Inviting Tenders for Supply, Installation, Testing and...

72
Inviting Tenders for Su Plumbing, Sanitary Controlled Balmer Lawrie & Co. AY BALMER- LAWRIE &CO. LTD. (A GOVERNMENT OF INDIA ENTERPRISE) upply, Installation, Testing and C and Water Drainage System for d Warehouse at Medchal, Hydera Inviting Tenders for Su Installation, Testing and Commissioning of Plum and Water Drainage Sys Temperature Controlled Medchal, Hyderabad. Commissioning of r Temperature abad. Page 0 upply, d mbing, Sanitary stem for d Warehouse at

Transcript of Inviting Tenders for Supply, Installation, Testing and...

Inviting Tenders for Supply, Installation, Testing and Commissioning ofPlumbing, Sanitary and Water Drainage System for TemperatureControlled Warehouse at Medchal, Hyderabad.

Balmer Lawrie & Co. Page 0

AY

BALMER-LAWRIE & CO.LTD. (AGOVERNMENT

OF INDIA

ENTERPRISE)

Inviting Tenders for Supply,Installation, Testing andCommissioning of Plumbing, Sanitaryand Water Drainage System forTemperature Controlled Warehouse atMedchal, Hyderabad.

Inviting Tenders for Supply, Installation, Testing and Commissioning ofPlumbing, Sanitary and Water Drainage System for TemperatureControlled Warehouse at Medchal, Hyderabad.

Balmer Lawrie & Co. Page 0

AY

BALMER-LAWRIE & CO.LTD. (AGOVERNMENT

OF INDIA

ENTERPRISE)

Inviting Tenders for Supply,Installation, Testing andCommissioning of Plumbing, Sanitaryand Water Drainage System forTemperature Controlled Warehouse atMedchal, Hyderabad.

Inviting Tenders for Supply, Installation, Testing and Commissioning ofPlumbing, Sanitary and Water Drainage System for TemperatureControlled Warehouse at Medchal, Hyderabad.

Balmer Lawrie & Co. Page 0

AY

BALMER-LAWRIE & CO.LTD. (AGOVERNMENT

OF INDIA

ENTERPRISE)

Inviting Tenders for Supply,Installation, Testing andCommissioning of Plumbing, Sanitaryand Water Drainage System forTemperature Controlled Warehouse atMedchal, Hyderabad.

Inviting Tenders for Supply, Installation, Testing and Commissioning ofPlumbing, Sanitary and Water Drainage System for TemperatureControlled Warehouse at Medchal, Hyderabad.

Balmer Lawrie & Company LimitedBL/LI/CC/HYD/21 Dated 27-07-2015 Page 1

Tender Reference - BL/LI/CC/HYD/36 Dated 01/12/2015

M/S BALMER LAWRIE & CO. LTD invitesONLINE BIDS from experienced, competent andresourceful contractors with sound technical and financial capabilities forSupply,Installation, Testingand Commissioningof Plumbing, Sanitary and Water Drainage Systemfor Temperature ControlledWarehouse at Medchal, Hyderabad in Telangana State.

Tender Document Schedule

S. No. Particulars Description

1 Name of Project Supply, Installation, Testing and Commissioning ofPlumbing, Sanitary and Water Drainage System forTemperature Controlled Warehouse at Medchal,Hyderabad.

2 Tender reference number BL/LI/CC/HYD/36 Dated 27/11/20153 Date of Publishing of Tender

document on the website01/12/2015

4 Last date and time of receivingapplicants’ clarifications in writing

07/12/2015, 17:30

5 Last date and time for submissionof Tender

08/12/2015,15:30

6 Date and time of Technical BidOpening

08/12/2015, 16:00

7 Place of Tender Opening Online Opening8 Contact Name and address for

communicationSnehal Piyush, Balmer Lawrie & Company Limited, 21,Netaji Subhas Road, Kolkata 700001, Mobile9748343969.

Inviting Tenders for Supply, Installation, Testing and Commissioning ofPlumbing, Sanitary and Water Drainage System for TemperatureControlled Warehouse at Medchal, Hyderabad.

Balmer Lawrie & Company LimitedBL/LI/CC/HYD/21 Dated 27-07-2015 Page 2

INDEX

1. INTRODUCTION2. SCOPE OF WORK3. COMPLETION PERIOD4. TENDER DOCUMENT AND COST OF BIDDING5. PREQUALIFICATION CRITERIA6. TENDER CLARIFICATIONS7. TENDER DOCUMENTS8. VALIDITY OF OFFER9. LATE BIDS10. BID REJECTION CRITERIA11. OPENING OF TECHNICAL BID12. OPENING OF PRICE BID13. TENDER DOCUMENTS AND DEVIATIONS14. LANGUAGE OF BIDS15. BID SIGNING16. TENDER SUBMISSION17. SELECTION CRITERIA

GENERAL TERMS AND CONDITIONS18. DEFINITIONS19. INTERPRETATION OF GENERAL CONDITION OF CONTRACT20. HEADINGS/TITLES21. SINGULAR AND PLURAL22. NON TRANSFERABILITY OF TENDER DOCUMENTS23. BIDDERS RESPONSIBILITY TO COLLECT ALL REQUIRED DATA24. PRICE BID25. SUBMISSION OF TENDER26. RIGHT TO ACCEPT OR REJECT TENDER27. EARNEST MONEY DEPOSIT28. SECURITY DEPOSIT29. VALIDITY OF OFFER

Inviting Tenders for Supply, Installation, Testing and Commissioning ofPlumbing, Sanitary and Water Drainage System for TemperatureControlled Warehouse at Medchal, Hyderabad.

Balmer Lawrie & Company LimitedBL/LI/CC/HYD/21 Dated 27-07-2015 Page 3

30. SITE INFORMATION, CLIMATIC CONDITIONS ETC.,31. CONSTRUCTION WATER32. CONSTRUCTION POWER33. ACCOMODATION OF LABOUR AND SUPERVISORY STAFF34. INSTALLATION AND COMMISSIONING35. CO-ORDINATION AND INSPECTION OF WORK36. GENERAL CONDITION DURING INSTALLATION AT SITE37. DRAWINGS TO BE SUPPLIED BY THE OWNER38. DRAWINGS TO BE SUPPLIED BY THE CONTRACTOR39. REPORTS AND RECORDS40. DISCREPANCIES BETWEEN INSTRUCTIONS41. LIQUIDATED DAMAGE42. DELAY DUE TO FORCE MAJEURE43. DEFECT LIABILITY PERIOD44. RIGHT OF OWNER TO TERMINATE THE CONTRACT45. PATENTS AND ROYALTIES46. PERFORMANCE WARRANTEE AND GUARANTEE47. CONTRACTOR’S RESPONSIBILIY TOWARDS OTHER AGENCIES48. ARBITRATION49. TESTING AND INSPECTION50. PAYMENTS AND PRICE ESCALATION51. ADVANCE PAYMENT52. NOTICE OF CLAIM FOR ADDITIONAL PAYMENTS53. COMPLETION CERTIFICATE54. FINAL CERTIFICATE55. CERTIFICATE AND PAYMENTS ON EVIDENCE OF COMPLETION56. HSE AT SITE

SPECIAL CONDITIONS OF CONTRACT57. GENERAL58. LOCATION/ ADDRESS OF SITE59. VALIDITY OF TENDER60. ACCEPTANCE OF TENDER AND AGREEMENT61. STIPULATIONS AND DEVIATIONS TO TENDER CLAUSES

Inviting Tenders for Supply, Installation, Testing and Commissioning ofPlumbing, Sanitary and Water Drainage System for TemperatureControlled Warehouse at Medchal, Hyderabad.

Balmer Lawrie & Company LimitedBL/LI/CC/HYD/21 Dated 27-07-2015 Page 4

62. ALTERNATION IN SPECIFICATION AND DESIGN63. DRAWINGS VIS-À-VIS SCHEDULE OF WORK64. TIME OF COMPLETION65. TERMS OF PAYMENT66. EXTRA ITEMS OF WORK67. STRICK ADHERANCE TO SPECIFICATION AND CTE INSPECTION

ANNEXURES1. ANNEXURE I –TECHNICAL SPECIFICATION2. ANNEXURE II – TENTATIVE TIME SCHEDULE3. ANNEXURE III – LIST OF DOCUMENTS REQUIRED FOR PREQUALIFICATION4. ANNEXURE IV –DEVIATION SHEET5. ANNEXURE V – BANK GUARANTEE FORMAT FOR P.B.G6. ANNEXURE VI – HSE COMPLIANCE7. ANNEXURE VII – UNPRICED BOQ8. ANNEXURE VIII – DRAWINGS

Inviting Tenders for Supply, Installation, Testing and Commissioning ofPlumbing, Sanitary and Water Drainage System for TemperatureControlled Warehouse at Medchal, Hyderabad.

Balmer Lawrie & Company LimitedBL/LI/CC/HYD/21 Dated 27-07-2015 Page 5

1. INTRODUCTION

Balmer Lawrie & Co. Ltd., a Government of India Enterprise under ministry of Petroleum andNatural Gas is setting up Temperature Controlled Warehouses on PAN India basis. Online offers areinvited from reputed and established manufacturer who qualify the Pre-qualification Criteriamentioned in clause no. 5 for Supply, Installation, Testing and Commissioning of Plumbing, Sanitaryand Water Drainage System for the proposed temperature controlled warehouse at Medchal,Hyderabad.

The tender is on line in two-bidding system. The tender document consists of Part I Notice InvitingTender, General Terms and Conditions, Special Terms and Conditions, Drawings, TechnicalSpecifications and Unpriced BOQ and Part II On line Price Bid.

2. SCOPE OF WORK

The scope of work shall be to execute the plumbing, sanitary and water drainage system as defined inthe BOQ and as per the technical specifications mentioned in Annexure –I and reference drawings.

3. COMPLETION PERIOD

Time is the essence of the contract. The time schedule for execution of the total work shall be 45(Seventy) Days from the date of receipt of work order or Letter of Intent whichever is earlier. Thetentative time schedule is attached asAnnexure –II.

4. TENDER DOCUMENT AND COST OF BIDDING

Tender Documents can be obtained from our website www.balmerlawrie.com orhttps://balmerlawrie.eproc.in.

The bidder shall bear all costs associated with the preparation and delivery of bid including (but notlimited to) costs and expenses related to visits to the site(s) and other locations, and the cost of anyinvestigations, evaluations and consultations. BL will in no case be responsible or liable for any costsregardless of the outcome of the bidding process.

Non –refundable Tender fee of INR 1500.00 to be submitted in the form of demand draft from anySchedule Bank payable at Kolkata in favour of M/s Balmer Lawrie & Co. Ltd.

Inviting Tenders for Supply, Installation, Testing and Commissioning ofPlumbing, Sanitary and Water Drainage System for TemperatureControlled Warehouse at Medchal, Hyderabad.

Balmer Lawrie & Company LimitedBL/LI/CC/HYD/21 Dated 27-07-2015 Page 6

MSME and NSIC organization will be exempted from paying Tender Fee against producing thesupporting documents.

5. PRE-QUALIFICATION CRITERIAA. Average annual turnover of the bidder shall be minimum of INR. 30 Lacs during last three

financial years ending 31st March, 2015. If audited/confirmed figures are not available for thefinancial year 2014-15, bidders can submit the details for the three years viz., 2011-12,2012-13and 2013-14.

B. The bidder should have successfully executed work for Supply, Installation, Testing andCommissioning of Sanitary and Water Drainage System of the following values during pastseven years ending 31stOct, 2015.

a. 3 jobs each of value not less than INR. 3.25 Lacs orb. 2 jobs each of value not less than INR. 4.00 Lacs orc. 1 job of value not less than INR. 6.40 Lacs.

Copy of work orders and completion certificates from the owner or from their consultantshould be enclosed as supportive documents.

C. Submission of EMD Amount mentioned in clause no. 27 page no. 15 of the Tender Document.D. Submission of Power of attorney who has signed the Tender Document.E. Submission of Tender Fee mentioned in the respective clause 4 page no. 5 of the tender

documentF. Submission of Company’s Permanent Account Number (PAN).G. Bidder must be registered for PF and ESI Registration and a copy of the same is to be attached.H. Bidder must be registered for VAT and Service Tax as per the regulations and a copy of the

same is to be attached.

Please note that bidders not fulfilling the pre-qualification criteria will not be considered forfurther evaluation.

6. TENDER CLARIFICATIONS

To understand the scope of work and to get clarifications on the bidders’ queries, bidders arerequested to email their queries to either Mr. Snehal Piyush (Mobile +919748343969, e-mail:[email protected]) or Mr. Rakesh Choudhary (Mobile +919866400155, e-mail:[email protected]. Only at the time of publishing the tender there will be paper

Inviting Tenders for Supply, Installation, Testing and Commissioning ofPlumbing, Sanitary and Water Drainage System for TemperatureControlled Warehouse at Medchal, Hyderabad.

Balmer Lawrie & Company LimitedBL/LI/CC/HYD/21 Dated 27-07-2015 Page 7

advertisement, after which there will be no paper advertisements and the bidders are required tofollow our website for any amendments uploaded with respect to any clarifications.

7. TENDER DOCUMENTS

Tender Documents comprises two parts viz. Part-I (Un-priced) and Part-II (Priced). The Un-priced Part consists of Notice Inviting Tender, Scope of Works and Technical Specifications(Annexure I), General & Special Condition of Contract, Completion Schedule (Annexure II), andDrawings (Annexure VIII). The Priced Part consists of Un-Priced Schedule of works. Bidders arerequested to download the tender document and read all the terms and conditions mentioned inthe tender document and seek clarification if in doubt from the Tender Inviting Authority withinthe stipulated time frame as mentioned in the Tender Schedule.

8. VALIDITY OF OFFER

Tendered shall keep their offer valid for acceptance for a period of 90 days from the date ofopening of Technical bid as mentioned in the schedule of tender.

9. LATE BIDS

Since the bidding is online the bidder will not able to bid beyond the allotted time for bidding.

10. BID REJECTION CRITERIA

A bid may be rejected

i. If the bidder fails to send the Earnest Money Deposit (EMD) / Tender Fee amount.ii. If the bidder does not meet the pre-qualification / technical criteria and /or non-

submission of documents specified.iii. The deviations from the terms mentioned in the document is likely to affect in any way

the scope, quality and performance of the work.iv. If a conflict of interest between the bidder and the company is detected at any stage.

Above all, M/s Balmer Lawrie & Co Ltd. reserves the right to accept or reject any or every tenderwithout assigning any reason whatsoever / or to negotiate with the bidder (s) in the manner itconsiders suitable.

11. OPENING OF TECHNICAL BID

Inviting Tenders for Supply, Installation, Testing and Commissioning ofPlumbing, Sanitary and Water Drainage System for TemperatureControlled Warehouse at Medchal, Hyderabad.

Balmer Lawrie & Company LimitedBL/LI/CC/HYD/21 Dated 27-07-2015 Page 8

The technical bids will be opened online only.The supporting documents will be opened inpresence of competent authority.

12. OPENING OF PRICE BID

The price bid of qualified bidders shall only be opened. Process of opening the price bid is alsoonline.

13. TENDER DOCUMENTS AND DEVIATIONS

It is expected that bidders will submit their bid strictly based on the terms and conditions andspecifications contained in the bidding documents and will not stipulate any deviations. Should it,however, become unavoidable, deviations should be separately and specifically stipulated only inthe "Check List and Deviation Sheet" (Annexure III). Deviations mentioned anywhere else in theoffer other than the "Check List and Deviation Sheet"(Annexure III) shall not be acceptable forbid evaluation. Deviation from technical specifications, as given in the Tender Document-Annexure –I, would invite immediate dis-qualification from further consideration of the bid.

BL reserves the right to reject as non-responsive any bid containing major deviation(s).

14. LANGUAGE OF BIDS

The Bid prepared by the bidder, all documents attached to and/or relating to the bid and allcorrespondence exchanged by the Bidder and BL shall be written in English language only.

15. BID SIGNING

All signatures in bids shall be dated and shall bear a seal/stamp of the bidder. In addition, all pagesof the bids before submission of the bid shall be initialled at lower right hand corner by theBidder or by a person holding a Power of Attorney authorizing him to sign on behalf of thebidder.

16. TENDER SUBMISSION

The bidder would be required to register on the e-procurement site https://balmerlawrie.eproc.inand submit their bids online.

