0% found this document useful (0 votes)
18 views48 pages

131 Nit

The document is an e-tender invitation for the electrical renovation of the T.O. wing of CEC at IIT Roorkee, with an estimated cost of Rs. 45.28 Lacs and a completion period of 12 months. It outlines the bidding process, eligibility criteria, and submission requirements for interested contractors, including details on tender fees, performance guarantees, and necessary documentation. Bidders must submit their proposals online through the Central Public Procurement Portal by the specified deadlines.

Uploaded by

Dheeraj Yadav
Copyright
© © All Rights Reserved
We take content rights seriously. If you suspect this is your content, claim it here.
Available Formats
Download as PDF, TXT or read online on Scribd
0% found this document useful (0 votes)
18 views48 pages

131 Nit

The document is an e-tender invitation for the electrical renovation of the T.O. wing of CEC at IIT Roorkee, with an estimated cost of Rs. 45.28 Lacs and a completion period of 12 months. It outlines the bidding process, eligibility criteria, and submission requirements for interested contractors, including details on tender fees, performance guarantees, and necessary documentation. Bidders must submit their proposals online through the Central Public Procurement Portal by the specified deadlines.

Uploaded by

Dheeraj Yadav
Copyright
© © All Rights Reserved
We take content rights seriously. If you suspect this is your content, claim it here.
Available Formats
Download as PDF, TXT or read online on Scribd
You are on page 1/ 48

INSTITUTE WORKS DEPARTMENT

INDIAN INSTITUTE OF TECHNOLOGY ROORKEE

E-TENDER DOCUMENT
For

“Electrical renovation of T.O. wing of CEC at IIT Roorkee”

Indian Institute of Technology Roorkee


Roorkee-247667, Tel.no. 01332-28-5747/5386

Page 1 of 48
TABLE OF CONTENTS

Section Subject Page No.


1 Notice inviting tender (invitation for bids) 3-5
2 Instructions for online bid submission 6-7
3 Information and instructions for bidders 8-10
4 General instructions (A to G) 11-15
5 Qualifying Information 16-17
6 General conditions of contract (A to E) 18-30
7 Special conditions of contract 31-35
8 Undertaking 35
9 Performance guarantee bond 36
10 Approved Make List 37-38
11 Annexure-I 39
12 Annexure-II 40
13 Schedule of Quantities 41-48

Page 2 of 48
INSTITUTE WORKS DEPARTMENT
INDIAN INSTITUTE OF TECHNOLOGY ROORKEE
No. IWD/DI/etender/TOH-CEC/130 Dated: 31.12.2024

NOTICE INVITING TENDER

On behalf of BOG, I.I.T. Roorkee, online Tenders (Percentage Rate) are invited in two Bid systems (Technical and
Financial) from eligible bidders of appropriate class & category registered with CPWD, State PWD, MES, having
experience of working in Central / State Government, Public Sector Undertaking / Autonomous Organization of Central
/ State Government and Working Contractors of IITR who fulfil the PQ criteria for the following work:

Completion Period
Name of the Work Estimated Cost
(Months)

Rs. 45.28 Lacs


“Electrical renovation of T.O. wing of CEC at IIT
(inclusive of GST 12 Months
Roorkee”
& Cess).

1. Interested eligible Bidders may obtain further information from IIT Roorkee website: www.iitr.ac.in
(http://mm.iitr.ac.in/mmweb/tenders) or from Central Public Procurement Portal (CPPP)
https://eprocure.gov.in/eprocure/app.

2. Intending bidders are advised to visit IIT Roorkee website www.iitr.ac.in (http://mm.iitr.ac.in/mmweb/tenders)
and Central Public Procurement Portal (CPPP) https://eprocure.gov.in/eprocure/app regularly till closing date of
BID submission of tender for any corrigendum / addendum/ amendment.
Critical Data Sheet

Sr. Name of Organization Indian Institute of Technology Roorkee


No.
1 Tender Type (Open/Limited/EOI/Auction/Single) Open
2 Tender Category (Services/Goods/Works) Works
3 Type/Form of Contract (Work/Supply/ Auction/ Work Contract
Service/ Buy/ Empanelment/ Sell)
4 Product Category (Civil Works/Electrical Works / Electrical Works
Fleet Management / Computer Systems)
5 Date of Issue/Publishing Original Tender 02.01.2025 (17:30 Hrs)
6 Document Download / Sale Start Date 02.01.2025 (17:30 Hrs)
7 Pre-bid Meeting NA
8 Seek Clarification Start Date 02.01.2025 (17:30 Hrs)
9 Seek Clarification End Date 08.01.2025 (12:30 Hrs)
10 Bid Submission Start Date 15.01.2025 (12:30 Hrs)
11 Bid Submission Closing Date 24.01.2025 (12:30 Hrs)
12 Bid Opening Date 25.01.2025 (12:30 Hrs)
13 Tender Fee Rs.1000.00+18% GST (non-refundable). Payment of
the Tender Fee can be made by RTGS, NEFT in below
mentioned account no.
1. Account Name- NON-MHRD GOVERNMENT
FUND IIT ROORKEE
2. Address- IIT Roorkee, Haridwar.
a. Account No.- 00000032685865515
4. Account Description- Regular SB Chq-Entities.
5. Branch- IIT Roorkee,
6. CIF No- 86531323246

Page 3 of 48
7. IFS Code. - SBIN0001069,
8. MICR Code. - 247002094
14 EMD (2%) Rs. 90,600.00/- Payment of EMD can be made by RTGS,
NEFT in below mentioned account no. The bidders shall
be required to upload the scanned copies of transaction
of payment of tender EMD / Tender Fee including e-
receipt (clearly indicating UTR No. & Tender Reference
i.e. NIT No. must be entered in the remark at the time of
online transaction of payment, failing which payment
may not be considered) at the time of online bid
submission on e-tendering website.
Tender fee /EMD may be submitted online as per details
given below.
1. Account Name- NON MHRD GOVERNMENT
FUND IIT ROORKEE
2. Address- IIT Roorkee, Haridwar.
a. Account No.- 00000032685865515
4. Account Description- Regular SB Chq-Entities.
5. Branch- IIT Roorkee,
6. CIF No- 86531323246
7. IFS Code. - SBIN0001069,
8. MICR Code. - 247002094
15 Performance Guarantee (5%) 5% of awarded value shall be submitted in the form of
Bankers Cheque / DD / FDR / Bank Guarantee in the
name of Institute Engineer, IIT Roorkee after issue of
Letter of Acceptance (LOA).
16 Security Deposit (5%) 5% of awarded value shall be submitted in the form of
Bankers Cheque / DD/FDR / Bank Guarantee in the
name of Institute Engineer, IIT Roorkee after issue of
Letter of Acceptance (LOA).
17 No. of Covers (1/2/3/4) 02 (Cover-1 for Technical+ Cover-2 for Financial)

18 Bid Validity Days (180/120/90/60/30) 90 days (from last date of opening of financial bid)

19 Documents to be uploaded on CPP Portal 1) Affidavit (on Rs.10 non-judicial stamp with
(http://eprocure.gov.in/eprocure/app)(related notarized) regarding establishment of proprietorship
to eligibility criteria) on or before due date of firm / partnership deed / letter of incorporation for
submission of tender. private ltd / ltd firm with written power of attorney
(in case of bidder is owner, not required) of the
authorized signatory.
2) Self-certified copy of work orders along with work
completion certificate as per eligibility criteria.
3) Proof of online deposit of tender fee and EMD.
4) Solvency certificate as per the tender document and
Annexure-I & Annexure-II.
5) Turnover certificate from CA preferably with UDIN
Number, GST registration certificate, PAN Card,
ESI registration certificate & EPF registration
certificate.
6) Valid Electrical Contractor License Class-A and
Proof of registered contractor with CPWD, state
PWD, MES, or working contractors of IIT Roorkee.
7) Qualifying information (Annexure-A) & Notarized
undertaking on Rs. 100 non-judicial stamp paper as
per the NIT.

Page 4 of 48
20 Price Bid To be uploaded only on CPP Portal
(http://eprocure.gov.in/eprocure/app) in excel sheet.
21 Address for communication Executive Engineer (E/M), Institute Works
Department, James Thomson Building, IIT Roorkee,
Roorkee-247667 (India), Tel. No. 01332-285747 / 5386

22 Email Address [email protected] / [email protected]

Sd-
Institute Engineer,
IWD, IIT Roorkee

Page 5 of 48
INSTRUCTIONS FOR ONLINE BID SUBMISSION

As per the directives of Department of Expenditure, this tender document has been published on the Central Public
Procurement Portal (URL: https://eprocure.gov.in/eprocure/app ). The bidders are required to submit soft copies of their
bids electronically on the CPP Portal, using valid Digital Signature Certificates. The instructions given below are meant to
assist the bidders in registering on the CPP Portal, prepare their bids in accordance with the requirements and submitting
their bids online on the CPP Portal. More information useful for submitting online bids on the CPP Portal may be obtained
at: https://eprocure.gov.in/eprocure/app .

1.0 Registration
1.1 Bidders are required to enrol on the e-Procurement module of the Central Public Procurement Portal (URL:
https://eprocure.gov.in/eprocure/app ) by clicking on the link “Click here to Enrol”. Enrollment on the CPP Portal
is free of charge.
1.2 As part of the enrolment process, the bidders will be required to choose a unique username and assign a password for
their accounts.
1.3 Bidders are advised to register their valid email address and mobile numbers as part of the registration process. These
would be used for any communication from the CPP Portal.
1.4 Upon enrolment, the bidders will be required to register their valid Digital Signature Certificate (Class II or
Class III Certificates with signing key usage) issued by any Certifying Authority recognized by CCA India (e.g.
Sify/TCS/nCode/eMudhra etc.) with their profile.
1.5 Only one valid DSC should be registered by a bidder. Please note that the bidders are responsible to ensure that they
do not lend their DSCs to others which may lead to misuse.
1.6 Bidder then logs in to the site through the secured log-in by entering their user ID/password and the password of the
DSC/eToken.
2.0 Searching for Tender Documents
2.1 There are various search options built in the CPP Portal, to facilitate bidders to search active tenders by several
parameters. These parameters could include Tender ID, organization name, location, date, value, etc. There is also an
option of advanced search for tenders, wherein the bidders may combine a number of search parameters such as
organization name, form of contract, location, date, other keywords etc. to search for a tender published on the CPP
Portal.
2.2 Once the bidders have selected the tenders they are interested in, they may download the required documents / tender
schedules. These tenders can be moved to the respective ‘My Tenders’ folder. This would enable the CPP Portal to
intimate the bidders through SMS / e-mail in case there is any corrigendum issued to the tender document.
2.3 The bidder should make a note of the unique Tender ID assigned to each tender, in case they want to obtain any
clarification / help from the Helpdesk.
3.0 Preparation of Bids
3.1 Bidder should take into account any corrigendum published on the tender document before submitting their bids.
3.2 Please go through the tender advertisement and the tender document carefully to understand the documents
required to be submitted as part of the bid. Please note the number of covers in which the bid documents have to be
submitted, the number of documents - including the names and 4 content of each of the document that need to be
submitted. Any deviations from these may lead to rejection of the bid.
3.3 Bidder, in advance, should get ready the bid documents to be submitted as indicated in the tender document / schedule
and generally, they can be in PDF/XLS/RAR/DWF formats. Bid documents may be scanned with 100 dpi with black
and white option.
3.4 To avoid the time and effort required in uploading the same set of standard documents which are required to be
submitted as a part of every bid, a provision of uploading such standard documents (e.g. PAN card copy, annual
reports, auditor certificates etc.) has been provided to the bidders. Bidders can use “My Space” area available to them
to upload such documents. These documents may be directly submitted from the “My Space” area while submitting
a bid, and need not be uploaded again and again. This will lead to a reduction in the time required for bid submission
process.
3.5 If any cell is left blank the same shall be treated as “0”. Therefore, if any cell is left blank and no rate is quoted by the
bidder, rate of such item shall be treated as “0” (ZERO). However, if a tenderer quotes nil rates against each item in

Page 6 of 48
item rate tender or does not quote any percentage above/below on the total amount of the tender or any section / sub
head in percentage rate tender, the tender shall be treated as invalid and will not be considered as lowest tenderer.
4.0 Submission of Bids
4.1 Bidder should log into the site well in advance for bid submission so that he/she upload the bid in time i.e. on or before
the bid submission time. Bidder will be responsible for any delay due to other issues.
4.2 The bidder has to digitally sign and upload the required bid documents one by one as indicated in the tender document.
4.3 Bidder shall submit tender fee as per critical data sheet.
4.4 A standard BOQ format has been provided with the tender document to be filled by all the bidders. Bidders are
requested to note that they should necessarily submit their financial bids in the format provided and no other format
is acceptable. Bidders are required to download the BOQ file, open it and complete the white coloured (unprotected)
cells with their respective financial quotes and other details (such as name of the bidder). No other cells should be
changed. Once the details have been completed, the bidder should save it and submit it online, without changing the
filename. If the BOQ file is found to be modified by the bidder, the bid will be rejected.
4.5 The server time (which is displayed on the bidders’ dashboard) will be considered as the standard time for referencing
the deadlines for submission of the bids by the bidders, opening of bids etc. The bidders should follow this time during
bid submission.
4.6 All the documents being submitted by the bidders would be encrypted using PKI encryption techniques to ensure the
secrecy of the data. The data entered cannot be viewed by unauthorized persons until the time of bid opening. The
confidentiality of the bids is maintained using the secured Socket Layer 128 bit encryption technology. Data storage
encryption of sensitive fields is done.
4.7 The uploaded tender documents become readable only after the tender opening by the authorized bid openers.
4.8 Upon the successful and timely submission of bids, the portal will give a successful bid submission message & a bid
summary will be displayed with the bid no. and the date & time of submission of the bid with all other relevant details.
4.9 Kindly add scanned PDF of all relevant documents in a single PDF file of compliance sheet.
5.0 Assistance to Bidders
5.1 Any queries relating to the tender document and the terms and conditions contained therein should be addressed to
the Tender Inviting Authority to the address provided in Critical Data Sheet for a tender or the relevant contact person
indicated in the tender.
5.2 Any queries relating to the process of online bid submission or queries relating to CPP Portal in general may be
directed to the 24x7 CPP Portal Helpdesk. The contact number for the helpdesk is 0120-4001062 / 0120-4001002 /
0120-4001005 / 0120-6277787
6.0 General Instructions to the Bidders
6.1 The tenders will be received online through portal http://eprocure.gov.in/eprocure/app. In the Technical Bids, the
bidders are required to upload all the eligibility criteria documents in .pdf format.
6.2 Possession of a Valid Class II/III Digital Signature Certificate (DSC) in the form of smart card/etoken in the company's
name is a prerequisite for registration and participating in the bid submission activities through
https://eprocure.gov.in/eprocure/app. Digital Signature Certificates can be obtained from the authorized certifying
agencies, details of which are available in the web site https://eprocure.gov.in/eprocure/app under the link
“Information about DSC”.
6.3 Tenderer are advised to follow the instructions provided in the ‘Instructions to the Tenderer for the e-submission of
the bids online through the Central Public Procurement Portal for e-Procurement at
https://eprocure.gov.in/eprocure/app.

