NAGPUR MUNICIPAL CORPORATION
Request For Proposal (RFP)
For
Construction & Development of 392 tenements Housing Scheme for
NMC Safai Karamchari on NMC/SRA plot bearing CTS No.62, Sheet
No. 963, Kh. No. 109-110/2,3 (part) of Mouza – Nari, Nagpur within
Nagpur Municipal Corporation Limit (As per Sub Clause No. 11.2.5 of
Main Clause No. 11 of UDCPR (updated as on 30th Jan, 2025) on
Construction TDR Policy)
NAGPUR MUNCIPAL CORPORATION
Civil Lines, Nagpur – 440 001
Request For Proposal
The Nagpur Municipal Corporation (NMC), invites offer from Reputed and well-
established Global Developer on Construct & Develop basis for Construction &
Development of 392 tenements Housing Scheme for NMC Safai Karamchari on
NMC/SRA plot bearing CTS No.62, Sheet No. 963, Kh. No. 109-110/2,3 (part) of
Mouza – Nari, Nagpur within Nagpur Municipal Corporation Limit (As per Sub
Clause No. 11.2.5 of Main Clause No. 11 of UDCPR - 2020 (updated as on 30th Jan,
2025) on Construction TDR Policy).
NMC as part of its development agenda plans to develop over 392 dwelling units
of affordable houses for NMC Safai Karamchari. These units are to be developed at
Nagpur city limit area which have been already identified by NMC.
a) Total Plot Area: 42103.92 Sqm.
b) Net Plot Area: 11109.62 Sqm.
c) Numbers of Building: 14 Nos.
d) Number of dwelling units: 392 Nos.
e) Number of Floors: Stilt parking + 7 Floors (Stilt floor and
1st to 7th have 4 units each floor)
Details of f) Carpet Area of Unit: 41.01 Sqm. (Excluding Carpet area
1
Work of Balcony: 7.45)
g) P-Line Area of unit: 62.99 Sqm. (Super Built up Area)
h) Height of Building: 23.65 Mtrs.
i) Site Location: CTS No. 29 and 30, Khasara No. 109-
110/2,3 (Part), Mouza - Nari Nagpur.
j) Site Development (Infrastructure) work will be as per
Designs and Drawings given by Authority.
Construction & Development of 392 tenements Housing
Scheme for NMC Safai Karamchari on NMC/SRA plot
bearing CTS No.62, Sheet No. 963, Kh. No. 109-110/2,3
Scope of
2 (part) of Mouza – Nari, Nagpur within Nagpur Municipal
work
Corporation Limit (As per Sub Clause No. 11.2.5 of Main
Clause No. 11 of UDCPR - 2020 (updated as on 30th Jan,
2025) on Construction TDR Policy)
Total Project
3 Rs. 91,45,84,763/-
Cost
Contractor / Bidder 2 NMC, ENGINEER
The total period of project will be of 36 months (Thirty-Six
months) (Including Rainy Season) Commencing from the
Period of
4 date of issue of Building permit and Commencement
contract
Certificate by the NMC to the Successful Bidder/Developer
as per bid process conducted by NMC.
Cost of Tender form of Rs. 3540/- (Rupees Three thousand Five
5 Tender hundred Forty only) can be purchase online (Credit
Document card/Debit card/ Net Banking) (Not Refundable).
Earnest Rs. 45,00,000/- (Forty-Five lakhs only) is to be deposited
Money through Online Payment Gate way or Bank Guaranty of
6
Deposit Nationalized Bank should be uploaded at
(EMD) [Link] at EMD exemption location.
Sale of
Online available from 07/06/2025 up to 23/06/2025 on
7 Tender
[Link]
Documents
On 12/06/2025 At 16.00 hrs. Hours IST at conference hall in
Pre-bid
8 the office of Hon. Commissioner, Nagpur, Municipal
Meeting
Corporation, Nagpur.
Last Date of
9 online Bid On 23/06/2025 upto 16.00 hrs. [Link]
submission
On 24/06/2025 at 16.00 hrs. at [Link] or as
10 Opening
decided by NMC.
Please refer the Tender Document for details regarding the
Other
11 scope, Eligibility, terms and condition and other detail
Information
information.
Any Corrigendum or Addenda issued subsequent to the
Corrigendum Tender Document, but before the Bid Due Date on websites
12
or Addenda will be deemed to form part and parcel of the bidding
document.
The Commissioner, Nagpur, Municipal Corporation, Nagpur reserves the right
to reject any or all bids without assigning any reason thereof.
Advt. No. -------------------
Date:
Executive Engineer Commissioner
Municipal Corporation, Nagpur Municipal Corporation,
Nagpur
Contractor / Bidder 3 NMC, ENGINEER
DISCLAIMER
1. Detailed Time Table for the various activities to be performed in e-tendering process by
the Tenderer for quoting their offer is given in this Tender Document. Contractor should
carefully note down the cut-off dates for the carrying out each e-tendering process / activity.
2. Every effort is being made to keep the Website up to date and running smoothly 24 x 7
by the Government and the Service Provider. However, Government takes no responsibility,
and will not be liable for, the website being temporarily unavailable due to any technical
issue at any point of time.
3. In that event Nagpur Municipal Corporation (NMC) will not be liable or responsible for
any damages or expenses arising from any difficulty, error, imperfection or inaccuracy with
this Website. It includes all associated services or due to such unavailability of the Website
or any part thereof or any contents or any associated services.
4. Tenderers must follow the time table of e-tendering process and get their activities of e-
tendering processes done well in advance so as to avoid any inconvenience due to
unforeseen technical problem if any.
5. NMC will not be responsible for any incomplete activity of e-tendering process of the
tenderer due to technical error/ failure of website and it cannot be challenged by way of
appeal, arbitration and in the Court of Law. Bidders must done all the e-tendering
activities well in advance.
6. At any point of time during tender process, work execution period, Defect Liability Period,
submitted papers/documents/applications including material purchase vouchers, test
reports, bitumen challans, quantity related papers or any papers of Bidder should be true,
correct & if the papers submitted by Bidder is found incorrect, faulty, not true, dubious,
bogus, forged etc. then relevant actions of blacklisting & criminal proceedings as per Indian
Penal Code (IPC) shall be initiated against Bidder / Partnership Firms / Private Ltd. /
Companies(Bidder). NMC Officers / Engineers / Divisional Account Officers shall not
be held responsible for the papers submitted by the Bidder.
Contractor / Bidder 4 NMC, ENGINEER
7. During Technical Opening/Scrutiny of envelop No.1 of tender, if contractor submits false
papers / reports for fulfillment of qualifying criteria, then envelop No.2 of such contractor
shall not be opened. Also, such registered contractor / non-registered contractor shall be
blacklisted & information of contractor being blacklisted shall be circulated to all Govt.
instrumentals including but not limited to other Local Authorities, municipal corporation etc.
8. After issuance of work order, if it is found that papers submitted / uploaded are forged,
bogus, incorrect, then such contractor shall be blacklisted & Criminal Proceeding as per IPC
shall be initiated and appropriate decision regarding termination of contract shall be take
guardingly.
Contractor / Bidder 5 NMC, ENGINEER
INVITATIONS FOR BIDS (IFB)
Contractor / Bidder 6 NMC, ENGINEER
INTRODUCTION
1. Background:
The plot under reference comprises Kh. No. 109-110/2,3 (Part), C.T.S. No. 62,
Sheet No. 963 of Mouza – Nari, Nagpur. The proposed scheme Land /plot for scheme is
owned and in possession of NMC and hence, of NMC and hence the tender is invited
for Construction & Development of 392 tenements Housing Scheme for NMC Safai
Karamchari on NMC/SRA plot bearing CTS No.62, Sheet No. 963, Kh. No. 109-
110/2,3 (part) of Mouza – Nari, Nagpur within Nagpur Municipal Corporation Limit
(As per Sub Clause No. 11.2.5 of Main Clause No. 11 of UDCPR - 2020 (updated as on
30th Jan, 2025) as per Construction TDR Policy)
As per the sanctioned UDCPR -2020, the land under reference is reserved for
implementation of Pradhan Mantri Awas Yojana (PMAY) scheme and situated in
Residential Zone. At present the proposed scheme plot under reference is vacant. The
ownership of the plot is with NMC/ SRA, Nagpur. The total area of the plot is 42103.92
m² out of which the land available for the proposed scheme is 11109.62 m².
The successful bidder will get Construction TDR (Transferable Development
Rights) as per provision available under Sub Clause No. 11.2.5 of Main Clause No. 11
of UDCPR 2020 as project Consideration. That while quoting the bid the bidder shall
have to quote Premium (Amount payable by bidder to NMC) on Lumsum Basis.
The bids either quoted with zero in the given field or nil in the given field, should
be considered at par. The land rate for the present plot as per Ready Recknor (R.R.) of
F.Y. 2024-25 is Rs.14,370/-per m².
2. SCOPE OF WORK
a) NMC decided to execute the project on Construct & Develop for TDR basis Clause No.
11.2.5 of Main Clause No. 11 for Construction of 392 dwelling units for NMC Safai
Karamchari. The construction tenements having carpet area of each dwelling units of
41.01 sq. meter and balcony carpet area is 7.45 sqm by consuming applicable FSI as per
UDCPR-2020 on the said land. The necessary designs, drawings, planning, structural
drawings and geo-technical data etc. shall be provided by the appointed PMC for this
project or Competent Authority of NMC, Nagpur to the Successful Bidder.
b) The Successful bidder shall be responsible for executing all the components required for
completing houses in all respect to make the housing unit habitable and ready for
occupation including all services and utilities including but not limited like power,
7
Contractor / Bidder NMC, ENGINEER
water supply. Sewerage, underground storm water drain, STP, rainwater harvesting
system, internal roads, street light, solar water heater system at roof top, Solar
Electricity etc. completed as per approved drawings and designs provided by the NMC,
Nagpur.
c) The carpet area of each flat/unit shall not be less than 48.46 sq.m. including carpet area
of Balcony. The maximum permissible construction would be Stilt +7 with total height
not more than 24 meters. (i.e.23.65mtrs.)
d) Selected bidder shall have to construct each dwelling unit/tenement as per sanctioned
Unit Plan and approved Structural design given by Competent authority of NMC,
Nagpur. The Developer have liberty to modify the Structural design subject to prior
permission of Engineer-in-charge of NMC, however in any case the carpet area of each
dwelling unit should not be less than the 48.46 sq.m which includes carpet area of
balcony.
3. SALIENT FEATURES OF THE PLOT
(For guidance the following information and figures are furnished):
1. Name of work / Construction & Development of 392
LOCATION tenements Housing Scheme for NMC Safai
Karamchari on NMC/SRA plot bearing
CTS No.62, Sheet No. 963, Kh. No. 109-
110/2,3 (part) of Mouza – Nari, Nagpur
within Nagpur Municipal Corporation Limit
(As per Sub Clause No. 11.2.5 of Main
Clause No. 11 of UDCPR-2020 (updated as
on 30th Jan, 2025) on Construction TDR
Policy)
2. Reservation on plot Residential
3. Access Partly WBM road access on BC soil is exist
on site.
4. Compound Wall Open Plot.
5. Level of Plot Naturally Levelled
6. Existing Structures Nil
7. Total Area of Plot as per 42103.92 sq. mt.
8
Contractor / Bidder NMC, ENGINEER
Property Card
8. Available Vacant Plot 11109.62 Sqm.
area considered in present
Scheme
9. Permissible F.S.I. 4.8 (ie. 3 + additional 60% free Ancillary area)
B.U.A. Permissible On 53326.17 m²
10. vacant Plot.
Proposed Built-up area 24692.34 m²
11.
Minimum tenements in 392 Nos.
12. nos. to be constructed of
carpet area not less than
48.46 m².
13. Time Period 36 Months including monsoon.
4. What the bidder Agency shall offer to NMC.:
a) The bidder agency shall quote their offer in terms of “Premium” (ie. Amount payable
to NMC) on lumsum basis in the prescribed proforma in figure and in words as
mentioned in the Form of Tender of this bid document.
b) The bidder shall be selected on the basis of highest Premium (amount payable by
bidder to NMC) on lumsum basis.
Note: The successful agency is required to pay entire Premium amount as quoted
by the agency in upfront of work commencement ie. within 30 days effective
from date of issue of LoA.
c) The proposal (plan and design) is prepared by the appointed PMC for this project and
the same shall be certified the NMC, Nagpur as per the Guide lines of prevailing
UDCPR-2020 of Nagpur City as applicable depending upon site location. The proposal
confirms to all specifications given for various types of housing units criteria mentioned
in the tender, which is the minimum requirement of the project.
d) The structural design and drawings for foundation, super structure and for other related
structures to be provided in this Housing scheme as per provisions contained in relevant
Indian standard codes (ISC)/National Building Congress (NBC) code and the minimum
9
Contractor / Bidder NMC, ENGINEER
specifications mentioned in the tender and minimum requirement of the project. The
detailed specifications for construction to be followed by the Successful Bidder are as
given in Part-III of this RFP.
e) Plans and drawings for internal services and execution of the same i.e. internal sanitary
work, water supply work, drainage system, electrical and Fire Fighting work etc. must
be completed for the building including all pipes, its fittings, testing etc. The Successful
Bidder shall execute as per detailed Engineering Drawings and Designs of all the
components required for construction as per the specifications mentioned in Part-III of
this Request for proposal. The same shall be verified by the Successful Bidder from
PMC and NMC Authority.
5. What the agency will get:
In lieu of the construction of 392 tenements as stated above as per Sub Clause No. 11.2.5 of
Main Clause No. 11 of UDCPR-2020 (updated as on 30th Jan, 2025), the agency will be
eligible to get “Construction T.D.R.”
Construction Amenity TDR = A/B X 1.35
Where,
A= Cost of construction of amenity in rupees for all type of buildings and
roads, should be calculated as per the District Schedule Rate (DSR) 2022-
23 prepared by Public Works Department for the year in which
construction of amenity is commenced. While preparing the estimate, the
Planning Authority may consider the cost of the project comprehensively
including cost of construction (for the civil works, electrical works, water
supply, drainage, infrastructure, development works like site levelling,
compound wall, parking, drive ways, ramps for the basement,
infrastructure for the compliance of the Environment / MPCB Department
etc.) as well as incidental costs for completion of project (all types of
premium & charges payable to the Clarifications issued by the Govt. vide
letter [Link].44/21 dt.10th June, 2021 & Order [Link].58/22/UD-12,
dt.04th September, 2023Replaced Vide Notification u/s.37(1AA)(c) &
20(4) bearing [Link].96/2024/UD-13, dt.05th September, 2024Inserted
Vide Notification u/s.37(1AA)(c) bearing [Link].53/24/UD-12, dt.04th
10
Contractor / Bidder NMC, ENGINEER
October, 2024 221 UDCPR-2020 Planning Authorities, Fees / Cess /
Taxes payable to the Government / Semi Government Authorities, Labour
Insurance and all Consultants‘ fees, Cost of the BOCW etc. The cost of
any movable items should not be considered for the calculation of cost of
construction of amenity.
B= Land rate per Sq.m. as per the Annual Statement of Rates (ASR) prepared
by the Inspector General of Registration for the year in which construction
of amenity is commenced. In case of buildings like auditorium, assembly
etc. wherein height of building is more, cost of the building may be
worked out from the Public Works Department as per applicable DSR.
Also, expenses for ancillary requirements only of immovable items like
acoustic etc. may also be included in such cost.
BUA = Built up Area of Amenity
Note:
1) The above calculations are tentative which are subject to the drawings
prepared by the successful Bidder subject to the scrutiny and approval of
NMC.
2) The 2022-2023 DSR/SSR used for the preparation of cost of Project.
6. Schedule for release of TDR
On recommendation from the Deputy Director of Town Planning Department of
NMC, the bidder will get TDR in respect of the built-up area for the construction of
the 392 tenements in following manner: -
Sr. Cumulative
Particulars TDR FSI
no %
A For Building Work
1 After Completion of Foundation upto Plinth 17% 17%
As
2 After Completion of RCC Frame structure. 17% 34%
permissible
3 After Completion of Brick Masonary, Door
under
& window frame, Plastering & Flooring/ 17% 51%
UDCPR
tiles work of dwelling units, passage and
2020
staircase.
provisions
4 After Completion of Water proofing, Doors
11
Contractor / Bidder NMC, ENGINEER
& Window, Ventilators, Railing & Kitchen
Ottah, Lift, internal & External painting,
Plumbing and other necessary work 23% 74%
completion
B For Infrastructure Work
Road, Sewer Line, Storm Water Drain,
RWH, UGT, STP 400 KLD, Fire Fighting
System, Solar Water Heater, Solar
Electricity for Common Area, Site 16% 90%
Development & Community Hall
C After Hand Over of Project. 10% 100%
Note :
I. That NMC is Planning Authority, for the project site and hence is competent to
release TDR as per the provisions of UDCPR-2020.
II. The Defect Liability Period (DLP) of 10 years will commence from the date of
handing over of the building /tenements to NMC after obtaining Occupation
Certificate for the same.
III. In this document, Premium means amount to be paid by bidder to the NMC on
lumsum basis as quoted while submission of tender.
12
Contractor / Bidder NMC, ENGINEER
SECTION 1 – INSTRUCTIONS TO BIDDERS
Table of Clauses
A. General D Online Submission of Bid
1. Scope of Bid 17 Bidding through E- Tendring system
2. Sources of Funds 18. Electronic submission of bid.
3. Eligible Bidders 19. Deadline for Submission of Bids
4. Qualification of the Bidder E. Bid Opening and Evaluation
5. One Bid per Bidder 20. Bid Opening
6. Cost of Bidding 21. Process to be Confidential
7. Site Visit F. Submission of Bids
B. Bidding Documents 22. Clarification of Financial Bids
8. Content of Bidding 23. Examination of Bids and
Documents
9 Clarification of Bidding Determination of Responsiveness
24 Correction of Errors
10. Documents 25. Evaluation and Comparison of
Amendment of Bidding Financial Bids
Documents
C. Preparation of Bids G. Award of Contract
11. Language of Bid 26. Award Criteria
12. Documents Comprising the 27. NMC’s Right to Accept any Bid and to
Bid Reject any or all Bids.
13. Bid Validity 28. Notification of Award and Signing of
Agreement.
14. Bid Security 29. Performance Security.
15. Alternative Proposals by 30. Security deposit.
Bidders
16. Format and Signing of Bid 31. Arbitration
32. Corrupt or Fraudulent Practices.
13
Contractor / Bidder NMC, ENGINEER
A. GENERAL INSTRUCTION
1. Scope of Work
1.1 The NMC has invited this bid for the work of constructions of Construction &
Development of 392 tenements Housing Scheme for NMC Safai Karamchari on NMC/SRA
plot bearing CTS No.62, Sheet No. 963, Kh. No. 109-110/2,3 (part) of Mouza – Nari, Nagpur
within Nagpur Municipal Corporation Limit (As per Sub Clause No. 11.2.5 of Main Clause
No. 11 of UDCPR (updated as on 30th Jan, 2025) on Construction TDR Policy)
1.2 Project period the successful bidder shall have to complete the work within a period of
36 months from the date of issuance of work agreement certificate by the NMC.
1.3 Throughout this bid document, the terms ‘bid’ and ‘tender’ and their derivatives
(bidder/tenderer, bid/tender, bidding/tendering etc.) are synonymous.
2. Project Consideration:
2.1 That against the incurred cost of project the successful bidder shall be granted
TDR/DRC as per Sub Clause No. 11.2.5 of Main Clause No. 11 of UDCPR (updated
as on 30th Jan, 2025) as per Construction TDR Policy.
3. Eligibility
3.1 This invitation for Bids is open to all bidders.
3.2 All bidders shall provide in Envelope1, Forms of Bid and Qualification
Information, in Envelope1 A firm that has been engaged by the NMC to provide
consulting services for the preparation of supervision of the works, and any of its
affiliates, shall not be eligible to bid.
4. Qualification of the Bidder
4.1 All bidders shall provide in Envelope 1, Forms of Bid and Qualification
Information, a preliminary description of the proposed work method and schedule,
including drawings and charts, as necessary. The proposed methodology should
include programme of construction backed with equipment planning and deployment
duly supported with broad calculations and quality assurance procedures proposed to
be adopted justifying their capability of execution and completion of work as per
technical specifications, within stipulated period of completion.
4.2 All bidders shall include the following information and documents with their bids in
Envelope 1
(a) Certified copies of documents defining the constitution or legal status, place of
registration under partnership or companies Act and principal place of
14
Contractor / Bidder NMC, ENGINEER
business, written power of attorney in favour of the signatory of the Bid to
authorize the Bidder;
(b) Total monetary value of construction work performed for each of the last
Five years & current year;
(c) Experience in works of a similar nature and size for each of the last Five
years & current year and details of works underway or contractually
committed and clients who may be contacted for further information on
those contracts;
(d) Major items of construction equipment proposed to carry out the Contract.
(e) Qualifications and experience of key site management and technical
personnel proposed for contract;
(f) Reports on the financial standing of the Bidder, such as profit
and loss statements and auditor’s reports for the past Five years;
(g)Information regarding any litigation, current or during the last five years
and current year, in which the Bidder is involved, the parties concerned
and disputed amount;
(h) Proposals for sub-contracting are not permitted.
(i) The bidder shall quote Premium or Rebate offer only in Envelope No.2
i.e. financial bid. If the financial bid is found in envelope no.1, said bid
shall be treated as non-responsive and the respective bid security shall be
forfeited.
(j) Scanned from original copy of affidavit regarding completeness,
correctness and truthfulness of documents submitted on Stamp paper
worth Rs 500/- as per prescribed proforma given in Appendix I
(k) Scanned from original copy of Notarized undertaking regarding Quality
assurance for Ten years from completion of the work, (Including
Replacement of Defective materials) of the material supplied
(Including all Materials, providing fixing and installing) on Stamp
paper Rs 500/- Contractor shall enclose evidence of registration with
EPF.
(l) MoU with electrical work contractors having requisite experience and
valid electrical license and registration with Govt of Maharashtra, NMC
or Govt. institution in appropriate class.
15
Contractor / Bidder NMC, ENGINEER
4.3 Bids from Joint ventures are not acceptable
4.4 A . To qualify for award of the contract, each bidder in its name should have
in the last Five years as referred to in Appendix following qualification.
The Bidder/Developer for Qualification has to demonstrate Technical Capacity and
Financial Capacity.
a) Technical Capacity (Project Experience):
The tenderer(s) in its own name should have satisfactorily executed the work of
similar nature with NMC/Semi Govt./Govt./Private/Public Sector Organizations as a
Developer/ Contractor during last Five (5) years before submission of tender as a
prime Contractor/ Developer (or as a nominated sub-Contractor, where the
subcontract had involved similar nature of work as described in the scope of works in
this bid document, provided further that all other qualification criteria are satisfied)
i. At-least One similar project having built up area as per its sanctioned drawings of
19754 Sqm (Nineteen Thousand Seven Hundred and Fifty-Four square meter) total
built up area of RCC Structure/Combination of RCC- Steel Structure at a single
location (single premises) along-with all with all support facilities and infrastructure
facilities in the last 05 financial years in India.
OR
ii. At-least Two similar projects having built up area as per its sanctioned drawings of
12346 Sqm (Twelve Thousand Three Hundred and Forty-Six square meter) total
built up area of RCC Structure/ Combination of RCC-Steel Structure at two
independent locations along-with all with all support facilities and infrastructure
facilities) in the last 05 financial years in India.
OR
iii. At-least Three similar projects having built up area as per its sanctioned drawings of
9877 Sqm (Nine Thousand Eight Hundred and Seventy-Seven square meter) total
built up area of RCC Structure/ Combination of RCC-Steel Structure at three
independent locations along-with all with all support facilities and infrastructure
facilities in the last 05 financial years in India.
iv. Capital cost of the Similar Projects should be more than Rs. 72.00 Crores for one
similar project, more than 45 crores each for two similar projects and more than Rs.
16
Contractor / Bidder NMC, ENGINEER
36 crores each for three similar projects.
b) Financial Capacity:
i. Turnover of the Bidder/Developer for any 1(one) Year in last 5 financial years: INR
60,00,00,000/- (Rupees Sixty Crores).
ii. The Bidder/Developer shall have a minimum Positive Net-worth as on 31.03.2025.
for a) certificates are required to be obtained from the officer not below the rank
of Executive Engineer (Work Carried out in Govt. / Semi Govt. Bodies such as
MHADA, MSEB, MIDC, CIDCO) or equivalent competent authority in case of
local bodies. In case of other than Govt./ Semi Govt. /PSUs / Autonomous Bodies
etc., certificates are required to be obtained from Director / CEO / or Officer in
Charge of Project or equivalent. For other than the work of Govt/Semi Govt.
bodies satisfactorily executed minimum quantities & amount above shall be
double. The completion certificates from Consulting Architects and for payments
certified by Chartered Accountant.
The Annual Turnover stated above in b) above shall be certified by Chartered
Accountant.
(a) The Bidder should not have been blacklisted or debarred from tendering process
by any State /Central Department/PSU in last five years. The bidder shall submit
an oath on Rs 500/- stamp paper that the Bidder has not been blacklisted or debarred
from tendering process. Bids received without this declaration shall stand
automatically rejected. NMC is entitled to forfeit the EMD on account of any such
rejection. In case, if the above document is found false, the NMC will have right to
reject the tender, and blacklist the company for all future petrification in tender of
Nagpur Municipal Corporation.
(b) The Bidder undergoing Corporate Debt Restructuring is not eligible to participate
in this tender. To substantiate this, that the Bidder is not undergoing Corporate Debt
Restructuring he shall submit Certificate signed by Company Auditor.
4.4.B.(a) The Bidder should have owned the machineries as per Annexure I and he shall
have to submit the documentary evidence of ownership in envelope no.1 failing
which envelope no.2 shall not be opened.
17
Contractor / Bidder NMC, ENGINEER
(b) Bidder shall have to submit the name and curriculum vitae (C.V’s) of Personnel in
envelope no 1 as per annexure II.
4.4.C. Bidders who meet the minimum qualification criteria will be qualified only if their
available bid capacity is more than the total bid value. The available bid capacity
will be calculated as under:
Assessed Available Bid capacity = ( A*N*2 - B ) Where
A= Maximum value of civil engineering works executed in anyone year during the
last Five years (Updated to the price level of the year indicated in Appendix) taking into
account the completed as well as works in progress).
N= Number of years prescribed for completion of the works for which bids
are invited.
For this work N = 3
B = Value (updated to the price level of the year indicated in Appendix) of existing
commitments and on-going works to be completed during the next 36 Months
(period of completion of the works for which bids are invited)
Note – 1) The statements showing the value of existing commitments and on-going works
as well as the stipulated period of completion remaining for each of the works listed
should be counter signed by the Engineer in charge, not below the rank of an
Executive Engineer or equivalent.
The assessed available bid capacity calculations shall be certified by the Chartered
Accountant.
Table for updating current cost, the base year shall be taken as 2024-25
Following enhancement factors will be used for the costs of works executed and
the financial figures to a common base value for works completed.
Year Multiplying factor
2024-25 1.00
2023-24 1.10
2022-23 1.21
2021-22 1.33
2020-21 1.46
Applicant should indicate actual figures of costs and amount for the works executed
by them without accounting for the above-mentioned factors.
18
Contractor / Bidder NMC, ENGINEER
Even though the bidders meet the above qualifying criteria, they are subject
to be disqualified if they have:
- made misleading or false representations in the forms, statements and attachments
submitted in proof of the qualification requirements; and/or
- record of poor performance such as abandoning the works, not properly completing
the contract, inordinate delays in completion, litigation history, or financial
failures etc.; and/or
- Participated in the previous bidding for the same work and had quoted unreasonably
high bid prices and could not furnish rational justification to the NMC.
4.5 Bidder shall submit following affidavits.
(i) An affidavit on a Stamp Paper worth Rs. 500/- duly executed before from the
competent authority or public Notary, that the information furnished with the
bid documents is correct in all respects; and failure to submit the document
as specified shall make the bid non-responsive.
(ii) Evidence of availability (either owned or leased or rented) of items of
construction equipment as stated in the Appendix to ITB.
(iii) Availability for this work of technical personnel as stated in the
Appendix to ITB
The bidders should however, undertake their own studies and furnish with their
bid a detailed planning and methodology.
4.6 To qualify for the bid for which bids are invited in the IFB, the bidder must
demonstrate having experience and resources sufficient to meet the aggregate of
the qualifying criteria for the contract.
5.0 One Bid per Bidder
Each bidder shall submit only one bid for one work. A bidder who submits or
participates in more than one Bid will cause all the proposals with the Bidder's
participation to be disqualified.
6.0 Cost of Bidding
The bidder shall bear all costs associated with the preparation and submission
of its Bid, and the NMC will in no case be responsible and liable for those costs.
7.0 Site Visit
The Bidder, at the Bidder's own cost responsibility and risk is encouraged to
visit and examine the project Site and its surroundings and obtain all information
19
Contractor / Bidder NMC, ENGINEER
that may be necessary for preparing the Bid and entering into a contract for
construction of the Works.
7.1 Security Deposit (SD):
Selected bidder (H1) has to submit the security deposit 10% of project cost in the
form of Demand Draft or BG to the office of Commissioner, NMC within a
period of 30 days of issuance of letter of Acceptance (LoA) by the NMC.
7.2 ADDITIONAL PERFORMANCE SECURITY; -
Selected bidder (H1) also submit the Additional performance security 5% of project
cost in the form of Demand Draft or BG to the office of Commissioner, NMC
within a period of 30 days from the date of issuance of letter of Acceptance of (LoA)
by the NMC.
Note: -
1) The date of submission of hard copy shall not be extended except under
extraordinary ci rcumstances and the bid will be rejected if Security
Deposit and additional Performance Security is submitted within 30 days from
the date of issuance of LoA.
2) If the first Highest bidder (H1) fails to submit Security Deposit and additional
Performance Security in stipulated time within 30 days from the issue of LoA,
then H-2 bidder will be communicated in writing and negotiated if he agrees
to do the work at p a r w i t h offer of H-1 bidder then work will allotted to
H2.
3) Such Demand Draft or BG shall be strictly issued only by the Nationalized
Bank or Scheduled Bank in favor of the Nagpur Municipal Corporation,
Nagpur.
4) The Demand Draft should bear the MICR and IFSC Code Number of the
issuing bank.
5) If it is found that the Demand Draft or BG as above submitted by the bidder is
False / Forged then the Earnest Money submitted by such bidder shall be
forfeited and its registration as a contractor will be suspended & it will be
backlisted without assigning any further reason thereof. This is also applicable
for Unregistered Bidder in such case it will be backlisted without assigning any
further reason thereof.
6) The work order to the successful contractor shall be issued only after the actual
20
Contractor / Bidder NMC, ENGINEER
realization of Demand draft or BG submitted by the bidder.
7) The additional performance security will be released only after successful
completion of work.
8) The defect liability period will be of 10 years, which will be reckoned from the
date of completion of work in all respect as per tender. The 80% SD will be
released only after completion of work as per tender. The remaining 20% S.D
will be released only after expiry of defect liability period of works is over and
no dues certificate is issued by NMC.
B. BIDDING DOCUMENTS
8. Content of Bidding Documents
8.1 The set of bidding documents comprises the documents listed below
and addenda issued in accordance with Clause 10.
Section Particulars Volume No.
Invitation for Bids
1 Instruction to Bidders
2 Qualification information and other forms
3 Conditions of Contract
I
4 Contract Data
5 Securities and other forms
6 Technical Specification
7 Form of Bid
8 Drawings II
9 Documents to be furnished by bidder III
8.2 One copy of each of the volumes I, & II will be issued to the bidder. Documents to
be furnished by the bidder in compliance to section 2 will be prepared by him and
furnished as Volume-III in two parts (refer clause 12).
8.3 The bidder is expected to examine carefully all instructions, conditions of contract,
contract data, forms, terms, technical specifications, forms, Annexes and drawings in
the Bid Document. Failure to comply with the requirements of Bid Documents shall
be at the bidder's own risk. Pursuant to clause 23 hereof, bids which are not
substantially responsive to the requirements of the Bid Documents shall be rejected.
9. Clarification of Bidding Documents
21
Contractor / Bidder NMC, ENGINEER
9.1 A prospective bidder requiring any clarification of the bidding documents may notify
the concerned department of NMC in writing or by email at the Provided address
indicated in the invitation to bid before the date and time of the pre-bid meeting
specified in the Tender Schedule. The NMC will respond to any request for
clarification which its received, earlier than 3 days to the Bid due date. Copies of the
NMC response will be uploaded in “Edit Attachment Option” of concern tender on
e- tendering portal that c a n b e v i e w b y all tenderers, including a description of
the enquiry but without identifying its source.
9.2 Pre-bid meeting
9.2.1 The bidder or his official representative is invited to attend a pre-bid meeting which will
take place at the address, venue, time and date as indicated in RFP.
9.2.2 The purpose of the meeting will be to clarify issues and to answer questions on any
matter that may be raised at that stage.
9.2.3 The bidder is requested to submit any questions in writing by e-mail
(pmaynmc@[Link]) to reach the NMC well before the date & time of the pre-
bid meeting.
9.2.4 Minutes of the meeting, including the text of the questions raised (without identifying the
source of enquiry) and the responses given will be transmitted by uploading on e-tender
portal without delay for information to all intended bidder. Any modifications of the
bidding documents listed in sub clause 8.1 which may become necessary as a result
of the pre-bid meeting shall be made by the NMC exclusively by issuing an
Addendum pursuant to clause 10 and not through the minutes of the pre-bid meeting.
9.2.5 Non-attendance at the pre-bid meeting will not be a cause for disqualification of a bidder.
10. Amendment of Bidding Documents
10.1 Before the deadline for submission of bids, the NMC may modify the bidding documents
by issuing addenda.
10.2 Any addendum thus issued shall be part of the bidding documents and shall be
communicated via e-mail to all the purchasers of the bidding documents. Prospective
bidders shall acknowledge receipt of each addendum in writing or by email to the NMC.
10.3 To give prospective bidders reasonable time in which to take an addendum into
account in preparing their bids, the NMC may, at his discretion, extend as necessary the
deadline for submission of bids, in accordance with Sub-Clause 19.2 below.
22
Contractor / Bidder NMC, ENGINEER
C. PREPARATION OF BIDS
11. Language of the Bid
11.1 All documents relating to the bid shall be in English language.
12. Documents Comprising the Bid
12.1 The bid to be submitted by the bidder as Volume III of the bid document (refer Clause8.1)
shall be in two separate parts:
Part I shall be named "Technical Bid" and shall comprise
(i) Receipt of Bid Security of the amount for the work paid via online payment gateway
including cost of bid document.
(ii) Qualification Information and supporting documents as specified in Sect 2.
(iii) Certificates, undertakings, affidavits as specified in Section 2.
(iv) Any other information pursuant to Clause 4.2 of these instructions.
(v) Undertaking that the bid shall remain valid for the period specified in Clause 13.0
Part II shall be named "Financial Bid" and shall comprise
(i) The Premium/Rebate quote should be quoted in Part-II (in Financial Envelope)
Each part will be separately sealed and marked in accordance with the Sealing and Marking
Instructions under (Clause 19).
12.2 The bidder shall prepare two copies of the bid, one copy for on-line submission and other
Physical Submission respectively.
12.3 Following documents, which are not submitted with the bid, will be deemed to be part of the
bid.
23
Contractor / Bidder NMC, ENGINEER
Particulars
Invitation for Bids (IFB)
Instruction to Bidders
Conditions of Contract Part and
Parcell of
Contract Data
this Bid.
Specifications
Drawings
13.0 Bid Validity
13.1 Bids shall remain valid for a period not less than 120 days after the deadline date for bid
submission specified in Clause 19. A bid valid for a shorter period shall be rejected by
the NMC as non-responsive. In case of discrepancy in bid validity period between that
given in the undertaking pursuant to Clause 12.1 (v) and the Form of Bid submitted
by the bidder, the latter shall be deemed to stand corrected in accordance with the former
and the bidder has to provide for any additional security that is required.
13.2 In exceptional circumstances, prior to expiry of the original time limit, the NMC
may request that the bidders may extend the period of validity for a specified
additional period. The request and the bidders' responses shall be made in writing
only. A bidder may refuse the request. A bidder consenting the request of
NMC will not be required to modify his bid except as provided in hereinafter, but will
require to extend the validity of his bid, security for a period of the extension, and in
compliance with Clause 14 in all respects.
14.0 Bid Security
14.1 Bid Security of the amount for the work shall be paid via online using payment
gateway only. The guidelines for the same are included in bid document.
14.2 The Bid Security shall be forfeited
14.2.1 if the Bidder withdraws the Bid after Bid opening but during the period of
Bid validity;
14.2.2 if the Bidder does not accept the correction of the Bid Price, pursuant to
Clause 24; or
14.2.3 in the case of a successful Bidder, if the Bidder fails within the specified
24
Contractor / Bidder NMC, ENGINEER
time limit to (i) Sign the Agreement; or (ii) Furnish the required Security
Deposit and Additional Performance Security.
15.0 Alternative Proposals by Bidder
Bidders shall submit offers that fully comply with the requirements of the bidding
documents, including the conditions of contract (including time for completion), basic
technical design as indicated in the drawing and specifications. Conditional offer or
alternative offers will not be considered in the process of tender evaluation.
16.0 Format and Signing of Bid
16.1 The Bidder shall upload all the requisite document online and shall submit the hard copy to
this set to NMC documents within stipulated timeline.
16.2 The Bid shall contain no alterations or additions, except those to comply with instructions
issued by the NMC, or as necessary to correct errors made by the bidder, in which case
such corrections shall be initialed by the person or persons has/have signed the bid.
D. Online Submission of Bids
17.0 Bidding through E-Tendering System:
17.1 The detailed tender notice and the bid documents are available on
[Link]. For interested bidders who are not registered with this
e- tendering portal shall get themselves registered on [Link].
24 X 7 technical support is available to bidders on toll free number 1800 3070
2232 The Invitation for Bids under NMC is published on this website. Any
citizen or prospective bidder can log on to this website and view the Invitation
for Bids and can view the details of works for which bids are invited. The
prospective bidder can submit bids online; however, the bidder is required to
have enrolment/registration in the website and should have valid Digital
Signature Certificate (DSC) in the form of smart card/e- token. The DSC can
be obtained from any authorised certifying agencies. The bidder should
register in the web site [Link]. using the relevant option
available.
25
Contractor / Bidder NMC, ENGINEER
17.2 The completed bid comprising of documents indicated in clause 12, should be uploaded
on the website given above through e-tendering along with scanned copies of
requisite certificates/documents as are mentioned in different sections in the bidding
document and scanned copies of the Bid Documents.
17.3 The bidder shall furnish information as described in the Form of Bid on commissions
or gratuities, if any, paid or to be paid to agents relating to the Bid, and to contract
execution if the bidder is awarded the contract.
18.0 Electronic Submission of Bids:
18.1 The bidder shall submit online two separate files. Part I, marked as Part I: Technical
Qualification Part and Part II; marked as Part II: Financial Part. The above files will
have markings as given in the Bid Data Sheet. The contents of the Technical
Qualification and Financial bid shall be as specified in clause 12 of the ITB. In financial
part the Premium / Rebate quote should be quoted in part II only (Financial
Envelope) . All the documents are required to be signed digitally by the bidder. After
electronic online bid submission, the system generates a unique bid identification
number which is time stamped. This shall be treated as acknowledgement of bid
submission.
19.0 Deadline for Submission of Bids
19.1 Complete Bids in two parts as per clause 12 above must be submitted by the
Bidder online not later than the date and time indicated in the Appendix to
ITB.
19.2 The NMC may extend the deadline for submission of bids by issuing an
amendment in accordance with Clause 10.3 of ITB. In such case all rights
and obligations of the NMC and the bidders previously subject to the
original deadline will then be subject to the new deadline.
19.3 Physical Submission - The bidder shall submit the Hard Copy of Technical
and Bid Security payment evidence in Sealed Envelope as Envelope No I
as specified in NIT Within 72 hours (excluding holidays) from the last
date and time of bid submission. However, the electronic financial
bidding will only be considered.
19.4 Late Bids- Not Accepted
E. Bid Opening and Evaluation
26
Contractor / Bidder NMC, ENGINEER
20.0 Bid Opening
20.1 The NMC inviting the bids or its authorized representative will open
the bids online and this could be viewed online by the bidders also. In the
event of the specified date for the Opening of bids being declared a holiday for
the NMC, the Bids will be opened at the appointed time and location on the next
working day.
20.2 The file containing the Part-I of the bid will be opened first. The Online
"Technical Bid" shall be opened first. The Bid Security and Cost of Tender Fee
documents uploaded online shall be verified with original documents submitted
by bidders as required as per NIT. The amount, form and validity of the bid
security furnished with each bid will be announced. If the bid security furnished
does not conform to the amount and validity period as specified in the Invitation
for Bid, and has not been furnished in the form specified in Clause 14, the
remaining technical bid online will not be opened. The bidder shall submit the
hard copy of technical bid in Envelope no.1 in the office of Nagpur Municipal
Corporation, this both envelopes shall be submitted a sealed envelope marked
with name of bidder and name of work within 72 hours (excluding holidays)
from the last date & time of bid submission.
[Link] The bids accompanied with valid bid security will be taken up for
evaluation with respect to the Qualification Information and other
information furnished in Part I of the bid pursuant to Clause 12.1.
[Link] After receipt of confirmation of the bid security, the bidder will be asked in
writing/ online (usually within 10 days of opening of the Technical Bid)
to clarify or modify his technical bid, if necessary, with respect to any
rectifiable defects.
[Link] The bidders will have to respond within stipulated timeline from the days of
receipt the communication issue of the clarification letter/ online
communication, which will also indicate the date, time and venue of
opening of the financial Bid. (usually on the 21st day of opening of the
27
Contractor / Bidder NMC, ENGINEER
Technical Bid)
[Link] Immediately (usually within 3 or 4 days) on receipt of these clarifications
the Evaluation Committee will finalize the list of responsive bidders
whose financial bids are eligible for consideration.
20.4 If minimum two technically qualified bids are not received in 1st call, fresh
tender will be called.
20.5 In all cases, the amount of Bid Security, cost of bid documents, and the validity of
the bid shall be scrutinized. Thereafter, the bidders’ names and such other
details as the NMC may consider appropriate, will be notified as Part-I bid
opening summary by the Authority inviting bids at the online opening. A
separate electronic summary of the opening is generated and kept on-line. Any
Bid Price or discount which is not opened will not be taken into account for Bid
Evaluation.
20.6 The NMC will also prepare minutes of the Bid opening, including the information
disclosed in accordance with Clause 20.8.3 of ITB and upload the same for
viewing online.
20.7 Evaluation of Part-I of bids with respect to Bid Security, qualification information
and other information furnished in Part I of the bid in pursuant to Clause 12.1 of
ITB, shall be taken up and completed within seven working days of the date of
bid opening, if possible and a list will be drawn up of the qualified bidders whose
Part- II of bids are eligible for opening.
20.8 (i) The result of evaluation of Part-I of the Bids shall be made public on e-
procurement systems following which there will be a period of two working days
during which any bidder may submit complaint which shall be considered for
resolution before opening Part-II of the bid.
20.8.1 The NMC shall inform the bidders, who have qualified during evaluation of Part I
of bids, of the date, time of online opening of Part II of the bid, if the
specified date of opening of financial bid is changed. In the event of the specified
date being declared a holiday for the NMC, the bids will may be opened at the
appointed time and location on the next working day.
20.8.2 Part II of bids of only those bidders will be opened online, who have qualified
in Part I of the bid. The bidders’ names, the Bid prices, the total amount of each
28
Contractor / Bidder NMC, ENGINEER
bid, and such other details as the NMC may consider appropriate will be notified
online by the NMC at the time of bid opening.
20.8.3 The NMC shall prepare the minutes of the online opening of Part-II of the Bids
and upload the same for viewing online.
21.0 Process to be Confidential
21.1 Information relating to the examination, clarification, evaluation, and
comparison of bids and recommendations for the award of a contract shall not
be disclosed to bidders or any other persons not officially concerned with such
process until the award to the successful Bidder has been announced. Any attempt
by a Bidder to influence the NMC’s processing of bids or award decisions may
result in the rejection of his Bid.
22.0 Clarification of Bids and Contacting the NMC
22.1 No Bidder shall contact the NMC on any matter relating to its bid from the time of
the bid opening to the time the contract is awarded. If the bidder wishes to bring
additional information to the notice of the NMC, it should do so in writing.
22.2 Any attempt by the bidder to influence the NMC’s bid evaluation, bid
comparison or contract award decision may result in the rejection of his bid.
23.0 Examination of Bids and Determination of Responsiveness
23.1 During the detailed evaluation of “Part-I of Bids”, the NMC will determine
whether each Bid (a) meets the eligibility criteria defined in Clauses 3 and 4; (b)
has been properly signed; (c) is accompanied by the required securities; and (d) is
substantially responsive to the requirements of the bidding documents. During
the detailed evaluation of the “Part-II of Bids”, the responsiveness of the bids will
be further determined with respect to the remaining bid conditions, i.e., priced bill
of quantities, technical specifications and drawings.
