floors shall be carried through all doors and other openings. Exposed edges of floors shall be finished in the same manner as for the top surface.

9.2.1 Concrete floors : Sub-floors with PCC 1:4:8 PCC 1:4:8 sub-floor shall be laid over well consolidated sub-base. The surface shall be left rought to receive the screeding/floor finish. Concrete floors shall be laid as and where indicated in drawings/as directed.

9.2.2 PCC floors/ramps

PCC 1:2:4 shall be laid over in alternative bays system all as described in MES sch.1970, part-I, Section 13. The top surface shall be finished as specified in schedule ‘A’.

9.2.3 Vacuum Concrete

The concrete flooring with vacuum treatment to be done by M/s. Techno Art Construction Pvt. Ltd., K.H.Road, or other equivalent reputed agency . The concrete should be designed for medium workability and should not be dry. Surface vibrators should be used after laying the concrete. If necessary poker vibrators should proceed surface vibrators. The top layer must be leveled with surface vibrators and than vacuum processing should start after placing top cover and filter pads. Cleaning with skim floater using planning disc should be done immediately after vacuum processing. Blade polishing should be done after the concrete has hardened sufficiently.

9.2.4 Flooring/Skirting with Terrazo tiles

Terrazzo tiles for floor shall conform to IS-1237-1959 and shall be laid over cement mortar, screed, etc., all as specified and detailed in Sch.’A’.

Free tenders for Contract Work by Bharat Earth Movers Limited-9047034103

Page 14: ( A Govt. of India undertaking )3.imimg.com/data3/AQ/TU/HTT-341/341_2013-02-13-11-14-52_1360734292.pdf · ( A Govt. of India undertaking ) ... 2013-14 & 2014-2015 for maintenance

C:\Documents and Settings\anithak\Desktop\Civil_Tender_ATC_12Feb2013.doc Page 14

Ref: RMM/TEN-1964/2013-15

9.2.5 Glazed Tiles

Glazed tiles shall conform to relevant ISS and shall be laid all as per SSR Part I 1996 and all as specified/detailed in Sch.’A’.

10. Plinth Protection Plinth protection 75mm thick shall be provided. Plinth protection need not be provide where portions are covered by steps and ramps and shall be laid to slope as directed and in bays of length not exc. 3M adopting alternate bay system. The top surface shall be finished smooth using extra cement.

11. PLASTERING 11.1.1Generaly

The surface to be plastered shall be prepared by raking out joints and wetting the surface thoroughly. Curing of plastering work shall be properly done by means of stirrup pumps or similar devices. The contractor shall take every precaution right from the commencement of plaster work to prevent any craziness that may appear on the surface of plaster and shall be responsible to make good any portion of plaster, which in the opinion of the Engineer-in-charge requires removal and redoing.

11.1.2 Sand for plastering and pointing work shall be as specified hereinbefore for RCC works. 11.1.3 The thickness specified in relevant Sch.’A’ item is the thickness above the proudest part of

brick/concrete/stone surface and is exclusive of dubbing coat. Any dubbing coat that may be necessary to bring the surface to uniform level shall be provided by contractor and shall be of the same mix specified for the plastering. The rate quoted for Sch.’A’ items shall be deemed to be inclusive for the dubbing coat also.

11.1.4 No rounding off of external and internal angles or corners of plaster shall be done. The

junction/arrises shall be made true and square. 11.1.5 Plastering on walls, dados and skirting shall be returned along with the jambs of opening in

walls and cills of windows. 11.1.6 Plastered surfaces shall be finished fair and even. 11.2 Cement Mortar Plastering :

Plain cement plaster or ordinary cement plaster where shown in drawings/schedule of finishes shall be of mix/proportion and thickness as specified in Sch.’A’ finished fair and even without using extra cement.

11.3 Keyed pointing

Keyed pointing to size stone masonry shall be in CM 1:4 all as MES schedule 2004. 12.1 White and colors wash

Before application of white wash/colour wash etc., the surface shall be prepared, to a clean and fair surface.

12.2 White wash

White wash shall be carried out to surface as indicated in drawings/schedule of finishes and all as directed by the Engineer-in-charge. White wash shall be carried out in three coats.

Free tenders for Contract Work by Bharat Earth Movers Limited-9047034103

Page 15: ( A Govt. of India undertaking )3.imimg.com/data3/AQ/TU/HTT-341/341_2013-02-13-11-14-52_1360734292.pdf · ( A Govt. of India undertaking ) ... 2013-14 & 2014-2015 for maintenance

C:\Documents and Settings\anithak\Desktop\Civil_Tender_ATC_12Feb2013.doc Page 15

Ref: RMM/TEN-1964/2013-15

12.4 Distemper Provide two coats of approved oil bound washable distemper over a coat of primer (cement primer) all as specified in Sch.’A’ . Shade/tint shall be as directed by the Engineer-in-charge. The surface to be distemper shall be prepared with a fully putty.

12.3 Cement based paint Two coats of cement based paint such as snow-cem or other equivalent and approved make, of approved Colour, shall be applied on surfaces all as directed and as per manufacturer’s instructions.

13.1 Builder’s Hardware Builder’s hardware of sizes shall be provided and fixed as specified in Bill of Quantities and detailed in drawings. Sample of fittings shall be first got approved by the Engineer-in-charge before placing bulk orders for the same.

13.2.1 Butt hinges for doors shall be MS cold rolled steel butt hinges all as specified in Bill of Quantities and as shown on drawings.

14. Glazing Unless otherwise specified, glazing for doors, windows, ventilators etc., shall be with not

less than 3mm thick plain glass and of the best quality. The glass shall be free from bubbles, scratches and other imperfections. The glass shall not be wavy.

14.1 0 Painting

Paint shall comply with the relevant ISS and shall be of approved manufacture. Paints for priming coat, under coat and finishing coat shall be of the same manufacture. The colour and the manufacture shall be approved by Engineer-in-charge.

14.1.1 Painting to steel surfaces with Enamel paint Where painting to steel surface with enamel paint is indicated drawings/schedule of finishes, the surface shall be prepared, cleaned with sand paper to remove scales and rust. Apply a coat red oxide primer followed by two coats of approved make, and finish the surface so as to have a highly glossy appearance. Tints/shade of paint shall be superior tint and shall be approved by Engineer-in-charge. The tint for under and finishing coat shall be same.