Page 7 of 48
INFORMATION AND INSTRUCTIONS TO BIDDERS

On behalf of BOG, I.I.T. Roorkee, online Tenders (Percentage Rate) are invited in two Bid systems (Technical and
Financial) from Eligible bidders of appropriate class & category registered with CPWD, State PWD, MES, having
experience of working in Central / State Government, Public Sector Undertaking / Autonomous Organization of Central
/ State Government and Working Contractors of IITR who fulfil the PQ criteria for the work of “Renovation of rooms
in TOH-CEC Guest House at IIT Roorkee’’.
1.1 The work is estimated to cost as mentioned in the NIT. The estimate however, is given merely as a rough guide.
1.2 Intending bidder is eligible to submit the bid provided, if he has definite proof from the appropriate authority, which
shall be to the satisfaction of the competent authority, of having satisfactorily completed similar works of magnitude
specified below:

1.2.1 Criteria of eligibility for submission of bid documents:

(a) Intending bidder should not be a joint venture (Self Certified copy of relevant documents clearly establishing the
status of bidder to be uploaded in Cover-1).
(b) Should have successfully completed works during last seven years ending last day of the month previous to the one
in which applications are invited. The works completed up to previous day of last date of submission of tenders
shall also be considered.
Three similar completed works costing not less than the amount equal to 40% of the estimated cost put to tender,
or
Two similar completed works costing not less than the amount equal to 60% of the estimated cost put to tender.
or
One similar completed work of aggregate cost not less than the amount equal to 80% of the estimated cost.
(Self-Certified photocopy of work order along with work completion certificate to be uploaded as proof of eligibility
criteria in Cover-1)

Work completion certificate should have been issued by an officer not less than the rank of Executive Engineer /
equivalent and must contain name of the work, date of start, date of actual completion and amount of work executed.

Explanation: The value of executed works shall be brought to current costing level by enhancing the actual value
of work at simple rate of 7% per annum; calculated from the date of completion to last date of receipt of applications
for this tender.

Similar work means “Electrical General maintenance / Rewiring work”.

(c) Average annual financial turn over should be at least 50% of the estimated cost during last three consecutive
financial years duly audited by a Chartered Accountant (Self Certified copy of certificate from CA to be uploaded
in Cover-1). The year in which no turnover is shown would also be considered for working out the average.
(d) Should have valid solvency certificate of the amount at least 40% of the estimated cost of the work issued by a
scheduled bank which is not more than one year old from the last date of tender submission (including extension
time). Certified copy of original solvency certificate to be uploaded in Cover-1.

2. Agreement shall be drawn with the successful bidder on prescribed format.


3. The time allowed for carrying out the work will be as per the NIT from the date of start as defined in Award of Work
or from the first date of handing over of the site, whichever is later, in accordance with the phasing, if any, indicated
in tender documents.
4. The site for the work is available / shall be made available for start of the work.
5. The Tender document consisting of plans, specifications, the schedule of quantities of various types of items to be
executed and the set of terms and conditions of the contract to be complied with and other necessary documents can
be seen / downloaded from IIT Roorkee website: www.iitr.ac.in (http://mm.iitr.ac.in/mmweb/tenders) or from
Central Public Procurement Portal (CPPP) https://eprocure.gov.in/eprocure/app.
6. While submitting the bids, bidder can revise the rate, but before last date and time of submission of bids as notified.
In this case, the last submitted bid before the last date and time will only be considered.
7. The scanned copies of documents as per critical data sheet shall be uploaded under Cover-1 on the e-tendering website.

Page 8 of 48
8. Online Financial Bids submitted by intending bidders shall be opened only of those bidders, whose bid found
technically qualified.
9. The bid submitted shall become invalid and cost of bid & tender processing fee shall not be refunded if: (i) the bidder
is found ineligible. (ii) The bidder does not provide all the documents (including PAN No., GST registration etc.) as
stipulated in the bid document.
10. Intending bidders are advised to inspect and examine the site and its surroundings and satisfy themselves before
submitting their bids as to the nature of the ground and sub-soil (so far as is practicable), the form and nature of the
site, the means of access to the site, the accommodation they may require and in general shall themselves obtain all
necessary information as to risks, contingencies and other circumstances which may influence or affect their Tender.
A bidder shall be deemed to have full knowledge of the site whether he inspects it or not and no extra charge
consequent upon any misunderstanding or otherwise shall be allowed. The bidder shall be responsible for arranging
and maintaining at his own cost all materials, tools & plants, water, electricity access, facilities for workers and all
other services required for executing the work unless otherwise specifically provided for in the contract documents.
Submission of a tender by a bidder implies that he has read this notice and all other contract documents and has made
himself aware of the scope and specifications of the work to be done and of conditions and rates at which stores, tools
and plant, etc. will be issued to him by the Institute and local conditions and other factors having a bearing on the
execution of the work. Cost of site visit shall be borne by the bidder.
11. All tenders in which any of the prescribed condition is not fulfilled or any condition including that of conditional
rebate is put forth by the bidder shall be summarily rejected.
12. Canvassing whether directly or indirectly, in connection with bidders is strictly prohibited and the Tenders submitted
by the bidders who resort to canvassing will be liable to rejection.
13. The bidder shall not be permitted to tender for works in the IWD, IIT Roorkee, if his near relative is posted as an
officer in any capacity between the grades of Dean Infrastructure and Junior Engineer (both inclusive). Any breach
of this condition by the bidder would render him liable to be removed from the Tendering process.
14. No Engineer of gazetted rank or other Gazetted Officer employed in Engineering or Administrative duties in an
Engineering Department of the Government of India is allowed to act as a bidder within a period of one year after his
retirement from Government service, without the previous permission of the Government of India in writing. This
contract is liable to be cancelled if either the bidder or any of his employees is found any time to be such a person
who had not obtained the permission of the Government of India as aforesaid before submission of the tender or
engagement in the bidder’s service.
15. The notice inviting bid shall form part of the contract document. The successful bidder, on acceptance of his bid by
the Accepting Authority, have to sign the contract consisting of “The Notice Inviting bid, all the documents including
Special Conditions, General Specifications/ Particular Specifications and drawings, if any, forming part of the bid as
submitted at the time of invitation of bid and the rates quoted online at the time of submission of bid and acceptance
thereof together with any correspondence leading thereto within 15 days from the stipulated date of start of the work.
16. The bid for the works shall remain open for acceptance for a period of 90 days from the date of opening of financial
bids. If any bidder withdraws his bid before the said period or issue of letter of acceptance, whichever is earlier, or
makes any modifications in the terms and conditions of the bid which are not acceptable to the Indian Institute of
Technology Roorkee, then Indian Institute of Technology Roorkee, without prejudice to any other right or remedy,
be at liberty to forfeit of the said earnest money as aforesaid. Further, the bidder(s) shall not be allowed to participate
in the re-bidding process of the work.
17. Composite Tender (if applicable)
17.1 The competent authority is calling this bid for the composite work. The Earnest money is fixed with respect to the
combined estimated cost put to tender for the composite tender.
17.2 The eligible bidders have to quote rates for all items given in the schedule of quantity.
17.3 After acceptance of the bid by competent authority, Institute Engineer, IWD, IIT Roorkee shall issue letter of
Acceptance (LoA) on behalf of the Institute. After issue of LoA, the bidder will have to enter into one agreement
with Institute Engineer.
17.4 Entire work under the scope of composite tender including major and all minor components shall be executed under
one agreement.
17.5 Security Deposit will be worked out separately for each component corresponding to the quoted/accepted cost of the
respective component of works. The Earnest Money will become part of the security deposit of the respective projects
under the head Mega projects in ratio of the corresponding estimated value of these projects.

Page 9 of 48
17.6 The bidder may associate agency(s) for minor component(s) conforming to eligibility criteria as defined in the tender
document and has to submit detail of such agency(s) to Dean Infrastructure. Name of the agency(s) to be associated
shall be approved by Dean Infrastructure. Before engaging such associate agencies bidder has to inform to Dean
Infrastructure along with his past experience and all credential’s and got the approval of the same from him.
17.7 In case the bidder intends to change any of the above agency/ agencies during the operation of the contract, he shall
obtain prior approval of respective Dean Infrastructure. The new agency/ agencies shall also have to satisfy the laid
down eligibility criteria. In case Dean Infrastructure is not satisfied with the performance of any agency, he can direct
the bidder to change the agency, and this shall be binding on the bidder.
17.8 The main bidder has to enter into agreement with bidder(s) associated by him for execution of minor component(s).
Copy of such agreement shall be submitted to Engineer-in-charge In case of change of associate bidder, the main
bidder has to enter into agreement with the new bidder associated by him.
17.9 The composite work shall be treated as complete when all the components of the work are complete. The completion
certificate of the composite work shall be recorded by Engineer-in-charge of major component after record of
completion certificate of all other components. Final bill of whole work shall be finalized by IWD, IIT Roorkee.
17.10 It will be obligatory on the part of the bidder to sign the tender documents for all components before the first payment
is released.

Page 10 of 48
A: GENERAL INSTRUCTIONS
1. Scope of Tender.
1.1 Indian Institute of Technology Roorkee (referred to as Owner in these documents) invites Tender as defined in
these documents and referred to as “the works” detailed in the table given in the Notice Inviting Tenders (NIT).
1.2 The successful Bidder shall complete the works within the completion date specified in the Notice Inviting
Tenders (NIT).
2. Non-Association / Relation
2.1 All bidders shall provide in the bid tender and Qualification Information, a statement that the Bidder is not
associated, nor has been associated in the past, directly or indirectly, with the Indian Institute of Technology
Roorkee or any other entity that has prepared the design, specifications, and other documents for the Project.
3. Qualification of the Bidder
3.1 All Bidders shall provide tender qualification information.
3.2 All Bidders shall include the following information by submitting relevant documents and certificate with their
tenders: The Bidder must be registered with the GST Department and should submit the registration certificate
of GST, ESI, EPF, Labour License (if applicable) etc.

4. Cost of tendering
4.1 The Bidder shall bear all costs associated with the preparation and submission of his tender, and the Owner will
in no case be responsible and liable for those costs.
4.2 The Bidder, at its own responsibility and risk is encouraged to visit and examine the Site of Work and its
surroundings and obtain all information that may be necessary for preparing the tender. The costs of visiting the
Site shall be at the Bidder’s own expense.

B: DOCUMENTS INVITING TENDERS

5. Invitation: Tenders are hereby invited on behalf of Indian Institute of Technology Roorkee.

6. Contents of documents as mentioned in the relevant clauses mentioned:


The Bidder shall be deemed to have examined all instructions, forms, terms, and specifications in the Documents.
Failure to furnish the information required in the Tender Document or submission of a Bid not substantially
responsive to the Tender Documents in every respect will be at the Bidder’s risk and may result in the rejection of
the bid.
The several documents forming the contract are to be taken as mutually explanatory of one another, detailed drawings
being followed in preference to small scale drawing and figured dimensions in preference to scale and Special
Conditions in preference to General Conditions.
In case of any discrepancy between the Schedule of Quantities, the specifications and/ or the drawings, given in the
tender document the following order of preference shall be observed:
1. Description of Schedule of Quantities.
2. Particular Specification and Special condition, if any.
3. Drawings.
4. C. P. W. D. specifications/ IWD, IIT ROORKEE specification.
5. Latest edition Indian Standard Specifications of B. I. S.

7. Amendment of Tendering Documents


7.1 Before the deadline for submission of bids, the Indian Institute of Technology Roorkee may modify the Tender
documents by issuing addenda/corrigendum.
7.2 Any addendum thus issued shall be part of the Tendering documents and shall be uploaded on e-Tendering
website https://eprocure.gov.in/eprocure/app and Institute website http://mm.iitr.ac.in/mmweb/tenders.
7.3 To give prospective Bidders reasonable time in which to take an addendum / corrigendum into account in
preparing their bid, the IIT Roorkee may extend if necessary the deadline for submission of tenders.

Page 11 of 48
C: PREPARATION OF DOCUMENT

8. Earnest Money Deposit (EMD): EMD as per critical data sheet must be submitted. Bids not accompanying with
EMD will be summarily rejected. The EMD of the unsuccessful Bidders will be discharged / returned within Thirty
(30) days from the date of opening of the financial bids. The EMD of the successful Bidder shall be converted as
Security deposit. The EMD may be forfeited and further the bidder shall not be allowed to participate in the re-
bidding process of the work, if the Bidder withdraws his bid during bid validity period or in case successful Bidder
fails to sign the contract / fail to deposit security amount and performance guarantee.
9. Period of validity of bid: The bids shall remain valid for a period of 90 days after the date of financial bid / price
bid opening. A bid valid for a shorter period shall be rejected by the Indian Institute of Technology Roorkee as non-
responsive.
10. Language of Bid: The document shall be written in English/Hindi language. The total amount should be written in
the same language.
11. Document comprising the E-Tender: No page of this tenders document shall be removed and the set must be
submitted as it is. Each page of the tenders document form is to be signed by the Bidder and must bear the Seal of
the Company/Firm.

The tender submitted by the Bidder shall comprise as mentioned above in the relevant sections.

12. Tender Prices


12.1 The contract shall be for the whole works as described in priced Schedule of Quantities submitted by the
Bidder.
12.2 The tender submitted on behalf of firm shall be signed by a person who has the proper legal authority on
behalf of the firm to enter into the contract; otherwise, the bid is liable to be rejected. Each page of the tender
document and each drawing accompanying is required to be signed by the authorized person submitting the
bid, with the company seal as the token of their having examined and acquainted themselves with the General
conditions of contract, drawings, specifications, special conditions of contract etc. The forms of tender are
to be filled in completely. Any bid with any of the documents not signed is liable to be rejected.
12.3 The notation R.O. written against items of BOQ means ‘rate only” and the bidder is to quote only unit rate
in such cases.
12.4 The Bidder shall fill in the percentage rate/in rates for items of the Works described in the Schedule of
Quantities along with total bidding price. In case if the rates are not filled for any of the Items of Schedule
of Quantities, in such cases the tender shall be summarily rejected. Failure to comply with either of these
conditions will make the bid liable for rejection.
12.5 Taxes: All duties, taxes, and other levies payable by the Bidder under the contract, or for any other cause,
shall be included in the rates, prices and total Bidding Price submitted by the Bidder. Bidders must include
in their rates, the cost of transportation of materials to site, GST, labour cess as per Building & other
construction workers cess act, excise duty, octroi, and any other tax and duty levied by the Central / State
Government. None of the above taxes & levies will be entertained by the Owner and no tax exemption forms
will be issued by the Owner.
Estimate has been prepared on current applicable GST rate. However actual payment will be done on the
basis of prevailing GST rates at the time of execution of work and its payment.
12.6 Labor Cess or BOCWW Cess: Labour cess @1% shall be deducted from each bill.
12.7 The work shall be carried out by the Bidder in a manner complying in all respect with the requirement of
relevant bye-laws/orders of the Local/Municipal bodies and pay all fees and charges which may be leviable
at his own cost. The completion/ occupancy certificates including clearance from fire committee or any other
statutory obligation shall be arranged by the bidder. Any official fees shall be paid by the Owner. All other
cost of liasoning shall be borne by the bidder.
12.8 Bidder should also take a Group Insurance Policy for his Workmen, Supervisors and Engineers working on
site for an adequate insurance cover. Indian Institute of Technology Roorkee shall not be responsible for any
accident or happening of any untoward/unforeseen event involving workmen, labour, supervisor or Engineer
or any person directly or indirectly associated with the execution of work. The insurance policy to be obtained
by the successful Bidder must be comprehensive and shall cover all associated risks (known and unknown).

Page 12 of 48
12.9 The rates quoted in the tender shall include cost of electrical power supply, water supply, cost of all materials,
labour, telephone, rent and call charges, water and meter rent charges, temporary electric wiring / lighting
for execution of work at site, hire for any tools and plants, shed for materials, marking out and clearing of
site, transportation complete in all respects. The rates quoted in the tender shall be treated as rate for finally
completing the item of work.
12.10 The quantities furnished in the schedule of quantities are only probable quantities and are liable to alterations,
by omission, deductions or additions to any extent at the discretion of Indian Institute of Technology
Roorkee. Payments will be regulated on the actual quantities of work done at accepted rates.

12.11 Errors in the Schedule of Quantities shall be dealt with in the following manner:
i. In the event of a discrepancy between the rates quoted in words and the rates in figures, rate quoted in
words shall be considered to be correct.
ii. In the event of an error occurring on account of arithmetical calculations the same shall be corrected
according to rates written in words and quantities in B.O.Q.
iii. All the errors in totaling in the amount column and in carrying forward the totals shall be corrected. The
tender total shall be accordingly amended. If the bidder doesn’t accept the corrected amount, then his bid
will be rejected.