For registration and online bid submission bidder may contact the following officials at the HELPDESK of M/s C1 India on browsing to the website https://balmerlawrie.eproc.in during businesshours (10:00 a.m. to 06:30 p.m.) from Monday to Friday (Excluding holidays of the Company):

Inviting Tenders for Supply, Installation, Testing and Commissioning ofPlumbing, Sanitary and Water Drainage System for TemperatureControlled Warehouse at Medchal, Hyderabad.

Balmer Lawrie & Company LimitedBL/LI/CC/HYD/21 Dated 27-07-2015 Page 9

Ritabrata Chakraborty [email protected]

+91-86979 10411

Ujjal Mitra [email protected] +91-77026 69806

Rajesh Kumar [email protected] +91-96504 65143

The bidder shall authenticate the bid with his Digital Certificate for submitting the bidelectronically on e-procurement platform and the bids not authenticated by digital certificate ofthe bidder will not be accepted on the e-procurement platform.

All the bidders who do not have digital certificates need to obtain Digital Certificate (with bothSigning and Encryption Components). They may contact help desk of M/s C1 India.

The bidder shall invariably furnish the original DD towards Tender fee and DD/BG towards EMDto the tender inviting authority so as to reach on or before the due date and time of the Tendereither personally or through courier or by post and the receipt of the same within the stipulatedtime shall be the responsibility of bidder. The Company shall not take any responsibility for anydelay or non-receipt. If any of the documents furnished by the bidder is found to befalse/fabricated/bogus, the bidder is liable for black listing, forfeiture of the EMD, cancellation ofwork and criminal prosecution.

The bidder has to keep track of any changes by viewing the Addendum / Corrigenda issued by theTender Inviting Authority on time-to-time basis in the e-Procurement platform or Balmer Lawriewebsite. The Company calling for tenders shall not be responsible for any claims/problems arisingout of this.

The bidder should complete all the processes and steps required for bid submission. The successfulbid submission can be ascertained once acknowledgement is given by the system through bidsubmission number after completing all the process and steps. M/s C1 India or Balmer Lawrie willnot be responsible for incomplete bid submission by users. Bidders may also note that theincomplete bids will not be saved by the system and are not available for the Tender InvitingAuthority for processing.

Inviting Tenders for Supply, Installation, Testing and Commissioning ofPlumbing, Sanitary and Water Drainage System for TemperatureControlled Warehouse at Medchal, Hyderabad.

Balmer Lawrie & Company LimitedBL/LI/CC/HYD/21 Dated 27-07-2015 Page 10

The Company (Balmer Lawrie & Co. Ltd.) nor the service provider (M/s C1 India) is responsiblefor any failure or non-submission of bids due to failure of internet or other connectivity problemsor reasons thereof.

The hardcopies as explained above should reach the office addressing Snehal Piyush, SeniorManager, SBU-Logistics Infrastructure, Balmer Lawrie & Co. Ltd at 21, Netaji Subhas Road,Kolkata – 700 001, on or before the due date of submission of tender.

17. SELECTION CRITERIA

For reference, the unpriced bid format is given in Annexure VI, where the detail description ofeach item is mentioned, in the on line price bid format only the brief item description ismentioned, bidder has to refer the detail item description to understand the complete scope ofwork.The price should be filled through online and no hard copies of the same are required to besend.

The final selection would be based on L1 Criteria only.

For, Balmer Lawrie & Co Ltd

RAKESH R. CHOUDHARY

(Project Leader - Cold Chain)

Inviting Tenders for Supply, Installation, Testing and Commissioning ofPlumbing, Sanitary and Water Drainage System for TemperatureControlled Warehouse at Medchal, Hyderabad.

Balmer Lawrie & Company LimitedBL/LI/CC/HYD/21 Dated 27-07-2015 Page 11

GENERAL CONDITIONS OF CONTRACT

18. DEFINITIONS

1.00 GENERAL

The following expressions hereunder and elsewhere in the contract documents used shall havethe following meanings hereunder respectively assigned to them except where the contextotherwise requires:

1.01 The "Owner / "Employer" shall mean M/s Balmer Lawrie & Co. Ltd., a company incorporatedin India and having its registered office at 21, Netaji Subhas Road, Kolkata - 700 001 and shallinclude its successors and assignees.

1.02 “Consultant” shall mean the party or parties who is providing the Architectural and DetailedEngineering Design. The Consultant for this project is M/s NABCONS which is a subsidiary ofNABARD.

1.03 "Bidder" or "Bidders" shall mean those parties who have submitted their offer to the Owner inresponse to the Tender.

1.04 "Tender Document" shall mean the Tender Documents comprising Part I (Un-priced Bid) –Notice inviting tender, General Conditions of contract, Special Conditions of Contract,Technical Specification, Schedule of Quantities, Drawings / Sketches, Data Sheets, Addenda /Corrigenda to the tender document issued by the Owner, Form of Tender and Part II (PriceBid) - Unpriced Schedule.

1.05 The "Contractor / Successful bidder" shall mean the bidder selected by the Owner for theperformance of the work and shall include the successors and Owner permitted assigns of theContractor.

1.06 The "Sub-contractor" shall mean any person or firm or company (other than the Contractor)to whom any part of work has been entrusted by the Contractor with the written consent ofthe BL.

1.07 The "Project" shall mean Supply, Installation, Testing and Commissioningof Plumbing,Sanitary and Water Drainage Systemfor Temperature Controlled Warehouse at Medchal,Hyderabad.

Inviting Tenders for Supply, Installation, Testing and Commissioning ofPlumbing, Sanitary and Water Drainage System for TemperatureControlled Warehouse at Medchal, Hyderabad.

Balmer Lawrie & Company LimitedBL/LI/CC/HYD/21 Dated 27-07-2015 Page 12

1.08 "Site" shall mean all such land, waters and other places on, under, in or through which theworks for the Project are to be performed under the Contract.

1.09 "Inspecting Authority" means Third Party Inspection Agency (TPIA) as specified by theOwner/Consultant or Owner's authorised representative or Consultant's representative.

1.10 The "Work" and "Scope of Work" shall mean the totality of the work by expression orimplication envisaged in the contract and shall include all material, equipment and labourrequired for or relative or incidental to or in connection with the commencement, per-formance or completion of any work and/or for incorporation in the work.

1.11 The "Works" shall mean the product(s) of the work and shall include all extras, additions,alterations or substitution as required for the purpose of the contract.

1.12 The "Contract Documents" shall mean collectively Tender Documents and the ContractDocuments as laid out in the Owner's Standard Contract Format which is based on theGeneral & Special Conditions of Contract.

1.14 The "Specification(s)" shall mean the various specifications as set out in the technical specifica-tions forming part of the tender documents and as referred to and derived from the contractand any order(s) or instruction(s) thereunder, and the absence of any specifications asaforesaid covering any particular work or part of portion thereof, shall mean the relevantIndian Standard Institution Specifications for or relative to the particular work or part thereof,and in the absence of any Indian Standard Institution Specifications covering the relative workor part or portion thereof, shall mean the standards or specifications of any other countryapplied in India as a matter of standard engineering practice and approved in writing by theBL.

1.18 "Order" and "Instruction" shall respectively mean any written Order or Instruction given byBLwithin the scope of their respective powers in terms of the Contract and shall includealteration / variation order to effect additions to or deletion from and / or alteration in thework detailed in the contract.

1.19 "Plans" and "Drawings" shall mean maps, plans, drawings, sketches, tracings and printsforming part of the tender documents and any details or working drawings, amendmentsand/or modifications thereof approved in writing by the BL or any agency notified by the BL

Inviting Tenders for Supply, Installation, Testing and Commissioning ofPlumbing, Sanitary and Water Drainage System for TemperatureControlled Warehouse at Medchal, Hyderabad.

Balmer Lawrie & Company LimitedBL/LI/CC/HYD/21 Dated 27-07-2015 Page 13

to the Contractor for the purpose and shall include any other drawings or plans in connectionwith the work as may from time to time be furnished by or approved in writing by the BL.

1.20 "Completion Certificate" shall mean the Certificate to be issued by the BL after the work hasbeen completed to his satisfaction.

1.21 "Period of Liability" or "Defect Liability Period" refers to the Specified period from the date ofcompletion of the entire work as indicated in the completion certificate up to the date of issueof Final Certificate during which the contractor is responsible for rectifying all defects "free ofcost" to the satisfaction of Owner.

1.22 "Agreed Variation" shall mean the statement of Agreed Variation annexed to the Acceptanceof Tender or a further Amendment to the Contract forming part thereof.

1.23 "Acceptance of Tender" shall mean the Acceptance of Tender issued by the Owner to theContractor.

1.24 The "Total Contract Value" shall up to calculation of the entire remuneration due to theContractor in terms of the Contract, on successful completion of the works means the totalcontract value as specified in the Acceptance of Tender and after calculation of the entireremuneration due to the Contractor under the contract, on successful completion of the worksshall mean the totality of such remuneration.

1.25 "Written Notice" or "Notice" in writing shall mean all hand written, typed / printed/ e-mailform sent (unless delivered personally) or proved to have been received by registered post tothe last known address / private / business or registered office, of the contractor and shall bedeemed to have been received in the ordinary course of post it would have been delivered.

1.26 "Letter of Intent" shall mean intimation by a letter to the successful bidder that the tender hasbeen accepted in accordance with the provisions contained therein.

1.27 "Progress Schedule" shall mean the time schedule of Progress of Work.

1.28 The "Alteration Order or Variation Order" means Order given in writing by the Owner toeffect additions to or deletions from and alterations in the work.

19. INTERPRETATION OF GENERAL CONDITIONS OF CONTRACT

Inviting Tenders for Supply, Installation, Testing and Commissioning ofPlumbing, Sanitary and Water Drainage System for TemperatureControlled Warehouse at Medchal, Hyderabad.

Balmer Lawrie & Company LimitedBL/LI/CC/HYD/21 Dated 27-07-2015 Page 14

The general conditions shall be read in conjunction with the other conditions of contract, specialconditions of contract, Technical Specifications etc. and shall be considered as an extension andnot in limitation of the obligations of the Contractor. In case of discrepancy, if any, betweenthese conditions the precedence shall be as stated elsewhere in the special conditions of contract.

20. HEADINGS / TITLES

All headings & Titles/Notices to the clauses, specifications /drawings are solely for the purpose ofindicative reference and not as summary of the contents and thus shall not be deemed to be partof the clauses of the contract.

21. SINGULAR AND PLURAL

Unless otherwise stated or repugnant to the context the singular shall include plural and vice-versa.

22. NON-TRANSFERABILITY OF TENDER DOCUMENTS

Tender documents shall remain be the property of the Owner and if obtained by any intendingbidder, shall not be utilisable for any other purpose without the consent of the Owner.

23. BIDDERS RESPONSIBILITY TO COLLECT ALL REQUIRED DATA

(i) The bidder should study all tender documents carefully, understand the condition / drawing /specification etc. before quoting. If there are any doubts about tender conditions he shouldobtain clarification from Mr. Rakesh Choudhary (Mobile +919866400155). This shall not bethe justification for late submission or extension, compensating date or time to the tender. Alltender documents shall govern the contract, shall form part of the contract and shall bebinding during the execution till completion of work.

(ii) Under no circumstances, Tenders may be withdrawn or modified after submission to theOwner. Negligence on the part of the Bidder in preparing his tender confers no right forwithdrawal or modification of his tender after the tender has been opened.

24. PRICE BID – TAXES AND DUTIES

Inviting Tenders for Supply, Installation, Testing and Commissioning ofPlumbing, Sanitary and Water Drainage System for TemperatureControlled Warehouse at Medchal, Hyderabad.

Balmer Lawrie & Company LimitedBL/LI/CC/HYD/21 Dated 27-07-2015 Page 15

(i) Bidders are required to quote the most competitive offer for the work as per the enclosedspecification and details available therein, the quoted rates should be inclusive of all the taxesexcluding the service tax as per the price bid format.

(ii) The lowest bidder will be decided on the basis of lowest quoted valuein Indian Rupeementioned in Annexure VI, which is to be quoted online only and not in the hard copies.Submission in the hard copies shall not be accepted and the bid will be rejected.

(iii) The Price Bid should not contain any information other than the price.

(v) Incomplete / Conditional tender or quotation or those received late and / or not conforming tothe terms and conditions in the tender documents will liable to get rejected.

(vi) After "Un-priced" bids are evaluated, bidders whose bids are found acceptable may be invitedfor discussions for exchange of clarifications required, if any. At that stage, depending on themerits of the case, opportunity may be given to amend the "Priced" bids already received alongwith the un-priced bids, but not opened until then. Such amendments or revisions wouldneed to be submitted again through on-line only within the time line given by BL. Tendersindicating counter proposals or deviations are liable to be rejected.

(vii)Bidders are expected to quote rate for each item after careful analysis of cost involved for theperformance of the completed item considering all Specifications and conditions of Contract.In case it is noticed that the rates quoted by the Bidder for any item are unusually high orunusually low it will be sufficient cause for the rejection of the Tender unless the Owner(tender inviting authority) is convinced about the reasonableness of the rates on scrutiny ofthe analysis for such rate to be furnished by the Bidder on demand.

25. SUBMISSION OF TENDER

The mode of tender submission shall be strictly as defined in the Notice Inviting Tender.

26. RIGHT TO ACCEPT OR REJECT TENDER

The Tender inviting authority/Owner reserves the right to accept or reject any or every tenderwithout assigning any reason whatsoever / or to negotiate with the bidder(s) in the manner theOwner considers suitable. The work may be split up if considered expedient.

27. EARNEST MONEY DEPOSIT

Inviting Tenders for Supply, Installation, Testing and Commissioning ofPlumbing, Sanitary and Water Drainage System for TemperatureControlled Warehouse at Medchal, Hyderabad.

Balmer Lawrie & Company LimitedBL/LI/CC/HYD/21 Dated 27-07-2015 Page 16

Earnest Money Deposit Amount of Rs. 4000.00 (Four Thousand Only) to be submitted in the formof Pay order / Demand Draftin Favour of Balmer Lawrie & Co. Ltd, payable at Kolkata.

The Demand Draft/Pay order has to be made from a Scheduled Indian Bank. Cheque / Cashpayment is not acceptable towards EMD.

For MSME and NSIC registered bidders are exempted from paying the EMD amount, however thesupporting documents are required to be submitted in support of the claim.

Bidders should note the following points with respect to EMD,

a. Offer received without EMD will be rejected.b. For the successful bidder, the EMD will be refunded only after they submit the necessary

Security Deposit against the work order placed on them. EMD will carry no interest.c. For the unsuccessful bidders, the EMD will be refunded only after the successful bidder has

accepted the Purchase order and the acknowledgment of the same has been received by BL.d. Linking of EMD amount with earlier transactions / adjustments with pending bills or any

other amount payable by the company is not allowed.

EMD is liable to forfeiture in the event of:

a. Withdrawal of offers during validity period of the offerb. Non acceptance of orders by the bidder within the stipulated time after placement of LOI/

P.O.c. Any unilateral revision made by the bidder during the validity period of the offer.d. Non execution of the prescribed documents after acceptance of the contract.e. Non submission of Security Deposit.

28. SECURITY DEPOSIT

Security Deposit at the rate of 2% of the total contract value to be deposited by the successfulBidder in the form of Pay order / Demand Draft in Favour of Balmer Lawrie & Co. Ltd, payable atKolkata.

Successful bidder will have to submit Security Deposit within 10 days of the receipt of thepurchase order by Pay Order / Demand Draft drawn in favour of Balmer Lawrie & Co. Ltd.,payable at Kolkata.

Inviting Tenders for Supply, Installation, Testing and Commissioning ofPlumbing, Sanitary and Water Drainage System for TemperatureControlled Warehouse at Medchal, Hyderabad.

Balmer Lawrie & Company LimitedBL/LI/CC/HYD/21 Dated 27-07-2015 Page 17

The Security Deposit if paid by Pay Order/Demand Draft shall bear no interest and shall berefunded through Bank transfer to successful bidder only on successful commissioning of the totalwork.

All sums of compensation or other sums of money as determined, if any; payable by the biddermay be deducted from the Security Deposit.

The Security Deposit amount can be adjusted to the extent of EMD amount for the successfulbidder.

Security deposit is liable to forfeiture in the event of:

a) Non Supply after Acceptance of Order.b) Successful Bidder fails to deliver the materials as per the terms & condition of the Purchase

Order.c) Successful Bidder violates the tender conditions.d) If the performance of the bidder is found to be unsatisfactory.