23.2 A substantially responsive “Financial Bid” is one which conforms to all the
terms, conditions, and specifications of the bidding documents, without material
29
Contractor / Bidder NMC, ENGINEER
deviation or reservation. A material deviation or reservation is one (a) which
affects in any substantial way the scope, quality, or performance of the
Works; (b) which limits in any substantial way, inconsistent with the bidding
documents, the NMC’s rights or the Bidder’s obligations under the Contract; or
(c) whose rectification would affect unfairly the competitive position of other
bidders presenting substantially responsive bids.
23.3 If a Bid is not substantially responsive, it will be rejected by the NMC, and
may not subsequently be made responsive by correction or withdrawal of the
nonconforming deviation or reservation.
24.0 Correction of Errors
24.1 “Financial Bids” determined to be substantially responsive will be checked
by the NMC for any arithmetic errors. Errors will be corrected by the NMC
as follows:
24.1.1 where there is a discrepancy between the figures and in words, the percentage in
words will govern; and
24.1.2 where there is a discrepancy between the unit rate and the line- i t e m total
resulting from multiplying the unit rate by the quantity, the unit rate as quoted
will govern.
24.2 The amount stated in the “Financial Bid” will be corrected by the NMC
in accordance with the above procedure and the bid amount adjusted
with the concurrence of the Bidder in the following manner:
24.2.1 If the Bid price increases as a result of these corrections, the amount as stated in
the bid will be the ‘bid price’ and the increase will be treated as rebate;
24.2.2 If the bid price decreases as a result of the corrections, the decreased amount
will be treated as the ‘bid price’.
Such adjusted bid price shall be considered as binding upon the Bidder. If the
Bidder does not accept the corrected amount the Bid will be rejected and the
Bid Security may be forfeited in accordance with Sub-Clause 14.2.2
25.0 Evaluation and Comparison of Bids
25.1 The NMC will evaluate and compare only the bids determined to be substantially
responsive in accordance with Clause 23.20 of ITB.
30
Contractor / Bidder NMC, ENGINEER
25.2 In evaluating the bids, the NMC will determine for each Bid, the evaluated Bid
price by adjusting the bid price as follows:
a) Making any correction for errors pursuant to clause 24; or
b) Making an appropriate adjustment for any other acceptable variation, deviations or
c) Making price modifications offered in accordance with sub-clause 20.50 of ITB.
25.3 The NMC reserves the right to accept or reject any variation of deviation.
Variations and deviations and other factors which are in excess of the
requirements of the Bidding documents or otherwise result in unsolicited
benefits for the NMC shall not be taken into account in bid evaluation.
F. AWARD OF CONTRACT
26.0 Award Criteria
26.1. Subject to Clause 27, the NMC will award the Contract to the Bidder whose Bid
has been determined
(i) to be substantially responsive to the Bidding documents and who has
offered the Highest Premium/ Rebate given to the NMC (amount paid by the
bidder to NMC).
27.0 NMC's Right to Accept any Bid and to Reject any or all Bids
27.1. Notwithstanding Clause 31, the NMC reserves the right to accept or reject
any Bid, and to cancel the Bidding process and reject all Bids, at any time prior
to the award of Contract, without thereby incurring any liability to the affected
Bidder or Bidders or any obligation to inform the affected Bidder or Bidders of
the grounds for the NMC's action so also without assigning any reason thereto.
28.0 Notification of Award and Signing of Agreement
28.1 The Bidder whose Bid has been accepted will be notified of the award by the
NMC prior to expiration of the Bid validity period by cable, telex or
facsimile confirmed by registered letter. This letter (hereinafter and in the
Conditions of Contract called the "Letter of Acceptance") will state the sum
that the NMC will issue TDR certificate as per TDR policy to the Contractor in
consideration of the execution, completion, and maintenance of the Works by
31
Contractor / Bidder NMC, ENGINEER
the Contractor as prescribed by the Contract (hereinafter and in the Contract
called the "Contract Price"). Date of issue of letter acceptance shall be
treated as date of commencement of work, if ordered so by NMC.
28.2 The notification of award will constitute the formation of the Contract,
subject only to the furnishing of a Security deposit and performance security
in accordance with the provisions of Clause 29 & 30.
28.3 The Agreement will incorporate all agreements between the NMC and the
successful Bidder. It will be signed by the NMC and sent to the successful
Bidder, after receipt of Security Deposit and Additional Performance Security.
Within 21 days of receipt, the Agreement shall have to be executed between the
parties.
28.4 Upon the furnishing by the successful Bidder of the Security Deposit and
Additional Performance Security, the NMC will promptly notify the other
Bidders that their Bids have been unsuccessful.
29.0 Performance Security (PS)
29.1 Total Additional Performance Security 5% of project cost to be deposited in
favor of Nagpur Municipal Corporation, Nagpur Within 30 days of receipt of
the Letter of Acceptance, the successful Bidder shall deliver to the NMC i n the
form of DD /BG from any nationalized / scheduled bank, payable at Nagpur.
29.2 Failure of the successful Bidder to comply with the requirements of Sub-Clause
34.1 shall Constitute sufficient grounds for cancellation of the award and forfeiture
of the Bid Security.
29.3 The additional performance security deposit 5% will be released after 6 months from
successful completion of project.
30.0Security Deposit (SD)
30.1 Total Security deposit 10% of project cost to be deposited in favor of NMC,
Nagpur Within 30 days of receipt of the Letter of Acceptance, the successful
Bidder shall deliver to the NMC i n the form of DD /BG from any nationalized /
scheduled bank, payable at Nagpur.
30.2 Out of total 10% security deposit 80% will be released after 6 months from
successful completion of project and remaining 20% will be released after Defect
liability Period (DLP).
31.0Arbitration
32
Contractor / Bidder NMC, ENGINEER
There is no provision for arbitration. The disputes between Contractor and NMC
will be dealt with as per provisions of contract. In case of dispute the decision
given by the Commissioner, NMC will be final and binding on the Contractor.
However, if the Contractor lodges the case in any court the NMC has full power
to withdraw the work and allot the same to other agency at the risk and cost of the
Contractor. In this case no claim will be entertained.
32.0 Corrupt or Fraudulent Practices
32.1 The NMC will reject a proposal for award if it determines that the Bidder
recommended for award has engaged in corrupt or fraudulent practices in
competing for the contract in question and will declare the firm ineligible. either
indefinitely or for a stated period of time, to be awarded a contract with National
Highways Authority of India / State PWD and any other semi government
agencies, ULBs, if it at any time determines that the firm has engaged in
corrupt or fraudulent practices in competing for the contractor, or in execution.
32.2 Furthermore, Bidders shall be aware of the provision stated in Sub-Clause
21.3 of the Conditions of Contract.
33.0 All the Clarifications, Circulars, Notifications and Resolutions related to
tenders issued by Government from time to time till the date of Submission of Bid
shall be applicable and binding to the bidders and shall be treated as part of
agreement unless specifically mentioned on the contrary in the bid Documents.
34.0 At any point of time during tender process, work execution period, Defect Liability
Period, submitted papers/documents/applications including material purchase
vouchers, test reports, bitumen challans, quantity related papers or any papers of
contractor should be true, correct & if the papers submitted by Contractor is found
incorrect, faulty, not true, dubious, bogus, forged etc. then relevant actions of
blacklisting & criminal proceedings as per Indian Penal Code (IPC) shall be
initiated against Contractor/ Partnership Firms/Private Ltd./Companies(Bidder).
NMC Officers/ Engineers / Divisional Account Officers shall not be held
responsible for the papers submitted by the Contractor.
33
Contractor / Bidder NMC, ENGINEER
35.0 During Technical Opening/Scrutiny of envelop No.1 of tender, if contractor
submits false papers / reports for fulfillment of qualifying criteria, then envelop
No.2 of such contractor shall not be opened. Also, such PWD registered contractor
/ non registered contractor shall be blacklisted.
36.0 After issuance of work order, if it is found that papers submitted / uploaded
are forged, bogus, incorrect, then such contractor shall be blacklisted & Criminal
Proceeding as per IPC shall be initiated. If work is at initial stage, the tender of
work shall be cancelled.
37.0 If any employee of Key personnel mentioned in the tender (Annexure II) at
site due to some Genuine reason is absent then, personnel mentioned above shall
seek the prior written permission from Sub Divisional Engineer In charge of the
Project.
38.0 for any Change in Key Personnel mentioned in the tender then, contractor shall
obtain prior written approval from Engineer In charge to replace the personnel
with personnel equal or more qualification.
39.0 If contractor fails to appoint any of the staff mentioned above at site, amount shown
below shall be recoverable from the contactor’s bill
Sr. NO Personnel Amount recoverable on account of non availability of person
1. Project Manager Rs. 50,000/- Per Month
2. Site Engineer - Civil Rs. 40,000/- Per Month
3. Site Engineer - Electrical Rs. 40,000/- Per Month
4. Plant Engineer Rs. 40,000/- Per Month
5. QC Engineer Rs. 40,000/- Per Month
6. Surveyor Rs. 30,000/- Per Month
7. Site Supervisor Rs. 30,000/- Per Month
Electrical
8. Site Supervisor (Civil) Rs. 30,000/- Per Month
9. Wireman ( License Rs. 25,000/- Per Month
Holder)
34
Contractor / Bidder NMC, ENGINEER
10. Computer Operator Rs. 20,000/- Per Month
35
Contractor / Bidder NMC, ENGINEER
APPENDIX TO ITB
Sr No Description Clause Reference
With respect to
Section – I.
1 Name of the NMC is- Commissioner, Civil Lines,
Nagpur Municipal Corporation, Nagpur
2 The last Five year
2024-25
2023-24
2022-23
2021-22
2020-21
3 Proposals for sub-contracting not permitted [Cl. 4.2 (h)]
3 (a) Maximum annual financial turnover in [Cl. 4.4 A (b) i]
Similar Work - as stated in the bid document.
4 Value of work is - as stated in the bid document [Cl. 4.4 A (a)]
5 Price level of the financial year – 2023-24 DSR/ SSR
6 The Pre-bid meeting will take place at – Office of
Chief Engineer, NMC
7 The technical bid will be opened online at the Office As per Online Schedule
of Chief Engineer, NMC
8 Address of the NMC- is Commissioner, NMC
Nagpur
9 Identification :
Construction & Development of 392 tenements
Housing Scheme for NMC Safai Karamchari on
NMC/SRA plot bearing CTS No.62, Sheet No. 963,
Kh. No. 109-110/2,3 (part) of Mouza – Nari, Nagpur
within Nagpur Municipal Corporation Limit (As per
Sub Caluse No. 11.2.5 of Main Caluse No. 11 of
UDCPR (updated as on 30th Jan, 2025) on
36
Contractor / Bidder NMC, ENGINEER
Construction TDR Policy)
10 The bid should be submitted latest by- As per NIT
11 The Financial bid will be opened As per online schedule
at the office of Chief Engineer, NMC
12 The Bank Guarantee / Draft in favour of
Commissioner, Nagpur Municipal Corporation
13 The name of Dispute Review Expert is Chief
Engineer, NMC
14 Escalation factors (for the cost of works executed No Escalation permitted
and financial figure to a common base value for for this work.
works completed) - as stated in the bid document Cl 4.4 C
37
Contractor / Bidder NMC, ENGINEER
ANNEXURE-I
List of Key Plant &Equipment deployed on Contract Work [Reference Cl. 4.4 (B) (a)]
The key equipment’s for works
S. Maximum age as
No Type of Equipment on 31/03/2025
(Years)
1. Fully Automatic Microprocessor-based PLC with SCADA Enabled 15
Concrete Batch Mix Plant (Pan Mixer)” of minimum 30 Cubic Metre
per hour capacity or above of any standard company- - 1 NO. (Owned)
2. Transit Mixer of minimum 6 Cum capacity - 2 Numbers (Owned) 12
3 Lift Machine /Mechanical Hoist - 2 Numbers (Owned) 15
4 Water Tankers 25000 Ltr. Capacity - (Owned) 12
5 Concrete pumps/concrete boom placer of desired capacity and Boom 15
Length -1 Number (Owned)
6 Sand screening cum washing unit - 2 Numbers (Owned) 15
7 Needle Vibrator & Plate vibrator - 2 Nos. each (Owned) 15
8 DG Set (250/125 KVA) - 1 Nos. (Owned) 15
9 Excavator/Poclain /JCB - 2 Nos. (Owned) 12
10 Vibratory Earth Compactor - 1 Nos. (Owned) 12
11 Water Motor Pump of 5H.P. Capacity - 1 Nos. (Owned) 12
12 Tube & Couple Scaffolding along with suspended platform 3000 Sqm. 10
(Owned)
13 Vibratory Roller – 2 nos (Owned) 10
14 Adequate sqm of ASTM grade shuttering material along with 7
supporting system (Owned)
15 Electronic total station (1 second least count) – 1 no (Owned) 3
Note:
1. The bidder shall submit documentary evidence of ownership /purchase of
above machineries.
2. Allowable life of machinery to be used on works –
3. The life of new machinery will be considered as 15 years.
38
Contractor / Bidder NMC, ENGINEER
4. The bidder shall submit documentary evidence of ownership of above machineries.
5. There will be no need of checking by SE (Mechanical)/ Assistant Chief Engineer
((Mechanical) PWD, Nagpur Circle for first 10 years Except hot mix /Batch Mix
Plant.
6. After the 10th year, the contractor will get machinery certified every year from
SE/ACE (Mechanical) and produce the certificate of fitness. The certificate will be
required for machinery where it is necessary and not issued by RTO.
39
Contractor / Bidder NMC, ENGINEER
ANNEXURE-II
List of Key Personnel to be deployed on Contract Work [Reference Cl. 4.4 (B) (b)]
[Link] Personnel Qualification No. of
Personnel
1. Project Manager B.E Civil / Diploma (Civil) With minimum 10 1 No.
years’ experience in road /Building construction
work
Site Engineer - B.E Civil / Diploma (Civil) With minimum 5
2 Civil years’ experience in road / Building construction
work 3 No.
Site Engineer - B.E Electrical / Diploma ( Electrical ) With
3 Electrical minimum 5 years experience of work
1 No.
B.E Mechanical / Diploma (Mechanical) With
4 Plant Engineer minimum 5 years experience in road / Building 1 No.
construction work
5 QC Engineer B.E Civil / Diploma (Civil) With minimum 5
years experience in road / Building construction 1 No.
work
B.E Civil / Diploma (Civil) With minimum 5
6 Surveyor years experience in road / Building construction 1 No.
work and shall operate electronic total station
7 Site Supervisor Electrical supervisor license holder + 5 years
(Electrical) experience. 1 No.
Site Supervisor Diploma (Civil) With minimum 5 years’ experience
8 (Civil) in road /Building construction work 3 No.
9 Wireman (License ITI + 5 years’ experience. 1 No.
Holder)
10 Computer Ms-office, typing (Marathi & English) + 5 1 No
Operator years’ experience.
1. Bidder shall submit the name, Educational Certificate and C.V.s of above Personnel in
envelope no 1. If CV doesn’t fulfill the requirement of qualification mentioned above,
40
Contractor / Bidder NMC, ENGINEER
Envelope 2 shall not be opened.
2. For the absence of Key personnel mentioned in the tender at site due to some genuine
reason, personnel mentioned above shall seek the prior written permission from Engineer In
charge of the Project.
3. For any Change in Personnel, contractor shall obtain prior written approval from
Engineer In charge to replace the personnel with personnel of equal or more
qualification.
4. If contractor fails to appoint any of the staff mentioned above at site, amount shown
below shall be recoverable from the contactor’s bill.
41
Contractor / Bidder NMC, ENGINEER
Sample Format for
Curriculum Vitae (CV) of Key Personnel
1 Proposed Position :-
2 Name of Personnel :-
3 Date of Birth :-
4 Nationality :-
5 PAN :-
6 Educational Qualifications :-
7 Employment Record :-
(Starting with present position, list in reverse order every employment held.)
8 List of projects on which the Personnel has worked
Name of project Description of responsibilities
9 Details of the current assignment and the time duration for which
services are required for the current assignment.
Certification:
a. I am willing to work on the Project and I will be available for entire duration
of the Project assignment as required.
b. I, the undersigned, certify that to the best of my knowledge and belief,
this CV correctly describes me, my qualifications and my experience.
Place…………………………..
(Signature and name of the authorised signatory of the
Applicant) Notes: Use separate from for each key Personnel
42
Contractor / Bidder NMC, ENGINEER
ANNEXURE
(To be submitted on Rs 500/- stamp paper duly signed by both the parties and
shall be submitted with Bid.)
CONDITIONS OF MOU WITH ELECTRICAL CONTRACTOR
The following conditions must be invariably included in MOU executed with
Electrical & HVAC Company/Firm/Agency having experience in Electrical &
HVAC works.
Objective
The objective of MOU is to express the willingness of both parties to engage
in an effort to execute ................................................. (Name of work).
The
results of this activity will support of ......................................................... (Prime
Contractor) and with ......................................................................... (Electrical & HVAC
Company /Firm /Agency) for Electrical & HVAC Work, execution and
supervision of the Electrical & HVAC Work and implementation of its
operations.
Duration of MOU:
This MOU shall be operational upon signing and will have duration
upto Defect liability Period of the above work included in Project.
Coordination:
In order to carry out and fulfill the aims of MOU, each party will appoint an
appropriate person(s)to represent its organization and to coordinate the
implementation of activities. Such staff of both the parties will work in
coordination with NMC and authorized NMC official may ask the
representatives of both the parties to regularly discuss/update progress and
plan activities.
Technical and Financial Support:
The MOU shall be developed for specific technical and financial support
activities. These shall provide a detailed description of the role, responsibility,
and financial contribution of each party. Work plans and reporting
requirements will be clearly out lined in the MOU.
Termination of MOU:
The said MOU cannot be terminated by any party there to before Defect
43
Contractor / Bidder NMC, ENGINEER
liability Period of the said work in the project. The termination in any case
will not be entertained by NMC and all the parties to such MOU shall be
jointly and severally liable with respect to the contract.
Dispute Resolution:
In case of dispute between prime contractor and Electrical & HVAC company the
decision of Engineer in Charge will be final and binding on prime
contractor
and Electrical company.
Addendum:
Any Addendum to the MOU shall be INTIMATED to the NMC and
will be subject to approval from the appropriate authority of NMC.
44
Contractor / Bidder NMC, ENGINEER
APPENDIX – I
(Format of affidavit to be given on Rs. 500 Non-Judicial Stamp Paper)
AFFIDAVIT
I, …………………………………………………………… Age.......... years,
address ………………......... ................................................................................ ..............
(Authorised signatory to sign the contract), hereby submit, vide this affidavit in
truth, that I am the owner of the contracting firm …………………/ authority
signatory and I am submitting the documents in envelope no.1 for the
purpose of scrutiny of the
… ........................ (Name of the work). I hereby agree to the conditions mentioned below:-
1. I am liable for action under Indian Penal Code for submission of any false /
fraudulent paper / information submitted in envelope No.1.
2. I am liable for action under Indian Penal Code if during contract period and
defect liability period, any false information, false bill of purchases supporting
proof of purchase, proof of testing submitted by my staff, subletting company or
by myself, I will be liable for action under Indian Penal Code.
3. I am liable for action under Indian Penal Code if any papers are found false
/fraudulent during contract period and even after the completion of contract
(finalisation of final bill).
Signature of Authorised person
Applicant/Contractor
Name..............
Place Address............................................
:- Date ..
:-
..........................................................
E-mail................................................
Mobile No.........................................
Website............................................
45
Contractor / Bidder NMC, ENGINEER
SECTION 2
QUALIFICATION INFORMATION
46
Contractor / Bidder NMC, ENGINEER
SECTION–2
QUALIFICATION INFORMATION
The information to be filled in by the bidder in the following pages will be used for purposes
of post qualification as provided for in clause 4 of the Instructions to bidders. This information
will not be incorporated in the contract
1. For Individual Bidders
1.1Constitution or legal status of Bidder
(Attach Copy)
Place of registration:
Principal place of business:
Power of attorney of signatory of bid
(Attach)
1.2Total value of civil Engineering
1.3Construction work performed in the last Five
years ** (Rs. in Crore)
2024-2025 --------------
2023-2024 --------------
2022-2023
2021-2022 ---------------
2020-2021
1.3.1 Work performed as prime contractor, work performed in the past as a
nominated sub- contractor will also be considered provided the Sub-
contract involved execution of all main items of work described in the bid
document, provided further that all other qualification criteria are satisfied
(in the same name) on works of a similar nature over the last five years
**
Project Name of the Descriptio Contract Value of Date of Stipulated Actual date Remarks
Name NMC n of work No. Contract Issue of period of of explaining
* (Rs. work completion completion reasons for
Crore) order * delay &
work
completed
47
Contractor / Bidder NMC, ENGINEER
Attach certificate(s) from the Engineer(s)-in-charge. *
Immediately preceding the financial year in which bid are received.
Attach certificate(s) from Chartered Accountant.
1.4 Information on Bid capacity (works for which bids have been submitted and
works which are yet to be completed) as on the date of this bid.
(A) Existing commitments and on-going works:
Descri Place Contract Name & Value stipulate Value of Anticipated
pt ion & No. Address of d period works* date of
of State of NMC Contr of remaining completion
work act completi to be .
(Rs. on completed
Cr.) (Rs. Cr.)
1 2 3 4 5 6 7 8
Attach certificate(s) from the Engineer(s)-in-charge.
@ The item of works for which data is requested should tally with that specified in ITB clause
4.5A(C). * Immediately preceding the financial year in which bid is received. The list is
indicative and may be suitably modified by the DTP approving authority suiting to
the requirements of work (Viz. Buildings/ Bridges/ Roads)
(B) Works for which bids already submitted:
Description Place & Name & Estimated value Stipulated period of Date when Remarks, if any
of works State Address of of works completion decision is
NMC (Rs Cr) expected
1 2 3 4 5 6 7
1.5. Availability of key items of Contractor's Equipment essential for carrying out the Works
[Ref. Clause 4.5(B)(a)]. The Bidder should list all the information requested below. Refer also to
Sub Clause 4.3 (d) of the Instructions to Bidders.
Item of Requirement Availability proposals Remarks (from
48
Contractor / Bidder NMC, ENGINEER
Equipment No. Capacity Owned/Leased to Nos./Capacity Age l Condition
be procured
1.6. Qualifications and experience of key personnel required for administration and execution of the
Contract [Ref. Clause 4.5(B)(b)]. Attach biographical data. Refer also to Sub Clause 4.3
(e) of instructions to Bidders and Sub Clause 9.1 of the Conditions of Contract.
Position Name Qualification Year of Years of experience in the
Experience proposed position
Project Manager
Etc
49
Contractor / Bidder NMC, ENGINEER
1.7. Financial reports for the last five years: balance sheets, profit and loss statements,
auditors' reports (in case of companies/corporation), etc. List them below and attach
copies.
1.9 Evidence of access to financial resources to meet the qualification requirements: cash
in hand, lines of credit. etc. List them below and attach copies of support documents.
1.10 Name, address, and telephone, telex, and fax numbers of the Bidders' bankers who
may provide references if contacted by the NMC.
1.11 Information on litigation history in which the Bidder is involved. Other Party (ies)
NMC Cause of Dispute Amount involved Remarks showing Present Status
1.12 Proposed work method and schedule. The Bidder should attach descriptions,
drawings and charts as necessary to comply with the requirements of the Bidding
documents. [Refer ITB Clause 4.1 & 4.3 (I)]
1.13 Quality Assurance Programme
2.0 Additional Requirements
2.1 Bidders should provide any additional information required to fulfill the
requirements of Clause 4 of the Instructions to the Bidders, if applicable.
(i) Affidavit
(ii) Undertaking
50
Contractor / Bidder NMC, ENGINEER
AFFIDAVIT
1. I, the undersigned, do hereby certify that all the statements made in the required
attachments are true and correct.
2. The undersigned also hereby certifies that neither our firm
M/s----------------------------- have abandoned any work on Building/ Bridges/ Roads
etc.
Nor any contract awarded to us for such works have been rescinded, during last five
years prior to the date of this bid.
3. The undersigned hereby authorize (s) and request(s) any bank, person, firm or
corporation to furnish pertinent information deemed necessary and requested by the
Department to verify this statement or regarding my (our) competence and general
reputation.
4. The undersigned understand and agree that further qualifying information may be
requested, and agrees to furnish any such information at the request of the Department,
Project implementing agency.
(Signed by an Authorized Officer of the Firm)
Title of Officer
Name of Firm
DATE
51
Contractor / Bidder NMC, ENGINEER
DECLARATION FOR ROYALTY CHARGES
I/ we hereby do agree to pay royalty charges as per prevailing rates of revenue
department on minerals to be used to complete the work, like rubble, Hand broken
metal, sand, murrum etc. to the Revenue Department, Govt. of Maharashtra as my
rates are including Royalty charges of above materials.
I / We will produce original receipts of such Royalty payments for verification from the
NMC for reimbursement of royalty payment.
I/ We hereby do agree that I / We will not be reimbursed any royalty charges if I / We
do not produce original Royalty receipts.
NMC reserves right to pay the necessary royalty charges to the appropriate Authorities
in case I / We fail to produce original Royalty receipts as evidence.
Also, if any penalty / additional charges are imposed by revenue / mining authorities
on account of non-payment of royalty by me, the same shall be recoverable from me.
(Signed by an Authorized Officer of the Firm)
Title of Officer
Name of Firm
DATE
52
Contractor / Bidder NMC, ENGINEER
DECLARATION FOR FIXED ITEMS
I / we, hereby declare that the rates stated in the bid document against fixed
items are accepted by me / us.
(Signed by an Authorised Officer of the Firm)
Title of Officer
Name of Firm
DATE
53
Contractor / Bidder NMC, ENGINEER
DECLARATION OF THE CONTRACTOR
I/We hereby declare that I/We have made myself/ourselves thoroughly
conversant with the local conditions regarding all materials and labour on which I/We
have based my/our rates for this tender. The specifications and the leads in this work
have been carefully studied and understood before submitting this tender.
I/We undertake to use only the best materials and work methodology approved
by the Engineer or his duly authorized engineer during execution of the work and
during Defect Liability period of 10 years after completion and to abide by the
contract conditions, stipulations and maintenance manuals. I/We am/are fully
responsible for quality of work and shall maintain the work in good order during Defect
Liability period of 10 years after completion.
(Signed by an Authorised Officer of the Firm)
Title of Officer
Name of Firm
DATE
54
Contractor / Bidder NMC, ENGINEER
SECTION 3
CONDITIONS OF CONTRACT
55
Contractor / Bidder NMC, ENGINEER
Condition of
Contract Table of
Contents
A. General C Quality Control
1 Definitions 29 Identifying Defects
2 Interpretation 30 Tests
3 Language and Law 31 Correction of Defects
4 Engineer’s Decisions 32 Uncorrected Defects
5 Delegation D Cost Control
6 Communications 34 Compensation Events
7 Other Contractors 35 Tax
8 Personnel 36 GST
9 NMC’s & Contractor’s Risks 38 Price Variation
39 Liquidated Damages
10 NMC’s Risks 40 Cost of Repairs
11 Contractor’s Risks E Finishing the Contract
12 Insurance 41 Completion
13 Queries about the Contract Data 42 Taking Over
14 Contractor to Construct the Works 43 Final Account
15 The Works to be Completed by the 44 Operating and Maintenance Manuals
Intended Completion Date
16 Approval by the Engineer 45 Termination
17 Safety 46 Payment upon Termination
18 Discoveries 47 Property
19 Possession of the Site 48 Release from Performance
20 Access to the Site 49 Laboratory and Facility to field staff
21 Instructions F Additional Condition of Contract
22 Disputes
23 Procedure for Disputes
B Time Control
24 Programme
25 Extension of the Intended
Completion Date
26 Delays Ordered by the Engineer
27 Management Meetings
28 Early Warning
56
Contractor / Bidder NMC, ENGINEER
CONDITIONS OF CONTRACT
A. GENERAL
1. Definitions
1.1 Terms which are defined in the Contract Data are not also defined in the
Conditions of Contract but keep their defined meanings. Capital initials are used
to identify defined terms.
The Adjudicator (synonymous with Institutional Arbitration Policy) is the person
appointed jointly by the NMC and the Contractor to resolve disputes in the first
instance, as provided for in Clauses 22 and 23. The name of the Adjudicator is
defined in the Contract Data.
Bill of Quantities means the priced and completed Bill of Quantities forming part
of the Bid.
Compensation Events are those defined in Clause 34 hereunder.
The Completion Date is the date of completion of the Works as certified by the
Engineer in accordance with Sub Clause 41.10.
The Contract is the contract between the NMC and the Contractor to execute,
complete and maintain the Works. It consists of the documents listed in Clause 2.3
below.
The Contract Data defines the documents and other information which
comprise the Contract.
The Contractor is a person or corporate body whose Bid to carry out the
Works has been accepted by the NMC.
The Contractor's Bid is the completed Bidding document submitted by the
Contractor to the NMC and includes Technical and Financial bids.
The Contract Price is the price stated in the Letter of Acceptance and thereafter as
adjusted in accordance with the provisions of the Contract.
Days are calendar days; months are calendar months.
A Defect is any part of the Works not completed in accordance with the Contract.
The Defects Liability Period is the period named in the Contract Data and
calculated from the Completion Date.
The NMC is the party who will employ the Contractor to carry out the, Works.
The Engineer / Engineer in charge is the person named in the Contract Data (or
any other competent person appointed and notified to the contractor to act in
replacement of the Engineer in charge) who is responsible for supervising the
Contractor, administering the Contract, certifying payments due to the
Contractor, issuing and valuing Variations to the Contract, awarding extensions
of time, and valuing the Compensation Events.
57
Contractor / Bidder NMC, ENGINEER
Equipment is the Contractor's machinery and vehicles brought temporarily to the
Site to construct the Works.
The Initial Contract Price is the Contract Price listed in the NMC's Letter of
Acceptance.
The Intended Completion Date is the date on which it is intended that the
Contractor shall complete the Works. The Intended Completion Date is specified in
the Contract Data. The Intended Completion Date may be revised only by the
Engineer by issuing an extension of time.
Materials are all supplies, including consumables, used by the contractor for
incorporation in the Works.
Plant is any integral part of the Works which is to have a mechanical, electrical,
electronic or chemical or biological function.
The Site is the area defined as such in the Contract Data.
Site Investigation Reports are those which were included in the Bidding
documents and are factual interpretative reports about the surface and sub-surface
conditions at the site.
Specification means the Specification of the Works included in the Contract and
any modification or addition made or approved by the Engineer.
The Start Date is given in the Contract Data. It is the date when the Contractor
shall commence execution of the works. It does not necessarily coincide with any
of the Site Possession Dates.
Temporary Works are works designed, constructed, installed, and removed by
the Contractor which are needed for construction or installation of the Works.
A Variation is an instruction given by the Engineer, which varies the Works.
The Works are what the Contract requires the Contractor to construct, install, and
hand over to the NMC, as defined in the Contract Data.
2.0 Interpretation
2.1 In interpreting these Conditions of Contract, singular also means plural, male also
means female or neuter, and the other way around. Headings have no significance.
Words have their normal meaning under the language of the Contract unless
specifically defined. The Engineer will provide instructions clarifying queries
about the Conditions of Contract.
2.2 If sectional completion is specified in the Contract Data, references in the
Conditions of Contract to the Works, the Completion Date, and the Intended
Completion. Date apply to any Section of the Works (other than references to the
Completion Date and Intended Completion date for the whole of the Works).
58
Contractor / Bidder NMC, ENGINEER
2.3. The documents forming the Contract shall be interpreted in the following order of
priority:
(1) Agreement
(2) Letter of Acceptance, notice to proceed with the works
(3) Contractor's Bid
(4) Contract Data
(5) Conditions of Contract including Special Conditions of Contract
(6) Bill of quantities
(7) Specifications
(8) Drawings
(9) any other document listed in the Contract Data as forming part of the Contract.
3.0 Language and Law
3.1 The language of the Contract and the law governing the Contract are stated in the
Contract Data.
4.0 Engineer's In-Charge Of Project Decisions
4.1 Except where otherwise specifically stated, the Engineer In-Charge of Project will decide
contractual matters between the NMC and the Contractor in the role representing the
NMC.
5.0 Delegation
5.1 The Engineer may delegate any of his duties and responsibilities to other people except
to the Adjudicator after notifying the Contractor and may cancel any delegation after
notifying the Contractor.
The Department has appointed Project Management Consultant (PMC) with following
responsibilities. The details of PMC are stated in contract data.
i) The PMC shall issue all the approved final Good for Construction Drawings at various
stages to the Contractors immediately.
ii) Carry out checking and verification of the setting-out data for the work including lines,
levels and layout to ensure conformity with the working drawings.
iii) Lay down a proper quality assurance system and ensure conformity to the same by the
Contractor, including deputing an exclusive quality control / quality assurance engineer at site
of work for all engineering and construction activities.
59
Contractor / Bidder NMC, ENGINEER
iv) Review Contractor’s work programme, suggest modifications, if any, and approve the work
programme after a careful study keeping in view the overall interest of the project.
v) Review and approve the construction methods proposed by the Contractor for carrying out
the works to ensure that these are satisfactory with particular reference to the
technical requirements, project implementation schedule and environmental aspects as
well as safety of works, personnel and the general public.
vi) Regular m o n i t o r i n g of the Contractor’s equipment, plant, machinery, installations,
personnel etc. and ensure the adequacy in accordance with the terms and conditions of the
Contract.
vii) Direct the Contractor to carry out all such works or to take necessary actions as may be
necessary to avoid or to reduce the risk in case of any emergency affecting the safety of
life or of the works or of the adjoining property and advise the Engineer-in- charge thereof as
soon thereafter as is reasonably practicable, including deployment of a safety engineer.
viii) Interpretation of the technical specifications and Contract documents, wherever required.
ix) Inspect the works on substantial completion before taking over and indicate to Engineer- in-
charge any outstanding work to be carried out by the Contractor
x) Assist Engineer-in-charge to carry out all functions of as stipulated in the Contract executed
with the Contractor(s) or any other PMC engaged for the execution of the Project
xi) Represent the interest of the NMC, in all matters related to the construction Contract and the
proper execution thereof.
xii) The PMC shall develop a project schedule, project budget and cash flow statement as soon as
major project requirements have been identified, and update periodically.
xiii) The PMC shall ascertain the foundation of the building by geological investigations and
founding levels are to be finalized in consultation with Engineer in Charge.
xiv) The Plinth levels of all buildings are to be finalized by the PMC by studying topography of
the ground and Road Level (RTL) of the road in the premises/vicinity and in consultation
with Engineer in Charge.
xv) PMC shall have to prepare the BBS of every member in detail while execution.
Reinforcement shall be checked and then only contractor shall be allowed for the
concreting.
xvi) PMC shall have to comply the remarks raised on site by the higher officers from NMC
Vigilance and Quality control Department and higher officers from Medical Department.
xvii) PMC shall have to conduct quality control tests of the material brought at site as per
frequency mentioned in the tender documents of the contractor.
xviii) PMC shall have to obtain photographs of work in progress at various stages from the
contractor and same may be submitted to the department.
xix) Consultant shall record and verify all the field measurement of completed works and of
60
Contractor / Bidder NMC, ENGINEER
quantities of materials incorporated in the work being carried out by the Contractor(s), and
get them cross- checked from NMC’s representatives as follows-
a) All measurements shall be got 100 % verified from Junior Engineer/ Sectional
Engineer/ Assistant Engineer.
b) Hidden measurements of 100% and open measurements of 100% shall be got
verified from Deputy Engineer/ Subdivisional Engineer/ Assistant Engineer.
c) 5 % measurements shall be got verified by Engineer-in-Charge.
xx) Checking and certification of all monthly bills, interim bills, final bill of the Contractor and
forward with recommendation to Engineer-in-Charge through his Deputy Engineer/
Subdivisional Engineer/ Assistant Engineer for further payment.
6.0 Communications
6.1 Communications between parties which are referred to in the conditions are effective only
when inwriting. A notice shall be effective only when it is delivered (in terms of Indian
Contract Act).
7.0 Other Contractors
7.1 The Contractor shall cooperate and share the Site with other contractors, public authorities,
utilities, and the NMC between the dates given in the Schedule of other Contractors. The
Contractor shall as refer to in the Contract Data, also provide facilities and services for them
as described in the Schedule. The NMC may modify the schedule of other contractors and
shall notify the contractor of any such modification.
7.2 The other works not included in this work are separate bids will be invited for these works
subsequently. The coordination with these agencies is mandatory and is responsibility of
prime contractor and electrical agency. Some conduits will be placed in walls and floors by
these agencies and bringing back the wall surfaces and flooring to the original level is
responsibility of the agency for civil and electrical work. NMC will not pay any extra
amount for this work. In order to minimize such rectification, work the coordination among
all contractor is essential. The final completion of civil and electrical contractor will be
released after completion of other works stated above.
8.0 Personnel
8.1 The Contractor shall employ the key personnel named in the Schedule of Key Personnel as
referred to in the Contract Data to carry out the functions stated in the Schedule or other
personnel approved by the Engineer. The Engineer will approve any proposed
replacement of key personnel only if their qualifications, abilities, and relevant experience
are substantially equal to or better than those of the personnel listed in the Schedule.
8.2. If the Engineer asks the Contractor to remove a person who is a member of the Contractor's
staff or his work force stating the reasons the Contractor shall ensure that the person
61
Contractor / Bidder NMC, ENGINEER
leaves the Site forthwith and in any case within 3 days and has no further connection with
the work in the Contract.
9.0 NMC's and Contractor's Risks
The NMC carries the risks which this Contract states are NMC's risks, and the Contractor
carries the risks which this Contract states are Contractor's risks.
10.0 NMC's Risks
10.1 The NMC is responsible for the excepted risks which are (a) in so far as they directly affect
the execution of the Works in India, the risks of war, hostilities, invasion, act of foreign
enemies, rebellion, revolution, insurrection or military or usurped power, civil war, riot
commotion or disorder (unless restricted to the Contractor's employees), and contamination
from any nuclear fuel or nuclear waste or radioactive toxic explosive, or (b) a cause due
solely to the design of the Works, other than the Contractor's design.
11.0 Contractor's Risks
All risks of loss of or damage to physical property and of personal injury and death
which arise during and in consequence of the performance of the Contract other than the
excepted risks are the responsibility of the Contractor.
12.0 Insurance
12.1 The Contractor shall provide, in the joint names of the NMC and the Contractor, insurance
cover from the Start Date to the end of the Contract Period, in the amounts and deductibles
stated in the Contract Data for the following events which are due to the Contractor's risks:
(a) loss of or damage to the Works, Plant and Materials;
(b) loss of or damage to Equipment:
(c) loss of or damage of property (except the Works, Plant, Materials and
Equipment) in connection with the Contract; and
(d) Personal injury or death.
12.2 Policies and certificates for insurance shall be delivered by the Contractor to the Engineer for
the Engineer's approval before the Start Date. All such insurance shall provide for
compensation to be payable in the types and proportions of currencies required to rectify the
loss or damage incurred.
12.3 The contractor shall produce the work insurance policy, the same will be reimbursed to
the contractor. If contractor fails to produce the work insurance policy, concerned Executive
Engineer shall draw the policy, the expenditure incurred for drawing the policy shall be
recovered from the 1st RA bill of the contractor as penalty to the contractor.
12.4 Alterations to the terms of insurance shall not be made without the approval of the Engineer.
12.5 Both parties shall comply with any conditions of the insurance policies.
62
Contractor / Bidder NMC, ENGINEER
13.0 Queries about the Contract Data
13.1 The Engineer in-charge of project will clarify queries on the Contract Data.
14.0 Contractor to Construct the Works
14.1 The Contractor shall construct and install the Works in accordance with the
Specification and Drawings.
15.0 The Works to be completed by the Intended Completion Date
15.1 The Contractor may commence execution of the Works on the Start Date and shall carry out
the Works in accordance with the program submitted by the Contractor, as updated with the
approval of the Engineer, and complete them by the Intended Completion Date.
16.0 Approval by the Engineer
16.1 The Contractor shall submit Specifications and Drawings showing the proposed Temporary
Works to the Engineer, who is to approve them if they comply with the Specifications and
Drawings.
16.2 The Contractor shall be responsible for design of Temporary Works.
16.3 The Engineer's approval shall not alter the Contractor's responsibility for design of the
Temporary Works.
16.4 The Contractor shall obtain approval of third parties to the design of the Temporary
Works where required.
16.5 All Drawings prepared by the Contractor for the execution of the temporary or
permanent Works, are subject to prior approval by the Engineer before their use.
16.6 Material samples like flooring, hardware, sanitary and other fixtures and flooring patterns
as per drawings shall got approved by Engineer In charge.
17.0 Safety
17.1 The Contractor shall be responsible for the safety of all activities on the Site.
18.0 Discoveries
18.1. Anything of historical or other interest or of significant value unexpectedly discovered on
the Site is the property of the NMC. The Contractor is to notify the Engineer of such
discoveries and carry out the Engineer's instructions for dealing with them.
19.0 Possession of the Site
19.1 The NMC shall give possession of all parts of the Site / in some parts to the Contractor.
20.0 Access to the Site
20.1 The Contractor shall allow the Engineer and any person authorized by the Engineer access to
the Site, to any place where work in connection with the Contract is being carried out or is
intended to be carried out and to any place where materials or plant are being
manufactured / fabricated / assembled for the works.
63
Contractor / Bidder NMC, ENGINEER
21.0 Instructions
21.1 The Contractor shall carry out all instructions of the Engineer pertaining to works which
comply with the applicable laws where the Site is located.
21.2 Any observations or instructions given by Engineer /His representative/PMC on site of work,
contractor shall have to comply with in 24 hours failing which penalty of Rs 1000/- (One
thousand) per day shall be recoverable from payment due to contractor.
21.3 Contractor shall have to communicate 3 weeks in advance for any decisions required from
Department or PMC OR any other government department/ agencies.
21.4 Contractor shall have to upload weekly photographs of ongoing progress of work to
Department and PMC Email address.
21.5 Contractor shall have to submit Daily Progress Report (DPR) of physical and financial
achievements of ongoing work to Departments Email address.
21.6 The Contractor shall permit the NMC to inspect the Contractor's accounts and records relating
to the performance of the Contractor and to have them audited by auditors appointed by the
NMC, if so, required by the NMC.
21.7 The Contractor shall intimate date of RCC casting schedule at least 2 days before to the PMC
and department. The RCC casting work should be done only after approval of reinforcement
checking by the PMC and Engineer – In – charge.
21.8 The contractor also note that, RCC casting work scheduled on Sunday is not permitted. If any
condition arises then it will be postponed by one day that means RCC casting work should be
on working days only.
22.0 Disputes
22.1 If the Contractor believes that a decision taken by the Engineer was either outside the
authority given to the Engineer by the Contract or that the decision was wrongly taken,
the decision shall be referred to the Dispute Review Expert within 14 days of the
notification of the Engineer's decision.
23.0 Procedure of Disputes
23.1 All disputes and differences of any kind whatever arising out of or in connection with the
contract or the carrying out of the work (whether during progress of the works or after their
completion and whether before or after the determination, abandonment or breach of the
contract) shall be referred to the Engineer. If the Contractor within 21 days of reference is
not satisfied with the decision or non-decision by Engineer, he should refer such dispute as
stated below.
23.2 The Contractor / Engineers in writing shall refer the dispute along with the decision / non-
decision of the dispute board to the Apex committee headed by the Commissioner NMC
with the Chief Engineer, NMC, Superintending Engineer, NMC and Chief Accounts and
64
Contractor / Bidder NMC, ENGINEER
Finance Officer, NMC as members. The Chairman of the committee will appoint one
technical expert also. This committee shall offer its decision within 21 days of such
reference to committee.
23.3 The decision of the apex committee is final and binding on the contractor and the Engineer.
23.4 The provision of arbitration is not permitted in this contract. The dispute between
contractor and NMC will be dealt with as per provision of contract. In case of dispute the
decision given by the Commissioner, NMC will be final and binding on the contractor.
However, if the contractor lodges the case in court of law, the NMC has full power to
withdraw the work and allot the same to other agency at risk and cost of the contractor. In this
case no claim will be entertained.
B. TIME CONTROL
24.0 Programme
24.1 The Engineer shall issue the indent of work in stages specifying the time limit for the same as
and when required. The Contractor shall submit to the Engineer for approval a programme
showing the general methods, arrangements, order, and timing for all the activities in the
Works, along with monthly cash flow forecasts, using software programmes like MS Project /
Primavera.
24.2 An update of the Programme shall be a programme showing the actual progress achieved on
each activity and the effect of the progress achieved on the timing of the remaining Works,
including any changes to the sequence of the activities.
24.3 The Contractor shall submit to the Engineer in-charge for approval an updated Programme at
seven days intervals. If the Contractor does not submit an updated Programme within this
period, the Engineer may withhold the amount stated in the Contract Data from the next
payment certificate and continue to withhold this amount until the next payment after the date
on which the overdue Programme has been submitted.
24.4 The Engineer's approval of the Programme shall not alter the Contractor's obligations. The
Contractor may revise the Programme and submit it to the Engineer again at any time. A
revised Programme shall show the effect of Variations and Compensation Events.
