28.10.2014 Views

BORDER ROADS ORGANISATION

BORDER ROADS ORGANISATION

BORDER ROADS ORGANISATION

SHOW MORE
SHOW LESS

Create successful ePaper yourself

Turn your PDF publications into a flip-book with our unique Google optimized e-Paper software.

CA NO: CDR 760 TF/ / 2012-13 Ser Page No: 01<br />

<strong>BORDER</strong> <strong>ROADS</strong> <strong>ORGANISATION</strong><br />

Ministry of Road Transport and Highways, Govt of India<br />

HEADQUARTERS 760 <strong>BORDER</strong> <strong>ROADS</strong> TASK FORCE<br />

NAME OF WORK: ANNUAL MAINT CONTRACT FOR MAINTENANCE OF VENTILATION,<br />

LIGHTING, POWER SUPPLY AND MONITORING SYSTEM OF 2.50 KM LONG TWIN TUBES OF<br />

JAWAHAR TUNNEL AT KM 204.600 ON JAMMU-SRINAGAR ROAD (NH-44) UNDER 760 BRTF<br />

SECTOR PROJECT BEACON IN J & K STATE .<br />

.<br />

Sr<br />

No<br />

(A)<br />

CONTENTS<br />

PART-I (UNPRICED /TECHNICAL BID)<br />

Srl PAGE<br />

1. Content Sheet 01 To 01<br />

2. Tender Forwarding letter including eligibility criteria, list & format 02 To 13<br />

of qualification documents and instruction of tenders<br />

3. Notice of tender 14 To 16<br />

4. General condition of contracts<br />

17 To 45<br />

IAFW – 1815 (Z) including errata and amendments *<br />

5. Special condition 46 To 52<br />

6. Particular/technical Specifications including drawing 53 To 65<br />

(B) PART-II (PRICED BID)<br />

7. Total number of pages for (Q- Bid), available separately including<br />

Schedule A notes, Schedule A,B,C & D and tender page<br />

66 to 72<br />

(C) OTHER DOCUMENTS FORMING PART OF CONTRACT AGREEMENT<br />

8. Amendment / errata to tender documents To<br />

9. Relevant correspondence<br />

10. Acceptance letter<br />

11 Total No of pages<br />

12 Total Nos of Drawings<br />

** Not attached. These documents can be seen in the office of HQ 760 BRTF, C/O 56 APO during<br />

working hours.<br />

___________________________<br />

(Signature of contractor with seal)<br />

sd/- xxx<br />

SW<br />

For Accepting Officer


CA NO: CDR 760 TF/ / 2012-13 Ser Page No: 02<br />

FAX: No.01932-230328<br />

Registered / AD<br />

Tele 01932-230316 Headquarters<br />

Email: www.bro.nic.in, www.gref.nic.in<br />

760 Border Roads Task Force<br />

http://www.bro.nic.in<br />

Pin- 930760 C/o 56 APO<br />

8983/ 09 /E8 22 Nov 2012<br />

M/s _______________________________<br />

__________________________________<br />

NAME OF WORK: ANNUAL MAINT CONTRACT FOR MAINTENANCE OF VENTILATION,<br />

LIGHTING, POWER SUPPLY AND MONITORING SYSTEM OF 2.50 KM LONG TWIN TUBES OF<br />

JAWAHAR TUNNEL AT KM 204.600 ON JAMMU-SRINAGAR ROAD (NH-44) UNDER 760 BRTF<br />

SECTOR PROJECT BEACON IN J & K STATE .<br />

Dear Sir (s)<br />

1. A set of tender documents containing T-Bid and Q-Bid (Priced Bid) for the above work is<br />

forwarded herewith. Please note that tender will be received by the Commander 760 BRTF, C/o 56<br />

APO upto 1200 Hrs on 14 Dec 2012. Tender received after the due date and time will not be<br />

considered. Contractor should drop tender documents (both ‘T & ‘Q’-bids) in the tender box up to 1200<br />

hrs on 14 Dec 2012. ‘T’-bid will be opened at 1205 Hrs on 14 Dec 2012 by BOO. The ‘Q’- Bid in respect<br />

of ‘T’-Bid qualified tenderer will be intimated separately to the qualified tenderer. The ‘Q’-bid of<br />

unqualified (T- Bid ) tenderer will be returned unopened to the firm.<br />

2. Tenderers or their duly authorized representative who have submitted their tenders and who wish<br />

to be present at the time of opening of tenders may visit the office of Commander 760 BRTF C/O 56<br />

APO at the above mentioned time.<br />

3. Tender documents may also be downloaded from BRO website www.bro.gov.in and printout is to<br />

be taken on A4 size paper. It is advisable that downloaded tender document preferably to be printed<br />

through laser printer only. Submission of photo copy of tender is not permitted. Cost of tender is to be<br />

attached with downloaded tender. If cost of tender is already submitted in the office of Accepting officer, it<br />

is not required to be attached again with downloaded tender, however photocopy of Bank draft shall be<br />

attached. If cost of tender is not attached/not already submitted in the office of Accepting officer, tender<br />

shall be rejected by the Accepting officer.<br />

4. Tendering procedure shall be single stage- two bid system and tender documents are prepared in<br />

two parts as under:-<br />

Part-I (Technical Bid- T Bid) and Part-II (Price/Commercial Bid – Q Bid)<br />

5. Part –I Technical Bid- T Bid (Srl Pages 01 to 65)<br />

5.1 Part-1 (Technical Bid- T Bid) shall comprise of the following:<br />

I. Eligibility / qualification documents<br />

II. Tender forwarding letters including eligibility criteria, list of qualification documents and<br />

instructions to tenderers<br />

III. Notice Inviting Tenders<br />

IV. Undertaking for General condition of contracts IAFW-1815(Z) forming part of contract<br />

agreement<br />

V. Special condition of contracts.<br />

VI. Particular/Technical specification including drawing/sketch.<br />

___________________________<br />

(Signature of contractor with seal)<br />

sd/- xxx<br />

SW<br />

For Accepting Officer


CA NO: CDR 760 TF/ / 2012-13 Ser Page No: 03<br />

VII<br />

VIII<br />

IX<br />

Any other tender documents except Price bid<br />

Cost of tender document if not already submitted<br />

Earnest money by unlisted contractors and enlisted contractors who have not submitted<br />

standing security deposit<br />

5.2 Technical evaluation criteria<br />

5.2.1 Bidder should have submitted cost of tender documents.<br />

5.2.2 If contractor is not enlisted with BRO or enlisted with BRO but has not submitted standing<br />

security deposit, he should have submitted Earnest Money.<br />

5.2.3 All the pages of T-Bid should have been duly signed by the bidder/authorized rep.<br />

5.2.4 Eligibility Criteria:- (A) Tenderers shall meet the following eligibility criterias:<br />

A.1 Capabilities (This criteria is exempted for tenderers enlisted with BRO in eligible class &<br />

above for works with estimated cost upto Rs 25 crores as given in NIT.<br />

(a) Working capital :-<br />

The tenderer should<br />

have working capital<br />

and /or credit facilities<br />

more than 10%of the<br />

estimated cost of work<br />

i.e. Rs 2.08 Lacs<br />

(b) Immovable property :-<br />

The tenderer should have<br />

immovable property of<br />

residual market value (i.e.<br />

free from loan/mortgage)<br />

of at least 10% of<br />

estimated cost of work<br />

given in NIT i.e. Rs 2.08<br />

lacs.<br />

(c)<br />

Note:-Immovable<br />

property shall be<br />

exclusively in the name<br />

of contractor/company<br />

and not in the name of<br />

family<br />

members/relatives/othe<br />

rs. In case of limited<br />

companies,these should<br />

also be reflected in<br />

Balance Sheet.<br />

Copy of latest balance sheet/ income tax return for<br />

working capital and/or Banker’s certificate for credit<br />

facilities. If necessary deptt will make inquiries with the<br />

tenderer’s Banker.<br />

Tenderer shall submit affidavit for immovable property<br />

incorporating following certificates in affidavit along- with<br />

valuation report from Registered (with any Govt body)<br />

valuer and registration certificate with any Govt body of<br />

regd valuer :-<br />

(a) That the immovable property is free from mortages,<br />

hypothecation or any other disputes and encumbrances<br />

and clearly belongs to the contractor.<br />

Or<br />

That the immovable is free from any disputes and<br />

encumbrances and clearly belongs to the contractor. The<br />

immovable property has been mortgaged/hypothecated<br />

for Rs………….market value of immovable property as per<br />

valuation report given by Registered valuer is<br />

Rs………Therefore Residual market value of property i.e.<br />

Rs…….(market value minus mortgaged value) is free from<br />

any mortgage/hypothecation.<br />

(b) That the said immovable property has not been shown<br />

for seeking enlistment of a sister concern in BRO.<br />

(c) That the said immovable property will not be sold,<br />

transferred, gifted or otherwise disposed off till<br />

satisfactory completion of the work.<br />

Engineering Establishments<br />

Firm should have employed following Engineers on regular establishment.<br />

Estimated cost of work<br />

Nos of Engineers<br />

Up to Rs 1 Crore<br />

One Engineer (Graduate or Diploma)<br />

___________________________<br />

(Signature of contractor with seal)<br />

sd/- xxx<br />

SW<br />

For Accepting Officer


CA NO: CDR 760 TF/ / 2012-13 Ser Page No: 04<br />

A.2 Experience:-<br />

S/No Experience Criteria<br />

1. Tenderer should have successfully<br />

completed or substantially completed<br />

three similar work costing not less than<br />

the amount equal to 40% of estimated<br />

cost of work ie Rs 8.30 lacs<br />

Or<br />

Two similar works costing not less<br />

than the amount equal to 50% of<br />

estimated cost of work. ie Rs 10.38<br />

lacs<br />

Or<br />

One similar work costing not less than<br />

the amount equal to 80% of estimated<br />

cost of work ie Rs 16.60 lacs in “last<br />

seven & current” financial years. These<br />

similar works should have been<br />

successfully completed or substantially<br />

completed at altitude 1000 m & above.<br />

Documents to be submitted by the tenderers to<br />

prove eligibility:-<br />

List of works completed/substantially<br />

completed in the last seven and current<br />

financial years and ongoing works in the<br />

following format :-<br />

a) Name of work & CA No.<br />

(b) Brief scope of work<br />

(c)Name and address of employer/<br />

clients<br />

(d) Accepted contract amount<br />

(e) Date of commencement of work<br />

(f)Original date of completion<br />

(g) Extended date of completion<br />

(h) Actual date of completion/ Present progress<br />

(j) Cost of completed work<br />

(k) Remarks explaining reasons of delay if any<br />

Note:- `Note:-Works proving eligibility criteria of<br />

experience shall be highlighted and<br />

performance certificate from client in respect of<br />

this work shall be submitted.<br />

Similar works: - Maintenance of ventilation, lighting , power supply and monitoring<br />

system of tunnel.<br />

A-3 Available Bid Capacity (ABC):- as per formula given here-in-after should be more than estimated<br />

cost of work given in NIT i.e. 20.75 Lacs<br />

A-4 Vehicle,Equipments and Plants (VEP) : Tenderer should own or have assured access (through<br />

hire/ lease/ purchase agreement / other commercial means) to the requisite Equipments, Plants and<br />

Vehicles in good working condition as given here under :-<br />

(i)Tippers/ Trucks<br />

= Nil<br />

A.5 Performance and other requirements:<br />

a) There is no poor/slow progress in running work. (If yes he will submit details and reasons of<br />

delay to check that these are not attributable to him or are beyond his control).<br />

b) There are no serious defect observed in works which stand rectified (If yes he will submit<br />

details and reasons)<br />

c) There are no cancelled/ abandoned contracts in which Govt unrealized recoveries exist (If yes<br />

he will submit details and reasons)<br />

d) He/They have not been blacklisted by any Govt Deptt (If yes he will submit details and<br />

reasons)<br />

e) There are no any Govt dues outstanding against the firm (If yes he will submit details and<br />

reasons)<br />

f) Proprietor/partners/directors of firm are not involved in antinational/social activities and have<br />

neither been convicted nor any proceeding are pending in court for such activities (If yes he<br />

submit details)<br />

___________________________<br />

(Signature of contractor with seal)<br />

sd/- xxx<br />

SW<br />

For Accepting Officer


CA NO: CDR 760 TF/ / 2012-13 Ser Page No: 05<br />

Notes for (A):<br />

(i) * Eligible class shall be Class E for works with estimated cost up to Rs 0.15 crore (as per<br />

NIT), Class D for works with estimated cost between Rs 0.15 crore to Rs 0.30 crore (as per<br />

NIT), Class C for works with estimated cost between Rs 0.30 crore to Rs 0.60 crore (as per<br />

NIT), Class B for works with estimated cost between Rs 0.60 crore to Rs 1.50 crore (as per NIT),<br />

Class A for works with estimated cost between Rs 1.50 crore to Rs 3.00 crore (as per NIT),<br />