12.12 The calculations made by the bidder should be based upon quantities of the items of work which are furnished
in the Schedule of Quantities, but it must be clearly understood that the contract is not a lump sum contract.
The Owners do not in any way assure, represent or guarantee that the said probable quantities are correct or
that the work would correspond thereto. The items of work irrespective of the quantities which may vary
shall be carried out at the same accepted bidding etender rates and no escalation in the rates will be entertained
whatsoever. Any item of work may be omitted from the schedule of quantities and may be awarded to another
agency at any time / stage of the work.
12.13 The bidders must obtain for themselves on their own responsibility and their own expenses all the information
which may be necessary, including risks, contingencies and other circumstances to enable them in making a
proper bid and for entering into a contract, and must examine the drawings, specifications and conditions and
inspect the site of the work, nature of the work, availability of power, water, shelter for workmen and all the
matters pertaining thereto before submitting the bid. They can also get any clarifications required from the
Owner, before tendering, by contacting them at their office during working hours.

13. Format and signing of Tender document


13.1 The bid shall be typed or written in indelible ink and shall be signed by a person or persons duly authorized
to sign on behalf of the Bidder. All pages of the tender where entries or amendments have been made shall
be initialed by the person or persons signing the tender.
13.2 The tender shall contain no alterations or additions, except those to comply with instructions issued by the
Owner, or as necessary to correct errors made by the Bidder, in which case such corrections shall be initialed
by the person or persons signing the bid. ANY CONDITIONAL BID WILL BE SUMMARILY REJECTED.

D: MODE OF SUBMISSION OF BID DOCUMENT

14. Sealing and marking of bids.


14.1 The entire document to be put in cover-1 and 2 should be scanned and uploaded under cover-1 and 2
respectively on the e-tendering website. No hard copy of any document (financial or technical) should be
submitted. In case any hardcopy is submitted then the same will not accepted by the department.

15. Deadline for submission of bid: - As per Critical Data Sheet.


E: TENDER OPENING AND EVALUATION
16. Tender opening: The tender will be opened on the date and the place specified in the critical data sheet. In case of
any unavoidable circumstances or unforeseen event on the specified date and time of tender opening, the bids will
be opened at the appointed time and location on the next working day.

Page 13 of 48
17. Clarification of Tenders: To assist in the examination, evaluation and comparison of bids, the Owner may, at his
discretion, ask any Bidder for clarification of his bid, including breakdowns of unit rates. The request for
clarification and the response shall be in writing or by fax, but no change in the price or substance of the tendering
shall be sought, offered, or permitted.
18. Examination of Bids and Determination of Responsiveness:
18.1 Prior to the detailed evaluation of bids, the Owner will determine whether each bid
a) Meets the eligibility criteria defined
b) Has been properly signed and meets the requirements mentioned
c) is accompanied by the required securities and;
d) is responsive to the requirements of the tendering documents.
18.2 A responsive bid is one which conforms to all the terms, conditions and specifications of the tendering
documents, without material deviation or reservation. A material deviation or reservation is one
a) Which affects in any substantial way the scope, quality, or performance of the works;
b) which limits in any substantial way, inconsistent with the tender documents, the Indian Institute of
Technology Roorkee rights or the Bidders’ obligations under the contract; or
c) Whose rectification would affect unfairly the competitive position of other Bidders presenting responsive
bids.
18.3 If a bid is not responsive, it will be rejected by the Indian Institute of Technology Roorkee, and may not
subsequently be made responsive by correction or withdrawal of the nonconforming deviation or reservation.
19. Evaluation and Comparison of Bids:
19.1 The Owner along will evaluate and compare only the bids determined to be substantially responsive.
19.2 In evaluating the bids, the Owner will determine for each bid the evaluated bids Price by adjusting the bid.
Price as follows:
a) Making any correction for errors; or
b) Making an appropriate adjustment for any other acceptable variations, deviations; and
c) Making appropriate adjustments to reflect discounts offered.
20. The Owner reserves the right to accept or reject any variation, deviation, or alternative offer and other factors
which are in excess of the requirement of the tender.

F: AWARD OF TENDER
21. Award criteria:
21.1 The acceptance of bid will rest with the Owner, which does not bind itself to accept the lowest bid and
reserves to itself the authority to reject completely / partially, any or all of the bid/s received without the
assignment of a reason.
21.2 The owner reserves to itself the right of accepting the whole or any part of the Bid and the Bidder shall be
bound to perform the same at the rate quoted.
21.3 The Owner reserves to itself the right of omission of any item of work from the awarded tender at any time
/ stage during the execution of work and awards the same to another agency / bidder.
22. Notification of award: The successful Bidder will be issued a Letter of Acceptance (LoA) by the Owner. The
issuance of LoA shall not constitute an award of work.
23. Performance Guarantee: Within ten (10) days of LoA the successful Bidder shall furnish the performance
guarantee @ 5% of value of work in the form of DD/FDR/ Bankers cheque /Bank Guarantee from Scheduled bank
provided in the tender document. The Performance Guarantee must be valid two months beyond the work completion
period. It may be further extended. The Performance guarantee shall be returned / refunded to the bidder on
completion of the work and recording of the completion certificate. In case the bidder fails to deposit it the said
performance guarantee within the period as indicated, the Earnest Money deposited by the bidder shall be forfeited
automatically without any notice to the bidder.
24. Signing of contract form: On the acceptance of LoA and Performance Bank Guarantee of the successful Bidder
whose tender has been accepted in writing, the Indian Institute of Technology Roorkee will sign an agreement.
Article of agreement shall be as per IIT Roorkee.

Page 14 of 48
G: DURING EXECUTION
25. During Execution: The Bidder shall carry out all the works strictly in accordance with the drawing, details and
instructions of the Owner. If in the opinion of the Owner, changes have to be made in the design, and they desire the
bidder to carry out the same, the Bidder shall be bound to comply. The Owner decisions in such cases shall be final.

The Bidder is bound to carry out any items of work necessary for the completion of the job even though such items
are not included in the schedule of quantities and rates. Schedule of instructions in respect of such additional items
and their quantities with the prior consent from the Owner. Rates for such items of work will be approved by the
Owner on the basis of Analysis of Rates which will be derived from actual prevailing market rates of similar item
along with 15% as bidder’s profit & overhead (or service charge as quoted by the bidder). The rates approved by the
Owner in such cases will be final.

The Bidder shall get the quality of work done inspected for material and workmanship at different stages of execution
as per instructions given by the Owner or their representative time to time. Any item of work done which is found
not conforming to the Contract shall be rejected by the Owner. The decision of the Owner in such cases shall be
final.

The Owner may instruct at any stage of execution for testing of samples of any material taken at random. The Owner
will decide the testing laboratory / agency and the cost of testing including the expenses for sending the samples to
the laboratory / agency and receipt of test reports shall be borne by the Bidder. The material shall be rejected in case
the test reports are not within the permissible limits.

The Bidder shall have to present the invoice for purchased material from the manufacturer or from the dealer along
with the certificate from the manufacturer. In case material is found to be of substandard quality, the same shall be
rejected by the Owner. The decision of the Owner in such cases shall be final.

The Bidder shall not be entitled to any compensation for the Loss suffered by him on account of delays in
commencing or executing the work whatever the cause of delay may be, including delays arising out of modifications
to the work entrusted to him or in any subcontracts connected therewith or delays in awarding contracts for other
trades of the project or in commencement or completion of such other works or in procuring Government controlled
or other building materials for any other reasons whatsoever. The Owner shall not be liable for any sum besides the
e-tender amount, subject to such variations as are provided for herein and as instructed by Owner. However,
necessary time extension will be given if the delays are not attributed to the Bidder.

Page 15 of 48
ANNEXURE - A

QUALIFYING INFORMATION

Please furnish the following information along with documentary evidence only in this format (as eligibility criteria)

1. Name of the bidder

2. Legal Status of the bidder

3. Place of registration and registration of the


bidder

4. Year of establishment of the firm.


5. Permanent Address

6. Email id
7. Contact Numbers
8. Principal place of the registration
9. PAN No.
10. GST No.
11. EPF
12. ESI
13. Tender fee details
14. Solvency certificate details

16. Average annual financial turnover during the last 3 years, ending 31st March of previous financial year, should not
be less than 50% of the estimated cost. CA certificate be enclosed as documentary proof. Copies of balance sheets
duly certified by CA preferably with UDIN Number to be submitted.

Sl. No. Financial Year Amount (in Lakhs)


1 2021-2022
2 2022-2023
3 2023-2024

17. PROFORMA FOR LIST OF WORKS EXECUTED BY THE BIDDER DURING THE LAST 5 YEARS AND
ABOVE

Sl. Name of work/ project Name & postal address of Contract Date of Date of Actual Date of
No with address the owner & contact person Value Start Completion Completion

Note: Bidder may furnish the above information in separate sheet if the space is not sufficient.
18. PROFORMA FOR LIST OF WORKS IN HAND

Page 16 of 48
Sl. Name of work/ project Name & postal address of Published Date of Stipulated Present
No with address the owner & contact person Value Start date of Progress
completion

Note: Bidder may furnish the above information in separate sheet if the space is not sufficient

19. DETAILS OF KEY PERSONNEL

Sl. Name & Designation Qualification Experience Nature of Works Date from which
No Handled employed in your
organization

Note: Bidder may furnish the above information in separate sheet if the space is not sufficient.

20. List of equipments, tools and tackles (in applicable).

Page 17 of 48
GENERAL CONDITIONS OF CONTRACT(GCC)

A: GENERAL
1.0 Definitions :
1.1 In this contract, the following terms shall be interpreted as indicated:

a. “The Contract” means the agreement entered into between the Owner and the Bidder, as recorded in the
contract form signed by the parties, including all the attachments and appendices thereto and all
documents incorporated by reference therein.
b. “The Contract Value” means the amount payable to the Bidder under the contract for the full and proper
performance of its contractual obligations.
c. “Contract Data” means any information provided in the tender document and agreed to by the Bidder.
d. “The Work” means all labour, materials, tools and plant, equipment including government taxes and
transport that may be required in preparation of and for and in the full and entire execution and completion
of “the Work”.
e. “Services” means services ancillary to the execution of the work such as transportation and insurance,
and any other incidental services, such as installation, commissioning, provision of technical assistance,
training and other obligations of the Bidder covered under the contract.
f. “GCC” mean the General Conditions of Contract contained in this section.
g. “SCC” means the Special Conditions of Contract.
h. “The Owner” means the Indian Institute of Technology Roorkee or its representative.
i. “The Owner” means the Owner/Project Management Consultant appointed by the Owner for preparing
all the drawings, details and specifications of items required for the execution of the work and supervise
and monitor the execution at site along with checking and verifying Bidder’s bill. The Bidder shall offer
the Engineer or any representative of Owner every facility and assistance for examining the works and
materials. The Engineer or any representative of the Owner shall have power to give notice to the Bidder
or to his staff, of non-approval of any work or materials and such work shall be suspended or the use of
such materials shall be discontinued until the decision of the Owner. Such examinations shall not in any
way exonerate the bidder from the obligations to remedy any defects which may be found to exist at any
stage of the work or after the same is completed.
j. “The Bidder” means the individual or the firm executing the work.
k. “The Project Site” where applicable, means the place or places named in SCC.
l. “Day” means calendar day.
m. “Engineer-in-charge (EIC)” means Assistant Executive Engineer.

2.0 Interpretation and Application

2.1 These general conditions shall apply to the extent that provisions in other parts of the contract do not supersede
them.
2.2 In interpreting these Conditions of Contract, singular also means plural, male also means female or neuter, and
the other way around. Headings have no significance. Words have their normal meaning under the language of
the Contract unless specifically defined. The Owner will provide instructions clarifying queries about the
Conditions of Contract.
2.3 If sectional completion is specified in the Contract Data, references in the Conditions of Contract to the Works,
the Completion Date, and the Intended completion date are for the whole of the Works.

3.0 Standards

3.1 The works executed by the Bidder should be carried out in most professional manner, both as regards material
and otherwise, in every respect, in strict accordance with the Technical Specifications. All materials and
workmanship shall so far as procurable be of the respective kinds described in the priced schedule of quantities
and/ or specifications and in accordance with the Owner’ instructions, and the Bidder shall upon the request of
the Owner, furnish them with all invoices, accounts; receipts and other vouchers to prove that the material

Page 18 of 48
procured complies therewith. When no applicable standard is mentioned, the work shall be carried out as per the
directions of the Owner. The Bidder shall at his own cost arrange for and/or carry out any test of materials which
the Owner may require. In case of discrepancies in tender wording as regards the specifications of materials,
workmanship etc., written instructions will supersede the tender wording unless otherwise mentioned.

3.2 The Owner in their absolute discretion from time to time shall issue further drawings and/ or written instructions,
details, directions and explanations which are hereafter collectively referred to as “the Owner’s instructions” in
regard to: -

a. The variation or modification of the design quality or quantity of works or the addition or omission or submission
on any work.
b. Any discrepancy in the drawings or between the schedule of quantities and / or drawings and /or specifications/
dimensions etc.
c. The removal and / or re-execution of any works executed by the Bidder.
d. The removal from the site of any materials brought thereon by the Bidder and the substitution of any other materials
therefore / or rejection of the material brought on site.

4.0 Use of Contract Documents and Information


4.1 The Bidder shall not, without the Owners’ prior written consent, disclose the contract or any provision thereof,
or any specifications, plan, drawing, pattern, sample or information furnished by or on behalf of the Owner in
connection therewith, to any person other than a person employed by the Bidder in performance of the contract.
Disclosure to any such employed person shall be made in confidence and shall extend only so far, as may be
necessary for purposes of such performance.
4.2 The Bidder shall not, without the Owner’s prior written consent make use of any document or information
enumerated in Para 4.1 except for the purposes of performing the contract.
4.3 All documents included but not limited to contract agreement shall remain the property of the Owner and shall
be returned (in all copies) to the Owner on completion of the Bidder’s performance under the contract, if so
required by the Owner.

5.0 Owner’s Decisions: Except where otherwise specifically stated, the Owner will decide contractual matters between
the Owner and the Bidder, in the role of representing the Owner.

6.0 Performance Guarantee: The proceeds of the performance guarantee shall be payable to the Owner as
compensation for any loss or dues resulting from the Bidder’s failure to complete its obligations under the contract.

7.0 Program and Reporting


7.1 The bidder shall furnish to the Indian Institute of Technology Roorkee a bar chart laying down weekly financial
and physical targets to complete the project within stipulated time for approval within fifteen days from the date
of receipt of notification of award. Weekly progress report shall be furnished to the owner showing the progress.
7.2 The bidder must submit every week the following information to the Owner in writing:
i. Number of men employed, trade wise;
ii. Progress achieved;
iii. Expected dates for completion of work;
iv. Any actual or potential delay in completion schedule.

8.0 Assignment and Sub-contracting


8.1 The whole of the works included in the Contract shall be executed by the bidder and the bidder shall not directly
or indirectly transfer, assign or underlet the contract or any part, share or interest therein without the written
consent of the Owner.
8.2 No sub-contracting shall relieve the Bidder from the full and entire responsibility of the Contract or from the
active superintendence of the work during their progress.