25.0 Extension of the Intended Completion Date
25.1 The Engineer shall extend the Intended Completion Date of milestone if the situation warrants
without change in rates. The contractor shall give in writing his intention of seeking the
extension of milestone for the reason not attributable to him (Clause 23.3) within 7 days of
occurrence of that reason and subsequently shall request for extension of milestone
minimum 15 days prior to completion date of milestone.
25.2 The Engineer shall decide whether and by how much to extend the Intended Completion Date
of the Contractor asking the Engineer for a decision upon the effect of a Compensation Event
or Variation and submitting full supporting information. If the Contractor has failed to give
early warning of a delay or has failed to cooperate in dealing with a delay, the delay by
this failure shall not be considered in assessing the new Intended Completion Date.
65
Contractor / Bidder NMC, ENGINEER
26.0 Delays Ordered by the Engineer
26.1 The Engineer may instruct the Contractor to delay the start or progress of any activity within
the Works.
27.0 Management Meetings
27.1 Either the Engineer or the Contractor may require the other to attend a management meeting.
The business of a management meeting shall be to review the plans for remaining work and to
deal with matters raised in accordance with the early warning procedure.
27.2 The Engineer shall record the business of management meetings and is to provide copies of
his record to those attending the meeting and to the NMC. The responsibility of the parties for
actions to be taken is to be decided by the Engineer either at the management meeting or after
the management meeting and stated in writing to all who attended the meeting.
28.0 Early Warning
28.1 The Contractor is to warn the Engineer at the earliest opportunity of specific likely
future events or circumstances that may adversely affect the quality of the work, increase the
Contract Price or delay the execution of works. The Engineer may require the Contractor to
provide an estimate of the expected effect of the future event or circumstance on the Contract
Price and Completion Date. The estimate is to be provided by the Contractor as soon as
reasonably possible.
28.2 The Contractor shall cooperate with the Engineer in making and considering proposals for
how the effect of such an event or circumstance can be avoided or reduced by anyone
involved in the work and in carrying out any resulting instruction of the Engineer.
C. QUALITY CONTROL
29.0 Identifying Defects
29.1 The Engineer shall check the Contractor's work and notify the Contractor of any Defects that
are found. Such checking shall not affect the Contractor's responsibilities. The Engineer
may instruct the Contractor to search for a Defect and to uncover and test any work that the
Engineer considers may have a Defect.
30.0 Tests
If the Engineer instructs the Contractor to carry out a test not specified in the Specification to
check whether any work has a Defect, the Contractor shall pay for the test and any samples.
31.0 Correction of Defects
31.1 The Engineer shall give notice to the Contractor of any Defects before the end of the Defects
Liability Period, which begins at Completion and is defined in the Contract Data. The Defects
Liability Period shall be extended for as long as Defects remain to be corrected.
31.2 Every time notice of a Defect is given; the Contractor shall correct the notified Defect within
the length of time specified by the Engineer's notice.
32.0 Uncorrected Defects
If the Contractor has not corrected a Defect within the time specified in the Engineer's notice,
the Engineer will assess the cost of having the Defect corrected, and the Contractor will pay
this amount.
D. COST CONTROL
66
Contractor / Bidder NMC, ENGINEER
33.1 The Designs Drawings and Specifications shall contain items for the work.
33.2 The Schedule for release of TDR is used to calculate the TDR Price. The Contractor is paid
for the quantity of the work done at the rate in the Schedule for release of TDR for each
item with applicable percentage.
34.0 Compensation Events
34.1 Compensation shall be applicable and only extension may be considered on merits if not on
part of Contractor
34.2 The Contractor shall not be entitled to compensation to the extent that the NMC's interests are
adversely affected by the Contractor not having given early warning or not having
cooperated with the Engineer.
35.0 Tax
35.1 All taxes, duties, cess and charges such as GST etc. and other duties on material
obtained for the work from any source including the tax applicable as per Maharashtra
Sales Tax Act, on the transfer of property in goods involved in the execution of work
contract (re-enacted) Act 1989 or as amended shall be borne by tenderer. The tenderer
will not be reimbursed the taxes, duties, cess and charges whether now in force or that
may be enforced in future.
Also, if any penalty / additional charges are imposed by revenue / mining authorities on
account of non-payment of royalty by the contractor, the same shall be recoverable from
contractor.
36.0 Deleted.
37.0 Deleted
38.0 Price Variation –
Price Variation in this contract is not permitted.
39.0 Liquidated Damages
39.1 The Contractor shall pay liquidated damages to the NMC at the rate per daystated
in the Contract Data for each day that the Completion Date is later than the Intended
Completion Date (for the whole of the works or the milestone as stated in the
contract data). The total amount of liquidated damages shall not exceed the amount
defined in the Contract Data. The NMC may deduct liquidated damages from
payments due to the Contractor. Payment of liquidated damages does not affect
the Contractor's liabilities.
67
Contractor / Bidder NMC, ENGINEER
39.2 If the Intended Completion Date is extended after liquidated damages have been paid,
the Engineer shall correct any over payment of liquidated damages by the Contractor
by adjusting the next payment certificate
39.3 If the contractor fails to comply with the time for completion as stipulated in the
tender, then the contractor shall pay to the NMC the relevant sum stated in the Contract
Data as Liquidated damages for such default and not as penalty for everyday or part of
day which shall elapse between relevant time for completion and the date stated in the
taking over certificate of the whole of the works on the relevant section, subject to the
limit stated in the contract data.
The NMC may, without prejudice to any other method of recovery deduct the
amount of such damages from any monies due or to become due to the contractor.
The payment or deduction of such damages shall not relieve the contractor from his
obligation to complete the works on from any other of his obligations and liabilities
under the contract.
39.4 If, before the Time for Completion of the whole of the Works or, if applicable, any
Section, a Taking - Over Certificate has been issued for any part of the Works or of
a Section, the liquidated damages for delay in completion of the remainder of the
Works or of that Section shall, for any period of delay after the date stated in such
Taking-Over Certificate, and in the absence of alternative provisions in the
Contract, be reduced in the proportion which the value of the part so certified bears to
the value of the whole of the Works or Section, as applicable. The provisions of this
Sub-Clause shall only apply to the rate of liquidated damages and shall not affect the
limit hereof.
40.0 Cost of Repairs
40.1 Loss or damage to the Works or Materials to be incorporated in the Works between
the Start Date and the end of the Defects Correction periods shall be remedied by the
Contractor at the Contractor's cost if the loss or damage arises from the Contractor's acts
or omissions.
E. FINISHING THE CONTRACT
41.0 Completion
41.1 The Contractor shall request the Engineer to issue a Certificate of Completion of the
68
Contractor / Bidder NMC, ENGINEER
Works and the Engineer will do so upon deciding that the Work is completed.
42.0 Taking Over
42.1 The NMC shall take over the Site and the Works within seven days of the Engineer
issuing a certificate of Completion.
43.0 Final Account
43.1 The Contractor shall supply to the Engineer a detailed account of the total amount that the
Contractor considers payable under the Contract before the end of the Defects Liability
Period. The Engineer shall issue a Defect Liability Certificate and certify any
final payment that is due to the Contractor within 56 days of receiving the Contractor's
account if it is correct and complete. If it is not, the Engineer shall issue within 56
days a schedule that states the scope of the corrections or additions that are necessary. If
the Final Account is still unsatisfactory after it has been resubmitted, the Engineer shall
decide on the amount payable to the Contractor and issue a payment certificate, within
56 days of receiving the Contractor's revised account.
44.0 Operating and Maintenance Manuals-
44.1 If "as built" Drawings and/or operating and maintenance manuals are required, the
Contractor shall supply them by the dates stated in the Contract Data.
44.2 If the Contractor does not supply the Drawings and/or manuals by the dates stated in
the Contract Data, or they do not receive the Engineer's approval, the Engineer shall
with hold the amount stated in the Contract Data from payments due to the
Contractor.
45.0 Termination
45.1 The NMC or the Contractor may terminate the Contract if the other party causes a
fundamental breach of the Contract.
45.2 Fundamental breaches of Contract include, but shall not be limited to the following:
45.2.1 the Contractor stops work for 15 days when no stoppage of work is shown on the
current Programme and the stoppage has not been authorized by the Engineer;
45.2.2 the Engineer instructs the Contractor to delay the progress of the Works and the
instruction is not withdrawn within 28 days;
45.2.3 the NMC or the Contractor is made bankrupt or goes into liquidation other than for a
reconstruction or amalgamation;
45.2.4 the Engineer gives Notice that failure to correct a particular Defect is a fundamental
breach of Contract and the Contractor fails to correct it within a reasonable period of
time determined by the Engineer;
45.2.5 the Contractor does not maintain a security which is required;
69
Contractor / Bidder NMC, ENGINEER
45.2.6 the Contractor has delayed the completion of works by the number of days for
which the maximum amount of liquidated damages can be paid as defined in the
Contract data; and
45.2.7 if the Contractor, in the judgment of the NMC has engaged in corrupt or fraudulent
practices in competing for or in executing the Contract.
For the purpose of this paragraph: "corrupt practice" means the offering, giving,
receiving or soliciting of anyt hing of value to influence the action of a public
official in the procurement process or in contract execution. "Fraudulent practice"
means a misrepresentation of facts in order to influence a procurement process or
the execution of a contract to the detriment of the Borrower, and includes collusive
practice among Bidders (prior to or after bid submission) designed to establish bid
prices at artificial non-competitive levels and to deprive the Borrower of the
benefits of free and open competition."
45.3 When either party to the Contract gives notice of a breach of contract to the
Engineer for a cause other than those listed under Sub Clause 59.2 above, the
Engineer shall decide whether the breach is fundamental or not.
45.4 Notwithstanding the above, the NMC may terminate the Contract or withdraw the
part of the work for convenience and same shall be executed departmentally on risk
and cost of Contractor.
45.5 If the Contract is terminated the Contractor shall stop work immediately, make the
Site safe and secure and leave the Site, Soon as reasonably possible.
46.0 Payment upon Termination
46.1 If the-Contract is terminated because of a fundamental breach of Contract by the
Contractor, the Engineer shall issue a certificate for the value of the work done
less advance payments received up to the date of the issue of the certificate, less
other recoveries due in terms of the contract, less taxes due to be deducted at source as
per applicable law and less the percentage to apply to the work not
completed as indicated in the Contract Data. Additional Liquidated Damages shall
not apply. If the total amount due to the NMC exceeds any payment due to the
Contractor the difference shall be a debt payable to the NMC.
46.2 If the Contract is terminated at the NMC's convenience or because of a
fundamental breach of Contract by the NMC, the Engineer shall issue a certificate for the
value of the work done, the cost of balance material brought by the contractor and
available at site, the reasonable cost of removal of Equipment, repatriation of the
Contractor's personnel employed solely on the Works, and the Contractor's costs of
70
Contractor / Bidder NMC, ENGINEER
protecting and securing the Works and less advance payments received up to the date
of the certificate, less other recoveries due in terms of the contract and less taxes due
to be deducted at source as per applicable law.
47.0 Property
47.1 All materials on the Site, Plant, Equipment, Temporary Works and Works are deemed
to be the property of the NMC, if the Contract is terminated because of a Contractor’s
default.
48.0 Release from Performance
If the Contract is frustrated by the outbreak of war or by any other event entirely
outside the control of either the NMC or the Contractor the Engineer shall certify that
the Contract has been frustrated. The Contractor shall make the Site safe and stop
work as quickly as possible after receiving this certificate and shall be paid for all work
carried out before receiving it and for any work carried out afterwards to which
commitment was made.
49.0 Laboratory & Facility to Field Staff
The Contractor shall construct temporary structure on site to establish field laboratory.
FACILITIES TO NMC’S ENGINEERS
The contractor shall handover following gadgets within 8 days of issue of Work Order
to Proceed with the work. If contractor fails to handover the gadgets within 8 days of
work order, the NMC will levy a penalty of Rs 5000/- per day per gadget until the
penalty amount reaches to Rs. 75000/- for gadget no 1 & Rs. 120000/- for gadget no
2. After stoppage of such penalties the NMC will recover additional amount from due
bill sufficient to purchase the gadgets from open market.
Gadget no 1 – Dell Inspiration 16 laptop, 12th generation Intel Core Processor, 16
inch FHD screen, 16 GB memory and 512 GB storage. The laptop shall be loaded
with license software’s like MS office, autocad and Acrobat latest versions.
Gadget no 2- 5th generation, 12.9 inch screen, Wifi, cellular tablet, 8 GB RAM and
128 GB internal storage.
Site Office – The successful bidder shall provide well equipped site office of 50 Sqm
area at location suggested by NMC engineers. The office gadgets and equipment with
furniture shall be provided by successful bidder as directed by Engineer in charge.
Non compliance from successful bidder will attract penalty of Rs 2000/- per day.
Laboratory & Related Requirement
The contractor shall provide and maintain adequately equipped field laboratory as
required for site control on the quality of materials and the works. It shall have 50 Sqm
71
Contractor / Bidder NMC, ENGINEER
area and shall be located and equipped as directed by the Engineer in charge. It shall be
provided with amenities like water supply, electrical supply etc. The contractor
shall engage a well experienced Lab-in-charge (bio-data to be approved by Engineer-in-
charge) for conducting day-to-day test as per MoRT&H, B.I.S. & PWD specifications.
All necessary codes shall be kept in lab. These provisions shall be incidental to work &
no separate payment will be made by NMC. After completion contractor should
demolish laboratory structure and remove all the equipment as per directions of
engineer.
Special Condition for Setting of Field Laboratory
QUALITY CONTROL TESTS & THEIR FREQUENCIES.
S. N. Material Test Frequency of Testing Remarks.
1 Sand i) Fineness Modules ii) Silt At the beginning & if there
Content is change in source.
2 Metal i) Crushing Value ii) Impact One test per 200 cum or PWD hand book
Value iii) Abrasion value part thereof. I.S.2386 Part-IV
iv) Water Absorption v)
Flakiness Index vi) Stripping
value vii) Gradation
3 Cement Comp. Strength Upto 5 cum - 1 set [Link] H.
Concrete 6 - 15 - 2 sets specification
16 – 30 - 3 sets 1717
31 – 50 - 4 sets (Fifth revision
51 & Above - 4 sets + Table No. 1700-9)
1 additional set for each
50 cum or part thereof.
4 Cement i) Comp. Strength ii) Initial One test for each I.S. 8112 -1989
setting time iii) Final setting consignment of 50 MT
time iv) Specific Gravity v) (1000 bags) or part
Soundness vi) Fineness thereof.
5 Steel i) Weight per meter One test for every 5.0 I.S. 432
ii) Ultimate Tensile stress METRIC TONNE or part IS 1786-1985
iii) Yield stress thereof for each diameter.
iv) Elongation
6 Crushed 1) Gradation (Sieve analysis) 1 Test per 200 m3
Metal 2) Impact Value, Crushing 1 Test per source
Value, Specific gravity test,
Water Absorption
3) Los angles abrasion value 1 Test per source
4) Flakiness Index 1 Test per source
72
Contractor / Bidder NMC, ENGINEER
7 Brick Crushing Strength A set of 15 bricks for each I.S. 1077
Water Absorption 50,000 consignment or
part thereof.
8 AAC Block Block density A set of 24 bricks for each I.S. 2185 - 3
Dry shrinkage 50,000 consignment or
Thermal conductivity part thereof.
Compressive strength
The Contractor shall have to establish and get it checked and certified by the Executive Engineer , a
field laboratory with following minimum equipment’s on the instant work at his own cost. These
instruments are conforming to IS Specifications duly calibrated from competent agency. Contractor
has to carry out the calibration of said instruments as directed by the Engineer – in- charge on expiry
date of calibration. On completion of work in all respect, the equipment’s will be the sole property of
the contractor.
1) Hydraulic Compression Testing Machine, hand operated 100 tones 1 Nos
Capacity. Conform to the requirements of IS 516-1959,IS:4858-2000
2) Cube Moulds 150 mm x 150 mm x 150 mm size conforming to IS: 1 set of 12 Nos
516-1959, IS:10086-1982
Cube Moulds 75 mm x 75 mm x 75 mm 1 set of 6 Nos.
3) Slump apparatus conforming to IS:7320 1 No
4) Test sieves of 100 mm , 80 mm,63 mm ,50 mm,25 mm,,12.5 mm 2 sets
10 mm , 4.75 mm , 2.36 mm , 1.18 mm, 600 micron, 300 micron ,
90 micron, 150 micron and other required sieves.
5) 15 cm dia aggregate crushing value apparatus as per IS:2386 1 No
(Part IV)-1963
6) Impact testing machine with cylinder of 75 mm dia and 50 mm depth 1 No
And tamping rod of 10 mm dia and 230 mm long.
7) Psycnometer with metal mould and dryer 1 No
8) Le –chatelier apparatus as per IS:4031with glass sheets 1 No
9) Vicat apparatus as per IS:4031 1 No
10) Vibration machine with 6 moulds as per IS:4031 1 No
11) Graduated cylinder of glass 100,250,500 and 1000 ml capacity 1 Nos each.
12) Electric oven , thermostatically controlled upto 200 ˚c , chamber 1 No
Space 40 cm x40cm x40cm
13) Concrete Test Hammer (rebound hammer) of impact energy 1 No
2.207 Nm (0.225 Kgm) as per IS:1331(part -2)-1992
14) Balance 1 kg , 5 kg and 15 kg capacity having sensibility less 1 No each
Than 0.1 gms.
15) Miscellaneous items such as mixing trays, rice trays, 1 No each
Karni , hot plate etc.
18) Density apparatus by sand replacement method 1 No.
19) USPV TESTER 1 No.
Note – (i) It is essential for the agency is to establish the quality Control Field laboratory at site.
73
Contractor / Bidder NMC, ENGINEER
The list of apparatus and equipment are mentioned under chapter (L) Special
condition for setting of field laboratory. The First R.A. Bill will be paid only after
confirmation of the setting up of laboratory at site by Engineer In Charge
(ii) Out of above list, equipment essential for execution of the work under consideration
shall be available in field laboratory.
(iii) The testing of all materials shall be carried out by the Engineer, or his representative for
which the contractor shall make all the necessary arrangements and bear the entire
cost.
SALIENT FEATURES OF SOME MAJOR LABOUR LAWS APPLICABLE TO
ESTABLISHMENTS ENGAGED IN BUILDING AND OTHER CONSTRUCTION
WORK.
(a) Workmen Compensation Act 1923 :- The Act provides for compensation in case of
injury by accident arising out of and during the course of employment.
(b) Payment of Gratuity Act 1972 :- Gratuity is payable to an employee under the Act on
satisfaction of certain conditions on separation if an employee has completed 5 years
service or more on death, the rate of 15 days wages for every completed year of
service. The Act is applicable to all establishments employing 10 or more employees.
(c) Employees P.P. and Miscellaneous Provision Act 1952:The Act Provides for monthly
contributions by the NMC plus workers @ 10%or 8.33%. The benefits payable under
the Act are:
(i) Pension or family pension on retirement or death, as the case may be. (ii) Deposit
linked insurance on the death in harness of the worker. (iii) Payment of P.P.
accumulation on retirement/death etc.
(d) Maternity Benefit Act 1951:- The Act provides for leave and some other benefits to
women employees in case of confinement or miscarriage etc.
(e) Contract Labour (Regulation & Abolition) Act 1970:- The Act provides for certain
welfare measures to be provided by the Contractor to contract labour and in case the
Contractor fails to provide, the same are required to be provided, by the Principal NMC
by Law. The Principal NMC is required to take Certificate of Registration and the
Contractor is required to take licence from the designated Officer. The Act is applicable
to the establishments or Contractor of Principal NMC, if they employ 20 or more
74
Contractor / Bidder NMC, ENGINEER
contract labour.
(f) Minimum Wages Act 1948 :- The NMC is supposed to pay not less than the Minimum
Wages fixed by appropriate Government as per provisions of the Act, if the employment
is a scheduled employment. Construction of Buildings, Roads, Runways are scheduled
employments.
(g) Payment of Wages Act 1936:- Itlays down as to by what date the wages are to be paid,
when it will be paid and what deductions can be made from the wages of the workers.
(h) Equal Remuneration Act 1979 :- The Act provides for payment of equal wages for
work of equal nature to Male and Female workers and for not making discrimination
against Female employees in the matters of transfers, training and promotions etc.
(i) Payment of Bonus Act 1965 :- The Act is applicable to all establishments employing
20 or more employees. The Act provides for payments of annual bonus subject to a
minimum of 8.33% of wages and maximum of 20% of wages to employees drawing
Rs.3S00/-per month or less. The bonus to be paid to employees getting Rs.2S00/- per
month or above upto Rs.3500/-per month shall be worked out by taking wages as
Rs.2S00/ -per month only. The Act does not apply to certain establishments. The
newly set-up establishments are exempted for five years in certain circumstances.
Some of the State Governments have reduced the employment size from 20 to 10 for
the purpose of applicability of this Act.
(j) Industrial Disputes Act 1947 :- The Act lays down the machinery and procedure for
resolution of Industrial disputes, in what situations a strike or lock-out becomes illegal
and what are the requirements for laying off or retrenching the employees or closing
down the establishment.
(k) Industrial Employment (Standing Orders) Act 1946 :-It is applicable to all
establishments employing 100 or more workmen (employment size reduced by some
of the States and Central Government to SO). The Act provides for laying down rules
governing the conditions of employment by the NMC on matters provided in the Act
and get the same certified by the designated Authority.
(l) Trade Unions Act 1926 :- The Act lays down the procedure for registration of trade
unions of workmen and NMCs. The Trade Unions registered under the Act have been
given certain immunities from civil and criminal liabilities.
(m) Child Labour (Prohibition & Regulation) Act 1986 :- The Act prohibits employment
of children below 14 years of age in certain occupations and processes and provides
for regulation of employment of children in all other occupations and processes.
Employment of Child Labour is prohibited in Building and Construction Industry.
(n) Inter-State Migrant workmen's (Regulation of Employment & Conditions of Service)
75
Contractor / Bidder NMC, ENGINEER
Act 1979 :- The Act is applicable to an establishment which employs 5 or more inter-
state migrant workmen through an intermediary (who has recruited workmen in one
state for employment in the establishment situated in another state). The Inter-State
migrant workmen, in an establishment to which this Act becomes applicable, are
required to be provided certain facilities such as housing, medical aid, travelling
expenses from home upto the establishment and back, etc.
(0) The Building and Other Construction workers (Regulation of Employment and
Conditions of Service) Act 1996 and the Cess Act of 1996 :- All the establishments
who carryon any building or other construction work and employs 10 or more workers
are covered underthis Act. All such establishments are required to pay cess at the rate
not exceeding 2% of the cost of construction as may be modified by the Government.
The NMC of the establishment is required to provide safety measures at the Building or
construction work and other welfare measures, such as Canteens, First- Aid
facilities, Ambulance, Housing accommodations for workers near the work place
76
Contractor / Bidder NMC, ENGINEER
etc. The NMC to whom the Act applies has to obtain a registration certificate from
the Registering Officer appointed by the Government.
(p) Factories Act 1948:- The Act lays down the procedure for approval of plans before
setting up a factory, health and safety provisions, welfare provisions, working hours,
annual earned leave and rendering information regarding accidents or dangerous
occurrences to designated authorities. It is applicable to premises employing 10
persons or more with aid of power or 20 or more persons without the aid of power
engaged in manufacturing process.
77
Contractor / Bidder NMC, ENGINEER
F. Additional Condition of Contract.
1) Government of Maharashtra Department of Industries, Energy and labour Mantralaya
Mumbai GR No BCA -2009/ Case No 108/ Labour –7 A Dt 17.6.2010 4.
(A) Cess @ 1% (One percent) shall be paid by the contractor under Building and other
construction for workers welfare, cess act 1996.
2) Contractor shall submit a certificate to the effect that “All the payments to the
labour/staff are made in bank accounts of staff linked to Unique Identification
Number (AADHAR CARD).” The certificate shall be submitted by the contractor
within 60 days from the commencement of contract. If the time period of contract is
less than 60 days then such certificates shall be submitted within 15 days from the
date of commencement of contract.
(A) The quote by the Contractor shall be deemed to be inclusive of the labour welfare cess
and other taxes all as may be payable to any Govt. authority while performing
contract (other than GST) that the Contractor will have to pay for the performance of
this Contract. The NMC will perform such duties in regard to the deduction of
such taxes at source as per applicable law. As stated in ITB default by the preferred
bidder in paying royalty will be treated as offence and the amount of penalty will be
recovered by NMC.
Also, if any penalty / additional charges are imposed by revenue / mining authorities
on account of nonpayment of royalty by the contractor, the same shall be recoverable
from contractor.
(B) INCOME TAX and GST deduction at source at then prevailing rate. From any sum
payable to the contractor shall at the time of Credit of such sum or at the time of
payment to the Contractor by Cash, Cheque or Draft or any other Mode be Deducted
at the source from his Running/ Final or any other type of Payment. for this Contract,
as per Section’ 194 of Income Tax Act, l96l.
(C) The Contractor shall Carry Out Tests as Per Frequency Mentioned In The
Specifications And Quality Control Manual, In The Site Laboratory Set for which no
payment is admissible, as Per Provisions Of The Agreement. However, 30% Of the
Tests Shall Be Carried Out in NABL Lab for which payment at fixed rate is
admissible to the contractor.
(D) For (A), (B) & (C) above The Government Regulations / Stipulations which may
under go revisions, from time to time, will be applicable during entire contract period.
3) Contractor shall comply all deficiencies noted out/ instructions given in inspection at
site during the site visit of the officers from NMC.
4) NMC will appoint Third Party Inspection Agency (TPIA) to conduct inspections and
testing of work done from time to time. The fees for TPIA will be borne by the
78
Contractor / Bidder NMC, ENGINEER
contractor. Any corrections of defect shall be carried out by the contractor in the time
frame decided by the Executive Engineer. If contractor fails to act as per directions,
NMC will carryout remedial measures from other agencies and cost against the same
will be recovered from the contractor at twice the amount.
5) Contractor should permit officers from NMC to visit /inspect ongoing / executed
work and shall comply all deficiencies noted out/ instructions given in inspection at
site.
The Contractor shall repair and rectify the defects and deficiencies specified as below
within the time limit set forth herein.
6) Green Building
The bidder / contractor is bound and shall follow all the requirements essentials for
obtaining minimum Silver Certificate of Green Building as per Guidelines specified
under GRIHA/IGBC for this project. All the required design should be prepared by the
contractor and note that, No extra payment shall be payable to contractor on account
of this. It means the rate quoted by the bidder includes this work also.
7) Environmental Clearance
This project is required environmental clearance by competent authority. The bidder /
contractor is bound and shall follow all the requirements essentials for obtaining
Environmental Clearance Certificate as per Guidelines specified by the Government. All
the required design/ drawings should be prepared by the contractor and proposed layout
and building drawings will be provided by the PMC of this project and no extra
payment shall be payable to contractor on account of this. The Only NMC assist to
bidder for obtaining environmental clearance.
8) SAMPLING OF MATERIALS
Samples provided to the Engineer or his representative for their retention is to be
in the labeled boxes suitable for storage. Materials or workmanship not corresponding in
character and quality with approved samples will be rejected by the Engineer or his
representative and shall be removed from the site as directed by the Engineer at the
Contractors cost. Samples required for approval and testing must be supplied well in
advance by at least 48 hours to allow for testing and approval. Delay to work arising
from the late submission of sample will not be acceptable as a reason for delay in the
completion of work. For all materials brought from outside, the cost of sampling, testing
whether in India or outside shall be borne by the contractor.
All materials to be used on work shall be got approved in advance from the
Engineer-- in- charge and shall pass the test and or analysis required by him. which will
be as follows
a) As specified by the Indian Road Congress Standard Specification.
b) Code of Practice for Road and Bridges.
c) B.I.S. specification (whichever and wherever applicable)
d) Such recognized specifications accepted to Engineer-in-charge or equivalent hereto or
in absence of such recognized specifications.
e) i) T he Contractor shall set up Field Laboratory with necessary equipment for testing of all
materials / finished products, and get it checked and certified from the Executive
Engineer.
ii) Such requirement test and or analysis as may be specified by the Engineer-in-- charge
79
Contractor / Bidder NMC, ENGINEER
in order of precedence given above.
iii) The contractor shall at his risk and cost make all arrangement and/or shall provide for
all such facilities as the Engineer-in-charge may require for collecting preparing
required number of samples for tests or for analysis at such time and to such places
may be directed by the Engineer and bear all charges and cost of testing. Such
samples shall also be deposited with the Engineer-in-charge.
iv) The contractor shall if and when required submit at his cost the samples of materials
to be tested or analysis and if, so directed shall not make use of or incorporate in the
work any materials represented by the samples until the required tests or analysis have
been made and the materials, finally accepted by the Engineer- in-charge. Samples
provided to the Engineer in charge for retention purpose are to be in labeled boxes
suitable for storage.
v) The contractor shall not be eligible for any claim or compensation at either arising out
of any delay in the work or due to any corrective measures required to be taken on
account of and as a result of testing of the materials.
vi) The contractor or his authorized representative will be allowed to remain present in
the department laboratory while testing samples furnish by him. However the results
of all the tests carried out in the department laboratory in the presence or absence of
the contractor or his authorized representative will be binding on the contractor.
vii) Cost of routine day-to-day quality control testing charges for tests required as per
specifications will be borne by the contractor by sending the same to the concerned
Government laboratories.
viii) Test shall be carried out at approved Government Laboratories or Government
institutions or NABL accredited laboratories as directed by Engineer-in-charge and
all testing charges shall be borne by the Contractor.
ix) 15% of the rate shall be withheld and shall be released only after the receipt of the
satisfactory test result wherever specified. Routine test shall mean testing of aggregate
for gradation, flakiness index, impact, value and binder content. All other tests shall
be carried out by the contractor at his own cost. However, the cost of testing of
material as directed by Engineer-in-charge for approving a particular material as laid
down in para 15.2. (i) to (viii) will have to be borne by the contractor.
x) The contractor shall at his own cost arrange to carry out the routine tests of materials
which are to be used on the work. The tests will have to be carried out either in the
field laboratory or in an approved laboratory.
xi) Testing of the material used for this work should be carried out as per the provisions
made in Government Circular No. Miscellaneous /2004/PC-i 08/NH-2, dated
22/3/2005. Testing of material should be carried out as per frequency stipulated by the
Vigilance & Quality Control Circle. The contractor should carry out 30% testing of
material out of the total material required as per the frequency from the NABL
accredited laboratory. The payment for testing of material from the Departmental /
NABL Laboratory should be borne by the Contractor. However, testing charges will be
reimburse on the submission of proof of payment.
xii) In case of materials procured by the contractor/testing as required by the codes and
specifications, the same shall be arranged by him at his own cost. Testing shall be
done in the presence of an authorized representative of the Engineer-in-charge at the
80
Contractor / Bidder NMC, ENGINEER
nearest laboratory. If additional testing other than as required by specification is
ordered the testing charges shall be borne by the department if the test results are
satisfactory and by the contractor if the same are not satisfactory.
xiii) In case of materials supplied by the Government, if the contractor demands certain
testing, the charges thereof shall be paid by the contractor if the test results are
satisfactory and by the department if the same are not satisfactory.
9) The responsibility of assuring the quality of work shall be on the contractor.
(A) The Contractor shall set up and get it checked and certified by the Executive
Engineer, a field laboratory with necessary equipment for testing of all materials,
finished products used in the construction as per requirements of relevant
specifications. The testing of all materials shall be carried out by the Engineer, or his
representative for which the contractor shall make all the necessary arrangements and
bear the entire cost.
(B) At least 30% of the tests of those required as per frequency chart given in bid
document shall be carried out in Government / NABL Laboratories. All the tests
which cannot be carried out in field laboratory shall be carried out in NABLl
laboratory and out of which only 30% test with testing charges at fixed rate will be
considered for payment.
(C) All the tests which cannot be carried out in field laboratory shall be carried out in
Nagpur Municipal Corporation/ VNIT/ Govt. college of Engineering, Nagpur/ Govt.
Polytechnic College, Nagpur/ NABL laboratory at the cost of contractor.
10) It is mandatory on the part of Contractor to carry out all the required tests of various
construction materials as mentioned in Schedule-’B’ of the Tender. If the contractor
fails to submit required Test Results of the various construction materials as
mentioned in the items of Schedule-’B’, he will be liable to deposit the amount at
penal rate of five times of the amount of particular test which he has not carried out.
Contractor will be informed by the Engineer-in-charge by letter. On receipt of letter,
contractor will have to either deposit the said amount or to carry out the required test
within 10 days. If he again failed to carry out the required tests in stipulated time
limit, the said tests will be carried out by the department and total expenditure
incurred on the testing charges plus five times amount of testing charges will be
recovered from the Contractor’s bill.
As this recovery is only due to the negligence on the part of contractor to carry out
work as per Tender Conditions and Executive Engineer’s decision will be final and
binding on the Contractor and it cannot be challenged by the Contractor by way of
Appeal, Arbitration or in the Court of Law.
81
Contractor / Bidder NMC, ENGINEER
CONTRACT DATA
82 NMC, ENGINEER
Contractor / Bidder
Contract Data
Items marked “N/A” do not apply in this Contract Clause Reference
With respect to
Section - 3
1. The NMC is Name :
The Commissioner, Nagpur Municipal Corporation, Civil Lines,
Nagpur
2. The Engineer is- Superintending Engineer Nagpur Municipal
Corporation
Authorized Representative- Executive Engineer, Nagpur Municipal
Corporation
Project Management Consultants – M/s. Archinova Design Inc.
3. The Dispute Review Expert appointed jointly by the NMC and
* Name :Chief Engineer Nagpur Municipal Corporation
*Address: Civil Lines, Nagpur
4. The Defects Liability Period is 10 Years from the date of Completion.
5. The Start Date shall be 7 days from the date of issue of the Work Order.
6. The Intended Completion Date for the whole of the works is 36
(Thirty Six) Months including monsoon period after start of work with
the following milestones:
Milestone dates:
Physical Works to be completed Period from the start date
i) Milestone 1 : 9 Months
25% of Contract Amount
Physical works with required work done amount to
be completed.
ii) Milestone 2 : 18 Months
50% Contract Amount
Physical works with required work done amount to
be completed.
iii) Milestone 3 : 27 Months
75% Contract Amount
Physical works with required work done amount to
be completed
iv) Milestone 4 : 36 Months
100% Contract Amount
Physical works with required work done amount to
be completed
7. Site Location – Mouza – Nari, Kh. No. 109-110/2,3 (Part) Nagpur City
8. The name and identification number of the Contract is:-
Construction & Development of 392 tenements Housing Scheme for NMC Safai Karamchari
on NMC/SRA plot bearing CTS No.62, Sheet No. 963, Kh. No. 109-110/2,3 (part) of Mouza –
Nari, Nagpur within Nagpur Municipal Corporation Limit (As per Sub Caluse No. 11.2.5 of
Main Caluse No. 11 of UDCPR (updated as on 30th Jan, 2025) on Construction TDR Policy)
83 NMC, ENGINEER
Contractor / Bidder
9. Scope of Work: As stated in the bid document
Note : - 1) The Successful bidder shall arrange his water supply required for construction and
drinking purposes. The NMC will not arrange water supply.
2) The Successful bidder shall arrange his electricity required for construction and
lighting purposes till commissioning of the facility. The NMC will not arrange
electricity in this period and the agency will have to bear the charges. After
commissioning NMC will provide necessary electricity to operate the facility and will
bear the cost for the same.
3) The Department will not permit temporary labour camps on site. The contractor will
have arranged land parcel himself.
9 (A) Buildings, Roads and Other Items
Any other items as required to fulfill all contractual obligations as per the Bid documents.
Construction Building, etc. all aspects of quality assurance; clearing the site and handing
over the works on completion; rectification of the defects during the Defects Liability Period
and submission of “As Built” drawings and other related documents; and other item of work
as may be required to be carried out for completing the works in accordance with the
drawings and provisions of the contract to ensure safety.
10 The following documents also from part of the Contract :
“Post qualification documents furnished by the bidder as per section
2 and Technical specification.”
11 The law which applies to the Contract is the law of Union of India,
Government of Maharashtra including Local Authorities
12 The language of the Contract documents is English
14 The Schedule of Other Contractors
15 The Schedule of Key Personnel As per Annex-II of Section I
16 The minimum insurance cover for physical property, injury and
death is Rs. 10 Lakhs per occurrence with the number of
occurrences limited to ten. After each occurrence, contractor will
pay additional premium necessary to make insurance valid for four
occurrences always.
84 NMC, ENGINEER
Contractor / Bidder
17 The Site Possession Dates shall be same day from issue of work
order to proceed with the work.
18. The period for submission of the programme for approval of
Engineer shall be 3 days from the issue of letter of Acceptance
19. The period between programme updates shall be 3 days
20. The amount to be withheld for late submission of an update
programme shall be Rs. 5.00 lakhs
21 The currency of the Contract is Indian Rupees [Cl. 46]
22 Amount of liquidated (I) for each milestone [Cl. 49]
damages for delay in (1/2000)th of the contract price
completion of works rounded off to the nearest thousand
Amount of liquidated per day. Maximum liquidated
damages for delay in damage amount shall be limited to
completion of works 10% of contract value. Once
Liquidated Damage amount reaches
10% of contract amount, contract
gets automatically terminated.
Amount of Liquidated Damage
recovered for non-achievement of
intermediate milestone shall be
refunded once the whole work is
completed in stipulated time
period/approved extended time
period.
23 The Schedule of Operating and Maintenance Manuals - required is within [Cl. 58]
10 days of issue of certificate of completion of whole or section of the
work, as the case may be. The amount to be withheld for failing to supply
“Operations & Maintenance Manual” by the date required is Rs. 10.00
Lakh
24 The date by which “as-built’ drawings (in scale as directed) in 2 sets are [Cl. 58]
required is within 28 days of issue of certificate of completion of whole
or section of the work, as the case may be.
25 The amount to be withheld for failing to supply “as-built” drawings by the [Cl. 58]
date required is Rs. 10.00 Lakh.
26 The following events shall also be fundamental breach of contract [Cl.
: “The Contractor has contravened Sub-Clause 7.1 and Clause 9 of 59.2]
GCC.”
27 The Percentage to apply to the value of the work not completed [Cl. 60]
representing the NMC’s additional cost for completing the Works shall be
20 percent.
85 NMC, ENGINEER
Contractor / Bidder
SECTION 5 TECHNICAL SPECIFICATIONS
86 NMC, ENGINEER
Contractor / Bidder
Name Of Work :- Proposed Construction Of 392 Units On Plot Bearing Kh. No. 109-
110/2,3, Mouza - Nari, Nagpur.
RECAPITULATION SHEET
[Link]. DESCRIPTION AMOUNT
A Cost of Civil Work
1 Cost Of 14 Buildings 576829228
2 Internal Road 4549887
3 Internal & External Sewage Pipeline 14662964
4 Strome Water Drain 1942965
5 Internal & External Water Supply 15180044
6 Rain Water Harvesting 2050970
7 UGT Tank 3873242
8 Watchman Cabin 264618
9 Paver Blocks 12270000
10 Multipurpose Hall 2805491
11 Compound Wall and Gate 5124780
12 Fire Control System Room 362464
13 STP 11000000
14 Total Cost of Civil work 650916653
15 Add GST @ 18% 117164997
16 Add Testing Charges 2714120
17 Add Labour Insurance @ 1% 6509167
18 Add Work Insurance @ 1% 6509167
19 Add Royalty Charges 1205058
20 Gross Total (A) 785019161
B Cost Of Electrification and Other Miscellaneous works
21 Internal Electrification 75463696
22 External Electrification 22469656
23 Fire Fighting System 9145658
24 Total Cost of Electrification and Other Miscellaneous works 107079010
25 Add GST @ 18% 19274222
26 Add Testing Charges@ 1% 1070790
27 Add Labour Insurance @ 1% 1070790
28 Add Work Insurance @ 1% 1070790
29 Gross Total (B) 129565602
30 Total Project Cost (A+B) 914584763
31 Total Numbers of Units 392
32 Cost Of One Unit 2333124
87 NMC, ENGINEER
Contractor / Bidder
ABSTRACT SHEET OF BUILDING
Sr
Description [Link] QTY UNIT RATE AMOUNT
No.
Trimming of grass, shurbs and weeds from
NMC CSR
1 the shoulders/berms and disposing off the 793.57 Sqm 8.00 6348.57
NO 8.17
same to suitable locations etc. complete
Excavation for foundation in earth, soils of
all types, sand, gravel and soft murum,
including removing the excavated material
upto a distance of 50 m. beyond the
building area and stacking or spreading as NMC CSR
2 directed, dewaterin, preparing the bed for NO.
the foundation and necessary back filling,
ramming, watering, including shoring and
strutting as necessary complete. ( [Link].
: Bd.A.1Page no 259/ CSR Page No.150
whole building area ( 0 to 1.5 m. Depth ) 21.02 547.29 Cu.M 215.00 117668.16
whole building area ( 1.5 to 3 m. Depth ) 21.04 547.29 Cu.M 268.00 146674.73
Transportation of Material obtained from
debris of various sorts including necessary NMC CSR
3 excavation/loosing including loading, [Link].342 547.29 Cu.M 213.00 116573.57
unloading and conveying and disposing as For 2 KM
directed.
Compacting the hard murum side widths
including laying in layers on each side NMC CSR
4 364.86 Sq.M 21.00 7662.11
with vibratory roller including artificial NO 2.31
watering etc. complete.
Providing and filling in the foundation
with sand of approved quality including
NMC CSR
5 watering, compacting etc. complete. (To be 48.92 Cu.M 2815.00 137722.12
NO 21.39
executed with prior approval of
Superintending Engineer)
Providing soling using 80 mm size trap
metal in 15 cm. layer including filling NMC CSR
6 55.58 Cu.M 2862.00 159061.66
voids with Crushed sand/grit, ramming, NO 21.40
watering etc. complete.
88 NMC, ENGINEER
Contractor / Bidder
Providing and laying Cast in situ/Ready
Mix cement concrete in M15 of
trap/granite/quartzite/gneiss metal for bed
blocks, foundation blocks and such other
items including bailing out water, Steel
centering, formwork, laying/ pumping,
compacting, roughening them if special
finish is to be provided, finishing uneven
and honeycombed surface and curing etc.
complete. The Cement Mortar 1:3 plaster NMC CSR
7 7373.00
is considered for rendering uneven and NO 24.08
honeycombed surface only. Newly laid
concrete shall be covered by gunny bag,
plastic, tarpaulin etc. (Wooden centering
will not be allowed.), with fully automatic
micro processor based PLC with SCADA
enabled reversible Drum Type mixer/
concrete Batch mix plant(Pan mixer) etc.
complete. With fine aggregate (Crushed
sand VSI Grade) Without SCADA
Without Scada 32.62 Cu.M 7247.00 236369.96
Filling in plinth and floors with approved
excavated material in 15cm. to 20cm. NMC CSR
8 814.43 Cu.m 124.00 100989.74
layersincluding watering and compacting NO 21.36
etc. complete.
Filling in plinth and floors with contractors
material/brought from outside and
approved by Engineer incharge in layers NMC CSR
9 27.63 Cu.M 1166.00 32213.29
of 15 cm to 20 cm including watering NO 21.37
and compaction etc. complete.
Specification NO BDA 11 Page No 156
Providing preconstructional antitermite
treatment as per I.S. 6313 (Part-II) by
treating the bottom surface and sides of
excavation at the rate of 5 litres of NMC CSR
10 603.06 Sq.M 111.00 66939.94
emulsion concentrate of 1.0 percent of NO 21.22
chlorophyrifos per square meter of surface
area covering 10 years guarantee on bond
paper.