Class S for works with estimated cost between Rs 3.00 crore to Rs 12.00 crore (as per NIT),<br />

Class SS for works with estimated cost between Rs 12.00 crore to Rs 25.00 crore (as per NIT),<br />

(ii) Blanks<br />

(iii) The work may have been executed by the tenderer as prime contractor or as a<br />

member of joint venture or sub contractor. In case project has been executed by a joint<br />

venture, weightage towards experience of the project would be given to each member in<br />

proportion to their participation in the joint venture.<br />

(iv) Substantially completed works means those works which are 90% completed on<br />

the date of submission (i.e. gross value of work done up to the Signature of contractor<br />

last date of submission is 90% or more of the original contract price) and continuing<br />

satisfactorily.<br />

(v) Completion cost of works shall be brought to common base date of receipt of tender<br />

as per following formula:<br />

Completion cost X (1+Period in days from date of completion to date of receipt of<br />

tender/365 days) X 0.10)<br />

(vi) Available Bid Capacity (ABC) will be calculated as under:-<br />

Available Bid Capacity =2.5 X A X N –B<br />

A- Maximum value of all civil Engg works in any one year during the last 5<br />

financial years (updated to the current price level with enhancement factors as<br />

given below)<br />

Year<br />

Multiplying factor<br />

Last first year 1.10<br />

Last second year 1.20<br />

Last third year 1.30<br />

Last fourth year 1.40<br />

Last fifth year 1.50<br />

N – Number of years prescribed for completion of work for which the current bid<br />

is invited.<br />

B – Value of the balance ongoing works to be executed in period N.<br />

___________________________<br />

(Signature of contractor with seal)<br />

sd/- xxx<br />

SW<br />

For Accepting Officer


CA NO: CDR 760 TF/ / 2012-13 Ser Page No: 06<br />

(vii) The tenderers shall indicate actual figures of completion cost of work and value of A<br />

without any enhancement as stated above.<br />

(viii) To determine the altitude of work, average of minimum and maximum altitudes of the<br />

work site shall be considered.<br />

(ix) Immovable property shall be exclusively in the name of contractor/company and not in the<br />

name of family members/relatives/others. In case of limited companies, these should also be<br />

reflected in Balance Sheet.<br />

(x) Relaxation may be given in any one criteria (except in criteria of experience and<br />

performance & others requirements) up to 25% extent i.e. ABC may be permitted up to<br />

75% of estimated cost of works /VEP may be permitted up to 75% of total Nos of requisite<br />

VEP/ Working capital may be permitted up to 75% of requirements / Immovable property may<br />

be permitted up to 75% of requirements/engineering establishment may be permitted up to<br />

75% of requirements. No relaxation shall be permitted in criteria of experience and<br />

performance & other requirements.<br />

(xii) The tenderer may be afforded an opportunity to clarify or modify his qualification<br />

documents, if necessary, with respect to any rectifiable defect. The tenderer will respond in not<br />

more than 15 days of issue of the clarification letter, failing to which his tender is liable to be<br />

rejected.<br />

(B) JOINT VENTURE (JV):- Joint ventures are permitted for Bridge works with estimated cost<br />

more than Rs. 10 crores and for other works with estimated cost more than Rs.25 crores.<br />

Number of partners in joint ventures shall not be more than three.<br />

Criteria<br />

Experience<br />

Available bid capacity<br />

Immovable property<br />

Vehicle, Equipments and plants<br />

Working capital<br />

Engineering establishment for<br />

execution contracts<br />

Performance and other<br />

requirements:<br />

Method of evaluation<br />

All Partners of JV must satisfy collectively.<br />

Each partner of JV should meet the criteria in<br />

proportion of shares of partners in JV. For example if<br />

any partner has 40% share in JV, he should have<br />

available bid capacity more than 40% of estimated<br />

cost of work and minimum immovable property equal<br />

to 40% of 10% i.e. 4% of estimated cost of work.<br />

All Partners of JV must satisfy collectively.<br />

All Partners of JV must satisfy individually<br />

___________________________<br />

(Signature of contractor with seal)<br />

sd/- xxx<br />

SW<br />

For Accepting Officer


CA NO: CDR 760 TF/ / 2012-13 Ser Page No: 07<br />

(C) Disqualification:- Even though the tenderer meet the above criteria, they are liable to be<br />

disqualified if they have made misleading or false information in bidding documents submitted.<br />

5.2.5 List & Format of eligibility documents to be attached alongwith Part-I of tender documents to prove<br />

eligibility:-<br />

(i) List of works completed/ substantially completed in the last seven and current financial<br />

years and ongoing works in the following format:-<br />

a) Name of work & CA No.<br />

(b) Brief scope of work<br />

(c)Name and address of employer/ clients<br />

(d) Accepted contract amount<br />

(e) Date of commencement of work<br />

(f)Original date of completion<br />

(g) Extended date of completion<br />

(h) Actual date of completion/ Present progress<br />

(j) Cost of completed work<br />

(k) Remarks explaining reasons of delay if any<br />

Note: - Works proving eligibility criteria of experience shall be highlighted and performance<br />

certificate from client in respect of these work shall be submitted.<br />

(ii) Available Bid Capacity:-<br />

FOR-A :- Balance Sheets /Certificates from chartered Accountant indicating annual turnover<br />

of civil Engg works constructed in last 5 year.<br />

FOR-B:- Contractor shall submit details of ongoing works as per format stated here-in-before.<br />

Tenderer shall calculate ABC and submit details duly signed.<br />

(iii) Equipments, Plants and Vehicles:<br />

(a) Tenderer shall indicate source of requisite Equipments, Plants and Vehicles in good<br />

working condition required for execution of work in following format:-<br />

(i) Item<br />

(ii) Year of manufacture<br />

(iii) Source from where to be arranged (owned/leased etc)<br />

(iv) Location presently deployed<br />

(v) Based on known commitments, whether will be available for use in the proposed contract<br />

(b) Copy of documentary support of ownership/assured to the satisfaction of the Accepting<br />

officer.<br />

(iv) Performance and other requirements:<br />

Tenderer shall submit undertaking that<br />

a) There is no poor/slow progress in running work. (If yes he will submit details and reasons of<br />

delay to check that these are not attributable to him or are beyond his control).<br />

b) There are no serious defect observed in works which stand uncertified (If yes he will submit<br />

details and reasons)<br />

c) There are no cancelled/ abandoned contracts in which Govt unrealized recoveries exist (If<br />

yes he will submit details and reasons)<br />

d) He/They have not been blacklisted by any Govt Deptt (If yes he will submit details and<br />

reasons)<br />

e) There are no any Govt dues outstanding against the firm (If yes he will submit details and<br />

reasons)<br />

___________________________<br />

(Signature of contractor with seal)<br />

sd/- xxx<br />

SW<br />

For Accepting Officer


CA NO: CDR 760 TF/ / 2012-13 Ser Page No: 08<br />

f) Proprietor/partners/directors of firm are not involved in antinational/social activities and<br />

have neither been convicted nor any proceeding are pending in court for such activities (If yes<br />

he submit details)<br />

(v) Tenderer shall submit information of all arbitration/court cases decided during last five &<br />

current financial years and also presently in progress as per following format:-<br />

(a) Name and address of employer<br />

(b) Cause of dispute<br />

(c) Amounts involved<br />

(d)Brief of court judgment/ arbitration award (if published) otherwise present progress<br />

(vi) Working Capital:<br />

Copy of latest balance sheet/income tax return for working capital and/or Banker’s certificate<br />

for credit facilities. If necessary deptt will make inquiries with the tenderer’s Banker.<br />

(vii) Immovable Property:-<br />

Tenderer shall submit affidavit for immovable property incorporating following certificates in<br />

affidavit along- with valuation report from Registered (with any Govt body) valuer and<br />

registration certificate with any Govt body of regd valuer :-<br />

(a) That the immovable property is free from mortages, hypothecation or any other disputes<br />

and encumbrances and clearly belongs to the contractor.<br />

Or<br />

That the immovable is free from any disputes and encumbrances and clearly belongs to the<br />

contractor. The immovable property has been mortgaged /hypothecated for Rs………………….<br />

market value of immovable property as per valuation report given by Registered valuer is<br />

Rs……………………. Therefore Residual market value of property i.e. Rs……….. (market value<br />

minus mortgaged value) is free from any mortgage/hypothecation.<br />

(b) That the said immovable property has not been shown for seeking enlistment of a sister<br />

concern in BRO.<br />

(c) That the said immovable property will not be sold, transferred, gifted or otherwise disposed<br />

off till satisfactory completion of the work.<br />

(viii) Engineering Establishments:<br />

Tenderer shall submit list of Engineers on his permanent establishment with qualification &<br />

experience along with affidavits from requisite numbers of Engineers regarding employment<br />

with firm and copies of Degree/Diploma certificates and experience certificate.<br />

(ix) Constitution of firm along with copy of partnership deed (in case of partnership firms) and<br />

memorandum of articles and association (in case of limited companies )<br />

(x) Copies of passport of proprietor /partners/directors (if available). If not submitted and<br />

Accepting officer has doubt in character and antecedents of proprietor/partners/directors he<br />

may get these verified from police authorities.<br />

(xi) Copies of PAN card of proprietor/partners/directors.<br />

(xii) Lowest bidder (if his offer is decided for acceptance) will be required to fill enlistment form<br />

for provisional enlistment.<br />

___________________________<br />

(Signature of contractor with seal)<br />

sd/- xxx<br />

SW<br />

For Accepting Officer


CA NO: CDR 760 TF/ / 2012-13 Ser Page No: 09<br />

Notes:-<br />

(i) Documents as listed at Sl (vi) to (viii) above are exempted for tenderer enlisted in BRO in<br />

eligible Class* & above for works with estimated cost up to Rs 25 crores as given in NIT.<br />

(i) Documents as listed at Sl (ix) to (xii) above are exempted for tenderer enlisted in BRO in any<br />

class.<br />

(iii) Affidavit shall be submitted on non judicial papers of appropriate value duly attested by the<br />

Magistrate/ Notary Public.<br />

(iv) Photocopies of documents shall be attested by Gazetted officer/public notary and<br />

also self attested.<br />

5.3 The bidder should meets all the technical evaluation criteria including in indicated in the bid<br />

documents in order that the bid is considered to be technically responsive and the bidder<br />

qualifying to have its commercial bid opened.<br />

6. Part–II Priced /Commercial-‘Q’ bid) (Srl Pages 66 to 72)<br />

6.1 Part–II (Price /Commercial bids-‘Q’ bid) shall comprise of the following:<br />

(i) Schedule ‘A’ Notes<br />

(ii) Schedule ‘A’(to be quoted by bidder)<br />

(iii) Schedule ‘B, C & D.<br />

(iv) Tender page<br />

6.2 Q-bid evaluation<br />

(i) Arithmetical corrections shall be made as per General Condition of contracts 6 (A)(A) of<br />

IAFW 2249.<br />

(ii) Commercial bid will be reviewed to ensure that the figures indicated therein are are<br />

consistent with the details of the corresponding Technical bids.<br />

(iii) For the purpose of evaluation “cost” shall be inclusive of all taxes and duties.<br />

(iv) Cost of item of schedule A shall be totaled and the bidder who has quoted lowest total<br />

cost in schedule “A” (L1) shall be considered successfully bidder and all others bidder shall be<br />

considered unsuccessful. Offer of successful bidder (L1) shall only be considered for<br />

acceptance. If L1 backs out, re-tendering shall be resorted in a fair and transparent manner.<br />

7. All the tender documents (Part-I & Part-II) shall be submitted together at one stage but placed in<br />

separate sealed envelopes (supplied by the tenderer) duly marked Part I and Part II as staged above.<br />

Both the envelopes containing Part I (Unpriced Bid) and Part – II ( Priced Bid) duly sealed shall be put in<br />

large size envelop ( cloth lined outer cover to be supplied by the tenderer) This outer cover shall indicate<br />

name of work, name of tenderer last date and time of tender prominently.<br />

8. The tender documents (Part-I & Part-II) should be submitted / should be dropped in Tender Box<br />

kept at the office of Accepting officer Project Beacon before the date and time fixed for receipt of tender.<br />

The tender received after due date and time shall not be considered for acceptance. BRO shall not be<br />

responsible for any postal or other delay and shall not take care to ensure the submission of tender at<br />

place and time fixed for receipt of tender.<br />

9. Tender shall be opened immediately after the time indicated in Para I herein before in the<br />

presence of tenderers or their authorized representative whoever wish to be present. Part-I only shall be<br />

opened first on this day. Part-II (Price bid) shall not be opened. Part-II (priced bid) envalepe shall be<br />

signed by the tender opening officers and some bidders present and shall be put in separate large<br />

envelope and sealed by the opening officers. Large envelope shall also be signed by the tender opening<br />

officers and some bidders presents. This large size envelope containing unopened price bids shall be<br />

kept in safe custody of the officer nominated by the Accepting officer for this purpose. Part I<br />