Page 19 of 48
9.0 Bidder to provide everything necessary for proper execution of work

9.1 The Bidder shall provide everything necessary for the proper execution of the works according to the intent and
meaning of the drawings, priced schedule of quantities and specifications taken together whether the same may
or may not be particularly shown or described therein provided that the same can reasonably be inferred there
from. If the Bidder finds any discrepancy therein he shall immediately and in writing refer the same to the Owner
whose decision shall be final and binding. Further, if any sample(s) of material(s), fittings, fixtures or finished
item(s), to be used in the construction work, has/have been called for from the bidder, no work related to it/these
shall be executed unless the same has/ have been approved by the Owner failing which no payment shall be
made to the bidder on this account. Any sample, duly approved by the Owner shall become part of the supply to
be used in “the works”.
9.2 IIT Roorkee will provide water and power supply at site free of cost for the entire work.
9.3 The Bidder shall supply fix and maintain at his cost, during the execution of any works, all the necessary power
supply, water supply, centering, scaffolding, watching and lighting by night as well as by day, required not only
for the proper execution but also for protection of the public and the safety of any adjacent roads, streets,
pavements, walls houses, building and other erections, matters or things. The Bidder shall take down and remove
any or all such centering, scaffolding, staging, planking, timbering, strutting, shoring pumping, fencing,
hoarding, watching and lighting by night as well as by day, required not only for the proper execution but also
for protection of the public and the safety of any adjacent roads, streets, pavements, walls houses, building and
other erections matters or things. The bidder shall take down and remove any or all such centering, scaffolding,
staging, planking, timbering, strutting, shoring etc. as occasion shall require or when ordered so to do so and
shall fully reinstate and make good all matters and things disturbed during the execution of the works, to the
satisfaction of the Owner.
9.4 Throughout the execution of the work, the Bidder or his representative duly authorized and fully responsible and
technically conversant with the work under this agreement, acting on his behalf shall be available at the site for
supervising the work. The Bidder shall make adequate arrangements for watchmen to guard the materials
brought by them to the site and shall ensure the safety, breakage and any theft of materials fixed or unfixed by
him. Any material, T & P brought to the site for bonafide use of the Project shall not be removed/ shifted from
the site without the prior written permission of the Engineer/Owner.
9.5 The bidder has to provide at his cost leveling pipe, steel/ metallic tapes etc. required by the supervising staff of
the Owner’s/Owner’ representative during execution of the work.
9.6 Whenever required by the Owner, the Bidder shall provide electrical drawings / details before execution of work
and get them approved by the Owner.
9.7 Wherever the specification of any item indicates the usage of approved equivalent of any material, the Bidder
shall get the sample of the equivalent material approved from the Owner before execution. The approval of the
equivalent material is entirely at the discretion of the Owner.

10.0 Infrastructure: For storage of materials, bidder has to provide at his own cost sufficient fenced and covered
appropriate area on site for storage of above materials with lock and key arrangement. For arranging meetings suitable
sized table and chairs shall be provided by Bidder. Temporary space shall be provided to the Bidder for construction
of stores for storage of materials /site office/ labour hutments for the project period.

11.0 Site Establishment: The bidder shall provide all stores, workmen and materials. All materials likely to deteriorate in
the open shall be stored under suitable cover. The security of the bidder’s equipment and materials is his own
responsibility. The Owner accepts no liability for loss or damage to the bidder’s plant tools or materials. The materials
issued to the bidder by the Owner will remain under the custody of bidder as a trustee. However, title on the same will
remain with the Owner. The bidder will be responsible for loss or damage to such materials and shall preserve them
in good working conditions as required for the contract and good construction practices till such time that they are
incorporated in the works and erected, aligned and fully installed in position and handed over to the Owner. In case
the Owner feels that arrangements made by the bidder are not adequate he shall so advice the bidder and the bidder
shall promptly take corrective action. In case the bidder fails to take corrective action, Owner shall take such corrective
actions and recover the cost thereof from the bidder’s bills. Accounts of such material on completion of work shall be
rendered and surplus material returned to the Owner as per instructions of Owner. The bidder shall clear away

Page 20 of 48
periodically or as instructed by Owner any rubbish, scrap materials, etc. and dump the same in the authorized dump
sites notified by local authority/area indicated by the Owner. All construction materials shall be neatly stacked in an
orderly manner as directed by the Owner and care shall be taken to allow proper access to workmen and easy
movement of men, vehicles, cranes and materials. The bidder shall maintain all the drawings carefully mounted on
the board of appropriate size and well protected from the ravages of weather, termites and other insects. The bidder
shall not permit the entry to the site of any person not directly connected/concerned with the work without first having
obtained the written permission of Owner. The bidder shall submit a list of plants, equipments, tools, tackles, etc.
which he will use, to perform the work. These tools, etc. shall not be removed from the site till the completion of job.
A gate pass must be obtained from the Indian Institute of Technology Roorkee, chief proctor office, in order to remove
from site any plant equipment, tools and materials. All items such as instructions and other pertinent data regarding
erection/commissioning and maintenance should be typed and classified for transmittal in a manner approved by the
Owner. For all employees of Owner, the bidder shall conform for no misconduct from any of his workforce; failure
of this will be sufficient cause for removal of such person from the site.

12.0 Messing & Accommodation: The bidder will make his own arrangements for messing and accommodation. No
accommodation and messing shall be provided by the Owner.

13.0 Procurement, Consumption and Storage of Materials

13.1 The bidder shall at his own expenses, provide all materials including cement & steel required for the works.
Adequate stocks of all materials required for the work are to be maintained at site. No material (unless as
provided elsewhere in this document) shall be supplied by the Owner.
13.2 All materials to be provided by the bidder shall be in conformity with the detailed specifications laid down in
the contract and the bidder have to prove that the materials conform to the laid down specifications, if requested
by the Indian Institute of Technology Roorkee.
13.3 All materials required for execution of work must be got approved by the site representative of the Owner before
they are actually put to use. All facilities for prior inspection of materials and subsequent inspection of work by
the Site Engineer must be made available.
13.4 The bidder shall, at his own expenses and without delay, supply to the Owner samples of materials proposed to
be used in the work. The Owner shall within seven days of supply of samples, or within such further period as
Owner may require and intimate the bidder in writing, whether samples are approved by Owner, or not. If
samples are not approved, the bidder shall forthwith arrange to supply, for their approval, fresh samples
complying with the specification laid down in the contract.
13.5 The Owner shall have full powers to require removal of any or all the materials brought to site by the bidder
which are not in accordance with the contract specifications or do not conform in character or quality to the
samples approved Owner. In case of default on the part of the bidder in removing rejected materials, the Owner
shall be at liberty to have them removed by other means. The Owner shall have full powers to direct other proper
materials to be substituted for rejected materials and in the event of the bidder refusing to comply. Owner may
cause the same to be supplied by other means. All risks and costs which may attend upon such removal and/or
substitution shall be borne by the bidder.
13.6 Bidder shall be responsible for procurement of all materials/ equipments etc. No delay due to non availability of
any material equipment will be entertained by Owner.

14.0 Method of storing the materials

14.1 The bidder shall at his own cost, provide for all necessary storage on the site in specified areas for all materials
such as steel, cement and such other materials which are likely to deteriorate by the action of sun, wind, rain,
dampness or other natural causes due to exposure in the compounds or in stores in such a manner that all
materials, tool etc. shall be duly protected form damage by weather or any other cause.
14.2 Materials required for the works, by the bidder be stored by the bidder only at places approved by the Owner.
Storage and safe custody of materials shall be the responsibility of the bidder. All the materials including
bidder’s Tools & Plants brought by the bidder to the site shall become and remain the property of the Owner
and shall not be removed off the site without prior written approval of the Owner/Owner. But whenever the

Page 21 of 48
works are finally completed and advances, if any, in respect of such materials are fully recovered, the bidder
shall at own expenses forthwith remove from the site all surplus materials supplied by him and upon such
removal, the same shall revert in and become the property of the bidder.

15.0 Shuttering and Scaffolding Materials: It shall be desirable to have adequate amount of shuttering and scaffolding
materials to complete the work speedily and Owner decision so as to the quantum of these desirable/ resources of
the site shall be final and binding.

16.0 Completion of Work: Before finally leaving site, all the Bidders stores, plant, tools and rubbish shall be removed
and the site left clean and tidy. The space allocated by Owner shall be vacated and handed over to the Owner.

17.0 Water and Electricity for Construction work : Water & Electricity as per relevant section’s mentioned above

18.0 Employment of Labour

18.1 The bidder shall comply with the requirement of statutory provisions and shall be solely responsible for
fulfillment of all legal obligations under Contract Labour (R&A) Act, Inter State Migrant Workmen
(Registration of Employment and condition of Service Act, Payment of Wages Act., Minimum Wages Act,
Workmen’s Compensation Act, Factories Act, Employee’s Provident Fund & Miscellaneous Provisions Act,
Payment of Bonus Act, Payment of Gratuity Act, Industrial Disputes Act and all other Industrial/Labour
enactments and Rules made there under as applicable from time to time. In case Owner incurs any liability
towards payment of any dues, compensation, cost of any other liability of any kind whatsoever, due to non-
fulfillment of statutory provisions under any industrial/labour laws by the bidder, the same shall be made good
by the bidder and Owner shall have full right to recover and claim the same against the bidder from his
outstanding bills or otherwise. No labour to stay at site.
18.2 The bidder will be expected to employ on the work only his regular skilled employees with experience of this
particular work. The permission of the Owner must be obtained before tradesman are recruited locally for the
work. This rule does not apply to unskilled labour. No female labour shall be employed in dark hours/ i.e. hours
prohibited under the applicable law. No person below the age of eighteen years shall be employed at any point
of time. The bidder shall pay, to each person, the wages as per minimum Wages Act of the State Government.
18.3 All traveling expenses including provision of all necessary transport to and from site, lodging allowances and
other payments to the bidder’s employees are his own responsibility. The hours of work on the site shall be
decided by the Owner and bidder shall adhere to the same. All bidders employees shall wear safety helmet and
such identifications marks as may be provided by bidder on work site and duly approved by Owner. All notices
displayed on the site and any instructions issued by the Owner shall be strictly adhered to by the Bidder’s and/or
his sub-bidders employees. The bidder shall be required to maintain employment records as covered in relevant
Acts and produce documentary evidence to the effect that he has discharged his obligations under the Employees
Provident Fund Act 1952, and ESI Act, 1948 Group Insurance and other Acts for the workmen working at site.
18.4 The bidder shall comply with the provisions of the Apprentices Act 1961, and the rules and orders issued there
under from time to time. If he fails to do so, his failure will be a breach of the contract and the Dean
Infrastructure/Executive Engineer may in his discretion, without prejudice to any other right or remedy available
in law, cancel the contract. The bidder shall also be liable for any pecuniary liability arising on account of any
violation by him of the provisions of the said Act.

19.0 Working and Safety Regulations: The bidder shall observe all statutory safety and legal requirements regulations
issued by Central and State Governments applicable to the work as well as any local regulations applicable to the
site issued by the Owner or any other authority.

20.0 Particular attention is drawn to the following: In case of accident, the Owner shall be informed in writing forthwith
and First-Aid, Hospitalization shall be provided by the Bidder. The bidder shall strictly follow regulations laid down
by Govt. and State authorities in this regard and all cases are to be defended by the bidder. The Owner shall not
refund any insurance claims. Bidder shall fence his plant, platforms, excavations etc. Compliance with all
electricity regulations. Compliance with statutory requirements for inspection and test of all lifting appliances and

Page 22 of 48
auxiliary lifting gear. Staircase, doors or gangways shall not be obstructed in any way that will interfere with means
of access of escape. Where it is necessary to provide and/or store petroleum products or petroleum mixtures and
explosive, the bidder shall be responsible for carrying out such provision and/or storage in accordance with the rules
and regulation laid down in Petroleum Act 1934. Explosive Act 1948 and Petroleum and Carbide of Calcium
Manual Published by the Chief Inspector of Explosive of India. All such storage shall have prior approvals of the
Owner. In case any approval or clearance from Chief Inspector of Explosive or any statutory authorities is required,
the bidder shall be responsible for obtaining the same.

The bidder shall have his own Fire Fighting Extinguishers and Equipment. The bidder shall be responsible for the
provision of all safety notices safety equipments including the safety gadgets for his workmen required by both the
relevant legislation and such as the Owner may deem necessary. While working at heights, safety belts and safety
helmets shall necessarily be used.

21.0 Owner’s and Bidder’s Risks: The Owner carries the risks, which this Contract states are The Owner risks, and
the Bidder carries the risk, which this Contract states are The Bidder’s risks.

21.1 Owner’s Risks: The Owner is responsible for the accepted risks which are :

a. In so far as they directly affect the execution of the Works. These include war, hostilities, invasion, act of foreign
enemies, rebellion, revolution, insurrection of military or usurped power, civil war, riot commotion or disorder
(unless restricted to the Bidder’s Employees), and contamination from any nuclear fuel or nuclear waste or
radioactive toxic explosive, or
b. A cause due solely to the design of the Works, other than the Bidder’s design.

21.2 Bidder’s Risks: All risks of loss or damage to physical property and of personal injury and death which arise
during and in consequence of the performance of the Contract other than the accepted risks of the owner.
21.3 The Bidder shall be responsible for all injury to persons, animals or things, and for all damages to the structural
and/or decorative part of property which may arise from the operations or neglect of himself or of any sub-bidder
or of any of his or sub-bidder’s employees whether such injury or damage arises from carelessness accident or
any other causes whatsoever in any way connected with the carrying out to the Contract. This clause shall be
held to include interalia any damage to buildings, whether immediately adjacent or otherwise and any damage
to roads, footpaths, or ways as well as all damage caused to the buildings and the work forming the subject to
this Contract by frost, rain or other inclemency of the weather. The Bidder shall indemnify the Owner and hold
him harmless in respect of all and any expenses arising from any such injury or damage to persons or property
as aforesaid and also in respect of any claim made in respect of injury or damage under any acts of Government
or otherwise and also in respect of an award of compensation or damages consequent upon such claim. The
bidder shall make good all damages of every sort mentioned in the Clause, as to deliver up the whole of the
Contract works complete and perfect in every respect and so as to make good or otherwise satisfy all claims for
damage to the property of third parties.

22.0 Insurance

22.1 The Bidder shall provide, in the joint names of the Owner and the Bidder, insurance cover from the Start Date
to the end of the Defects Liability Period, in the amounts and deductibles stated in the Contracted Data for the
following events which are due to the Bidder’s risks and shall be covered under respective policies as under :
a. Workmen Compensation Policy;
b. Bidder’s All Risk Policy;
c. Third Party Insurance.

22.2 Policies and certificates for insurance shall be delivered by the Bidder to the Owner for the approval before the
Date of Start of work i.e. dates of execution of the contract. All such insurance shall provide for compensation
to be payable in the types and proportions of currencies required to rectify the loss or damage incurred.

Page 23 of 48
22.3 If the Bidder does not provide any of the policies and certificates required, the Owner may affect the insurance
which the Bidder should have provided and recover the premiums the Owner has paid from payments otherwise
due to the Bidder or if no payment is due, the payment of the premiums shall be a debt due.
22.4 Alterations to the terms of the insurance shall not be made without the approval of the Owner.
22.5 Both parties shall comply with the conditions in the insurance policy.

23.0 Setting out Works: The bidder shall set out the works and responsible for the true and perfect setting out of the
same and for the correctness of the positions, levels, dimensions and alignment of all parts thereof, if at any time
any error shall appear during the progress of any part of works the bidder shall at his own expenses rectify such
error, if called upon to the satisfaction of the Owner.

24.0 Bidder to remove all offensive matter, non-suitable material etc immediately.

24.1 All debris, excavated soil, filth or other matter or an offensive nature taken out of any trench, sewer, drain
cesspool or other place shall not be deposited on the surface but shall be at once carted away by the bidder out
of the premises/ site under intimation to concerned authorities.
24.2 Any material brought on site if found unsuitable shall be removed from site at once by the Bidder under
intimation to the concerned authorities.

25.0 Inspections by Owner


25.1 The representative of the Owner at all times have free access to the works and /or to the workshops, factories or
other places where materials are being prepared or constructed for the Contract and also to any place where
materials are lying or from which they are being obtained. No person except the representatives of Public
authorities shall be allowed on the work at any time without the written permission of the Owner. If any work is
to be done at a place other then the site of the works, the Bidder shall obtain written permission of the Owner
for doing so.
25.2 The Owner and their representatives shall have the right to test and/ or inspect the works to confirm their
conformity to the contract, at all times, whenever in progress either on the site on the Bidder’s premises wherever
situated or any firm or company where work in connection with this contract may be in hand. All records,
registers or documents relating to the works including materials used on works shall be kept open to the
inspection of the Owner or his Authorized representative when so called for in writing.
25.3 The Bidder shall get the quality of work done inspected for material and workmanship at different stages of
execution as per instructions given by the Owner or their representative time to time. Any item of work done
which is found not conforming to the Contract shall be rejected by the Owner. The decision of the Owner in
such cases shall be final.
25.4 The inspections and tests may be conducted on the premises of the Bidder or at the Project site. When carried
out on the premises of the Bidder or its sub-Bidder(s), all reasonable facilities and assistance including access
to drawings and production data shall be furnished to the inspectors at no charge to the Owner.
25.5 Should any inspected items of work fail to conform to the specifications, the Owner shall communicate them
and the Bidder shall either replace them or make all alterations necessary to meet specification requirements free
of cost to the Owner.
25.6 The Bidder shall permit the Owner/Architect to inspect the Bidder’s accounts and records relating to the
performance of the Bidder and to have them audited by auditors appointed by the Owner, if so required.