14.1.2 Unless otherwise specified, the rate quoted for relevant items of Sch.’A’ such as doors, windows etc, shall include for two coats of painting (one under coat and one finishing coat) over a coat of primer all as specified hereinbefore.

15.1.1 Soling

The stone for soling shall be hard granite sound and free from decay. Stones shall be clean and of height equal to the thickness of soling and as described in MES schedule 2004, Stones shall not be laid flat on the sub-grade.

15.1.2 The soling stones shall be hand packed to the proper width and to the profile as directed and

by laying correct to the template placed 5M apart, soling stones shall be laid resting on their broad bases with their height equal to the thickness of soling & the largest dimensions at right angles to the centre line. Stones shall be laid breaking joints in close contact with each other not leaning against each other. Large size stones shall be arranged at the edges and centre. All interstices between stones shall be wedged in by smaller size stones of suitable size, well driven by crowbars, hammers to ensure tight packing.

Free tenders for Contract Work by Bharat Earth Movers Limited-9047034103

Page 16: ( A Govt. of India undertaking )3.imimg.com/data3/AQ/TU/HTT-341/341_2013-02-13-11-14-52_1360734292.pdf · ( A Govt. of India undertaking ) ... 2013-14 & 2014-2015 for maintenance

C:\Documents and Settings\anithak\Desktop\Civil_Tender_ATC_12Feb2013.doc Page 16

Ref: RMM/TEN-196/2013-15 15.1.3 SOLING

After hand packing and checking of high and low spots by templates is complete the soling shall be consolidated by power roller of 10 tonne weight all as specified in Part-I, section-20 of MES schedule Rates 2004 ‘A’, covering up the surface during rolling by blinding with stone spalls and gravel, high and low spots being corrected by removing or adding sthe soling respectively as the case may be. Over the consolidated soling, moorum shall be spread to a thickness of 50mm, to proper levels, watered and rolled all as specified in Bill of Quantities.

16. WATER BOUND MACADAM Water bound macadam shall be provided with granite stone aggregate conforming to the grading

given in the table, for granite or trap of SSR Part I, under section 20, SSR 1996 Zone-A, part-I. The rolling shall be done with h 8/10 tonne power roller. Over the consolidated surface, moorum shall be spread to a thickness of 25mm to proper level, watered and well rolled/consolidated all as per Bill of Quantities and as directed.

17. WOOD WORK JOINERY TIMBER

Unless otherwise specified the timber used in all situations shall be of good quality of wood as detailed in relevant items of schedule ‘A’. The timber shall be well kiln seasoned and free from defects of any sort. The contractor should particularly note that all timber required for the work should be brought to site, cut to required sizes and properly stacked and stores well ahead of actual use as directed by the Engineer-in-charge.

17.1 FINISH

unless otherwise specified timber surfaces shall be wrought and sand papered smooth. However, backs of chowkats can be left clean saw and shall be tarred and sanded before erecting in position.

17.2 TOLERANCE

Tolerance for wrought faces of joinery is as specified in MES schedule 2010, Section 7, except in the case of practical board panel shutter/boarding/planking wooden beads which shall hold the full thickness/sizes shown in drawings. The overall dimensions of door etc., as shown in drawing shall be maintained.

17.3 PLUGGING

Wooden plugs for fixing timber fixtures and fittings and the like in walling or concrete shall be cut to size, tapered and built into walls. ‘PHIL’ plugs made out of asbestos cement powder where specified in the drawings or as directed shall be used wherever rawl plugs are specified in the drawings or as directed the same shall be fixed after punching holes of the correct size.

17.4 JOINERY

Provide timber doors and other joinery all as per details shown in drawings and as specified in schedule ‘A’

17.5.1 All door shutters shall be fixed so that there is a clearance of 3mm between the finished floor level and the bottom edge of shutter. The chowkat size is as shown in the drawings/described in Sch.’A’

Free tenders for Contract Work by Bharat Earth Movers Limited-9047034103

Page 17: ( A Govt. of India undertaking )3.imimg.com/data3/AQ/TU/HTT-341/341_2013-02-13-11-14-52_1360734292.pdf · ( A Govt. of India undertaking ) ... 2013-14 & 2014-2015 for maintenance

C:\Documents and Settings\anithak\Desktop\Civil_Tender_ATC_12Feb2013.doc Page 17

Ref: RMM/TEN-196/2013-15

17.5.2 Nails and spikes shall not be used in joinery works bamboo wood pins of proper sizes only shall be used.

17.5.3 All joiner’s works chow Kats shall be cut and framed together soon after commencement of building operations, but shall not be wedged up until required and passed. Any portion that may warp or develop shakes or other defects shall be replaced with new ones before being placed in position.

17.5.4 Timber chowkats shall be fixed in position all as directed and shown on drawings.

17.5.5 Panelled and battened doors/flush shutters/glazed doors : Styles and rails of skeleton frames for shutters shall be out of well kiln seasoned timber of the species specified in Sch. ‘A’ and panels shall be as specified in Sch.’A’. The flush shutters shall be having solid core type with well seasoned block board and commercial veneered face and approved by the Engineer-in-charge. All flush shutters shall be provided with internal lipping to a total depth of 25mm. The width of lapping shall be equal to the thickness of core.

17.10 Painting to Timber surfaces :

Where painting to timber surfaces with approved synthetic enamel paint is indicated in drawings/schedule ‘A’ the surface shall be prepared and given a priming coat using approved primer. The surface shall then be bodied in with liquid wood filler of approved make, allowed to dry and rubbed with sand paper, after moistening the surface with water. Clean the surface and then apply two coats of paint of approved quality. Tint/shade of paint shall be superior tint and shall be approved by Engineer-in-charge. The tint for under and finishing coat shall be the same.

18. Ferro Cement water tanks : Materials : Cement :

Ordinary Portland cement shall be in accordance with IS-269-1976

Fine aggregate : Aggregate shall generally conform to IS-383-1970

Reinforcement : Shall be in accordance with following specification

a) Weld Mesh – IS 412 or 1962 b) Chicken Mesh IS 1566 of 1967 c) 6mm MS Rods IS 432-1966, Part I

Fabrication :

A weld mesh and mild steel rod cage shall be cut and bent and covered either side using chicken mesh/square woven mesh all as shown in drawings. Both meshes and main mild steel rods shall be tied together using binding wire along with fittings such as drain off pipe, inlet pipe outlet pipes, over flow pipe connections and fittings hooks in correct position.