___________________________<br />

(Signature of contractor with seal)<br />

sd/- xxx<br />

SW<br />

For Accepting Officer


CA NO: CDR 760 TF/ / 2012-13 Ser Page No: 10<br />

(Unpriced bid) will be opened and evaluated as per BRO technical evaluation criteria given in the tender<br />

documents. Qualified tenderer will accordingly be informed along with date & time of opening of their<br />

price bid(however date of opening of priced bid shall not be earlier than 7 days from date of opening of of<br />

Part-I). Unqualified tenderer will also be informed and their Part-II (price bid) shall be returned unopened<br />

separately Part-II shall be opened on the appointed date/time in the presence of such tenderer who<br />

choose to be present and the amounts quoted by the tenderers shall be read out by the opening officer(s)<br />

to the tenderers.<br />

10. The Commander 760 BRTF, C/o 56 APO will be Accepting Officer here-in-after referred to as<br />

such for the purpose of this contract.<br />

11. Tenderers are requested to quote rates both in figure and words against each items of<br />

Schedule’A’ and extend the amount in Schedule ‘A’.<br />

12. If tenderers desire that any condition or stipulation given in the tender documents is to be<br />

modified or deleted, they may submit their comments/suggestion well before last date of<br />

submission of tender for consideration by the Deptt for issue of corrigendum/amendments to<br />

tender documents. If deptt considers comments/suggestion suitable, corrigendum/amendments<br />

to tender documents shall be issued and also uploaded on BRO web site. If deptt does not<br />

consider comments/suggestion suitable, corrigendum/amendments to tender documents should<br />

not be issued/uploaded on BRO web site and tenderers shall quote strictly complying with the<br />

various provisions given in the tender documents. Any tender which stipulates any<br />

alterations to any of the conditions/provisions laid down in tender documents (including<br />

corrigendum/amendments) or which proposes any other conditions of any description<br />

whatsoever is liable to be rejected.<br />

13. The tenderers are advised to visit the work site to acquaint themselves of working and<br />

site conditions, before submitting their tender. The submission of tender by a person implies<br />

that he has read this tender forwarding letter, the conditions of contract and has made himself<br />

aware of the scope and specifications of the work to be done and of the conditions and other<br />

factors, site conditions, taxes & levies prevailing etc which may affect the quotation and<br />

execution of the work.<br />

14. Tenderer must be very careful to deliver a bonafide tender; failing which the tenders are<br />

liable to be rejected. Tenderers are, therefore, advised to ensure that their tender must satisfy<br />

each and every condition laid down in the tender documents.<br />

15. Tenderers must ensure that their tender is unambiguous and is completed in all respects.<br />

Their particular attention is drawn to the following requirements, which must be complied with:-<br />

(a) Tender documents are to be signed, dated and witnessed as provided for the<br />

purpose.<br />

(b) All corrections should be signed or initialed. Use of correcting fluid is not allowed.<br />

(c) Cloth lined envelope shall be used for returning the tender documents.<br />

(d) In case they are submitting a BLANK TENDER, word ‘BLANK’ must be<br />

prominently endorsed on the envelope and in schedule ‘A’ inside the tender documents<br />

and general summary duly signed by the tenderer.<br />

___________________________<br />

(Signature of contractor with seal)<br />

sd/- xxx<br />

SW<br />

For Accepting Officer


CA NO: CDR 760 TF/ / 2012-13 Ser Page No: 11<br />

(e) If a tender is submitted on behalf of a firm, it may be signed either by all partners<br />

or a person holding a valid power of attorney from all the partners constituting the firm.<br />

The person signing the tender on behalf of another or on behalf of a firm shall attach with<br />

tender a proper power of attorney duly executed in his favour by such other person or by<br />

all the partners stating specifically that he has authority to bind such other person(s) or<br />

the firm as the case may be in all matters pertaining to the contract including the<br />

arbitration clause. The power of attorney shall be executed as indicated below:-<br />

(i) In case of proprietorship concern if tender is signed by other than proprietor,<br />

person signing tender documents should hold power of attorney from proprietor.<br />

(ii) In case of partnership concern, power of attorney shall be executed by all<br />

partners.<br />

(iii) In case of company, power of attorney shall be executed in accordance with<br />

the constitution of company.<br />

16. Tenderer who has downloaded the tender from the BRO website shall not temper/modify<br />

the tender form in any manner. In case if the same is found to be tempered/modified in any<br />

manner, tender will be completely rejected and tenderer is liable to be banned from doing<br />

business with BRO.<br />

17. Your attention is drawn to the Indian Official Secret Act –1923 (XIX of 1923) as amended<br />

up to date particularly Section 5 thereof.<br />

18. Earnest Money:-<br />

(a) Earnest money is not required to be attached with tender by the enlisted contractor<br />

with BRO (term “enlisted contractor” used in tender documents means “enlisted<br />

contractor with BRO”) who have submitted standing security but same is required from<br />

un-enlisted contractor/enlisted contractors with BRO, who have not submitted standing<br />

security deposit.<br />

(b) Unenlisted contractors with BRO/enlisted contractors with BRO, who have not<br />

submitted standing security deposit will submit the tender accompanied with Earnest<br />

Money amounting to Rs 41500/- (Rupees forty one thousand five thousand only) in<br />

the form of Deposit at call Receipt/Term Deposit Receipt/Special Term Deposit Receipt<br />

issued in favour of Commander 760 BRTF C/o 56 APO by nationalized/scheduled Bank.<br />

Tender not accompanied with earnest money will not be considered for acceptance. The<br />

amount of this receipt should be basic amount and not their maturity value. Any deposit<br />

lying with the department in any form against any other tender and/or contract shall not<br />

be considered for adjustment as the earnest money against the tender. Any tender not<br />

accompanied with the earnest money in the form as indicated here-in-before or<br />

accompanied with any letter/communication containing any request for adjustment of any<br />

other deposit as earnest money shall be treated as non bonafide tender.<br />

(c) Earnest money shall be returned to unsuccessful bidders (other than<br />

L-1) after opening of price bids and to successful (L-1) bidder after receipt of security<br />

deposit.<br />

___________________________<br />

(Signature of contractor with seal)<br />

sd/- xxx<br />

SW<br />

For Accepting Officer


CA NO: CDR 760 TF/ / 2012-13 Ser Page No: 12<br />

19. Security Deposit:-<br />

(a) In case of a enlisted contractor, who has submitted the standing security deposit,<br />

but the tendered cost of the work exceeds the upper tendering limit of the contractor and<br />

the Accepting Officer decides to accept this tender, the contractor has to lodge Additional<br />

Security Deposit (difference of security of work and standing security deposit) as notified<br />

by the Accepting Officer in the prescribed form within 30 days of the receipt by him of<br />

notification of acceptance of the tender, failing which this sum shall be recovered from the<br />

first RAR payment, and if the date of first RAR is prior to the period mentioned above, the<br />

same shall be recovered from such payment.<br />

(b) In case of unenlisted contractor/enlisted contractor who has not deposited the<br />

Standing Security deposit, and the Accepting Officer decides to accept his tender, then<br />

contrctor has to lodge Security Deposit as notified by the Accepting Officer in the<br />

prescribed form within 30 days of the receipt by him of notification of acceptance of the<br />

tender, failing which this sum shall be recovered from the first RAR payment, and if the<br />

date of first RAR is prior to the period mentioned above, the same shall be recovered<br />

from such payment. The security deposit amount will be communicated as per<br />

departmental norms but in no case the same shall be more than Rs 11,25,000.00<br />

(Rupees Eleven Lakh Twenty Five Thousand only).<br />

(c) The contractor may at his discretion furnish in lieu of Additional Security Deposit<br />

or Security Deposit a Bank Guarantee Bond executed by any nationalized/Schedule Bank<br />

for the said amount. The form of Bank Guarantee Bond may be seen in any office of<br />

BRO.<br />

Table for Security Money<br />

Srl Estimated cost of work<br />

Earnest Money<br />

No.<br />

(a) UP to Rs. 15.00 Rs. 2% of the amount subject to a minimum of<br />

Rs. 3000/-<br />

(b) Over Rs. 15.00 lacs & up to 30.00<br />

lacs<br />

2% of the amount subject to a maximum<br />

of Rs 45,000/-<br />

(c) Over Rs. 30.00 lacs & up to 60 lacs 1.5% of the amount<br />

(d) Over Rs. 60 lacs & up to 150 lacs 1.5% of the amount<br />

(e) Over Rs. 150 lacs & up to Rs. 300<br />

lacs<br />

Rs 2,25,000/- plus 1% of amount in excess<br />

of Rs 150 Lacs ( Max- Rs 3,00,000/-)<br />

(f) Over 300 lacs up to 1200.00 lacs Rs. 3,00,000/- plus 0.5% of the amount in<br />

excess of Rs. 300.00 lacs subject to<br />

maximum of Rs. 6,00,000/-<br />

(g) Over Rs. 1200.00 lacs 0.50% of the amount subject to a<br />

maximum of Rs. 9,00,000/-<br />

20. Accepting Officer reserves the right to accept the tender submitted by a Public Sector Undertaking,<br />

giving a price/purchase preference over other tender(s), which may be lower, as are admissible under the<br />

Govt. Policy. No claim for any compensation or otherwise shall be admissible from those, whose tenders<br />

may be rejected on account of the said Policy.<br />

21. In view of postal and other delays, it is suggested that your tender be posted sufficiently in<br />

advance of the last date fixed for receipt of tenders or sent through a special messenger, if necessary.<br />

Tender received late will not be considered. Telegraphic communications received in connection with this<br />

tender will also be not considered.<br />

___________________________<br />

(Signature of contractor with seal)<br />

sd/- xxx<br />

SW<br />

For Accepting Officer


CA NO: CDR 760 TF/ / 2012-13 Ser Page No: 13<br />

22. The tender shall remain open for acceptance for a period of One hundred twenty (120) days<br />

from the date of opening of Q- Bid of the tender.(excluding the date of opening)<br />

23. BLANK<br />

24 On acceptance of tender, the name of authorized representative(s) of the contractors who would<br />

be responsible for taking instructions from Engineer- in – Charge or its authorized representatives shall<br />

be intimated by the contractor within 7 days of issue of Acceptance letters.<br />

25 Revision/ Modification of quoted of quoted price<br />

(a) The tenderer shall quote his rates on the schedule ‘A’ of General Summary Pages<br />

only. In case the tenderer has to revise/ modify the rates quoted in the schedule ’A’ and/ or<br />

General summary before deposition in tender box he may do so only in the schedule ‘A’ /<br />

General summary.<br />

(b) In case the tenderer has to revise /modify /withdraw his quoted rates / offer after it is<br />

deposited in tender box, he may do so on his letter head before the latest time fixed of<br />

submission of tenders and deposit in the tender box in sealed /properly closed cover only. Any<br />

revision/ modification in offer / withdrawal of offer in the form of an open letter shall not be<br />

taken into account, while considering in his originally offer.<br />

(c) The tenderer shall not be permitted /modify /withdraw price bid unopened after closure of<br />

the time fixed for receipt of tender.<br />

26. Revocation of offer:<br />

In case of the lowest tenderer revoke his offer or revise rates upwards (which will be treated as<br />

revocation of offer), after opening of tender and before expiry of original validity period stipulated in<br />

tender documents, the earnest money deposited by him shall be forfeited. In case of BRO enlisted<br />

contractors, the amount equal to the earnest money stipulated in the Notice of tender, shall be notified to<br />

the tenderer for depositing the amount through MRO, failing which the amount shall be recovered from<br />

any payment due to such contractor or shall be adjusted from the Standard Security deposit. In addition,<br />

L-1 tenderer revoking offer and his related firms shall not be issued the tender in second or subsequent<br />

calls of subject work.<br />

Yours Faithfully,<br />

Signature of contractor<br />

Dated_______________<br />

Enclosures: Tender documents<br />

___________________________<br />

(Signature of contractor with seal)<br />

sd/- xxx<br />

SW<br />

For Accepting Officer


CA NO: CDR 760 TF/ / 2012-13 Ser Page No: 14<br />

<strong>BORDER</strong> <strong>ROADS</strong> <strong>ORGANISATION</strong><br />

COMMANDER 760 BRTF, C/O 56 APO<br />

NOTICE OF TENDER<br />

1. A sealed tender is invited for :ANNUAL MAINT CONTRACT FOR MAINTENANCE OF<br />

VENTILATION, LIGHTING, POWER SUPPLY AND MONITORING SYSTEM OF 2.50 KM LONG<br />

TWIN TUBES OF JAWAHAR TUNNEL AT KM 204.600 ON JAMMU-SRINAGAR ROAD (NH-44)<br />

UNDER 760 BRTF SECTOR PROJECT BEACON IN J & K STATE .<br />

2. Tender documents may be downloaded from BRO web site www.bro.gov.in. on or after 22 Nov<br />

2012 and print out is to be taken on A4 size paper. It is advisable that the downloaded tender document<br />

is preferably printed through laser printer only. Submission of photo copy of tender is not permitted.<br />