26.0 Covering Up/Uncovering of Works


26.1 No part of the works shall be covered up without the approval of Owner and the Bidder shall afford full
opportunity for examination and inspection by the Owner. The bidder shall give due notice to the EIC about the
work to be covered up for its measurements and examination. The EIC shall within a reasonable time attend for
the purpose of examining such work, unless the EIC specifically advises the Bidder in writing of his
unwillingness not to attend for such examination in which case the Bidder may proceed further with the Contract
work.
26.2 Should the Owner consider it necessary in order to satisfy himself as to the quality of the work, the Bidder shall
at anytime during the continuance of the contract pull down or cut into any part of the work and make such

Page 24 of 48
opening into and to such an extent through the same, as the Engineer may direct and the Bidder shall make good
the whole to the satisfaction of the Engineer, should the work prove to be faulty or in any respect not in
accordance with the terms of the contract documents, the Engineer shall be at liberty to order such further
removal as he may consider necessary and the whole of the expenses incurred shall be borne by the bidder. If
however, the work proves to be sound and in accordance with the contract document, the actual expenses
incurred in such examination will be borne by the Owner.
26.3 Rates charged by the Bidder for works performed under the contract shall not vary from the rates quoted by the
Bidder in its bid, with the exception of any price adjustments authorized in SCC or in the Owner’s request for
bid validity extension, as the case may be.
26.4 If requested by the Owner, the Bidder shall provide the Owner with a detailed cost breakdown of any rate in the
Schedule of Quantities.
26.5 The Owner may at any time / stage of execution demand for the Analysis of Rates for any item / items of work
which in their opinion is / are abnormally high / low rates or required for the Analysis of Rates of other Publish
/ extra item / items. The Bidder is bound to present the same and if the Bidder is unable to present a justified
Analysis of Rates for any item / items, the rate / rates for such item may be adjusted accordingly and the decision
of the Owner in such cases shall be final.

27.0 Change in the order/ Extra items of work


27.1 The Owner may at any time, by written order given to the Bidder, make alterations in, omissions from, additions
to, or substitutions for, in drawings, designs or specifications or quantities of the items of work.
27.2 Owner reserves to itself the right of omission of any item of work from the awarded Publish at any time / stage
during the execution of work and award the same to another agency / bidder.
27.3 The Owner may at any time by written order given to the Bidder, increase the scope of work or include any new
item of work. The Bidder shall be bound to carry out such works, the rates for which shall be arrived as below:
a. In the case of Extra Item(s) being the schedule item(s) (Delhi Schedule of Rates item), these shall be paid
as per the schedule rate (at the time of tender) plus/minus percentage above/below quoted contract amount.
Payment of Extra Item(s) in case of non-schedule item (Non-DSR item) shall be made as per the prevailing
market rate.
b. In the case of Substituted item(s) being the schedule item(s) (Delhi Schedule of Rates item), these shall be
paid as per the schedule rate (at the time of tender) plus/minus percentage above/below quoted contract
amount. Payment of substitute in case of non-schedule item (Non-DSR item) shall be made as per the
prevailing market rate.

28.0 Payment
28.1 The method and conditions of payment to be made to the Bidder under the contract shall be specified in SCC.
28.2 Payment shall be made promptly by the Owner within thirty (30) days of certification of the bill by the Owner.
28.3 All intermediate running payments to the bidder shall be regarded as payments by way of advance against the
final payment and shall not preclude the requiring of bad, unsound and imperfect or unskillful work to be
removed, taken away and reconstructed or re-erected.

29.0 Variations and Provisional Cost (If applicable):


29.1 Where work cannot be measured and valued properly, the Bidder shall be allowed day work rates on the prices
prevailing when such work is carried out (unless otherwise provided in the contract): a. At the rates if any
inserted by the Bidder in the priced Schedule of Quantities or b. If no such rates have been inserted then at the
rates prevailing in the market for material and labour and at the control rates for the controlled materials
including in all cases the rate for delivery of the material at the work.
29.2 Provided that in any case voucher specifying the time daily spent upon the work (and if required by the Owner
the workman’s names) and the materials used shall be delivered for verification to the Owner, or his authorized
representative not later than the end of the week following that in which the work has been executed. Effect shall
be given to the measurement and valuation of variations in interim Certificates and by adjustment of the total
Contract Value.

30.0 Claims for Extra or for Deductions

Page 25 of 48
30.1 The Owner shall not be responsible for the payment of any claim for extra work not included in the contract nor
the Bidder shall be entitled to claim any addition to the contract sum in respect of any changes or alterations in
the materials used unless the same shall have been ordered or sanctioned, as the case may be, in writing by the
Owner.
30.2 The Bidder has to submit a monthly return by 10th of the ensuing month for any extra work which in his opinion
is not covered by the contract agreement through the Owner’s/ Owner’s representatives and obtain a receipt
from the authorized signatory of the Owner. Failing this, he shall have no right to any such claim, whatsoever
may be the circumstances, later on.
30.3 In the event of any dispute arising either as to validity of the claim or as to the account to be paid or allowed in
respect thereof, the decision of the Owner shall be final and binding on the bidder. In the meantime, the Bidder
may either proceed with the work in question or suspend the same as may be determined by the Owner.
30.4 All extra works (those permitted by Owner) of every description shall be executed by bidder on site of work in
pursuance of any of the provision of the contract, shall be measured up, and shall be paid according to actual
quantities ascertained by such measurements and the prices as finalized by the Owner based on the priced
schedule of quantities so that such priced schedule of quantities shall include all such operations and accessories
as appear in the said schedule of prices or specification to be or shall in the opinion of the Owner the
contingencies upon the works mentioned in such schedule of prices or required to make such works perfect and
fit for use.
30.5 Provided also that if any work shall be ordered by the Owner and executed by the Bidder for the payment of
which no provision in the opinion of the Owner have been made in the priced schedule of quantities or the
specifications, the Owner shall fix and determine such prices for the same based on the prices appearing in the
priced schedule of quantities, such allowance being made as may seem to the Owner sufficient for any difference
in the character of conditions of the work. However rates for extra items shall be fixed on the basis of actual rate
analysis.
30.6 If, it shall appear that the work has been executed with unsound, imperfect or unskilled workmanship, or with
material of any imperfect or any inferior quantity or otherwise not in accordance with the contract documents
the Bidder shall at his own cost rectify, reform, remove, or reconstruct the same, wither in the whole or in part,
as may be directed by the EIC, whether or not the value of any such work or materials shall have been included
in any payment made to the Bidder.
30.7 The Bidder shall remove all malba etc., wash and clean the floors and hand over the site quite clean on the
completion of the work.

31.0 Delay in the Bidder’s performance


31.1 Execution of the work and performance of the services shall be done by the Bidder in accordance with the time
schedule specified by the Owner in the Notice inviting tender.
31.2 If, at any time during performance of the contract, the Bidder should encounter conditions impending timely
execution of the works and performance of services, the Bidder shall promptly notify the Owner in writing of
the fact of the delay, its likely duration and its cause(s). As soon as possible, after receipt of the Bidder’s notice,
the Owner shall evaluate the situation and may, entirely at its discretion, extend the Bidder’s time for
performance with or without liquidated damages
32.0 Liquidated Damages: If the Bidder fails to execute any or all of the works or to perform the services within the
period(s) specified in the contract, the Owner shall deduct from the contract value, as liquidated damages, a sum
specified in the SCC for each week or part thereof delay until actual completion or performance, up to a maximum
deduction of the percentage specified in SCC. Once the maximum is reached, the Owner may consider termination
of the contract.

33.0 Termination by Default


The Owner may without prejudice to any other right or remedy, by written notice (of fifteen days) of default sent
to the Bidder, terminate the contract in whole or part: a) if the Bidder fails to complete any or all of the works
within the period(s) specified in the NIT or any amendment thereof, or within any extension thereof granted by
the Owner, or for any cause including unsatisfactory performance or violation of the terms and conditions of the
contract whatsoever or b) if the Bidder fails to perform any other obligation(s) under the contract.

Page 26 of 48
In the event, the Owner terminates the contract in whole or in part, the Owner may procure, upon such terms and
in such manner as it deems appropriate, works or services similar to those unexecuted and the Bidder shall be
liable to the Owner for any excess costs for such similar work or services. However, the Bidder shall continue the
performance of the contract to the extent not terminated.
The owner may terminate the contract bond without prejudice due to financial malpractice/ misbehavior/ verbal or
physical assault/ poor quality of work etc. Further to this the bidder shall be debarred for two years for participating
in any tender of IIT Roorkee.
Termination of the contract shall not relieve the agency/bidder from any of his obligation imposed by the contract
with respect to the work performed by them prior to such termination.
In case of termination of the contract, IIT Roorkee reserves the right to get the work done by deploying other
agencies. Cost incurred for the same will be recovered from agency’s bill /PBG/pledged FDR.
For any above-mentioned cause including unsatisfactory performance or violation of the terms and conditions of
the contract whatsoever, the contract is liable to be terminated and the agency is liable to be blacklisted and security
deposit/ Performance Bank Guarantee submitted by the agency shall be forfeited and bank guarantee will be
encashed.

34.0 Force Majeure


34.1 The Bidder shall not be liable for forfeiture of its performance guarantee, liquidated damages or termination by
default, if and to the extent that, its delay in performance or other failure to perform its obligations under the
contract is the result of an event of Force Majeure.
34.2 For purposes of this clause, “Force Majeure” means an unforeseeable event beyond the control of the Bidder
and is not because of the Bidder’s fault or negligence. Such events may include acts of the Owner either in its
sovereign or contractual capacity, wars or revolutions, fires, floods, epidemics.
34.3 If a Force Majeure situation arises, the Bidder shall promptly notify the Owner in writing of such conditions and
the cause thereof. Unless otherwise directed by the Owner in writing, the Bidder shall continue to perform its
obligations under the contract as far as is reasonably practical, and shall seek all reasonable alternative means
for performance not prevented by the Force Majeure event.

35.0 Termination for Insolvency: The Owner may at any time terminate the contract by giving written notice to the
Bidder, if the Bidder becomes bankrupt or otherwise insolvent. In this event, termination will be without
compensation to the Bidder, provided such termination will not prejudice or affect any right of action or remedy
which has accrued or will accrue thereafter to the Owner.

36.0 Termination for Convenience: The Owner, by written 30 days prior notice sent to the Bidder may terminate the
contract, in whole or in part, at any time for its convenience. The notice shall specify that the termination is for
Owner’s convenience, the extent to which performance of the Bidder under the contract is terminated, and the date
upon which such termination becomes effective. The items of work that are complete and ready within (1) month
after the Bidder’s receipt of notice of termination shall be accepted by the Owner at the contract terms and values.
For the remaining works, the Owner may elect;
a) to have any portion completed at the contract terms and value and/or
b) to cancel the remainder and pay to the Bidder an amount, finalized by the Owner, for partially completed
works and for materials and parts previously procured by the Bidder.

37.0 Resolution of Disputes


37.1 The Owner and the Bidder shall make every effort to resolve amicably by direct informal negotiations any
disagreement or dispute arising between them under or in connection with the contract. If, after thirty (30) days
from the commencement of such informal negotiations, the Owner and the Bidder have been unable to resolve
amicably a contract dispute, either party may require that the dispute be referred for resolutions to the formal
mechanisms specified in the SCC. These mechanisms may include but are not limited to, Arbitration in
accordance with rules of Arbitration Act and award made in pursuance thereof shall be binding on both the
parties.
37.2 All disputes should be under the Jurisdiction of civil court Roorkee.

Page 27 of 48
38.0 Governing language: The contract shall be written in Hindi or English language. All correspondence and other
documents pertaining to the contract that are exchanged by the parties shall be written in the same language.

39.0 Governing law: The contract shall be governed by the laws of The Union of India for the time being in force. All
disputes are subject to jurisdiction of courts at Roorkee or Honorable High Court Uttrakhand at Nainital.

40.0 Notices: Any notice given by one party to the other pursuant to this contract shall be sent to other party in writing
by e-mail or letter and confirmed in writing to the other party’s address specified in SCC. A notice shall be effective
on the date on which it is delivered, or on the notice’s effective date, whichever is later.

41.0 Discoveries: Anything of historical or other interest or of significant value unexpectedly discovered on the Site is
the property of the Owner. The Bidder is to notify the Owner of such discoveries and carry out the Owner’
instructions for dealing with them.

42.0 Dismissals of workmen: The bidder on request from the Owner, immediately dismiss from the works any person
employed by him who may be found in the opinion of the client to be unsuitable or incompetent or who has shown
misconduct.

43.0 Working Hours: Normal working hours shall be from 08:45 a.m. to 05:30 p.m. No construction work of important
structural nature shall be carried out on Sundays, Holidays and during nights. However, working hours can be
extended in case of urgency with prior approval of IIT Roorkee.

B. TIME CONTROL
44.0 Program
44.1 Within the time stated in the Contract Data the Bidder shall submit to the Owner for approval a Program showing
the general methods, arrangements, order, and timing for all the activities in the works, along with weekly cash
flow forecast.
An update of the Program shall be a programme showing the actual progress achieved on each activity and the
effect of the progress achieved on the timing of the remaining work including any changes to the sequence of
the activities.
44.2 The Bidder shall submit to the Owner, for approval, an updated Program at intervals no longer than the period
as stated in the clause no. 7.1. If the Bidder does not submit an updated Program within this period, the Owner
may withhold the amount stated in the Contract Data from the next payment certificate and continue to withhold
this amount until the next payment after the date on which the overdue program has been submitted.
44.3 The Owner’s/Owner’s approval of the Program shall not alter the Bidder’s obligations. The Bidder may revise
the Program and submit it to the Owner again at any time. A revised Program is to show the effect of Variations
at any stage of work, Owner award any item/part of item of work to bidder’s workman/ external agency, if in
their opinion, the progress of work is suffering because of that. The work done will be added to the Bidder’s bill
and the amount paid for the job will be deducted from the Bidder’s account.

45.0 Delay and Extension of time


If in the opinion of the Owner the work be delayed
a) by force majeure or
b) by reason of any exceptionally inclement weather or
c) by reason of proceedings taken or threatened by or disputes with adjoining or neighbouring owners or public
authorities or
d) by delays of other bidder or Tradesmen engaged by the Owner or the Owner and the works not referred to in the
Schedule of Quantities and/or specification or
e) by reasons of Owner’s instruction or
f) by reason of civil commotion, local combination of workmen or strike or lockout affecting any of the building
trades or
g) in consequence of the bidder not having received in due time necessary instructions from the Owner for which
he shall have specially applied in writing or

Page 28 of 48
h) from other cause which the Owner may certify as beyond the control of the bidder or
i) by reason of nonpayment of interim certificate at specified time, the Owner shall grant for approval by the
Owner a fair and reasonable extension of time for completion of the Contract. In case of strike or lockout the
bidder shall as soon as may be given written notice thereof to the Owner, but the bidder shall nevertheless
constantly use his endeavours to prevent delay and shall do all that may reasonably be required to the satisfaction
of Owner to proceed with the work.

C. QUALITY CONTROL

46.0 Identifying Defects: The Owner shall check the Bidder’s work and notify the Bidder of any Defects that are found.
Such checking shall not affect the Bidder’s responsibilities. The Owner may instruct the Bidder to search for a
Defect and to uncover and test any work that the Owner considers may have a Defect.