Casting Platform : Tank will be cast on leveled masonry platform and before casting it shall be lubricated in advance by mould oil.

Mixing and casting :

Cement and fine river sand shall be mixed dry in proportion 1:2 by weight. Water cement ratio shall be 0.5 for preparing the wet mortar. Bottom slab shall be cast first then vertical walls can be plastered with cement mortar. Small pieces of plywood shall be used on opposite side as a back up and mortar shall be forced into cage from outside and finished to required thickness by following the same process from either side. Both inside and outside surfaces should be finished fine after initial setting of mortar. Cover shall be castled separately and finished fine.

Free tenders for Contract Work by Bharat Earth Movers Limited-9047034103

Page 18: ( A Govt. of India undertaking )3.imimg.com/data3/AQ/TU/HTT-341/341_2013-02-13-11-14-52_1360734292.pdf · ( A Govt. of India undertaking ) ... 2013-14 & 2014-2015 for maintenance

C:\Documents and Settings\anithak\Desktop\Civil_Tender_ATC_12Feb2013.doc Page 18

Ref: RMM/TEN-196/2013-15

Curing :

The tank shall be cured by gunny bags after 24 hours of casting for 7 days. The water shall be slowly filled and leakages observed shall be made good.

Painting :

The tank shall be painted by using tar mastic paint IS-158/8 grade by giving one coat internally after positioning the tank, 2 coats of snow-cem of approved Colour shall be given for external surface.

Testing :

The contractor shall fill the tank initially in three days after painting and ensure that water level shall not fall 3mm in the 24 hours.

19 Water Supply : Water supply (General)

Work shall be carried out by licensed plumber and layout of the pipes shall be as directed by the Engineer-in-charge. All pipes shall be truly vertical/horizontal and bending of pipe shall not be permitted. Appropriate specials shall be invariably used at bends, junctions and connections.

19.1 Materials Water tubing with all accessories shall be of mild steel tubes, galvanized, screwed, medium quality or light quality (conforming to IS1239) as specified in Sch.`A’ .

19.2 Stop cocks shall be screw down, high pressure pattern, heavy quality and shall conform to IS : 731, stop cocks shall be of brass

19.3 Bib cocks, shall be of brass chromium plated suitable for high pressure, conforming to IS-1795-1961.

19.4 Laying and Fixing of pipes : Pipes running on walls/floors/roofs inside the building shall be fixed on surface of walls/roofs all as specified in Section-18, of MES 2010. However, where pipes are shown through the floors the same shall be laid in position before laying the concrete floors.

19.5 Where pipes are laid underground, trenches, shall be excavated as and where directed.

19.6 In jointing the pipes, the inside of the socket and the screwed end of the pipes shall be smeared with red lead and few turns and hemp yard wrapped round the screwed end of the pipe, which shall then be screwed in the socket with a pipe wrench.

19.7 Making Good : Unless otherwise specified all holes cut in floors/walls, chases cut in walls, etc., for providing pipes etc., shall be made good by the contractor in the same manner and mix as specified for that portion of wall and or floor. Cutting in to wall or floors shall be restricted to the bare minimum extent practicable for the finished sizes of holes required. The cost involved in these items are deemed to be included in the contractors quoted rates of respective items of Sch. `A’.

20 Mirrors : Mirrors shall be 5.5mm thick `KOHINOOR’ or other equal and approved make (Saint Gobin / Ashi / Modifloat)with 4mm thick commercial plywood backing and of standard plastic frame.

Free tenders for Contract Work by Bharat Earth Movers Limited-9047034103

Page 19: ( A Govt. of India undertaking )3.imimg.com/data3/AQ/TU/HTT-341/341_2013-02-13-11-14-52_1360734292.pdf · ( A Govt. of India undertaking ) ... 2013-14 & 2014-2015 for maintenance

C:\Documents and Settings\anithak\Desktop\Civil_Tender_ATC_12Feb2013.doc Page 19

Ref: RMM/TEN-196/2013-15

20.1 European type water closet Provide and fix white European type water closet all as specified in Sch.`A’

21.2 Indian type squatt pattern water closet :

Provide and fix squatt pattern (Indian type) water closet, white with a pair of foot rests, all as specified in Sch.`A’

21.3 Wash Basin / Urinal :

Provide wash hand basin and flat back urinals all as specified in Sch.A. The wash hand basins and squatt pattern shall be fixed all as per manufacturers instructions.

22. Testing :

All sanitary fittings, waste pipes, vent pipes and SWG pipes etc., shall be tested as approved in MES schedule. The rate quoted for the respective items of Sch.A are deemed to include for cost of testing also.

23. Sanitary and plumbing : General :

The contractor shall employ approved licensed plumbers for installation of sanitary fittings and for executing the necessary plumbing works.

23.1 Nahani Traps

Where Nahani Traps are indicated in the drawings provide 100mm (Internal) dia cast iron nahani trap with hinged gratings and without let for 75mm dia. pipe. Nahani traps shall be firmly embedded in concrete floors all as directed.

23.2 Gully trap :

Where gully traps are indicated in drawings standard gully trap salt glazed stoneware, with rebated top, strong make, square body, with 150x150mm CI gratings and 100mm dia. outlet shall be provided. Gully trap shall be fixed all as specified in MES schedule and as shown on drawings. The rate quoted for gully trap shall be included for excavation and concrete. PCC type C-1, etc., complete all as specified in Sch. ‘A’.

23.3 SWG PIPE : SWG pipes shall be class-A conforming to is-651 of 1965, SWG pipe shall be laid as directed and shall be jointed all as specified in section –18, of MES schedule 2004.

24.1 Cast iron soil and waste pipes with fittings :

CI soil and waste pipes with fitting shall conform to IS-1729-1964. CI soil and waste pipes shall be laid as directed and shall be cement jointed all as specified in Sch.A.