89 NMC, ENGINEER
Contractor / Bidder
Providing and laying Cast in situ/Ready
Mix cement concrete M-25 of trap / granite
/quartzite/ gneiss metal for R.C.C. work in
foundations like raft, strip foundations,
grillage and footings of R.C.C. columns
and steel stanchions etc. including bailing
out water, Steel centering, formwork,
cover blocks, laying/pumping, compaction
NMC CSR
11 and curing roughening the surface if 8308.00
NO 25.13
special finish is to be provided (Excluding
reinforcement and structural steel) etc.
complete, with fully automatic micro
processor based PLC with SCADA
enabled reversible Drum Type mixer/
concrete Batch mix plant (Pan mixer) etc.
complete. With fine aggregate (Crushed
sand VSI Grade) without SCADA
184.54 Cu.m 8182.00 1509885.83
Providing and laying Cast in situ/Ready
Mix cement concrete M-25 of trap / granite
/quartzite/ gneiss metal for R.C.C. columns
as per detailed designs and drawing or as
directed including centering, formwork,
cover blocks, laying/pumping, compaction
finishing the formed surfaces with cement
mortar 1:3 of sufficient minimum thickness
to give a smooth and even surface or NMC CSR
12 Cu.M 15261.00
roughening if special finish is to be NO 25.33
provided and curing etc.
complete,(Excluding reinforcement and
structural steel).with fully automatic micro
processor based PLC with SCADA
enabled reversible Drum Type mixer/
concrete Batch mix plant (Pan mixer) etc.
complete. With natural sand/V.S.I. quality
Artificial Sand
without SCADA
Stilt Floor 34.49 Cu.M 15135.00 521948.64
First Floor 20.41 Cu.M 15286.35 311997.46
Second Floor 20.41 Cu.M 15437.70 315086.54
Third Floor 20.41 Cu.M 15589.05 318175.63
Fourth Floor 20.41 Cu.M 15740.40 321264.71
Fifth Floor 20.41 Cu.M 15891.75 324353.80
Sixth Floor 20.41 Cu.M 16043.10 327442.88
Seventh Floor 20.41 Cu.M 16194.45 330531.96
Above Terrace Floor 10.76 Cu.M 16345.80 175946.19
90 NMC, ENGINEER
Contractor / Bidder
Providing and laying Cast in situ/Ready
Mix cement concrete M-25 of trap / granite
/quartzite/ gneiss metal for R.C.C. beams
and lintels as per detailed designs and
drawings or as directed including
centering, formwork, cover blocks,
laying/pumping, compactionand
roughening the surface if special finish is NMC CSR
13 Cu.M 13684.00
to be provided and curing etc. complete. NO 25.52
(Excluding reinforcement and structural
steel). with fully automatic micro
processor based PLC with SCADA
enabled reversible Drum Type mixer/
concrete Batch mix plant (Pan mixer) etc.
complete. With natural sand/V.S.I. quality
Artificial Sand (in plinth) without SCADA
without SCADA
Plinth Beam 24.81 Cu.M 13558.00 336359.74
Stilt Floor 29.64 Cu.M 13558.00 401844.88
First Floor Beam 29.64 Cu.M 13693.58 405863.33
Second Floor 29.64 Cu.M 13829.16 409881.78
Third Floor 29.64 Cu.M 13964.74 413900.23
Fourth Floor 29.64 Cu.M 14100.32 417918.68
Fifth Floor 29.64 Cu.M 14235.90 421937.13
Sixth Floor 29.64 Cu.M 14371.48 425955.58
Seventh Floor 29.64 Cu.M 14507.06 429974.03
Above Terrace Floor Beam 6.31 Cu.M 14642.64 92362.11
Providing and laying Cast in situ/Ready
Mix cement concrete M-20 of trap / granite
/quartzite/ gneiss metal for R.C.C. beams
and lintels as per detailed designs and
drawings or as directed including
centering, formwork, cover blocks,
laying/pumping, compactionand
roughening the surface if special finish is NMC CSR
14 Cu.M 13368.00
to be provided and curing etc. complete. NO 25.50
(Excluding reinforcement and structural
steel). with fully automatic micro
processor based PLC with SCADA
enabled reversible Drum Type mixer/
concrete Batch mix plant (Pan mixer) etc.
complete. With natural sand/V.S.I. quality
Artificial Sand without SCADA
without SCADA
Stilt Floor 0.08 Cu.M 13368.00 1034.68
First Floor 0.93 Cu.M 13501.68 12528.21
91 NMC, ENGINEER
Contractor / Bidder
Second Floor 0.93 Cu.M 13635.36 12652.25
Third Floor 0.93 Cu.M 13769.04 12776.29
Fourth Floor 0.93 Cu.M 13902.72 12900.33
Fifth Floor 0.93 Cu.M 14036.40 13024.38
Sixth Floor 0.93 Cu.M 14170.08 13148.42
Seventh Floor 0.93 Cu.M 14303.76 13272.46
Above Terrace 0.14 Cu.M 14437.44 1949.05
Providing and laying Cast in situ/Ready
Mix cement concrete M-20 of trap/ granite/
quartzite/ gneiss metal for R.C.C. chajja as
per detailed design and drawings including
centering, formwork, cover blocks
compacting , curing , finishing and
roughening the surface if special finish is
NMC CSR
15 to be provided and curing complete. Cu.M 15099.00
NO 26.05
(Excluding reinforcement and structural
steel).with fully automatic micro processor
based PLC with SCADA enabled
reversible Drum Type mixer/ concrete
Batch mix plant (Pan mixer) etc. complete.
With natural sand/V.S.I. quality Artificial
Sand without SCADA
without SCADA
Stilt Floor 0.06 Cu.M 14973.00 909.61
First Floor 1.64 Cu.M 15249.99 25013.80
Second Floor 1.64 Cu.M 15400.98 25261.46
Third Floor 1.64 Cu.M 15551.97 25509.12
Fourth Floor 1.64 Cu.M 15702.96 25756.78
Fifth Floor 1.64 Cu.M 15853.95 26004.44
Sixth Floor 1.64 Cu.M 16004.94 26252.10
Seventh Floor 1.64 Cu.M 16155.93 26499.76
Above Terrace 0.06 Cu.M 16306.92 990.65
92 NMC, ENGINEER
Contractor / Bidder
Providing and laying Cast in situ/Ready
Mix cement concrete M-25 of trap/ granite
/ quartzite/ gneiss metal for R.C.C. slabs
and landings as per detailed designs and
drawings including centering, formwork,
cover blocks, laying/pumping,
compactionfinishing the formed surfaces
with cement mortar 1:3 of sufficient
minimum thickness to give a smooth and NMC CSR
16 15290.00
even surface or roughening if special finish NO 25.72
is to be provided and curing etc.
complete,(Excluding reinforcement and
structural steel).with fully automatic micro
processor based PLC with SCADA
enabled reversible Drum Type mixer/
concrete Batch mix plant (Pan mixer) etc.
complete. With natural sand/V.S.I. quality
Artificial Sand without SCADA
Ground Floor 43.89 Cu.M 15290.00 671127.98
First Floor 22.54 Cu.M 15442.90 348080.26
Second Floor 22.54 Cu.M 15595.80 351526.60
Third Floor 22.54 Cu.M 15748.70 354972.94
Fourth Floor 22.54 Cu.M 15901.60 358419.28
Fifth Floor 22.54 Cu.M 16054.50 361865.62
Sixth Floor 22.54 Cu.M 16207.40 365311.96
Seventh Floor 22.54 Cu.M 16360.30 368758.30
Above Terrace 7.31 Cu.M 16513.20 120746.58
93 NMC, ENGINEER
Contractor / Bidder
Providing and laying Cast in situ/Ready
Mix cement concrete in M-25 of trap /
quartzite /granite /gneiss metal for R.C.C.
Waist slab, and steps of staircases as per
detailed design and drawings or as directed
including steel centering, plywood/ steel
formwork, steel props, laying/pumping,
compaction, finishing uneven and
honeycombed surface with C.M. 1:3 of
sufficient minimum thickness to give a
smooth and even surface or roughening the NMC CSR
17 13342.00
surface if special finish is to be provided NO 26.26
and curing etc. complete. (Excluding
einforcement, including cover
block).(Newly laid concrete shall be
covered by gunny bag, plastic, tarpaulin
etc.) with fully automatic micro processor
based PLC with SCADA enabled
reversible Drum Type mixer/ concrete
Batch mix plant (Pan mixer) etc. complete.
With natural sand/V.S.I. quality Artificial
Sand without SCADA
Stilt Floor 1.63 Cu.M 13342.00 21774.14
First Floor 1.63 Cu.M 13475.42 21991.89
Second Floor 1.63 Cu.M 13608.84 22209.63
Third Floor 1.63 Cu.M 13742.26 22427.37
Fourth Floor 1.63 Cu.M 13875.68 22645.11
Fifth Floor 1.63 Cu.M 14009.10 22862.85
Sixth Floor 1.63 Cu.M 14142.52 23080.59
Seventh Floor 1.63 Cu.M 14275.94 23298.33
Providing and laying Cast in situ/Ready
Mix cement concrete in M-25 of trap/
granite/ quartzite/ gneiss metal for R.C.C.
pardi of required thickness including
centering, formwork, cover blocks,
laying/pumping, compacting , curing ,
finishing and rougheningthem if special
NMC CSR
18 finish is to be provided and curing 16991.00
NO 26.19
complete.(Excluding reinforcement and
structural steel).with fully automatic micro
processor based PLC with SCADA
enabled reversible Drum Type mixer/
concrete Batch mix plant (Pan mixer) etc.
complete. With natural sand/V.S.I. quality
Artificial Sand without SCADA
At plinth level 5.12 Cu.M 16991.00 87026.20
94 NMC, ENGINEER
Contractor / Bidder
Above Terrace 9.81 Cu.M 18350.28 179947.43
Providing and laying Cast in situ/Ready
Mix cement concrete M-15 of
trap/granite/quartzite/gneiss metal for
coping to plinth or parapet, moulded or
chamfered as perdrawing or as directed
including steel centering, plywood/ steel
formwork compacting,roughening them if
special finish is to be provided, finishing NMC CSR
19 [Link] 7373.00
uneven and honeycombedsurface and NO 24.16
curing etc. complete. The Cement Mortar
1:3 plaster is considered for rendering
uneven and honeycombed surface only.
Newly laid concrete shall be covered by
gunny bag,plastic, tarpaulin etc. (Wooden
centering will not be allowed.) With fine
aggregate (Crushed sand VSI Grade)
Stilt Floor 1.73 [Link] 7373.00 12718.43
First Floor 0.47 [Link] 7446.73 3518.58
Second Floor 0.47 [Link] 7520.46 3553.42
Third Floor 0.47 [Link] 7594.19 3588.25
Fourth Floor 0.47 [Link] 7667.92 3623.09
Fifth Floor 0.47 [Link] 7741.65 3657.93
Sixth Floor 0.47 [Link] 7815.38 3692.77
Seventh Floor 0.47 [Link] 7889.11 3727.60
Terrace Floor 1.13 [Link] 7962.84 8958.20
Providing and fixing in position TMT - FE
- 500 bar reinforcement of various
diameters for R.C.C. pile caps, footings,
foundations, slabs, beams columns,
canopies, staircase, newels, chajjas, lintels NMC CSR
20 MT 93376.00
pardis, copings, fins, arches etc. as per NO 26.33
detailed designs, drawings and schedules.
including cutting, bending, hooking the
bars, binding with wires or tack welding
and supporting as required complete
Upto plinth and Stilt 34.62 MT 93376.00 3232709.82
First Floor 9.12 MT 94309.76 860401.38
Second Floor 9.12 MT 95243.52 868920.21
Third Floor 9.12 MT 96177.28 877439.03
Fourth Floor 9.12 MT 97111.04 885957.86
Fifth Floor 9.12 MT 98044.80 894476.68
Sixth Floor 9.12 MT 98978.56 902995.51
Seventh Floor 9.12 MT 99912.32 911514.33
95 NMC, ENGINEER
Contractor / Bidder
Above Terrace 4.02 MT 100846.08 404939.11
Providing and constructing masonry in
Autoclaved Areaclaved (Celluar) Concrete
Block of aproved manufacturer confirming
to IS 2185 Part III 1984 of size (
NMC CSR
21 625x240x225)mm in extra fine jointing Cu.M 8096.00
NO 29.05
mortar of fixoblock of Ultra Tech or
equivalent in superstucture
including,striking joints,racking out joints
watering and scaffolding [Link]
Ground Floor 4.75 Cu.M 8096.00 38435.76
First Floor 56.52 Cu.M 8176.96 462176.50
Second Floor 56.52 Cu.M 8257.92 466752.50
Third Floor 56.52 Cu.M 8338.88 471328.51
Fourth Floor 56.52 Cu.M 8419.84 475904.51
Fifth Floor 56.52 Cu.M 8500.80 480480.52
Sixth Floor 56.52 Cu.M 8581.76 485056.52
Seventh Floor 56.52 Cu.M 8662.72 489632.53
Above Terrace 23.85 Cu.M 8743.68 208536.77
Providing sand faced plaster externally in
cement mortar using approved screened
sand, in all positions including base coat of
15 mm thick in cement mortar 1:4 using
waterproofing compound at 1 kg per
cement bag curing the same for not less NMC CSR
22 [Link] 680.00
than 2 days and keeping the surface of the NO 32.11
base coat rough to receive the sand faced
treatment 6 to 8 mm thick in cement
mortar 1:4 finishing the surface by taking
out grains and curing for fourteen days
scaffolding [Link].
Stilt Floor 64.48 [Link] 680.00 43844.70
First Floor 62.68 [Link] 686.80 43046.91
Second Floor 62.68 [Link] 693.60 43473.11
Third Floor 62.68 [Link] 700.40 43899.32
Fourth Floor 62.68 [Link] 707.20 44325.53
Fifth Floor 62.68 [Link] 714.00 44751.74
Sixth Floor 62.68 [Link] 720.80 45177.94
Seventh Floor 62.68 [Link] 727.60 45604.15
Above Terrace 356.35 [Link] 734.40 261703.44
96 NMC, ENGINEER
Contractor / Bidder
Providing internal cement plaster 12mm
thick in single coat in cement mortar 1:5
NMC CSR
23 without neeru finish to concrete or brick [Link] 293.00
NO 32.03
surfaces, in all positions including
scaffolding and curing [Link].
Stilt Floor 341.88 [Link] 293.00 100170.22
First Floor 745.89 [Link] 295.93 220731.38
Second Floor 745.89 [Link] 298.86 222916.83
Third Floor 745.89 [Link] 301.79 225102.29
Fourth Floor 745.89 [Link] 304.72 227287.75
Fifth Floor 745.89 [Link] 307.65 229473.21
Sixth Floor 745.89 [Link] 310.58 231658.67
Seventh Floor 745.89 [Link] 313.51 233844.13
Above Terrace 53.29 [Link] 316.44 16862.77
Providing internal cement plaster 6 mm
thick in a single coat in cement mortar 1:4
NMC CSR
24 without neeru finish to concrete surface in [Link] 223.00
NO 32.02
all positions including scaffolding and
curing etc. complete.
Ground Floor 213.07 [Link] 223.00 47514.05
First Floor 244.66 [Link] 225.23 55104.21
Second Floor 244.66 [Link] 227.46 55649.79
Third Floor 244.66 [Link] 229.69 56195.38
Fourth Floor 244.66 [Link] 231.92 56740.97
Fifth Floor 244.66 [Link] 234.15 57286.55
Sixth Floor 244.66 [Link] 236.38 57832.14
Seventh Floor 244.66 [Link] 238.61 58377.73
Above Terrace 14.24 [Link] 240.84 3428.36
Providing and laying vitrified mirror /
glossy finish tiles decorative type having
size 590 mm to 605 mm x 590 mm to 605
mm of 8 to 10 mm thickness and
confirming to IS. 15622-2006 ( group Bla) NMC CSR
25 [Link] 1238.00
of approved make, shade and pattern for NO 33.4
flooring in required position laid on a bed
of 1:4 cement mortar including neat
cement float, filling joints, curing and
clearing etc. complete. a) Flooring
First Floor 170.04 [Link] 1250.38 212614.62
Second Floor 170.04 [Link] 1262.76 214719.71
Third Floor 170.04 [Link] 1275.14 216824.81
Fourth Floor 170.04 [Link] 1287.52 218929.90
Fifth Floor 170.04 [Link] 1299.90 221035.00
97 NMC, ENGINEER
Contractor / Bidder
Sixth Floor 170.04 [Link] 1312.28 223140.09
Seventh Floor 170.04 [Link] 1324.66 225245.19
Providing and laying vitrified mirror /
glossy finish tiles having size 590 mm to
605 mm x 590 mm to 605 mm of 8 to 10
mm thickness and confirming to IS. 15622-
NMC CSR
26 2006 ( group Bla) of approved make, shade [Link] 1316.00
NO 33.41
and pattern for dado and skirting in
required position fixed in 1:4 cement
mortar including neat cement float, filling
joints, curing and clearing etc. complete
Stilt Floor 0.67 [Link] 1316.00 883.37
First Floor 18.18 [Link] 1329.16 24159.14
Second Floor 18.18 [Link] 1342.32 24398.34
Third Floor 18.18 [Link] 1355.48 24637.54
Fourth Floor 18.18 [Link] 1368.64 24876.74
Fifth Floor 18.18 [Link] 1381.80 25115.94
Sixth Floor 18.18 [Link] 1394.96 25355.14
Seventh Floor 18.18 [Link] 1408.12 25594.34
Providing and laying Antiskid Ceramic
tiles of approved quality of size 30 cm x
30 cm and confirming to IS 15622-2006
(Group-B IIA) for antiskid flooring in NMC CSR
27 [Link] 1261.00
required position laid on a bed of 1:4 NO 33.67
cement mortar including cement float,
filling joint with cement slurry cleaning
curing etc. complete.
First Floor 21.54 [Link] 1273.61 27433.56
Second Floor 21.54 [Link] 1286.22 27705.18
Third Floor 21.54 [Link] 1298.83 27976.80
Fourth Floor 21.54 [Link] 1311.44 28248.42
Fifth Floor 21.54 [Link] 1324.05 28520.04
Sixth Floor 21.54 [Link] 1336.66 28791.66
Seventh Floor 21.54 [Link] 1349.27 29063.28
Providing and laying ceramic tiles of
having size 30 cm. x 30 cm. and
confirming to corresponding I.S. for dado
and skirting in required position with
NMC CSR
28 readymade adhesive mortar of approved [Link] 1319.00
NO 33.25
quality on plaster of 1:2 cement mortar
including joint filling with white/ colour
cement slurry cleaning curing etc.
complete.
98 NMC, ENGINEER
Contractor / Bidder
First Floor 41.76 [Link] 1332.19 55632.25
Second Floor 41.76 [Link] 1345.38 56183.07
Third Floor 41.76 [Link] 1358.57 56733.88
Fourth Floor 41.76 [Link] 1371.76 57284.70
Fifth Floor 41.76 [Link] 1384.95 57835.51
Sixth Floor 41.76 [Link] 1398.14 58386.33
Seventh Floor 41.76 [Link] 1411.33 58937.14
Providing and fixing machine cut machine
polished 18 mm to 20 mm thick telephone
black / Amba White / Cat bary brown /
RBI red / Ocean Brown granite stone for
treads and risers of steps and staircases of
NMC CSR
29 approved colour and shade with full [Link] 4356.00
NO 33.35
moulding and three grooved line for the
treads on bed of 1:4 Cement mortar
including float filling joints with neat
cement slurry curing polishing and
cleaning etc. complete.
Ground Floor 20.12 [Link] 4356.00 87640.54
First Floor 27.77 [Link] 4399.56 122173.58
Second Floor 27.77 [Link] 4443.12 123383.22
Third Floor 27.77 [Link] 4486.68 124592.86
Fourth Floor 27.77 [Link] 4530.24 125802.50
Fifth Floor 27.77 [Link] 4573.80 127012.14
Sixth Floor 27.77 [Link] 4617.36 128221.78
Seventh Floor 27.77 [Link] 4660.92 129431.42
Providing and fixing M40 grade thick
vibrated pull cast or similar type concrete
frame with chamfer conforming to I.S.
65241983 having 6 mm dia. bars 3 Nos.
NMC CSR
30 And stirrups @250 mm c/c and fixing in RMT 1109.00
NO 39.56
wall with 6 Nos of hold fast of 12 mm dia
bars 500 mm long including primer and oil
painting etc, complete) frame size 60 mm x
100 mm .
First Floor 99.80 RMT 1120.09 111784.98
Second Floor 99.80 RMT 1131.18 112891.76
Third Floor 99.80 RMT 1142.27 113998.55
Fourth Floor 99.80 RMT 1153.36 115105.33
Fifth Floor 99.80 RMT 1164.45 116212.11
Sixth Floor 99.80 RMT 1175.54 117318.89
Seventh Floor 99.80 RMT 1186.63 118425.67
99 NMC, ENGINEER
Contractor / Bidder
Providing and fixing solid core flush door
shutter in single leaf 32 mm thick
decorative type of exterior grade as per
detailed drawings approved face veneers 3
mm thick on both faces or as directed, all
NMC CSR
31 necessary beads, mouldings and lipping, [Link] 3205.00
NO 39.09
wrought iron hold fasts, chromium plated
fixtures and fastenings, with brass mortise
lock, chromium plated handles on both
sides, and finishing with French Polish etc.
complete.
First Floor 35.94 [Link] 3237.05 116339.58
Second Floor 35.94 [Link] 3269.10 117491.45
Third Floor 35.94 [Link] 3301.15 118643.33
Fourth Floor 35.94 [Link] 3333.20 119795.21
Fifth Floor 35.94 [Link] 3365.25 120947.09
Sixth Floor 35.94 [Link] 3397.30 122098.96
Seventh Floor 35.94 [Link] 3429.35 123250.84
Providing and fixing in position. (as per
I.S.1868 / 1982) Aluminium sliding
window of two tracks with rectangular
pipe having overall dimension ?63.50 x
38.10 x 1.02 mm at weight 0.547 kg/Rmt.
and window frame bottom track section
61.85 x 31.75 x 1.20 mm at weight 0.695
kg/Rmt. Top and side track section 61.85 x
31.75 x 1.30 mm at weight 0.659 kg/Rmt.
The shutter should be of bearing bottom 40
x 18 x 1.25 mm at weight 0.417 kg/Rmt.
Inter locking section 40 x 18 x 1.10 mm at
NMC CSR
32 weight 0.469 kg/Rmt. And handle section [Link] 5063.00
NO 39.4
40 x 18 x 1.25 mm at weight 0.417
kg/Rmt. and top section 40 x 18 x 1.25 mm
at weight 0.417 kg/Rmt. As per detailed
drawings and as directed by Engineer in
charge with all necessary Aluminium
sections fixtures and fastenings such as
roller bearing in nylon casting and self
locking catch fitted in vertical section of
shutter including 5 mm thick plain glass
with all required screws and nuts etc,
complete. With powder coating without
box
Ground Floor 1.80 [Link] 5063.00 9113.40
First Floor 52.20 [Link] 5113.63 266931.49
Second Floor 52.20 [Link] 5164.26 269574.37
Third Floor 52.20 [Link] 5214.89 272217.26
100 NMC, ENGINEER
Contractor / Bidder
Fourth Floor 52.20 [Link] 5265.52 274860.14
Fifth Floor 52.20 [Link] 5316.15 277503.03
Sixth Floor 52.20 [Link] 5366.78 280145.92
Seventh Floor 52.20 [Link] 5417.41 282788.80
Providing and fixing steel ventilator fully
glazed partly fixed as per detailed drawing
without hot dip zinc coating including
NMC CSR
33 fabricating glazing with plain / obscured [Link] 3513.00
NO 39.29
glass panes 5 mm thick and approved type
and quality and iron oxidized fixtures and
fastening oil paint 2 coats etc. complete.
First Floor 3.60 [Link] 3548.13 12773.27
Second Floor 3.60 [Link] 3583.26 12899.74
Third Floor 3.60 [Link] 3618.39 13026.20
Fourth Floor 3.60 [Link] 3653.52 13152.67
Fifth Floor 3.60 [Link] 3688.65 13279.14
Sixth Floor 3.60 [Link] 3723.78 13405.61
Seventh Floor 3.60 [Link] 3758.91 13532.08
Providing and fixing mild steel grill work
for windows, ventilators etc. 15 Kg/sqm as
per drawing including fixtures, necessary NMC CSR
34 [Link] 1776.00
welding and painting with one coats of NO 40.02
anticorrosive paint and two coats of oil
painting complete.
First Floor 14.40 [Link] 1793.76 25830.14
Second Floor 14.40 [Link] 1811.52 26085.89
Third Floor 14.40 [Link] 1829.28 26341.63
Fourth Floor 14.40 [Link] 1847.04 26597.38
Fifth Floor 14.40 [Link] 1864.80 26853.12
Sixth Floor 14.40 [Link] 1882.56 27108.86
Seventh Floor 14.40 [Link] 1900.32 27364.61
Providing sills of polished Kota stone 25
mm to 30mm thick, on a bed of 1:4 cement
NMC CSR
35 mortar including cement float, filling joints [Link] 1355.00
NO 33.19
with slurry, curing, moulding edges,
polishing and cleaning etc. complete
Ground Floor 0.23 [Link] 1355.00 304.88
First Floor 2.03 [Link] 1368.55 2771.31
Second Floor 2.03 [Link] 1382.10 2798.75
Third Floor 2.03 [Link] 1395.65 2826.19
Fourth Floor 2.03 [Link] 1409.20 2853.63
Fifth Floor 2.03 [Link] 1422.75 2881.07
101 NMC, ENGINEER
Contractor / Bidder
Sixth Floor 2.03 [Link] 1436.30 2908.51
Seventh Floor 2.03 [Link] 1449.85 2935.95
Providing and fixing mild steel grill railing
weighing 15 kg / sqm. with PVC handrail
cover and newel post for staircases,
including fabricating, fixtures, drilling
holes in concrete / other surface, erecting
the grill work, necessary welding, fixing NMC CSR
36 [Link] 2773.00
by nuts and bolts, fixing PVC handrail NO 40.1
cover, with one coat of anticorrosive paint
and two coats of oil painting with approved
colour and shade, remaking the damaged
surface, cleaning, etc. complete Spec. NO.
: As directed by Engineer in charge.
Ground Floor 3.60 [Link] 2773.00 9982.80
First Floor 3.60 [Link] 2800.73 10082.63
Second Floor 3.60 [Link] 2828.46 10182.46
Third Floor 3.60 [Link] 2856.19 10282.28
Fourth Floor 3.60 [Link] 2883.92 10382.11
Fifth Floor 3.60 [Link] 2911.65 10481.94
Sixth Floor 3.60 [Link] 2939.38 10581.77
Seventh Floor 3.60 [Link] 2967.11 10681.60
Providing and applying three coats of
water proof cement paint of approved
manufacture and of approved colour to
NMC CSR
37 new plastered surfaces including [Link] 108.00
NO 35.15
scaffolding if necessary, cleaning and
preparing the surface, watering for two
days etc. complete.
Ground Floor 64.48 [Link] 108.00 6963.57
First Floor 62.68 [Link] 109.08 6836.86
Second Floor 62.68 [Link] 110.16 6904.55
Third Floor 62.68 [Link] 111.24 6972.25
Fourth Floor 62.68 [Link] 112.32 7039.94
Fifth Floor 62.68 [Link] 113.40 7107.63
Sixth Floor 62.68 [Link] 114.48 7175.32
Seventh Floor 62.68 [Link] 115.56 7243.01
Above Terrace 356.35 [Link] 116.64 41564.66
Providing and applying Two coats of wall
care Putty on plastered surface and Ceiling NMC CSR
38 [Link] 93.00
and Walls to prepare surface even and NO 32.34
smooth of approved make, etc complete.
Ground Floor 554.95 [Link] 93.00 51609.92
First Floor 990.55 [Link] 93.93 93042.17
Second Floor 990.55 [Link] 94.86 93963.38
102 NMC, ENGINEER
Contractor / Bidder
Third Floor 990.55 [Link] 95.79 94884.59
Fourth Floor 990.55 [Link] 96.72 95805.80
Fifth Floor 990.55 [Link] 97.65 96727.01
Sixth Floor 990.55 [Link] 98.58 97648.22
Seventh Floor 990.55 [Link] 99.51 98569.43
Above Terrace 67.52 [Link] 100.44 6782.11
Providing and fixing white glazed
earthenware Wash Hand Basin of 55cm. x
40 cm. size including cold water pillar
tap/cold and hot water pillar tap brackets,
NMC CSR
39 rubber plugs and brass chain, stop tap and [Link] 5828.00
NO 41.63
necessary pipe connections including
P.V.C. waste pipe and trap up to the
outside face of the wall. Making good the
damaged surface, testing etc. complete.
First Floor 8.00 [Link] 5886.28 47090.24
Second Floor 8.00 [Link] 5944.56 47556.48
Third Floor 8.00 [Link] 6002.84 48022.72
Fourth Floor 8.00 [Link] 6061.12 48488.96
Fifth Floor 8.00 [Link] 6119.40 48955.20
Sixth Floor 8.00 [Link] 6177.68 49421.44
Seventh Floor 8.00 [Link] 6235.96 49887.68
Providing and constructing granite kitchen
platform with fixing of stainless steel sink
600 mm x 450 mm size as per detailed
drawing including vertical both side
polished kadappah stone 25 to 30 mm thick
supports with kadappah top 35 to 40 mm
thick and polished granite 16 to 20 mm top
NMC CSR
40 with side strips of granite at front and both [Link] 10229.00
NO 41.78
sides of platform raised with two vertical
granite supports 15 cm height and top
granite of 75 x 40 cm including cutting,
opening for sink of required size in
kadappah as well as granite etc. complete.
(Platform top size 5.00 m x 0.60 m and
height is 0.75 m)
First Floor 6.24 [Link] 10331.29 64467.25
Second Floor 6.24 [Link] 10433.58 65105.54
Third Floor 6.24 [Link] 10535.87 65743.83
Fourth Floor 6.24 [Link] 10638.16 66382.12
Fifth Floor 6.24 [Link] 10740.45 67020.41
Sixth Floor 6.24 [Link] 10842.74 67658.70
Seventh Floor 6.24 [Link] 10945.03 68296.99
103 NMC, ENGINEER
Contractor / Bidder
Providing and fixing C.P. sink cock with
raised J" shaped swinging casted spout of NMC CSR
41 Nos 2232.00
approved make including necessary NO 42.84
sockets/ union nut etc. complete."
First Floor 4.00 Nos 2254.32 9017.28
Second Floor 4.00 Nos 2276.64 9106.56
Third Floor 4.00 Nos 2298.96 9195.84
Fourth Floor 4.00 Nos 2321.28 9285.12
Fifth Floor 4.00 Nos 2343.60 9374.40
Sixth Floor 4.00 Nos 2365.92 9463.68
Seventh Floor 4.00 Nos 2388.24 9552.96
Providing and fixing Orissa type white
glazed earthenware 575 mm water closet
pan including S trap with earthenware foot
NMC CSR
42 rests, cast iron soil and vent pipe upto Nos 4171.00
NO 42.30
outside face of the wall [Link] brick bat
lime concrete bedding without flushing
tank and its accessories etc. complete.
First Floor 4.00 Nos 4212.71 16850.84
Second Floor 4.00 Nos 4254.42 17017.68
Third Floor 4.00 Nos 4296.13 17184.52
Fourth Floor 4.00 Nos 4337.84 17351.36
Fifth Floor 4.00 Nos 4379.55 17518.20
Sixth Floor 4.00 Nos 4421.26 17685.04
Seventh Floor 4.00 Nos 4462.97 17851.88
Providing and fixing European type white
glazed earthenware coupled closet
symphonic trap with symphonic low level NMC CSR
43 Nos 11658.00
white glazed 10 litres cistern with black NO 42.34
backlite seat with all necessary pipe
connection etc. complete.
First Floor 4.00 Nos 11774.58 47098.32
Second Floor 4.00 Nos 11891.16 47564.64
Third Floor 4.00 Nos 12007.74 48030.96
Fourth Floor 4.00 Nos 12124.32 48497.28
Fifth Floor 4.00 Nos 12240.90 48963.60
Sixth Floor 4.00 Nos 12357.48 49429.92
Seventh Floor 4.00 Nos 12474.06 49896.24
Providing and fixing 15 mm dia. screw
44 down bib/ stop tap of brass including NMC CSR Nos 698.00
necessary socket union nut complete. NO 41.40
104 NMC, ENGINEER
Contractor / Bidder
First Floor 20.00 Nos 704.98 14099.60
Second Floor 20.00 Nos 711.96 14239.20
Third Floor 20.00 Nos 718.94 14378.80
Fourth Floor 20.00 Nos 725.92 14518.40
Fifth Floor 20.00 Nos 732.90 14658.00
Sixth Floor 20.00 Nos 739.88 14797.60
Seventh Floor 20.00 Nos 746.86 14937.20
Providing and fixing [Link] way BIB
cock of approved make continental NMC CSR
45 Nos 1518.00
including necessary sockets/union nut etc. NO 42.80
complete.
First Floor 4.00 Nos 1533.18 6132.72
Second Floor 4.00 Nos 1548.36 6193.44
Third Floor 4.00 Nos 1563.54 6254.16
Fourth Floor 4.00 Nos 1578.72 6314.88
Fifth Floor 4.00 Nos 1593.90 6375.60
Sixth Floor 4.00 Nos 1609.08 6436.32
Seventh Floor 4.00 Nos 1624.26 6497.04
Providing and fixing Hand shower (health
faucet with 8mm dia.1m long flexible tube
having wall hook with approved make SSR NO
46 Nos 1859.00
including necessary sockets/union nut 48.29
[Link] as directed by Engineer in
charge.
First Floor 4.00 Nos 1877.59 7510.36
Second Floor 4.00 Nos 1896.18 7584.72
Third Floor 4.00 Nos 1914.77 7659.08
Fourth Floor 4.00 Nos 1933.36 7733.44
Fifth Floor 4.00 Nos 1951.95 7807.80
Sixth Floor 4.00 Nos 1970.54 7882.16
Seventh Floor 4.00 Nos 1989.13 7956.52
105 NMC, ENGINEER
Contractor / Bidder
Providing waterproofing in W.C. and bath
including brick bat coba in all position
including providing and laying 12mm
bedding in cement mortor 1:3 on vergin
concrete slab with waterproofing
compound @ 1kg/per bag of cement laying
brick bat coba of required thickness in cm
1:5 with waterproofing compound 1 kg/bag NMC CSR
47 Cu. Mt 6448.00
of cement grouting and finishing the top NO 31.26
layer with 20mm thick brick bedding in cm
mortor 1:3 with waterproofing compound 1
kg/per bag of cement and testing the
treated portion for 48 hours by pond test
and covering ten years' guarantee on
requisite stamp paper including curing etc.
complete.
First Floor 2.06 Cu. Mt 6512.48 13441.76
Second Floor 2.06 Cu. Mt 6576.96 13574.85
Third Floor 2.06 Cu. Mt 6641.44 13707.93
Fourth Floor 2.06 Cu. Mt 6705.92 13841.02
Fifth Floor 2.06 Cu. Mt 6770.40 13974.11
Sixth Floor 2.06 Cu. Mt 6834.88 14107.19
Seventh Floor 2.06 Cu. Mt 6899.36 14240.28
Providing waterproof plaster in W.C. and
bath 12 mm thick for dado in cement
mortar 1:3 with neat finishing, floating
using waterproofing compound at the rate NMC CSR
48 [Link] 417.00
of 1 Kilogram. per bag of cement of NO 31.06
approved make and manufacturer and
curing etc. complete. (Excluding Tiles) (As
directed by Engineer in Charge)
First Floor 83.52 [Link] 421.17 35176.12
Second Floor 83.52 [Link] 425.34 35524.40
Third Floor 83.52 [Link] 429.51 35872.68
Fourth Floor 83.52 [Link] 433.68 36220.95
Fifth Floor 83.52 [Link] 437.85 36569.23
Sixth Floor 83.52 [Link] 442.02 36917.51
Seventh Floor 83.52 [Link] 446.19 37265.79
106 NMC, ENGINEER
Contractor / Bidder
Providing and applying water proofing
treatment using acrylic polymer modified
cement based water proofing coating with
fibre glass mesh mixing at the rate of
powder to liquid (2:1) by weight covering NMC CSR
49 640.00
9 to 10 Square Metre /Kilogram with two NO 31.09
coat using approved chemicals for masonry
and concrete surface by brush covering 7
years guarantee on Stamp Papers etc.
complete.
Terrace Floor 340.10 [Link] 691.20 235075.39
Providing and laying mechanical
protective layer overwater proofing
membrane with cement screed plaster1:5
after laying chicken mesh over membrane
including curing etc. complete 20mm thick
with cost of chicken mesh etc. complete
PWD SSR
and covering 7 years guarantee on court
50 NO. 405.00
stamp paper of Rs.100/-including
51.115
necessary testing specified by Engineer
(Prior permission of S.E. is necessary
before inclusionof this item in estimate)
(Note :- This item shall be executed over
item One Number 5 of BD-J Water
Proofing)
Terrace Floor 340.10 [Link] 437.40 148758.65
Providing and fixing M.S. grill 24kg/sqm
of various size as per detailed drawings NMC CSR
51 without hot dip coating, iron fixtures and NO 39.31 [Link] 3391.00
fastenings and 3 coats of oil painting etc.
First Floor 50.40 [Link] 3424.91 172615.46
Second Floor 50.40 [Link] 3458.82 174324.53
Third Floor 50.40 [Link] 3492.73 176033.59
Fourth Floor 50.40 [Link] 3526.64 177742.66
Fifth Floor 50.40 [Link] 3560.55 179451.72
Sixth Floor 50.40 [Link] 3594.46 181160.78
Seventh Floor 50.40 [Link] 3628.37 182869.85
Terrace Floor 3.78 [Link] 3662.28 13843.42
Providing and fixing 45 cm wide mild steel
ladder of 40mm x 6 mm mild steel flat
stringers and steps of 18 mm dia. mild steel
NMC CSR
52 bar for water tank including fixing it in 7.00 Rmt 1174.00 8218.00
NO 41.56
([Link]) M-15 cement concrete block 60cm
x 30cm x 30cm and painting the ladder
complete. (Anti Corossive Paint)
107 NMC, ENGINEER
Contractor / Bidder
Providing and fixing board displaying
information, such as 'Name of work,
Tender cost, Name of Contractor, Work
completion and liability period etc', having
rectangular shape of 1.20m x 0.90m size
made out 18 gauge (1.25mm) thick mild
steel sheet painted with one coat of Zinc
chromate stoving primer and two coats of
enamel paint on front side and grey stove
enamel on back side and border / messages
/ symbols etc. with approved colour shade
paint complete, on [Link] of size 35 x NMC CSR
53 1.00 Nos 10461.00 10461.00
35 x 3 mm frame with properly cross NO 6.36
braced M.S. angles of size
35mmx35mmx3mm duly painted including
Two M.S. angle iron posts of size 65 mm x
65 mm x 6 mm, 3.65 m long painted with
alternate black and white bands of 25 cm
width including all fixtures [Link] fixing
the boards in [Link] concrete block of size
60 cm x 60 cm x 75 cm including,
excavation, refilling, transportation, and
labour etc complete. Spec. Number As
directed by Engineer in Charge
TOTAL COST OF 1 BUILDING 41202088
TOTAL NO. BUILDING 14.00
TOTAL COST OF 14 BUILDINGS Rs. 576829228
108 NMC, ENGINEER
Contractor / Bidder
ABSTRACT SHEET FOR UNDERGROUND TANK
Sr.
Description Item No. Qty Rate Unit Amount
No
Excavation for foundation in earth, soil
of all types, sand, gravel and soft
murum, including removing the
excavated material up to a distance of 50
m. beyond the building area and
NMC CSR
1 stacking and spreading as directed,
NO 21.02
dewatering, preparing the bed for the
foundation and necessary back filling,
ramming, watering including shoring
and strutting etc. complete. (Lift upto
1.5 m.) By Mechanical Means
( 0 to 1.5 m. Depth ) 21.02 26.46 215.00 Cum 5688.90
( 1.5 to 3 m. Depth ) 21.04 28.22 268.00 Cum 7564.03
Providing soling using 80 mm size trap
metal in 15 cm. layer including filling NMC CSR
2 2.17 2862.00 Cum 6199.09
voids with Crushed sand/grit, ramming, NO 21.40
watering etc. complete.
Providing and laying Cast in situ/Ready
Mix cement concrete in M15 of
NMC CSR
3 trap/granite/quartzite/gneiss metal for 7373.00 Cum
NO 24.04
steps including steel centering,
formwork, laying/pumping, compacting,
109 NMC, ENGINEER
Contractor / Bidder
roughening them if special finish is to be
provided, finishing uneven and
honeycombed surface and curing etc.
complete. The Cement Mortar 1:3
plaster is considered for rendering
uneven and honeycombed surface, only.
Newly laid concrete shall be covered by
gunny bag, plastic, tarpaulin etc.
(Wooden centering will not be
allowed.),with fully automatic micro
processor based PLC with SCADA
enabled reversible Drum Type
mixer/concrete Batch mix plant (Pan
mixer) etc. complete. With fine
aggregate (Natural Sand / Crushed sand
VSI Grade finely washed etc)
Without SCADA 2.17 7247.00 Cum 15697.00
Providing and laying in situ /Ready Mix
cement concrete M-25 of trap / granite
/quartzite/ gneiss metal for R.C.C. work
in foundations like raft, strip
foundations, grillage and footings of
R.C.C. columns and steel stanchions
etc. including bailing out water, Steel
centering formwork, laying/pumping
cover blocks, compaction and curing
NMC CSR
4 roughening the surface if special finish 8308.00 Cum
NO 25.13
is to be provided (Excluding
reinforcement and structural steel) etc.
complete, with fully automatic micro
processor based PLC with SCADA
enabled reversible Drum Type mixer/
concrete Batch mix plant (Pan mixer)
etc. complete. With fine aggregate
(Natural Sand / Crushed sand VSI Grade
finely washed etc)
Without SCADA 3.89 8182.00 Cum 31811.62
Providing and laying Cast in situ/Ready
Mix cement concrete in M-25 of trap/
granite/ quartzite/ gneiss metal for
R.C.C. pardi of required thickness
including steel centering, formwork, NMC CSR
5 17117.00 Cum
cover blocks, laying/pumping, NO 26.19
compacting , curing , finishing and
rougheningthem if special finish is to be
provided and curing
complete.(Excluding reinforcement and
110 NMC, ENGINEER
Contractor / Bidder
structural steel).with fully automatic
micro processor based PLC with
SCADA enabled reversible Drum Type
mixer/ concrete Batch mix plant (Pan
mixer) etc. complete. With fine
aggregate (Natural Sand / Crushed sand
VSI Grade finely washed etc)
Without SCADA 4.35 16991.00 Cum 73859.88
Providing and laying Cast in situ/Ready
Mix cement concrete M-25 of trap/
granite / quartzite/ gneiss metal for
R.C.C. slabs and landings as per
detailed designs and drawings including
steel centering, formwork, cover blocks,
laying/pumping, compaction finishing
the formed surfaces with cement mortar
1:3 of sufficient minimum thickness to
give a smooth and even surface or NMC CSR
6 15416.00 Cum
roughening if special finish is to be NO 25.72
provided and curing etc.
complete,(Excluding reinforcement and
structural steel).with fully automatic
micro processor based PLC with
SCADA enabled reversible Drum Type
mixer/ concrete Batch mix plant (Pan
mixer) etc. complete. With fine
aggregate (Natural Sand / Crushed sand
VSI Grade finely washed etc)
Without SCADA 1.58 15290.00 Cum 24150.56
Providing and fixing in position TMT -
FE - 500 bar reinforcement of various
diameters for R.C.C. pile caps, footings,
foundations, slabs, beams columns,
canopies, staircase, newels, chajjas,
NMC CSR
7 lintels pardis, copings, fins, arches etc. 0.79 93376.00 M.T. 73315.10
NO 26.33
as per detailed designs, drawings and
schedules. including cutting, bending,
hooking the bars, binding with wires or
tack welding and supporting as required
complete.
Providing and applying water proofing
treatment using acrylic polymer
modified cement based water proofing NMC CSR
8 36.60 640.00 Sqm 23424
coating with fibre glass mesh mixing at NO 31.09
the rate of powder to liquid (2:1) by
weight covering 9 to 10 sqm /kg with
111 NMC, ENGINEER
Contractor / Bidder
two coat using approved chemicals for
masonry and concrete surface by brush
covering 7 years guarantee on Stamp
Papers etc. complete.
Providing and fixing Ductile iron Man
Hole Covers/ Strom Water Grating and
Grating with frame of Various sizes,
NMC CSR
9 weight and types and load bearing 50.00 299.00 Kg 14950
NO 50.85
capacity as per EN-124, equivalent
NECO with prior approval of concerned
Superitending Engineer.
Total Cost for Underground Water Tank 276660.17
Cost of 14 UGT 14 3873242
ABSTRACT SHEET FOR STROM WATER DRAIN
Sr. Item
Description Quantity Rate Unit Amount
No. No.
Providing and laying concrete pipes of
[Link]. class of 225mm diameter in
NMC
proper line, level and slope including
1 CSR NO 630.00 604.00 Cum 380520.00
necessary collars, excavation, laying,
42.08
fixing with collars in cement mortar 1:1
and refilling the trench complete.
Providing and laying concrete pipes of
[Link]. class of 300mm diameter in
NMC
proper line, level and slope including
2 CSR NO 375.00 801.00 Cum 300375.00
necessary collars, excavation, laying,
42.09
fixing with collars in cement mortar 1:1
and refilling the trench complete.
Providing and constructing Brick
Masonry Inspection Chamber
60cmx45cm x 90cm including [Link]
cement concrete foundation [Link] cement NMC
3 concrete channels half round G.S.W. CSR NO 90.00 14023.00 Cum 1262070.00
pipes, Brick Masonry, plastering from 42.10
inside and airtight C. I. cover of
75Kilogramwith lid and frame fixed in
cement concrete.
112 NMC, ENGINEER
Contractor / Bidder
Total Cost for Drain 1942965
ABSTRACT SHEET FOR COMPOUND WALL
Sr. Item
Description Qty Rate Unit Amount
No No.
Excavation for foundation in earth, soil of
all types, sand, gravel and soft murum,
including removing the excavated
material up to a distance of 50 m. beyond
the building area and stacking and NMC
1 spreading as directed, dewatering, CSR NO 189.89 215.00 Cum 40825.92
preparing the bed for the foundation and 21.02
necessary back filling, ramming,
watering including shoring and strutting
etc. complete. (Lift upto 1.5 m.) By
Mechanical Means
Providing soling using 80 mm size trap
NMC
metal in 15 cm. layer including filling
2 CSR NO 12.66 2862.00 Cum 36230.63
voids with Crushed sand/grit, ramming,
21.40
watering etc. complete.