47.0 Correction of Defects


47.1 The Owner shall give notice to the Bidder of any Defects before the end of Defects Liability Period, which
begins at Completion and is defined in the Contract Data. The Defects Liability period shall be extended for as
long as Defects remain to be corrected.
47.2 Every time notice of Defect is given, the Bidder shall correct the notified Defect within the length of time
specified by the Owner’ notice.

48.0 Uncorrected Defects: If the Bidder has not corrected a defect within the time specified in the Owner’s notice. In
case, it is felt by the Owner that undue delay is being done by the bidder, the same will be got done by the Owner
at the risk and cost of the contractor.

D. COST CONTROL
49.0 Schedule of Quantities
49.1 The Schedule of Quantities shall contain items for the construction work, installation, testing, and
commissioning work to be done by the Bidder.
49.2 The Schedule of Quantities is used to calculate the Contract Price. The Bidder is paid for the quantity of the
work done at the rate in the priced Schedule of Quantities for each item.

50.0 Variations: All variations in the program pursuant to clause no. 7.0 of GCC shall be included in the updated
program produced by the Bidder.

51.0 Payments for Variations


51.1 The Bidder shall provide the Owner with a quotation (with breakdown of unit rates) for carrying out the Variation
when requested to do so by the Owner. The Owner shall assess and finalize the quotation, which shall be given
within seven days of the request or within any longer period stated by the Owner and before the Variation is
ordered.
51.2 If the Bidder’s quotation is unreasonable, the Owner may order the Variation and make a change to the Contract
Price which shall be based on Owner’ own forecast of the effects of the Variation on the Bidder’s costs.
51.3 If the Owner decides that the urgency of varying the work would prevent a quotation being given and considered
without delaying the work, no quotation shall be given and shall be treated as a Variation.
51.4 The Bidder shall not be entitled to additional payment for costs, which could have been avoided by giving early
warning.

Page 29 of 48
E: FINISHING THE CONTRACT

52.0 Completion Certificate: The Bidder shall request the Owner to issue a Certificate of Completion of the Works will
do so upon deciding that the Work is completed.

53.0 Taking Over: The Owner shall take over the Site and the Works within seven days of the Owner issuing a certificate
of Completion. Before handing over the site, the bidder must obtain a site clearance certificate from the Owner.

54.0 Final Account: The Bidder shall supply to the Owner a detailed account of the total amount that the Bidder
considers payable under the Contract before the end of the Defects Liability Period. The owner shall issue a Defect
Liability Certificate and certify any final payment that is due to the Bidder within 5-6 days of receiving the Bidder’s
account if it is correct and complete. If it is not, the Owner shall issue within 5-6 days a schedule that states the
scope of the corrections or additions that are necessary. If the Final Account is still unsatisfactory after it has been
resubmitted, the Owner shall decide on the amount payable to the Bidder and issue a payment certificate within 5-
6 days of receiving the Bidder’s revised account.

Page 30 of 48
SPECIAL CONDITIONS OF CONTRACT (SCC)

The following Special Conditions of Contract are supplementary to the General Conditions of Contract. Whenever there is
a conflict, the provisions herein shall prevail over those in the General Conditions of Contract. The corresponding clause
number of the General Conditions of Contract is indicated in parentheses.

1. Definition (SCC clause 1.0)

a) Owner means : IIT Roorkee.


b) Site means the project site situated in IIT Roorkee Main Campus & Saharanpur Campus.

2. (i) Security Deposit: As per Critical Data Sheet.


(ii) Release of Security Deposit: Security Deposit will be refunded by the Owner after completion of Defect Liability
Period i.e. 12 months from date of work completion (in case of work).

3. Performance Guarantee: As per Critical Data Sheet. Performance guarantee shall be valid for a period of 60 days
after completion.

4. Warranty (Defective Liability Period):

(a) Minimum warranty period of complete system will be one year. However, for outsourcing services an
undertaking for statutory payment liability shall be taken from the Contractor. Equipment warranty certificate as per
OEM will be submitted to the department.

(b) During warranty period, all elements of the system which fail due to manufacturing defects or operational wear
& tear shall be replaced / repaired by the bidder without any charges. In case it is felt by the department that undue
delay is being caused by the bidder in doing this, the same will be got done by the department at the risk and cost of
the bidder. The decision of Dean Infrastructure in this regard shall be final.

(c) The bidder shall warranty the performance of the system. If it is not achieved, the necessary
additions/modifications shall be done by the bidder without charging any extra price. However, the owner reserves
the right to have this job done by other manufacturers if the bidder does not get the work done within 15 days of
issuing the notice to the bidder. The cost for the same shall be borne by the bidder.

5. Payment:
5.1 Payment shall be made as
a) No advance payment shall be made.
b) Payment shall be made either on completion of a three month OR on bill amount not less than 25% of
the contract value OR as passed by Dean Infrastructure.
c) Part of the payment can be withheld by the department.

5.2 Payment shall not be released against 1st R/A bill until submission of following documents by bidder to the
Owner:
a) Measurement Book (MB).
b) GST Invoice with revenue stamp.
c) EPF & ESI deposit proof (of one month prior to the month of invoice).
d) Insurance – Bidder’s All Risk (CAR) Policy, Workmen compensation policy and Third-Party
Liability Insurance.

5.2.1 Basis of Payment in RA bills


Payment in RA bills shall be based on quantity of work/ service/ supply executed at site (as per the item of
work/ service/ supply) & verified by Owner as per the item rate in work orders. Owner is authorized to
allow payment for part rate/reduced rate/full rate for any item(s) in the Schedule of Quantity. Further owner
is authorized to allow different part rates/ reduced rate for different item(s).
5.2.2 Disallowance of payment

Page 31 of 48
If payment has been made in RA bill for any item of work but later some defect is noticed, Owner/Architect
is authorized to disallow the payment in the subsequent bills till rectification of the work.
5.2 Final bill
The final bill complete in all respect shall be submitted by the bidder within 60 days from the date of completion
of work. The total quantity may vary as per actual work/ service/ supply execution/site requirement/and user
suggested changes during execution.

The bill should be accompanied with the following documents.


a) Work completion certificate.
b) Site clearance status (only for works).
c) Indemnity certificate towards labour payment and all statutory payments.
d) Certificate of test on materials etc. (if applicable/ if conducted).
e) Certificate of measurement sheets.
f) Original quality control record (if applicable), measurement records and any other joint site records
maintain at site (if applicable). No claim shall be entertained after receipt of final bill.
g) Warranty certificate (if applicable).

Settlement of final bill shall be made subject to deduction of all dues payable by bidder, settlement of all disputes
and furnishing of all required documents/clarifications and grant of extension of time, if any, by Owner’s
competent authority.

6. Liquidated Damages
The quantum of work with stipulated time (as per discretion of EIC) will be communicated to the firm via email,
hard copy or telephonically. In case of delay/partial completion, 0.5% per week of balance / unattended work subject
to a maximum of 5% (Five percent) of the Contract value from the stipulated date of completion.

7. Resolution of Disputes
In case the parties don’t agree to the advice of owner, then the Director, IIT Roorkee shall appoint a sole arbitrator
within 30 days of receipt of request forthwith. The arbitration shall be governed by Arbitration and Reconciliation
Act 1996.

8. Notices
For the purpose of all notices, the following shall be the address of the Owner and the Bidder.

Owner: Dean Infrastructure,


Institute Works Department,
Indian Institute of Technology
Roorkee
Bidder: ______________________

(To be filled in at the time of Signing of the Contract)

9. Resolution of Disputes & Arbitration


Except where otherwise provided in the contract all questions and disputes relating to the meaning of the
specifications, design, drawings and instructions here in before mentioned and as to the quality of workmanship or
materials used on the work or as to any other question, claim, right, matter or thing whatsoever in any way arising
out of or relating to the contract, designs, drawings, specifications, estimates, instructions, orders or these conditions
or otherwise concerning the works or the execution or failure to execute the same whether arising during the progress
of the work or after the cancellation, terminations, completion or abandonment thereof shall be dealt with as
mentioned hereinafter.

If the bidder considers any work demanded of him to be outside the requirements of the contract or disputes any
drawings, record or decision given in writing in connection with or arising out of the contract or carrying out of the
work, he shall promptly within 15 days request the Owner in writing for written instruction or decision.

Page 32 of 48
If the Bidder is dissatisfied with this decision, the Bidder shall within a period of 30 days from receipt of the decision,
give written notice to the IIT Roorkee for appointment of Arbitrator failing which the said decision shall be final
binding and conclusive and not referable to adjudication by the Arbitrator.

Except where the decision has become final, binding and conclusive in terms of Sub Para (i) above disputes or
difference shall be referred for adjudication through arbitration by a sole arbitrator appointed by The Director, IIT
Roorkee. If reason whatsoever another sole arbitrator shall be appointed in the manner aforesaid. Such person shall
be entitled to proceed with the reference from the stage at which it was left by his predecessor. It is a terms of this
contract that the party invoking arbitration shall give a list of disputes with amounts claimed in respect of each dispute
along with the notice for appointment of arbitrator. It is also a term of this contract that no person other than a person
appointed by such IIT Roorkee as aforesaid should act as arbitrator and if for any reason that is not possible, the
matter shall not be referred to arbitration at all.

It is also a term of this contract that if the contractor does not make any demand for appointment of arbitrator in
respect of any claims in writing as aforesaid within 30 days of receiving the intimation from the Owner that the final
bill is ready for payment, the claim of the bidder shall be deemed to have been waived and absolutely barred and IIT
Roorkee shall be discharged and released of all liabilities under the contract in respect of these claims. The arbitration
shall be conducted in accordance with the provisions of the Arbitration and Conciliation Act, 1996 (26 of 1996) or
any statutory modifications or reenactment thereof and the rules made there under and for the time being in force
shall apply to the arbitration proceedings under this clause.

10. Protection of environment


8.1 The Bidder shall take all reasonable steps to protect the environment on and off the Site and to avoid damage or
nuisance to persons or to property of the public or others resulting from pollution, noise or other causes arising
as a consequence of his methods of operation.
8.2 During continuance of the contract, the Bidder and his sub-bidders shall at all times abide by all existing
enactment on environmental protection and rules made there under, regulations, notifications and bye-law of the
State or Central Government, or local authorities and any other law, by-law, regulations that may be passed or
notification that may be issued in this respect in future by the State or Central Government or the local authority.
8.3 Salient features of some of the major laws that are applicable are given below:
The Water (Prevention and Control of Pollution) Act, 1974 This provides for the prevention and control of water
pollution and the maintaining and restoring of wholesomeness of water. ‘Pollution’ means such contamination
of water or alteration of the physical, chemical or biological properties of water or such discharge of any sewage
or trade effluent or of any other liquid, gaseous or solid substance into water (whether directly or indirectly) as
may, or is likely to create a nuisance or render such water harmful or injurious to public health or safety, or to
domestic, commercial, industrial agricultural or other legitimate uses, or to the life and health of animals or
plants or of aquatic organisms.
The Air (Prevention and Control of Pollution) Act, 1981, This provides for prevention, control and abatement
of air pollution, ‘Air Pollution’ means the presence in the atmosphere of any air pollutant’, which means any
solid, liquid or gaseous substance (including noise) present in the atmosphere in such concentration as may be
or tend to be injurious to human beings or other living creatures or plants or property or environment.
The Environment (Prevention and Control of Pollution) Act, 1986 This provides for the protection and
improvement of environment and for matters connected to herewith, and the prevention of hazards to human
beings. Other living creatures, plants and property, ‘Environment’ includes water, air and land and the
interrelationship which exists among and between water, air and land, and human beings, other living creatures,
plants, micro-organism and property.
The Public Liability Insurance Act 1991. This provides for public liability insurance for the purpose of providing
immediate relief to the persons affected by accident occurring while handling hazardous substance means any
substance or preparation which is defined as hazardous substance under the Environment (Protection) Act 1986,
and exceeding such quantity as may be specified by notification by the Central Government.

11. Specifications to be followed for execution for execution of works are:


For Civil Works: CPWD Specifications 2009 Vol. 1 and Vol. 2 with up to date correction slips. (Hereinafter
called CPWD specifications also) and Specification mentioned in This Publish document for each project.

Page 33 of 48
For Electrical Works: CPWD General Specifications for Electrical Works, Part-I (Internal) 2023 and CPWD
General Specifications for Electrical Works, Part-I (External) 2023 and Specification mentioned in this bid
document for each project.

12. If the bidder wants to offer any unconditional rebates on their offer that should be clearly mentioned.

13. In case any information furnished by the bidder is found to be false / forged / incorrect at any stage, their bid shall
be rejected, and the bidder shall not be allowed to participate in the re-bidding process of the work.

14. Clarification of Bids/ Shortfall Documents: IIT Roorkee may, at its discretion, ask the bidder for clarifications /
shortfall documents related to his bid. The request for clarification shall be given in writing. Depending on the reply
of the bidder, his bid shall be ignored or considered further.

15. Tender will be awarded on overall L1 basis (including BoQ1, BoQ2, BoQ3 etc.).

16. Abnormally High and Low Bids:


a) Tender evaluation committee (TEC) will observe the rates and seek justifications if that are abnormally
high/low. Threshold value over which the rates would be judged high/low shall be decided by the TEC
looking into the nature of work and their specification on case to case basis
b) If required necessary for high bids negotiation will be done with the approval of the Competent Authority.
However, if the rates will be found abnormally low additional security shall be got deposited as per the
following formula:
i) Upto 30% less than the estimated cost : nil
ii) Above 30% and less than upto 50% : 20%
iii) Above 50% and less than upto 70% : 40%

17. The bidder who has two ongoing General Repair & Maintenance/Routine works in-hand for electrical works and
three ongoing General Repair & Maintenance/Routine works for civil works shall not be allowed to participate in
another fresh tender of General Repair & Maintenance/Routine works.

18. Working/Running Contractor who have completed their work upto/ above the awarded value of contract bond duly
verified by the Engineer-in-charge shall be considered as work completed and such contractors shall be allowed to
participate in tenders.

19. Only 'Class-I local supplier' and 'Class-II local supplier', as defined in the Public Procurement (Preference to Make
in India), Order 2017 shall be eligible to bid in the tender. For more details please refer: Order No.: P-45021/2/2017-
PP (BE-II), DPIIT, Ministry of Commerce and Industry issued Dated: 16th Sept. 2020. Self- certificate has to be
provided in this regard that the item offered meets the local content requirement for 'Class-I local supplier' & 'Class-
II local supplier' (as per Annexure-I).

20. Estimate is based on DSR-2022 (E&M) + DSR 2021(Civil) + Non scheduled rates with 18% GST and 1% BOCWW
Cess.

21. In case the GST rate is changed by the GOI then the item rate in the estimate shall be changed on pro-rata basis.

22. Completeness of the tender: All sundry equipments, fittings, assemblies, accessories, minor hardware items,
supports, termination lugs for electrical connections, cable glands, junction boxes and all other items which are useful
and necessary for proper assembly and efficient working of the various equipments and components of the work
shall be deemed to have been included in the tender, irrespective of the fact whether such items are specifically
mentioned in the tender or not.

23. The personnel deployed shall be of good health and moral character, well-behaved, obedient, experienced, and
skillful in their respective tasks. The personnel employed by the Successful Bidder(s) shall compulsorily carry his /
her Identity Cards. The cost of Identity Cards to the staff shall also be borne by the Successful Bidder(s).

24. If the described electrical work is not done to the satisfaction of EIC, the penalty will be imposed as per the
assessment of EIC. The penalty imposed by EIC will be final.

25. The bidder will depute his supervisor /Engineer to take care of site-related matters.

Page 34 of 48
Undertaking
(On Non-Judicial stamp paper of Rs. 100/-)

Name of the address of the bidder: …………………………………………………………………….

NIT No…………………………………………………………………………………………………

Name of the work: …………………………………………………………………………………….

Due Date: ………………………………………………………………………………………………

I/We have read and examined the Tender document for the work. I/We hereby submit bid for the execution of the work
specified for the Institute within the time specified in NIT of quantities and in accordance with the specifications, designs,
drawing and instructions in writing referred to the conditions of contract and with such materials as are provided for, by,
and in respect of accordance with such conditions so far as applicable.