25. Manholes : Manholes independent shall conform to IS 1742 1960 and all as shown on drawing.

25.1 Brick work shall be in well burnt bricks in cement mortar 1:4 all as specified in MES

Sch. And to the thickness shown on drawing. 25.2 Foundation shall be in PCC 1:3:6 type C-2 with 40mm graded granite stone aggregate

for manholes. 25.3 trenching and channels shall be in PCC 1:2:4 type B-1 using 20mm graded granite

stone aggregate, steel trowel led to a smooth and even surface using extra cement. 25.4 Plastering to brick walls shall be in CM 1:3 15mm thick finished even and fair. All

internal surfaces of walls shall be plastered. The external surfaces of walls shall also be plastered to a depth of 150mm from top.

Free tenders for Contract Work by Bharat Earth Movers Limited-9047034103

Page 20: ( A Govt. of India undertaking )3.imimg.com/data3/AQ/TU/HTT-341/341_2013-02-13-11-14-52_1360734292.pdf · ( A Govt. of India undertaking ) ... 2013-14 & 2014-2015 for maintenance

C:\Documents and Settings\anithak\Desktop\Civil_Tender_ATC_12Feb2013.doc Page 20

Ref: RMM/TEN-196/2013-15 25.4.1 The rates quoted by the contractor for manholes shall include for the cot of reinforcement of

the pre-cast cover slab and fixing pre-cast PCC cover slabs of PCC 1:2:4 type B1 for manholes and inspection chamber including PCC 1:2:4 type B-1 bed below the slab removal of surplus spoil to a distance not exc. 50M and any extra excavation and earth work for working space as required.

26. Testing : All sanitary fittings, waste pipes, vent pipes and SWG pipes etc., shall be tested

as provided in MES schedule. The rates quoted for the respective items of Sch. A are deemed to include for cost of testing also.

27. AC North light curve : AC North light curve shall be of approved make and shall be fixed as per manufacturers instructions and as directed. The net length only shall be measured for payment purpose.

28. North light glazing : 6mm thick wire cast glass shall be fixed in position with aluminium glazing bars as directed and as per manufacturers instructions. The overall size of north light glazing including the aluminium glazing bars shall be taken into consideration for payment purpose.

29. AC radial Exhaust : AC radial exhaust shall be of ` ENEREST’ make, or other equivalent and approved make and shall be fixed all as per manufacturer instructions and all as shown on drawing/directed.

30. Expansion and contraction Dummy joints : Provide expansion and contraction (Dummy) joints to the width and lengths specified in Sch.`A’ . These shall be straight and the slab edges adjacent to the joints shall be formed truly vertical. The top edges of the slab at joints shall be bull nosed to 10mm radius. The joint shall be thoroughly cleaned, sides brushed before filling the filler. The molten bituminous charge before incorporation.

31. Power supply to contractor : Electrical energy required will be provided Free of Cost on 50 cycles at 433 V on 3 phase 4 wires system and will be made available to the contractors at a fixed point convenient to BEML. The contractor will have to make their own arrangements for tapping the electrical energy there from. The electrical connections so taken shall conform to the Indian Electricity Act/Rules & Factory Act.

31.1 Further, the electrical energy supplied shall be made use only for bonafide works. In the event of any wastage/misuse is noticed. The electrical energy will be disconnected and shall not be resumed. The decision of Engineer-in- charge in this regard is final and binding.Company will not guarantee continuity of supply and no compensation shall be allowed if the supply becomes intermittent or for breakdown or any reason whatsoever.

32 Testing: All the materials to be tested from a reputed testing Laboratory as insisted by the Engineer-in-charge. For all brought-out materials, manufacturers test artificial with all the required specifications to be submitted. To carryout such testing, the cost shall be borne by the successful tender.

Senior Manager Purchase Signature of Contractor

Free tenders for Contract Work by Bharat Earth Movers Limited-9047034103

Page 21: ( A Govt. of India undertaking )3.imimg.com/data3/AQ/TU/HTT-341/341_2013-02-13-11-14-52_1360734292.pdf · ( A Govt. of India undertaking ) ... 2013-14 & 2014-2015 for maintenance

C:\Documents and Settings\anithak\Desktop\Civil_Tender_ATC_12Feb2013.doc Page 21

BEML LIMITED

Bangalore Complex-560 075

Ref: RMM/TEN-196/2013-15 29-01-2013

GENERAL CONDITIONS

01. PRECAUTIONS AGAINST INJURY TO PROPERTY ADJACENT TO THE WORK IN PROGRESS

THE contractor shall take special care, by the erection of temporary fences and by every other means which circumstances may render necessary, to prevent all injury and damage to or trespass upon the lands, roads, ces or property adjacent to the site of works and shall confine the passage of his workmen to existing public roads, foot paths. He shall likewise pay and satisfy all claims whatsoever and from whomsoever, for temporary occupation, way-leaves, damages, the trespass or otherwise, in reference to the said lands, roads, fences and property adjacent and bear the company harmless from any and all such claims. If any greater extent of land than the site of works be required by the contractor for his operations, he shall obtain and occupy the same at his own cost and charge. 02. PRECAUTIONS AGAINST ACCIDENTS OR INJURY The contractor shall, at his own expense, shore, sling, protect, support, alter, restore make good and maintain as may be necessary, all buildings, water and gas pipes, sewers, drains, electric cables and other things which may be disturbed, exposed or injured during the execution of works or in consequence of the execution of the works and shall also provide any extra timbering which may be temporarily required and all labour in fixing and removing the same and shall, at his own expenses, provide for the continuous use of all buildings, pipes, sewers, drains, electric cable, water sources and other things, the use of which may be liable to interruption during the progress of the work. The contractor shall at his own expense restore all such buildings, water and gas pipes, sewers, drains, electric cables and other things to the satisfaction of the owners thereof and he shall like wise, at his own expense, construct and maintain such works as may be necessary for the due permanent support of all such buildings, pipes, sewers, drains, electric cables and other things met with in the construction of works, and shall indemnify, save, harmless and keep indemnified, the Company and its officers from and against all action, suits, claims, penalties, liabilities, cost, expenses and demands whatsoever, by reasons or on account of damage to such buildings, pipes, sewers, drains, electric cables and other things whether cause by the execution of the contract works or in the insufficiency of the aforesaid permanent support. The company may deduct the expenses thereby incurred or to which the company or its officers may thereby be put or be liable or which may be incidental thereto from, the amount of any sum or sums due or to become due to the contractor or may recover the same by action at law or otherwise from the contractor and the Company may compromise any such action suits or other proceedings, or such terms as it shall see fit and contractor shall thereupon forthwith pay the company the sum or sums paid by the Company upon the occasion thereof, and shall in every case pay such sum or sums as shall fully indemnify the Company according to the present stipulation.