29. VALIDITY OF OFFERThe validity of the tender for the purpose of acceptance shall be 90Days from the date of openingof technical bid. During this period, bidder shall not be entitled to modify, revoke or cancel histender without the consent of Owner in writing. In case of successful bidder only, validity shallbe until the work is completed to the satisfaction of the Owner and so certified in writing by theOwner or their accredited representative.

30. SITE INFORMATION, CLIMATIC CONDITION ETC.The bidder shall be deemed to have satisfied themselves regarding site condition, access,communication facilities, local conditions, climatic conditions including wind, monsoon period,rainfall, temperatures etc. and shall be deemed to have included the impact of these factors withintheir quoted rates.Contractor should visit the site and familiarise themselves thoroughly beforesubmitting the tender. For the purpose, the contractors are required to contact Mr. RakeshChoudhary (Mobile +919866400155).

31. CONSTRUCTION WATERThe contractor has to make his own arrangement for both construction water and drinking water.The Owner does not undertake to supply water to the contractor.

32. CONSTRUCTION POWER

Inviting Tenders for Supply, Installation, Testing and Commissioning ofPlumbing, Sanitary and Water Drainage System for TemperatureControlled Warehouse at Medchal, Hyderabad.

Balmer Lawrie & Company LimitedBL/LI/CC/HYD/21 Dated 27-07-2015 Page 18

Connection at one point shall be made available however further connection shall be in the scopeof the contractor.

33. ACCOMMODATION FOR LABOUR & SUPERVISORY STAFFThe Contractor shall make his own arrangements for accommodation of his labour andsupervisory personnel. No accommodation for labour & supervisory staff shall be provided withinthe site premises.

34. INSTALLATION AND COMMISSIONINGAll the work shall be executed in strict conformity with the provisions of the Contract Documentand with such explanatory detailed Drawings, Specifications and Instructions as may be furnishedfrom time to time to the Contractor by the BL, whether mentioned in the Contract or not. TheContractor shall be responsible for ensuring that Work throughout are executed in the mostsubstantial proper and workmanlike manner with the quality of material and workmanship instrict accordance with the Specifications.The contractor is also responsible to follow all the safetyprocedure during executions.

35. CO-ORDINATION AND INSPECTION OF WORK(i) The co-ordination and inspection of the day-to-day Work under the Contract shall be the

responsibility of the BL but this will not detract the contractor's full responsibility. Thewritten instructions regarding any particular work will normally be passed by the BL orhis Authorised Representative. An instruction book will be maintained by the Contractorwhich the aforesaid written instructions will be entered. These will be signed by theContractor or his authorised representative by way of acknowledgement within Twelve(12) hours. The pages in the work instruction book shall be machine numbered.

(ii) The BL will have full power and authority to inspect the Work at any time wherever inprogress either on the Site or at the Contractor's Premises / Workshops wherever situated,Premises / Workshops of any person, firm or corporation where work in connection withthe Contract may be in hand or where materials are being or are to be supplied, andContractor shall afford or procure for the BL, every facility and assistance to carry out suchinspection. Contractor shall, at all time during the usual working hours and all other timesat which reasonable notice of the intention of the BL or his representative to visit theWork shall have been given to Contractor, either himself be present to receive orders andinstructions, or have a responsible person duly accredited in writing present for thepurpose.

36. GENERAL CONDITIONS DURING INSTALLATION AT SITE

Inviting Tenders for Supply, Installation, Testing and Commissioning ofPlumbing, Sanitary and Water Drainage System for TemperatureControlled Warehouse at Medchal, Hyderabad.

Balmer Lawrie & Company LimitedBL/LI/CC/HYD/21 Dated 27-07-2015 Page 19

(i) Thereis no restriction in working time. The decision on necessity of shift working at two(2) or three (3) shifts per day is totally on to the contractor however the same should beinformed to the owner before implementing the same. No extra claims will be entertainedby the Owner on this account.

(ii) The Contractor must arrange for the placement of workers in such a way that the delayedcompletion of the Work or any part thereof for any reason whatsoever will not affect theirproper employment. The Owner will not entertain any claim for idle labour paymentwhatsoever.

(iii) The Contractor shall arrange one competent Supervisor to be present at site at all timesduring the progress of the work, who shall be duly authorised to take instructions andexecute them on contractor’s behalf.

(iv) It is the responsibility of the contractor to provide the marking, cutting and laying of pipelines and making it good after fixing the pipe line or any such accessories.

(v) The Safe Keeping of supplied materials shall be the complete responsibility of thecontractor, Balmer Lawrie will not take any responsibility of safety of supplied materials tosite.

37. DRAWING TO BE SUPPLIED BY THE OWNER(i) Drawings attached with this Tender shall be for the general guidance to thebidder to

enable him to visualise the type of Work contemplated and Scope of Work involved.(ii) Architectural plan, sections and elevation shall be provided by the owner for the reference

only.38. DRAWINGS TO BE SUPPLIED BY THE CONTRACTOR

The contractor is required to prepare the detail GA (General Arrangement) drawings andaccordingly after approval from the owner can execute at site.

39. REPORTS AND RECORDS

The contractor shall always made available all the relevant details regarding purchase of materials,manufacturer test reports and other quality reports all the time for inspection by BL.

40. DISCREPANCIES BETWEEN INSTRUCTIONS

Should any discrepancy occur between the various instructions furnished to Contractor, his staffor any doubt arise as to the meaning of any such instructions or should there be anymisunderstanding between Contractor's staff and the BL's staff, Contractor shall refer the matter

Inviting Tenders for Supply, Installation, Testing and Commissioning ofPlumbing, Sanitary and Water Drainage System for TemperatureControlled Warehouse at Medchal, Hyderabad.

Balmer Lawrie & Company LimitedBL/LI/CC/HYD/21 Dated 27-07-2015 Page 20

immediately in writing to the BL whose decision thereon shall be final and conclusive and noclaim for losses alleged to have been caused by such discrepancies between instructions, doubts, ormisunderstanding shall in any event be admissible.

41. LIQUIDATED DAMAGE

In case, the successful bidder fails to execute the job within the stipulated period as per thePurchase Order, BL without right or prejudice to any right or remedy available may recover fromthe supplier/contractor Liquidated Damages and not by way of penalty a sum calculated at @0.50% of the Total Purchase Order Value, per completed week up to a maximum of 5% of thetotal Purchase Order value.

42. DELAY DUE TOFORCE MAJEURE

In the event of causes of force Majeure occurring within the agreed delivery terms, the deliverydates can be extended by the Owner on receipt of application from the bidder within stipulateddelivery period. Only those causes that depend on natural calamities, civil wars, national strikesand strikes /lockout at contractor’s works place which have duration of more than sevenconsecutive calendar days are considered the causes of Force Majeure. The contractor must adviseBL by a registered letter duly certified by local chamber of commerce or statutory authorities, thebeginning and end of cause of delay immediately, but in no case later than 10 days from thebeginning and end of such cause of Force majeure condition as defined above.BL reserves the right to ask contractor to suspend despatches of goods/materials covered by thisorder for such period as they may think fit in the event of strikes, accidents or other causesbeyond BL’s control.

43. PERIOD OF LIABILITY

Defect liability period shall be 12 Months from the date of successful installation, commissioningand handing over to BL followed by issuance of a completion certificate by BL.Any damage ordefect that may arise or lie undiscovered at the time of issue of completion certificate, connectedin any way with the materials supplied by him or in the workmanship shall be rectified orreplaced by Contractor at his own expense the owner may cause the same to be made good byother workmen and deduct expenses (of which the certificate of BL shall be final) from any sumsthat may be then or at any time thereafter, become due to Contractor or from his SecurityDeposit, or the proceeds of sale thereof, or of a sufficient portion thereof. During the DefectLiability Period, BL will not engage any agency for AMC (Annual Maintenance Contract).

44. RIGHT OF OWNER TO TERMINATE THE CONTRACT

Inviting Tenders for Supply, Installation, Testing and Commissioning ofPlumbing, Sanitary and Water Drainage System for TemperatureControlled Warehouse at Medchal, Hyderabad.

Balmer Lawrie & Company LimitedBL/LI/CC/HYD/21 Dated 27-07-2015 Page 21

Without prejudice to BL’s right to price adjustment by way of discount or any other right orremedy available to BL, BL may terminate the Contract of any part thereof by a written notice tothe contractor if :

i. The contractor fails to comply with any material term of the Contract.ii. The contractor informs BL of its inability to deliver the materials as per the technical

specifications and bill of quantities.iii. The contractor becomes bankrupt or goes into liquidation.iv. The contractor makes a general assignment for the benefit of creditors.v. A receiver is appointed for any substantial property owned by the contractor.

vi. The contractor has misrepresented to BL, acting on which misrepresentation BL has placed thePurchase Order to the bidder.

Upon receipt of said termination notice, the contractor shall immediately discontinue the work onthe Contract.

On termination of the contract, without prejudice to any other right or remedy available to BLunder the contract, in the event of BL suffering any loss on account of delayed delivery or non-delivery, BL reserves the right to claim and recover damages from the contractor in respectthereof. The EMD / Security Deposit will be forfeited and the Bank Guarantee for any advancepaid with Purchase Order will be encased in such case.

45. PATENTS AND ROYALTIES

Contractor, if licensed under any patent covering, Equipment, Machinery, Materials orcompositions of matter to be used or supplied or methods and process to be practiced or employedin the performance of this Contract, agrees to pay all royalties and license fees which may be duewith respect thereto. If any Equipment, Machinery, Materials, Composition matters, to be used orsupplied or methods and process to be practiced or employed in the performance of this Contract,is covered by a patent under which the Contractor is not licensed then the Contractor beforesupplying or using the Equipment, Machinery, Materials, compositions method or processes shallobtain such licenses, and pay such royalties and license fees as may be necessary for performanceof the Contract. In the event the Contractor fails to pay any such royalty or obtain any suchlicense any suit for infringement of such patents which is brought against the Contractor or theOwner as a result of such failure will be defended by the Contractor at his own expense and theContractor will pay any damages and costs awarded in such suit.

Inviting Tenders for Supply, Installation, Testing and Commissioning ofPlumbing, Sanitary and Water Drainage System for TemperatureControlled Warehouse at Medchal, Hyderabad.

Balmer Lawrie & Company LimitedBL/LI/CC/HYD/21 Dated 27-07-2015 Page 22

46. PERFORMANCE GUARANTEE & WARRANTY

(i) Performance Guarantee: The Contractor shall furnish the following in a Rs. 100 Stamp Paper

a. That the material of construction and workmanship of work done and any fittings designed /manufactured / supplied by him are as specified in the tender schedule and wherever there isnothing specifically mentioned shall correspond to the best available grade and quality asrequired for the application.

b. That the work done and any fittings designed, manufactured, supplied, erected shall be as perprevailing relevant standard, codes and statutory practices / stipulations.

c. That the work done and any fittings designed, manufactured, supplied, erected and tested byhim against defective materials, poor workmanship, & problems and failure from normal usageshall withstand good for a period of 12 (twelve) calendar months apart from the specified lifecycle after final acceptance of the work by the Owner.

(ii) Warranty:

The Contractor will repair and/or replace all defective parts, components / fittings, accessoriesetc. which shall be notified to him in writing within the Defect Liability Period.Such defectiveparts, components, fittings, accessories etc.should be promptly rectified and replaced by himfree of cost. The contractor will provide similar warranty on the parts, components, fittings,accessories etc. repaired and/or replaced.

47. CONTRACTOR'S RESPONSIBILITY TOWARDS OTHER AGENCIES

Without repugnance to any other condition, it shall be the responsibility of the Contractor towork in close co-operation and co-ordinate the work with the Civil, Insulation and Electrical orother Agencies or their authorised representatives where required. No claim shall be entertainedon account of the above.

48. ARBITRATION

Any dispute or difference arising under this Contract shall be referred for adjudication at Kolkatato a sole arbitrator to be appointed by the Chairman & Managing Director, Balmer Lawrie &Co.Ltd. and the provisions of Arbitration and conciliation Act, 1996 including any statutorymodifications or enactment thereof shall apply to the Arbitration proceedings. The fees of thearbitrator, if any, shall be paid equally by both the parties.

Inviting Tenders for Supply, Installation, Testing and Commissioning ofPlumbing, Sanitary and Water Drainage System for TemperatureControlled Warehouse at Medchal, Hyderabad.

Balmer Lawrie & Company LimitedBL/LI/CC/HYD/21 Dated 27-07-2015 Page 23

49. TESTING AND INSPECTION

The contractor shall carry out all the relevant test, adjustments and inspection before dispatch ofthe materials defined in the technical specifications. The contractor shall inform BL of their stateof readiness to carry out the test prior to dispatch to enable BL at its discretion may plan &organize for the Inspection & Testing by its own personnel or from any third party.

The contractor’s responsibility shall also not in any way be reduced or discharged because BL orBL’s representative(s) or Inspector(s) shall have examined or commented on the contractor’sdrawings or specifications or shall have witnessed the tests or shall have stamped or approved orcertified any Material(s).

BL shall have the right to reject the same even after supply of materials at site and hold thecontractor liable for non-performance of the Contract.

The contractor further undertakes to replace free of cost any spares / machine, if found not toconform to the guarantees aforesaid at any time during the defect liability period applicablethereto. BL shall give written notice of the defect and of the rejection of the defective spares /machine, to the contractor.

50. PAYMENTS AND PRICE ESCALATION

(i) The price to be paid by Owner to Contractor for the work to be done and for the performanceof all the obligations undertaken by Contractor under Contract shall be ascertained by theapplication of the respective Schedule of Rates (there of application but not of limitation, withthe succeeding sub-clause of this clause) and payment to be made accordingly for the workactually executed and approved by the BL. The sum so ascertained shall (except only as and tothe extent expressly provided herein) constitute the sole and inclusive remuneration ofContractor under Contract and no further or other payment whatsoever shall be or becomedue or payable to the Contractor under Contract.

(ii) The prices/rates quoted by Contractor shall remain firm till the issue of final certificate andshall not be subject to escalation. Schedule of Rates shall be deemed to include and cover allcosts, expenses and liabilities of every description and all risks of every kind to be taken inexecuting, completing and handing over Work to Owner by Contractor. Contractor shall bedeemed to have known the nature, scope, magnitude and the extent of Work and materialsrequired though Contract Document may not fully and precisely furnish them. He shall make

Inviting Tenders for Supply, Installation, Testing and Commissioning ofPlumbing, Sanitary and Water Drainage System for TemperatureControlled Warehouse at Medchal, Hyderabad.

Balmer Lawrie & Company LimitedBL/LI/CC/HYD/21 Dated 27-07-2015 Page 24

such provision in the Schedule of Rates as he may consider necessary to cover the cost of suchitems of Work and materials as may be reasonable and necessary to complete the Work. Theopinion of the BL as to the items of work which are necessary and reasonable for completionof Work shall be final and binding on Contractor, although the same may not be shown on ordescribed specifically in Contract Document.

Generality of this present provision shall not be deemed to cut down or limit in any wayContractor's obligation under the Contract, because in certain cases it may and in other casesit may not be expressly stated that Contractor shall do or perform a work or supply articles orperform, services at his own cost or without additional payment or without extra charge orwork to the same effect or that it may be stated or not stated that the same are included in andcovered by the Schedule of Rates.

(iii) The time period for release of payment shall be 15 Days after certification of bills alongwith verification of all the supporting documents.

(iv) The payment shall be released after deduction of all applicable taxes.51. ADVANCE PAYMENT

Under this tender, there is no provision of any secured or unsecured advance.

52. NOTICE OF CLAIM FOR ADDITIONAL PAYMENT

Should Contractor consider that he is entitled to any extra payment or compensation or to makeany claims whatsoever in respect of Work he shall forthwith give notice in writing to the BL thathe claims extra payment and/or compensation. Such notice shall be given to the BL within ten(10) days from the ordering of any Work or happening of any event upon which Contractor basessuch claims and such notice shall contain full particulars of the nature of such claim with fulldetails and amount claimed. Failure on the part of Contractor to put forward any claim withnecessary particulars as above within the time above specified shall be an absolute waiver thereof.No omission by Owner to reject any such claim and no delay in dealing therewith shall be waiverby Owner of any rights in respect thereof.

53. COMPLETION CERTIFICATEi. When Contractor fulfils his obligation under clauses he shall be eligible to apply for

Completion Certificate. Contractor may apply for separate Completion Certificate in respect of

Inviting Tenders for Supply, Installation, Testing and Commissioning ofPlumbing, Sanitary and Water Drainage System for TemperatureControlled Warehouse at Medchal, Hyderabad.