113 NMC, ENGINEER
Contractor / Bidder
Providing and laying Cast in situ/Ready
Mix cement concrete in M15 of
trap/granite/quartzite/gneiss metal for
steps including steel centering,
formwork, laying/pumping, compacting,
roughening them if special finish is to be
provided, finishing uneven and
honeycombed surface and curing etc.
complete. The Cement Mortar 1:3 plaster
NMC
is considered for rendering uneven and
3 CSR NO 7373.00
honeycombed surface, only. Newly laid
24.04
concrete shall be covered by gunny bag,
plastic, tarpaulin etc. (Wooden centering
will not be allowed.),with fully automatic
micro processor based PLC with SCADA
enabled reversible Drum Type
mixer/concrete Batch mix plant (Pan
mixer) etc. complete. With fine
aggregate (Natural Sand / Crushed sand
VSI Grade finely washed etc)
Without SCADA 12.66 7247.00 Cum 91741.22
Providing and laying in situ /Ready Mix
cement concrete M-20 of trap / granite
/quartzite/ gneiss metal for R.C.C. work
in foundations like raft, strip foundations,
grillage and footings of R.C.C. columns
and steel stanchions etc. including
bailing out water, Steel centering
formwork, laying/pumping cover blocks,
NMC
compaction and curing roughening the
4 CSR NO 8117.00 Cum
surface if special finish is to be provided
25.11
(Excluding reinforcement and structural
steel) etc. complete, with fully automatic
micro processor based PLC with SCADA
enabled reversible Drum Type mixer/
concrete Batch mix plant (Pan mixer) etc.
complete. With fine aggregate (Natural
Sand / Crushed sand VSI Grade finely
washed etc)
Without SCADA 17.80 7991.00 Cum 142255.78
114 NMC, ENGINEER
Contractor / Bidder
Providing and laying Cast in situ/Ready
Mix cement concrete M-25 of
trap/granite/quartzite/ gneiss metal for
R.C.C. columns as per detailed designs
and drawings or as directed including
steel centering, formwork,cover blocks,
laying/pumping, compaction finishing the
formed surfaces with cement mortar 1:3
NMC
of sufficient minimum thickness to give a
5 CSR NO 15261.00 Cum
smooth and even surface or roughening if
25.33
special finish is to be provided and curing
etc. complete, (Excluding reinforcement
and structural steel).with fully automatic
micro processor based PLC with SCADA
enabled reversible Drum Type mixer/
concrete Batch mix plant (Pan mixer) etc.
complete. With fine aggregate (Crushed
sand VSI Grade)
Without SCADA 43.48 15135.00 Cum 658138.51
Providing and laying Cast in situ/Ready
Mix cement concrete in M-25 of trap/
granite/ quartzite/ gneiss metal for R.C.C.
beams and lintels as per detailed designs
and drawings or as directed including
steel centering, formwork, cover blocks,
laying/pumping,compaction and
NMC
roughening the surface if special finish is
6 CSR NO 13684.00 Cum
to be provided and curing etc. complete.
25.52
(Excluding reinforcement and structural
steel).with fully automatic micro
processor based PLC with SCADA
enabled reversible Drum Type mixer/
concrete Batch mix plant (Pan mixer) etc.
complete. With fine aggregate (Crushed
sand VSI Grade)
Without SCADA 30.43 13558.00 Cum 412556.38
Providing and fixing in position TMT -
FE - 500 bar reinforcement of various
diameters for R.C.C. pile caps, footings,
foundations, slabs, beams columns,
canopies, staircase, newels, chajjas, NMC
7 lintels pardis, copings, fins, arches etc. as CSR NO 10.29 93376.00 M.T. 961192.45
per detailed designs, drawings and 26.33
schedules. including cutting, bending,
hooking the bars, binding with wires or
tack welding and supporting as required
complete.
115 NMC, ENGINEER
Contractor / Bidder
Providing fly ash brick masonry with
conventional/ I.S. type bricks in cement NMC
8 mortar 1:6 in superstructure including CSR NO 97.23 8028.00 Cum 780594.71
striking joints, raking out joints, watering 27.13
and scaffolding etc. Complete
Providing and laying Cast in situ/Ready
Mix cement concrete M-15 of trap/
granite/quartzite/gneiss metal for coping
to plinth or parapet, moulded or
chamfered as per drawing or as directed
including steel centering, plywood/ steel
formwork compacting, roughening them
if special finish is to be NMC
9 provided,finishing uneven and CSR NO 9.45 7373.00 Cum 69696.969
honeycombed surface and curing etc. 24.16
[Link] Cement Mortar 1:3 plaster
is considered for rendering uneven and
honeycombed surface only. Newly laid
concrete shall be covered by gunny bag,
plastic, tarpaulin etc. (Wooden centering
will not be allowed.) With fine aggregate
(Crushed sand VSI Grade)
Providing sand faced plaster externally in
cement mortar using approved screened
sand, in all positions including base coat
of 15mm thick in cement mortar 1:4
using waterproofing compound at 1
NMC
Kilogram per cement bag curing the same
10 CSR NO 1644.00 680.00 Sqm 1117920
for not less than 2 days and keeping the
32.11
surface of the base coat rough to receive
the sand faced treatment 6 to 8 mm thick
in cement mortar 1:4 finishing the surface
by taking out grains and curing for
fourteen days scaffolding [Link].
Providing and applying two coats of
water proof cement paint of approved
manufacture and of approved colour to NMC
11 the plastered surfaces including CSR NO 1644.00 82.00 Sqm 134808.00
scaffolding if necessary, cleaning and 35.13
preparing the surface,watering for two
days etc. complete.
116 NMC, ENGINEER
Contractor / Bidder
Providing and erecting Y type barbed
wire fencing with seven rows of wire
with 2.45 mm dia G.I. pipe ( Rezan/
concenti leted ire 0.75 mm dia ) with hot
NMC
dip and G.I. coated hooks as per drawing
12 CSR NO 411.00 954.00 Rmt 392094.00
supported on M.S. angle 50 x 50 x 6 mm
40.05
at 2.5 mtr. c/c including fixing and
fastening with wire, painting M.S. angles
with one coat of red lead primer and two
coat of oil paint [Link].
Providing and fixing 50 mm. dia.
medium class [Link] gate with wicket
gate of approved drawing with all
fixtures and fittings in two leaves with NMC
13 strong hold fast embedded in c.c. block at CSR NO 37.50 7554.00 Sqm 283275.00
top and bottom with locking arrangement 23.05
including cutting, bending, making holes
and with one coat of primer etc.
complete.
Providing and applying two coats of
lead/zinc base oil paint/ bituminious paint
of approved colour to new structural steel NMC
14 work and iron work in buildings CSR NO 37.50 92.00 Sqm 3450.00
including scaffolding if necessary, 35.04
cleaning and preparing the surface etc.
complete. (excluding primer coat)
Total Cost for Compound Wall 5124780
ABSTRACT SHEET FOR INTERNAL ROAD
117 NMC, ENGINEER
Contractor / Bidder
Sr. Item
Description Qty Rate Unit Amount
No No.
Excavation for roadway in earth, soil of
all sorts, sand, gravel or soft murum
including dressing section to the required NMC
1 grade, camber and side slopes and CSR NO 408.38 123.00 Cum 50230.13
conveying the excavated materials with 2.11
all lifts upto a lead of 50m. and spreading
for embankment or stacking as directed.
Supplying hard murum/ kankar at the NMC
2 road site, including conveying and CSR NO 136.13 996.00 Cum 135580.50
stacking complete. 2.29
Spreading hard murum/ soft murrum/ NMC
3 gravel or kankar for side width complete CSR NO 136.13 82.00 Cum 11162.25
2.30
Compacting the hard murum side widths
NMC
including laying in layers on each side
4 CSR NO 907.50 21.00 Sqm 19057.5
with vibratory roller including artificial
2.31
watering etc. complete.
Construction of granular sub-base by
providing close graded Material, mixing
in a mechanical mix plant at OMC,
carriage of mixed Material to work site,
NMC
spreading in uniform layers with motor
5 CSR NO 136.13 2839.00 Cum 386458.875
grader/ Paver on prepared surface and
3.01
compacting with vibratory roller to
achieve the desireddensity, complete as
per clause 401-- Plant Mix Method and
Grading - I Material
Providing, laying, spreading and
compacting stone aggregates of specific
sizes to water bound macadam
specification including spreading in
uniform thickness, hand packing to proper
grade and camber, applying and brooming NMC
6 requisite type of screening/binding CSR NO 136.13 3145.00 Cum 428113.13
Materials to fillup the interstices of coarse 3.19
aggregate, watering and compacting with
vibratory roller to the required density.
By Mechanical Means Grading I
(Using Screening Type B (11.2 mm)
Aggregate)
118 NMC, ENGINEER
Contractor / Bidder
Providing,laying,spreadingandcompacting
stoneaggregatesofspecific sizes
towaterboundmacadam specification
including spreading in uniform thickness,
hand packing to proper grade and camber, NMC
7 applyingandbroomingrequisitetypeofscree CSR NO 907.50 3164.00 Cum 2871330.00
ning/bindingMaterialsto fillup 3.20
theintersticesofcoarseaggregate,wateringa
ndcompactingwith vibratory rollerto
[Link]-
Grading II (Using Screening Type B
(11.2 mm) Aggregate
Providing and constructing 75 mm. thick
Modified Penetration Macadam (MPM)
road surface including all materials,
preparing the existing road surface,
spreading 40 mm. stone metal layers
100% crusher broken metal with conical
crusher plant heating and spraying the
bitumen of specified grade @ 2 NMC
8 Kilogram/Square Metre, spreading 12 CSR NO 907.50 384.00 Sqm 348480.00
[Link] chips compacting with three 3.35b
wheel static roller having weight 8 to 10
MT. to achive the desired degree of
compaction as per Technical
Specification Clause 506 etc. complete.
Including picking of existing WBM
surface. (VG-30 bulk bitumen rates are
considered to arrive at rates)
Open Graded Premix Surfacing-
Providing and Laying OGC 20 mm
thickness composed of 13.2 mm to 5.6
mm aggregates premixed with bituminous
binder transported to site with VTS, laid
over a previously prepared surface,
finished to the required grade, level, NMC
9 alignment, and rolling to achieve the CSR NO 907.50 227.00 Sqm 206002.50
desired compaction but excluding prime / 4.11
tack and Seal coat. For Bitumen of
specified grade- -USING drum mix type
hot mix plant with SCADA, Paver and
Vibratory roller( over BT Surface) (VG-
30 bulk bitumen rates are considered to
arrive at rates)
119 NMC, ENGINEER
Contractor / Bidder
Providing and laying of Type-B premix
seal coat with HMP of appropriate
crushed stone chipping 6.70 mm size and
penetration bitumen of
[email protected]/ Square NMC
10 Metre. , preparing existing road surface CSR NO 907.50 79.00 Sqm 71692.5
including mixing in suitable Batch Mix 4.03
plant and rolling by static roller having
weight 8 to10MT. etc. complete. (VG-
30bulk bitumen rates are considered to
arrive at rates)
Providing and applying tack coat on the
prepared surface heating by fames in
Boiler and spraying bitumen with sprayer NMC
11 on Dry/Hungry B.T. surface 3 CSR NO 907.50 24.00 Sqm 21780
Kilogram/10 Square Metre. (VG-30 bulk 3.31
bitumen rates are considered to arrive at
rates)
Total Cost for Internal Road 4549887
120 NMC, ENGINEER
Contractor / Bidder
ABSTRACT SHEET FOR RAIN WATER HARVESTING
Sr. Item
Description Qty Rate Unit Amount
No. No.
Providing and constructing Brick
Masonry Inspection Chamber 60cm x
45cm x 90cm including [Link] cement
concrete foundation [Link] cement
NMC
concrete channels half round G.S.W.
1 CSR NO 42.00 9535.00 Nos 400470.00
pipes, Brick Masonry, plastering from
42.12
inside and with frame fixed in cement
concrete with R.C.C. Cover medium
duty 140Kilogramwith frame etc
complete.
Providing and fixing P.V.C. Rain water
pipes of 110mm outer diameter and
having wall thickness of 2.2 to 2.7 mm
confirming to I.S. 13592-1992
including proper rainwater receiving
recess with P.V.C. plug, bend,
necessary fittings, such as, offsets,
shoes, inluding fixing the pipe on wall
using approved wooden cleats
projecting 25mm to 40mm from face of NMC
2 wall a fixing with clips of approved CSR NO 1400.00 592.00 Rmt 828800.00
quality and number ,filing the joint 42.87
using rubber gasket with solvent cement
and properly resting the shoe of pipes
on C.C. or masonry blocks, including
necessary scaffolding and maintenance
for 3 yrs for any leakages or
dislocations of pipes. All the P.V.C.
fittings and additional 2 piece socket
clips shall be got approved from
engineer in charge etc. complete.
121 NMC, ENGINEER
Contractor / Bidder
RWH - Recharge Pit Providing and
constructing recharge pit of 2.0m deep
and 1.0m dia of pre-cast RCC rings
with 6.5" dia x25m deep bore well at
the floor of recharge pit including
installation of combination of
solid/perforated PVC casing pipe
wrapped around with net on mesh
including 300 mm thick side filling
around outside of RCC rings(annular
space) with 40 mm size boulders
including filling of recharge pit upto 0.5
m depth with 25-75 mm clean washed
gravels from bottom up followed by 0.5
m depth of 1025mm of clean washed
NMC
stones followed by 0.5m of washed
3 CSR NO 9.00 91300.00 Nos 821700.00
river fine aggregate (natural
48.47
sand/crushed sand VSI grade finely
washed etc.) including net lon mesh
between each gravel/fine
aggregate(natural sand/crushed sand
VSI grade finely washed etc.) media
layer including covering with RCC slab,
manhole frame & cover, PVC rungs,
PVC end-caps, fittings etc. including
arrangement for inlet & outlet pipe
excavation & backfilling as shown in
the drawing. The rate shall be inclusive
of all labour, material, wastage,
scaffolding,transportation,taxes,includin
gallleads,[Link] material
should be of approved
Total Cost for Rain Water Harvesting 2050970
122 NMC, ENGINEER
Contractor / Bidder
ABSTRACT SHEET FOR WATCHMAN CABIN
Sr. Item
Description Qty Rate Unit Amount
No No.
Excavation for foundation in earth, soil
of all types, sand, gravel and soft
murum, including removing the
excavated material up to a distance of
50 m. beyond the building area and NMC
1 stacking and spreading as directed, CSR NO 4.00 215.00 Cum 859.79
dewatering, preparing the bed for the 21.02
foundation and necessary back filling,
ramming, watering including shoring
and strutting etc. complete. (Lift upto
1.5 m.) By Mechanical Means
Providing soling using 80 mm size trap
NMC
metal in 15 cm. layer including filling
2 CSR NO 0.92 2862.00 Cum 2635.62
voids with Crushed sand/grit, ramming,
21.40
watering [Link].
123 NMC, ENGINEER
Contractor / Bidder
Providing and laying Cast in situ/Ready
Mix cement concrete in M15 of
trap/granite/quartzite/gneiss metal for
steps including steel centering,
formwork, laying/pumping,
compacting, roughening them if special
finish is to be provided, finishing
uneven and honeycombed surface and
curing etc. complete. The Cement
Mortar 1:3 plaster is considered for NMC
3 rendering uneven and honeycombed CSR NO 7373.00
surface, only. Newly laid concrete shall 24.04
be covered by gunny bag, plastic,
tarpaulin etc. (Wooden centering will
not be allowed.),with fully automatic
micro processor based PLC with
SCADA enabled reversible Drum Type
mixer/concrete Batch mix plant (Pan
mixer) etc. complete. With fine
aggregate (Natural Sand / Crushed sand
VSI Grade finely washed etc)
Without SCADA 0.72 7247.00 Cum 5217.12
Providing and laying in situ /Ready Mix
cement concrete M-20 of trap / granite
/quartzite/ gneiss metal for R.C.C.
work in foundations like raft, strip
foundations, grillage and footings of
R.C.C. columns and steel stanchions
etc. including bailing out water, Steel
centering formwork, laying/pumping
cover blocks, compaction and curing NMC
4 roughening the surface if special finish CSR NO 8117.00
is to be provided (Excluding 25.11
reinforcement and structural steel) etc.
complete, with fully automatic micro
processor based PLC with SCADA
enabled reversible Drum Type mixer/
concrete Batch mix plant (Pan mixer)
etc. complete. With fine aggregate
(Natural Sand / Crushed sand VSI
Grade finely washed etc)
Without SCADA 0.43 7991.00 Cum 3452.11
124 NMC, ENGINEER
Contractor / Bidder
Providing and laying Cast in situ/Ready
Mix cement concrete M-25 of
trap/granite/quartzite/ gneiss metal for
R.C.C. columns as per detailed designs
and drawings or as directed including
steel centering, formwork,cover blocks,
laying/pumping, compaction finishing
the formed surfaces with cement mortar
1:3 of sufficient minimum thickness to NMC
5 give a smooth and even surface or CSR NO 15261.00 Cum
roughening if special finish is to be 25.33
provided and curing etc. complete,
(Excluding reinforcement and structural
steel).with fully automatic micro
processor based PLC with SCADA
enabled reversible Drum Type mixer/
concrete Batch mix plant (Pan mixer)
etc. complete. With fine aggregate
(Crushed sand VSI Grade)
Without SCADA 0.71 15135.00 Cum 10728.60
Providing and laying Cast in situ/Ready
Mix cement concrete in M-25 of trap/
granite/ quartzite/ gneiss metal for
R.C.C. beams and lintels as per detailed
designs and drawings or as directed
including steel centering, formwork,
cover blocks,
laying/pumping,compaction and NMC
6 roughening the surface if special finish CSR NO 13684.00
is to be provided and curing etc. 25.52
complete. (Excluding reinforcement and
structural steel).with fully automatic
micro processor based PLC with
SCADA enabled reversible Drum Type
mixer/ concrete Batch mix plant (Pan
mixer) etc. complete. With fine
aggregate (Crushed sand VSI Grade)
Without SCADA 0.95 13558.00 Cum 12831.02
125 NMC, ENGINEER
Contractor / Bidder
Providing and laying Cast in situ/Ready
Mixcement concrete M-25 of trap/
granite/ quartzite/ gneiss metal for
R.C.C. chajja as per detailed design and
drawings including steel centering,
formwork, cover blocks,
laying/pumping, compacting and
NMC
roughening the surface if special finish
7 CSR NO 15416.00
is to be provided and curing complete.
26.07
(Excluding reinforcement and structural
steel). with fully automatic micro
processor based PLC with SCADA
enabled reversible Drum Type mixer/
concrete Batch mix plant (Pan mixer)
etc. complete. With fine aggregate
(Crushed sand VSI Grade)
Without SCADA 0.18 15290.00 Cum 2683.40
Providing and laying Cast in situ/Ready
Mix cement concrete M-25 of trap/
granite / quartzite/ gneiss metal for
R.C.C. slabs and landings as per
detailed designs and drawings including
steel centering, formwork, cover blocks,
laying/pumping, compaction finishing
the formed surfaces with cement mortar
1:3 of sufficient minimum thickness to NMC
8 give a smooth and even surface or CSR NO 15416.00
roughening if special finish is to be 25.72
provided and curing etc. complete,
(Excluding reinforcement and structural
steel).with fully automatic micro
processor based PLC with SCADA
enabled reversible Drum Type mixer/
concrete Batch mix plant (Pan mixer)
etc. complete. With fine aggregate
(Crushed sand VSI Grade)
Without SCADA 0.40 15290.00 Cum 6116.00
126 NMC, ENGINEER
Contractor / Bidder
Providing and fixing in position TMT -
FE - 500 bar reinforcement of various
diameters for R.C.C. pile caps, footings,
foundations, slabs, beams columns,
canopies, staircase, newels, chajjas, NMC
9 lintels pardis, copings, fins, arches etc. CSR NO 0.30 93376.00 M.T. 27934.46
as per detailed designs, drawings and 26.33
schedules. including cutting, bending,
hooking the bars, binding with wires or
tack welding and supporting as required
complete.
Providing fly ash brick masonry with
conventional/ I.S. type bricks in cement NMC
10 mortar 1:6 in superstructure including CSR NO 1.71 8028.00 Cum 13741.37
striking joints, raking out joints, 27.13
watering and scaffolding etc. Complete
Providing internal cement plaster 12mm
thick in single coat in cement mortar NMC
11 1:5 without neeru finish to concrete or CSR NO 15.37 293.00 Sqm 4503.41
brick surfaces, in all positions including 32.03
scaffolding and curing etc. complete
Providing sand faced plaster externally
in cement mortar using approved
screened sand, in all positions including
base coat of 15mm thick in cement
mortar 1:4 using waterproofing
compound at 1 Kilogram per cement NMC
12 bag curing the same for not less than 2 CSR NO 21.84 680.00 Sqm 14847.8
days and keeping the surface of the base 32.11
coat rough to receive the sand faced
treatment 6 to 8 mm thick in cement
mortar 1:4 finishing the surface by
taking out grains and curing for
fourteen days scaffolding [Link].
Providing internal cement plaster 6 mm
thick in a single coat in cement mortar NMC
13 1:4 without neeru finish to concrete CSR NO 4.84 216.00 Sqm 1045.44
surface in all positions including 32.01
scaffolding and curing etc. complete.
127 NMC, ENGINEER
Contractor / Bidder
Providing and fixing M40 grade thick
vibrated pull cast or similar type
concrete frame with chamfer
conforming to I.S. 65241983 having 6
NMC
mm dia. bars 3 Nos. And stirrups @250
14 CSR NO 5.10 1109.00 Rmt 5655.90
mm c/c and fixing in wall with 6 Nos of
39.56
hold fast of 12 mm dia bars 500 mm
long including primer and oil painting
etc, complete) frame size 60 mm x 100
mm .
Solid Core Flush door Single leaf
Providing and fixing factory made solid
core flush door in single leaf 35 mm
thick, decorative types, of exterior
grade, as per detailed drawings,
conforming to I.S.:2202 - 1962
(Revised) with approved face veneers
on both faces with/without glazing and NMC
15 venetians in the positions shown on the CSR NO 1.89 2863.00 Sqm 5411.07
drawings or as directed, all necessary 51.6
beads, moulding and lipping, holdfasts,
mat finish stainless steel fixtures
fastenings , finishing with french-
polish/ waxing complete. (without door
frame).(Sample to be got approved from
[Link] before use) Commercial
Hard Wood shutter
128 NMC, ENGINEER
Contractor / Bidder
Providing and fixing in position. (as per
I.S.1868 / 1982) Aluminium sliding
window of two tracks with rectangular
pipe having overall dimension ?63.50 x
38.10 x 1.02 mm at weight 0.547
Kilogram/Running metre. and window
frame bottom track section 61.85 x
31.75 x 1.20 mm at weight 0.695
Kilogram/Running metre. Top and side
track section 61.85 x 31.75 x
1.30 mm at weight 0.659
Kilogram/Running metre. The shutter
should be of bearing bottom 40 x 18 x
1.25 mm at weight 0.417
Kilogram/Running metre. Inter locking NMC
16 section 40 x 18 x 1.10 mm at weight CSR NO 1.44 5063.00 Sqm 7290.72
0.469 Kilogram/Running metre. And 39.40
handle section 40 x 18 x 1.25 mm at
weight 0.417 Kilogram/Running metre.
and top section 40 x 18 x 1.25 mm at
weight 0.417 Kilogram/Running metre.
As per detailed drawings and as
directed by Engineer in charge with all
necessary Aluminium sections fixtures
and fastenings such as roller bearing in
nylon casting and self locking catch
fitted in vertical section of shutter
including 5 mm thick plain glass with
all required screws and nuts etc,
complete. With powder coating without
box
Providing and laying matt finish
ceramic tiles of having size 30 cm x 30
cm confirming to I.S.15622/2006
(group D II-A) and 7 to 8 mm thick for NMC
17 flooring in required position laid on a CSR NO 3.03 1243.00 Sqm 3760.08
bed of 1:4 cement mortar including 33.24
cement float, filling joint with
white/colour cement slurry cleaning
curing etc. complete.
Providing and applying two coats of
water proof cement paint of approved
manufacture and of approved colour to NMC
18 the plastered surfaces including CSR NO 21.84 82.00 Sqm 1790.47
scaffolding if necessary, cleaning and 35.13
preparing the surface, watering for two
days etc. complete.
129 NMC, ENGINEER
Contractor / Bidder
Providing and applying washable oil-
bound distemper of approved colour
NMC
and shade to old and new surfaces in
19 CSR NO 23.54 33.00 Sqm 776.82
one coat including scaffolding,
36.10
preparing the surfaces. (excluding the
primer coat.)etc. complete.
Providing sills of polished Kadappa
stone 25mm to 30mm thick, on a bed of NMC
20 1:4 cement mortar including cement CSR NO 0.90 1142.00 Sqm 1027.80
float, filling joints with slurry, curing 33.20
polishing and cleaning etc.
Total Cost Of 1 Watchman Cabin 132309
Total Cost Of 2 Watchman Cabin 264618
ABSTRACT SHEET FOR WATER SUPPLY
Sr. Item
Description Qty Rate Unit Amount
No No.
A For Internal
Providing and fixing on
walls/ceiling/floor 20 mm dia. CPVC
pipe with necessary fittings, remaking
NMC
good the demolished portion etc.
1 CSR NO 322.00 Rmt
complete. Including removing existing
42.56
pipe line if necessary and conveying
and stacking the same in PWD chowky
or as directed etc. complete.
Ground Floor 168.00 322.00 Rmt 54096.00
First Floor 3472.00 325.22 Rmt 1129163.84
Second Floor 2240.00 328.44 Rmt 735705.60
Third Floor 2240.00 331.66 Rmt 742918.40
130 NMC, ENGINEER
Contractor / Bidder
Fourth Floor 2240.00 334.88 Rmt 750131.20
Fifth Floor 2240.00 338.10 Rmt 757344.00
Sixth Floor 2240.00 341.32 Rmt 764556.80
Seventh Floor 2240.00 344.54 Rmt 771769.60
Providing and fixing on
walls/ceiling/floor 25 mm dia. CPVC
pipe with necessary fittings, remaking
NMC
good the demolished portion etc.
2 CSR NO 390.00 Rmt
complete. Including removing existing
42.57
pipe line if necessary and conveying
and stacking the same in PWD chowky
or as directed etc. complete.
Ground Floor 0.00 390.00 Rmt 0.00
First Floor 0.00 393.90 Rmt 0.00
Second Floor 672.00 397.80 Rmt 267321.60
Third Floor 672.00 401.70 Rmt 269942.40
Fourth Floor 672.00 405.60 Rmt 272563.20
Fifth Floor 672.00 409.50 Rmt 275184.00
Sixth Floor 672.00 413.40 Rmt 277804.80
Seventh Floor 672.00 417.30 Rmt 280425.60
Providing and fixing on walls/ ceiling/
floor 32 mm dia. CPVC pipe with
necessary fittings, remaking good the
NMC
demolished portion etc. complete.
3 CSR NO 448.00 Rmt
Including removing existing pipe line if
42.58
necessary and conveying and stacking
the same in PWD chowky or as directed
etc. complete.
Ground Floor 0.00 448.00 Rmt 0.00
First Floor 0.00 452.48 Rmt 0.00
Second Floor 0.00 456.96 Rmt 0.00
Third Floor 0.00 461.44 Rmt 0.00
Fourth Floor 0.00 465.92 Rmt 0.00
Fifth Floor 0.00 470.40 Rmt 0.00
Sixth Floor 1890.00 474.88 Rmt 897523.20
Seventh Floor 1890.00 479.36 Rmt 905990.40
Terrace Floor 2100.00 483.84 Rmt 1016064.00
131 NMC, ENGINEER
Contractor / Bidder
Providing and fixing on walls /ceiling/
floor 40 mm dia. CPVC pipe with
necessary fittings, remaking good the
NMC
demolished portion etc. complete.
4 CSR NO 561.00 Rmt
Including removing existing pipe line if
42.59
necessary and conveying and stacking
the same in PWD chowky or as directed
etc. complete.
Ground Floor 140.00 561.00 Rmt 78540.00
First Floor 42.00 566.61 Rmt 23797.62
Second Floor 42.00 572.22 Rmt 24033.24
Third Floor 42.00 577.83 Rmt 24268.86
Fourth Floor 42.00 583.44 Rmt 24504.48
Fifth Floor 42.00 589.05 Rmt 24740.10
Sixth Floor 42.00 594.66 Rmt 24975.72
Seventh Floor 42.00 600.27 Rmt 25211.34
Terrace Floor 1540.00 605.88 Rmt 933055.20
Providing and fixing screw down for 20
NMC
mm dia. wheeled stop tap of brass
5 CSR NO 666.00 Nos
including necessary sockets/union nut
41.44
complete.
Ground Floor 14.00 666.00 Rmt 9324.00
First Floor 224.00 672.66 Rmt 150675.84
Second Floor 224.00 679.32 Rmt 152167.68
Third Floor 224.00 685.98 Rmt 153659.52
Fourth Floor 224.00 692.64 Rmt 155151.36
Fifth Floor 224.00 699.30 Rmt 156643.20
Sixth Floor 224.00 705.96 Rmt 158135.04
Seventh Floor 224.00 712.62 Rmt 159626.88
Providing and fixing screw down for 32
NMC
mm dia. wheeled stop tap of brass
6 CSR NO 448.00 1021.00 Nos 457408.00
including necessary sockets/union nut
41.46
complete.
Providing and fixing screw down for 40
NMC
mm dia. wheeled stop tap of brass
7 CSR NO 140.00 1218.00 Nos 170520.00
including necessary sockets/union nut
41.47
complete.
132 NMC, ENGINEER
Contractor / Bidder
Providing and fixing H.D.P container
Syntex or alike one piece moulded
water tank made out of low density
polythyler and built corrugation NMC
8 including of delivery up to destination CSR NO 56000.00 11.00 Lit 616000.00
hoisting and fixing of accessories such 42.54
as inlet, outlet overflow of all tanks
capacity above 1000
to 20,000 litres(For WC Flushing)
B For External
Providing and fixing 100mm diameter
water meter with non-return valve
NMC
including strainer, sockets/ union nut
9 CSR NO 1.00 38034.00 Nos 38034.00
and including water meter box making
41.32
locking arrangements and lock.
[Without chamber].
Providing and laying in trenches 25 mm
dai. CPVC pipe including necessary
excavation, fittings. Refilling trenches
NMC
etc. complete. Including removing
10 CSR NO 90.00 440.00 Rmt 39600.00
existing pipe line if necessary and
42.63
conveying and stacking the same in
PWD chowky or as directed etc.
complete.
Providing and laying in trenches 32 mm
dai. CPVC pipe including necessary
excavation, fittings. Refilling trenches
NMC
etc. complete. Including removing
11 CSR NO 150.00 498.00 Rmt 74700.00
existing pipe line if necessary and
42.64
conveying and stacking the same in
PWD chowky or as directed etc.
complete.
133 NMC, ENGINEER
Contractor / Bidder
Providing and supplying in standard
lengths Polyethelene Pipes, confirming
to IS 4984 / 14151/ 12786 / 13488 with
nesessary jointing material like
mechanical connector [Link] / insert
joint /quick release coupler joint /
compression fitting joint or flanged
joint excluding
coupler/specials,including
transportation and freight charges, MJP
12 inspection charges, loading / unloading SSR 1030.00 255.15 Rmt 262804.50
charges, conveyance to the 3.4.10
departmental stores & stacking the same
in closed shade duly protecting from
sunrays & rains, excluding GST levied
by GI & GOMin all respect
[Link]:- H.D.P.E. Pipes
shall be as per latest IS Specifications
Also HDPE pipes upto 110 mm
[Link] be in coil [Link] 100 PN10
KG/[Link]. GRADE 75 MM
110 MM MJP
SSR 510.00 540.75 Rmt 275782.50
3.4.20
Providing and fixing screw down for 40
NMC
mm dia. wheeled stop tap of brass
13 CSR NO 45.00 1218.00 Rmt 54810.00
including necessary sockets/union nut
41.47
complete.
Providing and fixing 40 mm. dia Ball
cock medium type with PVC float NMC
14 including sockets and necessary fittings CSR NO 30.00 1259.00 Rmt 37770.00
and tested as per municipal 42.36
requirements etc. complete.
Supplying, assembling, lowering and
fixing in vertical position in bore well,
unplasticized PVC medium well-casing
pipe of 150mm dia, conforming to SSR NO
15 750.00 504.00 Rmt 378000.00
IS:12818, including required hire and 48.49
labour charges, fittings & accessories
etc. all complete, for all depths, as per
the direction of Engineer in charge.
134 NMC, ENGINEER
Contractor / Bidder
Boring/drilling borewell of 300mm dia
for casing/strainer pipe, by suitable
method prescribed in IS:2800 (partI),
including collecting samples from
different strata, preparing and
SSR NO
16 submitting strata chart/ bore log, 750.00 436.80 Rmt 327600.00
48.48
including hire & running charges of all
equipments, tools, plants & machinery
required for the job, all complete as per
direction of Engineer in charge, upto
90m depth below ground level.
Cost of Internal Water Supply 13690942.72
Cost of External Water Supply 1489101.00
Total Cost for Water Supply 15180044
135 NMC, ENGINEER
Contractor / Bidder
ABSTRACT SHEET FOR INTERNAL & EXTERNAL SEWAGE PIPELINE
Sr. Item
Description Qty Rate Unit Amount
No No.
A For Internal
Providing and fixing 75 mm dia
stabiliser pipe/ P.V.C. soil vent/waste
NMC
pipe and with necessary fixtures and
1 CSR NO 631.00 Rmt
fitting such as bends, tees, single
42.51
junctions, slotted vent, clamps
[Link]
Ground Floor 420.00 631.00 Rmt 265020.00
First Floor 980.00 637.31 Rmt 624563.80
Second Floor 980.00 643.62 Rmt 630747.60
Third Floor 980.00 649.93 Rmt 636931.40
Fourth Floor 980.00 656.24 Rmt 643115.20
Fifth Floor 980.00 662.55 Rmt 649299.00
Sixth Floor 980.00 668.86 Rmt 655482.80
Seventh Floor 980.00 675.17 Rmt 661666.60
Terrace Floor 588.00 681.48 Rmt 400710.24
Providing and fixing 100 mm dia
stabiliser pipe/ P.V.C. soil vent/waste
NMC
pipe and with necessary fixtures and
2 CSR NO 820.00 Rmt
fitting such as bends, tees, single
42.52
junctions, slotted vent, clamps
[Link]
Ground Floor 336.00 820.00 Rmt 275520.00
First Floor 672.00 828.20 Rmt 556550.40
Second Floor 672.00 836.40 Rmt 562060.80
Third Floor 672.00 844.60 Rmt 567571.20
Fourth Floor 672.00 852.80 Rmt 573081.60
Fifth Floor 672.00 861.00 Rmt 578592.00
Sixth Floor 672.00 869.20 Rmt 584102.40
Seventh Floor 672.00 877.40 Rmt 589612.80
Terrace Floor 224.00 885.60 Rmt 198374.40
136 NMC, ENGINEER
Contractor / Bidder
Providing and fixing 15 cm rigid PVC
Nahani trap including PVC
grating,bend,connectingpiece of UPVC
NMC
pipe up to the outside face of wall
3 CSR NO 594.00 Nos
,making the good damaged surface and
43.18
testing etc. complete ( Prior approval of
sample and brand by Ex. Engr. is
necessary before use)
Ground Floor 0.00 594.00 Nos 0.00
First Floor 112.00 599.94 Nos 67193.28
Second Floor 112.00 605.88 Nos 67858.56
Third Floor 112.00 611.82 Nos 68523.84
Fourth Floor 112.00 617.76 Nos 69189.12
Fifth Floor 112.00 623.70 Nos 69854.40
Sixth Floor 112.00 629.64 Nos 70519.68
Seventh Floor 112.00 635.58 Nos 71184.96
Terrace Floor 0.00 641.52 Nos 0.00
Providing and fixing 8 cm rigid PVC
Nahani trap including PVC grating
,bend, connecting piece of UPVC pipe
NMC
up to the outside face of wall ,making
4 CSR NO 549.00 Nos
the good damaged surface and testing
43.17
etc. complete ( Prior approval of sample
and brand by Ex. Engr. is necessary
before use)
Ground Floor 0.00 549.00 Nos 0.00
First Floor 112.00 554.49 Nos 62102.88
Second Floor 112.00 559.98 Nos 62717.76
Third Floor 112.00 565.47 Nos 63332.64
Fourth Floor 112.00 570.96 Nos 63947.52
Fifth Floor 112.00 576.45 Nos 64562.40
Sixth Floor 112.00 581.94 Nos 65177.28
Seventh Floor 112.00 587.43 Nos 65792.16
Terrace Floor 0.00 592.92 Nos 0.00
B For External
137 NMC, ENGINEER
Contractor / Bidder
Providing , laying and fixing ,jointing
Eco- drain 160 mm SN 4 Nu-
DrainUpvc pipes or of equivalent make,
manufacture as per EN 13476 or
NMC
equivalent as per I.S.15328 with fittings
5 CSR NO 590.00 528.00 Rmt 311520.00
such a bends, tees , coupler, etc, jointing
43.31
with rubber lubricant including
necessary excavation, trench refilling
with selective excavated materialetc.
complete.
Providing , laying and fixing ,jointing
Eco- drain 200 mm SN 4 Nu-
DrainUpvc pipes or of equivalent make,
manufacture as per EN 13476 or
NMC
equivalent as per I.S.15328 with fittings
6 CSR NO 225.00 971.00 Rmt 218475.00
such a bends, tees , coupler, etc, jointing
43.32
with rubber lubricant including
necessary excavation, trench refilling
with selective excavated materialetc.
complete.
Providing and fixing 15cm x 10cm salt
glazed stoneware gully trap in cement
concrete [Link] outside the building NMC
7 including cast iron grating inthe sink, CSR NO 120.00 1665.00 Nos 199800.00
connecting glazed stoneware pipe, brick 42.02
masonry chamber with cast iron lid and
cast iron grating for the gully trap.
Providing , constructing and fixing 600
mm dia. Inspection chamber made up of
Polypropylene / polyethylene material
Having315 mm diameter inlet(s)/outlets
and with eccentric reducers as per
requirement to connect 160 mm and 200
mm pipes having thickness of 5mm and
600 mm in height, with inbuilt shaft
achieve the invert depth as per site NMC
8 condition of wall thickness of 5 mm CSR NO 5.00 20730.00 Nos 103650.00
having R.C.C. cover and frame fixing in 43.29
150 mm thick in c.c.[Link], having
crushed sandbed of 150 mm thick of
size 750 mm dia. Including excavation
and refillingthe sides of chamber by
?sand crushed cushioning 150 mm
thickness,connecting all required UPVC
fittings with rubber lubricant
[Link].
138 NMC, ENGINEER
Contractor / Bidder
Providing and fixing 75 mm dia
stabiliser pipe/ P.V.C. soil vent/waste
NMC
pipe and with necessary fixtures and
9 CSR NO 180.00 631.00 Rmt 113580.00
fitting such as bends, tees, single
42.51
junctions, slotted vent, clamps etc.
complete
Providing and fixing 100 mm dia
stabiliser pipe/ P.V.C. soil vent/waste
NMC
pipe and with necessary fixtures and
10 CSR NO 550.00 820.00 Rmt 451000.00
fitting such as bends, tees, single
42.52
junctions, slotted vent, clamps
[Link]
Providing and constructing Brick
Masonry Inspection Chamber
60cmx45cm x 90cm including [Link]
cement concrete foundation [Link] NMC
11 cement concrete channels half round CSR NO 110.00 14023.00 Nos 1542530.00
G.S.W. pipes, Brick Masonry, 42.10
plastering from inside and airtight C. I.
cover of 75Kilogramwith lid and frame
fixed in cement concrete.
Providing and constructing Brick
Masonry Inspection Chamber
90cmx45cm x 90cm including [Link]
cement concrete foundation [Link] NMC
12 cement concrete channels half round CSR NO 75.00 15166.00 Nos 1137450.00
[Link], Brick Masonry, plastering 42.11
from inside and C.I. lid cover of
75Kilogramwith lid and frame fixed in
cement concrete.
Cost of Internal Sewage Pipeline 105849589
Cost of External Sewage Pipeline 4078005.00
Total Cost for External Sewage Pipeline 14662964
139 NMC, ENGINEER
Contractor / Bidder
ABSTRACT SHEET FOR PAVEMENT
Sr.
Description Item No. Qty RATE UNIT Amount
No
Excavation for foundation in earth, soils
of all types, sand, gravel and soft
murum, including removing the
excavated material upto a distance of 50
m. beyond the building area and
NMC
stacking or spreading as directed,
1 CSR NO 2500.00 215.00 CUM 537500.00
dewaterin, preparing the bed for the
21.02
foundation and necessary back filling,
ramming, watering, including shoring
and strutting as necessary complete.(
[Link]. : Bd.A.1Page no 259/ CSR
Page No.150 )
Providing selected hard murum filling
NMC
including laying in layers of 15 to 20cm
2 CSR NO 1000.00 1290.00 CUM 1290000.00
with watering and compacting etc.
11.24
complete.
Providing soling using 80 mm size trap
NMC
metal in 15 cm. layer including filling
3 CSR NO 750.00 2862.00 CUM 2146500.00
voids with Crushed sand/grit, ramming,
21.40
watering etc. complete.
140 NMC, ENGINEER
Contractor / Bidder
Providing and laying Cast in situ/Ready
Mix cement concrete in M-10 of trap/
granite/ quartzite/ gneiss metal for
foundation and bedding including
bailing out water, Steel centering,
formwork, laying/pumping,
NMC
compacting, roughening them if special
4 CSR NO 6868.00
finish is to be provided, finishing if
24.01
required and curing complete, with fully
automatic micro processor based PLC
with SCADA enabled reversible Drum
Type mixer/concrete Batch mix plant
(Pan mixer) etc. [Link] fine
aggregate (Crushed sand VSI Grade)
Without SCADA 500.00 6742.00 CUM 3371000.00
Providing and fixing heavy duty inter
locking concrete Coloured paving
blocks of 60 mm thickness of having a
NMC
strength of 300 Kilogram/[Link]. of
5 CSR NO 5000.00 985.00 Sqm 4925000.00
approved quality and shape on a bed of
33.51
crushed sand of 25 to 30 mm thick
including skirting joints and cleaning
[Link]
Total Cost of PAVER 1,22,70,000
141 NMC, ENGINEER
Contractor / Bidder
ABSTRACT SHEET OF COMMUNITY HALL
Sr
Description Item. No QTY UNIT RATE AMOUNT
No
Excavation for foundation in earth, soils
of all types, sand, gravel and soft
murum, including removing the
excavated material upto a distance of 50
m. beyond the building area and
NMC
stacking or spreading as directed,
1 CSR
dewaterin, preparing the bed for the
NO.
foundation and necessary back filling,
ramming, watering, including shoring
and strutting as necessary complete.
([Link]. : Bd.A.1Page no 259/ CSR
Page No.150
whole building area ( 0 to 1.5 m. Depth) 21.02 59.67 Cu.M 215.00 12829.05
whole building area ( 1.5 to 3 m. Depth) 21.04 59.67 Cu.M 268.00 15991.56
Transportation of Material obtained NMC
from debries of various sorts including CSR
2 necessary excavation/loosing including [Link].34 59.67 Cu.M 213.00 12709.71
loading, unloading and conveying and 2 For 2
disposing as directed. KM
142 NMC, ENGINEER
Contractor / Bidder
Providing soling using 80 mm size trap
NMC
metal in 15 cm. layer including filling
3 CSR NO 12.33 Cu.M 2862.00 35299.97
voids with Crushed sand/grit, ramming,
21.40
watering etc. complete.
Providing and laying Cast in situ/Ready
Mix cement concrete in M15 of
trap/granite/quartzite/gneiss metal for
bed blocks, foundation blocks and such
other items including bailing out water,
Steel centering, formwork, laying/
pumping, compacting, roughening them
if special finish is to be provided,
finishing uneven and honeycombed
surface and curing etc. complete. The NMC
4 Cement Mortar 1:3 plaster is considered CSR NO 7373.00
for rendering uneven and honeycombed 24.08
surface only. Newly laid concrete shall
be covered by gunny bag, plastic,
tarpaulin etc. (Wooden centering will
not be allowed.), with fully automatic
micro processor based PLC with
SCADA enabled reversible Drum Type
mixer/ concrete Batch mix plant(Pan
mixer) etc. complete. With fine
aggregate (Crushed sand VSI Grade)
Without SCADA 5.97 Cu.M 7247.00 43242.85
Filling in plinth and floors with
approved excavated material in 15cm. NMC
5 to 20cm. layers CSR NO 90.73 Cu.m 124.00 11251.12
including watering and compacting etc. 21.36
complete.
Filling in plinth and floors with
contractors material/brought from
outside and approved by Engineer NMC
6 incharge in layers of 15 cm to 20 cm CSR NO 15.16 Cu.M 1166.00 17673.55
including watering and compaction etc. 21.37
complete. Specification NO BDA 11
Page No 156
Providing preconstructional antitermite
treatment as per I.S. 6313 (Part-II) by
treating the bottom surface and sides of
NMC
excavation at the rate of 5 litres of
7 CSR NO 24.06 Sq.M 111.00 2670.66
emulsion concentrate of 1.0 percent of
21.22
chlorophyrifos per square meter of
surface area covering 10 years
guarantee on bond paper.