04. EARNEST MONEY DEPOSIT Contractors should submit their tender accompanied by EMD of value indicated in the tender. It

should be paid by bank draft or bankers pay order drawn in favour of the Company along with

tenders. Tender without earnest money deposit will be rejected. On finalization of the tender,

Earnest Money deposit will be refunded to unsuccessful tenderer under proper acknowledgement.

Contractors who are borne on BEML approved register and who have deposited permanent Earnest

Money Deposit to the required amount are exempted from depositing Earnest Money as specified

above.

Free tenders for Contract Work by Bharat Earth Movers Limited-9047034103

Page 22: ( A Govt. of India undertaking )3.imimg.com/data3/AQ/TU/HTT-341/341_2013-02-13-11-14-52_1360734292.pdf · ( A Govt. of India undertaking ) ... 2013-14 & 2014-2015 for maintenance

C:\Documents and Settings\anithak\Desktop\Civil_Tender_ATC_12Feb2013.doc Page 22

Ref: RMM/TEN-196/2013-15

06. RUNNING ACCOUNT REMITTANCE : (R A R ) During the progress of work for each contract the contractor shall prefer claims giving details of work

done, rate and value to the Engineer-in-charge. These claims are called RAR bills and RAR payments

will be normally made once in a calendar month. These bills will be checked by the Engineer-in-Charge

with reference to either the percentage of the value of work done or on the basis of actual

measurements wherever available and recommend payment of the bill with due adjustment for

recoveries and RAR payment (including material advance) effected.

07. PRE-FINAL RAR’S A pre-final RAR is raised only when the work is completed and the complete measurement is recorded in the MB’s by the Engineer-in-charge duly accepted by the contractor. Pre-final RAR will be sent to accounts department by the Engineer-in-charge only after the check measurements and endorsement in the MB’s by the Surveyor of works for the technical check as explained in Para 8.1. The Engineer-in-charge will recommended for payment not exceeding 90 % of the value of work completed with due adjustments for recoveries and RAR payments (including Material advance) effected so far against the contract. Such bills should be paid within 2 weeks from the date of their receipt in the Accounts Department after scrutiny and check for the correctness of the bill duly linking up with the MB’s. 08. FINAL BILL On completion of the work, the complete measurements are recorded in measurement books and accepted by the contractor. There upon a final bill shall be submitted by the contractor within ONE MONTH from the date of completion of the work, so as to ensure payment being made before the expiry of five months from the date of completion of work. A ‘NO DEMAND CERTIFICATE ‘ against the company under the contract except for the defect liability deposit shall be submitted by the contractor to the Engineer-in-charge along with final bill for arranging payment of the bill.

9. ADHOC PAYMENTS

If payment fir final bill could not be arranged within 5 months from the date of the completion of the contract

for reasons other than undue delay in submitting the final bill by the contractor, the Accounts Department of

the Division will make an adhoc payment against the final bill , based on the recommendations I\of the

Engineer-in-charge and the approval of AGM (Finance) in the Division. The following guide –lines may be

adopted while making such adhoc payment.

Free tenders for Contract Work by Bharat Earth Movers Limited-9047034103

Page 23: ( A Govt. of India undertaking )3.imimg.com/data3/AQ/TU/HTT-341/341_2013-02-13-11-14-52_1360734292.pdf · ( A Govt. of India undertaking ) ... 2013-14 & 2014-2015 for maintenance

C:\Documents and Settings\anithak\Desktop\Civil_Tender_ATC_12Feb2013.doc Page 23

a). Such payment should be normally exceed 95 % of the final bill value.

b). All conditions of contract and recoveries to be effected should have been taken care of

in the final bill.

c). If a contractor has no other contractor concurrently running in the Division. Adhoc

payment need not be made. Instead, final bill should be expedited and paid at least

within six months from the date of completion of the contract.

10. ESI & P.F. CODE NUMBER

On award of contract ,the bidder shall apply for PF/ESI code numbers to the respective authorities, if

they are not having individual PF/ESI code numbers . In case they do not qualify and in the event their

request/application for PF/ESI code is rejected by authorities they would be permitted to remit PF

contribution under BEML Sub-code. Likewise the ESI contribution would also be deducted &

deposited under BEML Sub-code to be opened in the name of the contractor.

Successful tenderer is required to submit periodical returns ensuring ESI/PF coverage for their

laborers..

Free tenders for Contract Work by Bharat Earth Movers Limited-9047034103

Page 24: ( A Govt. of India undertaking )3.imimg.com/data3/AQ/TU/HTT-341/341_2013-02-13-11-14-52_1360734292.pdf · ( A Govt. of India undertaking ) ... 2013-14 & 2014-2015 for maintenance

C:\Documents and Settings\anithak\Desktop\Civil_Tender_ATC_12Feb2013.doc Page 24

Ref: RMM/TEN-196/2013-15

11. COMPENSATION FOR DELAY IN COMPLETION OF WORKS

This shell become enforceable where no extension of time is granted and where the contractor fails to

complete the work within the stipulated time. Even where the extension of time is granted by the

company and the contractor has to complete the work within the extended period, the defaulting

contractor shall be liable to pay compensation as stipulated below is without prejudice to any other

right or remedy of the company on account of such breach :

Completion period

As originally stipulated Compensation Maximum

(a) Below 6 months 1% per week contract sum 10%

(b) From 6 months to 2 years ½% - do - 10%

(c) Exceeding 2 years 1/4% - do - 10%

--------------------------------------------------------------------------------------------------------------------- The amount of compensation may be adjusted or set off against any sum payable to the contractor

under this or any other contract with BEML.

The Executive director of the company is the authorized person to certify whether or not work is

completed within stipulated time and his certification is final and binding on both the parties for

enforcing payment of compensation for delay.

12. The company is not liable for any loss or damage of tools and materials brought by the

contractor. Also contractor will have to take back his tools materials brought by him within the time specified by the Engineer-in-Charge.

13. BEML revised general conditions 1987 together with BEML specifications will form part of this contract. Copy of the same shall be obtained from this office for reference.