I/We agree to keep the Bid open for ninety (90) days from the due date of its opening and not to make any modification
in its terms and conditions.

Earnest Money as mentioned in the critical data sheet is hereby forwarded in Bankers’ Cheque / Demand Draft / Fixed
Deposit Receipt issued by scheduled bank. If I/We, fail to furnish the prescribed performance guarantee within prescribed
period. I/We agree that the Institute has to right to forfeit the said earnest money absolutely. Further, if I/We fail to
commence work as specified, I/We agree that the Institute has to right to forfeit the said performance guarantee absolutely.
The said performance guarantee shall be a guarantee to execute all the works referred to in the Tender documents upon
the terms and conditions contained or referred to those in excess of that limit at the rates to be determined in accordance
with the provision contained in NIT. Further, I/We agree that in case of forfeiture of Earnest Money or Performance
Guarantee as aforesaid, I/We shall be debarred for participation in the re-Tendering process of the work.

I/We undertake and confirm that eligible similar work(s) has/have not been got executed through another bidder on back
to back basis. Further that, if such a violation comes to the notice of owner, then I/we shall be debarred for tendering in
IWD, IIT Roorkee in future forever. Also, if such a violation comes to the notice of owner before date of start of work,
the Engineer-in-Charge shall be free to forfeit the entire amount of Earnest Money Deposit/Performance Guarantee.

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

I/We hereby declare that I/We have no near relative connection by marriage to any staff of the Institute.

The information given in the tender form is correct and best of my knowledge.

Dated: Signature of Bidder

Witness: Postal Address

Occupation:

Page 35 of 48
PERFORMANCE GUARANTEE BOND
In consideration of the Indian Institute of Technology Roorkee having agreed under the terms and conditions of agreement
No………………………………… dated…………………………………….. made between …………………………….
And……………………………….(hereinafter called “the contractor(s)”)…………………………… for the
work……………………………………………(hereinafter called “the said agreement”) having agreed to production of a
irrevocable Bank Guarantee for……………………………………………. (Rupees………………………………only) as a
security/guarantee from the contractor(s) for compliance of his obligations in accordance with the terms and conditions in
the said agreement,
1. We…………………………………….(.hereinafter referred to as “the Bank”) hereby undertake to pay to IIT Roorkee
(Indicate the name of the bank) an amount not exceeding Rs………………….. (……………only) on demand by the Indian
Institute of Technology Roorkee.

2. We ……………...do hereby undertake to pay the amounts due………………………………… and payable (Indicate the
name of the Bank) under this Guarantee without any demur, merely on a demand from the Indian Institute of Technology
Roorkee stating that the amount claimed is required to meet the recoveries due or likely to be due from the said
contractor(s). Any such demand made on the bank shall be conclusive as regards the amount due and payable by the bank
under this guarantee. However, our liability under this guarantee shall be restricted to an amount not exceeding
(Rupees…………………………………………………………………………………only).

3. We, the said bank further undertakes to pay to the Institute any money so demanded notwithstanding any dispute or
disputes raised by the contractor(s) in any suit or proceeding pending before any court or tribunal relating thereto, our
liability under this present being absolute and unequivocal.

The payment so made by us under this bond shall be a valid discharge of our liability for payment there under and the
contractor(s) shall have no claim against us for making such payment.

4. We ……………………further agree that the guarantee herein contained shall (Indicate the name of the
Bank) remain in full force and effect during the period that would be taken for performance of the said agreement, and it
shall continue to be enforceable till all the dues of the Indian Institute of Technology Roorkee under or by virtue of the said
agreement have been fully paid and its claims satisfied or discharged or till Engineer-in-charge on behalf of the Institute
certified that the terms and conditions of the said agreement have been fully and properly carried out by the said
contractor(s) and accordingly discharges this guarantee.

5. We ………………………….........................................(indicate the name of bank) further agree with the Indian Institute of
Technology Roorkee that Indian Institute of Technology Roorkee shall have the fullest liberty without our consent and
without effecting in any manner our obligations hereunder to vary any of the terms and conditions of the said agreement
or to extend time of performance by the said contractor(s) from time to time or to postpone for any time or from time to
time any of the powers exercisable by the Indian Institute of Technology Roorkee against the said contractor(s) and to
forebear or enforce any of the terms and conditions relating to the said agreement and we shall not be relieved from our
liability by reason of any such variation, or extension being granted to the said contractor(s) or for any forbearance, act of
omission on the part of the Institute or any indulgence by the Indian Institute of Technology Roorkee to the said contractor(s)
or by any such matter or thing whatsoever which under the law relating to sureties would, but for this provision, have effect
of so relieving us.

6. This guarantee will not be discharged due to the change in the constitution of the Bank or the contractor(s).

7. We ………………… (Indicate the name of the Bank) lastly undertake not to revoke this guarantee except with the previous
consent of the Indian Institute of Technology Roorkee in writing.

8. This guarantee shall be valid up to……………………………………. unless extended on demand by Indian Institute of
Technology Roorkee. Notwithstanding anything mentioned above, our liability against this guarantee is restricted to
…………………………….(Rupees……………………………………only)and unless a claim in writing is lodged with us within
six months of the date of expiry or the extended date of expiry of this guarantee all our liabilities under this guarantee shall
stand discharged. Dated the …………………………………….………………………day
of…………………………..……………… for …………………………………………. (Indicate the name of the Bank).

Page 36 of 48
List of Approved Makes

S.No. Materials/ Equipments Manufacturer/ Make


A I.E.I., MCBDB & MCB, Cables & Wires
1 MCB, Isolator, Industrial Plug Socket, Schneider Electric / Legrand / L&T / ABB / Siemens
RCCB, RCBO'S
2 MCBDB & Loose Wire Box Legrand/ L&T/ schneider / ABB / Siemens
3 Change Over Switches Asco/ Russel/ Socomac/ ABB/ L&T/ schneider/Havells
4 Automatic Transfer Switch (ATS) Asco/ Russel/ Socomac/ ABB/ L&T/ schneider/Havells
5 FRLS PVC insulated copper conductor Finolex/ RR Kabel/ KEI/ Havells/ Polycab
single core cale for wiring. (ISI marked)
6 MS Conduit (ISI marked) with heavy duty BEC/ NIC/ AKG/ RMCON / MK(Honeywell)
MS Conduit pipe accessories (Note: The make of accessories will be same that of
conduit pipe & will comply to IS:4768 part 2 2003)
7 PVC Conduit/ Batten (ISI marked) with AKG/ BEC/ Precision/ MK(Honeywell)
havy duty PVC conduit pipe accessories
8 Modular Switch, Socket/ Telephone Socket/ Havells (Murano)/ Legrand (Arteor)/ Schindler Electric (
Cable TV Socket/ Data Outlet Socket/ Fan Zencelo)/ Honeywell-MK (Blenzeplus)/ ABB (Trisha)
Regulator/ G.I. Boxes Etc. (Wiring
accessories)/ Regulator etc.

9 Selector Switch & Toggle Switch Salzer (Larsen & Toubro)/ Siemens/ Kaycee
10 PVC Trunking Legrand/ schneider/ MK(Honeywell)/ AKG/ Precision
11 G.I. Pipe Tata/ Jindal (Hissar)/ Prakash Surya
12 Paints Asian/ Berger/ Dulux/ Narolac
13 Terminals Blocks and Connectors Elmax/ Wago/ Hensel/ Connectwell
14 Phenolic Laminated Sheet/ Bakelite Sheet Hylam/ Formica/ (P-I Grade)/ Mylam/ Greenlam

15 Piano Type Switch/ Socket Anchor/ Kinjal/ Cona


16 Ceiling Rose/ Holder/ Call Bell/ Buzzer etc. Anchor/ Kinjal/ Cona

B Fans & Fitting


1 LED Fittings Wipro/ Phillips/ Crompton Greaves/ Havells
2 Exhaust Fan Havells/ Crompton Greaves/ Usha/ Almonard/
Orient/Atomberg
3 Ceiling Fan Havells/ Crompton Greaves/ Usha/ Almonard/
Orient/Atomberg
4 Geysers Racold/ CG/ Havells/ Usha/ Jaquar
5 Sensor based LED Light Fittings OCTIOT/Wipro/ Phillips/ Crompton Greaves/ Havells

C Street Lighting
1 Ornamental G.I. pole (Factory Finish) Phillips/ Crompton Greaves/ Wipro/ Bajaj
2 Hot Dipped Galvanized Octogonal Pole Crompton Greaves/ Phillips/ Bajaj/ Wipro
(Factory Finish)
3 Polycarbonate Juction Box/ Enclosure Hensel/ Spelsberg/ Naptune- Bals/ Cape Electric

Page 37 of 48
4 XLPE insulated PVC Sheated Alum./ Finolex/ Universal/ Polycab/ RPG Cable/ KEI/ Havells/
Copper conductor Armoured cable of Grandley/ Gemscap
1.1KV Grade

D Sub Station Equipments


1 LT Panel/ Meter Panel Board/ Outdoor Tricolite Elecrical Industries/ Control & Switchgears Pvt.
Feeder Pillar/ APFC Panel (less than 200 Ltd./ Sterling &Wilson/ Milestone/ Adlec Control System
kVAR) Pvt. Ltd./ Advance Panels & Switchgears Pvt. Ltd./ S.S.
Enterprises/ A.R. Engineers/ Salabh(India) Industries

2 Air Insulated Rising Main C&S/ L&T/ Schneider/ Legrand


3 Sandwich type Bus Trunking C&S/ L&T/ Schneider/ Legrand
4 Moulded Case Circuit Breaker (MCCB) Schneider Electric (NSx Series)/ Siemens (VL Series)/
Thermal Release/ Microprocessor Based L&T (D-Shine)/ Legrand (DPX3)/ ABB (Tmax)/ C & S
(Ics=Icu=100%) (Winbreak-1/2)

5 Power/ Aux. Contactor 3/4 pole Schneider Electric/ L&T/ Siemens/ Legrand/ ABB/ C&S
6 Potential Transformer/ Current Transformer Automatic Electric/ Gilbert & Mexwell/ Matrix/ Precise/
L&T/ Kappa/ Rishabh / CGL
7 LED type indicating lamps/ Push Button Schneider Electric/ L&T/ Siemens/ C&S/ GE
8 Overload relays with built-in Single Phase Schneider Electric/ L&T/ Siemens/ C&S/ ABB
Preventer
9 Conventional/ Electronic Digital Meters Conzerv/ Larsen & Toubro/ Secure/ AE/ C&S/ Siemens/
(A/V/PF/Hz/KW/KWH) Schneider/ ABB/ Rishabh
10 Timer Siemens/ L&T/ Legrand/ ABB/ Schneider Electric/ C&S
11 Fasteners/ G.I. Clamps Hilti/ Fischer/ Chilli/ GMGR
12 D.W Corrugated HDPE Pipe (ISI marked) REX/ Dura plast/ Zenduct/ Triputi/ Duraline
13 Transformer (Oil/ Dry type) Crompton/ ABB/ Schneider/ Voltamp/ Kirloskar (only oil
type)
14 HT Panel/ Ring Main Unit Siemens/ ABB/ L&T/ Schneider
15 H.T Cable (ISI marked) CCI/ Polycab/ Universal/ KEI/ Havells/ RPG Cables
16 HT End Termination Cable Joint Kit Reychem/ Cab Seal/ 3M
17 ACBs (with display) Siemens/ L&T/ ABB (Emax)/ C&S / Legrand/ Schnieder
18 Rubber Mat Jyoti/ Deep Joyti/ Premier (duly ISI marked)
19 Fire Extinguishers Minimax/ Safex/ Ceasefire/ New Age/ Ansul/Amerex
20 Capacitors & Reactors/ APFC Relay EPCOS/ L&T/ ABB/ Siemens/ Schneider
21 APFC Panel (200 KVAR & Above) L&T/ Schneider/ ABB/ Siemens/ Legrand/ C&S
(Accessories make will be as per
manufacture's standards)
22 Cable Glands Double Compression with Comet/ Cosmos/ Dowells/ Gripwell/ Jainson /Hax Brass
earthing links (Copper Alloy India)
23 Bimetallic Cable Lugs Comet/ Dowells (Biller India)/ Hax Brass (Copper Alloy
India)/ Jainson/ Action
24 MS / GI Cable Tray Pilco/ Slotco/ Pasco/ MEM/ BEC/ Steelways/ Legrand
25 Programmable Logic Controller (PLC) Siemens / Woodward/ Allen Bradley / Delta / Mitsubishi

Page 38 of 48
Annexure-I

(to be submitted by the vendor/firm on its official letter head)


Self-Certificate for Local Content

Tender No: Dated

We hereby certify that the items quoted by us against above mentioned tender no. has the
local content as per below:

Local Content (in %): ……………………….


Local Supplier Class: .......................................
The details of the Make in India items/parts used in the quoted products is/are as under:
1.
2.
3.
The details of the location(s) at which the local value addition made/manufactured is/are as under:
1.
2.
3.
We also understand, false declarations will be in breach of the code of integrity under rule 175(1)(i)(h) of the
General Financial Rules for which a bidder or its successors can be debarred for up to two years as per Rule
151(iii) of the General Financial Rules along with such other actions as may be permissible under law.

Signature:
Name:
Designation:
Seal of the Firm/Organization:

Page 39 of 48
Annexure-II

PERFORMA FOR DIRECT PAYMENT/ TRANSFER TO BANK ACCOUNT BY IIT ROORKEE

S. No. Particulars Information

1 Firm (Beneficiary) Name

2 Address

Complete Bank Account No. of the Firm (Beneficiary)


3
(In case of change in Bank Account vendor write to Account Office)

4 Bank Name

5 Branch Address

6 IFSC Code No.

7 Permanent Account No.

8 Mobile No. (for SMS)

9 Email ID (For Information)

10 Enrolment No. (for student)

We undertake that all the information provided above is correct and IIT Roorkee will not be responsible in case
of any error on the part of firm.