Tender documents downloaded from web site shall be accompanied with cost of tender documents,<br />

failing to which tender documents shall be summarily rejected.<br />

3. The work is estimated to cost Rs 20.75 lac (Rupees twenty lac seventy five thousand only)<br />

approximately or as subsequently amended in tender documents or uploaded in BRO website. This<br />

estimate, however, is not a guarantee and is merely given as a rough guide and if works cost more or<br />

less, the tenderer shall have no claim on that account of what so ever nature.<br />

4. The tender shall be based on drawing, specifications, General Conditions of Contracts IAFW-<br />

1815 Z and item rate contract form based on IAFW 1815 R with schedule ‘A’ (list of works) to be<br />

priced by the tenderers.<br />

5. Not more than one tender shall be submitted by one contactor or contractors having business<br />

relationship. Under no circumstance will father and his son(s) or other close relations who have business<br />

relationship with one another (i.e when one or more partner(s)/director(s) are common) be allowed to<br />

tender for the same contract as separate competitors. A breach of this condition will render the tenders of<br />

both parities liable to rejection.<br />

6. The work is to be completed within 12 months or as subsequently amended in tender documents<br />

or uploaded in BRO website in accordance with the phasing, if any, indicated in the tender from the date<br />

of handing over the site, which will be generally within one month from the date of issue of acceptance<br />

letter.<br />

7. Tender documents may also be purchased either by hand or may be requested by post by sending<br />

requisition well in advance along with cost of tender documents from the office of Commander 760 BRTF,<br />

C/O 56 APO. BRO shall not be responsible for any loss or postal delays.<br />

8. The Commander 760 BRTF, C/O 56 APO will be the Accepting Officer, here in after, referred to<br />

as such for the purpose of this contract.<br />

___________________________<br />

(Signature of contractor with seal)<br />

sd/- xxx<br />

SW<br />

For Accepting Officer


CA NO: CDR 760 TF/ / 2012-13 Ser Page No: 15<br />

(NOTICE OF TENDER (contd…….)<br />

9. Tender (in full) either downloaded from BRO website or purchased from BRO will be received by<br />

HQ 760 BRTF, C/o 56 APO so as to reach this office on or before 14 Dec 2012 at 1200 Hrs.<br />

10. Intending tenderers are advised to visit BRO website three days prior to date of submission of<br />

tender for any corrigendum / addendum/ amendment. Tender received after due date shall not be<br />

considered for opening and no reason for delay or claim whatsoever shall be entertained.<br />

11. Earnest money is not required to be attached with tender by the enlisted contractor with BRO who<br />

have submitted standing security deposit but it is required from other contractors to be attached with<br />

tender documents for Rs 41500/- (Rupees forty one thousand five hundred only) in the shape of call<br />

deposit receipt in favour of Commander 760 BRTF, C/O 56 APO obtained from any Nationalized/<br />

Scheduled Bank and having maturity/validity period 30 days more than validity period of his offer. Un<br />

enlisted contractor may note that they will be required to lodge security deposit of the work in the<br />

prescribed form on receipt in writing from the Accepting Officer if their offer is accepted.<br />

12. Copies of drawings and other documents pertaining to the work (signed for the purpose of<br />

identification by the Accepting Officer or his accredited representative) and sample of materials and<br />

stores to be supplied by the contractor will be opened for inspection at the following locations:-<br />

Commander 760 BRTF, C/O 56 APO<br />

13. Tenderers are advised to visit the work site by making prior appointment with Commander 760<br />

BRTF, C/O 56 APO.<br />

14. A tenderer shall be deemed to have full knowledge of all relevant documents, samples, site etc<br />

whether he had inspected them or not.<br />

15. Any qualification documents/ tender which stipulates any alternative to any of the conditions laid<br />

down or which proposes any other conditions of any description whatsoever is liable to be rejected.<br />

16. The Accepting Officer reserves his right to accept a tender submitted by a Public Undertaking,<br />

giving a purchase preference over other tender(s) which may be lower, as are admissible under the Govt<br />

policy. No claim for any compensation or otherwise shall be admissible from such tenderers whose<br />

tenders may be rejected on account of the said policy.<br />

17. The submission of a tender by a tenderer implies that he had read this notice and conditions of<br />

contract and has made himself aware of the scope and specifications of the work to be done and of the<br />

conditions and rates at which stores, tools and plants etc will be issued to him, local conditions and other<br />

factors bearing on the execution of the work.<br />

18. Applicant contractor must send/ attach demand draft for Rs 500/- (Rupees five hundred only) in<br />

favour of Accepting officer i.e. Commander 760 BRTF, C/o 56 APO and payable at SBI, Verinag, Bank<br />

Code No 2501 obtained from any Nationalized/ scheduled Bank valid for three months with their<br />

application/downloaded tenders as the cost of tender forms/ documents. The all applicable bank charges<br />

shall be born by the applicant and he shall not have any claim what so ever on this account on<br />

Government. In case of re- tendering, the firms which has submitted the DD in earlier calls will require to<br />

submit DD along with their tender/application in subsequent calls also. Tender not accompanied with the<br />

cost of tender documents is liable to be rejected. However, public sectors undertaking / Govt undertaking<br />

firms are exempted from the payment towards cost of tender documents.<br />

___________________________<br />

(Signature of contractor with seal)<br />

sd/- xxx<br />

SW<br />

For Accepting Officer


CA NO: CDR 760 TF/ / 2012-13 Ser Page No: 16<br />

.(NOTICE OF TENDER (contd…….)<br />

19. The Demand Draft attached with the applications form/tender documents shall be non refundable.<br />

20. The Accepting Officer does not bind himself to accept the lowest or any tender or to give any<br />

reasons for doing so.<br />

21. Tenderer who has downloaded the tender from the BRO website shall not temper/modify the<br />

tender form in any manner. In case if the same is found to be tempered modified in any manner, tender<br />

will be summarily rejected and tenderer is liable to be banned from doing business with BRO.<br />

22. For further particulars, you may refer BRO website http:/www.bro.gov.in.<br />

23. For eligibility criteria and other details, tender documents to be uploaded on website shall be<br />

referred.<br />

24. In the event of lowest tenderer revoking his offer or revising his rates upward (which will be treated<br />

as revocation of offer), after opening of tenders, the earnest money deposited by him shall be forfeited. In<br />

case BRO enlisted contractors, the amount equal to the earnest money stipulated in the Notice of tender,<br />

shall be notified to the tenderer for depositing the amount through MRO, failing which the amount shall be<br />

recovered from payment due to such contractor or shall be adjusted from the Standing Security Deposit.<br />

In addition, such tenderer and his related firm shall not be issued the tender in second call or subsequent<br />

calls.<br />

25. Above particulars may change due to Adm or any other reason and shall be available in BRO web<br />

site www.bro.gov.in. Therefore bidders/ contractors are requested to visit BRO web site frequently for any<br />

changes in above particulars.<br />

26. This notice of tender shall form part of the contract.<br />

Sd/-xxx<br />

Signature of Contractor<br />

SE (Civ)<br />

Dated: 2012 Accepting Officer<br />

8983/ 03 / E8 01 Nov 2012<br />

Headquarters<br />

760 BRTF, C/O 56 APO<br />

Distributions:-<br />

1. HQ CE (P) Beacon, C/O 56 APO 2. HQ CE (P) Himank, C/O 56 APO<br />

3. HQ CE (P) Deepak, C/O 56 APO 4. HQ CE (P) Sampark, C/O 56 APO<br />

5. HQ CE (P) Chetak, C/O 56 APO 6. HQ CE (P) Vijayak, C/O 56 APO<br />

7. HQ CE (P) Shivalik, C/O 56 APO 8. HQ 13 BRTF, C/O 56 APO<br />

9. HQ 32 BRTF, C/O 56 APO 10. HQ 35 BRTF, C/O 56 APO<br />

11. HQ 31 BRTF, C/O 56 APO 12. 53 RCC, C/O 56 APO<br />

13. 99 RCC, C/O 56 APO 14. 118 RCC, C/O 56 APO<br />

15. 69 RCC, C/O 56 APO 16. 109 RCC, C/O 56 APO<br />

17. 114 RCC, C/O 56 APO 18. 122 RCC, C/O 56 APO<br />

19. HQ DGBR (E8 Sec) 20. MES Builders Association of India (Regd) C/O<br />

Vivek Motors, Shiv Nagar, NH-44, Udhampur<br />

(J&K)-182 101<br />

21. M/S______________________________<br />

___________________________<br />

(Signature of contractor with seal)<br />

sd/- xxx<br />

SW<br />

For Accepting Officer


CA No: CDR 760 TF/ / 2012-13 Ser Page No 17 to 45<br />

GENERAL CONDITIONS OF CONTRACT FOR SUPPLY OF STORES AND MATERIALS<br />

IAFW-1815 (Z) 1969 PRINT INCLUDING ERRATA 1 TO 28 AND AMENDMENT 1 TO 34<br />

NAME OF WORK: ANNUAL MAINT CONTRACT FOR MAINTENANCE OF VENTILATION,<br />

LIGHTING, POWER SUPPLY AND MONITORING SYSTEM OF 2.50 KM LONG TWIN TUBES OF<br />

JAWAHAR TUNNEL AT KM 204.600 ON JAMMU-SRINAGAR ROAD (NH-44) UNDER 760 BRTF<br />

SECTOR PROJECT BEACON IN J & K STATE .<br />

.<br />

1. A copy of the General Conditions of Contract for supply of stores and materials IAFW<br />

1815 (Z) 1969 print including errata 1 to 28 and amendment 1 to 34 thereto is in my./our<br />

possession. I/we have read and understood the provisions contained in the aforesaid General<br />

Conditions of Contracts before submission of the tender and I/we agree that I/we shall abide by<br />

the terms and conditions thereof.<br />

2. It is hereby further agreed and declared by me/us that the General Conditions of<br />

Contracts IAFW-1815 (Z) print 1969 including condition 37 thereof pertaining to settlement of<br />

disputes by arbitration, (Serial Page No 9 to 37) with errata 1 to 28 and amendment 1 to 34 shall<br />

form part of these tender documents.<br />

3. Wherever the phrases Commander Works Engineer (CWE) and Garrison Engineer (GE)<br />

have been used in the General Conditions of Contract (IAFW-1815 (Z) the same are considered<br />

as Task Force Commander (TFC) and OC Contract respectively as applicable in Border Roads<br />

Organisation.<br />

Note:Copy of General conditions of contracts IAFW-1815Z can be referred in any office of<br />

BRO.<br />

___________________________<br />

(Signature of contractor with seal)<br />

sd/- xxx<br />

SW<br />

For Accepting Officer


CA NO: CDR/760TF/ / 2012-13 Ser Page No: 46<br />

SPECIAL CONDITIONS<br />

NAME OF WORK: ANNUAL MAINT CONTRACT FOR MAINTENANCE OF VENTILATION,<br />

LIGHTING, POWER SUPPLY AND MONITORING SYSTEM OF 2.50 KM LONG TWIN TUBES OF<br />

JAWAHAR TUNNEL AT KM 204.600 ON JAMMU-SRINAGAR ROAD (NH-44) UNDER 760 BRTF<br />

SECTOR PROJECT BEACON IN J & K STATE .<br />

1. The special conditions shall be read in conjunction with General Conditions of Contract IAFW –<br />

2249 and wherever variation exists, the General Specifications shall take precedence over the aforesaid<br />

special conditions.<br />

2. The special conditions given in succeeding paragraphs shall be read in conjunction with Schedule<br />

“A”, particular specifications and General Conditions of Contract IAFW 1779A. In case of any<br />

discrepancies in the various provisions of the contract, the following order of precedence shall be<br />

observed: -<br />

(a) Description given in Schedule “A”.<br />

(b) Particular Specifications.<br />

(c) Special conditions of contract.<br />

(d) General Conditions of Contract IAFW 2249.<br />

3. INSPECTION OF SITES: The contractor is particularly advised to inspect the proposed site with<br />

prior appointment with Commander 760 BRTF, C/O 56 APO so as to acquaint himself in regards to the<br />

nature and conditions of site, local facilities for access and other cognate matters, affecting the execution<br />

and completion of the work. This department will allow no extra charge in consequent to<br />

misunderstanding or otherwise. Any paths, tracks, approaches etc., required for the movement of Plants,<br />