Free tenders for Contract Work by Bharat Earth Movers Limited-9047034103

Page 25: ( A Govt. of India undertaking )3.imimg.com/data3/AQ/TU/HTT-341/341_2013-02-13-11-14-52_1360734292.pdf · ( A Govt. of India undertaking ) ... 2013-14 & 2014-2015 for maintenance

C:\Documents and Settings\anithak\Desktop\Civil_Tender_ATC_12Feb2013.doc Page 25

14 The tenderer shall be deemed to have studied the scope of work and extent of each item of

work thoroughly before offering unit rate which shall be deemed to include for all works necessary to ensure that the complete work is sound and is with a neat and good finish. All equipment shall be designed manufacturer, tested and installed in accordance with the Indian Standard.

15. Accident Damages : The contractor is solely responsible for making good the damages

occurring on account of any accidents to his labour due to his failure to take safety measure of whatsoever may be the reason.

16. Special Note : All taxes and duties such as Sales Tax or Works Contract or Income Tax,

Service Tax payable from time to time shall be borne by the contractor and shall be recovered from the contractor’s bills. And the price quoted shall be firm and inclusive of all such duties and taxes throughout currency of the contract/work order. No amount shall reimbursed on account of taxes or whatsoever may.

17. It may be noted that the rate quoted shall be inclusive of all wastages and no payment will be

made towards wastages. 18. Work has to be carried out without disturbing the working atmosphere. No inconvenience

should be caused to the officers movements. 19. All statutory recoveries such as ESI, PF, taxes etc., will be recovered from the bills as per

norms. 20. Completeness of work :

Any miscellaneous items of works or of a minor nature required for technical completeness/soundness of the installations and or site requirements are deemed to be included in the rate quoted against the respective Schedule-A item irrespective of the fact that these are not mentioning in the description of works and specification in the tender.

21. The contractor shall be deemed to have studied the scope of works thoroughly before offering

his unit rates to ensure that the complete work is carried out as per specifications in accordance with the Indian standards. The Contractor can visit the site before offering his unit rates if necessary.

22. The contractor shall produce sample of materials and shall obtain the approval of the

Engineer in charge before he places the bulk order for the materials for incorporation in the works.

23. All the materials used for the works shall comply with Indian standard specifications as

published up to date 24. The Contractor shall produce the original receipt/vouchers/invoices in respect of materials

supplied by him. 25. Any deviations from the specifications shall have the approval of Engineer in charge in

writing.

Free tenders for Contract Work by Bharat Earth Movers Limited-9047034103

Page 26: ( A Govt. of India undertaking )3.imimg.com/data3/AQ/TU/HTT-341/341_2013-02-13-11-14-52_1360734292.pdf · ( A Govt. of India undertaking ) ... 2013-14 & 2014-2015 for maintenance

C:\Documents and Settings\anithak\Desktop\Civil_Tender_ATC_12Feb2013.doc Page 26

26. Contractor to use only approved brand of cement, paint, water proofing materials and other materials required for the work.

27. Contractor should note that only relevant clause of particular specification attached to the

Tender documents are applicable to the schedule ‘A’ Bill Of Quantities. 28. The tender shall remain open for acceptance for a period of 90(NINETY) Days from the date

on which the tenders are due to be submitted.

Senior Manager Purchase SIGNATURE OF CONTRACTOR(S) WITH SEAL

Free tenders for Contract Work by Bharat Earth Movers Limited-9047034103

Page 27: ( A Govt. of India undertaking )3.imimg.com/data3/AQ/TU/HTT-341/341_2013-02-13-11-14-52_1360734292.pdf · ( A Govt. of India undertaking ) ... 2013-14 & 2014-2015 for maintenance

C:\Documents and Settings\anithak\Desktop\Civil_Tender_ATC_12Feb2013.doc Page 27

BEML LIMITED

Bangalore Complex, New Thippasandra Post BANGALORE-560 075

Ref : RMM/TEN-196/RT2/2013-15 Date:29-01-2013 APPENDIX - B …………………………………………………………..………………………………

TERMS AND CONDITIONS OF CONTRACT

1. WORKS TO BE CARRIED ON WITH EXPEDITION FAILING WHICH THE COMPANY MAY EMPLOY OTHER CONTRACTORS WITHOUT VITTIATING THE CONTRACT

The contractor shall commence to carry on the woks with due diligence and as much

expedition as the Engineer may reasonably expect having regard to the specified time of the

whole of the works as mentioned in the “Scope of the contract” of General Specifications. In

case the contractors fail to do so or neglect to provide proper and sufficient materials, or to

employ sufficient number of workmen to execute the work, then the company shall have full

power without vitiating the contract to take the works wholly or in part of the hands of the

contractor to engage or employ any other person or workmen and to procure all the requisite

materials and implement for the due execution and completion of the said works and the

costs and charges incurred by the company in doing so shall be ascertained by the competent

authority and be paid for or allowed to the company by the contractor and it shall be

competent for the company, to reduce the amount of such costs and charges along with

overheads out of any sum or sums due to or to become due from the company to the

contractor under this or any other contract.

2. DAMAGES FOR DELAYS IN THE PERFORMANCE OF THE CONTRACT In case the work is not completed to the complete satisfaction of the company in every respect within the time stipulated in the work order or extended period of completion, the contractors shall agree to pay the liquidated damages of 1% of the value of the work order for every week’s or part of week's delay subject to, however, a maximum of 10% of the value of the work order.

3. EXTENSION OF TIME The time allowed to complete the work is 24 months. If the contractor shall desire an extension of time for completion of the work on grounds of his having been unavoidably hindered in his execution in consequences of altered, additional or substitution works or any other ground, he shall apply in writing to the Officer in charge within 7 (Seven) days of the date of hindrance on account which he desires such extension as aforesaid and the competent authority and shall if in his opinion (which shall be final) reasonable grounds be shown therefore authorities such extension of time, if as may in his opinion be necessary or proper.

4. SECURITY DEPOSIT: The successful tenderer shall furnish security deposit in the form of Bank guarantee as specified in the acceptance letter of the contract. and security amount shall be to a value of 10% of contract sum. Such security deposit shall not entail any interest payment on refund.

The contractor shall within fifteen (15) days of acceptance of the contract deposit the difference between earnest Money and full security Deposit.