Verification by Bank (one time only)


Information given at 1,4,5,6&7 verified by Bank

Seal and Signature of the Bank Seal and Signature of the Firm

Page 40 of 48
INSTITUTE WORK DEPARTMENT
INDIAN INSTITUTE OF TECHNOLOGY ROORKEE
Schedule of Quantities

NAME OF WORK: Electrical renovation of T.O. wing of CEC at IIT Roorkee


BoQ

PRICE SCHEDULE
(This BOQ template must not be modified/replaced by the bidder and the same should be uploaded after filling the relevent columns, else the bidder is liable to be
rejected for this tender. Bidders are allowed to enter the Bidder Name and Values only )

NUMBER TEXT # NUMBER TEXT NUMBER TEXT # NUMBER # TEXT #


# # #
Sl. Item Description Quantity Units Estimated Quoted TOTAL TOTAL AMOUNT
No. Rate Currency AMOUNT In Words
including in INR / including
GST@18% Other GST @18%
& Cess Currency & Cess
in in
Rs. P Rs. P

1 2 4 5 6 12 53 55
Supplying and Wiring for light point/fan point/exhaust fan
point/call bell point with 1.5 mm² FRLS PVC insulated
copper conductor single core cable in surface/ recessed steel INR Four Lakh Seventy
1 conduit ISI 16 gauge with modular type switch, modular 352 Each 1336.00 INR 470272.00 Thousand Two Hundred &
plate, suitable GI box and earthing the point with 1.5 mm² Seventy Two Only
FRLS PVC insulated copper conductor single core cable etc
as required.
INR Seventy Six Thousand
……do….but two way light point with 2 nos. two way
2 36 Each 2127.00 INR 76572.00 Five Hundred & Seventy Two
modular switches.
Only

Page 41 of 48
Rewiring for light point/fan point/exhaust fan point/call bell
point with 1.5 mm² FRLS PVC insulated copper conductor
INR Fifty Two Thousand
single core cable make and earthing the point with 1.5 mm²
3 86 Each 616.00 INR 52976.00 Nine Hundred & Seventy Six
FRLS PVC insulated copper conductor single core cable in
Only
existing surface/ recessed steel/ PVC conduit including
dismantling as required.
Supplying and fixing 5/6 amps modular type switch on
INR Nine Thousand Five
4 existing modular type plate & switch box including 86 Each 111.00 INR 9546.00
Hundred & Forty Six Only
connections but excluding modular plate etc. as required.
Supplying and fixing 3 pin, 5 amp ceiling rose on the existing INR Seven Thousand Nine
5 junction box/ wooden block including connection etc as 86 Meter 93.00 INR 7998.00 Hundred & Ninety Eight
required. Only
Supplying and fixing suitable size G.I. box with modular
plate and cover in front on surface or in recess, including INR One Lakh Eighty Six
6 providing and fixing 5 pin 5/6 amps modular socket outlet 364 Meter 512.00 INR 186368.00 Thousand Three Hundred &
and 5/6 amps modular switch, connection, painting etc. as Sixty Eight Only
required.
Supplying and fixing suitable size G.I. box with modular
plate and cover in front on surface or in recess including
INR Seventy One Thousand
7 providing and fixing 6 pin 15/16 & 5/6 amps modular socket 114 Meter 629.00 INR 71706.00
Seven Hundred & Six Only
outlet and 15/16 amps modular type switch, connection,
painting etc. as required..
Supplying and Wiring for circuit/ submain line with 2x2.5
mm² FRLS PVC insulated copper conductor single core cable INR Four Lakh Seventy Five
8 in surface/ recessed steel conduit ISI 16 gauge along with 1 1200 Meter 396.00 INR 475200.00 Thousand Two Hundred
no 2.5 mm² FRLS PVC insulated copper conductor single Only
core cable for loop earthing as required.
INR Six Lakh Ninety
9 .....do..... but 2x4 mm² + 1x4 mm² earth wire 1500 Meter 460.00 INR 690000.00
Thousand Only
INR Three Lakh Forty Two
10 .....do.....but 4x6 mm² + 2x6 mm² earth wire 345 Meter 992.00 INR 342240.00 Thousand Two Hundred &
Forty Only
INR Four Lakh Thirty One
11 .....do..... but 4x10 mm² + 2x6 mm² earth wire 345 Meter 1252.00 INR 431940.00 Thousand Nine Hundred &
Forty Only

Page 42 of 48
Supplying and drawing 2 x 1.5 sq mm sizes of FRLS PVC
INR One Thousand One
insulated copper conductor, single core cable in the exisiting
12 15 Meter 75.00 INR 1125.00 Hundred & Twenty Five
surface/ recessed steel/PVC conduit as required with
Only
connection complete.
INR One Thousand Four
13 .....do..... but 3 X 2.5 sq mm 10 Meter 147.00 INR 1470.00
Hundred & Seventy Only
INR Two Thousand Two
14 .....do..... but 3 X 4 sq mm 10 Meter 221.00 INR 2210.00
Hundred & Ten Only
INR Six Thousand Five
15 .....do..... but 3 X 6 sq mm 20 Meter 326.00 INR 6520.00
Hundred & Twenty Only
INR Four Thousand Seven
16 .....do..... but 2 X 10 sq mm 15 Meter 316.00 INR 4740.00
Hundred & Forty Only
Supplying and fixing of 8-way, double door prewired SP&N
MCB distribution board of steel sheet for 240 volts on
surface/ recess complete with tinned copper bus bar, neutral INR Eight Thousand Two
17 3 Meter 2763.00 INR 8289.00
bus bar, earth bar, din bar, interconnections, powder painted Hundred & Eighty Nine Only
including earthing etc. as required. (But without
MCB/RCCB/Isolator)
Supplying and fixing 8 way (4+24), double door, horizontal
type three pole and neutral, sheet steel, MCB distribution
INR Seventy Six Thousand
board, 415 volts, on surface/ recess, complete with tinned
18 12 Each 6408.00 INR 76896.00 Eight Hundred & Ninety Six
copper bus bar, neutral bus bar, earth bar, din bar,
Only
interconnections, powder painted including earthing etc. as
required. (But without MCB/RCCB/Isolator)
Supplying and fixing 5 amps to 32 amps rating single pole,
240/415 volts, "C" curve, miniature circuit breaker suitable INR Forty Three Thousand
19 for inductive load of following poles in the existing MCB DB 159 Each 275.00 INR 43725.00 Seven Hundred & Twenty
complete with connections, testing and commissioning etc. as Five Only
required.
INR Fifty Eight Thousand
20 .....do..... but 5 to 32 amp TP MCB 54 Each 1081.00 INR 58374.00 Three Hundred & Seventy
Four Only
INR One Lakh Forty Seven
21 .....do..... but 40 to 63 amp TP MCB 54 Each 2728.00 INR 147312.00 Thousand Three Hundred &
Twelve Only

Page 43 of 48
INR Seven Thousand Nine
22 .....do..... but 5 to 32 amp 4P MCB 6 Each 1319.00 INR 7914.00
Hundred & Fourteen Only
INR Twenty Thousand Nine
23 .....do..... but 40 to 63 amp 4P MCB 6 Each 3497.00 INR 20982.00
Hundred & Eighty Two Only
Supplying and fixing 25 amps rating, double pole, (single
phase and neutral), 240 volts, residual current circuit breaker INR Two Thousand One
24 (RCCB), having a sensitivity current upto 300 milliamperes 1 Each 2178.00 INR 2178.00 Hundred & Seventy Eight
in the existing MCB DB complete with connections, testing Only
and commissioning etc. as required.
INR Two Thousand Eight
25 ….do….but 40 amps DP RCCB 1 Each 2837.00 INR 2837.00 Hundred & Thirty Seven
Only
Supplying and fixing 25 amps rating, four pole, (three phase
and neutral), 415 volts, residual current circuit breaker INR Fifteen Thousand Six
26 (RCCB), having a sensitivity current upto 300 milliamperes 6 Each 2612.00 INR 15672.00 Hundred & Seventy Two
in the existing MCB DB complete with connections, testing Only
and commissioning etc. as required.
Supplying and fixing 40 amps rating, four pole, (three phase
and neutral), 415 volts, residual current circuit breaker
INR Twenty Thousand Five
27 (RCCB), having a sensitivity current upto 300 milliamperes 6 Each 3424.00 INR 20544.00
Hundred & Forty Four Only
in the existing MCB DB complete with connections, testing
and commissioning etc. as required.
Providing and fixing 125 amp, 36 KA, rating and breaking
capacity 4P MCCB in existing cubicle panel board including INR Seventeen Thousand Six
28 2 Each 8816.00 INR 17632.00
drilling holes in cubicle panel, making connections etc. as Hundred & Thirty Two Only
required.
INR Thirty Seven Thousand
29 .do…..but 250 amp 36 KA MCCB 2 Each 18805.00 INR 37610.00
Six Hundred & Ten Only
SITC of 4 Pole Automatic Motorised Changeover/ Automatic
Transfer Switch (ATS) rating 125 amps in existing cubical INR One Lakh Three
30 panel complete with all accessories cubucal panel complete 1 Each 103253.00 INR 103253.00 Thousand Two Hundred &
with all accessories, mounting arrangements, busbar/ cable Fifty Three Only
links, connections etc as required in all respect

Page 44 of 48
Removal / Fixing off size, SPN type sheet steel, MCB
distribution board, 230 volts, on surface/ recess, complete INR Four Hundred & Forty
31 1 Each 440.00 INR 440.00
with connection, repairing etc. including earthing etc. as Only
required. (But without MCB/RCCB/Isolator)
Removal / Fixing off size, TPN type horizontal / Vertical,
sheet steel, MCB distribution board, 415 volts, on surface/ INR Three Thousand Six
32 7 Each 521.00 INR 3647.00
recess, complete with connection, repairing etc. including Hundred & Forty Seven Only
earthing etc. as required. (But without MCB/RCCB/Isolator)
Supply, Installation, Testing and Commissioning of 1200 mm
sweep, BEE 5 star rated, ceiling fan with Brush Less Direct
Current (BLDC) Motor, Service Value not less then 7, class
of insulation: B, 3 nos. blades, 30 cm long down rod, 2 nos. INR One Lakh Seventy Six
33 canopies, shackle kit, safety rope, copper winding, and all 38 Each 4651.00 INR 176738.00 Thousand Seven Hundred &
remaining accessories including safety pin, nut bolts, Thirty Eight Only
washers, temperature rise=75 degree C (max.), insulation
resistance minium 2 mega ohm,suitable for 230 V, 50 Hz,
single phase AC Supply, earthing etc. complete as required.
SITC of 2'x2' fully diffused recess/surface mounting LED
luminaire, minimum 3600 lumen as light source, suitable for INR One Lakh Fifty Five
34 Armstrong/Grid Ceiling complete as required includung all 33 Set 4706.00 INR 155298.00 Thousand Two Hundred &
connections equivalent to Havells no. Ninety Eight Only
VENUSNEO2X2PLR36WLED857STTR.
SITC of LED light fitting 600mm length minimum
1000Lumen with mounting rail box / aluminium extruded
INR Sixty Six Thousand
35 Batten suitable for surface, wall and conduit mounting with 78 Meter 850.00 INR 66300.00
Three Hundred Only
acessories and prewired with both side end cap equivalent to
Havells Cat no. LUMILINE+BS10WLED865SPCSS.
SITC of LED light fitting 1200mm length minimum
2000Lumen with mounting rail box / aluminium extruded INR One Lakh Eight
36 Batten suitable for surface, wall and conduit mounting with 91 Meter 1192.00 INR 108472.00 Thousand Four Hundred &
acessories and prewired with both side end cap equivalent to Seventy Two Only
havells cat no. LUMILINE+BS20WLED865SPCSS.

Page 45 of 48
SITC of Round recess/surface mounted LED slim/sleek down
light fitting with LED Driver minimum 1000 lumen suitable
INR One Lakh Eighty Eight
for Armstrong/Grid ceiling equvilant to Havells cat no.
37 72 Cu. M 2623.00 INR 188856.00 Thousand Eight Hundred &
EDGEPRONEORDDLR 12WLED857S. Minimum Two
Fifty Six Only
years warranty should be provided and certificate should be
endorsed by OEM or his representative
SITC of LED light fitting BED Side Lamp with acessories INR One Lakh Forty Nine
38 and prewired equivalent to Havells Cat no. LEDREADELUX 70 Each 2137.00 INR 149590.00 Thousand Five Hundred &
Bedside Light 4W Cir. White Ninety Only
SITC of Sensor LED tube fitting equivalent to Havells Cat
No. LUMILINESMART20WLED865PCWH with built in
motion sensor and necessary arrangement to reduce to 30%
in case of no occupancy or motion but instantly go to full light INR Two Thousand Three
39 1 Each 2315.00 INR 2315.00
i.e. 18-20 watt as soon as some motion observed, complete Hundred & Fifteen Only
with connection as required. Minimum Two years warranty
should be provided. Warranty certificate should be endorsed
by OEM or his representative.
SITC of LED light fitting 1200mm length minimum
2000Lumen with mounting rail box / aluminium extruded
Batten suitable for surface, wall and conduit mounting with INR One Thousand Nine
40 1 Sq. Ft. 1911.00 INR 1911.00
acessories and prewired with both side end cap equivalent to Hundred & Eleven Only
Wipro cat no. DE12065. Minimum Two years warranty
should be provided.
INR Twenty Seven Thousand
41 SITC of LED foot/ skirt light fitting 02-5W 34 Each 818.00 INR 27812.00 Eight Hundred & Twelve
Only
INR Three Thousand Six
42 S/F od call/ Door bell 34 Each 106.00 INR 3604.00
Hundred & Four Only

Page 46 of 48
Supply, erection, testing and commissioning of factory
fabricated metal clad dust and vermin proof- floor mounted
500A cap 440 V, 50 HZ,3 phase and neutral electric feeder
pillar single/ double door 400 mm depth duly powder coated
spray painted with separate chamber for instruments (e.g.
ampere meter, volt meter, frequency meter, KWH meter etc.)
& switch gears (like I/C & O/G MCB's/MCCB's, C/o switch
with extentionable/rotary handle etc.). The feeder pillar/
panel shall have 500Amp, 415V TPN electrolyte aluminium
INR Two Lakh Two
bus bar as per IS 8623 insulated with heat shrink sleeve and
43 45 Each 4499.00 INR 202455.00 Thousand Four Hundred &
mounted on nonhygroscopic supports with detachable side
Fifty Five Only
with hinge and locking. The switches shall be completed with
lug and cable gland of suitable size of cables with connection
as required. The feeder pillar should be made with 2 mm
CRCA sheet. The feeder pillar should be fixed on M.S.
channel 75mm X 40mm X 6mm size and mounted on M.S.
angle iron 50mm X 50mm X 5mm size frame 450mm height
with cross support completed as per direction of site in
charge. The panel shall be comprised of indicator and feeder
nomenclature as per direction of site-in-charge.
Supplying and fixing of Digital Ammeter equivalent to Make:
Secure & Model DPM I310 in existing panel/DB complete INR Three Thousand Three
44 2 Each 1676.00 INR 3352.00
with all connections, testing and commissioning etc as Hundred & Fifty Two Only
required.
Supplying and fixing of Digital Voltmeter equivalent to
Make: Secure & Model DPM V310 in existing panel/DB INR Three Thousand Three
45 2 Each 1676.00 INR 3352.00
complete with all connections, testing and commissioning etc Hundred & Fifty Two Only
as required.
SITC of tap wound and ring type Current Transformer (CT)
ratio (100/5-600/5). Accuracy Class: 0.5, burden 5VA INR Five Thousand Two
46 6 Each 875.00 INR 5250.00
complete with all accessories and connections including all Hundred & Fifty Only
mounting accessories in all respect.
SITC of Panel Mounted Earth Leakage Relay (ELR) 240-
415VAC/DC, 1 C/O (Pre Alarm) +1 C/O (Fault) current
setting range 30mAmp- 30Amp equivalent to L&T make & INR Three Thousand Three
47 1 Each 3336.00 INR 3336.00
cat no. 17K726QF4N complete with making suitable size cut Hundred & Thirty Six Only
out including mounting acessories and all connections as
required.

Page 47 of 48
SITC of moulded case CBCT oval/ circular size 92 mm
minimum ID (Internal Dia), current setting range 30 mAmp-
INR One Thousand Three
48 30 Amp equivalent to L&T make & cat no. 17H7NNTN3, 1 Each 1357.00 INR 1357.00
Hundred & Fifty Seven Only
complete with mounting acessories and all connections as
required.
SITC of Shunt relese compatible with existing TP/FP MCCB
equivalent to L&T make & cat. No. CM97883OMOO, INR One Thousand Eight
49 1 Each 1809.00 INR 1809.00
complete with mounting acessories and all connections as Hundred & Nine Only
required
INR Twenty Seven Thousand
S/F of 15 Amps Plug top ISI marks complete with PRCD in
50 34 Each 823.00 INR 27982.00 Nine Hundred & Eighty Two
all respect
Only
Total in Figures INR Forty Five Lakh
Twenty Seven Thousand
4527977.00 Nine Hundred & Seventy
Seven Only
Quoted Rate in Figures Select
0.00 INR Zero Only
Quoted Rate in Words INR Zero Only

Note:
1. In case the actual applicable GST rate in the BoQ is different from 18% then payment shall be made on the actual applicable GST rate while keeping the basic rate same.
2. Vendor will arrange safety gears such as safety shoes, safety helmets, gloves etc for the manpower deployed at his own cost. If the manpower is found not wearing safety gears, a penalty of
Rs. 200 per violation will be imposed by the EIC.
3. Bidder or their representative (with notarized power of attorney) is bound to attend the meeting (as and when called by EIC) for contract management (or any other issue related to contract) at
IIT Roorkee. Penalty @ Rs. 5000/- per non-compliance shall be deducted from the bidder’s bill or from the Performance Guarantee. In case the representative does not possess an adequate
position or is unable to conclude meeting with logical end then the bidder is bound to attend such meetings.

Signature and stamp of the bidder

Sd-
Institute Engineer,
IWD, IIT Roorkee

Page 48 of 48

You might also like