Balmer Lawrie & Company LimitedBL/LI/CC/HYD/21 Dated 27-07-2015 Page 25

each such portion of Work by submitting the completion Documents along with suchapplication for demand of Completion Certificate.

The BL shall normally issue to Contractor the Completion Certificate within one(1) monthafter receiving an application therefore from Contractor after verifying from the completiondocuments and satisfying himself that work has been completed in accordance with and as setout in the construction and erection drawings, and the Contract Document and rectification ofdefects if any.

Contractor, after obtaining the Completion Certificate, is eligible to present the Final Bill forWork executed by him under the terms of Contract.

ii. Within one (1) month of completion of work in all respects, Contractor shall be furnished witha certificate by the BL, of such completion.

iii. For the purpose of clause, the following Documents will be deemed to form the completionDocuments:a. The technical documents according to which Work was carried out.b. Three (3) sets of As Built GA Drawings showing therein the modification and corrections

made during the course of execution signed by the BL.c. Warranty/Guarantee certificate of Motors, Controllers, fixtures and fittings.d. Operational and Maintenance Manuals.e. Dos and Don’ts.

54. FINAL CERTIFICATE

Upon expiry of defect liability period and subject to the BL being satisfied that work have beenduly maintained by Contractor, during such period as hereinbefore mentioned and that Contracthas in all respect duly made up any subsidence and performed all his obligations under Contract,the BL shall (without prejudice to the rights of Owner to retain the provisions of relevant clausehereof) otherwise give a certificate herein referred to as the final certificate to that effect andContractor shall not be considered to have fulfilled the whole of his obligations until Final Certif-icate shall have been given by the Owner notwithstanding any previous entry upon Work andtaking possession, working or using of the same or any part thereof by Owner. Contractor shallprovide Owner with a certified satisfactory to both that all privileges, liens, claims, obligations andliabilities against or chargeable to the Owner have been fully paid, satisfied and released and thatContractor has no claim(s) against Owner.

Inviting Tenders for Supply, Installation, Testing and Commissioning ofPlumbing, Sanitary and Water Drainage System for TemperatureControlled Warehouse at Medchal, Hyderabad.

Balmer Lawrie & Company LimitedBL/LI/CC/HYD/21 Dated 27-07-2015 Page 26

55. CERTIFICATE AND PAYMENTS ON EVIDENCE OF COMPLETION

Except the final certificates no other certificate or payments against a certificate or on generalaccount shall be taken to be an admission by Owner of the due performance of Contract or anypart thereof or occupancy or validity of any claim by Contractor.

56. HSE COMPLIANCE

The Contractor shall adhere to safe construction practice and guard against hazardous and unsafeworking conditions and shall comply with Owner's safety rules during execution at site. Anannexure regarding the safety compliance is enclosed as Annexure – V, the bidder is required tosign fill, sign and stamp the same and submit along with the technical submission.

SPECIAL CONDITIONS OF CONTRACT

57. GENERAL

a. Special conditions of contract shall be read in conjunction with the General Conditions ofContract, Specifications of work, Drawings and any other document forming part of this contractwherever the contract so requires.

b. Notwithstanding the sub-division of the document into separate sections, every part of each shallbe deemed to be supplementary of every other part and shall be read with and into the contract asfar as it may be practicable to do so.

c. Where any portion of the General Conditions of Contract is repugnant to or at variance with anyprovision of the Special Conditions of Contract, then unless different intention appears, theprovision of the Special Conditions of Contract shall be deemed to override the provisions of theGeneral Conditions of Contract only to the extent of such repugnancy or variations in the SpecialConditions of Contract are not possible of being reconciled with the provisions of GeneralConditions of Contract.

d. Whenever it is mentioned in the specifications that the contractor shall perform certain work orprovide certain facilities, it is understood that the contractor shall do so at his own cost.

e. The materials, design and workmanship shall satisfy the relevant Indian Standards, the jobspecifications contained herein and codes referred to. Where the job specifications stipulaterequirements in addition to those contained in the standard codes and specifications, theseadditional requirements shall also be satisfied. In the absence of any standards/specifications /code(s) of practice for any part of the work covered in this tender, the instructions/directions ofBL will be binding on the contractor.

58. LOCATION OF SITE

Inviting Tenders for Supply, Installation, Testing and Commissioning ofPlumbing, Sanitary and Water Drainage System for TemperatureControlled Warehouse at Medchal, Hyderabad.

Balmer Lawrie & Company LimitedBL/LI/CC/HYD/21 Dated 27-07-2015 Page 27

The site is located in Medchal in Ranga Reddy District, approximately 25 KM from Hyderabad citythe complete address of the site is as under,

Survey No. 833,Medchal Industrial AreaVillage Medchal,Ranga Reddy District,Telangana - 501 401

59. VALIDITY OF TENDER

Tender submitted by a bidder shall remain valid for acceptance for a period of 90 Days from thedate of opening of technical bid and will continue thereafter to be valid until specifically revisedor permitted by giving seven (7) days’ notice in writing to the Owner by the bidder. Bidders shallnot be entitled during the said period, without the consent of the Owner in writing, to revoke orcancel his tender or change the tender offer given or any terms thereof.

60. ACCEPTANCE OF TENDER AND AGREEMENT

On acceptance of the Tender, the Contractor has to execute an Agreement with the owner within15 days of award of the contract the format of agreement can be provided by Balmer Lawrie at thetime of issue of work order. The Owner reserves the right to award the work in parts among twoor more agencies. The quoted rates shall hold good for such an eventuality. The Owner reservesthe right to reject any tenders without assigning any reasons.

61. STIPULATIONS AND DEVIATIONS TO TENDER CLAUSES

Bidders are advised to submit quotations strictly based on the terms, conditions and specificationscontained in the Tender Document and not stipulate any deviations. However, if it becomesunavoidable, deviations should be stipulated with reference to the clause number, para and pagenumber of the Tender Document. Owner reserve the right to evaluate offers containingdeviations having financial implications after adding cost of such deviations as determined by theOwner.

62. ALTERATION IN SPECIFICATIONS AND DESIGN

During the execution of the work, the BL may desire to make any alterations in, omission from,additions to or substitutions from the original specifications, Drawings, Designs and Instructions

Inviting Tenders for Supply, Installation, Testing and Commissioning ofPlumbing, Sanitary and Water Drainage System for TemperatureControlled Warehouse at Medchal, Hyderabad.

Balmer Lawrie & Company LimitedBL/LI/CC/HYD/21 Dated 27-07-2015 Page 28

that may appear to him to be necessary or advisable during the progress of work and contractorshall be bound to carry out such altered extra/new items of work in accordance with anyinstruction which may be given to him in writing by the BL and such alterations, omissions,additions or substitutions shall not invalidate the contract and any such altered additional orsubstituted work shall be carried out by the contractor on the same conditions on which he agreedto do the work.

63. DRAWINGS VIS-A-VIS SCHEDULE OF WORK

All drawings herein enclosed are for the purpose of furnishing basic information to the bidders soas to enable them to quote their rates. Detail working shall be furnished after award of thecontract or progressively as per phases of work.

64. TIME OF COMPLETION

The time schedule for total work according to the contract shall be for a period as mentioned inthe Notice Inviting Tender. Within seven (7) days of the Award and agreed schedule, Contractorshall submit to BL the detailed programme, the content and form of which shall be satisfactory toBL showing the order to procedure and method in which he proposes to carry out the work andthe time limit and sequence of carrying out the work and shall, whenever required by BL, furnishfor his information particulars in writing of Contractor's arrangements for carrying out of thework. The approval by BL of such programme or the furnishing of such particulars shall notrelieve Contractor of any of his duties or responsibilities under this Contract.

65. TERMS OF PAYMENT

Our payment terms shall be as follows,

(i) 90% of the certified bill value will be paid as part of Running Bill.(ii) 10% shall be kept as retention money for the period 12 months of Defect Liability Period.

The bidder can provide Performance Bank Guarantee from a Scheduled Indian Bank validfor that period in lieu of retention money of 10% and claim this 10% at the conclusion ofwork. Annexure IV can be referred for format for performance bank guarantee.

66. EXTRA ITEMS OF WORK

During execution of the work, should the contractor come across items of work which are notcovered under the Schedule of Rate or not included therein, the Contractor shall draw theattention of the Owner / BL to the same and such items of work shall be treated as extra only with

Inviting Tenders for Supply, Installation, Testing and Commissioning ofPlumbing, Sanitary and Water Drainage System for TemperatureControlled Warehouse at Medchal, Hyderabad.

Balmer Lawrie & Company LimitedBL/LI/CC/HYD/21 Dated 27-07-2015 Page 29

the prior approval of BL in writing. Contractor shall submit a quotation along with the rateanalysis for such accepted extra items before he commences work or purchases the materials inconnection with such items.

For extra items, rates shall be derived from similar item rates included in the schedule of work.Where there is no such similar item available in the schedule, rate shall be analysed as follows:

Rate for extra item = Cost of material (a) + cost of labour inclusive of all necessary tools, tackles,equipment, machinery and consumable (b) + supervision (c) required to carry out the work + 10%of (a+b+c) towards profit and overhead + taxes, duties etc.

67. STRICT ADHERENCE TO SPECIFICATION & CTE INSPECTION

The entire work shall require to be carried out strictly as per specifications, quality assurance plan,drawing etc., intended in the tender backed up with proper test report, manufacturers’ testcertificates etc. The Chief Technical Examiner of Central Vigilance Commission may inspect thework during the course of execution and also during the defect liability period. The contractor hasto maintain all documents in presentable form duly reviewed and approved by the BL for anysuch/ similar inspection.

Inviting Tenders for Supply, Installation, Testing and Commissioning ofPlumbing, Sanitary and Water Drainage System for TemperatureControlled Warehouse at Medchal, Hyderabad.

Balmer Lawrie & Company LimitedBL/LI/CC/HYD/21 Dated 27-07-2015 Page 30

ANNEXURE I

TECHNICAL SPECIFICATIONS

1. GENERAL

1.1. SCOPE OF WORK:

The general character and the scope of work to be carried out under this contract isillustrated inthe BOQ, drawings and specification. The contractor shall furnish all labour, supply and install allmaterials, appliances, tools & equipment necessary for the complete installation as specified hereinas per the relevant ISI codes and as shown on the drawings.This also includes any material,appliances or equipment not specifically mentioned herein or noted on the drawings as beingfurnished or installed but which are necessary and customary to make a complete installation asshown on the drawings or described herein, properly connected and in working order. In General,the work to be performed under this contract shall comprise the following:

1. All incidental jobs connected with plumbing services installation, such as excavation intrenches and backfilling, cutting chases in concrete and brick and making good,cutting/drilling holes through walls, floors, and grouting for fixing of fixtures, equipment etc.

2. Furnish and install a complete workable, plumbing services installation as shown on thedrawings and described in this specification and as per the latest ISI specifications including allthat is reasonably inferred.

3. Complete installation of internal and external water supply system.4. Complete installation of the sewerage and sewerage appurtenances internally, as well as

around the building.5. Complete installation of all sanitary and plumbing fixtures.6. Co-operation with other agencies/BL in putting the installation in place.7. Repair all damages done to the premises as a result of this installation and remove all debris

left by those engaged for this installation to the satisfaction of employer.

Inviting Tenders for Supply, Installation, Testing and Commissioning ofPlumbing, Sanitary and Water Drainage System for TemperatureControlled Warehouse at Medchal, Hyderabad.

Balmer Lawrie & Company LimitedBL/LI/CC/HYD/21 Dated 27-07-2015 Page 31

8. Cleaning of all plumbing fixtures, testing and showing the satisfactory performance of all thefixtures at the time of handing over the building to the owners/architects.

9. It is the responsibility of the contractor to take care of all the fixtures fitted until the time ofhanding over to the owners/architects.

10. Painting of all concealed and exposed pipes as specified.11. Assume full responsibility of all required applications and costs, to connect to corporation

water mains, sewers and storm water drains, to the extent these are applicable to thisinstallation.

1.2. REGULATIONS AND STANDARDS:

The installation shall conform in all respects to the following broad list of standards in general:IS 726 - 1960 : Code for cast iron manhole frame and cover.IS 1742 - 1960 : Code of practice for building drainage.IS 2064 - 1962 : Code of practice for selection, installation and maintenance of

sanitary appliances.IS 2065 - 1963 : Code of practice for water supply in buildings.IS 1172 - 1971 : Code of Basic requirements for watersupply, drainage & sanitation

(revised)IS 3114 - 1965 : Code of practice for laying of CI pipes.IS 4111 - 1967 : Code of practice for Ancillarystructures in Sewerage System.IS 4127 - 1967 : Code of practice for laying glazed stoneware pipe.IS 1626 - 1960 : AC building pipes,gutters and fittings (spigot and socket type)IS 3989 - 1970 : Centrifugally cast spun iron & socket soil and ventilating pipe, fittings

and accessories.IS 1239 - 1968 : Specifications for mild steel tube, Part I tubular and other steel pipe

fittings.IS 1239 – 1968 : Specifications for mild steel tube, Part II tubular and other steel

pipefittings.IS 651 – 1965 : Specification for Salt Glazed stoneware pipes and fittings (first revision).

IS 780 – 1969 : Specification for sluice valves for various purposes.IS 1703 -1703 : Specification for ball valves(horizontal plunge type) including floats for

water supply purposes.IS 1726 - 1974 Parts I, II, III, IV: Specification for CI manhole covers and framesintended for usein drainage work.IS 1742 - 1972 : Code of practice for building drainage.IS 1975 - 1974 : Specification for pillar taps.

Inviting Tenders for Supply, Installation, Testing and Commissioning ofPlumbing, Sanitary and Water Drainage System for TemperatureControlled Warehouse at Medchal, Hyderabad.

Balmer Lawrie & Company LimitedBL/LI/CC/HYD/21 Dated 27-07-2015 Page 32

IS 2064 - 1973 : Code of practice for selection, installation and maintenance of sanitaryappliances.

IS 2065 - 1973 : Code of practice for water supply in buildings.IS 2373 - 1973 : Specification for water meters(bulktype).IS 5455 - 1969 : Heavy CI steps for manholes.IS 5961 - 1961 : CI grating for drainage.IS 4984 : SDPE pipe for water supply & sewerage.IS 4985- 1981 : Specification for UPVC pipes for portable water supplies.BS 4515 : Specification for UPVC pipe fittings.IS 4350 : PVC fittings.IS 7834 - 1975 : PVC fittings.IS 53822 : GI pipes and fittings.

The installation shall also be in conformity with the by-laws and requirements of thelocalauthority in so far as these become applicable to the installation. Wherever this specification callsfor a higher standard of materials and/or workmanship than those required by any of the aboveregulations and standards, then this specification shall take precedence over the said regulationsand standards. Wherever drawings and specifications require something which will violate theregulations, the regulations shall govern.

1.3. MANUFACTURER'S INSTRUCTION :

Where manufacturers have furnished specified instructions, relating to the materials used inthisjob, covering points not specifically mentioned in these documents, these instructions shall befollowed in all cases.

1.4. CHANGE IN DIMENSIONS :

If the size of the fixtures mentioned is not available,then the nearest available size shall be fixedwith due consent of the owner/ architect.

1.5. MATERIALS :

Materials shall be of the best approved quality obtainable and unless otherwise specified they shallconform to the respective Indian Standards Specification.

Inviting Tenders for Supply, Installation, Testing and Commissioning ofPlumbing, Sanitary and Water Drainage System for TemperatureControlled Warehouse at Medchal, Hyderabad.

Balmer Lawrie & Company LimitedBL/LI/CC/HYD/21 Dated 27-07-2015 Page 33

1.5.1. Samples of all materials shall be as per the list of approved brand manufacturewhichshall be got approved before placing the order and the approved samples shall bedeposited with the owner/architect.

1.5.2. In the case of non-availability of materials in metric sizes, the nearest size of FPS unitsshall be provided with prior approval of the owner/architect, for which, no extra will bepaid.

2. DRAINAGE:

2.1. STONEWARE PIPE AND FITTINGS:

Stoneware pipes and fittings shall comply with IS 651 - 1965 in every respect and allstonewarepipes, bends, etc. shall be of the best salt glazed variety, glazed inside as well as outside, hard,smooth, even textured, free from fire cracks, air blows and blisters. The pipe shall be trulycircular in cross section, perfectly straight and of standard nominal diameter, length and depthof socket as mentioned in BOQ.