Equipment, Machines, Vehicles etc., to the work site and platform, bund etc., required for the execution<br />

of work, will be the responsibility of the contractor and rates quoted by him / her must include these<br />

aspects also, wherever, required.<br />

4. LAND FOR OFFICES ETC: The contractor shall make his / her own arrangement for the land<br />

required for housing the staff and labour and for erection of store sheds, offices, godowns etc., required<br />

by him / her for this work. The contractor must ensure that the staff, labour, plant, equipment, machines,<br />

vehicles, stores etc., employed or collected in connection with the work, are so positioned that there is no<br />

hindrance to free flow of vehicular traffic on the roads. Suitable cautionary and warning signs boards and<br />

other measures are to be installed / provided by the contractor at his own cost for the safety of traffic.<br />

5. WATER: Contractor shall make his own arrangement for the supply of water required for this<br />

work and for the use of his / her staff / workmen at his own expenses. The contractor shall also arrange<br />

for storage and conveyance of water, if necessary, at his own cost.<br />

6. FREE ACCESS TO SITES AND LOOKING AFTER OF WORKS : The contractor shall give all<br />

responsible facilities to this department personnel for the Inspection of works, being executed under this<br />

contract. He / she shall also provide free access to the works if beings executed by this Department or<br />

other Agencies, if such works are located near the sites covered under this contract. Responsibility of all<br />

the works covered in this contract will lie with the work contractor till these works are fully completed and<br />

accordingly handed over to this department.<br />

___________________________<br />

(Signature of contractor with seal)<br />

sd/- xxx<br />

SW<br />

For Accepting Officer


CA NO: CDR/760TF/ / 2012-13 Ser Page No: 47<br />

7. MOVEMENT OF CONTRACTOR VEHICLE / RESOURCES: However, contractor should<br />

fully satisfy himself / herself on load classification of these bridges and other crossings up to the bridge<br />

prior to passing his/her equipment, plants, machines, vehicles etc., wherever load classification of<br />

bridges / crossings are less than the loads to be crossed over by the contractor he / she will make his/<br />

her own arrangements for crossing over. If in future, lines of communications get disrupted, contractor<br />

will make his / her own arrangements to move the resources required for the execution and completion of<br />

the work, without any additional payment from the department, and no claim whatsoever on this account<br />

shall be entertained. The contractor’s vehicle may required to ply in convoys as per direction given by the<br />

concerned Civil / Military authorities. No extra payment /Time will be admissible on this account.<br />

8. SECURITY RESTRICTIONS:<br />

(a) Contractor’s attention is invited to condition of IAFW-2249. He shall employ only Indian<br />

Nationals after verifying their antecedents and loyalty. The Contractor shall, on demand by the<br />

Engineer-in-Charge, submit list of his agents, employees and work people concerned and shall<br />

satisfy the Engineer-in-Charge as to the bonafide of such people.<br />

(b) The contract and his workmen shall observe all the rules promulgated by the authority<br />

controlling and the area in which work is to be carried out Prohibition of smoking, lightening, fire<br />

precautions, search of persons on entry and exit, keeping to the specified routes, restricted hours<br />

of work etc. Thorough search of all persons and transport may be conducted by the departmental<br />

authorities at the site of works at time and any number of times for security reasons, permits, are<br />

to be obtained from Civil Authorities by the contractor for himself, his staff and labour. Nothing<br />

shall be paid extra on this account by this department.<br />

(c) Necessary assistance will be extended to the contractor by the department for providing<br />

passes/permits to the contractor, his representatives and workman to enter the State.<br />

9. TAXES The tendered price/rate shall, interalia be deemed to be inclusive of all taxes viz.<br />

(Terminal taxes, Toll taxes, Octroi, sales taxes, royalties, monopoly charges, 1% labour welfare<br />

cess, VAT/ work contract tax etc.) and the like levies payable under the respective existing<br />

statutes.<br />

10. FOREIGN EXCHANGE / IMPORT LICENCE The department in connection with the work<br />

under this contract will arrange no foreign exchange and / or Import license.<br />

11. CONTRACTOR’S PLANT / EQUIPMENT AT SITES<br />

(a) The contractor shall furnish to the Engineer-In-Charge a distribution return of his plant /<br />

equipment on the sites of works, stating the following particulars: -<br />

(i)<br />

(ii)<br />

(iii)<br />

Particulars of plant / equipment i.e. make, Manufacture No., Model No., if any,<br />

Registration No. if any, Capacity, Year of Manufacture, Year of Purchase etc.<br />

Total quantity at site of work.<br />

Location indicating quantity at the site of work.<br />

(b) For the purpose of this condition, plant / equipment shall include vehicles, trucks and<br />

lorries but not the workmen’s tools and / or any manually operated tools / equipment.<br />

(c) The Engineer-In-Charge shall record the particulars supplied by the contractor as<br />

aforesaid in the works diary and send a return to OC Contract for record in his Office.<br />

___________________________<br />

(Signature of contractor with seal)<br />

sd/- xxx<br />

SW<br />

For Accepting Officer


CA NO: CDR/760TF/ / 2012-13 Ser Page No: 48<br />

(d) The first return shall be submitted immediately after any plant or equipment is brought to<br />

the site. Thereafter every week changes in return shall be furnished in the following form-<br />

Ser No Particulars of Plant /<br />

Eqpt<br />

Total No at site<br />

of work<br />

Location<br />

Remarks<br />

Additional since ------------------------------<br />

Reduction -----------------------------<br />

(Signature of contractor)<br />

--------------------------------------------------------------------------------------------------------------------<br />

(e) A complete return showing the upto date position of plant / equipment at site shall be<br />

submitted on 15 th of every month till the works are completed and the site cleared.<br />

(f) The contractor’s attention is invited to condition 34 of DGBR General Conditions of<br />

contracts according to which no tool, plant /equipment shall be removed off the site without written<br />

approval of the OC contract.<br />

12. LOSS OR DAMAGE ON ACCOUNT OF ENEMY ACTION<br />

(a)<br />

If as a result of enemy action, the contractor suffers any loss or damage, the<br />

government shall reimburse to the contractor such loss or damages, to the extent and in<br />

the manner herein after provided: -<br />

(i) The loss suffered by him on account of any damage or destruction of his plant /<br />

equipment (as defined in condition 11 (b) above) or materials or any part or parts thereof.<br />

The amount of losses assessed by the Accepting Officer of the contract on this account<br />

shall be final and binding.<br />

(ii) Compensation paid by him under any law for the time being in force to any<br />

workmen employed by him for any injury caused to him or the workmen’s legal<br />

successor for loss of the workmen’s life.<br />

(b) No requirement shall be made nor shall any compensation be payable under the above<br />

provisions unless the contractor had taken Air Defence Precautions ordered in writing by OC<br />

concerned or in the absence of such orders, reasonable precautions. No re-imbursement shall be<br />

made nor shall any compensation be payable for any plant/Eqpts or materials not lying on the site<br />

of work at the time of enemy action.<br />

13. TIME AND PROGRESS CHART<br />

(a) The time and progress chart to be prepared as per general Condition of Contract shall<br />

consist of detailed net work analysis and a time schedule. The critical path net work will be drawn<br />

jointly by the OC Contract and the contractor soon after acceptance of the tender. The time<br />

scheduling of the activities including a net work for all preliminary arrangements for mobilization of<br />

resources e.g. Man power, Plant and Machinery will be done by the contractor, completion of the<br />

time schedule will be prepared and submitted by the contractor to OC Contract who will approve it<br />

after due scrutiny. The schedule will be submitted in quadruplicate within one week from the date<br />

of handing over the site.<br />

___________________________<br />

(Signature of contractor with seal)<br />

sd/- xxx<br />

SW<br />

For Accepting Officer


CA NO: CDR/760TF/ / 2012-13 Ser Page No: 49<br />

(b) During the currency of work the contractor is excepted to adhere to the time schedule and<br />

this adherence will be part of the contractor’s performance under the contract. During the<br />

execution of the work the contractor is expected to participate in the review and updating of the<br />

net work undertaken by OC contract. These reviews may be undertaken at the discretion of the<br />

OC contract either as periodic appraisal measure or when the quantum of work ordered on the<br />

contractor is substantially changed through deviation orders or amendments. Any revision of the<br />

Schedule as a result of the review will be submitted by the contractor to the OC contract within a<br />

week, who will approved it after scrutiny. The contractor will adhere to the revised schedule<br />

thereafter. In case of the contractor’s not agreeing to the revised schedule the same will be<br />

referred to the Accepting Officer whose decision will be final, conclusive and binding. OCs<br />

approval to the revised schedule resulting in a completion date beyond the stipulated date(s) of<br />

completion shall not automatically amount to grant of extension of time. Extension of time shall be<br />

considered and decided by the appropriate authority mentioned in condition 11 of General<br />

Conditions for contracts and separately regulated.<br />

(c) The contractor is expected to mobilize and employ sufficient resources to achieve the<br />

detailed time schedule within the broad framework of the accepted methods working and safety.<br />

d) No additional payments will be made to the contractor for any multiple shift work or other<br />

incentive methods contemplated by him in his work schedule even though the department<br />

approves the time schedule.<br />

14. PERMIT FROM LOCAL AUTHORITIES FOR PLYING VEHICLES Contractor shall make his<br />

own arrangements for obtaining necessary permit from local authorities for plying his vehicles for the<br />

work in accordance with the Rules and Regulations of the land.<br />

15. REGISTRATION FEE/ TRADE TAX/ INCOME TAX ETC. Tendered rates / amount shall also be<br />

deemed to include the payment of all taxes to be like Registration fee. Trade Tax. Income-tax and other<br />

taxes / levies to be paid to the Govt. of Jammu & Kashmir or Central Govt. already in force and as may<br />

be modified from time to time. The contractor may ascertain full details on this respect from the<br />

concerned department (s).<br />

16. ELECTRICITY The Department will supply no electricity. The contractor shall make his<br />

own arrangement for necessary power, if required.<br />

17. ADJUSTMENT OF TAX CONSEQUENT UPON AMENDMENT TO CONSTITUTION The<br />

tendered rate shall also be inclusive of all statute levies and State / Union territory / shall tax on works<br />

contract payable under the respective statutes pursuant to the constitution stipulated by the tenderers<br />

regarding sales tax on works contracts will not be considered and such tender will be liable for rejection.<br />

18. RATE QUOTED<br />

The lump sum amount quoted for the annual maint work for a period of 12 months are firm and no<br />

escalation shall be admissible during the currency of the contract for any reason what-so-ever. It is an<br />

express condition of this contract that the amount quoted by the contractor in the tender shall be<br />

deemed to include all taxes octori/ toll tax, excise sales/service tax, 1% labour welfare cess and royalties<br />

etc and for the full, entire and final completion of the work in accordance with the provision given else<br />

where in the contract.<br />

___________________________<br />

(Signature of contractor with seal)<br />

sd/- xxx<br />

SW<br />

For Accepting Officer


CA NO: CDR/760TF/ / 2012-13 Ser Page No: 50<br />

(i) The rate quoted shall also include transportation of store/materials required for<br />

maintenance, transportation of store/equipments upto site where required including<br />

loading/unloading charges.<br />

(ii) The rate quoted shall also include cost of all tests carried out by the contractor either at site<br />

or in western field lab at Udhampur / in any Govt laboratory.<br />

MEASUREMENT<br />

19. Monitoring and recording of services will be done on a daily basis. Record of service will be<br />

maintained in daily maint register, weekly maint register, and monthly maint register as per schedule<br />

of maint given in annexure ‘B’. Recording of spares and time taken for rectification will be recorded in<br />

a separate register. These registers shall be signed by the Engr-in-Charge and the Contractor duly<br />

counter signed by the OC contract.<br />

TIME FOR WORK<br />

20. All routine maint shall be carried out during night only except when emergency maint is required<br />

during day where permission of Engr-in-Charge shall be obtained by the Contractor.<br />

COMPENSATION<br />

21. The Department is not liable to pay any compensation on account of any injury/ damage to<br />

labours and vehicles deployed by contractor caused due to accident/ militant activity/ any other<br />

reason occurred during execution of CA.<br />

22. The contractor will ensure that all defects noticed will be attended / repaired within one day.<br />

Also proper guarantee / warranty of repaired parts / replaced items will be given to Engineer-In-<br />

Charge as and when it is replaced.<br />

23. In case, the service provider fails to meet his obligation within the stipulated time frame, penalty /<br />

compensation will be imposed on contractor as per defects / time taken to repair it. Imposing penalty<br />

/ compensation, decision of Accepting Officer will be final.<br />

24. ACCEPTANCE OF WORK DONE: The Engineer-in-Charge/ OC contract shall exercise control<br />

over the quality of materials and work done by carrying out tests for the specified properties as per<br />

frequencies given in particular specifications.<br />

25. ESCALATION: No claim of reimbursement in increase of labour wages, cost of POL and<br />

materials is admissible under this contract including extended period if any.<br />

26. Blank<br />

27. INCOME TAX: Income Tax along with education cess and service/works contract tax will be<br />

deducted at source as applicable.<br />

28 ROYALTIES<br />

28.1. The condition in Clause 14 of General condition of IAFW-2249 is not applicable to this<br />

contract and hence treated to be cancelled. The contractor shall make his own arrangement for<br />

procurement of materials required for AMC of tunnel as mentioned in the schedule ‘A’ and elsewhere.<br />