143 NMC, ENGINEER
Contractor / Bidder
Providing and laying Cast in situ/Ready
Mix cement concrete M-30 of trap /
granite /quartzite/ gneiss metal for
R.C.C. work in foundations like raft,
strip foundations, grillage and footings
of R.C.C. columns and steel stanchions
etc. including bailing out water, Steel
centering, formwork
NMC
,cover blocks, laying/pumping,
8 CSR NO 8499.00
compaction and curing roughening the
25.15
surface if special finish is to be
provided (Excluding reinforcement and
structural steel) etc. complete, with fully
automatic micro processor based PLC
with SCADA enabled reversible Drum
Type mixer/ concrete Batch mix plant
(Pan mixer) etc. complete. With fine
aggregate (Crushed sand VSI Grade)
Without SCADA 14.04 Cu.M 8373.00 117556.92
Providing and laying Cast in situ/Ready
Mix cement concrete M-30 of trap /
granite /quartzite/ gneiss metal for
R.C.C. columns as per detailed designs
and drawing or as directed including
centering, formwork, cover blocks,
laying/pumping, compaction finishing
the formed surfaces with cement mortar
1:3 of sufficient minimum thickness to NMC
9 give a smooth and even surface or CSR NO Cu.M 15452.00
roughening if special finish is to be 25.35
provided and curing etc.
complete,(Excluding reinforcement and
structural steel).with fully automatic
micro processor based PLC with
SCADA enabled reversible Drum Type
mixer/ concrete Batch mix plant (Pan
mixer) etc. complete. With natural
sand/V.S.I. quality Artificial Sand
without SCADA 7.42 Cu.M 15326.00 113645.36
144 NMC, ENGINEER
Contractor / Bidder
Providing and laying Cast in situ/Ready
Mix cement concrete M-30 of trap /
granite /quartzite/ gneiss metal for
R.C.C. beams and lintels as per detailed
designs and drawings or as directed
including centering, formwork, cover
blocks, laying/pumping, compactionand
roughening the surface if special finish NMC
10 is to be provided and curing etc. CSR NO 13876.00
complete. (Excluding reinforcement and 25.54
structural steel). with fully automatic
micro processor based PLC with
SCADA enabled reversible Drum Type
mixer/ concrete Batch mix plant (Pan
mixer) etc. complete. With natural
sand/V.S.I. quality Artificial Sand (in
plinth)
Without SCADA Cu.M 13750.00
Plinth Beam 6.82 Cu.M 13750.00 93755.48
Stilt Floor 6.82 Cu.M 13750.00 93755.48
Providing and laying Cast in situ/Ready
Mix cement concrete M-20 of trap /
granite /quartzite/ gneiss metal for
R.C.C. beams and lintels as per detailed
designs and drawings or as directed
including centering, formwork, cover
blocks, laying/pumping, compactionand
roughening the surface if special finish NMC
11 is to be provided and curing etc. CSR NO 13494.00
complete. (Excluding reinforcement and 25.50
structural steel). with fully automatic
micro processor based PLC with
SCADA enabled reversible Drum Type
mixer/ concrete Batch mix plant (Pan
mixer) etc. complete. With natural
sand/V.S.I. quality Artificial Sand
Without SCADA
Without SCADA Cu.M 13368.00
Stilt Floor 0.43 Cu.M 13368.00 5774.98
145 NMC, ENGINEER
Contractor / Bidder
Providing and laying Cast in situ/Ready
Mix cement concrete M-20 of trap/
granite/ quartzite/ gneiss metal for
R.C.C. chajja as per detailed design and
drawings including centering,
formwork, cover blocks compacting ,
curing , finishing and roughening the
NMC
surface if special finish is to be
12 CSR NO Cu.M 15225.00
provided and curing complete.
26.05
(Excluding reinforcement and structural
steel).with fully automatic micro
processor based PLC with SCADA
enabled reversible Drum Type mixer/
concrete Batch mix plant (Pan mixer)
etc. complete. With natural sand/V.S.I.
quality Artificial Sand Without SCADA
Without SCADA 15099.00
Stilt Floor 0.36 Cu.M 15099.00 5503.59
Providing and laying Cast in situ/Ready
Mix cement concrete M-30 of trap/
granite / quartzite/ gneiss metal for
R.C.C. slabs and landings as per
detailed designs and drawings including
centering, formwork, cover blocks,
laying/pumping, compactionfinishing
the formed surfaces with cement mortar
1:3 of sufficient minimum thickness to
NMC
give a smooth and even surface or
13 CSR NO 15481.00
roughening if special finish is to be
25.74
provided and curing etc.
complete,(Excluding reinforcement and
structural steel).with fully automatic
micro processor based PLC with
SCADA enabled reversible Drum Type
mixer/ concrete Batch mix plant (Pan
mixer) etc. complete. With natural
sand/V.S.I. quality Artificial Sand
Without SCADA
Without SCADA 15355.00
Ground Floor 16.73 Cu.M 15355.00 256948.73
146 NMC, ENGINEER
Contractor / Bidder
Providing and laying Cast in situ/Ready
Mix cement concrete in M-25 of trap /
quartzite /granite /gneiss metal for
R.C.C. Waist slab, and steps of
staircases as per detailed design and
drawings or as directed including steel
centering, plywood/ steel formwork,
steel props, laying/pumping,
compaction, finishing uneven and
honeycombed surface with C.M. 1:3 of
sufficient minimum thickness to give a NMC
14 smooth and even surface or roughening CSR NO 13468.00
the surface if special finish is to be 26.26
provided and curing etc. complete.
(Excluding einforcement, including
cover block).(Newly laid concrete shall
be covered by gunny bag, plastic,
tarpaulin etc.) with fully automatic
micro processor based PLC with
SCADA enabled reversible Drum Type
mixer/ concrete Batch mix plant (Pan
mixer) etc. complete. With natural
sand/V.S.I. quality Artificial Sand
Without SCADA 13342.00
Stilt Floor 0.40 Cu.M 13342.00 5310.95
Providing and laying Cast in situ/Ready
Mix cement concrete M-15 of
trap/granite/quartzite/gneiss metal for
coping to plinth or parapet, moulded or
chamfered as perdrawing or as directed
including steel centering, plywood/ steel
formwork compacting,roughening them
if special finish is to be provided,
NMC
finishing uneven and
15 CSR NO [Link] 7373.00
honeycombedsurface and curing etc.
24.16
complete. The Cement Mortar 1:3
plaster is considered for rendering
uneven and honeycombed surface only.
Newly laid concrete shall be covered by
gunny bag,plastic, tarpaulin etc.
(Wooden centering will not be allowed.)
With fine aggregate (Crushed sand VSI
Grade)
Stilt Floor 0.60 [Link] 7373.00 4451.45
147 NMC, ENGINEER
Contractor / Bidder
Providing and fixing in position TMT -
FE - 500 bar reinforcement of various
diameters for R.C.C. pile caps, footings,
foundations, slabs, beams columns,
canopies, staircase, newels, chajjas, NMC
16 lintels pardis, copings, fins, arches etc. CSR NO MT 93376.00
as per detailed designs, drawings and 26.33
schedules. including cutting, bending,
hooking the bars, binding with wires or
tack welding and supporting as required
complet
Upto plinth and Stilt 7.42 MT 93376.00 693121.86
Providing and constructing masonry in
Autoclaved Areaclaved ( Celluar)
Concrete Block of aproved
manufacturer confirming to IS 2185
NMC
Part III 1984 of size ( 625x240x225)mm
17 CSR NO Cu.M 8096.00
in extra fine jointing mortar of
29.05
fixoblock of Ultra Tech or equivalent in
superstucture including,striking
joints,racking out joints watering and
scaffolding [Link]
Ground Floor 26.47 Cu.M 8096.00 214268.74
Above Terrace 33.25 Cu.M 8743.68 290725.17
Providing sand faced plaster externally
in cement mortar using approved
screened sand, in all positions including
base coat of 15 mm thick in cement
mortar 1:4 using waterproofing
compound at 1 kg per cement bag NMC
18 curing the same for not less than 2 days CSR NO [Link] 680.00
and keeping the surface of the base coat 32.11
rough to receive the sand faced
treatment 6 to 8 mm thick in cement
mortar 1:4 finishing the surface by
taking out grains and curing for fourteen
days scaffolding [Link].
Stilt Floor 170.45 [Link] 680.00 115907.70
Above Terrace 45.23 [Link] 734.40 33213.24
Providing internal cement plaster 12mm
thick in single coat in cement mortar 1:5 NMC
19 without neeru finish to concrete or brick CSR NO [Link] 293.00
surfaces, in all positions including 32.03
scaffolding and curing [Link].
Stilt Floor 230.38 [Link] 293.00 67501.34
148 NMC, ENGINEER
Contractor / Bidder
Providing internal cement plaster 6 mm
thick in a single coat in cement mortar NMC
20 1:4 without neeru finish to concrete CSR NO [Link] 223.00
surface in all positions including 32.02
scaffolding and curing etc. complete.
Ground Floor 80.07 [Link] 223.00 17854.63
Providing and laying vitrified mirror /
glossy finish tiles decorative type
having size 590 mm to 605 mm x 590
mm to 605 mm of 8 to 10 mm thickness
and confirming to IS. 15622-2006 ( NMC
21 group Bla) of approved make, shade CSR NO [Link] 1238.00
and pattern for flooring in required 33.4
position laid on a bed of 1:4 cement
mortar including neat cement float,
filling joints, curing and clearing etc.
complete. a) Flooring
Stilt Floor 66.37 [Link] 1238.00 82170.27
Providing and laying vitrified mirror /
glossy finish tiles having size 590 mm
to 605 mm x 590 mm to 605 mm of 8 to
10 mm thickness and confirming to IS.
15622-2006 ( group Bla) of approved NMC
22 make, shade and pattern for dado and CSR NO [Link] 1316.00
skirting in required position fixed in 1:4 33.41
cement
mortar including neat cement float,
filling joints, curing and clearing etc.
complete
Stilt Floor 2.63 [Link] 1316.00 3454.50
Providing and laying Antiskid Ceramic
tiles of approved quality of size 30 cm
x 30 cm and confirming to IS 15622-
NMC
2006 (Group-B IIA) for antiskid
23 CSR NO [Link] 1261.00
flooring in required position laid on a
33.67
bed of 1:4 cement mortar including
cement float, filling joint with cement
slurry cleaning curing etc. complete.
Ground Floor 11.20 [Link] 1261.00 14123.20
149 NMC, ENGINEER
Contractor / Bidder
Providing and laying ceramic tiles of
having size 30 cm. x 30 cm. and
confirming to corresponding I.S. for
dado and skirting in required position NMC
24 with readymade adhesive mortar of CSR NO [Link] 1319.00
approved quality on plaster of 1:2 33.25
cement mortar including joint filling
with white/ colour cement slurry
cleaning curing etc. complete.
Ground Floor 24.48 [Link] 1319.00 32289.12
Providing and fixing M40 grade thick
vibrated pull cast or similar type
concrete frame with chamfer
conforming to I.S. 65241983 having 6
NMC
mm dia. bars 3 Nos. And stirrups @250
25 CSR NO RMT 1109.00
mm c/c and fixing in wall with 6 Nos of
39.56
hold fast of 12 mm dia bars 500 mm
long including primer and oil painting
etc, complete) frame size 60 mm x 100
mm .
Ground Floor 29.75 RMT 1109.00 32992.75
Providing and fixing solid core flush
door shutter in single leaf 32 mm thick
decorative type of exterior grade as per
detailed drawings approved face
veneers 3 mm thick on both faces or as
NMC
directed, all necessary beads, mouldings
26 CSR NO [Link] 3205.00
and lipping, wrought iron hold fasts,
39.09
chromium plated fixtures and
fastenings, with brass mortise lock,
chromium plated handles on both sides,
and finishing with French Polish etc.
complete.
Ground Floor 12.78 [Link] 3205.00 40959.90
150 NMC, ENGINEER
Contractor / Bidder
Providing and fixing in position. (as per
I.S.1868 / 1982) Aluminium sliding
window of two tracks with rectangular
pipe having overall dimension ?63.50 x
38.10 x 1.02 mm at weight 0.547
kg/Rmt. and window frame bottom
track section 61.85 x 31.75 x 1.20 mm
at weight 0.695 kg/Rmt. Top and side
track section 61.85 x 31.75 x 1.30 mm
at weight 0.659 kg/Rmt. The shutter
should be of bearing bottom 40 x 18 x
1.25 mm at weight 0.417 kg/Rmt. Inter
locking section 40 x 18 x 1.10 mm at NMC
27 weight 0.469 kg/Rmt. And handle CSR NO [Link] 5063.00
section 40 x 18 x 1.25 mm at weight 39.4
0.417 kg/Rmt. and top section 40 x 18 x
1.25 mm at weight 0.417 kg/Rmt. As
per detailed drawings and as directed by
Engineer in charge with all necessary
Aluminium sections fixtures and
fastenings such as roller bearing in
nylon casting and self locking catch
fitted in vertical section of shutter
including 5 mm thick plain glass with
all required screws and nuts etc,
complete. With powder coating without
box
Ground Floor 9.00 [Link] 5063.00 45567.00
Providing and fixing steel ventilator
fully glazed partly fixed as per detailed
drawing without hot dip zinc coating
NMC
including fabricating glazing with plain
28 CSR NO [Link] 3513.00
/ obscured glass panes 5 mm thick and
39.29
approved type and quality and iron
oxidized fixtures and fastening oil paint
2 coats etc. complete.
Ground Floor 0.90 [Link] 3513.00 3161.70
Providing and fixing mild steel grill
work for windows, ventilators etc. 15
NMC
Kg/sqm as per drawing including
29 CSR NO [Link] 1776.00
fixtures, necessary welding and painting
40.02
with one coats of anticorrosive paint
and two coats of oil painting complete.
Ground Floor 9.00 [Link] 1776.00 15984.00
151 NMC, ENGINEER
Contractor / Bidder
Providing and applying three coats of
water proof cement paint of approved
manufacture and of approved colour to NMC
30 new plastered surfaces including CSR NO [Link] 108.00
scaffolding if necessary, cleaning and 35.15
preparing the surface, watering for two
days etc. complete.
Ground Floor 170.45 [Link] 108.00 18408.87
Above Terrace 45.23 [Link] 116.64 5275.04
Providing and applying Two coats of
wall care Putty on plastered surface and NMC
31 Ceiling and Walls to prepare surface CSR NO [Link] 93.00
even and smooth of approved make, etc 32.34
complete.
Ground Floor 310.45 [Link] 93.00 28871.44
Providing waterproofing in W.C. and
bath including brick bat coba in all
position including providing and laying
12mm bedding in cement mortor 1:3 on
vergin concrete slab with waterproofing
compound @ 1kg/per bag of cement
laying brick bat coba of required
thickness in cm 1:5 with waterproofing NMC
32 compound 1 kg/bag of cement grouting CSR NO Cu. Mt 6448.00
and finishing the top layer with 20mm 31.26
thick brick bedding in cm mortor 1:3
with waterproofing compound 1 kg/per
bag of cement and testing the treated
portion for 48 hours by pond test and
covering ten years' guarantee on
requisite stamp paper including curing
etc. complete.
Ground Floor 0.48 Cu. Mt 6448.00 3095.04
Providing waterproof plaster in W.C.
and bath 12 mm thick for dado in
cement mortar 1:3 with neat finishing,
floating using waterproofing compound NMC
33 at the rate of 1 Kilogram. per bag of CSR NO [Link] 417.00
cement of approved make and 31.06
manufacturer and curing etc. complete.
(Excluding Tiles) (As
directed by Engineer in Charge)
Ground Floor 11.52 [Link] 417.00 4803.84
152 NMC, ENGINEER
Contractor / Bidder
Providing and applying water proofing
treatment using acrylic polymer
modified cement based water proofing
coating with fibre glass mesh mixing at
the rate of powder to liquid (2:1) by NMC
34 weight covering 9 to 10 Square Metre CSR NO 640.00
/Kilogram with two coat using approved 31.09
chemicals for masonry and concrete
surface by brush covering 7 years
guarantee on Stamp Papers etc.
complete.
Terrace Floor 90.00 [Link] 691.20 62208.00
Providing and fixing European type
white glazed earthenware water closet
pan with UPVC seat and lid with
chromium plated brass hinges and
rubber buffers including UPVC and
vent pipe up to the outside face of wall
10 litre enameled low level flushing
cistern with fittings pipe stop tap
NMC
brackets for fixing cistern 32 mm dia.
35 CSR NO 2.00 Nos 12070.00 24140.00
UPVC flush pipe with fittings and
43.19
clamps,20 mm [Link] overflow pipe
,mosquito proof couplings G.I. chain
and pulley,with water Jet and fitting
including cutting and making good to
the walls and floors testing etc.
complete.(prior approval of sample and
brand by Ex. Engineer is necessary
before use)
Providing and fixing white glazed
earthenware Wash Hand Basin of 45cm
x 30cm size including cold water pillar
tap/cold and hot water pillar tap
NMC
brackets, rubber plugs and brass chain,
36 CSR NO 5.00 Nos 5985.00 29925.00
stop tap and necessary pipe connection
41.64
including P.V.C. waste pipe and trap up
to the outside face of the wall. Making
good the damaged surface, testing etc.
complete.
Providing and fixing Hand shower
(health faucet with 8mm dia.1m long
flexible tube having wall hook with SSR NO
37 approved make including necessary 2.00 Nos 1859.00 3718.00
48.29
sockets/union nut etc. complete as
directed by Engineer in charge.
153 NMC, ENGINEER
Contractor / Bidder
Providing and fixing [Link] way BIB
NMC
cock of approved make continental
38 CSR NO 2.00 Nos 1518.00 3036.00
including necessary sockets/union nut
42.80
etc. complete.
Providing and fixing 75 mm dia
stabiliser pipe/ P.V.C. soil vent/waste
NMC
pipe and with necessary fixtures and
39 CSR NO 15.00 Rmt 631.00 9465.00
fitting such as bends, tees, single
42.51
junctions, slotted vent, clamps
[Link]
Providing and fixing 100 mm dia
stabiliser pipe/ P.V.C. soil vent/waste
NMC
pipe and with necessary fixtures and
40 CSR NO 15.00 Rmt 820.00 12300.00
fitting such as bends, tees, single
42.52
junctions, slotted vent, clamps
[Link]
Providing and fixing 15 cm rigid PVC
Nahani trap including PVC grating,
bend, connecting piece of UPVC pipe
NMC
up to the outside face of wall ,making
41 CSR NO 4.00 Nos 594.00 2376.00
the good damaged surface and testing
43.18
etc. complete ( Prior approval of sample
and brand by Ex. Engr. is necessary
before use)
Providing and fixing P.V.C. Rain water
pipes of 110mm outer diameter and
having wall thickness of 2.2 to 2.7 mm
confirming toI.S. 13592-1992 including
proper rainwater receiving recess with
P.V.C. plug, bend, necessary fittings,
such as, offsets, shoes, inluding fixing
the pipe on wall using approved wooden
cleats projecting 25mm to 40mm from
NMC
face of wall a fixing with clips of
42 CSR NO 9.00 Rmt 592.00 5328.00
approved quality and number ,filingthe
42.87
joint using rubber gasket with solvent
cement and properly resting the shoe of
pipes on C.C. or masonry blocks,
including necessary scaffolding and
maintenance for 3 yrs for any leakages
or dislocations of pipes. All the P.V.C.
fittings and additional 2 piece socket
clips shall be got approved from
engineer in charge etc. complete
154 NMC, ENGINEER
Contractor / Bidder
Providing and fixing on
walls/ceiling/floor 20 mm dia. CPVC
pipe with necessary fittings, remaking
NMC
good the demolished portion etc.
43 CSR NO 20.00 Rmt 322.00 6440.00
complete. Including removing existing
42.56
pipe line if necessary and conveying
and stacking the same in PWD chowky
or as directed etc. complete.
Providing and fixing on
walls/ceiling/floor 25 mm dia. CPVC
pipe with necessary fittings, remaking
NMC
good the demolished portion etc.
44 CSR NO 6.00 Rmt 390.00 2340.00
complete. Including removing existing
42.57
pipe line if necessary and conveying
and stacking the same in PWD chowky
or as directed etc. complete.
Providing and fixing on
walls/ceiling/floor 32 mm dia. CPVC
pipe with necessary fittings, remaking
NMC
good the demolished portion etc.
45 CSR NO 15.00 Rmt 448.00 6720.00
complete. Including removing existing
42.58
pipe line if necessary and conveying
and stacking the same in PWD chowky
or as directed etc. complete.
Providing and fixing screw down for 20
NMC
mm dia. wheeled stop tap of brass
46 CSR NO 2.00 Nos 666.00 1332.00
including necessary sockets/union nut
41.44
complete.
Providing and fixing screw down for 32
NMC
mm dia. wheeled stop tap of brass
47 CSR NO 2.00 Nos 1021.00 2042.00
including necessary sockets/union nut
41.46
complete.
Providing and fixing H.D.P container
Syntex or alike one piece moulded
water tank made out of low density
polythyler and built corrugation NMC
48 including of delivery up to destination CSR NO 2000.00 Lit 11.00 22000.00
hoisting and fixing of 42.54
accessories such as inlet, outlet
overflow of all tanks capacity above
1000 to 20,000 litres(For WC Flushing)
Cost Of Community Hall 2805491
155 NMC, ENGINEER
Contractor / Bidder
ABSTRACT SHEET OF FIRE CONTROL ROOM
Sr
Description Item. No Qty Unit Rate Amount
No
Excavation for foundation in earth, soils
of all types, sand, gravel and soft
murum, including removing the
excavated material upto a distance of 50
m. beyond the building area and
NMC
stacking or spreading as directed,
1 CSR
dewaterin, preparing the bed for the
NO.
foundation and necessary back filling,
ramming, watering, including shoring
and strutting as necessary complete. (
[Link]. : Bd.A.1Page no 259/ CSR
Page No.150
whole building area ( 0 to 1.5 m. Depth) 21.02 18.36 Cu.M 215.00 3947.40
whole building area (1.5 to 3 m. Depth) 21.04 6.12 Cu.M 268.00 1640.16
Transportation of Material obtained NMC
from debries of various sorts including CSR
2 necessary excavation/loosing including [Link].34 18.36 Cu.M 213.00 3910.68
loading,unloading and conveying and 2 For 2
disposing as directed. KM
Providing soling using 80 mm size trap
NMC
metal in 15 cm. layer including filling
3 CSR NO 2.08 Cu.M 2862.00 5967.19
voids with Crushed sand/grit, ramming,
21.40
watering etc. complete.
156 NMC, ENGINEER
Contractor / Bidder
Providing and laying Cast in situ/Ready
Mix cement concrete in M15 of
trap/granite/quartzite/gneiss metal for
bed blocks, foundation blocks and such
other items including bailing out water,
Steel centering, formwork, laying/
pumping, compacting, roughening them
if special finish is to be provided,
finishing uneven and honeycombed
surface and curing etc. complete. The NMC
4 Cement Mortar 1:3 plaster is considered CSR NO 7373.00
for rendering uneven and honeycombed 24.08
surface only. Newly laid concrete shall
be covered by gunny bag, plastic,
tarpaulin etc. (Wooden centering will
not be allowed.), with fully automatic
microprocessor based PLC with
SCADA enabled reversible Drum Type
mixer/ concrete Batch mix plant(Pan
mixer) etc. complete. With fine
aggregate (Crushed sand VSI Grade)
Without SCADA 1.84 Cu.M 7247.00 13305.49
Filling in plinth and floors with
approved excavated material in 15cm. NMC
5 to 20cm. layers CSR NO 17.08 Cu.m 124.00 2117.35
including watering and compacting etc. 21.36
complete.
Filling in plinth and floors with
contractors material/brought from
outside and approved by Engineer NMC
6 incharge in layers of 15 cm to 20 cm CSR NO 1.08 Cu.M 1166.00 1259.64
including watering and compaction etc. 21.37
complete. Specification NO BDA 11
Page No 156
Providing preconstructional antitermite
treatment as per I.S. 6313 (Part-II) by
treating the bottom surface and sides of
NMC
excavation at the rate of 5 litres of
7 CSR NO 96.24 Sq.M 111.00 10682.64
emulsion concentrate of 1.0 percent of
21.22
chlorophyrifos per square meter of
surface area covering 10 years
guarantee on bond paper.
157 NMC, ENGINEER
Contractor / Bidder
Providing and laying Cast in situ/Ready
Mix cement concrete M-30 of trap /
granite /quartzite/ gneiss metal for
R.C.C. work in foundations like raft,
strip foundations, grillage and footings
of R.C.C. columns and steel stanchions
etc. including bailing out water, Steel
centering, formwork
,cover blocks, laying/pumping, NMC
8 compaction and curing roughening the CSR NO Cu.m 8499.00
surface if special finish is to be 25.15
provided (Excluding reinforcement and
structural steel) etc. complete, with
fully automatic micro processor based
PLC with SCADA enabled reversible
Drum Type mixer/ concrete Batch mix
plant (Pan mixer) etc. complete. With
fine aggregate (Crushed sand VSI
Grade)
Without SCADA 3.36 Cu.M 8373.00 28133.28
Providing and laying Cast in situ/Ready
Mix cement concrete M-30 of trap /
granite /quartzite/ gneiss metal for
R.C.C. columns as per detailed designs
and drawing or as directed including
centering, formwork, cover blocks,
laying/pumping, compaction finishing
the formed surfaces with cement mortar
1:3 of sufficient minimum thickness to NMC
9 give a smooth and even surface or CSR NO Cu.M 15452.00
roughening if special finish is to be 25.35
provided and curing etc.
complete,(Excluding reinforcement and
structural steel).with fully automatic
micro processor based PLC with
SCADA enabled reversible Drum Type
mixer/ concrete Batch mix plant (Pan
mixer) etc. complete. With natural
sand/V.S.I. quality Artificial Sand
Without SCADA 1.17 Cu.M 15326.00 17977.40
158 NMC, ENGINEER
Contractor / Bidder
Providing and laying Cast in situ/Ready
Mix cement concrete M-30 of trap /
granite /quartzite/ gneiss metal for
R.C.C. beams and lintels as per detailed
designs and drawings or as directed
including centering, formwork, cover
blocks, laying/pumping, compactionand
roughening the surface if special finish NMC
10 is to be provided and curing etc. CSR NO Cu.M 13876.00
complete. (Excluding reinforcement and 25.54
structural steel). with fully automatic
micro processor based PLC with
SCADA enabled reversible Drum Type
mixer/ concrete Batch mix plant (Pan
mixer) etc. complete. With natural
sand/V.S.I. quality Artificial Sand (in
plinth)
Without SCADA 13750.00
Plinth Beam 0.71 Cu.M 13750.00 9821.46
Floor Beam 0.71 Cu.M 13750.00 9821.46
Providing and laying Cast in situ/Ready
Mix cement concrete M-20 of trap/
granite/ quartzite/ gneiss metal for
R.C.C. chajja as per detailed design and
drawings including centering,
formwork, cover blocks compacting ,
curing , finishing and roughening the
NMC
surface if special finish is to be
11 CSR NO Cu.M 15225.00
provided and curing complete.
26.05
(Excluding reinforcement and structural
steel).with fully automatic micro
processor based PLC with SCADA
enabled reversible Drum Type mixer/
concrete Batch mix plant (Pan mixer)
etc. complete. With natural sand/V.S.I.
quality Artificial Sand
Without SCADA 0.17 Cu.M 15099.00 2637.64
159 NMC, ENGINEER
Contractor / Bidder
Providing and laying Cast in situ/Ready
Mix cement concrete M-30 of trap/
granite / quartzite/ gneiss metal for
R.C.C. slabs and landings as per
detailed designs and drawings including
centering, formwork, cover blocks,
laying/pumping, compactionfinishing
the formed surfaces with cement mortar
1:3 of sufficient minimum thickness to NMC
12 give a smooth and even surface or CSR NO 15607.00
roughening if special finish is to be 25.74
provided and curing etc.
complete,(Excluding reinforcement and
structural steel).with fully automatic
micro processor based PLC with
SCADA enabled reversible Drum Type
mixer/ concrete Batch mix plant (Pan
mixer) etc. complete. With natural
sand/V.S.I. quality Artificial Sand
Without SCADA 2.14 Cu.M 15481.00 33079.34
Providing and fixing in position TMT -
FE - 500 bar reinforcement of various
diameters for R.C.C. pile caps, footings,
foundations, slabs, beams columns,
canopies, staircase, newels, chajjas, NMC
13 lintels pardis, copings, fins, arches etc. CSR NO MT 93376.00
as per detailed designs, drawings and 26.33
schedules. including cutting, bending,
hooking the bars, binding with wires or
tack welding and supporting as required
complet
Upto plinth and Floor 0.90 MT 93376.00 84136.28
Providing and constructing masonry in
Autoclaved Areaclaved ( Celluar)
Concrete Block of aproved
manufacturer confirming to IS 2185
Part III 1984 of size ( NMC
14 625x240x225)mm in extra fine jointing CSR NO Cu.M 8096.00
mortar of fixoblock of Ultra Tech or 29.05
equivalent in superstucture
including,striking joints,racking out
joints watering and scaffolding
[Link]
Ground Floor 4.07 Cu.M 8096.00 32912.91
160 NMC, ENGINEER
Contractor / Bidder
Providing sand faced plaster externally
in cement mortar using approved
screened sand, in all positions including
base coat of 15 mm thick in cement
mortar 1:4 using waterproofing
compound at 1 kg per cement bag NMC
15 curing the same for not less than 2 days CSR NO [Link] 680.00
and keeping the surface of the base coat 32.11
rough to receive the sand faced
treatment 6 to 8 mm thick in cement
mortar 1:4 finishing the surface by
taking out grains and curing for
fourteen days scaffolding [Link].
Stilt Floor 71.65 [Link] 680.00 48720.50
Providing internal cement plaster 12mm
thick in single coat in cement mortar NMC
16 1:5 without neeru finish to concrete or CSR NO [Link] 293.00
brick surfaces, in all positions including 32.03
scaffolding and curing [Link].
Ground Floor 27.91 [Link] 293.00 8177.84
Providing internal cement plaster 6 mm
thick in a single coat in cement mortar NMC
17 1:4 without neeru finish to concrete CSR NO [Link] 223.00
surface in all positions including 32.02
scaffolding and curing etc. complete.
Ground Floor 8.72 [Link] 223.00 1943.69
Providing and laying vitrified mirror /
glossy finish tiles decorative type
having size 590 mm to 605 mm x 590
mm to 605 mm of 8 to 10 mm thickness
and confirming to IS. 15622-2006 ( NMC
18 group Bla) of approved make, shade CSR NO [Link] 1238.00
and pattern for flooring in required 33.4
position laid on a bed of 1:4 cement
mortar including neat cement float,
filling joints, curing and clearing etc.
complete. a) Flooring
Ground Floor 7.56 [Link] 1238.00 9362.38
161 NMC, ENGINEER
Contractor / Bidder
Providing and laying vitrified mirror /
glossy finish tiles having size 590 mm
to 605 mm x 590 mm to 605 mm of 8 to
10 mm thickness and confirming to IS.
15622-2006 ( group Bla) of approved NMC
19 make, shade and pattern for dado and CSR NO [Link] 1316.00
skirting in required position fixed in 1:4 33.41
cement
mortar including neat cement float,
filling joints, curing and clearing etc.
complete
Ground Floor 0.83 [Link] 1316.00 1085.70
Providing and fixing solid core flush
door shutter in single leaf 32 mm thick
decorative type of exterior grade as per
detailed drawings approved face
veneers 3 mm thick on both faces or as
NMC
directed, all necessary beads, mouldings
20 CSR NO [Link] 5026.00
and lipping, wrought iron hold fasts,
39.09
chromium plated fixtures and
fastenings, with brass mortise lock,
chromium plated handles on both sides,
and finishing with French Polish etc.
complete.
Ground Floor 2.21 [Link] 5026.00 11082.33
Providing and fixing mild steel grill
work for windows, ventilators etc. 15
NMC
Kg/sqm as per drawing including
21 CSR NO
fixtures, necessary welding and painting
40.02
with one coats of anticorrosive paint
and two coats of oil painting complete.
Ground Floor 1.80 [Link] 1776.00 3196.80
Providing and applying three coats of
water proof cement paint of approved
manufacture and
NMC
of approved colour to new plastered
22 CSR NO [Link] 108.00
surfaces including scaffolding if
35.15
necessary, cleaning and
preparing the surface, watering for two
days etc. complete.
Ground Floor 71.65 [Link] 108.00 7737.96
162 NMC, ENGINEER
Contractor / Bidder
Providing and applying Two coats of
wall care Putty on plastered surface and NMC
23 Ceiling and Walls to prepare surface CSR NO [Link] 93.00
even and smooth of approved make, etc 32.34
complete.
Ground Floor 36.63 [Link] 93.00 3406.29
Providing and applying water proofing
treatment using acrylic polymer
modified cement based water proofing
coating with fibre glass mesh mixing at
the rate of powder to liquid (2:1) by NMC
24 weight covering 9 to 10 Square Metre CSR NO 640.00
/Kilogram with two coat using 31.09
approved chemicals for masonry and
concrete surface by brush covering 7
years guarantee on Stamp Papers etc.
complete.
Terrace Floor 10.00 [Link] 640.00 6400.00
COST OF CIVIL WORK OF FIRE CONTROL ROOM 362463.82
163 NMC, ENGINEER
Contractor / Bidder
ESTIMATE- TYPICAL FLATS
Sr. No Particulars of item Item No. Qty. Rate Unit Amount
INTERNAL ELECTRIFICATION
Point wiring for light/bell concealed
type in min 20 mm FRLS grade
HMS PVC conduit with 1.5 [Link].
(2+1E) FRLSH grade copper wires,
modular
1 1-7-5 16 717.00 Point 11472.00
type switch, earthing and required
accessories as per specification No:
WGPW/ CW. (TUBELIGHT-5
WALL-8 BELL-1 2WAY-01 EX
FAN-3)
2WAYPoint wiring for light/bell
concealed type in min 20 mm FRLS
grade HMS PVC conduit with 1.5
[Link]. (2+1E) FRLSH grade 1-7-5
2 1 1075.50 Point 1075.50
copper wires, modular type switch, NOTE 3
earthing and required accessories as
per specification No: WGPW/
CW. (WALL-1)
Point wiring for ceiling fan
concealed type in min 20 mm FRLS
grade HMS PVC conduit with 1.5
[Link]. (2+1E) FRLSH grade
3 1-7-6 4 803.00 Point 3212.00
copper wires, modular type switch,
earthing and required accessories as
per specification No: WGPW/
CW(Ceiling fan Point-4
Wiring for plug on board with
Switch socket surface/concealed
4 type, copper wiring and earthing 1-7-26 6 386.00 Point 2316.00
and with modular accessories as per
specification No: WGPW/ CW
Supplying and erecting unbreakable
concealed type modular switch box
with double mounting plate for 2
module duly erected flush to wall
5 1-6-35 4 221.00 Each 884.00
with required chiselling and
finishing with cement mortar / POP
as per required to match the
background.(GYSER-2)
Supplying and erecting modular
type D.P. switch 32A with
indicator, duly erected on provided
6 1-6-8 2 210.00 Each 420.00
plate and box with wiring
connections complete. (for Geyser
switch- 2).
164 NMC, ENGINEER
Contractor / Bidder
Supplying and erecting modular
type 3 pin 6 / 16A multi socket with
safety shutter, duly erected on
7 1-6-11 9 160.00 Each 1440.00
provided plate and box with wiring
connections complete... (For Geyser
Socket-2 in each flat- power-7 ).
Supplying and erecting unbreakable
concealed type modular switch box
with double mounting plate for 3
module duly erected flush to wall
8 1-6-36 8 250.00 Each 2000.00
with required chiselling and
finishing with cement mortar / POP
as per required to match the
background.. (Power-7 ip-1).
Supplying and erecting modular
type switch 16A duly erected on
9 1-6-2 7 106.00 Each 742.00
provided plate and box with wiring
connections complete.. (Power-7+).
Supplying and erecting modular
type switch 6A / 10A duly erected
10 on provided plate and box with 1-6-1 3 72.00 Each 216.00
wiring connections complete.
(IP1+tv-1 )
Supplying and erecting modular
type 3 pin 6A multi socket with
11 safety shutter, duly erected on 1-6-10 3 112.00 Each 336.00
provided plate and box with wiring
connections complete. (IP1+tv-1 )
Supplying and erecting unbreakable
concealed type modular switch box
with double mounting plate for 6
module duly erected flush to wall
12 1-6-38 1 335.00 Each 335.00
with required chiselling and
finishing with cement mortar / POP
as per required to match the
background..(TV=1 )
Supplying and erecting unbreakable
concealed type modular switch box
with double mounting plate for 1
module duly erected flush to wall
13 1-6-34 1 220.00 Each 220.00
with required chiselling and
finishing with cement mortar / POP
as per required to match the
background. (TV cable socket).
Supplying and erecting modular
type T.V. socket single outlet, duly
14 1-6-14 1 95.00 Each 95.00
erected on provided plate and box
with wiring connections complete.
165 NMC, ENGINEER
Contractor / Bidder
Supplying and erecting mains with
2x1.5 [Link] FRLSH copper PVC
insulated wire laid in provided
conduit/trunking/inside pole/Bus
15 bars or any other places as per 1-3-1 10 40.00 Mtrs 400.00
specification No: WG-MA/BW
(bunch of wire for Light point
above 6 mtr extra circuit).
(Concealed)
Supplying and erecting mains with
2x1.5 [Link] FRLSH copper PVC
insulated wire laid in provided
16 1-3-1 40 40.00 Mtrs 1600.00
conduit/trunking/inside pole/Bus
bars or any other places as per
specification No: WG-MA/BW
Supplying and erecting mains with
1x1.5 [Link] FRLSH copper PVC
insulated wire laid in provided
1-3-1
17 conduit/trunking/inside pole/Bus 40 20.00 Mtrs 800.00
NOTE-3
bars or any other places as per
specification No: WG-MA/BW (For
Earth- green color for
Supplying and erecting mains with
2x2.5 [Link] FRLSH copper PVC
insulated wire laid in provided
18 conduit/trunking/inside pole/Bus 1-3-2 55 62.00 Mtrs 3410.00
bars or any other places. as per
specification No: WG-MA/BW(for
power & IP comp board circuit)
Supplying and erecting mains with
1x2.5 [Link] FRLSH copper PVC
insulated wire laid in provided
conduit/trunking/inside pole/Bus 1-3-2 (note-
19 55 31.00 Mtrs 1705.00
bars or any other places. as per 3)
specification No: WG-MA/BW(for
power & IP comp board circuit) (
Rate reference taken from Note-1)
Supplying and erecting mains with
2x4 [Link] FRLSH copper PVC
insulated wire laid in provided
20 conduit/trunking/inside pole/Bus 1-3-3 20 89.00 Mtrs 1780.00
bars or any other places. as per
specification No: WG-MA/BW (
FOR gyser CIRCUIT)
Supplying and erecting mains with
1x4 [Link] FRLSH copper PVC
insulated wire laid in provided
1-3-3 (note-
21 conduit/trunking/inside pole/Bus 20 44.50 Mtrs 890.00
3
bars or any other places. as per
specification No: WG-MA/BW (
FOR gyser CIRCUIT)
166 NMC, ENGINEER
Contractor / Bidder
Supplying and erecting mains with 2x6
[Link] FRLSH copper PVC
insulated wire laid in provided 1-3-4 (note-
22 32 264.00 Mtrs 8448.00
conduit/trunking/inside pole/Bus bars 3)
or any other places. as per specification
No: WG-MA/BW
Supplying and erecting mains with 1x6
[Link] FRLSH copper PVC
insulated wire laid in provided 1-3-4 (note-
23 32 66.00 Mtrs 2112.00
conduit/trunking/inside pole/Bus bars 3)
or any other places. as per specification
No: WG-MA/BW
Supplying and erecting HMS PVC
conduit FRLS grade 25 mm dia.
With necessary accessories in
24 1-1-9 55 127.00 Mtrs 6985.00
wall/floor with chiselling
appropriately as per specification
No: WG-MA/CC.
Supplying and erecting HMS PVC
conduit FRLS grade 20 mm dia.
With necessary accessories in
25 1-1-7 55 113.00 Mtrs 6215.00
wall/floor with chiselling
appropriately as per specification
No: WG-MA/CC.
Supplying, erecting & marking
SPMCB 6A to 32A, C-series with
rated short - circuit breaking
26 capacity (Icn) 10kA in provided 5-3-2 6 174.00 Each 1044.00
distribution board as per
specification no. SW-SWR/MCB
(10A-2, 16A-7)
Supplying, erecting & marking
SPMCB 6A to 32A, B-series with
rated short - circuit breaking
27 capacity (Icn) 10kA in provided 5-3-3 4 173.00 Each 692.00
distribution board as per
specification no. SW-SWR/MCB
(6A-1).
Supplying and erecting single pole
and neutral distribution board
(SPNDB), with 2 ways for incoming
and 10 ways (10 poles) for outgoing
28 SP MCBs, with door, 1.2mm thickness
5-4-9 1 1495.00 Each 1495.00
surface / flush mounted, IP 43
Protection on iron / GI frame as per
specification no. SW-SWR/MCBDB
Total Amount of 1 FLAT 62339.50
TOTAL NO OF FLAT IN 1
28 1745506.00
BUILDING
COMMON INTERNAL ELECTRICAL
Sr. No Particulars of item Item No. Qty. Rate Unit Amount
COMMON INTERNAL
ELECTRICAL FOR BUILDING
167 NMC, ENGINEER
Contractor / Bidder
Point wiring for light/bell concealed
type in min 20 mm FRLS grade
HMS PVC conduit with 1.5 [Link].
(2+1E) FRLSH grade copper wires,
modular type switch, earthing and
29 1-7-5 34 717.00 Point 24378.00
required accessories as per
specification No: WGPW/CW.
(TUBELIGHT-32 WALL
LIGHT-2 OUTDOOR-8 2WAY-
8)
Point wiring for ceiling fan
concealed type in min 20 mm FRLS
grade HMS PVC conduit with 1.5
[Link]. (2+1E) FRLSH grade
30 1-7-6 2 803.00 Point 1606.00
copper wires, modular type switch,
earthing and required accessories as
per specification No:
WGPW/CW(Ceiling fan Point-2)
2WAYPoint wiring for light/bell
concealed type in min 20 mm FRLS
grade HMS PVC conduit with 1.5
1-7-5
31 [Link]. (2+1E) FRLSH grade 8 1075.50 Point 8604.00
NOTE 3
copper wires, modular type switch,
earthing and required accessories as
per specification No: WGPW/CW.
Secondary point wiring for
additional light/ bell point,
concealed type in min 20 mm FRLS
32 grade PVC conduit with 1.5 [Link]. 1-7-22 8 204.00 Point 1632.00
(2+1E) FRLSH grade copper wires
with required accessories as per
specification No: WG-PW/CW
Wiring for plug on board with
Switch socket surface/concealed
33 type, copper wiring and earthing 1-7-26 4 386.00 Point 1544.00
and with modular accessories as per
specification No: WGPW/ CW
Supplying and erecting modular
type 3 pin 6 / 16A multi socket with
34 safety shutter, duly erected on 1-6-11 2 160.00 Each 320.00
provided plate and box with wiring
connections complete..
Supplying and erecting unbreakable
concealed type modular switch box
with double mounting plate for 3
module duly erected flush to wall
35 1-6-36 2 250.00 Each 500.00
with required chiselling and
finishing with cement mortar / POP
as per required to match the
background. (Power-4).
Supplying and erecting modular
type switch 16A duly erected on
36 1-6-2 2 106.00 Each 212.00
provided plate and box with wiring
connections complete..
168 NMC, ENGINEER
Contractor / Bidder
Supplying and erecting mains with
2x1.5 [Link] FRLSH copper PVC
insulated wire laid in provided
conduit/trunking/inside pole/Bus
37 bars or any other places as per 1-3-1 40 40.00 Mtrs 1600.00
specification No: WG-MA/BW
(bunch of wire for Light point
above 6 mtr extra circuit).
(Concealed)
Supplying and erecting mains with
2x1.5 [Link] FRLSH copper PVC
insulated wire laid in provided
38 conduit/trunking/inside pole/Bus 1-3-1 120 40.00 Mtrs 4800.00
bars or any other places as per
specification No: WG-MA/BW
(FOR SB CIRCUIT)
Supplying and erecting mains with
1x1.5 [Link] FRLSH copper PVC
insulated wire laid in provided
1-3-1
39 conduit/trunking/inside pole/Bus 120 20.00 Mtrs 2400.00
NOTE-3
bars or any other places as per
specification No: WG-MA/BW (For
Earth- green color for
Supplying and erecting mains with
2x2.5 [Link] FRLSH copper PVC
insulated wire laid in provided
40 conduit/trunking/inside pole/Bus 1-3-2 60 62.00 Mtrs 3720.00
bars or any other places. as per
specification No: WG-MA/BW(for
power & IP comp board circuit)
Supplying and erecting mains with
1x2.5 [Link] FRLSH copper PVC
insulated wire laid in provided
1-3-3
41 conduit/trunking/inside pole/Bus 60 31.00 Mtrs 1860.00
NOTE-3
bars or any other places. as per
specification No: WG-MA/BW(for
power & IP comp board circuit)
Supplying and erecting HMS PVC
conduit FRLS grade 25 mm dia.