2.1.1. TRENCHES FOR S.W PIPE DRAINS :

Alignment and Grade: The drains are to be laid to alignment gradients shown on thedrawingsbut subject to such modifications, as shall be ordered by the architects from time to time, tomeet the requirements of the works. No deviations from the lines, depths of cutting orgradients of sewers shown in the plans and sections shall be permitted, except by theexpressed direction in writing, of the architects.

2.1.2. OPENING OUT TRENCHES :

In excavating the trenches, etc. the road metalling, pavement kerbing, etc. are to be placed onone side and preserved for reinforcement when the trench or other excavation shall be filledup and laid back to original condition at no extra cost. Before any road metal is replaced, itshall be carefully shifted. The surface of all trenches and holes shall be restored andmaintained to the satisfaction of the owner. The contractor shall not cut or break down anylive fence or trees in the line of the proposed works but shall tunnel under them unless theowner/architect shall order to the contractor. The contractor shall scrub up and clear thesurface over the trenches and other encumbrances affecting execution of the work and shallremove them from the site to the approval of the architects.

Inviting Tenders for Supply, Installation, Testing and Commissioning ofPlumbing, Sanitary and Water Drainage System for TemperatureControlled Warehouse at Medchal, Hyderabad.

Balmer Lawrie & Company LimitedBL/LI/CC/HYD/21 Dated 27-07-2015 Page 34

2.1.3. EXCAVATION TO BE TAKEN TO PROPER DEPTH :

The trenches shall be excavated in all conditions of soil and to such a depth that the sewershall rest as described in the several clauses relating thereto and so that the inverts may be atthe levels given on the section. In bad ground, the architect may order the contractor toexcavate to a greater depth than shown on the drawings to fill up the excavation to the level ofthe sewer with the concrete, sand, gravel or other materials.For such materials,the contractorshall be paid extra at the rates laid down for such works in the schedule, if the extra work wasordered by the owner/architect in writing. But if the contractor should excavate the trench toa greater depth than is required without a specific order to that effect in writing by thearchitects, the extra depth shall have to be filled up with concrete at the contractor's own costto the requirements and satisfaction of the architects.

2.1.4. REFILLING :

After the sewer or other work has been laid and proved to be water tight, the trench or otherexcavation shall be refilled. Utmost care shall be taken in doing this, so that, no damage shallbe caused to the sewer and other permanent works. Filling in the trenches and upto 50cms.Above the crown of the sewer shall consist of the finest selected materials placed carefully &consolidated. After this has been laid, the trench and other excavation shall be refilledcarefully in 15cms. Layers with materials taken from the excavation, each layer being wateredand consolidated.

2.1.5. THE CONTRACTOR SHALL RESTORE SETTLEMENT AND DAMAGES :

The contractor shall, at his own cost,make good promptly during the whole period the worksare in hand, any settlement that may occur in the surfaces or roads, berms, foot paths, gardens,open spaces, etc., whether public or private, caused by his trenches or by his other excavationand he shall be liable for any accidents caused thereby. He also shall at his own expenses andcharge, repair and make good any damage done to the buildings and other properties.

2.1.6. DISPOSAL OF SURPLUS SOIL :The contractor shall at his own cost and charge, dispose within the site or outside the site asper the instruction from the owner.

2.1.7. TIMBERING OF SEWER AND TRENCHES :

Inviting Tenders for Supply, Installation, Testing and Commissioning ofPlumbing, Sanitary and Water Drainage System for TemperatureControlled Warehouse at Medchal, Hyderabad.

Balmer Lawrie & Company LimitedBL/LI/CC/HYD/21 Dated 27-07-2015 Page 35

The contractor shall at all times, support efficiently and effectively, the sides of the sewertrenches and other excavations by suitable timbering, piling, sheeting, etc. All timbering,sheeting and piling with their walling’s and supports shall be of adequate dimensions andstrength and fully braced and strutted so that there is no risk of collapse or subsidence of thewalls of the trench. The contractor shall be held accountable and responsible for thesufficiency of all timbering, bracing, sheeting and piling used and for all damages to personsand property resulting from the improper quality, strength, placing, maintenance or removalof the same.

2.1.8. REMOVAL OF WATER FROM SEWER, TRENCHES, ETC.

The contractor shall at all times during the progress of work keep the trenches andexcavations free from water which shall be disposed of by him in a manner as will neithercause injury to the public health nor to the work completed or in progress nor to the surface ofany roads or streets nor cause any interference with the use of the same.

2.1.9. PROTECTION OF EXISTING SERVICES :

All pipes, water mains, cables, etc. met in the course of excavation, shall be carefully protectedand supported.

2.1.10. CONCRETING :

All pipes at shallow road crossings and made up ground shall be laid on a bed of 6" (15 cms)concrete with one part of cement and four parts of sand,8 parts of stone metal of 1.5" (38 mm)down gauge properly consolidated. Concrete shall be laid to the full width of the trench andalso be haunches.

2.1.11. LAYING :

The pipes shall be carefully laid to the levels and gradients shown on the plans and sections bymaking use of sight rails and boning rods, with socket up to the gradient.

2.1.12. JOINTING :

Hume rope soaked in neat cement wash shall be passed round the joint and inserted in it bymeans of caulking tool. More skins of yarn shall be added and well rammed. Cement mortarwith one part of cement and one part of sand and with minimum water content, shall be

Inviting Tenders for Supply, Installation, Testing and Commissioning ofPlumbing, Sanitary and Water Drainage System for TemperatureControlled Warehouse at Medchal, Hyderabad.

Balmer Lawrie & Company LimitedBL/LI/CC/HYD/21 Dated 27-07-2015 Page 36

carefully inserted by hand into the joint and more cement mortar added until the space of thejoint has been filled completely with tightly caulked mortar. The joint shall be then finishedoff neatly outside the socket at an angle of 45 degree.

2.1.13. CURING :

The joints shall be cured at-least for seven days.

2.1.14. TESTING :

All lengths of the sewer and drain shall be fully treated for water tightness by means of waterpressure maintained for not less than 30 minutes. Testing shall be carried out from manhole tomanhole. All pipes shall be subjected to a test pressure of at-least 1.5 Mtrs head of water at thehighest point of the section under test. The pipes shall be plugged preferably with standarddrain plugs (with rubber rings) on both ends. The upper end shall however, be connected to apipe for filling with water and getting the required head. The contractor shall give a smoketest to the drains and sewers at his own expense and charges, directed by the architects.

2.2. CAST IRON PIPES AND FITTINGS :

2.2.1. GENERAL

Cast iron soil, waste and vent pipes and fittings shall be heavy quality conforming to IS 3989or IS 1729.CI water main shall conform to IS 1536 - 1967 and fittings to IS 1537, 1538 - 1960.

2.2.2. LAYING :

The pipes shall be laid underground, under the floors, or on walls either buried or exposed, asthe case may be, as shown on the drawings.

2.2.3. JOINTING:

Cast iron pipes shall be laid and jointed in conformity with the code of practice for laying ofcast iron pipes IS 3114-1965. Cast iron pipes shall be joined by best quality caulking lead,freefrom all impurities. In wet trenches, joints shall be made with lead wool. The spigot shall becentered in the adjoining socket by tightly caulking in sufficient turns of terred gaskin to leaveunfilled the required depth of socket for lead. Where the gaskin has been caulked tightlyhome, a jointing ring shall be placed round the barrel and against the face of the

Inviting Tenders for Supply, Installation, Testing and Commissioning ofPlumbing, Sanitary and Water Drainage System for TemperatureControlled Warehouse at Medchal, Hyderabad.

Balmer Lawrie & Company LimitedBL/LI/CC/HYD/21 Dated 27-07-2015 Page 37

socket.Molten lead shall then be poured in, to fill the remainder of the socket in one operation.The lead shall then be solidly caulked with suitable tolls by hammering right round thejoint, to make up for the shrinkage of the molten metal on cooling and shall preferably finish3mm behind the socket face.Lead for caulking shall conform to IS 782-1966. The quantityoflead to be filled per joint in various sizes of cast iron pipes shall be as follows:

A. DRAINAGE PIPES LEAD/JOINT (kg)

50 mm (2") pipes 0.7 Kg/joint (25 mm deep)80 mm (3") pipes 1.2 Kg/joint (25 mm deep)100 mm (4") pipes 1.5 Kg/joint (25 mm deep)150 mm (6") pipes 2.4 Kg/joint (38 mm deep)

B. WATER MAIN PIPES LEAD/JOINT (kg)

80 mm (3") pipes 1.8 Kg/Joint100 mm (4") pipes 2.2 Kg/Joint125 mm (5") pipes 2.6 Kg/Joint150 mm (6") pipes 3.4 Kg/Joint200 mm (8") pipes 5.0 Kg/Joint

The joints and pipes laid for water supply systems shall be tested to a pressure of 12 Kg/ Sq.cm.for two hours without developing leaks/fall in pressure. The drainage pipelines and joints shallbe tested to a head of 150 cms for two hours without developing leaks/fall in pressure.In caseof leaks, the piping shall be redone in such portion and the test repeated till achievingsatisfactory results.

2.2.4. FIXING :

Pipes and Fittings shall be fixed to walls using proper holder bat clamps, if directed. The pipesshall be fixed perfectly vertical or in approved alignment. The spigot end shall be about theshoulder of the socket and shall leave no annular space in between. Soil pipes carried up abovethe roof shall have AC/CI vent cowl. Connections between the main pipe and the branchpipes shall be made by using appropriate branches and bends, invariably with access doors forcleaning.

2.2.5. TESTING :

Inviting Tenders for Supply, Installation, Testing and Commissioning ofPlumbing, Sanitary and Water Drainage System for TemperatureControlled Warehouse at Medchal, Hyderabad.

Balmer Lawrie & Company LimitedBL/LI/CC/HYD/21 Dated 27-07-2015 Page 38

All CI pipes and fittings, including joints shall be tested by smoke test and left in workingorder after completion. Such test shall be recorded jointly by the owner/architect andcontractor and the test reports shall be handed over to the owner/architect.

2.2.6. PAINTING :

Pipes laid underfloor/ground, concrete, etc. shall be given two coats of bitumen paint.

2.2.7. UPVC SWR PIPES

UPVC SWR pipes and fittings for soil, waste and rain water shall be ofheavyqualityconforming to IS 4985, fittings to B.S.4515 and rubber rings to IS 5382. The minimumthickness of fittings shall be 3.2mm.The pipes shall be round and shall be supplied in straightlength with socket ends.The internal and external surface of pipes shall be smooth and cleanlycut and square with the axis of the pipe.

2.2.8. LAYING

Trenches shall be examined carefully before laying the PVC pipe for the presence of hardobject such as flints, rock projections or tree roots etc., pipes shall be bedded on the layer ofsand or soft soil free from rock and gravels. Back fill of about 150mm above the pipe shall befilled with fine sand or soft soil, which shall again be free from rock and gravels.

2.2.9. STORAGE

Care shall be taken in handling and storage of these pipes to prevent damages. The PVC pipesshall not be dragged along the ground, to prevent the damages. The pipes shall not be stored inbulk quantities and in warm temperature conditions. Proper supports shall be provided whilestoring the pipe to avoid the destruction of bottom pipes, thus giving rise to difficulty inpipe alignment and jointing.

2.2.10. TRENCHES

The width of the trenches shall be the outside diameter of the pipe plus 300mm.

2.2.11. JOINTING

Inviting Tenders for Supply, Installation, Testing and Commissioning ofPlumbing, Sanitary and Water Drainage System for TemperatureControlled Warehouse at Medchal, Hyderabad.

Balmer Lawrie & Company LimitedBL/LI/CC/HYD/21 Dated 27-07-2015 Page 39

The jointing of the pipes to the fittings shall be done as per themanufacturer'sinstructions/recommendation. The rubber ring socket fittings and pipes shall be jointed asfollows:

Clean the outside of the pipe's spigot-end and the inside of the sealing groove of the fitting.Apply the lubricant uniformly to the spigot-end, sealing ring and pass the spigot-end into thesocket containing sealing ring until fully home. Mark the position of the socket edge withpencil or felt-pen on the pipe, then withdraw the pipe from the socket by approximately100mm from the mark(towards thermal expansion gap). The horizontal pipes on the wall shallbe fixed with pipe clips/clamps supplied from the same manufacturer. The spacing of theclips/clamps shall be at the intervals of 800mm to 1200mm based on the dia of the pipes.

2.2.12. TESTING

PVC pipes and fittings shall be tested for three meters of water head. The openings of the pipesshall be sealed for the section to be tested. The water pressure shall be maintained for maximumof one hour, and to be got checked by the engineer-in-charge for each and every joint made.Contractor shall intimate the engineer-in-charge, the date of test, in advance.

3. MODE OF MEASUREMENT:

3.1. EXCAVATION (GENERAL) :Excavation measurement shall be as per the mode of measurement specified in relevant IS Code.

3.2. STONEWARE PIPES :Stoneware pipes shall be measured along the centre line of the pipeline including the specials inRMT. Length betweena) Chambers: shall be recorded for the inside of one chamber to inside ofanother chamber. b) Gully trap chamber: shall be recorded between socket pipe gully trap andinside of Chamber.

The quoted rate shall be per RMT and shall include the following:a. The cost of pipes, specials and other jointing materials.b. Laying and Jointing and Curing.c. Testing and making good the defects if any.

3.3. UPVC (SWR), CI PIPES AND AC PIPES :These pipes shall be measured along the centre line of the pipe including all specials, in RMT.Thequoted rate for respective item shall be per RMT and shall include the following.

Inviting Tenders for Supply, Installation, Testing and Commissioning ofPlumbing, Sanitary and Water Drainage System for TemperatureControlled Warehouse at Medchal, Hyderabad.

Balmer Lawrie & Company LimitedBL/LI/CC/HYD/21 Dated 27-07-2015 Page 40

a) Cost of respective pipes and specials and jointing materials.b) Laying, Fixing & Jointing with necessary clamps, brackets, screws, etc. and curing.c) Making good all damages to the parts of the building to suit the surroundings.d) Painting the buried surface of CI pipe with bitumastic paint (no painting for AC and

UPVC(SWR) pipes).e) Testing and making good the defects if any.

4. CHAMBERS/MANHOLE :

The size given in bill of quantities and drawings shall be internal size of chamber. The work shallbe done strictly as per standard drawing and following specifications.

4.1.1. BED CONCRETE :

Shall be in 1:4:8 cement concrete 150 mm thick for inspection chambers, 230mm for depthsupto 2.1 mtrs and 300mm for greater depths in case of manhole.

4.1.2. BRICK WORK :

Brick work shall be with best quality table moulded bricks in 1:6 cement mortar asperspecification for brick masonry.

4.1.3. PLASTER :

Inside of the walls of chamber/manhole shall be plastered with 15mm thick cement plaster 1:3and finished smooth with a floating coat of neat cement.4.1.4. BENCHING :Channels and Benching shall be done in cement concrete 1:3:6 rendered smooth with neatcement. The following sizes of channels for the bench shall be adopted:

SIZE OF DRAIN DEPTH OF CENTRE DEPTH AT SIDES10 cm (4") 15 cm (6") 25 cm (10")15 cm (6") 20 cm (8") 30 cm (12")

4.1.5. CHAMBER/MANHOLE COVERS :Covers shall be of heavy duty cast iron with lifting hooks as per IS 1726 - 1960, the details givenin the drawing and fixed on the CI frame embedded in concrete. Cover placed on the frame

Inviting Tenders for Supply, Installation, Testing and Commissioning ofPlumbing, Sanitary and Water Drainage System for TemperatureControlled Warehouse at Medchal, Hyderabad.

Balmer Lawrie & Company LimitedBL/LI/CC/HYD/21 Dated 27-07-2015 Page 41

shall be air tight. Weight of the cover on frame shall be as per specified in the schedule ofquantities.

4.1.6. CI steps duly painted shall be provided whenever the depth of the manhole/chamber ismore than 1.2 mtr.

4.1.7. GULLY TRAP CHAMBERS :

Stoneware gully traps of specified size and as per IS 651 shall be provided. It shall be fixed on 15cms thick and 70cms square 1:4:8 cement concrete bedding and gully outlet shall be jointedsimilar to the jointing of stoneware pipes. A brick masonry chamber 300 x 300 mm (internally)shall be constructed in 1/2 brick masonry with 1:6 cement mortar and the spaces between thetrap and the wall shall be filled up with 1:3:6 concrete and the upper portion of the chambershall be finished with neat cement. The corners and bottom of the chamber shall be roundedoff so as to slope towards the grating. The clear space between the top of the grating and thebottom of the inspection cover shall not be less than 230mm. In addition to 15cm x 15cm CIgrating the chamber shall have a CI frame cover (30cm x 30cm). It shall then be placed on thetop of the brick masonry.