Free tenders for Contract Work by Bharat Earth Movers Limited-9047034103

Page 28: ( A Govt. of India undertaking )3.imimg.com/data3/AQ/TU/HTT-341/341_2013-02-13-11-14-52_1360734292.pdf · ( A Govt. of India undertaking ) ... 2013-14 & 2014-2015 for maintenance

C:\Documents and Settings\anithak\Desktop\Civil_Tender_ATC_12Feb2013.doc Page 28

Ref;RMM/TEN-196/2013-15 (a) scheduled banks made in favour of company. PEMD held with BEML cannot be considered for

such adjustment in the security deposit payable by the contractor. (b) Bank guarantee from any scheduled bank equivalent to the amount of security deposit valid for a

period required by BEML will also be accepted. The above deposit will be held by the company as security for the satisfactory performance of the contract. All compensations or other sums or money payable by the contractor to the company under the terms and conditions of this contract may be deducted from this security deposit or from any other sums that may be due, or may become due to the contractor by the company on any account what so ever, and in the event of the security deposit being reduced by reasons of any such deductions the contractor shall within ten days there after make good these deductions. 50% of the security deposit will be refunded to the contractor on completion of the work based on the recommendations of the Officer in charge in writing that the work has been physically completed in all respects. On expiry of the defect liability period the company on demand will refund the balance security deposit to the contractor. 5. DEFECT LIABILITY PERIOD: The defect liability (maintenance) period for all works will be one year from the date of completion of each work. During this period the contractor shall be responsible to rectify all the defects noticed and attributable to the work done by him. In case the contractor fails to rectify the defect within reasonable time, BEML would rectify the defects at his risk & cost and will be deducted from security deposit. 6. PAYMENT OF BILLS (a) No Escalation Claim: While quoting the rates, the tenderer are advised to take into account all

factors in the market rates etc, no claim will be entertained on this account after acceptance of the tender or during the currency of the contract.

(b) Running Bill: The bills are prepared and paid once in a calendar month. The approximate value of work done reckoned either on the basis of percentages or on the basis of actual measurements wherever available will be admissible for payment.

(c) Final Bill: On completion of work, complete measurements are recorded in the measurement book, accepted by the contractor, payment of 95% of the final bill duly adjusting the shortfall/excess security deposit furnished earlier will be released to the contractor against the final bill, satisfactory completion of the contract and payment of ESI/PF. However, security deposit in the form of bank guarantee cannot be returned till the defect liability period but can be replaced with B.G. For 5% of the contract executed. Balance 5% will be released on expiry of the defect liability period (12 months from the certified date of completion). Please note that, the Security Deposit amount for the defect liability i.e., 5% will be released only on demand by the contractor subject to clearance of all ESI/PF.

7. EXECUTION OF WORK

The works are required to be carried out all as per the specification contained in MES standard schedule of rates 2004 (applicable to Karnataka) Part-I specification and part – II rates including errata and all as directed.

8. SAFETY PRECAUTION The contractor is to take all safety precautions/measures all as required/prescribed by the Chief Inspector

of Factories, in connection with the execution of work.

Free tenders for Contract Work by Bharat Earth Movers Limited-9047034103

Page 29: ( A Govt. of India undertaking )3.imimg.com/data3/AQ/TU/HTT-341/341_2013-02-13-11-14-52_1360734292.pdf · ( A Govt. of India undertaking ) ... 2013-14 & 2014-2015 for maintenance

C:\Documents and Settings\anithak\Desktop\Civil_Tender_ATC_12Feb2013.doc Page 29

Ref: RMM/TEN-196/2013-15 9. ACCICENTAL DAMAGES

The contractor is solely responsible for making good the damages occurring on account of any possible accident to his labour due to his failure to take safety measures.

10. WATER REQUIRED FOR WORKS

(a) Water required for the work will be supplied by the company and contractor shall be charged for the quantity of water consumed by him at Rs. 66/- per 1000Liters or part thereof the contractor shall make his own arrangements to tap and store the water form the nearest available source and also provide the necessary water meter for arriving at the quantity of water consumed by him. This should be certified by the Engineer-in-Charge and his decision will be final and binding.

(b) In case where water meter is not provided then recovery for water consumed shall be affected from the contractor's bill towards (irrespective of the quantity of water consumed) at 455Litres per bag of cement used. (c) In case the contractor does not draw / consume water from company source supply or makes his own arrangements by way of bringing the water Tanker / bore well making for water required for the works then no recovery shall be affected from the contractor’s bill towards water required for the work. This should be certified by Officer in charge. 1. TAXES & DUTIES APPLICABLE

Karnataka Value Added Tax The tenderer should be a Registered dealer under the KVAT Act 2003. The price quoted should be inclusive of KVAT on civil works. The tenderer should quote their TIN number. While making payment BEML will recover the KVAT as applicable and remit the same to the Government, Any amendment issued by Govt from time to time should be borne by the contractor.. The contractor may declare the rate of tax to be deducted as computed under the ACT taking into account the schedule of items utilized in the contract and input tax credit. ii) Service Tax: The rate quoted should be inclusive of Service Tax applicable on civil works

from time to time. In case of these services both receiver and provider has to pay service tax is prescribed ratio of 50:50% .

ii) TDS (Income Tax): The tenderer should quote their PAN number. Tax deducted at source (TDS) will be recovered at 2.%.

iv) Other Duties : The price quoted by the tenderer should include all duties, octroi, royalties etc., if any payable by the contractor.

The rates quoted by the tenderer should include all duties, taxes, royalties etc., payable by the contractor. All deductions as per statutory requirements and as per Govt. rules & regulations shall be made from the bills payable. All the taxes and other levies varies from time to time should be borne by the contractor.

12. ELECTRICITY REQUIRED FOR WORKS Electricity required for the work may be provided at a nearest available point by BEML on request

based on availability at free of cost. Contractor to note this aspect while quoting the rates. However contractor has to make his own arrangement to work during power failures/non availability. Non availability of power will not be a reason for delay in works.