With necessary accessories in
42 1-1-9 110 127.00 Mtrs 13970.00
wall/floor with chiselling
appropriately as per specification
No: WG-MA/CC.
Supplying and erecting HMS PVC
conduit FRLS grade 20 mm dia.
With necessary accessories in
43 1-1-7 55 113.00 Mtrs 6215.00
wall/floor with chiselling
appropriately as per specification
No: WG-MA/CC.
169 NMC, ENGINEER
Contractor / Bidder
Supplying and erecting anodized
aluminium corridor / passage light
LED fitting (4 feet) Max. 22W with
high transitivity diffuser with system
lumens output of Min.2200 lumens ,
min. efficacy of 100 lumen/W, CRI>80,
CCT upto 6000K, Beam Angle of 110
44 deg., Ripple<5%, THD<10%, p.f.
2-1-18 32 797.00 Each 25504.00
>0.95, operating range of 200-270V,
surge protection of 2 kV, Life class of
50,000 Hrs. at L70B50, including
driver, with end caps on provided PVC
Block / wooden board with 3 years
warranty.
Supplying and erecting energy
saving ceiling fan 230 V A.C. 50
45 cycles 1200 2-10-21 2 2397.00 Each 4794.00
mm complete erected in position as
per specification no. FG-FN/CF
Supplying and erecting fan hook
box of 10 mm M.S. round bar
bounded to the R.C.C. bars upto 50
mm length each side and pierced
through a 16 S.W.G. thick
aluminium/M.S. Bowl 100 mm dia.
or equivalent square size and having
46 depth upto 75 mm complete erected 2-11-5 2 176.00 Each 352.00
with duly painted by one coat of red
oxide paint
and two coats of paint erected in
position and without any leakage of
slurry of cement concrete on either
side of the box and positioned to the
bottom level of the slab.
Supplying and erecting fresh air
cum exhaust fan of light duty 250 V
47 A.C. 50 cycles 225mm. 1400 RPM 2-10-14 1 1464.00 Each 1464.00
rust proof body & blades, wire
mesh, duly erected, complete.
Supplying & erecting 5W-7W,
48 230V integral type LED Lamp 2-8-10 2 141.00 Each 282.00
suitable for B-22 / E-27 base.
Supplying and erecting street light
Wall bracket made from 40 mm. dia
49 ‘ G.I. pipe 1.2 m. in total length 2-7-4 8 822.00 Each 6576.00
complete as per specification no.
FG-BKT/WB
170 NMC, ENGINEER
Contractor / Bidder
Supplying and erecting integrated
LED street light fitting 23 to 25W
IP65 & IK08 class having single
piece pressure die-cast aluminium
housing, having system lumens
output of Min. 2300 Lumens, min.
efficacy of 100 lumen/W, CRI>70,
50 2-4-2 8 2090.00 Each 16720.00
CCT upto 6500K, THD<10%, p.f.
>0.95, operating range of 140-
270V, inbuilt surge protection of 10
kV, Life class of 50,000 Hrs. at
L70B50, including driver complete
with 3Years warranty as per
specification No FG-ODF/FLS2.
Supplying, installation and testing
of maintenance free earthing
comprising of Electrode of 17.2 mm
diameter Low Carbon Steel with
250 micron molecular copper
bonded earthing rod of Length 3m
along with 25 kg Carbon based
environment friendly back fill
ground enhancing compound
required to fill up the
51 9-1-5 6 13805.00 Each 82830.00
excavated earth with required
quantity complete, and recording
the results Specification no. EA-
MOBI (2 nOS. For Lightening
Arrester & 1 No. for Panel) (Safe
Erthing Electrode Kit)
(Maintanance free Earthing) (pH
value : 6.9 - 7.2 of 1000gm/ lit at 20
degree Celcius) ( Panel-2 DUCT-2
LPS-2 )
Supplying and erecting GI strip of
high purity required size used for
earthing on wall and/or any other
purpose with necessary GI clamps
52 9-2-3 20 222.00 kg 4440.00
fixed on wall painted with
bituminous paint with joints
required. As per specification no
EA-EP.
Supplying, erecting & terminating FR
XLPE insulated, galvanised steel
formed wire armoured (strip) cable
1100 V, 4 core 4 sq. mm. copper
53 7-2-31 40 297.00 Mtrs 11880.00
conductor complete erected with
glands & lugs, on wall/ trusses/ pole or
laid in provided trench/ pipe as per
specification no. CB-LT/CU
171 NMC, ENGINEER
Contractor / Bidder
Supplying, erecting & terminating
FR XLPE insulated, galvanised
steel formed wire armoured (strip)
cable 1100 V, 4 core 6 sq. mm.
54 7-2-32 30 396.00 Mtrs 11880.00
copper conductor complete erected
with glands & lugs, on wall/ trusses/
pole or laid in provided trench/ pipe
as per specification no. CB-LT/CU
Supplying and erecting mains with
1x2.5 [Link] FRLSH copper PVC
insulated wire laid in provided
1-3-2
55 conduit/trunking/inside pole/Bus 30 31.00 Mtrs 930.00
NOTE-3
bars or any other places. as per
specification No: WG-MA/B(for
power & IP comp board circuit)
Supplying and laying HMS PVC
conduit FRLS grade 20 mm dia.
56 with necessary accessories in RCC 1-1-8 24 99.00 Mtrs 2376.00
work/false ceiling/false flooring as
per specification No. WG-MA/CC.
Supplying, erecting & terminating
FR XLPE insulated, galvanised
steel formed wire armoured (strip)
cable 1100 V, 4 core 10 sq. mm.
57 7-2-33 20 603.00 Mtrs 12060.00
copper conductor complete erected
with glands & lugs, on wall/ trusses/
pole or laid in provided trench/ pipe
as per specification no. CB-LT/CU
Providing & erecting hot dipped
galvanised ladder type cable tray
manufactured from 16 SWG (1.6
58 mm thick) GI sheet of 300 mm 7-11-8 3 870.00 Mtrs 2610.00
width & 75 mm height complete
with necessary coupler plates &
hardware..
Supplying & erecting Minimum
three & above star rated Centrifugal
water pump (Monoblock), 415V, three
phase 50 cycles A.C. supply of 2.25
KW/3 HP with discharge 600/110
59 12-1-7 2 21749 Each 43498.00
Litres per Minute (LPM) for head of
13/43 m and 65 mm suction/ 50 mm
delivery pipe on provided C.C.
foundation as per specification No.
WP-CGP
172 NMC, ENGINEER
Contractor / Bidder
Supplying & erecting automatic
control panel for 3 Phase , 415 volt,
A.C, Submersible/centrifugal pump
set up to 7.5 HP consisting of DOL
starter having relay range 9-14
AMP,S.P.P., Combined ammeter/
60 12-4-17 2 6063 Each 12126.00
voltmeter, phase indicating lamp
enclosed in CRCA powder coated
Vibration proof enclosure with IP 54
protection. Control Panel should offer
single phasing, phase reversal, phase
imbalance etc .
Making cement concrete foundation 16-3-5
in [Link] cement concrete with
61 foundation bolts and nuts complete. 2 5011 m3 10,022.00
(cost of wooden box is included) (for
pumps).
Supplying & erecting Water level
controller 230/415 V, A.C. , Four way
62 12-4-17 2 1356 Each 2712.00
under ground & Over head tank
operation only.
Supplying & erecting co-axial
copper cable low voltage grade tri-
63 shielded RG- 11 as per specification 1-8-18 1120 70.00 Mtrs 78400.00
No. WG-TW (Flat Hall TV point to
terracde)
Supplying and laying HMS PVC
conduit FRLS grade 25 mm dia
with necessary accessories in RCC
work/false ceiling/false flooring as
64 1-1-10 896 117.00 Mtrs 104832.00
per specification No. WG-MA/CC.,
para no. 1.2.1 (for TV co-axial
cable/ Telephone wiring).
(Concealed)
Supplying, installing, testing and
commissioning of FPC solar water
heating system without heat exchanger
type of 300 LPD capacity with SS
65 water tank of 0.5 mm thickness
4-1-3 4 63805 each 255220.00
conforming to IS1239 Part-I :2004
complete as per specification no. ESD-
SHWS-FPC
Supplying and erecting GI pipe 25 mm
dia B class 4.05 mm thickness with
66 resin bonded flap rock wool /glass wool m 20 467 Mtrs 9340.00
insulation, with necessary material as
per specification No. ESD-HWP/TGP
Supplying and erecting GI pipe 32 mm
dia B class 4.05 mm thickness with
67 resin bonded flap rock wool /glass wool m 10 554 Mtrs 5540.00
insulation, with necessary material as
per specification No. ESD-HWP/TGP
Supplying and erecting GI pipe 40 mm
dia B class 4.05 mm thickness with
68 resin bonded flap rock wool /glass wool m 6 619 Mtrs 3714.00
insulation, with necessary material as
per specification No. ESD-HWP/TGP
TOTAL 783463.00
173 NMC, ENGINEER
Contractor / Bidder
METER PANEL-1
[Link]. Particulars of item C.S.R. Nos. Qty. Rate Unit Amount
METER PANEL-1 (For 28+1
Nos. Energy Meter)
Supplying and erecting metal work
in CRCA sheet including Iron work
for supports with fabrication of
boxes, panel boards, etc. including
cutting, bending, drilling, welding,
riveting, treated with anti-rust
treatment and duly powder coated
69 6-1-1 320 249.00 kg 79680.00
or painted with one coat of red lead
paint and 2 coats of enamel paint
complete. (in an approved manner).
(above rates shall be inclusive of
work along with angle iron work
and erection for Panel). (as per
attached drawing)
Supplying and erecting iron work,
sheet metal work consisting of
CRCA sheets, various sections of
iron, plates, chequered plates, rods,
bars, MS pipes, etc. for panel board
or any other purpose with bending,
70 cutting, drilling and welding 6-1-19 40 186.00 Each 7440.00
complete erected at the position
with necessary materials duly
painted with one coat of red oxide
and two coats of enamel paint to
match the switchgears or as per
directions by the authority.
Supplying and erecting panel
mounting type digital voltmeter
having three and half digit LED
display, calibrated for 0 to 750V
AC suitable to operate on 500V
71 having accuracy class of 0.5 ,AC 6-3-8 1 1672.00 Each 1672.00
supply with necessary PVC wire
leads and lugs and mounting
hardware on provided panel
complete with calibration certificate
from manufacturer.
174 NMC, ENGINEER
Contractor / Bidder
Supplying and erecting panel
mounting type digital ammeter
having three and half digit LED
display, external CT operated,
calibrated for suitable to operate on
500V, 0 to 1000A having accuracy
72 6-3-7 1 2034.00 Each 2034.00
class of 0.5, AC supply with
necessary PVC wire leads and lugs
and mounting hardware on provided
panel
complete with calibration certificate
from manufacturer.
Supplying and erecting selector
switch suitable for
voltmeter/ammeter for 3 phase AC
73 supply 500V, 50Hz, on provided 6-5-1 2 334.00 Each 668.00
box / panel and duly connecting
with necessary PVC wire leads and
lugs.
Supplying & erecting LED type
indicating pilot lamp with LED
colours red / yellow / green, 230 /
74 6-5-5 2 248.00 Each 496.00
250V on provided box / panel with
necessary material, wiring &
connections etc.
Supplying & erecting LED type
indicating pilot lamp with LED
75 colour blue, 230 / 250 V on 6-5-6 1 354.00 Each 354.00
provided box / panel with necessary
material, wiring & connections etc.
Supplying and erecting LT current
transformer with bar primary 50/5
to 1000/5 ratio with 15 VA burden
76 erected in provided CRCA box duly 6-5-2 3 1027.00 Each 3081.00
secured with insulating materials
connected to the meter with test
certificates.
Providing & erecting 4 Pole MCCB,
415V, 200A, rated short-circuit
breaking capacity 25 kA (Ics=100% of
Icu), adjustable thermal (overload)
setting and adjustable magnetic setting
with provided leads, provision for
77 installation of shunt/UV/trip alarm
5-5-2 1 12768.00 Each 12768.00
contact and MCCB should have phase
barriers both sides, with insulation
withstand capacity 800V, no line-load
bias in provided enclosure/panel as per
specification no. SW-SWR/MCCB
Supplying and erecting terminal
78 spreaders suitable for 4 pole, up to 5-11-6 1 320.00 Each 320.00
100A MCCB (Set of 8)
Supplying and erecting terminal
79 spreaders suitable for 4 pole, above 5-11-7 1 1164.00 Each 1164.00
100A up to 250A MCCB (Set of 8)
175 NMC, ENGINEER
Contractor / Bidder
Supplying and erecting extended
rotary handle for MCCB with
80 5-11-14 2 1255.00 Each 2510.00
adjustable telescopic rod suitable
for up to 250A MCCB.
Supplying and erecting of any size
electrolyte aluminium patti or bar in
bus bar chamber / in panel or any
other purpose, 500 V with require
capacity 99.9% aluminium purity
with E91E Grade as per IS 5082 &
81 6-2-11 15 691.00 kg 10365.00
Current Density 0.8 A per sq. mm.
with fixing arrangement (like lug or
bottle type lug) to both the end with
high grade polyolefin insulation
sleeve complete as per specification
no. BCPBB
Supplying and erecting self-locking
arrangement with keys in duplicate,
made of brass of grade 1
82 6-1-20 48 290.00 Each 13920.00
compliance to IS 729-1979 duly
erected, flush with surface of panel /
cupboard
Supplying, erecting & marking
TPMCB 6A to 32A, with rated
short - circuit breaking capacity
83 5-3-10 2 751.00 Each 1502.00
(Icn) 10kA in provided distribution
board as per specification no. SW-
SWR/MCB
Supplying, erecting & marking
TPMCB 40A to 63A, with rated short
84 - circuit breaking capacity (Icn) 5-3-11 1 992.00 Each 992.00
10kA in provided distribution board as
per specification no. SW-SWR/MCB
Supplying, erecting & marking
DPMCB 40A to 63A, C-series with
rated short - circuit breaking
85 capacity (Icn) 10kA in provided
5-3-8 28 713.00 Each 19964.00
distribution board as per specification
no. SW-SWR/MCB
Supplying, fixing and commissioning 4 5-6-14
pole RCBO 63A, with overcurrent,
rated short-circuit breaking capacity
(10 kA) and earth leakage protection,
86 with 30/100/300 mA sensitivity and
1 4666.00 Each 4666.00
short circuit and earth leakage trip
indication as per specification no SW-
RCCB/RCBO
Supplying, erecting & commissioning
4 pole RCCB 100A, electromagnetic
type with 30/100/300 mA sensitivity
87 with earth leakage trip indication
5-6-8 0 5433.00 Each 0.00
complete as per specification no. SW-
RCCB/RCCB
176 NMC, ENGINEER
Contractor / Bidder
Supplying, erecting & marking
SPMCB 6A to 32A, C-series with
rated short - circuit breaking
88 capacity (Icn) 10kA in provided 5-3-2 34 174.00 Each 5916.00
distribution board as per
specification no. SW-SWR/MCB
(10A-2, 16A-7)
Supplying, erecting & terminating
FR XLPE insulated, galvanised
steel formed wire armoured (strip)
cable 1100 V, 4 core 16 sq. mm.
89 aluminium conductor complete 7-1-29 10 211.00 Mtrs 2110.00
erected with glands & lugs, on wall/
trusses/pole or laid in provided
trench/ pipe as per specification no.
CB-LT/AL
Supplying, installation & marking of
surge arrestor/ surge protection
device at the sub main distribution
board after the incoming breaker of
90 type 2 tested for Imax 15 kA for
6-6-7 1 10169 Each 10169.00
three phase and neutral with
compliance to IEC 61643-11 as per
specification no. CP-SPD
Supplying and erecting ON LOAD
four pole automatic transfer switch,
415V, 100-125A, 50 Hz with
enclosure, flexibility of neutral
connection, line and load reversibility,
changeover with phase barriers, source
separator, terminal covers along with
91 staggered termination for cable 5-1-10 1 37171.00 Mtrs 37171.00
connection and ATS controller with
provision of time delay protection of
OV, UV, phase sequence changing,
single phasing and event logging,
connected with provided leads
complete complying to IS/IEC 60947-3
Part-1/6 .
TOTAL 218962.00
TOTAL NO OF PANEL 1 218962.00
LIFT (1 Nos. Lift in 1 Building) GROUND +7TH FLOOR
[Link]. Particulars of item C.S.R. Nos. Qty. Rate Unit Amount
Point wiring for light/bell concealed
type in min 20 mm FRLS grade
HMS PVC conduit with 1.5 [Link].
92 (2+1E) FRLSH grade copper wires, 1-7-5 9 717.00 Each 6453.00
modular type switch, earthing and
required accessories as per
specification No: WGPW/ CW
177 NMC, ENGINEER
Contractor / Bidder
Wiring for plug on board with flush
Switch socket, copper wiring and
earthing as per specification
93 1-7-25 9 116.00 Each 1044.00
No:WG-PW/SW (1 socket Point in
each lift shaft & 1 Nos. in each
Lift room)
Supplying, erecting & terminating
FR XLPE insulated, galvanised
steel formed wire armoured (strip)
cable 1100 V, 4 core 6 sq. mm.
94 7-2-32 45 396.00 Mtr 17820.00
copper conductor complete erected
with glands & lugs, on wall/ trusses/
pole or laid in provided trench/ pipe
as per specification no. CB-LT/CU
Supplying, erecting & terminating
FR XLPE insulated, galvanised
steel formed wire armoured (strip)
cable 1100 V, 3 core 2.5 sq. mm.
95 7-2-14 45 173.00 Mtr 7785.00
copper conductor complete erected
with glands & lugs, on wall/ trusses/
pole or laid in provided trench/ pipe
as per specification no. CB-LT/CU
Providing earthing with copper
earth plate size 30 x 30 x 0.315 cm
96 complete with all materials, testing 9-1-2 2 6486.00 Each 12972.00
& recording the results as per
specification no. EA-EP
Supplying and erecting annealed
bare copper wire of high purity of
required sizes used for earthing on
97 9-2-4 10 844.00 kg 8440.00
wall with necessary copper clamps
fixed on wall/cable/conduit with
screws complete.
Supplying and erecting mains with
2x2.5 [Link] FRLSH copper PVC
insulated wire laid in provided
conduit/trunking/inside pole/Bus
98 1-3-2 45 62.00 Mtrs 2790.00
bars or any other places. as per
specification No: WG-MA/BW(for
lift room switch board & lift shaft
SB circuit)
Supplying and erecting mains with
1x1.5 [Link] FRLSH copper PVC
insulated wire laid in provided 1-3-
99 45 20.00 Mtrs 900.00
conduit/trunking/inside pole/Bus 1(NOTE-3)
bars or any other places as per
specification No: WG-MA/BW
Supplying & erecting 5W-7W,
100 230V integral type LED Lamp 2-8-10 9 141.00 Each 1269.00
suitable for B-22 / E-27 base.
178 NMC, ENGINEER
Contractor / Bidder
Supplying and erecting single pole
and neutral distribution board
(SPNDB), with 2 ways for
incoming and 10 ways (10 poles)
101 for outgoing SP MCBs, with door, 5-4-9 1 1495.00 Each 1495.00
1.2mm thickness surface / flush
mounted, IP 43 Protection on iron /
GI frame as per specification no.
SW-SWR/MCBDB
Supplying, fixing and
commissioning 4 pole RCBO 63A,
with overcurrent, rated short-circuit
breaking capacity (10 kA) and earth
102 5-6-14 1 4666.00 Each 4666.00
leakage protection, with 30/100/300
mA sensitivity and short circuit and
earth leakage trip indication as per
specification no SW-RCCB/RCBO
Supplying, fixing and
commissioning 2 pole, RCBO
6/10/16/20/25A, with overcurrent,
rated short-circuit breaking capacity
103 (10 kA) and earth leakage 5-6-9 1 2986.00 Each 2986.00
protection, with 30/100/300 mA
sensitivity and short circuit and
earth leakage trip indication as per
specification no SW-RCCB/RCBO
Supplying and erecting bulk head
LED fitting max. 10W with high
transitivity diffuser with system
lumens output of min. 1100 lumens,
min. efficacy of 110 lumen/W,
CRI>80, CCT upto 6500K, Beam
Angle of 120 deg., THD<10%, p.f.
104 2-1-15 9 1416.00 Each 12744.00
>0.95, operating range of 140-
260V, in built surge protection of
2.5 kV, Life class of 50,000 Hrs. at
L70B50, including driver, IP66,
IK09 rated on provided PVC Block
/ wooden board with 3 years
warranty.
179 NMC, ENGINEER
Contractor / Bidder
SITC of Electric Traction Passenger
Lift with
· Rated capacity :- 10
Passenger/680Kg
· Floors :- G+7 floor (8 Stops/8
Landings)
· Travel :- 21 to 29.4 mtrs
· Location of Lift Machine:-
MR/MRL
· Rated speed :- 1.5mps VS
· Car/Landing door clear opening of
800 mm wide x 2000 mm high
· Clear Car size of ......mm wide x
......mm deep x 2250mm high
· Lift shaft available having clear
size of 1800mm wide x2100mm
deep,1000mm Pit depth, 23800mm
Overhead.
· Doors type :- COPO/TOPO Doors
with frame made from SS 304 grade
solid(non-cladded) sheet of 1.5mm
thick in hairline finish for car and
105 all landingdoors with SS door 17-1-13 1 2114849.00 Each 2114849.00
architraves/frames The lift doors
shall have minimum 1hour fire
rating (with submission of
necessary valid test certificate
issued
by NABL accredited or Independent
test laboratory).
· Lift car enclosure made from SS
304 grade solid (non-cladded) sheet
of1.5mm, thick with hairline finish
with frame made from MS girders,
bracing ofadequate size with
minimum safety factor of 5, with
Toe Guard Apron, withnecessary
false ceiling with adequate LED
lights, blower/fan for ventilation &
SS
chequered plate flooring, handrails,
mirror, emergency light etc. The lift
car interior design shall be done as
per the directions of engineer in
charge.
180 NMC, ENGINEER
Contractor / Bidder
COP with SS face plate having
metallic push buttons with Braille
code &
luminous indicator around button
with FPI, scrolling UP/DN LED
indicator &
with / without attendant key switch,
OWD with audio-visual alarm,
VAS in
Marathi, Hindi & English with
intercom system with telephone
instrument in Lift
car, LMR & FCC/ground floor.
· LOP with SS face plate having
recess/surface push button box for
all
landings with scrolling UP/DN
LED indicator having metallic push
buttons with
Braille code & luminous indicator
around button with CPI, Lift car
arrival & next
travel direction audio-visual
indication at all landings.
COP with SS face plate having
metallic push buttons with Braille
code &
luminous indicator around button
with FPI, scrolling UP/DN LED
indicator &
with / without attendant key switch,
OWD with audio-visual alarm,
VAS in
Marathi, Hindi & English with
intercom system with telephone
instrument in Lift
car, LMR & FCC/ground floor.
· LOP with SS face plate having
recess/surface push button box for
all
landings with scrolling UP/DN
LED indicator having metallic push
buttons with
Braille code & luminous indicator
around button with CPI, Lift car
arrival & next
travel direction audio-visual
indication at all landings.
·
181 NMC, ENGINEER
Contractor / Bidder
· Lift controller of simplex full
collective based on microprocessor/
PLC with VVVF Drive having
closed loop control system, with
IBMS compatible having necessary
port. The controller shall have
necessary Protections such as
overcurrent, overvoltage, over
speed, overheat for all devices
including lift motor and travel
direction protection, protection for
phase loss at input or output etc.
,various operation modes such as
maintenance, change direction by
attendant, full load bypass, VIP call
operation, self levelling operation,
call cancel facility, auto return to
home landing, fireman evacuation
operation, earthquake operation,
door open/close operation from
COP etc. The system can record
information for minimum 30 latest
faults, with real-time clock
management and handheld keypad
with LCD screen for view and
setting of parameters, The control
panel duly wired with proper size &
strength, copper wire for power &
control circuit, with provision for
addition of floor/control card &
allied accessories control panel
having enclosure of 1.5mm CRCA
sheet with powder coating with
IP54
Protection class.
182 NMC, ENGINEER
Contractor / Bidder
Lift controller of simplex full
collective based on microprocessor/
PLC withVVVF Drive having
closed loop control system, with
IBMS compatible having necessary
port. The controller shall have
necessary protections such as
overcurrent, overvoltage, over
speed, overheat for all devices
including lift motor and travel
direction protection, protection for
phase loss at input or output
etc.,various operation modes such
as maintenance, change direction by
attendant, full load bypass, VIP call
operation, self levelling operation,
call cancel facility, auto return to
home landing, fireman evacuation
operation, earthquake operation,
door open/close operation from
COP etc. The system can record
information for minimum 30 latest
faults, with real-time clock
management and handheld keypad
with LCD screen for view and
setting of parameters, The control
panel duly wired with proper size
& strength, copper wire for power
& control circuit, with provision for
addition of floor/control card &
allied accessories control panel
having enclosure of 1.5mm CRCA
sheet with powder coating with
IP54 Protection class.
183 NMC, ENGINEER
Contractor / Bidder
Fireman controller having fireman
switch at fire Landing.
· CCTV surveillance system
comprises of 2nos minimum 2.0MP
FHD IP based vandal proof Dome
camera in lift car & in LMR/inside
lift shaft top aimed on Lift
machinery & controller with NVR
kept in LMR/FCC with HDR data
backup for min. 90 days with min.
20" FHD TV monitor, to be kept in
FCC/LMR as directed by Engineer
In Charge.
· Lift Machine of Gearless PMSM
of suitable kW with duty cycle of
minimum 120 starts/hr (with
submission of necessary valid test
certificate issued by NABL
accredited or Independent test
laboratory), with Traction pulley,
OSG, electromagnetic brakes, entire
assembly mounted on adequate size
girders duly fixed on LMR floor/
shaft walls complete with
main/diverter traction sheaves,
suspension wire ropes/belts of
adequate size & strength.
·
184 NMC, ENGINEER
Contractor / Bidder
Other mechanical parts such as 'T'
section adequate size guide rails for
car &
counter weight with brackets
fasteners, counter weight frame
with necessary
blocks, buffers with necessary
support arrangement, MS pit ladder
etc. erected
with necessary steel work.
· Minor civil work such as alteration
work if any necessary for erection
of
landing door frames and it's
accessories e.g. sill, header, hole
pass etc complete
with plaster finish, civil work for
erection buffers, erection of lift
machinery,
adequate size core cuts if required
& scaffolding for erecting guide
rails, providing
and fixing steel girders/RCC work
having adequate strength for
mounting and
hoisting lift machine etc. complete
as per specification no. LFT.
· General: - Job includes entire
procedure of obtaining all necessary
erection
permissions & "License to Work the
Lift" from Electrical
Inspector(Lifts) with
submission to the Engineer In
Charge.
· The above rate includes Fully
Comprehensive AMC for one year
from the date
of commissioning.
TOTAL AMOUNT OF LIFT 2196213.00
SOLAR WORK FOR EACH BUILDING
[Link]. Particulars of item C.S.R. Nos. Qty. Rate Unit Amount
185 NMC, ENGINEER
Contractor / Bidder
Design, Drawing, supply, erection,
testing and commissioning
including 5 years comprensive
maintanance, sanctioning from
MSEDCL & Electrical Inspector
and other necessory departement of
Solar Power Generation Plant (On
grid battery less solar plant) with all
accessories PV module's with
adequete capacity 1/5/10/20 KW,
The capacity of unit shall depend on
the common load of building &
sanction capacity or as per direction
of electrical incharge for individual
building, 3-phase invertor( PCU) or
single phase three inverter (PCU) in
view of load requirement, with
advance technology having
106
arrengement of power generation
records current, voltage all type of
data access system, RS-45 port can
connect with computer to bringout
the data etc. complete with all
required protection proper size of
incomimg & outgoing cables upto
energy meter as per direction of
electrical incharge and electrical
consultant. (Bidder has to take
approval of drawing, make before
start the erection. (as per
specification details) (Note:-
(Complete with all type of
Liesioning with MSEDCL concern
offices including EI Scanactioned
And subcity obtaind from gov. to
be consider in the bidder scope)
186 NMC, ENGINEER
Contractor / Bidder
Supplying, installing, testing and
commissioning of 5 kWp ON-GRID
Solar PV System / Plant consisting
Solar PV Poly Crystalline Panel (335
Wp X 15 Nos.) and Solar ON-GRID
Inverter of similar capacity
(THD<3%) with interconnecting wires
/ cables up to solar ON GRID inverter,
proper base plate, canopy box to house
Inverter and necessary accessories i.e.
ACDB/ DCDB , MCB etc. wiring up to
107 solar Inverter in casing and capping,
4-5-2 1 289867 EACH 289867.00
display board, sign board, two distinct
earthing, lightning arrester, liaisoning
charges, remote monitoring system
with maintaining card/chip for 5 years
including net charges for RMS system,
complete up to net meter installation
and export to the grid with 5 year ON-
SITE warranty and fully
comprehensive maintenance contract
as per Specification no. ESD-RT-ONG
Supplying and installation of Solar PV
Module cleaning unit consisting of
nozzles spray, necessary pipes, valves,
post, electronic panel board concealed
with weather proof cabinet, spreading 4-8-8
108 1 22541.00 EACH 22541.00
water periodically for removal of dust, NOTE-1
related motor pump, controller, timer
and nozzles set suitable for covering 5
KW Solar PV Module. (Approx. 35 Sq.
Mtr. PV Module area).
Supplying, erecting & terminating
FR XLPE insulated, galvanised
steel formed wire armoured (strip)
cable 1100 V, 4 core 6 sq. mm.
109 7-2-32 40 396.00 Mtrs 15840.00
copper conductor complete erected
with glands & lugs, on wall/ trusses/
pole or laid in provided trench/ pipe
as per specification no. CB-LT/CU
Supplying and erecting iron work,
sheet metal work consisting of CRCA
sheets, various sections of iron,
plates, chequered plates, rods, bars,
MS pipes, etc. for panel board or any
other purpose with bending, cutting,
110 drilling and welding complete erected
6-1-19 300 186.00 kg 55800.00
at the position with necessary
materials duly painted with one coat
of red oxide and two coats of enamel
paint to match the switchgears or as per
directions by the authority.
TOTAL SOLAR POWER
GENERATION PLANT WORK
384048.00
LIGHTING PROTECTION ARRANGMENT
Sr. No Particulars of item Item No. Qty. Rate Unit Amount
187 NMC, ENGINEER
Contractor / Bidder
Supplying & erecting conventional
spike type air termination suitable
to carry lightning stroke made up of
heavy gauge 40 mm dia copper pipe
111 of standard length with 5 Nos. 9-3-1 4 6079.00 Each 24316.00
copper spikes fixed on copper ball
as air terminals duly threaded in
copper pipe erected on provided
foundation complete.
Making M- 20 grade reinforced
cement concrete foundation by
considering the safe soil bearing
capacity as 10 T/sq.m at 1.5 m
depth including supply of steel,
112 concrete, excavation, fixing 16-3-8 4 3060.00 Each 12240.00
provided nut bolts with the help of
template, duly plastered as per
design complete (for 3 to 5m
octagonal / conical GI pole).. (for
Lightning Arrester)
Providng earthing with galvanized iron
earth plate size 60 x 60 x 0.6 cm
113 complete with all materials, testing & 9-1-1 4 4714.00 Each 18856.00
recording the results as per
specification no. EA-EP
Supplying and erecting GI strip of
high purity required size used for
earthing on wall and/or any other
purpose with necessary GI clamps
114 9-2-3 30 222.00 mtr 6660.00
fixed on wall painted with
bituminous paint with joints
required. As per specification no
EA-EP.
TOTAL 62072.00
ESTIMATE-COMMUNITY HALL
Sr. No Particulars of item Item No. Qty. Rate Unit Amount
INTERNAL ELECTRIFICATION
Point wiring for light/bell concealed
type in min 20 mm FRLS grade
HMS PVC conduit with 1.5 [Link].
(2+1E) FRLSH grade copper wires,
115 modular type switch, earthing and 1-7-5 22 717.00 Point 15774.00
required accessories as per
specification No: WGPW/ CW.
(TUBELIGHT-11 WALL-4 EX
FAN-2 OUTDOOR LIGHT-5)
188 NMC, ENGINEER
Contractor / Bidder
2WAYPoint wiring for light/bell
concealed type in min 20 mm FRLS
grade HMS PVC conduit with 1.5
[Link]. (2+1E) FRLSH grade 1-7-5
116 0 1075.50 Point 0.00
copper wires, modular type switch, NOTE 3
earthing and required accessories as
per specification No: WGPW/
CW. (WALL-1)
Point wiring for ceiling fan
concealed type in min 20 mm FRLS
grade HMS PVC conduit with 1.5
[Link]. (2+1E) FRLSH grade
117 1-7-6 6 803.00 Point 4818.00
copper wires, modular type switch,
earthing and required accessories as
per specification No: WGPW/
CW(Ceiling fan Point-4
Wiring for plug on board with
Switch socket surface/concealed
118 type, copper wiring and earthing 1-7-26 7 386.00 Point 2702.00
and with modular accessories as per
specification No: WGPW/ CW
Supplying and erecting unbreakable
concealed type modular switch box
with double mounting plate for 2
module duly erected flush to wall
119 1-6-35 0 221.00 Each 0.00
with required chiselling and
finishing with cement mortar / POP
as per required to match the
background.(GYSER-2)
Supplying and erecting modular
type D.P. switch 32A with
indicator, duly erected on provided
120 1-6-8 0 210.00 Each 0.00
plate and box with wiring
connections complete. (for Geyser
switch- 2).
Supplying and erecting modular
type 3 pin 6 / 16A multi socket with
safety shutter, duly erected on
121 1-6-11 8 160.00 Each 1280.00
provided plate and box with wiring
connections complete.. (For Geyser
Socket-2 in each flat- power-7).
Supplying and erecting unbreakable
concealed type modular switch box
with double mounting plate for 3
module duly erected flush to wall
122 1-6-36 0 250.00 Each 0.00
with required chiselling and
finishing with cement mortar / POP
as per required to match the
background. (Power-7 ip-1).
Supplying and erecting modular
type switch 16A duly erected on
123 1-6-2 8 106.00 Each 848.00
provided plate and box with wiring
connections complete. (Power-7+).
189 NMC, ENGINEER
Contractor / Bidder
Supplying and erecting modular
type switch 6A / 10A duly erected
124 on provided plate and box with 1-6-1 2 72.00 Each 144.00
wiring connections complete.
(IP1+tv-1 )
Supplying and erecting modular
type 3 pin 6A multi socket with
125 safety shutter, duly erected on 1-6-10 2 112.00 Each 224.00
provided plate and box with wiring
connections complete. (IP1+tv-1)
Supplying and erecting unbreakable
concealed type modular switch box
with double mounting plate for 6
module duly erected flush to wall
126 1-6-38 4 335.00 Each 1340.00
with required chiselling and
finishing with cement mortar / POP
as per required to match the
background..(TV=1 )
Supplying and erecting unbreakable
concealed type modular switch box
with double mounting plate for 1
module duly erected flush to wall
127 1-6-34 1 220.00 Each 220.00
with required chiselling and
finishing with cement mortar / POP
as per required to match the
background. (TV cable socket).
Supplying and erecting modular
type T.V. socket single outlet, duly
128 1-6-14 1 95.00 Each 95.00
erected on provided plate and box
with wiring connections complete.
Supplying and erecting mains with
2x1.5 [Link] FRLSH copper PVC
insulated wire laid in provided
conduit/trunking/inside pole/Bus
129 bars or any other places as per 1-3-1 10 40.00 Mtrs 400.00
specification No: WG-MA/BW
(bunch of wire for Light point
above 6 mtr extra circuit).
(Concealed)
Supplying and erecting mains with
2x1.5 [Link] FRLSH copper PVC
insulated wire laid in provided
130 1-3-1 48 40.00 Mtrs 1920.00
conduit/trunking/inside pole/Bus
bars or any other places as per
specification No: WG-MA/BW
Supplying and erecting mains with
1x1.5 [Link] FRLSH copper PVC
insulated wire laid in provided
1-3-1
131 conduit/trunking/inside pole/Bus 48 20.00 Mtrs 960.00
NOTE-3
bars or any other places as per
specification No: WG-MA/BW (For
Earth- green color for
190 NMC, ENGINEER
Contractor / Bidder
Supplying and erecting mains with
2x2.5 [Link] FRLSH copper PVC
insulated wire laid in provided
132 conduit/trunking/inside pole/Bus 1-3-2 62 62.00 Mtrs 3844.00
bars or any other places. as per
specification No: WG-MA/BW(for
power & IP comp board circuit)
Supplying and erecting mains with
1x2.5 [Link] FRLSH copper PVC
insulated wire laid in provided
conduit/trunking/inside pole/Bus 1-3-2 (note-
133 62 31.00 Mtrs 1922.00
bars or any other places. as per 3)
specification No: WG-MA/BW(for
power & IP comp board circuit) (
Rate reference taken from Note-1)
Supplying and erecting HMS PVC
conduit FRLS grade 25 mm dia.
With necessary accessories in
134 1-1-9 42 127.00 Mtrs 5334.00
wall/floor with chiselling
appropriately as per specification
No: WG-MA/CC.
Supplying and erecting HMS PVC
conduit FRLS grade 20 mm dia.
With necessary accessories in
135 1-1-7 42 113.00 Mtrs 4746.00
wall/floor with chiselling
appropriately as per specification
No: WG-MA/CC.
Supplying and erecting Energy Saving
BLDC Ceiling fan 230 V A.C. 50
cycles 1200 mm, max. energy
consumption of 28W having service
ratio (CMM/W) of Min. 8 , PF>0.9,
136 THD<10% with IR remote 2-10-22 6 3811 Each 22866.00
control/compatible speed regulator,
Temperature Rise of Max. 40 deg. C,
having external mounted control PCB
completely erected in position as per
specification no. FG-FN/CF
Supplying and erecting fan hook
box of 10 mm M.S. round bar
bounded to the R.C.C. bars upto 50
mm length each side and pierced
through a 16 S.W.G. thick
aluminium/M.S. Bowl 100 mm dia.
or equivalent square size and having
137 depth upto 75 mm complete erected 2-11-5 6 176.00 Each 1056.00
with duly painted by one coat of red
oxide paint
and two coats of paint erected in
position and without any leakage of
slurry of cement concrete on either
side of the box and positioned to the
bottom level of the slab.
191 NMC, ENGINEER
Contractor / Bidder
Supplying and erecting fresh air
cum exhaust fan of light duty 250 V
138 A.C. 50 cycles 225mm. 1400 RPM 2-10-14 2 1464.00 Each 2928.00
rust proof body & blades, wire
mesh, duly erected, complete.
Supplying and erecting anodized
aluminium corridor / passage light
LED fitting (4 feet) Max. 22W with
high transitivity diffuser with system
lumens output of Min.2200 lumens ,
min. efficacy of 100 lumen/W, CRI>80,
CCT upto 6000K, Beam Angle of 110
139 2-1-18 11 797.00 Each 8767.00
deg., Ripple<5%, THD<10%, p.f.
>0.95, operating range of 200-270V,
surge protection of 2 kV, Life class of
50,000 Hrs. at L70B50, including
driver, with end caps on provided PVC
Block / wooden board with 3 years
warranty.
Supplying & erecting 5W-7W,
140 230V integral type LED Lamp 2-8-10 4 141.00 Each 564.00
suitable for B-22 / E-27 base.
Supplying and erecting street light
Wall bracket made from 40 mm. dia
141 ‘ G.I. pipe 1.2 m. in total length 2-7-4 5 822.00 Each 4110.00
complete as per specification no.
FG-BKT/WB
Supplying and erecting integrated
LED street light fitting 23 to 25W
IP65 & IK08 class having single
piece pressure die-cast aluminium
housing, having system lumens
output of Min. 2300 Lumens, min.
efficacy of 100 lumen/W, CRI>70,
142 2-4-2 5 2090.00 Each 10450.00
CCT upto 6500K, THD<10%, p.f.
>0.95, operating range of 140-
270V, inbuilt surge protection of 10
kV, Life class of 50,000 Hrs. at
L70B50, including driver complete
with 3Years warranty as per
specification No FG-ODF/FLS2.
Supplying, erecting & marking
SPMCB 6A to 32A, C-series with
rated short - circuit breaking
143 capacity (Icn) 10kA in provided 5-3-2 6 174.00 Each 1044.00
distribution board as per
specification no. SW-SWR/MCB
(10A-2, 16A-7)
Supplying, erecting & marking
SPMCB 6A to 32A, B-series with
rated short - circuit breaking
144 capacity (Icn) 10kA in provided 5-3-3 4 173.00 Each 692.00
distribution board as per
specification no. SW-SWR/MCB
(6A-1).
192 NMC, ENGINEER
Contractor / Bidder
Supplying and erecting single pole
and neutral distribution board
(SPNDB), with 2 ways for incoming
and 10 ways (10 poles) for outgoing
145 SP MCBs, with door, 1.2mm thickness
5-4-9 1 1495.00 Each 1495.00
surface / flush mounted, IP 43
Protection on iron / GI frame as per
specification no. SW-SWR/MCBDB
Supplying, installation and testing
of maintenance free earthing
comprising of Electrode of 17.2 mm
diameter Low Carbon Steel with
250 micron molecular copper
bonded earthing rod of Length 3m
along with 25 kg Carbon based
environment friendly back fill
ground enhancing compound
required to fill up the
146 9-1-5 1 13805.00 Each 13805.00
excavated earth with required
quantity complete, and recording
the results Specification no. EA-
MOBI (2 nOS. For Lightening
Arrester & 1 No. for Panel) (Safe
Erthing Electrode Kit)
(Maintanance free Earthing) (pH
value : 6.9 - 7.2 of 1000gm/ lit at 20
degree Celcius) ( Panel-2 DUCT-2
LPS-2 )
Supplying and erecting GI strip of
high purity required size used for
earthing on wall and/or any other
purpose with necessary GI clamps
147 9-2-3 5 222.00 kg 1110.00
fixed on wall painted with
bituminous paint with joints
required. As per specification no
EA-EP.
Supplying, erecting & terminating FR
XLPE insulated, galvanised steel
formed wire armoured (strip) cable
1100 V, 3 core 4 sq. mm. copper 7-2-15
148 conductor complete erected with
80 242.00 Mtrs 19360.00
glands & lugs, on wall/ trusses/ pole or
laid in provided trench/ pipe as per
specification no. CB-LT/CU
Supplying and laying (including
excavation of suitable width & depth up
to 90 cm) 50 mm outside dia. double
149 wall corrugated pipes (DWC) of 7-6-9 75 210.00 Mtrs 15750.00
HDPE for enclosing cable below
ground/road surface, to required depth
complete.
Total Amount 150568.00
EXTERNAL ELECTRIFICATION
193 NMC, ENGINEER
Contractor / Bidder
MAIN CABELS Item No. Qty. Rate Unit Amount
Supplying, erecting & terminating FR
XLPE insulated, galvanised steel
formed wire armoured (strip) cable
1100 V, 3½ core 25 sq. mm.
150 aluminium conductor complete 7-1-15 780 242.00 Mtrs 1,88,760.00
erected with glands & lugs, on wall/
trusses/pole or laid in provided trench/
pipe as per specification no. CB-
LT/AL
Supplying, erecting & terminating FR
XLPE insulated, galvanised steel
formed wire armoured (strip) cable
1100 V, 3½ core 70 sq. mm.
151 aluminium conductor complete 7-1-18 220 497.00 Mtrs 1,09,340.00
erected with glands & lugs, on wall/
trusses/pole or laid in provided trench/
pipe as per specification no. CB-
LT/AL
Supplying, erecting & terminating FR
XLPE insulated, galvanised steel
formed wire armoured (strip) cable
1100 V, 3½ core 95 sq. mm.
152 aluminium conductor complete 7-1-19 680 606 Mtrs 4,12,080.00
erected with glands & lugs, on wall/
trusses/pole or laid in provided trench/
pipe as per specification no. CB-
LT/AL
Supplying, erecting & terminating FR
XLPE insulated, galvanised steel
formed wire armoured (strip) cable
1100 V, 3½ core 120 sq. mm.
153 aluminium conductor complete 7-1-20 220 754 Mtrs 1,65,880.00
erected with glands & lugs, on wall/
trusses/pole or laid in provided trench/
pipe as per specification no. CB-
LT/AL
Supplying, erecting & terminating
FR XLPE insulated, galvanised
steel formed wire armoured (strip)
cable 1100 V, 3½core 240 sq. mm.
154 aluminium conductor complete 7-1-23 890 1,369.00 Mtrs 12,18,410.00
erected with glands & lugs, on wall/
trusses/pole or laid in provided
trench/ pipe as per specification no.
CB-LT/AL
Supplying and laying (including 7-6-10
excavation of suitable width & depth
up to 90 cm) 75 mm outside dia.
155 double wall corrugated pipes 624.00 241.00 Mtrs 1,50,384.00
(DWC) of HDPE for enclosing cable
below ground/road surface, to required
depth complete.