4.1.8. MODE OF MEASUREMENT :

The inspection chambers shall be measured per number and rate quoted also shall be pernumber only. The quoted rate shall include the cost of all items specified in the bill ofquantities and specifications viz...,a) Bed concrete.b) Brick work.c) Plastering.d) Concrete benching and Channeling.e) Inspection chamber cover and frame including PCC bed for fixing the frame.f) Keeping holes and embedding pipes for all connections.g) Excavation, refilling, necessary dewatering and disposing of extra stuff to a place as directedby the architects.h) Testing.i) Curing.

4.1.9. MANHOLE :

Inviting Tenders for Supply, Installation, Testing and Commissioning ofPlumbing, Sanitary and Water Drainage System for TemperatureControlled Warehouse at Medchal, Hyderabad.

Balmer Lawrie & Company LimitedBL/LI/CC/HYD/21 Dated 27-07-2015 Page 42

Shall be measured in numbers as indicated in the schedule of quantities. The depth of manholeshall be reckoned from invert of channel to the top of manhole cover. Quoted rate shall coverthe range of + or - 0.24 mt. on the depth specified in schedule and also the cost of all itemsspecified in the bill of quantities and specification viz...,

a) Bed concrete.b) Brick work.c) Plastering.d) Concrete benching &Channeling including drop connections.e) Supply and fix CI steps.f) Keeping holes and embedding pipes for all the connections.g) Excavation, refilling, necessary dewatering and disposing of extra stuff to a place as directedby architects.h) Curing.i) Cost of frame & CI cover & embedding the frame in connection bed.j) Testing.

4.1.10. GULLY TRAP CHAMBER :

Gully trap chamber shall be measured per number and the rate quoted also shall be pernumber only. The quoted rate shall include, cost of all items specified in the bill of quantitiesand specifications, viz...,

a) Bed concrete.b) Brick work.c) Plastering.d) Gully trap and gratinge) Concrete to embed the gully trap.f) Chamber cover and frame.g) Keeping the hole embedding pipes for all the connections.h) Excavation, refilling, necessary, dewatering and disposing of extra stuff to a place asdirected by Architects.

5. WATER SUPPLY :5.1. GI PIPES AND FITTINGS:

The pipe shall be of the medium quality (Class B) and shall be of Galvanized iron, screwedsocketed and shall conform to IS: 1239.They shall be manufactured by a firm of repute.All fittingsshall be malleable iron galvanized fittings of approved best make.

Inviting Tenders for Supply, Installation, Testing and Commissioning ofPlumbing, Sanitary and Water Drainage System for TemperatureControlled Warehouse at Medchal, Hyderabad.

Balmer Lawrie & Company LimitedBL/LI/CC/HYD/21 Dated 27-07-2015 Page 43

5.2. LAYING AND FIXING :

Where pipes have to be cut or re-threaded, ends shall be carefully filled out so that no obstructionto bore is offered. For internal work all pipes and fittings shall be fixed truly vertical andhorizontal, either by meansof standard pattern holder, bat clamps keeping the pipes (12mm) clearof the wall everywhere or concealed as directed. For external work, GI pipes and fittings shall belaid in trenches. The width of the trench shall be the minimum width required for working. Thepipes laid underground shall not be less than 60 cms from the finished ground level. The work ofexcavation and refilling shall be done as specified elsewhere, or concealed as directed.

5.3. PAINTING :

The buried pipes shall be painted with two coats of bitumastic paint and covered with hessiancloth.

5.4. TESTING :

Before any pipes are painted or covered, they shall be tested to a hydrostatic pressure of 7Kg/sq.cm. Pressure shall be maintained for at least eight hours without appreciable drop inpressure. In addition to the sectional testing of water supply pipes, the contractor shall test theentire installation to the entire satisfaction of the architects. He shall rectify any leakages, failureof fittings or valves.

5.5. MODE OF MEASUREMENTS :

GI pipes above ground shall be measured along the centre line of the pipes and fittings. Thequoted rate for respective items shall be per Rmt. and shall include the following:a) Cost of respective pipes and specials.b) Laying, fixing and jointing with necessary clamps.c) Cutting holes and chases in walls,floors, etc. and making good the same.d) Testing and making good,the defects if any.GI pipes below ground shall be measured as stated above.

5.6. WATER FITTINGS (TAPS, STOPCOCKS, ETC.):

Inviting Tenders for Supply, Installation, Testing and Commissioning ofPlumbing, Sanitary and Water Drainage System for TemperatureControlled Warehouse at Medchal, Hyderabad.

Balmer Lawrie & Company LimitedBL/LI/CC/HYD/21 Dated 27-07-2015 Page 44

All water fittings shall be of approved quality and design and shall generally comply with latest ISspecifications. The fittings and joints shall be tested as specified for pipeline to ensure that thejoints are leak-proof. Defective fittings and the joints shall be repaired or redone/replaced asdirected.

5.7. MODE OF MEASUREMENT :

These items shall be measured in number unless not included in other items viz..., wash basins,inlets to cisterns, etc.a) Cost of material.b) Cost of fixing accessories like bolts, nuts, washers.

6. VALVES :6.1. The body covers of the valve shall be of tough, homogeneous gun metal, the spindle is of

forged bronze, the nut and valve seats of high grade gun metal machine faces. It shall be fittedwith CI wheel or a cap of standard type, marked with an arrow to show the direction of turnfor opening of the valve. It shall have flanged ends drilled to Indian Standard Specifications orscrewed end as specified.

6.2. The valves shall work easily and smoothly under all conditions shall be water tight whenclosed under head of 92 Mtrs or such greater head as may be specified.

6.3. The diameter of the water way, when the valve is fully opened shall not be less than thediameter of the pipe.

6.4. FIXING :Fixing of the valve shall be done by means of bolts, nuts, and 3mm thick rubber insertionswith flanges, for flanged ends and with GI collars and unions, for screwed ends. Rate includesbolts, nuts and insertion if any.

6.5. MODE OF MEASUREMENTS :Valve shall be per number only and shall include:a) Cost of valve and jointing materials.b) Fixing, jointing with necessary bolts,nuts,rubber insertion,etc.c) Testing and making good the defects if any.

7. BALL COCKS :7.1. Ball cocks used for storage tanks shall be high pressure brass/CM ball cocks with brass lever

rods and PVC floats.

7.2. MEASUREMENTS :

Inviting Tenders for Supply, Installation, Testing and Commissioning ofPlumbing, Sanitary and Water Drainage System for TemperatureControlled Warehouse at Medchal, Hyderabad.

Balmer Lawrie & Company LimitedBL/LI/CC/HYD/21 Dated 27-07-2015 Page 45

Ball cocks shall be measured by the number unless called for with the item in the schedule ofquantities.

8. SANITARY INSTALLATION AND FIXTURES :

8.1. All fixtures shall be fixed in a neat workman-like manner, true to line and as recommendedby the manufacturer or shown on the drawings. Care shall be taken to fix all fixtures, bracketsand accessories by proper wooden cleats, plugs, bolts and nuts as each fixture will warrantwith the correct size of screws, nuts or bolts.

8.2. Care shall be taken in fixing all approved chromium plated fixtures and accessories so as notto leave any tool marks or damages on the finish. All such fixtures shall be tightened withfixed spanners. Use of stilts on type pipe wrenches with toothed jaws shall not be allowed.

8.3. All fixtures shall be thoroughly tested after connecting up the drainage and water supplysystem. All fixtures shall be thoroughly finished and any leakage in piping, valves and wastefittings corrected to the entire satisfaction of the engineer-in -charge.

8.4. Upon completion of the work, remove all labels, stickers, plasters etc. from the fixtures andclean all fixtures with soap and water so as to present a neat and clean toilet.

9. INDIAN WATER CLOSET

9.1. Indian water closet with `P' or `S' Trap shall be the Orissa squatting pan,box rim back inletwith integral foot rest shall be set in lime surki concrete of 1:4 & shall be flush with the floor,with 10 ltrs capacity Polypropelene cistern of the same colour of the closet with all internalfittings & shall be of the best quality manufactured by an approved firm and fixed by anapproved means.

9.2. MODE OF MEASUREMENT (INDIAN WATER CLOSET) :

Indian water closet shall be measured per number and quoted rate shall include:a) The cost of WC pan with `P' or `S' trap, cistern PVC inlet pipe, CP brass stop cock.b) Setting the closets in lime surki concrete including the cost of Surki concrete.c) Painting the brackets of the cistern.

10. EUROPEAN TYPE WATER CLOSET :

Inviting Tenders for Supply, Installation, Testing and Commissioning ofPlumbing, Sanitary and Water Drainage System for TemperatureControlled Warehouse at Medchal, Hyderabad.

Balmer Lawrie & Company LimitedBL/LI/CC/HYD/21 Dated 27-07-2015 Page 46

10.1. The closet shall be of white vitreous China wash down symphonic pattern with 10 ltrscapacity polypropylene cistern of the same color as the closet with all internal fittings andshall be of the best quality manufactured by an approved firm & fixed by an approvedmeans.It shall have 100mm dia. porcelain `P' or `S'trap with an effective seal.Each closet andcistern shall be provided with the following accessories

a) Seat: double flapped heavy plastic seat cover of approved quality and color with rubberbuffers with CP brass bar and screws and fixed to the pan.b) CP 40 mm flush pipe.c) All the fittings of the cistern 15mm, CP brass stop cock, PVC/CP inlet connection.

10.2. MODE OF MEASUREMENT (EUROPEAN WATER CLOSET):

These items shall be measured per number and the rate quoted shall be per number only. Thequoted rate shall include:

a) The cost of WC pan, cistern, trap with brackets and CP flush pipe, CP brass stop cock inletconnection.b) Plastic seat cover.c) Jointing and fixing material.d) Painting of brackets.

11. EUROPEAN TYPE WATER CLOSET : (FLUSH VALVE)11.1. The closet shall be of white vitreous China wash down with 32mm flush valve, 32mm

dia flush pipe connecting flush valve & closet of approved make and fixed by an approvedmethod & shall be of the best quality, manufactured by an approved firm and fixed by anapproved means. It shall have 100mm dia. porcelain `P' or `S' trap with an effective seal.Each closet shall be provided with the following accessories :

a. Seat: double flapped heavy plastic seat cover of approved quality and colour with rubberbuffers with CP brass bar and screws and fixed to the pan.

b. CP 40 mm flush pipec. CP 32mm flush valve

11.2. MODE OF MEASUREMENT :These items shall be measured per number and the rate quoted shall be per number only. Thequoted rate shall include:a) The cost of WC pan,flush valve trap with brackets and CP flush pipe.b) Plastic seat cover.c) Jointing and fixing material.

Inviting Tenders for Supply, Installation, Testing and Commissioning ofPlumbing, Sanitary and Water Drainage System for TemperatureControlled Warehouse at Medchal, Hyderabad.

Balmer Lawrie & Company LimitedBL/LI/CC/HYD/21 Dated 27-07-2015 Page 47

d) Painting of brackets.

12. WASH BASINS:12.1. They shall be of white vitreous china of approved make and best quality manufactured

by an approved firm and size as specified in the schedule of quantities. They shall besupported on a pair of CI brackets of approved design.

12.2. FITTINGS : Each wash basin shall be provided with 1 No.15mm pillar tap, 15mm CPbrass stopcock, 8mm PVC/CP inlet pipe,32mm CP/waste coupling 32mm CP bottle trap,GIpipe, CP chain and plug.

12.3. MODE OF MEASUREMENT :This item shall be measured per number and the rate quoted shall be per number only. Thequoted rate shall include:a) The cost of wash basin with brackets and other items stated.b) Jointing and fixing materials.c) Painting of brackets.

13. SINK13.1. They shall be of 16G stainless steel sink of approved make and best quality & sizes as

per the schedule of quantities,as shown in the drawings.They shall be supported on necessarybrackets:

a) Fitting:Sink shall be provided with 40mm CP waste coupling, 40mm CI waste pipe withbottle trap etc.

13.2. MODE OF MEASUREMENT :

Sink shall be measured by number including all items stated above and shall include the costof all fixing materials etc.

14. TOILET REQUISITIONS :14.1. MIRROR :The mirror shall be of the best quality Indian make 5.5 mm thick. The size shall be as specified andof approved design and make & 8 mm thick commercial plywood fixed to the back of the mirrorand wall with C.P side clips and screws.

14.2. TOWEL RAIL :Towel rail shall be of anodized aluminum CP with reinforced bends and circular flanges. The sizeof the rail shall be as specified. The bracket shall be fixed by means CP brass screws to woodencleats firmly embedded in the wall.

Inviting Tenders for Supply, Installation, Testing and Commissioning ofPlumbing, Sanitary and Water Drainage System for TemperatureControlled Warehouse at Medchal, Hyderabad.

Balmer Lawrie & Company LimitedBL/LI/CC/HYD/21 Dated 27-07-2015 Page 48

14.3. NAHANI TRAPS/PVC FLOOR DRAINS

The trap shall be of CI and self-cleaning and deep water seal type with a 50mm water seal. It shallhave a 100mm dia.grating. These shall be fixed in concrete to the required level and position. Thetrap shall be provided with 125-150mm dia cast CP brass grating with rim of approved design andShape. Minimum thickness of grating shall be 4-5 mm. The jointing of the CI nahani trap outletto PVC shall be done as follows:The cast iron spigot end of nahani trap shall be cleaned thoroughly and inserted into the socketend of the PVC pipe the gap between the socket and spigot shall be first caulked with hemp ropesoaked in cement slurry. The remaining portion of the socket shall be sealed with white cementand finished neatly.

The PVC floor drain shall be of multi-inlet and one outlet type. The floor drain shall be deep sealtype with effective seal of minimum 50mm. The waste from sanitary fixture shall be directlydischarged to floor drain.The jointing of waste pipe to floor drain shall be as per manufacturer's instructions. The heightriser fitting shall be made use of,wherever the floor drain is located in deep sunk floors or insuspended sealing.The PVC floor drain shall be of reputed make and preferably of the same makeas the pipes used.The floor shall be provided with 150 x 150mm square cast CP or stainless steel grating with rim ofapproved design. Minimum thickness of grating shall be 4 to 5mm.

14.3.1. MODE OF MEASUREMENT :All the items above shall be measured per number and the quoted rate be per number onlywhich shall include:a) The cost of respective materials.b) Necessary fixtures.c) Fixing in position.

14.4. URINAL

They shall be of white vitreous china of best quality manufactured by an approved firm and sizeas specified in the schedule of quantities.

14.4.1. Each urinal shall be provided with the 15mm CP flush cock push type,CP urinalspreader, CP dome grating, CP cast bottle trap or as specified in schedule of quantities.

Inviting Tenders for Supply, Installation, Testing and Commissioning ofPlumbing, Sanitary and Water Drainage System for TemperatureControlled Warehouse at Medchal, Hyderabad.

Balmer Lawrie & Company LimitedBL/LI/CC/HYD/21 Dated 27-07-2015 Page 49

14.4.2. They shall be measured per number and the rate quoted shall be number only. Thequoted rate shall include.

a) The cost of respective materialsb) Necessary fixturesc) Fixing in position

15. R.C.C. UNDER GROUND AND OVER HEAD TANK CONNECTIONS:

The RCC overhead water storage tanks shall be provided with inlet, outlet, vent and overflowpipes. Suitable puddle flanges shall be provided for these outlets while construction.

16. PUMPS

16.1. Pumps shall be horizontal centrifugal Monoblock pumping set. Pumps shall be castiron body with dynamically balanced gun metal impeller and stainless steel shaft. The bearingshall be grease lubricated ball type.

16.2. The motor shall be squirrel cage, totally enclosed fan cooled induction motor suitablefor 400 volts, 3 phase, 50 cycles A.C. supply. The winding shall be specially insulated withclass 'E' materials and impregnated to exclude moisture. The performance of the motor shallconform to IS 325.

16.3. The frame and base for pumping set shall be cast iron, drip and splash proof and shallincorporate both pump and motor.

16.4. Each pump shall be provided with 100mm dia dial type pressure gauge with gun metalisolation cock and connection piping. The gate and check valves on suction and delivery sideof the pump shall be measured in this item.