Free tenders for Contract Work by Bharat Earth Movers Limited-9047034103

Page 30: ( A Govt. of India undertaking )3.imimg.com/data3/AQ/TU/HTT-341/341_2013-02-13-11-14-52_1360734292.pdf · ( A Govt. of India undertaking ) ... 2013-14 & 2014-2015 for maintenance

C:\Documents and Settings\anithak\Desktop\Civil_Tender_ATC_12Feb2013.doc Page 30

Ref: RMM/TEN-196/2013-15 13. LABOUR ACTS The contractor shall employ labour in sufficient number to achieve the required rate of progress and

quality to ensure best workmanship of the degree required under various specifications and to the satisfaction of Engineer-in-Charge. The contractor shall remain liable for the payment of all wages or other remuneration to his laborers or employees under the Payment of Wages Act – 1936, Employees Liability Act 1933, workmen’s compensation Act 1923, ESI Act 1943 or any other Acts or enactment relating there to and rules framed there under from time to time. In the event the contractor fails or neglects to pay amount, due to him under workmen’s compensation Act, ESI Act or other labour laws, the company is entitled to withhold the same from any other amount concerned and remit the same to the authorities concerned such payment shall be binding on the contractor.

(a) In the event of contract labour, the contractor is responsible for implementing the provision of

the contract Labour act in toto and also responsible for any repression arising there from non- compliance thereof.

(b) The contractor should quote their organization/code number for the registration with ESI/PF authorities.

(c) BEML shall arrange to recover from the contractor's bill requisite amount of both employees and employers contribution for both ESI & PF calculated on the basis of 25% of the value being taken as the labour cost and recover such amounts from the respective bills and keep the same in suspense account production of requisite documentary evidence supporting payment of ESI/PF authorities, supported by the acquaintance rolls, the amount earlier recovered from contractors bill shall be paid duly adjusted the short fall in remittance if any.

(d) In the event of any accident/injury/disablement, contractor should arrange to pay the requisite compensation legally payable to the concerned employees/Dependants and also indemnify to BEML in case any claim arising there for later.

(e) Contractor should produce his muster rolls duly certified by the Officer in charge or his

representative, once in a month say before 7th of each month to Engineer-in-charge, so that the ESI/PF amount can be ascertained and recovered / payment obtained irrespective of the fact whether work order is issued or not. (f) Contractors should employ only ESI Registered workmen on any item of work. If contractor

have workmen who have not been registered under ESI, they should ensure that workers have been duly registered before employing them in work,

(g) If there is any default on the part of the contractor an estimated amount towards ESI liability including

the penalty the penalty damage, will be recovered by the company from the bills of the contractors.

(h) Contractor should maintain all registers and records required for ESI, PF payment of wages etc

under the statutes, and produce them for verification as and when called for by company inspecting authorities.

(i) Contract labour (Regulation and abolition) Act,1970 under section-12 and rule 21 prescribes that

every contractors who employ labour for executing contract works, should obtain license from labour authorities to carry out any works, contract, so that the labourer employed by the contractor are not deprived of the facilities provided under the Act. Such license shall be produced to BEML authorities before commencement of work.

(j) The contractor is required to submit the daily attendance of labour engaged duly certified by the Officer in Charge or his representative.

Free tenders for Contract Work by Bharat Earth Movers Limited-9047034103

Page 31: ( A Govt. of India undertaking )3.imimg.com/data3/AQ/TU/HTT-341/341_2013-02-13-11-14-52_1360734292.pdf · ( A Govt. of India undertaking ) ... 2013-14 & 2014-2015 for maintenance

C:\Documents and Settings\anithak\Desktop\Civil_Tender_ATC_12Feb2013.doc Page 31

Ref:RMM/TEN-196/2013-15 14. A BITRATION :

EXCEPT where otherwise provided for in the contract all questions and disputes relating to the meaning of the specifications, designs, drawings and instructions, herein before mentioned and as to the quality of workmanship or materials used on the work or as to any other question, claim, right, matter or thing whatsoever in any way arising out of or relating to the contract, designs, drawings, specifications, estimates, instructions, orders or these conditions or otherwise concerning the works or to the execution or failure to execute the same whether arising during the progress of the work or after the completion or abandonment thereof shall be referred to the sole arbitrator of the person appointed by the company. There will be no objection to any such appointment of the arbitrator so appointed and that he has to deal with the matters to which the contract relates and that in the course of his duties as such he has expressed view on all or any of the matters in dispute or difference. The arbitration to whom the matter is originally referred being transferred or vacating his office or being unable to act for any reason, the company at the time of such transfer, vacation of office or inability to act, shall appoint another person to act as arbitrator in accordance with the terms of contract. Such person shall be entitled to proceed with the reference from the stage at which it was left by the predecessor. It is also a term of this contract that no person other than the person appointed by the company should act as arbitrator and if for any reason that is not possible, the matter is not to be referred to arbitration at all. In all cases where the amount the claim in dispute is Rs.50,000-00(Rupees fifty thousand) and above, the arbitrator shall give reasons for the award. SUBJECT as aforesaid the provision of the Arbitration Act 1940or any statutory modification or reenactment thereof end and the rules made there under and for the time being in force shall apply to the arbitration proceeding under this clause. IT IS a term of the contract that the party invoking arbitration shall specify the dispute or disputes to be referred to arbitration under this clause together with the amount or amounts claimed in respect of each such dispute. It is also a term of the contract that if the Contractor(s) do/does not make any demand for arbitration in respect of any claim(s) in writing within 90 days of receiving the intimation from the company that the bill is ready for payment., the claim of the contractor(s) will be deemed to have been waived and absolutely barred and the company shall be discharged and released of all liabilities under the contract in respect of these claims. The arbitrator(s) may from time to time with consent of the parties enlarge the time, for making and publishing the award. THE decision of the company regarding the quantum of reduction as well as justification there of respect or rates for substandard work which may be decided to be accepted will be final and would not be open to arbitration.

--------------------------------------------------- --------------------------------------- Senior Manager Purchase Signature of the Contractor(s)

Free tenders for Contract Work by Bharat Earth Movers Limited-9047034103

Page 32: ( A Govt. of India undertaking )3.imimg.com/data3/AQ/TU/HTT-341/341_2013-02-13-11-14-52_1360734292.pdf · ( A Govt. of India undertaking ) ... 2013-14 & 2014-2015 for maintenance

C:\Documents and Settings\anithak\Desktop\Civil_Tender_ATC_12Feb2013.doc Page 32

Free tenders for Contract Work by Bharat Earth Movers Limited-9047034103