Royalties are payable by the contractor.<br />

___________________________<br />

(Signature of contractor with seal)<br />

sd/- xxx<br />

SW<br />

For Accepting Officer


CA NO: CDR/760TF/ / 2012-13 Ser Page No: 51<br />

28.2. The contractor shall submit a certificate as under: -<br />

CERTIFICATE<br />

It is certified that I/we, M/s (Primary License Holder) _____________________ having a<br />

License No __________________________________ issued by Forest/Mining Deptt, Govt. of<br />

_____________________________________________ have supplied the following materials to<br />

M/s _________________________________________ against CA NO: CDR/760TF/ /2011-12<br />

to Commander 760 BRTF during the period from ______________________________________<br />

to____________________________________________.<br />

Ser No Materials Quantity Supplied<br />

(a)<br />

(b)<br />

It is further certified that royalty etc for above quantity of materials, at applicable rates<br />

have been paid by us to concerned Deptt of the Govt. of ______. A copy of no demand<br />

certificate/Challan/ Permit/Affidavit duly verified by the concerned Deptt etc is attached herewith.<br />

(M/s ________________________<br />

(Primary License Holder)<br />

“The payment of bill will be made only on producing the proof of payment towards royalty<br />

to the concerned authorities”.<br />

In case of any dispute between the OC contract and the contractor in this regard decision of<br />

Commander 760 BRTF shall be final and binding on both the parties.<br />

29 RE-IMBURSEMENT/REFUND ON VARIATION IN TAXES DIRECTLY RELATED TO<br />

CONTRACT VALUE<br />

(a) The rates quoted by the contractor shall be deemed to be inclusive of all taxes ( including<br />

sales tax/ VAT on material, sales tax/ VAT on work contracts, Turnover tax, service tax, labour<br />

welfare cess/ tax etc), duties, royalties, Octroi & other levies payable under the respective status.<br />

No reimbursement/ re/refund for variation in rates of taxes, duties, royalties, octroi & other levies<br />

and/ or imposition/ abolition of any new/ existing taxes, duties, Royalties, Octroi & other levies<br />

shall be made except as provided in sub Para (b) here in below.<br />

(b) (i) The taxes which are levied by the Govt at certain percentage rates of contract sum/<br />

amount shall be termed as “ taxes directly related to contract value such as sales tax / VAT on<br />

work contracts, Turnover tax, labour welfare cess/ tax and like but excluding income tax. The<br />

tendered rates shall be deemed to be inclusive of all “ taxes directly related to contract value “<br />

with existing percentage rates as prevailing on last due date for receipt of tenders. Any increase<br />

in percentage rates of “ taxes directly related to contract value” with reference to prevailing rates<br />

on last due date for receipt of tenders shall be reimbursed to the contractor and any decrease in<br />

percentage rates of “ taxes directly related to contract value with reference to prevailing rates on<br />

last due date for receipt of tenders shall be refunded by the contractor to the Govt/ deducted by<br />

the Govt from any payments due to the contractor. Similarly imposition of any new “taxes directly<br />

related to contract value” after the last due date for receipt of tenders shall be reimbursed to the<br />

contractor and abolition of any “ taxes directly related to contract value prevailing on last due date<br />

for receipt of tenders shall be refunded by the contractor to the Govt/ deducted by the Govt from<br />

any payments due to the contractor.<br />

___________________________<br />

(Signature of contractor with seal)<br />

sd/- xxx<br />

SW<br />

For Accepting Officer


CA NO: CDR/760TF/ / 2012-13 Ser Page No: 52<br />

(ii) The contractor shall within a reasonable time of his becoming aware of variation in<br />

percentage rates and / or imposition of any “taxes” directly related to contract value give written<br />

notice thereof to the OC contract stating that the same is given pursuant to this special condition<br />

together ith all informations relating there to which he may be in a position to supply. The<br />

contractor shall submit the other documentary proof/ informations as the OC Contract may<br />

require.<br />

(iii) The contractor shall, for the purpose of this condition keeps such books of account and<br />

other documents as are necessary and shall allow inspection of the same by a duly authorized<br />

representative of Govt., and shall further, at the request of the OC contract furnish, verified in<br />

such a manner as the OC contract may require, any documents so kept and such other<br />

information as the OC contract may require.<br />

(iv) Reimbursement for increase in percentage rates/ imposition of “taxes directly related to<br />

contract value” shall be made only if the contractor necessarily & properly pays additional “ taxes<br />

directly related to contract value” to the Govt. without getting the same adjusted, against any other<br />

tax liability or without getting the same refunded from the concerned Govt. Authority and submit<br />

documentary proof for the same as the OC contract may require.”<br />

30 Payment of Work<br />

30.1 The payment will be released through E-Payment mode, for which the contractor is<br />

required to submit the NEFT/RTGS Mandate Form (enclosed at Appx ‘B’) duly filled in the specified<br />

details. Otherwise, it will be released through A/c Payee Cheque.<br />

30.2 In case where the payment is released through cheque it will be sent by post to the<br />

Contractor for which the postage charges will be deducted from the net amount due to the<br />

Contractor.<br />

31. REGISTRATION: Contractor is required to get his firm registered with Sales Tax Department and<br />

Asst Labour commissioner Srinagar/ Jammu under contract labour ( R&A) Act and Building and other<br />

construction workers Act 1996 . A copy of valid registration certificate issued by the Sales Tax<br />

Department will be forwarded to Chief Engineer Project Beacon and Commander contract.<br />

32. LEGAL JURISDICTION: Legal jurisdiction for this Contract Agreement shall be “SRINAGAR<br />

COURT”<br />

___________________________<br />

(Signature of contractor with seal)<br />

sd/- xxx<br />

SW<br />

For Accepting Officer


CA NO: CDR/760TF/ / 2012-13 Ser Page No: 53<br />

PARTICULAR SPECIFICATIONS<br />

NAME OF WORK: ANNUAL MAINT CONTRACT FOR MAINTENANCE OF VENTILATION,<br />

LIGHTING, POWER SUPPLY AND MONITORING SYSTEM OF 2.50 KM LONG TWIN TUBES OF<br />

JAWAHAR TUNNEL AT KM 204.600 ON JAMMU-SRINAGAR ROAD (NH-44) UNDER 760 BRTF<br />

SECTOR PROJECT BEACON IN J & K STATE .<br />

SCOPE OF WORK<br />

1. General<br />

1.1 The 2.5 Km long twin tube Jawahar Tunnel on the NH-1A is provided with lighting and artificial<br />

ventilation system alongwith control and monitoring system comprising pollution sensors, temperature<br />

sensors, visibility sensors, traffic occupancy monitoring system and closed circuit TVs etc. Most of the<br />

electrical/electronic equipments provided in the Tunnel are connected to the control system and<br />

controlled and monitored from the control room.<br />

1.2 The scope of work includes day-to-day preventive and brake down maintenance of power supply,<br />

maintenance of ventilation system, lighting system and monitoring and control system for a period of one<br />

year. The list of various equipment is as per the details enclosed (Annexure ‘A’) Page No- 55.<br />

2. Scope of work for maintenance of power supply system, lighting and ventilation<br />

system and monitoring and control system.<br />

2.1 Schedule maintenance of equipment and accessories installed at the Tunnel site like<br />

transformers, breakers, Power Pannels, Cables, Jet tans, soft starter, micro processor based controls,<br />

sensors, control console, TV monitors, camera etc. The schedule maintenance shall be carried out as<br />

per the details enclosed (Annexure ‘B’) Page No 56 to 58.<br />

2.2 The cleaning / repairing of sensors, cameras etc to be carried out prior to the schedule, if the<br />

situation warrants.<br />

2.3 Rectifying any equipment / components provided for the above systems.<br />

2.4 There shall be one Service Engineer for maintenance of power supply system, lighting and<br />

ventilation system and monitoring and control system. The Service Engineer with Degree in<br />

Telecommunication/Electronics /Instrumentation/Computer Science Engineering/Technology with minimum<br />

2 years of experience in similar job in renounced Pvt /Govt /PSC organization OR Diploma in<br />

Telecommunication/Electronics/Instrumentation/Computer Science Engineering /Technology with minimum<br />

5 years of experience in similar nature jobs electrical / electronic graduate / diploma engineers who shall<br />

be present at site throughout the duration of the contract and may only be relieved by a person of<br />

equivalent qualification. The contractor should give the particulars of above said person well in advance to<br />

the commander/ OC contract after police verification. Any subsequent replacement shall not be done<br />

without prior approval of the OC Contract. Trained personnel (Technicians) of department will be deployed<br />

to assist the Service Engineer of Contractor for smooth maintenance of tunnel.<br />

2.5 Contractor shall be responsible for providing experts in power supply system, lighting and<br />

ventilation system and monitoring and control system required for repair / maintenance of the system at<br />

no extra cost.<br />

2.6 The system shall be maintained in a good working condition to ensure no traffic disruption/<br />

stoppages.<br />

___________________________<br />

(Signature of contractor with seal)<br />

sd/- xxx<br />

SW<br />

For Accepting Officer


CA NO: CDR/760TF/ / 2012-13 Ser Page No: 54<br />

3. Spares<br />

3.1 Any spares/ consumables required for replacement of defective parts, shall be supplied/ provided<br />

by the contractor of standard ISI mark.<br />

3.2 The unserviceable spares shall be handed over to Department.<br />

4. Transportation facilities at site<br />

4.1 No government vehicle will be provided.<br />

5. Maintenance Facilities<br />

5.1 The equipment at control room and panels on either end of the tunnel can be maintained during<br />

any hour of the day. However the maintenance of equipment inside the tunnel shall be carried out during<br />

night only.<br />

5.2 The hydraulically operated truck mounted platform (Hydra) and trolley available at site with BRO<br />

will be made available at no cost alongwith the driver.<br />

5.3 SMTs (Special Maintenance Tool) for maintenance and repairing will be arranged by the<br />

contractor.<br />

6. Payments<br />

6.1 Monthly payment (1/12 th of the amount of schedule ‘A’) shall be made on completion of each<br />

month for maintenance of system which the contractor shall submit the bill in the prescribed format.<br />

6.2 The contractor shall submit the bills on monthly basis for payments.<br />

7. Rules and Regulations<br />

7.1 All safety precautions shall be observed while executing the maintenance works.<br />

7.2 All statutory rules and regulations in force shall be observed.<br />

ACCEPTANCE OF SPARES<br />

8 (a) The spares will be provided by the contractor as mentioned in Para 3 under scope of work. The<br />

guarantee of the spares as provided by the manufacturer will be passes on to OC contract / Engineer-In-<br />

Charge by the contractor.<br />

(b) The Engineer-in-Charge shall exercise control over the quality of the materials so as to ascertain<br />

their conformity with specification/ requirement at the cost of the contractor. The testing shall be done as<br />

required by the Engineer-in-Charge.<br />

(c) Spares not confirming to the specification/ requirement given in the particular specification shall<br />

not be brought to the work site.<br />

(d)<br />

(e)<br />

All stores to be used in work to be got approved by Engineer-In-Charge/OC Contract.<br />