16.5. Each motor shall be provided with switch board cubicle of approved type fabricatedfrom 18 gauge M.S. sheet and finished with synthetic enamel paint of approved shade. Thecubicle shall comprise the following:

a. Incoming main switch fuse unit of required capacity.b. Fully automatic DOL starter suitable for motor HP with push buttons (one for each motor)c. Single phase preventer.d. Panel type ammeter and voltmeter (one for each motor in the case of two motors).e. Pilot lamps for phase indicating.f. Rotary switch for manual/auto operation.

Inviting Tenders for Supply, Installation, Testing and Commissioning ofPlumbing, Sanitary and Water Drainage System for TemperatureControlled Warehouse at Medchal, Hyderabad.

Balmer Lawrie & Company LimitedBL/LI/CC/HYD/21 Dated 27-07-2015 Page 50

g. All inter connecting wiring from incoming main to switch gear, meters and accessories(with colour code).

16.6. Switch board cubicle shall be floor or wall mounted type as approved. The contractorshall provide cables from switch board cubicles to the electric motor. The cables shall be PVCsheathed cables of required size and capacity.

16.7. Pumps shall be installed true to level on suitable concrete foundations. Base plate shallbe firmly fixed by foundation bolts properly grouted in the concrete foundations. Pumpsshall be truly be aligned by suitable instrument. Manufacturer's instructions shall be followedfor installation and commissioning of the pumping set and electrical panel.

16.8. Pumping set shall be measured by number and the pump panel (switch board cubicle)shall be measured separately by number.

NOTE: - Wherever the technical specifications have not been specified then the Standard CPWDTechnical Specifications are required to be followed.

Approved Make

Sr. No. Particulars Colour Make1 Water Closet (European type) -

Floor Mounted 'P or S' Trap.White Hindware/Parryware or

approved equivalent.2 Seat cover Soft close for ewc

EWCWhite Hindware/Parryware or

approved equivalent3 Wash basin White Hindware/Parryware or

approved equivalent4 European water closet -

coupled - floor mounted 'p' or's' trap

White Hindware/Parryware orapproved equivalent

5 Seat cover for ewc EWC White Hindware/Parryware orapproved equivalent

6 Wash basin Under Counter White Hindware/Parryware or

Inviting Tenders for Supply, Installation, Testing and Commissioning ofPlumbing, Sanitary and Water Drainage System for TemperatureControlled Warehouse at Medchal, Hyderabad.

Balmer Lawrie & Company LimitedBL/LI/CC/HYD/21 Dated 27-07-2015 Page 51

approved equivalent7 Orissa water closet - 580 x 440 -

'p' or 's' trap.White Hindware/Parryware or

approved equivalent8 SENSOMATIC Urinal with

division plateWhite Hindware/Parryware or

approved equivalent9 Lab Sink White Hindware/Parryware or

approved equivalent10 Bib cock CP Jaquar / Hindware / Parryware

or approved equivalent11 Long body bib cock CP Jaquar / Hindware / Parryware

or approved equivalent12 Sensor Faucet pillar cock CP Jaquar / Hindware / Parryware

or approved equivalent13 Waste coupling CP Jaquar / Hindware / Parryware

or approved equivalent14 Angle stop cock CP Jaquar / Hindware / Parryware

or approved equivalent15 Bottle trap CP Jaquar / Hindware / Parryware

or approved equivalent16 Towel ring CP Jaquar / Hindware / Parryware

or approved equivalent17 Towel rail 600 mm CP Jaquar / Hindware / Parryware

or approved equivalent18 Kitchen sink SS NIRALI / DIAMOND or

approved equivalent19 Push type Pillar Cock CP Jaquar / Hindware / Parryware

or approved equivalent20 Sink Cock (Wall Mounted) with

Swinging Casted SpoutCP Jaquar / Hindware / Parryware

or approved equivalent21 Single Lever concealed Divertor CP Jaquar / Hindware / Parryware

or approved equivalent22 Mirrors ATUI GLASS WARE / KONICA23 C.P. Grating for Floor Trap CP CHILLI / Jaquar / Hindware /

Parryware or approvedequivalent

24 Health faucet For EWC CP Jaquar / Hindware / Parrywareor approved equivalent

Inviting Tenders for Supply, Installation, Testing and Commissioning ofPlumbing, Sanitary and Water Drainage System for TemperatureControlled Warehouse at Medchal, Hyderabad.

Balmer Lawrie & Company LimitedBL/LI/CC/HYD/21 Dated 27-07-2015 Page 52

25 Robe Hook CP Jaquar / Hindware / Parrywareor approved equivalent

26 Soap Dispenser CP Jaquar / Hindware / Parrywareor approved equivalent

27 Dom type waste coupling forurinal

CP SONA/Jaquar / Hindware /Parryware or approvedequivalent.

28 CPVC pipes and Fittings Not Applicable Ajay / Ashirwad / Astral29 GI pipes Not Applicable Tata / Jindal30 Upvc/PVC SWR pipes and

FittingsNot Applicable Astral / Supreme / Finolex

31 Stone ware pipes and gully traps(ISI)

Not Applicable MYSORE STONE WARE / TSL

32 RCC PIPES Not Applicable Sudarashan hume pipe / Indianhume pipe / Pranali

33 Water meter Not Applicable Deshmesh/ Acturis / Aquamet34 GI Fittings Not Applicable R' BRAND / UNIK35 Pumps Not Applicable Kirloskar, M&P, Grundfoss36 Ball valves Not Applicable Sant / Zoloto / RB37 Butterfly valves Not Applicable Audco / Sant / Zoloto38 Pressure Gauge Not Applicable Fiebig/Emerald /H Guru39 Paints Not Applicable Asian Paints / Berger / ICI40 Anchor fastner / 'u' clamps Not Applicable Hitech supports

41 Level Controller & Indicator(Water)

Not Applicable Auto Pump / Technika /Techtrol

42 Air Release Valve Not Applicable Zoloto /RB / TBS or approvedequivalent

43 Hot Water Pipe Insulation Not Applicable Vidoflex / Armaflex44 Floor traps, PVC Not Applicable Astral / Supreme / Finolex45 Float Ball valve Not Applicable REVOLVE / Advance

Engineeing / or approvedequivalent

46 Manhole cover - cast iron Not Applicable BIC / NECO47 Manhole cover - (RCC Precast) Not Applicable Rajvaibhav / SFRC48 Insulation for GI buried pipes Not Applicable Pipe kote / tapex

Inviting Tenders for Supply, Installation, Testing and Commissioning ofPlumbing, Sanitary and Water Drainage System for TemperatureControlled Warehouse at Medchal, Hyderabad.

Balmer Lawrie & Company LimitedBL/LI/CC/HYD/21 Dated 27-07-2015 Page 53

ANNEXURE II

Tentative Time Schedule

Sr.No.

Activity Descriptions Compliance Duration

1 Submission of GA Drawings Within 7 Days from the date of receipt of P.O. or LOIwhichever is earlier.

2 Approval by BL / Consultant. Within 3 Days3 Supply, Fixing, Testing and

Commissioning30 Days

4 Handing Over 5 Days.

Inviting Tenders for Supply, Installation, Testing and Commissioning ofPlumbing, Sanitary and Water Drainage System for TemperatureControlled Warehouse at Medchal, Hyderabad.

Balmer Lawrie & Company LimitedBL/LI/CC/HYD/21 Dated 27-07-2015 Page 54

ANNEXURE III

DEVIATION SHEET

(To be filled by the bidder)

Refer clause no. 13the bidders are required to mention deviations in the below table, deviations markedanywhere else will not be considered.

Sr.No.

ClauseNo.

Title Brief Descriptions** Remarks/ Deviations by the Bidder

Inviting Tenders for Supply, Installation, Testing and Commissioning ofPlumbing, Sanitary and Water Drainage System for TemperatureControlled Warehouse at Medchal, Hyderabad.

Balmer Lawrie & Company LimitedBL/LI/CC/HYD/21 Dated 27-07-2015 Page 55

ANNEXURE IV

Proforma of the Bank Guarantee(Performance)

Letter of Guarantee No: _________

Dated the day of: ______________

THE GUARANTEE is executed at Kolkata on the _______ day of ___________ by ____________________ (set outfull name and address of the Bank) (hereinafter referred to as “the Bank” which expression shall unless expresslyexecuted or repugnant to the context or meaning thereof mean and include its successors and assigns)

WHEREAS Balmer Lawrie & Co.Ltd., 21 N.S. ROAD, Kolkata-700001, India, an existing Company within the meaningof the Companies Act, 1956 and having its Registered Office at 21 N.S.Road, Kolkata-700 001 (hereinafter referred

Inviting Tenders for Supply, Installation, Testing and Commissioning ofPlumbing, Sanitary and Water Drainage System for TemperatureControlled Warehouse at Medchal, Hyderabad.

Balmer Lawrie & Company LimitedBL/LI/CC/HYD/21 Dated 27-07-2015 Page 56

to as “the Company”) issued a Tender being No. dated (hereinafter referred to as “the said Tender”) for the supplyand commissioning of machines and pursuant thereto M/s. _________________ (set out full name and address ofthe Contractor) (hereinafter referred to as “the Contractor” which term or expression wherever the context sorequires shall mean and include the partner or partners of the Contractor for the time being / his /its heirsexecutors administrators successors and assigns) (delete which are not applicable) has accepted the said Tenderand filed its quotation.

AND WHEREAS the quotation of the Contractor had been accepted by the Company and in pursuance thereof anOrder being No: ______________ dated ____________ (hereinafter referred to as “the said Order”) has beenplaced by the Company on the Contractor for (set out purpose of the job).

AND WHEREAS under the terms of the said Order the Contractor is required to furnish the Company at their / his /its own costs and expenses a Bank Guarantee for Rs ______________ (Rupees ____________________________only) as performance guarantee for the fulfilment of the terms and conditions of the said Tender and to do executeand perform the obligations of the Contractor under the Agreement dated the _________ day of _______________(hereinafter referred to as “the Agreement”) entered into by and between the Company of the one part and theContractor of the other part, the terms of the said Tender and the terms contained in the said order whichexpression shall include all amendments and / or modifications and / or variation thereto.

AND WHEREAS the Contractor had agreed to provide to the Company a Bank Guarantee as security for the dueperformance of their / his / its obligations truly and faithfully as hereinbefore mentioned.

NOW THIS GUARANTEE WITHNESSETH as follows:

1. In consideration of the aforesaid premises at the request of the Contractor we ______________________(set out the full name of the Bank) the Bankers of the Contractor hereby irrevocably and unconditionallyguarantee that the Contractor shall perform fully and faithfully their / his / its contractual obligations underthe Agreement dated the ________ day of ________________ entered into by and between the Companyof the one part and the Contractor of the other part the terms and conditions of the said Tender and thesaid Order.

2. We ____________________________(set out full name of the Bank) do hereby undertake to pay to theCompany without any deduction whatsoever a sum not exceeding Rs _________________ (Rupees___________________________________ Only) without any protest, demur or proof or condition onreceipt of a written demand from the Company stating that the amount claimed is due by way of loss anddamage caused to or would be caused to or suffered by the Company due by way of loss and damagecaused to or would be caused to or suffered by the Company due to bad workmanship or by reason ofbreach of any of the terms and conditions of the Agreement the said Tender and the said Orderhereinbefore mentioned.

3. This Guarantee is issued as security against due performance of the obligations of the Contractor or underthe Agreement aforesaid and the said tender and the said Order hereinbefore mentioned and subject to

Inviting Tenders for Supply, Installation, Testing and Commissioning ofPlumbing, Sanitary and Water Drainage System for TemperatureControlled Warehouse at Medchal, Hyderabad.

Balmer Lawrie & Company LimitedBL/LI/CC/HYD/21 Dated 27-07-2015 Page 57

the conditions that our liabilities under this Guarantee is limited to a maximum sum of Rs ____________(Rupees _________ _____________________________ Only) or the amount of loss or damage suffered orto be suffered by the Company in its opinion at any period of time, whichever is lower.

4. We _____________________________________________ (set out full name of the Bank) further agreethat the undertaking herein contained shall remain in full force for a period of _______ months from thedate of the satisfactory execution of the Contractor.

5. This Guarantee shall not be affected by any amendment or change in the Agreement or change in theconstitution of the Bank and /or the Company and / or the Contractor.

6. We _____________________________ (set out full name of the Bank) undertake not to revoke thisAgreement during its currency except with the previous consent of the Company in writing.

7. All claim under this Guarantee must be presented to us within the time stipulated after which date theCompany’s claim / right under this Guarantee shall be forfeited and we ___________________________,(set out full name of the Bank) shall be released and discharged from all liabilities hereunder.

8. This instrument shall be returned upon its expiry or settlement of claim(s), if any, thereunder.

9. Notwithstanding anything contained hereinabove our total liabilities under this Guarantee shall not exceeda sum of Rs _____________ (Rupees _______________ ________________________ Only) and unless ademand or claim in writing under this Guarantee reaches us on or before the day of _________________(last date of claim) and if no claim is received by us by that date all rights and claims of the Company underthis Guarantee shall be forfeited and we, ______________________________ (set out full name of theBank) shall be released and discharged of all our liabilities under this Guarantee thereafter.

10. We have power to issue this guarantee in your favour under our Memorandum and Article of Associationand the undersigned has full power to execute this Guarantee under the Power of Attorney dated the__________ day of ___________________ granted to him by the Bank.

Place:

Date:

Inviting Tenders for Supply, Installation, Testing and Commissioning ofPlumbing, Sanitary and Water Drainage System for TemperatureControlled Warehouse at Medchal, Hyderabad.

Balmer Lawrie & Company LimitedBL/LI/CC/HYD/21 Dated 27-07-2015 Page 58

ANNEXURE V

Inviting Tenders for Supply, Installation, Testing and Commissioning ofPlumbing, Sanitary and Water Drainage System for TemperatureControlled Warehouse at Medchal, Hyderabad.

Balmer Lawrie & Company LimitedBL/LI/CC/HYD/21 Dated 27-07-2015 Page 59

Inviting Tenders for Supply, Installation, Testing and Commissioning ofPlumbing, Sanitary and Water Drainage System for TemperatureControlled Warehouse at Medchal, Hyderabad.

Balmer Lawrie & Company LimitedBL/LI/CC/HYD/21 Dated 27-07-2015 Page 60

Inviting Tenders for Supply, Installation, Testing and Commissioning ofPlumbing, Sanitary and Water Drainage System for TemperatureControlled Warehouse at Medchal, Hyderabad.

Balmer Lawrie & Company LimitedBL/LI/CC/HYD/21 Dated 27-07-2015 Page 61

Inviting Tenders for Supply, Installation, Testing and Commissioning ofPlumbing, Sanitary and Water Drainage System for TemperatureControlled Warehouse at Medchal, Hyderabad.

Balmer Lawrie & Company LimitedBL/LI/CC/HYD/21 Dated 27-07-2015 Page 62

Inviting Tenders for Supply, Installation, Testing and Commissioning ofPlumbing, Sanitary and Water Drainage System for TemperatureControlled Warehouse at Medchal, Hyderabad.

Balmer Lawrie & Company LimitedBL/LI/CC/HYD/21 Dated 27-07-2015 Page 63

Inviting Tenders for Supply, Installation, Testing and Commissioning ofPlumbing, Sanitary and Water Drainage System for TemperatureControlled Warehouse at Medchal, Hyderabad.

Balmer Lawrie & Company LimitedBL/LI/CC/HYD/21 Dated 27-07-2015 Page 64

Inviting Tenders for Supply, Installation, Testing and Commissioning ofPlumbing, Sanitary and Water Drainage System for TemperatureControlled Warehouse at Medchal, Hyderabad.

Balmer Lawrie & Company LimitedBL/LI/CC/HYD/21 Dated 27-07-2015 Page 65

ANNEXURE VI

Balmer Lawrie & Co. Ltd.,

PRICE BID – to be filled by BIDDER – NOT TO BE FILLED HERE THE OFFER IS TO BE SUBMITTED ONLINE ONLY

ItemNo.

Item Descriptions Qty. Unit

1.00 FIXTURES & FITTINGS

1.10

Providing and fixing in position Floor mounted European Water Closet suite of approved make &colour, comprising of :a. Glazed vitreous chinaware Floor mounted European Water Closet of approved make & colourwith wash down pattern having 'P' or 'S' trap conforming to IS: 2556-2 bearing ISI mark fixed tofloor with necessary teak wood plugs & SS / Brass screws as per manufacturer's specifications, theoutlet of water closet shall be connected to the soil stack using suitable rubber washer, includingcutting / boring in walls / floors and making good the walls & floorings. etc. complete. Providing andfixing matching colour solid plastic seat & cover of approved make conforming to IS: 2548specifications and bearing ISI mark.b. 6 ltr capacity PVC cistern of vaccum operated with body and siphon made of PVC and fixed towall with necessary brackets & plugs with 32mm CP or matching colour PVC flush bend, inletconnection to the cistern using full turn type 15mm CP brass angle stopcock with heavy casted CPbrass wall flange of approved make & 12mm dia PVC flexible connection pipe with 600mm long,female threaded ends, rubber washers at both ends etc., Complete all as specified and directedwith approved fittings.c. Material SpecificationColour : White - EWC : Hindware - Slick - 20011/ Parryware - 226 / 225Colour : White - Flush tank : Hindware - Sleek / Parryware - Slim lineColour : White - Seat cover : Hindware / ParrywareCP - Angle cock : Jaquar - Continental - 053 / ESS ESS - Croma - 204Colour : White -PVC connection pipe : Noway / Kohinoor

2 Each

1.11Providing and fixing water Jet Nozzle/ health fouset with hose pipe and haif turn CP brass anglevalve to be fitted with seat cover of european water closet complete in all respect of approvedquality.

2 Each

1.12

Providing and fixing of Wash hand basin in white vitreousware of size 500mm x 400mm of approvedmake and brand fitted with CI brackets, 32mm dia CP waste coupling and fittings, one 15mm dia CPpillar cock and one CP Angle Cock, CP chain with rubber plug, 32mm dia x 1200 mm PVC waste pipewith CP nut, PVC connector with CP nut 300mm long including mending good damages and paintingthe brackets two (2) coats of approved paints over a coat of priming all complete.Material SpecificationsBasin - Hindware - 10012, Pedestal - 11027CP, Pillar Cock - Jaquar - Continental -021, ESS ESS - Croma C201PVC Pipe - Kohinoor/ Noway/ ParrywareCP - Angle Cock - Jaquar - Continental 053/ ESS ESS -Croma C204

4 Each

1.13

Providing & fixing stainless steel AI SI304 (18/8) kitchen sink as per I.S. 13983 with C.I. brackets andstainless steel plug 40 mm including painting of fittings and brackets, cutting and making good thewalls wherever required: Kitchen sink with drain board . Size of sink should be 610 x 510mm bowldepth 200mm.

1 Each

Inviting Tenders for Supply, Installation, Testing and Commissioning ofPlumbing, Sanitary and Water Drainage System for TemperatureControlled Warehouse at Medchal, Hyderabad.

Balmer Lawrie & Company LimitedBL/LI/CC/HYD/21 Dated 27-07-2015 Page 66

1.14Providing and fixing c.p. brass stop cock (concealed) of standard design and of approvedmake conforming to IS:8931 a)15 mm nominal bore 4 Each

1.15Providing & fixing in position urinals comprising of:a. Glazed vitreous chinaware flat back large urinal of approved make & colour of size600x400x375mm with necessary CI brackets & fixtures.b. CP brass distribution pipe & spreader of approved make to the urinals with necessary CPbrass screws, specials, clamps, etc., one for each urinal.c. 15mm n.b. CP Push cock of approved make conforming to IS specifications foreach urinal.d. One 32mm CP dome type waste coupling, one 32mm medium quality GI waste pipewith specials from extension piece to the floor trap length not exceeding 1mconcealed in the wall, one 32mm heavy quality PVC waste pipe approved make.Complete all as specified & directed with approved fittings as per below specificationUrinal : Hindware - 60002 PastelCP, Spreader and elbow : Jal - 5814 / 5810Push cock : CP, Jal - J311 / ARK - 303PVC waste pipe : Kohinoor / Noway

3 Each

1.19

Providing & fixing in position CP towel ring of approved make and diameter withbracket or flange fixed to wall with necessary screws, plugs, etc., all as specified &directed. Complete all as specified & directed with approved fittings.CP Towel ring : Jaquar - 1121 / ESS ESS - T -803

3 Each

1.20

Providing and fixing Indian type 'ORISSA' pattern water closet Hindustan Sanitaryware orParryware of size 580mm x 440mm approx. in white vitreousware with integral foot restswith low level white dual (3/6 lit) PVC flushing cistern with manual controlled devicecomforming of Hindware / Parryware including necessary connection pipe etc. 32mm flushpipe (ITC LIGHT OR PVC) of required length, one 15mm dia PVC/ CP connector pipe withbrass coupling nut and washer at both ends of required length, painted two coats ofapproved colour and brand over a coat of priming on CI bracket all complete.

QRO Each

1.21Providing & fixing C.P. brass bib cock of approved quality conforming to ISand weight notless, 15mm nominal bore. Cat No. Jaq 23041 10 Each

1.22

Providing and Fixing 600mm x 450mm x 6mm thick mirror of superior glass (of approvedquality/make) with teak wood frame , 12mm thick hard wood backing, CP Screws, angle,clamp etc., complete

3 Each

1.23Providing and fixing 500mm x 150mm wide plate glass shelf of standard quality withanodized CP guard rails and CP brackets complete with brass CP screws all complete. 3 Each

1.24 Providing and fixing Toilet Paper Holder of Jaquar or equivalent make, Cat No.1151. 2 Each

1.25Providing and fixing Liquid soap container brass chromium plated hinged at centre withlidand brackets fixed to wooden cleats with CP brass, screws all complete. 2 Each

1.26

Providing and fixing stone slab table rubbed, edges rounded and polished of size 75x50 cmdeep and 1.8 cm thick fixed in urinal partitions by cutting a chase of appropriate widthwith chase cutter and embedding the stone in the chase with epoxy grout or with cementconcrete 1:2:4 (1 cement : 2 coarse sand : 4 graded stone aggregate 6 mm nominal size) asper direction of Engineer-in-charge and finished smooth. Z-Black Granite Stone.

2 Sqm

Inviting Tenders for Supply, Installation, Testing and Commissioning ofPlumbing, Sanitary and Water Drainage System for TemperatureControlled Warehouse at Medchal, Hyderabad.

Balmer Lawrie & Company LimitedBL/LI/CC/HYD/21 Dated 27-07-2015 Page 67

2.00 WATER SUPPLY

2.10

Providing, fixig and testing of GI pipe Medium Grade properties & weight as per IS 1239 ISImark with GI fittings including the cost of pipe & its fittings, complete, the rate shall beincusive of concealing the pipes wherever required and finishng the same.

a 15mm Nominal bore 6 Rmtb 20mm Nominal bore 48 Rmtc 25mm Nominal bore 12 Rmtd 32mm Nominal bore 20 Rmte 40mm Nominal bore 36 Rmt

2.11Proving and fixing Gunmetal (GM) Ball valve with SS Ball and SS Spindle as per IS - Class - I,as per approved make.

a 20mm Nominal bore QRO Each

b 25mm Nominal bore 2 Eachc 32mm Nominal bore 2 Eachd 40mm Nominal bore 4 Each

2.12Providing, Supplying, Fabricating and erection of M.S angle supports with 2 coats of Asianor approved paint and "U" ring clamp of minimum 5mm dia or as approved by Engineer-in-charge along with nuts & washers. Weight of Supporting Angles shall be measured and theweight of U- Clamp and nuts and washers to be factored.

150 KG

2.13

Construction of valve chamber of size 300 mm x 300 x 600mm (Max. Deep), 115mm thickmasonry in CM 1:4 over a bed of 75 mm thick PCC 1:4:8, 15mm thick plastering in CM 1:4and supply and fixing of CI frame and cover. (wt.of the frame 32kg)

1 Each

2.14Providing and fixing Electronic water level controller with float both automatic andmanual operations of approved make. 1 Each

2.15

Constructing brick pedestals in CM (1:4) and plastered on all surfaces in CM (1:4), 15mmthick for supporting the pipe etc all complete as per direction of Engineer in Charge.Size of Pilers should be 150x150x150 to 300x300x150 with Required Foundation.

10 Each

3.00 DRAINAGE

3.10

Providing and fixing heavy duty cast iron soil pipe conforming to IS:3989-1970 andIS:1729-1964 with bobbins, nails etc. including making holes in walls and floor etc. andcutting trenches etc. in any soil through masonry/concrete with necessary and mendinggood damages with necessary jointing material and painting the exposed surface withapproved paint complete with lead claulked joints.

3.10a

3" dia (76.2 mm) Single Socket 15 Rmt

3.10b

4" dia (101.6mm) Single Socket 20 Rmt

3.11Supplying & fixing CI Plain bends Ist quality ISI marked conforming to IS:1729-1979 withcement caulked joints and fixing as per site requirements with standard practice for 3" dia 8 Each

Inviting Tenders for Supply, Installation, Testing and Commissioning ofPlumbing, Sanitary and Water Drainage System for TemperatureControlled Warehouse at Medchal, Hyderabad.

Balmer Lawrie & Company LimitedBL/LI/CC/HYD/21 Dated 27-07-2015 Page 68

(76.2 mm)

3.12

Supplying & fixing CI Plain bends Ist quality ISI marked conforming to IS:1729-1979 withcement caulked joints and fixing as per site requirements with standard practice for 4" dia(101.6 mm)

8 Each

3.13

Supplying & fixing CI Plug (Door) bends Ist quality ISI marked conforming to IS:1729-1979with cement caulked joints and fixing as per site requirements with standard practice for3" dia (76.2 mm)

8 Each

3.14

Supplying & fixing CI Plug (Door) bends Ist quality ISI marked conforming to IS:1729-1979with cement caulked joints and fixing as per site requirements with standard practice for4" dia (101.6 mm)

8 Each

3.15Supplying and fixing of 76.2 mm (3") CI soil single junction with plug : conforming toIS:1729-1979 with cement caulked joints and fixing 6 Each

3.16Supplying and fixing of 101.6 mm (4") CI soil single junction with plug : conforming toIS:1729-1979 with cement caulked joints and fixing 6 Each

3.17Supplying and fixing of 76.2 mm (3") CI soil plain single junction : conforming to IS:1729-1979 with cement caulked joints and fixing 4 Each

3.18Supplying and fixing of 101.6 mm (4") CI soil plain single junction : conforming to IS:1729-1979 with cement caulked joints and fixing 4 Each

3.19Supplying and Fixing of 76.2 mm (3") CI soil Double junction with plug : conforming toIS:1729-1979 with cement caulked joints and fixing 4 Each

3.20Supplying and Fixing of 101.6 mm (4") CI soil Double junction with plug : conforming toIS:1729-1979 with cement caulked joints and fixing 4 Each

3.21Supplying and Fixing of 76.2 mm (3") CI soil plain Double junction : conforming to IS:1729-1979 with cement caulked joints and fixing 5 Each

3.22Supplying and Fixing of 101.6 mm (4") CI soil plain Double junction : conforming to IS:1729-1979 with cement caulked joints and fixing 5 Each

3.23

Supplying & fixing CI floor traps 1st quality ISI marked conforming to IS:1729-1979 withC.P. Grating fixing with white cement as per site requirements with standard practice for100 mm dia Inlet- 75 mm (3") outlet pipe

8 Each

3.24

Supply and fixing (class 5, 10kgf/sq.cm) rigid pvc pipes (IS 4985 :2000) laid under floorwith solvent cement as jointing material as waste line with necessary specials & makingnecessary bores in foundation wall, ceiling etc, & rendering the bores in cementmorter in1:4 etc., & complete.

a 32 mm dia 12 Rmtb 40 mm dia 12 Rmt

3.25

Constructing 457.2 mm x 457.2 mm (1'6"x1'6") 230mm thick brick in CM 1:6 prop.Masonry. Inspection chamber up to 914.4 mm (3'0") deep over a bed of 100mm thickPCC(1:3:6), 15MM THICK plastering in CM (1:4) and fitted with light weight 457.2 mm x457.2 mm (1'6"x1'6") C.I frame and cover of 20 Kg

6 Each

3.26

Supply and fixing150 mm x 100 mm SWG gully traps conforming to ISI 651 & 4127 with C.IGrating & Cost. Brick masonry in CM 1:6 prop. Intermediate chamber and fitted with 304.8mm x 288.6mm (12"x9") C.I Frame and hinged cover

3 Each

3.27Supply and fixing 152.4 mm SWG SP-1 pipes of ISI make conforming to ISI 651 & 4127 withairtight cement joints in CM 1.5:1 prop. including excavation of trenches and socket pits in 20 Rmt

Inviting Tenders for Supply, Installation, Testing and Commissioning ofPlumbing, Sanitary and Water Drainage System for TemperatureControlled Warehouse at Medchal, Hyderabad.

Balmer Lawrie & Company LimitedBL/LI/CC/HYD/21 Dated 27-07-2015 Page 69

any soil (except rock requiring blasting) up to 1524 mm(5'0") depth and refilling withwatering and tamping.

3.28

Supply and fixing PVC Pipes of 6 Kg/cm2 for Rain Water including necessary bends, tees,shoe and all accessories, clamps, making holes in wall, Floor etc., and mending gooddamages including jointing with Solvent Cement, jointing material etc., complete asdirected of 6" dia.

27 Rmt

3.29

Supply and fixing 4" -U shaped (Half Round) channel of white vitreous ware with orwithout stopend and corner end as required, set in cement concrete (1:3:6) with stoneaggregate all complete.

3 Rmt

4.00 MACHINARY WATER SUPPLY PIPING

4.10Providing, Fixing and testing GI pipe Medium Grade properties & weight as per IS 1239 ISImark with GI fittings including the cost of pipe & its fittings etc. complete 36 Rmt

a 25mm Nominal bore 120 Rmtb 32mm Nominal bore 150 Rmtc 40mm Nominal bore

4.20Supply & F Gunmetal (GM) Ball valve with SS Ball and SS Spindle as per IS - Class - I, Indianmake heavy type including etc.complete in all respect. 8 Each

a 25mm Nominal bore 6 Eachb 32mm Nominal bore 5 Eachc 40mm Nominal bore

5.00 Pumps

5.10

Providing & Fixing of vertical submersible/ centrigugal pump of following capacity. Fixing the pump,providing delivery piping with GI pipes with wafer type non return valve, butterfly valve both ofAudco / Intervolve / Hawa make with necessary flanges, nuts, bolts, rubber insertions (Piping andvalves will be measured and paid under respective items of works) etc.. Making necessaryelectrical connections with flat submersible cables (including making power supply connection frommains to the pump control panel) shall be carried out by electrical contractor (Cost of electricalworks is not to be included under this item), etc., complete.

1 No

aTo Pump domestic pump from Under Ground Water Tank to Overhead water tank with flow perpump of 1.6 lbs, delivery head 26 mtr along with provision of digital water level controller, PumpCapacity 1.5 HP, Kirloskar or equivalent make.

1 No

b To Pump from a static tank to the desired location with flow per pump of 1.6 lbs, delivery head 12mtr, Pump Capacity 1.0 HP with SS Impellar. Kirloskar or equivalent make. 3 No

5.11Providing and fixing stainless steel float valve of approved make of following mentioned sizes, forwater supply inlet pipe to under ground sump of 20mm N.B. of NETA or equivalent. 1 No

6.00 Miscellaneous

6.10 Supply, laying and commissioning ready made RCC Septic Tank for 50 Users 1 No

6.11

Providing, & installing, fixing vertical PVC water tanks including all required fittings like ball valve, GIoverflow with mosquito proof coupling, GI inlet and outlet connection with necessary supports withconcrete and steel etc. complete. Rotational moulded PVC tank shall be of folilowing capacities.

a I kl capacity 2 Nob 2 kl capacity 2 No

Inviting Tenders for Supply, Installation, Testing and Commissioning ofPlumbing, Sanitary and Water Drainage System for TemperatureControlled Warehouse at Medchal, Hyderabad.

Balmer Lawrie & Company LimitedBL/LI/CC/HYD/21 Dated 27-07-2015 Page 70

6.12Providing and fixing of CI cowls 100mm dia of approved pattern with mosquito proof caps all as perspecifications and direction of Engineer. 2 No

6.13Providing and fixing 100 x 75 mm HCI floor/Nahani trap with CP hinged heavy brass grating to befixed in PCC M15 with 20mm down size aggregate and to be made water tight 5 No

Inviting Tenders for Supply, Installation, Testing and Commissioning ofPlumbing, Sanitary and Water Drainage System for TemperatureControlled Warehouse at Medchal, Hyderabad.

Balmer Lawrie & Company LimitedBL/LI/CC/HYD/21 Dated 27-07-2015 Page 71

ANNEXURE VII

DRAWINGS – For Reference Only is enclosed in a separate folder