The cost of testing will be borne by Contractor.<br />

8. Performance Guarantee: Immediately on acceptance of the tender, the Contractor shall lodge a<br />

performance guarantee with Commander 760 BRTF, in the form of Bank Guarantee to the extent of 10%<br />

value of the Contract Agreement.<br />

___________________________<br />

(Signature of contractor with seal)<br />

sd/- xxx<br />

SW<br />

For Accepting Officer


CA NO: CDR/760TF/ / 2012-13 Ser Page No: 55<br />

Annexure ‘A’<br />

LIST OF EQUIPMENTS INSTALLED FOR POWER SUPPLY SYSTEM, LIGHTING<br />

AND VENTILATION SYSTEM, MONITORING AND CONTROL SYSTEM.<br />

A<br />

B<br />

C<br />

D<br />

E<br />

High Tension Power Supply System<br />

(i) IIT 11KV / 415V, 750 KVA Transformer - 01 No<br />

(ii) IIT 11KV Switch gear panel - 01 No<br />

(iii) IIT 3.3KV/415V, 500 KVA Transformers - 04 Nos<br />

(iv) HT 3.3KV/415V.315 KVA Transformers - 02 Nos<br />

(v) IIT 3.3V grade switch gear panels (VCBs) - 06 Nos<br />

Emergency Power Supply System<br />

(i) 30KVA inverters alongwith 12V, 42AH batteries - 02 Nos<br />

(ii) 3KVA UPS alongwith 12V 24 AII batteries - 02 Nos<br />

Ventilation System<br />

(i) 22KW, 415V AC Ventilation fans - 42 Nos<br />

(ii) Electrical soft starter units - 42 Nos<br />

(iii) Cable junction boxes - 42 Nos<br />

(iv) Hard wiring system<br />

Control and power Panles<br />

(i) Mimic control panel complete with indicators for status indication - 01 No<br />

and switches for operation of power system, ventilation, tunnel<br />

lighting and control system<br />

(ii) Distribution and control power panels complete with switch gears, - 08 Nos<br />

switches etc<br />

(iii) Power factor improvement panels - 02 Nos<br />

(iv) DG synchronizing panels - 02 Nos<br />

(v) Electrical soft starter units for ventilation system - 42 Nos<br />

(vi) Cable junction boxes of ventilation sytem - 42 Nos<br />

Integrated on line Tunnel Monitoring and Control System<br />

(i) Network processing unit complete with isolators console interface - 01 No<br />

switches and LEDs<br />

(ii) Data Gathering Panels including isolator units - 04 Nos<br />

(iii) Graphic Command Centre Unit complete with software for NPU & - 01 No<br />

DGPs and printer<br />

(iv) Local/remote substation status indication and control system - 01 No<br />

(v) Local/remote DG sets status indication and control system - 01 No<br />

(vi) Traffic/occupancy and control system - 01 No<br />

(vii) Ventilation fan operation selection system, operation of fan group - 18 Nos<br />

and fan status feed back system<br />

(viii) Tunnel lighting status feedback system complete with switching - 20 Nos<br />

arrangement<br />

(ix) Tunnel ambiance monitoring system consisting of 6 Nos of CO<br />

sensors, 6 Nos of temp. sensors, 6 Nos of visibility sensors, 7 Nos<br />

of smoke sensors and 2 Nos of air velocity and direction sensors.<br />

(x) Communication system consisting of 44 Nos of telephone jacks<br />

and PA system consisting of 32 Nos of speakers and 2 Nos of<br />

Amplifiers<br />

(xi) Closed circuit TV system consisting 12 Nos of cameras and 12<br />

Nos of Video monitors<br />

___________________________<br />

(Signature of contractor with seal)<br />

sd/- xxx<br />

SW<br />

For Accepting Officer


CA NO: CDR/760TF/ / 2012-13 Ser Page No: 56<br />

Annexure ‘B’<br />

POWER SUPPLY SYTEM,LIGHTING AND VENTILATION SYSTEM AND MONITORING AND<br />

CONTROL SYSTEM MAINTENANCE SCHEDULE.<br />

S/No Equipme Schedule Weekly Monthly<br />

nt<br />

1 General Check general illumination in tunnel area. Replace fused<br />

lamps immediately.<br />

Check operation of telephones and repair immediately, if<br />

***<br />

***<br />

found defective<br />

Check first aid boxes, fire buckets, fire extinguishers, etc, are ***<br />

intact and serviceable.<br />

Replenish on priority.<br />

Inspect fence all around the substation and to earth & repair<br />

***<br />

immediately if required.<br />

Check security and fire risk for storage of transformer oil, lub<br />

oil, control circuit drawings, operating instructions, etc are<br />

clean and well secured. If not then do accordingly for proper<br />

display.<br />

2 Oil<br />

Cooled<br />

Transfor<br />

mer<br />

Examine if all “caution” “danger” boards, shock treatment<br />

charts, control circuit drawings, operating instructions, etc are<br />

clean and well secured. If not then do accordingly for proper<br />

display.<br />

Check condition of power/control cable/sensors and<br />

***<br />

***<br />

repair/change immediately if found damaged/defective.<br />

Note maximum temperature on dial indicator. Reset indicator ***<br />

Check silica gel breather if pink reactive/replace with dry gel.<br />

***<br />

Check oil level-check all joints for signs of oil leakage, Add<br />

oil, if required.<br />

***<br />

Clean externally transformer tank radiators bushing oil level<br />

indicator, gauges etc with dry cloth.<br />

***<br />

Clean externally transformer tank radiators bushing, oil level<br />

indicator, gauge, etc with dry cloth<br />

***<br />

Any minor/major defects noticed, same to be brought to the<br />

notice of officers concerned and repairing tobe carried on<br />

3 Gang<br />

operated<br />

switches<br />

4 Power<br />

panels<br />

priority within 24 hrs<br />

Check for proper alignment of the fixed and moving contact. If<br />

not then reset/calibrate the alignment with 24 hrs.<br />

Check insulators for any chipping cracks etc, clean with a dry<br />

cloth. Replace the insulators immediately, if cracked.<br />

Check operation of all indicating lamps and alarm circuits. If ***<br />

operation is improper then replace/rectify the defects<br />

immediately<br />

Blow dust, if any, inside the panel ***<br />

Check & make sure tightness of all the connections in power<br />

panels<br />

***<br />

***<br />

***<br />

___________________________<br />

(Signature of contractor with seal)<br />

sd/- xxx<br />

SW<br />

For Accepting Officer


CA NO: CDR/760TF/ / 2012-13 Ser Page No: 57<br />

S/No Equipme<br />

nt<br />

5 Control<br />

Console<br />

6 3.3KV<br />

Vaccum<br />

Circuit<br />

Panels<br />

Schedule Weekly Monthly<br />

Check any signs of over heating of cable and terminal. If so<br />

inform immediately to the officers concerned and take<br />

necessary step to rectify the problem within 24 hrs.<br />

Check operation of all MCBs, MCCBs, ACBs Contractors ***<br />

indicating lamps, meters, switches, etc. Check if the contract<br />

springs have correct, springiness. Repair/change & calibrate<br />

within 7 days, if found defective.<br />

Check tightness of cable glands.<br />

Check operation of all indicating lamps and alarm circuits. ***<br />

Rectify the defects immediately.<br />

Blow dust, if any, inside the panel, NPU. Online Computer ***<br />

Monitor, CPU, Air conditioners<br />

Check operation of all indicating lamps and alarm circuits.<br />

Rectify the defects immediately<br />

Check and make sure tightness of all connections. If found<br />

loose tight it immediately.<br />

Check any signs of over heating of cables and terminals. If so<br />

do necessary repair within 24 hrs.<br />

Check operation of MCBs, relays, contractors, meters,<br />

switches etc. Re-calibrate/change within 7 days if found<br />

malfunctioning/defective.<br />

Check operation of all indicating lamps and alarm circuits. If ***<br />

any defects noticed rectify immediately and there is not by<br />

pass allowed.<br />

Blow dust, if any, inside the panel ***<br />

Check and make sure tightness of all connections if found<br />

loose, tight immediately.<br />

Check any signs of over heating of cables and terminals.<br />

Check for proper earthing also. Do necessary repair work if<br />

any fault found within 24 hrs.<br />

7 Jet Fans Check and repair for any visible damage<br />

Clean externally by air blowers<br />

Check and be sure tightness of all connections in motor<br />

terminal box<br />

Check for proper earthing of the unit. If found loose tight it<br />

immediately.<br />

Check and make sure proper fitment of safety chain. Carry<br />

out the routine procedure for proper secure of safety chain<br />

Tighten all foundation bolts and nuts including base frame.<br />

Measure vibration level & keep record<br />

Measure vibration level & keep record<br />

Check air flow direction<br />

Check air flow velocity and keep record<br />

***<br />

***<br />

***<br />

***<br />

***<br />

***<br />

***<br />

***<br />

***<br />

***<br />

***<br />

***<br />

***<br />

***<br />

***<br />

***<br />

***<br />

___________________________<br />

(Signature of contractor with seal)<br />

sd/- xxx<br />

SW<br />

For Accepting Officer


CA NO: CDR/760TF/ / 2012-13 Ser Page No: 58<br />

S/No Equipme<br />

nt<br />

8 Soft<br />

starter<br />

panel<br />

9 Air<br />

Cooled<br />

Transfor<br />

mer<br />

10 Integrate<br />

d Control<br />

&<br />

Monitorin<br />

g System<br />

Schedule Weekly Monthly<br />

Check and repair for any visual damage ***<br />

Blow dust, if any, inside the panel.<br />

Carry out tighten of cable glands<br />

Check and be sure for door locking<br />

Tight all the connections<br />

Check and ensure for proper earthing<br />

Check and signs of over heating of cables and terminals. Do<br />

necessary repairing within 24 hrs, if noticed.<br />

Check operation of MCB, RCCB, by-pass contractor etc,<br />

check also the contract springs have correct springiness<br />

rectify/change if necessary<br />

Check time taken by fan to reach top of the ramp<br />

Clean insulators with dry cloths and look for chipping cracks,<br />

etc. If found replace on top priority. No by-pass allowed<br />

Clean externally transformer body, radiators bushing,<br />

temperature indicator etc with dry cloths.<br />

Any minor/major defects noticed, same to be brought to the<br />

notice of officers concerned and repairing to be carried on<br />

priority.<br />

Note maximum temperature. Reset indicator<br />

Clean and check of cameras lenses<br />

Clean and check DGP & NPU regularly(daily) and major<br />

defects to be rectified with 15 days<br />

Clean visibility sensors & temp gauge regularly. Any major<br />

defects to be rectified within 7 days<br />

Clean luminous meter regularly. Any major defects to be<br />

rectified within 7 days<br />

Clean wind velocity meter regularly. Any major defects to be<br />

rectified with 7 days<br />

Clean and check vane switches of jet Fans.<br />

Replace immediately if found defect<br />

Clean and check occupancy sensor regularly<br />

***<br />

***<br />

***<br />

***<br />

***<br />

***<br />

***<br />

***<br />

***<br />

***<br />

***<br />

***<br />

***<br />

***<br />

***<br />

***<br />

***<br />

***<br />

***<br />

___________________________<br />

(Signature of contractor with seal)<br />

sd/- xxx<br />

SW<br />

For Accepting Officer


CA NO: CDR/760TF/ / 2012-13 Ser Page No: 59<br />

ANNUAL MAINTENANCE CONTRACT FOR: MAINTENANCE OF VENTILATION, LIGHTING,<br />

POWER SUPPLY AND MONITORING SYSTEM OF 2.5 KM LONG TWIN TUBE OF JAWAHAR<br />

TUNNEL AT KM 204.600 ON JAMMU-SRINAGAR ROAD (NH-44) IN 760 BRTF SECTOR UNDER<br />

PROJECT BEACON IN J&K STATE : FY 2012-2013<br />

LAND FOR OFFICE, LABOUR SHED ETC: Land being made available to contractor by the<br />

department, for the staff accommodations, however the cost of the Shelter and maintenance<br />

including safety of the personnel will be responsibility of the contractor. The contractor must<br />

ensure the staff, labourers, plants, equipments, store etc, employed in connection with work are<br />

so located that there is no hindrance to the free flow of the traffic.<br />

SPARES: Any spares/consumables required for replacement of defective parts as per list<br />

enclosed as Appendix to the tender document shall be the responsibility of the Contractor to the<br />

tender document. The contractor should ensure that the fast moving spares are held well in<br />

advance to avoid any hindrance in the functioning of entire system of tunnel, Readily available<br />

fast moving spare shall be replaced within 24 hours of their requirement. Spares which are not<br />

readily available and urgently required shall be provided by fastest available means, failing<br />

which the Contractor shall be liable for compensation as mentioned in Compensation clause:-<br />

Ceiling light<br />

Spares to be procured for maintenance of tunnel by the contractor.<br />

The total 80% of contract amount shall be reserved as cost towards procurement of<br />

spares subject to maximum of Rs. 16 lacs.<br />

(i)<br />

(ii)<br />

Contractor should provide the spares replaced to the department for their record,<br />

duly approved by Board of Officer detailed for same by TF commander.<br />

If the spare procurement exceeds more than Rs 16.00 lacs, the excess amount<br />

shall be borne by the department as decided by BOO duly approved by Accepting<br />

officer.<br />

Note : If the spares are not utilized up to Rs 16.00 lacs, then the payment will be restricted<br />

on account at spares towards CA amount.<br />

Details of Records to be maintained by contractor/department:-<br />

The following records to be checked by Engineer-In-Charge /OC contract monthly for<br />

processing the RAR.<br />

(i) Staff deployed for maintenance to be produced daily to the Engineer-In-Charge.<br />

(ii) Weekly maintenance Register.<br />

(iii) Daily power supply Register including details of civil power supply and<br />

departmental<br />

power supply.<br />

(iv) Monthly maintenance Register.<br />

(v) Defect Register to be submitted by contractor to Engineer-In-Charge.<br />

(vi) Test result Register.<br />

(vii) Spare parts Register showing all detail of spares procured with costing (Required<br />

for<br />

claiming the cost towards procurement of spares.<br />

(viii) Engineer in charge/ OC contract to ensure all items procured are utilized fully and<br />

the retrieved spares are produced to the BOO as conveyed by Commander<br />

Contract for suit verification.<br />

(ix) Daily check Register.<br />

(x) GREF personnel Training Register.<br />

(ix) Register for lodging Complaints.<br />

___________________________<br />

(Signature of contractor with seal)<br />

sd/- xxx<br />

SW<br />

For Accepting Officer


CA NO: CDR/760TF/ / 2012-13 Ser Page No: 60<br />

Compensation/Penalty Clause<br />

Contractor to ensure that no system is defund more than 24 hours of lodging the<br />

complaint (or) noticed by contractor/department vice –versa. The resident engineer to ensure<br />

that the contractor to replace the defected items and put on road on priority. If the contractor fails<br />

to function the defect system, then the compensation will be lived as under:-<br />

(i)<br />

(ii)<br />

(iii)<br />

0.20% per day of contracted amount for 30 days starting wef the date of complaint.<br />

0.12% per day of contracted amount wef 31 st day of lodging of complaint.<br />

The overall compensation not to exceed 10 percent of the contract amount during<br />

the period.<br />

Training for GREF Personnel<br />

The contract should train the departmental personnel deployed has to handle the entire<br />

system on emergency basis. The Commander contract to ensure qualified personnel to get<br />

trained accordingly. No extra cost will be Barrie by the department.<br />

Manning Staff<br />

1. It shall be mandatory upon the contractor to maintain following manpower at any time<br />

during the currency of the said contract.<br />

2.<br />

(a) Service Engineer ( 01 No) , qualification :- Degree in<br />

Telecommunication/Electronics /Instrumentation/Computer Science<br />

Engineering/Technology with minimum 2 years of experience in similar job in renounced<br />

Pvt /Govt /PSC organization.<br />

OR<br />

Diploma in Telecommunication/Electronics/Instrumentation/Computer Science<br />

Engineering /Technology with minimum 5 years of experience in similar nature jobs.<br />

___________________________<br />

(Signature of contractor with seal)<br />

sd/- xxx<br />

SW<br />

For Accepting Officer


CA NO: CDR/760TF/ / 2012-13 Ser Page No: 61<br />

APPROX ESTIMATION OF SPARES FOR COMPUUTERISED CONTROLING SYSTEM UNIT:<br />

1674 TMPL (Care 99 RCC)<br />

S/No Nomenclature A/U QTY<br />

1 Buffee IC Mapnet Card No 10<br />

2 IC 74541 No 10<br />

3 Data latching IC for mapnet No 10<br />

4 IC 7474 No 10<br />

5 Decoder for I/O card No 10<br />

6 Power Supply Card DGP No 01<br />

7 Power supply charger card DGP No 01<br />

8 Multifunction I/O card No 01<br />

9 Power supply charger card NPU No 01<br />

10 IGBT make Toshiba MG 200 J2YS 50/Make Upec BSM 200GB60DLC No 02<br />

11 Capacitor Alcon Electrolytic PG-6D 3300 MFD 350 VDC No 02<br />

12 Switch for invertors make Kaycee 63A 415V No 02<br />

13 Fuse HRC make Havell’s size 00 (HCD-00) 100A,50Hz, 415V,80KVA’g’ No 12<br />

14 Fuse HRC make Havell’s 63A list No. 63RA No 12<br />

15 4-20mA ZAM fir Co/Wind/Voltage/Current No 02<br />

16 Base for ;smoke sensor make simplex No 02<br />

17 Base for heat sensor make simplex No 02<br />

18 IRF for UPS IREP’ 250 No 03<br />

19 Digital volt meter 0-500V Ac 50 Hz No 02<br />

20 Digital input module for fan/telephone etc make simplex IAM No 02<br />

21 Signal ZAM for speaker make simplex No 02<br />

22 Smoke sensor make simplex no 02<br />

23 Vane switch for fan No 06<br />

24 Dome for camera No 02<br />

25 Contractor LAI-D22 telemehanicque & control No 03<br />

26 Contractor LAI-D323 telemechanicque & control No 03<br />

27 Operational Amp for Mapnet card No 10<br />

28 IC 7410 No 10<br />

29 ICLM 2575T+5 No 05<br />

30 Comparator IC for Mapnet No 10<br />

31 IC 34167 T No 05<br />

32 ICM 1485 AN No 10<br />

33 IC 328 F 010 with frog ver 8.03 No 02<br />

34 Shddiode for NPU, DGP power supply No 20<br />

35 Power Transistor for Amplifier No 10<br />

36 Driver IC for I/O card No 10<br />

37 Current Driver IC for I/O card No 10<br />

38 IC 74374 No 10<br />

39 IC 7400 No 10<br />

40 IC 7404 No 10<br />

41 IC 7406 No 05<br />

42 IC 7408 No 10<br />

43 IC 7432 No 10<br />

___________________________<br />

(Signature of contractor with seal)<br />

sd/- xxx<br />

SW<br />

For Accepting Officer


CA NO: CDR/760TF/ / 2012-13 Ser Page No: 62<br />

44 IC 7486 No 10<br />

45 IC 7412 No 10<br />

46 IC 7402 No 10<br />

47 ICLT 1204 CSW No 02<br />

48 IC ULN 2003 No 10<br />

49 IC UCN 5801 No 05<br />

50 IC LM 339 No 140<br />

51 IC LM 393 No 10<br />

52 IC LM 741 No 10<br />

53 IC 6264 No 05<br />

54 IRF 540 No 10<br />

55 IRF 740 No 10<br />

56 IRF 520 No 10<br />

57 Resistor Array 10 Pin 10k No 20<br />

58 Resistor mix quarter watt No 200<br />

59 Resistor mix half watt No 100<br />

60 8 way dip switch No 20<br />

61 Fuse slow blow 20mm 500mA No 30<br />

62 Fuse blow 20mm 3A No 30<br />

63 Fuse slow blow 30mm 500mA No 30<br />

64 IC SMD HC 00 No 05<br />

65 IC SMD HC 04 No 05<br />

66 IUC SMD 75176B No 05<br />

67 IC SMD 393 No 05<br />

68 Fuse fast blow 20 mm 5A No 50<br />

69 Eprom for mapnet card NPU ver 7.01 No 02<br />

70 Eprom Upper NPU ver 8.05 No 02<br />

71 Eprom lower NPU ver 8.05 No 02<br />

72 Eprom for mapnet card DFG 6.03 No 02<br />

73 Microcontroller for ;mapnet card DGP No 02<br />

74 Eprog for NPU ppower supply ver 1.02 No 02<br />

75 ELCB 63 Amp sensitivity 300 mA dater No 02<br />

76 40 GB Barracuda No 01<br />

77 PCB unit for digital I/P for control system of DG sets/ventilation/traffic etc. IAM No 01<br />

78 Voltage transducer for NPU No 01<br />

79 Heat sensor No 01<br />

80 Automatic Voltage regulatorfor synchronous operation No 01<br />

81 Cable junction box waith busbars insulators etc No 02<br />

82 Wired media Assy left port no 02<br />

83 Wired media Assy righy port No 02<br />

84 SSD card No 02<br />

85 Switcher card for NPU No 02<br />

86 Control card Horizanntal motion Kalatel No 01<br />

87 Lense unit with CCD Kalatel No 01<br />

88 Precision motor vertical Kalatel no 01<br />

89 Encoder disc HZ with gear and liming belt Kalatel Set 01<br />

90 Current transducer 0-5A O/P 4-20mA Set 01<br />

___________________________<br />

(Signature of contractor with seal)<br />

sd/- xxx<br />

SW<br />

For Accepting Officer


CA NO: CDR/760TF/ / 2012-13 Ser Page No: 63<br />

91 Camera Housing Set 01<br />

92 Over load relay EOCR DS2T No 02<br />

93 Interconnecting PCB Kalatal No 02<br />

94 Coil LX I-D25 No 02<br />

95 Lenses motor PCB no 01<br />

96 Speaker large magnet Mylar cone No 10<br />

97 UTP cable for kalatal Camera No 02<br />

98 Out put module for NPU No 01<br />

99 Encoder disc Vert. With gear and timing belt Kalatal No 01<br />

100 Telephone Ckt PCB No 05<br />

101 Telephone hand set No 05<br />

102 Control card Verttical motion Kalatel no 01<br />

103 Voltage transducer No 01<br />

104 Coil 1/18 (stranded silver accaled) Roll 02<br />

105 Capacitor for Capacitor Bank as per sample No 02<br />

106 Coaxial UTP PCB Kalatal No 02<br />

107 Digital Amphere Meater 100-1600 range 5A No 02<br />

108 UPS Switch Kaycee No 02<br />

109 Digia freq meater 45-55 Hz No 02<br />

110 Precision motor horizontal Kalatel No 01<br />

111 Thyrister for 3KVA as per sample No 02<br />

112 Vertical sensor Kalatel No 02<br />

113 Current selector switch as per sample No 03<br />

114 Line Matching Transformer No 03<br />

115 UPS Main card 3 KVA No 01<br />

116 UPS power card 3 KVA No 01<br />

117 Sulphuric Acid (Gravity -1800) Kg 150<br />

118 Distilled Water Ltr 450<br />

119 Battery Terminal (+ve&-ve) Set 100<br />

120 Petroleum Gelly Kg 05<br />

121 Ribbon assy for TVSE MSP 345 printer No 02<br />

122 Flopoy disk 1.44 mb 3 ½” No 30<br />

___________________________<br />

(Signature of contractor with seal)<br />

sd/- xxx<br />

SW<br />

For Accepting Officer


CA NO: CDR/760TF/ / 2012-13 Ser Page No: 64<br />

SYSTEM INSTALLED IN JAWAHAR TUNNEL<br />

1. CCTC System Nos Appx Value<br />

(a) Pan tilt & Zoom (PTZ) camera Nos 13<br />

(b) Fixed cameras in corset out Nos 05<br />

( c) Dvr (Digital Video Recorder) Nos 01<br />

(d) PTZ Controller Nos 02<br />

(e) Display monitor Nos 19<br />

2 Control System<br />

(a) Master Control Pave-I Nos 01<br />

(b) Slave Control Pave 1 (DGP) Nos 04<br />

© Graphics command centre with software Nos 01<br />

(d) Type of sensor<br />

(i) CO (Carbon monoxide) Nos 06<br />

(ii)Smoke sensor Nos 6+1<br />

(iii)Visibility Nos 06<br />

(iv)Temperature sensor Nos 6+1<br />

(v)Wind speed Nos 2<br />

(vi)Wind direction Nos 02<br />

(vii) Fan direction Nos 84<br />

(viii)Lux sensor Nos 02<br />

(e)<br />

(ix)Interfaces Nos 116<br />

PA System<br />

(i)Speakers Nos 31<br />

(ii)Telephones Nos 44<br />

(iii)Control ZAM for speakers Nos 06<br />

(iv)Amplifiers (400w) Nos 02<br />

3 Venitilation System<br />

(a) Jet Fans Nos 44<br />

(b) Soft Starter Nos 42<br />

4. Electrical system<br />

(a) Transformers Nos 07<br />

(b) VCB1 Nos 06<br />

© ACBI Nos 11<br />

(d) UPS 3 KV Nos 02<br />

(e) UPS 1 KV Nos 03<br />

(f) Invertors Nos 02<br />

(g) MCCB Nos 28<br />

(h) Light fittings Nos 400<br />

(j) Lighting ckt Nos 20<br />

Tunnel vehicle occupancy system<br />

1 TOC Nos 01<br />

2 Signals Nos 06<br />

3 Mimic console integrated with software & Hardware<br />

control system with control peint of 400 Nos<br />

Nos<br />

___________________________<br />

(Signature of contractor with seal)<br />

sd/- xxx<br />

SW<br />

For Accepting Officer


CA NO: CDR/760TF/ / 2012-13 Ser Page No: 65<br />

Appendix ‘B’<br />

(Ref para-30 of Special Condition of tender)<br />

NEFT/RTGS MANDATE FORM<br />

(1) Name of firm/contractor as per account in the<br />

Bank<br />

(2) Beneficiary’s Account Number (As appearing on<br />

the Cheque Book)<br />

(3)<br />

Name of Bank where a/c is held<br />

(4) Name of Branch<br />

(5) Address of Branch<br />

(6) Telephone No. of Branch<br />

(7) IFSC Code of Branch<br />

(8) 9-Digit MICR Code Number of the Bank & Branch<br />

(9) E-Mail ID of Contractor<br />

Note<br />

Please attach a blank cancelled cheque for verification of the above<br />

particulars.<br />

I, hereby, declare that the particulars given above are correct and complete. If<br />

the transaction is delayed or not effected due to incomplete or incorrect information of<br />

the bank details, I will not hold the payment releasing authority responsible for it.<br />

Dated :<br />

Signature of the contractor (Seal)<br />

CERTIFICATE BY BANK<br />

Certified that the particulars furnished above are correct as per our records<br />

Seal of Bank<br />

Dated:-<br />

Signature of the branch manager of the Bank<br />

___________________________<br />

(Signature of contractor with seal)<br />

sd/- xxx<br />

SW<br />

For Accepting Officer

Hooray! Your file is uploaded and ready to be published.

Saved successfully!

Ooh no, something went wrong!