194 NMC, ENGINEER
Contractor / Bidder
Supplying and laying (including
excavation of suitable width & depth
up to 90 cm) 120 mm outside dia.
156 double wall corrugated pipes 7-6-12 1407 392.00 Mtrs 5,51,544.00
(DWC) of HDPE for enclosing cable
below ground/road surface, to required
depth complete.
Supplying and laying (including
excavation of suitable width &
depth up to 90 cm) 175 mm outside
157 dia, double wall corrugated pipes 7-6-15 666 635.00 Mtrs 4,22,910.00
(DWC) of HDPE for enclosing
cable below ground/road surface, to
required depth complete.
Providing and making second class
Burnt Brick masonry with
conventional /I.S. type bricks in
cement mortar 1:6 in foundation
sand plinth of inner walls /in plinth
158 16-2-1 60 5,502.00 m3 3,30,120.00
external walls including bailing out
water manually, striking joints on
unexposed faces, raking out joints
on exposed faces and watering etc.
Complete.
Providing and fixing reinforced
cement concrete cover of size 60
159 cm x 45 cm with frame over 16-2-4 60 2,763.00 Each 1,65,780.00
inspection chamber etc. complete of
medium duty (100 Kilogram).
TOTAL 37,15,208.00
BOREWELL PUMP Item No. Qty. Rate Unit Amount
Supplying and erecting minimum
Three & above star rated
submersible pump set of 2.25 KW/3
HP with 415 V, 50 c/s AC supply
suitable for 150 mm dia. borewell
160 suitable for 120 to 390 LPM 12-2-1 5 31939 Each 1,59,695.00
discharge at 55 to 11 m head &
discharge & delivery Pipe of Size-
50mm diameter with a necessary H
type clamps as per specification No.
WP-SMP
Supplying and erecting minimum
Three & above star rated
submersible pump set of 5.625
KW/7.5 HP with 415 V, 50 c/s AC
supply suitable for 150 mm dia.
161 borewell suitable for 100 to 400 LPM 12-2-8 3 44743 Each 1,34,229.00
discharge at 132 to 27 m head &
discharge & delivery pipe of Size-50
mm diameter with a necessary H type
clamps as per specification No. WP-
SMP
195 NMC, ENGINEER
Contractor / Bidder
Supplying & erecting flat flexible 3
core 6 [Link] PVC sheathed
162 submersible type copper cable suitably 12-4-10 320 268 Mtrs 85,760.00
clamped at fixed intervals with column
pipe assembly complete.
Supplying & erecting automatic
control panel for 3 Phase , 415 volt,
A.C, Submersible/centrifugal pump
set up to 7.5 HP consisting of DOL
starter having relay range 9-14
AMP,S.P.P., Combined ammeter/
163 12-4-17 8 6063 Each 48504.00
voltmeter, phase indicating lamp
enclosed in CRCA powder coated
Vibration proof enclosure with IP 54
protection. Control Panel should offer
single phasing, phase reversal, phase
imbalance etc .
Supplying & erecting Water level
controller 230/415 V, A.C. , Four
164 12-4-17 5 1356 Each 6780.00
way under ground & Over head tank
operation only.
Supplying, erecting & terminating FR
XLPE insulated, galvanised steel
formed wire armoured (strip) cable
1100 V, 4 core 6 sq. mm. aluminium
165 7-1-27 560 152.00 Mtrs 85,120.00
conductor complete erected with
glands & lugs, on wall/ trusses/pole or
laid in provided trench/ pipe as per
specification no. CB-LT/AL
Supplying and laying (including
excavation of suitable width &
depth up to 90 cm) 75 mm outside
166 dia. double wall corrugated pipes 7-6-10 504 241.00 Mtrs 1,21,464.00
(DWC) of HDPE for enclosing
cable below ground/road surface, to
required depth complete.
Making cement concrete foundation 16-3-5
in [Link] cement concrete with
167 foundation bolts and nuts complete. 5 5011 m3 25,055.00
(cost of wooden box is included) (for
pumps).
TOTAL 6,66,607.00
STREET LIGHTS AND BOLLARDS
Sr. No Particulars of item Item No. Qty. Rate Unit Amount
Providing & erecting 6 m high
(clear height) galvanised octagonal
pole with foundation bolts having
168 8-2-12 8 15,067.00 Each 1,20,536.00
bottom of 130 mm A/F, top 70 mm
A/F on provided foundation as per
specification no. OH-PL/OPL
196 NMC, ENGINEER
Contractor / Bidder
Supplying and erecting integrated LED
Bollard Cylindrical/Cubical shaped
800mm 8W IP65 & IK10 class
having extrusion aluminium housing
with polycarbonate diffuser, having
system lumens output of Min. 800
Lumens, min. efficacy of 100
169 lumen/W, CRI>80, CCT upto 6500K,
2-4-20 6 6,762.00 Each 40,572.00
THD<10%, p.f. >0.90, operating range
of 140-240V, inbuilt surge protection
of 2 kV, Life class of 25,000 Hrs. at
L50B50, including driver complete
with 2 Year warranty as per
specification No FG-ODF/FLS2.
Making M- 20 grade reinforced
cement concrete foundation by
considering the safe soil bearing
capacity at site as 10 T/sq.m at 1.5
m depth including supply of steel,
170 16-3-9 8 3,684.00 Each 29,472.00
concrete, excavation and fixing
provided nut bolts with the help of
template, duly plastered as per
design complete (for 6m to 8m
high octagonal /conical GI pole).
Supplying and erecting integrated
LED street light fitting 40 to 50W
IP65 & IK08 class having single
piece pressure die-cast aluminium
housing, having system lumens
output of Min. 4400 Lumens, min.
efficacy of 110 lumen/W, CRI>70,
171 CCT upto 6500K,THD<10%, p.f. 2-4-4 8 4,117.00 Each 32,936.00
>0.95, operating range of 140-
270V, inbuilt surge protection of 10
kV, Life class of 50,000 Hrs. at
L70B50, including driver
complete with 3 Years warranty as
per specification No FG-
ODF/FLS2.
Providing and erecting galvanised
1000mm single arm sword type
172 8-2-21 6 2,718.00 Each 16,308.00
bracket with FRP dome and ball as
per specification no. OH-PL/PBKT
Supplying and erecting mains with
3x2.5 [Link] FRLSH copper PVC
insulated wire laid in provided
173 conduit/trunking/inside pole/Bus 1-3-6 48 93.00 Mtrs 4,464.00
bars or any other places as per
specification No: WG-MA/BW (for
6 m pole & Post top lantern)
197 NMC, ENGINEER
Contractor / Bidder
Supplying, erecting & marking
SPMCB 6A to 32A, B-series with
rated short - circuit breaking
174 capacity (Icn) 10kA in provided 5-3-3 8 173.00 Each 1,384.00
distribution board as per
specification no. SW-SWR/MCB
(Street Light Pole)
Supplying & erecting 415V, 16A
porcelain base neutral link
175 5-10-22 8 79.00 Each 632.00
complete erected in provided M.S.
box..
Supplying, erecting & terminating FR
XLPE insulated, galvanised steel
formed wire armoured (strip) cable
1100 V, 4 core 6 sq. mm. aluminium
176 7-1-27 320 152.00 Mtrs 48,640.00
conductor complete erected with
glands & lugs, on wall/ trusses/pole or
laid in provided trench/ pipe as per
specification no. CB-LT/AL
Supplying and laying (including
excavation of suitable width &
depth up to 90 cm) 75 mm outside
177 dia. double wall corrugated pipes 7-6-10 288 241.00 Mtrs 69,408.00
(DWC) of HDPE for enclosing
cable below ground/road surface, to
required depth complete.
Providing pipe type earthing with
40mm. dia. G.I. pipe or 20 mm dia.
G.I. Rod complete with all
178 9-1-4 9 1,500.00 Each 13,500.00
materials testing and recording the
results as per specification no. EA-
EP.(for road side light)
Supplying and erecting GI wire of
high purity of required sizes used
for earthing or any other purposes
179 on wall with necessary G. I. 9-2-5 20 155.00 kg 3,100.00
Clamps fixed on wall/cable/
conduit with screws complete. (2
kg per pole)
Supplying & erecting street light
control panel outdoor type, for
three phase 4 wire system having in
built astronomical adjustable
programmable timer with minimum
5 years battery back up, having
IP54,IK10 protection, 4 pole
180 5-2-8 1 36,410.00 Each 36,410.00
contactor up to 60A, with
maintenance mode to switch ON
street lights during time of repairs
with energy consumption data
recording for analysis and LCD
display for energy monitoring with
numeric key pad in provided box.
TOTAL 4,17,362.00
198 NMC, ENGINEER
Contractor / Bidder
HT WORK AND INCOMING C.S.R.
Qty. Rate Unit Amount
LINE Nos.
Supplying and erecting rolled steel
joist (girder) pole 100 x 116 mm
(23 kg/m) with base plate in
provided foundation as per
specification no. OH-PL/RSJ (11
mtr pole 1 No. for Point of Supply
& Line Pole) (Dept has to
considered point of supply nearest
existing line which is infront of
project, contractor has to ensured
181 8.1.13 66 1,658.00 Mtr 1,09,428.00
the phisibility of load on the same
line and arrange the power as per
actual work before quoate, and
include the cost of the same on the
date of the joind inspectionwith
MSEDCL concern officer required
power physibility was avalabel on
line passing frount scheem ).(6
POLE - 2 for point of supply and 4
for dp )
Making cement concrete foundation
including excavation (60 x 60) cm
x deep 1/6 of pole length in [Link]
cement concrete 20 x 25 mm stone
182 metal, 45 cm x 45 cm x 45 cm /45 16.3.4 6 2,177.00 Each 13,062.00
cm dia. x 45 cm. height plinth duly
plastered, with necessary curing
and finishing complete. (for above
9 m poles)
Painting of steel tubular / rail /
RSJ pole above 6.0 m length
along with street light pole
brackets, clamps etc by scrapping
the existing paint complete as per
specification no CW -PTG/PTP.
183 (11 mtr Pole, 9.2 mtr Pole above 16.4.3 66 84.00 Mtr 5,544.00
ground). (bidder has to insured
painting of all accessories and pole
should be before erection of
material/structure. After complete
of the structure work final painting
to be done)
Supplying and fixing MS base plate
30x30x0.6cm size fixed to the pole
184 8-6-15 6 477.00 Each 2,862.00
base either by welding 12mm dia
fixed at position.
Supplying and erecting porcelain
pin type insulator with GI pin
185 suitable for 11kV line, complete as 8.5.9 18 283.00 Each 5,094.00
per specification no. OH-INS/PN
(point of Supply)
199 NMC, ENGINEER
Contractor / Bidder
Supplying and erecting porcelain
disc type insulator 45KN with
186 necessary hardware suitable for 8.5.6 18 1,158.00 Each 20,844.00
11kV line, complete as per
specification no. OH-INS/DI
Supplying and erecting distribution
class, 11 kV thyrite type lightening
187 arrester with nut bolts, on provided 8.5.15 9 1,223.00 Each 11,007.00
MS channel as per specification no.
OH-INS/LA
Supplying , erecting & terminating
XLPE insulated, galvanised steel
formed wire armoured (strip) cable
11 kV(E), 3 x 185 sq. mm.
188 7.3.5 500 1,999.00 Mtr 9,99,500.00
aluminium conductor laid in
provided trench / pipe as per
specification no. CB-HT (DP TO
RMU -1 RUN)
Supplying , erecting & terminating
XLPE insulated, galvanised steel
formed wire armoured (strip) cable
11 kV(E), 3 x 95 sq. mm.
189 7.3.2 240 1,346.00 Mtr 3,23,040.00
aluminium conductor laid in
provided trench / pipe as per
specification no. CB-HT (1 Runs
from RMU to TRANSFORMER )
Supplying and laying (including
excavation of suitable width &
depth up to 90 cm) 200 mm outside
190 dia, double wall corrugated pipes 7-6-16 120 733.00 Mtrs 87,960.00
(DWC) of HDPE for enclosing
cable below ground/road surface, to
required depth complete.
Supplying & laying (including
excavation) half round reinforced
cement concrete pipe of IS
458:2003 NP-2 class of 150 mm
191 7-6-6 518 508.00 Mtrs 2,63,144.00
internal diameter in proper line,
level and slope including providing
and fixing collars in cement mortar
1:2 and curing etc. complete.
Supplying & laying (including
excavation) reinforced cement
concrete pipe of IS 458:2003 NP-2
class of 250 mm internal diameter
192 7-6-7 70 640.00 Mtrs 44,800.00
in proper line, level and slope
including providing and fixing
collars in cement mortar 1:2 and
curing etc. complete.
Providing and erecting Heat
shrinkable out door termination kit
for 11 kV ( E ) XLPE HT cable 3 x
193 up to 95 sq. mm. with necessary
7-5-5 2 15,075.00 Each 30,150.00
material as per specification No. CB-
JT/HT
200 NMC, ENGINEER
Contractor / Bidder
Providing and erecting Heat
shrinkable outdoor termination kit
for 11 kV ( E ) XLPE HT cable
194 3x120 to 185 sq. mm. with 7.5.6 2 13,124.00 Each 26,248.00
necessary material as per
specification no. CB-JT/HT(185
sqmm)
Providing and erecting Heat
shrinkable straight through joint kit
for 11 kV ( E ) XLPE HT cable
195 7-5-10 1 26,620.00 Each 26,620.00
3x120 to 185 sq. mm. with
necessary material as per
specification no. CB-JT/HT
Supplying and erecting V cross arm
with ISM channel of 75x40x6mm
for 11kV HT OH line with
arrangement to fix insulator at
45mm from the end & horizontal
distance between insulators
1220mm bent at angle of 60 degree
196 8.3.12 6 1,220.00 Each 7,320.00
keeping base
305mm and the total vertical height
of V cross arm as 460mm, and
fixed on pole with MS clamp of
80x10 mm, nut bolts, washers
complete as per specification no.
OH-PL/VCA
Supplying and erecting 75x40
x6mm with 4.4mm thick web and
7.3mm thick flange channel (top
pin) with clamp of suitable length
so as to maintain vertical clearance
197 8.3.14 6 573.00 Each 3,438.00
of 1065mm for 11kV, 1320mm for
22kV between insulators for
erection
of top pin insulators complete as
per specification no. OH-PL/VCA
Supplying and erecting bracket for
guarding of HT OH Line, made
from channel iron 1600mm in
198 8.3.15 2 1,061.00 Each 2,122.00
length and 75x40x6mm. erected on
pole complete as per specification
no. OH-PL/VCA
Supplying and erecting ACSR
conductor of size - 6/1-4.72 mm
199 (Dog) complete. (394.00 kg/km) as 8-4-11 0.3 94,767.00 km 28,430.10
per specification No. OH-
CON/ACSR
201 NMC, ENGINEER
Contractor / Bidder
Supplying and erecting G.I. self
stay set for pole, including anchor
plate 300x300x6mm straining
screw, loop-insulator, G.l. stay wire
7/10 SWG, G.l. stay rod
20mmx1.8m long, erected with
200 8.6.4 2 1,822.00 Each 3,644.00
pole clamps along with angle iron
bracket of 50x50x6mm and one
meter long fixed to pole at suitable
height with suitable MS clamps
duly erected in provided C.C.
foundations complete.
Supplying and erecting pole clamp
made from 50x6mm MS flat for
pole or pipe, post erected with
201 8.6.10 72 265.00 Each 19,080.00
15mm bolts and nuts duly painted
with one coat of red oxide and two
coats of aluminium paint complete.
Supplying and erecting C type
(half) clamps for pole made from
50x6mm flat for fixing cross arms
202 by means of 15mm bolts and nuts 8.6.13 36 152.00 Each 5,472.00
painted with one coat of red oxide
and two coats of aluminium paint
complete.
Providng earthing with galvanized
iron earth plate size 60 x 60 x 0.6
203 cm complete with all materials, 9-1-1 12 4,714.00 Each 56,568.00
testing & recording the results as
per specification no. EA-EP
Providing pipe type earthing with
40mm. dia. G.I. pipe or 20 mm dia.
204 G.I. Rod complete with all materials 9-1-4 12 1,500.00 Each 18,000.00
testing and recording the results as per
specification no. EA-EP
Supplying, installation and testing
of maintenance free earthing
comprising of Electrode of 17.2
mm diameter Low Carbon Steel
with 250 micron molecular copper
bonded earthing rod of Length 3m
along with 25 kg Carbon based
205 9-1-5 24 13,805.00 Each 3,31,320.00
environment friendly back fill
ground enhancing compound
required to fill up the excavated
earth with required quantity
complete, and recording the results
Specification no. EA-MOBI (For
Transformer Neutral Earthing)
202 NMC, ENGINEER
Contractor / Bidder
Supplying and erecting copper strip
of high purity required size used for
earthing on wall and/or any other
purpose with necessary copper
206 clamps fixed on wall painted with 9-2-2 20 883.00 kg 17,660.00
bituminous paint with joints
required. As per specification no.
EAEP. (40x5) (For Transformer
Neutral Earthing)
Supplying and erecting GI strip of
high purity required size used for
earthing on wall and/or any other
purpose with necessary GI clamps
207 9-2-3 40 222.00 kg 8,880.00
fixed on wall painted with
bituminous paint with joints
required. As per specification no
EA-EP.
Supplying and erecting GI wire of
high purity of required sizes used
for earthing or any other purposes
208 9-2-5 30 155.00 kg 4,650.00
on wall with necessary G. I.
Clamps fixed on wall/cable/
conduit with screws complete.
Supplying and erecting fencing of
section having size 2450 mm in
height from
ground level and 1200 mm width
209 10-6-18 144 6,857.00 Each 9,87,408.00
with angle iron frame work erected
in CC
foundation and painted complete as
per specification no SS-AS/FSG
Note:- For section less than 1200
mm width, reduce rate by Rs 200/-
210
per 100 mm or part thereof for
reduction in width of 1200 mm.
Supplying and erecting 50 x 50 x 6
mm angle iron as corner support
2m long fixed at the middle of the
fencing frame and the other side
211 inclined at 30 degree angle, in 10-6-19 16 1,358.00 Each 21,728.00
cement concrete foundation of 15 x
15 x 40 cm complete duly painted
with one coat of red oxide and two
coats aluminium paint complete.
Supplying and erecting double leaf
hinged door each 1500 mm in
width x 1850 mm in height using B
class, GI pipe with angle iron
212 supports, chain link wire mesh (jali) 10-6-20 4 19,632.00 Each 78,528.00
complete supported on channel
iron, erected in foundation, and
painted complete as per
specification no SS-AS/DLD
203 NMC, ENGINEER
Contractor / Bidder
Supplying & erecting cast iron
cable indicator plate buried along
213 with route of cable for PVC / XLPE 7-8-1 50 172.00 Each 8,600.00
armoured cable as per specification
No. CB-CIP
S u p p l y i n g & erecting Carbon
Dioxide (CO2) fire extinguisher of
4.5 kg.
capacity cartridge type conform to
IS 2878 /15683 complete erected
214 13-15-1 8 9,902.00 Each 79,216.00
with
necessary clamp made from 50 x 6
mm. M. S. flat with nut & bolts
routed in wall
complete.
Supplying & erecting barbed wire
two ply with 12 SWG ply and 12
SWG barb with a gap between two
215 bars of 75 mm. firmly fixed on 10-6-21 18 136.00 kg 2,448.00
provided angle supports with
necessary materials complete.
(6.044 meters/kg.).
Supplying and erecting, 11 kV
outdoor type drop out fuse with
insulator complete with fuse
holders, fuse barrel with metal
216 10-6-5 3 6,340.00 Set 19,020.00
fitting, fuse element mounted on
M.S. channel with working current
of 15A capacity complete erected
on provided cross arm.
Supplying and erecting G.I. pipe
‘C’ class ERW 150 mm dia with
217 necessary fittings complete as per 13-6-7 18 2,409.00 Mtr 43,362.00
specification no. FF-PP (3 mtr-
150mm Pipie for incomer cable)
Supplying heavy duty operating
rod, outer dia 25 mm & inner dia 20
mm suitable for 11 kV with brass
couplings etc. for removing drop
218 10-6-13 3 4,590.00 Each 13,770.00
out fuses at 6 meters length, 4
pieces each with rain shade with
hand grip including earthling chain
1.5m complete.
204 NMC, ENGINEER
Contractor / Bidder
Supplying and erecting 11 kV
outdoor type gang operated air
break, triple pole switch 400 A
capacity with 3 post pin type
insulator per phase, mounted in
horizontal or vertical position with
necessary channels on provided
219 10-6-2 2 15,900.00 Each 31,800.00
cross arm with adequate length of
"C" class G.l. pipe for operating
handle erected on extended square
shaft. The operating handle
provided with lock and key at
suitable height from ground level
with necessary clamp.
Supplying & erecting end pole D. P.
Structure for 11/0.415 kV, 200 kVA
Transformer with R.S.J. Pole 2 Nos.
of size 100mm x 116 mm x 11 m Long
with suitable Distribution Box of
C.R.C.A. Sheet 16 SWG with 4 Pole
MCCB 400 Amps as incomer & 6
Nos.200 Amps Kitkat / MCCB for out
going circuits. Transformer D.P.
Structure includes the A. B. Switch 200
Amps, D.O. fuse Set & L.A. Set. 2
Nos. Top channel of size 100 mmx 50
mm for erection of A.B. Switch & 2
220 Nos. Base channel of size 100 mm x
8-3-26 6 156939 Each 9,41,634.00
50 x mm for erecting Transformer.
Channel of size 75 x40 mm for
erecting D.O. Fuse Set, L.A., A.B.
Switch handle etc. Angle of size 50 x
50 x6 mm for erecting Distribution
Box , Transformer Belt [Link] per
drawing (min. 124 Kg. iron work) with
necessary clamps, Nut-bolts. V cross
arm, top clip, insulators etc. complete
with caution board & barbed wire. D.P.
Structure shall be erected in c.c.
foundation complete.
205 NMC, ENGINEER
Contractor / Bidder
Supplying, installing, testing & 10-1-5
commissioning 3 phase, 11/0.433 kV,
50 Hz., 200 kVA, Mineral oil
immersed and naturally cooled outdoor
type, copper wound Non-sealed
transformer delta/star connected with
additional neutral brought out on load
side, temperature rise should not
exceed 45℃ by thermometer in oil and
50 ℃ by the resistance method in
winding at full load rating, using type
221 A winding insulation (kraft paper) 6 608743 Each 36,52,458.00
with HV tapping (with off load tap
changer)off load +2.5 to -5 in steps of
2.5%, having 4 number of tap
positions, with standard accessories
complete with test certificate with
losses below 780 Watts at 50% load,
2300 Watts at 100% load as per
IS:1180 (part 1) : 2014 , with
necessary permissions of Electrical
Inspector, as per specification no SS-
TR-NSL.
TOTAL 83,55,859.10
Sr. No Particulars of item Item No. Qty. Rate Unit Amount
MAIN PANEL- (after
transformer)
(The outer door of the panel is
such that user can work/handle it
propery, locking arrangement
with key should be provided by
BIDDER THE PANEL IS
OUTDOOR AND SHOULD BE
MANIFACTURED AS PER IP
65 PROTECETION )
Supplying and erecting metal work
in CRCA sheet including Iron work
for supports with fabrication of
boxes, panel boards, etc. including
cutting, bending, drilling, welding,
riveting, treated with anti-rust
treatment and duly powder coated
222 6-1-1 220 249.00 kg 54,780.00
or painted with one coat of red lead
paint and 2 coats of enamel paint
complete. (in an approved manner).
(above rates shall be inclusive of
work along with angle iron work
and erection for Panel). (as per
attached drawing)
206 NMC, ENGINEER
Contractor / Bidder
Supplying and erecting iron work,
sheet metal work consisting of
CRCA sheets, various sections of
iron, plates, chequered plates, rods,
bars, MS pipes, etc. for panel board
or any other purpose with bending,
223 cutting, drilling and welding 6-1-19 20 186.00 Each 3,720.00
complete erected at the position
with necessary materials duly
painted with one coat of red oxide
and two coats of enamel paint to
match the switchgears or as per
directions by the authority.
Supplying and erecting panel
mounting type digital voltmeter
having three and half digit LED
display, calibrated for 0 to 750V
AC suitable to operate on 500V
224 having accuracy class of 0.5 ,AC 6-3-8 1 1,672.00 Each 1,672.00
supply with necessary PVC wire
leads and lugs and mounting
hardware on provided panel
complete with calibration certificate
from manufacturer.
Supplying and erecting panel
mounting type digital ammeter
having three and half digit LED
display, external CT operated,
calibrated for suitable to operate on
500V, 0 to 1000A having accuracy
225 6-3-7 1 2,034.00 Each 2,034.00
class of 0.5, AC supply with
necessary PVC wire leads and lugs
and mounting hardware on
provided panel
complete with calibration certificate
from manufacturer.
Supplying and erecting selector
switch suitable for
voltmeter/ammeter for 3 phase AC
226 supply 500V, 50Hz, on provided 6-5-1 2 334.00 Each 668.00
box / panel and duly connecting
with necessary PVC wire leads and
lugs.
Supplying & erecting LED type
indicating pilot lamp with LED
colours red / yellow / green, 230 /
227 6-5-5 2 248.00 Each 496.00
250V on provided box / panel with
necessary material, wiring &
connections etc.
Supplying & erecting LED type
indicating pilot lamp with LED
228 colour blue, 230 / 250 V on 6-5-6 1 354.00 Each 354.00
provided box / panel with necessary
material, wiring & connections etc.
207 NMC, ENGINEER
Contractor / Bidder
Supplying and erecting LT current
transformer with bar primary 50/5
to 1000/5 ratio with 15 VA burden
229 erected in provided CRCA box duly 6-5-2 3 1,027.00 Each 3,081.00
secured with insulating materials
connected to the meter with test
certificates.
Providing & erecting 4 Pole MCCB
415V, 400A, rated short-circuit
breaking capacity 36 kA (Ics=100% of
Icu), adjustable thermal (overload)
setting and adjustable magnetic setting
with provided leads, provision for
5-5-4
230 installation of shunt/ UV/ trip alarm
NOTE-1
3 22276 Each 66,826.80
contact and MCCB should have phase
barriers both sides, with insulation
withstand capacity 800V, no line-load
bias in provided enclosure /panel as per
specification no. SW-SWR/MCCB (1
IN AND 2 OUT)
Providing & erecting 4 Pole MCCB,
415V, 200A, rated short-circuit
breaking capacity 25 kA (Ics=100% of
Icu), adjustable thermal (overload)
setting and adjustable magnetic setting
with provided leads, provision for 5-5-2
231 2 12,724.80 Each 25,449.60
installation of shunt/UV/trip alarm NOTE-1
contact and MCCB should have phase
barriers both sides, with insulation
withstand capacity 800V, no line-load
bias in provided enclosure/panel as per
specification no. SW-SWR/MCCB
Supplying and erecting extended 5-11-14
rotary handle for MCCB with
232 adjustable telescopic rod suitable for
2 1,255.00 Each 2,510.00
up to 250A MCCB.
Supplying and erecting extended
rotary handle for MCCB with
233 5-11-15 3 1,866.00 Each 5,598.00
adjustable telescopic rod suitable
for above 250A up to 630A MCCB.
Supplying and erecting terminal
234 spreaders suitable for 4 pole, above 5-11-7 2 1,164.00 Each 2,328.00
100A up to 250A MCCB (Set of 8)
Supplying and erecting terminal
235 spreaders suitable for 4 pole, above 5-11-8 3 1,866.00 Each 5,598.00
250A up to 400A MCCB (Set of 8)
Supplying and erecting terminal
236 spreaders suitable for 4 pole, above 5-11-9 0 2,720.00 Each 0.00
400A up to 630A MCCB (Set of 8)
Supplying, installation & marking
of surge arrestor/ surge protection
device at the main distribution
board after the incoming breaker of
237 6-6-4 1 14,929.00 Each 14,929.00
type 1+2 tested for Imax 50 kA for
three phase and neutral with
compliance to IEC 61643-11 as per
specification no. CP-SPD
208 NMC, ENGINEER
Contractor / Bidder
TOTAL 1,90,044.40
TOTAL AMOUNT OF 1 Nos.
6 11,40,266.40
PANEL
Sr. No Particulars of item Item No. Qty. Rate Unit Amount
FEEDER PANEL
(The outer door of the panel is
such that user can work/handle it
propery, locking arrangement
with key should be provided by
BIDDER THE PANEL IS
OUTDOOR AND SHOULD BE
MANIFACTURED AS PER IP
65 PROTECETION )
Supplying and erecting metal work
in CRCA sheet including Iron work
for supports with fabrication of
boxes, panel boards, etc. including
cutting, bending, drilling, welding,
riveting, treated with anti-rust
treatment and duly powder coated
238 6-1-1 220 249.00 kg 54,780.00
or painted with one coat of red lead
paint and 2 coats of enamel paint
complete. (in an approved manner).
(above rates shall be inclusive of
work along with angle iron work
and erection for Panel). (as per
attached drawing)
Supplying and erecting iron work,
sheet metal work consisting of
CRCA sheets, various sections of
iron, plates, chequered plates, rods,
bars, MS pipes, etc. for panel board
or any other purpose with bending,
239 cutting, drilling and welding 6-1-19 20 186.00 Each 3,720.00
complete erected at the position
with necessary materials duly
painted with one coat of red oxide
and two coats of enamel paint to
match the switchgears or as per
directions by the authority.
Supplying and erecting panel
mounting type digital voltmeter
having three and half digit LED
display, calibrated for 0 to 750V
AC suitable to operate on 500V
240 having accuracy class of 0.5 ,AC 6-3-8 1 1,672.00 Each 1,672.00
supply with necessary PVC wire
leads and lugs and mounting
hardware on provided panel
complete with calibration certificate
from manufacturer.
209 NMC, ENGINEER
Contractor / Bidder
Supplying and erecting panel
mounting type digital ammeter
having three and half digit LED
display, external CT operated,
calibrated for suitable to operate on
500V, 0 to 1000A having accuracy
241 6-3-7 1 2,034.00 Each 2,034.00
class of 0.5, AC supply with
necessary PVC wire leads and lugs
and mounting hardware on
provided panel
complete with calibration certificate
from manufacturer.
Supplying and erecting selector
switch suitable for
voltmeter/ammeter for 3 phase AC
242 supply 500V, 50Hz, on provided 6-5-1 2 334.00 Each 668.00
box / panel and duly connecting
with necessary PVC wire leads and
lugs.
Supplying & erecting LED type
indicating pilot lamp with LED
colours red / yellow / green, 230 /
243 6-5-5 2 248.00 Each 496.00
250V on provided box / panel with
necessary material, wiring &
connections etc.
Supplying & erecting LED type
indicating pilot lamp with LED
244 colour blue, 230 / 250 V on 6-5-6 1 354.00 Each 354.00
provided box / panel with necessary
material, wiring & connections etc.
Supplying and erecting LT current
transformer with bar primary 50/5
to 1000/5 ratio with 15 VA burden
245 erected in provided CRCA box duly 6-5-2 3 1,027.00 Each 3,081.00
secured with insulating materials
connected to the meter with test
certificates.
Providing & erecting 4 Pole MCCB
415V, 400A, rated short-circuit
breaking capacity 36 kA (Ics=100% of
Icu), adjustable thermal (overload)
setting and adjustable magnetic setting
with provided leads, provision for 5-5-4
246 installation of shunt/ UV/ trip alarm NOTE-1
1 22276 Each 22,275.60
contact and MCCB should have phase
barriers both sides, with insulation
withstand capacity 800V, no line-load
bias in provided enclosure /panel as per
specification no. SW-SWR/MCCB
210 NMC, ENGINEER
Contractor / Bidder
Providing & erecting 4 Pole MCCB,
415V, 200A, rated short-circuit
breaking capacity 25 kA (Ics=100% of
Icu), adjustable thermal (overload)
setting and adjustable magnetic setting
with provided leads, provision for 5-5-2
247 4 12,724.80 Each 50,899.20
installation of shunt/UV/trip alarm NOTE-1
contact and MCCB should have phase
barriers both sides, with insulation
withstand capacity 800V, no line-load
bias in provided enclosure/panel as per
specification no. SW-SWR/MCCB
Supplying and erecting extended 5-11-14
rotary handle for MCCB with
248 adjustable telescopic rod suitable for
4 1,255.00 Each 5,020.00
up to 250A MCCB.
Supplying and erecting extended
rotary handle for MCCB with
249 5-11-15 1 1,866.00 Each 1,866.00
adjustable telescopic rod suitable
for above 250A up to 630A MCCB.
Supplying and erecting terminal
250 spreaders suitable for 4 pole, above 5-11-7 4 1,164.00 Each 4,656.00
100A up to 250A MCCB (Set of 8)
Supplying and erecting terminal
251 spreaders suitable for 4 pole, above 5-11-8 1 1,866.00 Each 1,866.00
250A up to 400A MCCB (Set of 8)
Supplying, installation & marking
of surge arrestor/ surge protection
device at the main distribution
board after the incoming breaker of
252 6-6-4 1 14,929.00 Each 14,929.00
type 1+2 tested for Imax 50 kA for
three phase and neutral with
compliance to IEC 61643-11 as per
specification no. CP-SPD
TOTAL 1,68,316.80
TOTAL AMOUNT OF 1 Nos.
10 16,83,168.00
PANEL
Sr. No Particulars of item Item No. Qty. Rate Unit Amount
DG WORK
211 NMC, ENGINEER
Contractor / Bidder
253 Supplying, erecting, testing and
commissioning of diesel generating
set with alternator of 200 kVA
confirming to CPCB-IV plus
Emission Compliant with output
continuous rating, 3 Phase, 415 V,
50c/s 0.8 p. f.A.C supply, a totally
enclosed liquid cooled multi in line
cylinder diesel engine developing
suitable BHP at 1500 rpm with
10% overload for 1 hour in 12
hours, along with standard
accessories, self-excited, self-
regulated, screen protected
alternator with static excitation
system running at 1500 RPM as per
IS 4722-2001 with voltage
regulation +/-0. 5 %, with
performance class G2 Both the
engine and alternator direct coupled
on a common fabricated steel base
frame and mounted on anti-
vibrating pads with standard control
11-1-17 2 15,13,863.00 Each 30,27,726.00
panel comprising
meters,switchgears, indicators
connected with suitable
wires/cables, the complete set
enclosed in composite Acoustic
enclosure as fully assembled
integral unit made of 16 SWG
CRCA Sheet, sound absorbing
material to restrict sound level up to
75 dB at 1.0 m, with suitable
capacity DEF tank provided with
first filling of oil, diesel tank
capacity not less than 230 Litres
etc. on provided M20 Grade CC
Foundation and obtaining necessary
approval from Electrical Inspector
if necessary. This D.G set is Fitted
in Soundproof & Weather Proof
Acoustic Enclosure as per CPCB
IV plus Emission Compliant (with
acoustic enclosure as per latest
Government norms) approved
Norms.
212 NMC, ENGINEER
Contractor / Bidder
254 Supplying, installation and testing
of maintenance free earthing
comprising of Electrode of 17.2
mm diameter Low Carbon Steel
with 250 micron molecular copper
bonded earthing rod of Length 3m
along with 25 kg Carbon based
environment friendly back fill 9-1-5
4 13,805.00 Each 55,220.00
ground enhancing compound
required to fill up the excavated
earth with required quantity
complete, and recording the results
Specification no. EA-MOBI (For
Transformer Neutral Earthing
Transformer body earthing-12
panel-3 )(12X2)
255 Providng earthing with galvanized
iron earth plate size 60 x 60 x 0.6
cm complete with all materials, 9-1-1 4 4,714.00 Each 18,856.00
testing & recording the results as
per specification no. EA-EP
256 Supplying and erecting copper strip
of high purity required size used for
earthing on wall and/or any other
purpose with necessary copper
clamps fixed on wall painted with 9-2-2 10 883.00 kg 8,830.00
bituminous paint with joints
required. As per specification no.
EAEP (40x5) (For Transformer
Neutral Earthing)
257 Supplying and erecting GI strip of
high purity required size used for
earthing on wall and/or any other
purpose with necessary GI clamps
9-2-3 10 222.00 kg 2,220.00
fixed on wall painted with
bituminous paint with joints
required. As per specification no
EA-EP.
258 Supplying, erecting & terminating
FR XLPE insulated, galvanised
steel formed wire armoured (strip)
cable 1100 V, 3½core 240 sq. mm.
aluminium conductor complete 7-1-23 60 1,369.00 Mtrs 82,140.00
erected with glands & lugs, on wall/
trusses/pole or laid in provided
trench/ pipe as per specification no.
CB-LT/AL
259 Supplying and laying (including
excavation of suitable width &
depth up to 90 cm) 175 mm outside
dia, double wall corrugated pipes 7-6-15 48 635.00 Mtrs 30,480.00
(DWC) of HDPE for enclosing
cable below ground/road surface, to
required depth complete.
213 NMC, ENGINEER
Contractor / Bidder
260 Supplying, erecting & terminating FR
XLPE insulated, galvanised steel
formed wire armoured (strip) cable
1100 V, 4 core 16 sq. mm.
aluminium conductor complete 7-1-29 700 211.00 Mtrs 1,47,700.00
erected with glands & lugs, on wall/
trusses/pole or laid in provided trench/
pipe as per specification no. CB-
LT/AL
261 Supplying and laying (including
excavation of suitable width & depth
up to 90 cm) 75 mm outside dia.
double wall corrugated pipes 7-6-10 560.00 241.00 Mtrs 1,34,960.00
(DWC) of HDPE for enclosing cable
below ground/road surface, to required
depth complete.
TOTAL 35,08,132.00
TOTAL NO OF BUILDING 1 35,08,132.00
C.S.R.
[Link]. Particulars of item Qty. Rate Unit Amount
Nos.
MAIN PANEL- (after DG SET)
(The outer door of the panel is
such that user can work/handle it
propery, locking arrangement
with key should be provided by
BIDDER THE PANEL IS
OUTDOOR AND SHOULD BE
MANIFACTURED AS PER IP
65 PROTECETION )
Supplying and erecting metal work
in CRCA sheet including Iron work
for supports with fabrication of
boxes, panel boards, etc. including
cutting, bending, drilling, welding,
riveting, treated with anti-rust
treatment and duly powder coated
262 6-1-1 220 249.00 kg 54,780.00
or painted with one coat of red lead
paint and 2 coats of enamel paint
complete. (in an approved manner).
(above rates shall be inclusive of
work along with angle iron work
and erection for Panel). (as per
attached drawing)
214 NMC, ENGINEER
Contractor / Bidder
Supplying and erecting iron work,
sheet metal work consisting of
CRCA sheets, various sections of
iron, plates, chequered plates, rods,
bars, MS pipes, etc. for panel board
or any other purpose with bending,
263 cutting, drilling and welding 6-1-19 20 186.00 Each 3,720.00
complete erected at the position
with necessary materials duly
painted with one coat of red oxide
and two coats of enamel paint to
match the switchgears or as per
directions by the authority.
Supplying and erecting panel
mounting type digital voltmeter
having three and half digit LED
display, calibrated for 0 to 750V
AC suitable to operate on 500V
264 having accuracy class of 0.5 ,AC 6-3-8 1 1,672.00 Each 1,672.00
supply with necessary PVC wire
leads and lugs and mounting
hardware on provided panel
complete with calibration certificate
from manufacturer.
Supplying and erecting panel
mounting type digital ammeter
having three and half digit LED
display, external CT operated,
calibrated for suitable to operate on
500V, 0 to 1000A having accuracy
265 6-3-7 1 2,034.00 Each 2,034.00
class of 0.5, AC supply with
necessary PVC wire leads and lugs
and mounting hardware on
provided panel
complete with calibration certificate
from manufacturer.
Supplying and erecting selector
switch suitable for
voltmeter/ammeter for 3 phase AC
266 supply 500V, 50Hz, on provided 6-5-1 2 334.00 Each 668.00
box / panel and duly connecting
with necessary PVC wire leads and
lugs.
Supplying & erecting LED type
indicating pilot lamp with LED
colours red / yellow / green, 230 /
267 6-5-5 2 248.00 Each 496.00
250V on provided box / panel with
necessary material, wiring &
connections etc.
Supplying & erecting LED type
indicating pilot lamp with LED
268 colour blue, 230 / 250 V on 6-5-6 1 354.00 Each 354.00
provided box / panel with necessary
material, wiring & connections etc.
215 NMC, ENGINEER
Contractor / Bidder
Supplying and erecting LT current
transformer with bar primary 50/5
to 1000/5 ratio with 15 VA burden
269 erected in provided CRCA box duly 6-5-2 3 1,027.00 Each 3,081.00
secured with insulating materials
connected to the meter with test
certificates.
Providing & erecting 4 Pole MCCB
415V, 400A, rated short-circuit
breaking capacity 36 kA (Ics=100% of
Icu), adjustable thermal (overload)
setting and adjustable magnetic setting
with provided leads, provision for
270 installation of shunt/ UV/ trip alarm 5-5-4 1 22276 Each 22,275.60
contact and MCCB should have phase NOTE-1
barriers both sides, with insulation
withstand capacity 800V, no line-load
bias in provided enclosure /panel as per
specification no. SW-SWR/MCCB (1
IN AND 2 OUT)
Providing & erecting 4 Pole MCCB,
415V, 200A, rated short-circuit
breaking capacity 25 kA (Ics=100% of
Icu), adjustable thermal (overload)
setting and adjustable magnetic setting
with provided leads, provision for 5-5-2
271 4 12,724.80 Each 50,899.20
installation of shunt/UV/trip alarm NOTE-1
contact and MCCB should have phase
barriers both sides, with insulation
withstand capacity 800V, no line-load
bias in provided enclosure/panel as per
specification no. SW-SWR/MCCB
Providing & erecting 4 Pole MCCB,
415 V, 100A, rated short-circuit
breaking capacity 25 kA (Ics=100% of
Icu), adjustable thermal (overload)
setting and fixed magnetic setting with
provided leads, provision for 5-5-1
272 2 6,370.80 Each 12,741.60
installation of shunt/UV/trip alarm NOTE-1
contact. MCCB with phase barriers on
both sides, insulation withstand
capacity 800V, no line-load bias in
provided enclosure/panel as per
specification no. SW-SWR/MCCB
Supplying and erecting extended
rotary handle for MCCB with 5-11-14
273 adjustable telescopic rod suitable for
6 1,255.00 Each 7,530.00
up to 250A MCCB.
Supplying and erecting extended
rotary handle for MCCB with
274 5-11-15 1 1,866.00 Each 1,866.00
adjustable telescopic rod suitable
for above 250A up to 630A MCCB.
Supplying and erecting terminal
275 spreaders suitable for 4 pole, up to 5-11-6 2 320.00 Each 640.00
100A MCCB (Set of 8)
Supplying and erecting terminal
276 spreaders suitable for 4 pole, above 5-11-7 4 1,164.00 Each 4,656.00
100A up to 250A MCCB (Set of 8)
216 NMC, ENGINEER
Contractor / Bidder
Supplying and erecting terminal
277 spreaders suitable for 4 pole, above 5-11-8 1 1,866.00 Each 1,866.00
250A up to 400A MCCB (Set of 8)
Supplying, installation & marking
of surge arrestor/ surge protection
device at the main distribution
board after the incoming breaker of
278 6-6-4 1 14,929.00 Each 14,929.00
type 1+2 tested for Imax 50 kA for
three phase and neutral with
compliance to IEC 61643-11 as per
specification no. CP-SPD
TOTAL 1,84,208.40
TOTAL AMOUNT OF 1 Nos.
2 3,68,416.80
PANEL
C.S.R.
[Link]. Particulars of item Qty. Rate Unit Amount
Nos.
FEEDER PANEL FOR DG
(The outer door of the panel is
such that user can work/handle it
propery, locking arrangement
with key should be provided by
BIDDER THE PANEL IS
OUTDOOR AND SHOULD BE
MANIFACTURED AS PER IP
65 PROTECETION )
Supplying and erecting metal work
in CRCA sheet including Iron work
for supports with fabrication of
boxes, panel boards, etc. including
cutting, bending, drilling, welding,
riveting, treated with anti-rust
treatment and duly powder coated
279 6-1-1 220 249.00 kg 54,780.00
or painted with one coat of red lead
paint and 2 coats of enamel paint
complete. (in an approved manner).
(above rates shall be inclusive of
work along with angle iron work
and erection for Panel). (as per
attached drawing)
Supplying and erecting iron work,
sheet metal work consisting of
CRCA sheets, various sections of
iron, plates, chequered plates, rods,
bars, MS pipes, etc. for panel board
or any other purpose with bending,
280 cutting, drilling and welding 6-1-19 20 186.00 Each 3,720.00
complete erected at the position
with necessary materials duly
painted with one coat of red oxide
and two coats of enamel paint to
match the switchgears or as per
directions by the authority.
217 NMC, ENGINEER
Contractor / Bidder
Supplying and erecting panel
mounting type digital voltmeter
having three and half digit LED
display, calibrated for 0 to 750V
AC suitable to operate on 500V
281 having accuracy class of 0.5 ,AC 6-3-8 1 1,672.00 Each 1,672.00
supply with necessary PVC wire
leads and lugs and mounting
hardware on provided panel
complete with calibration certificate
from manufacturer.
Supplying and erecting panel
mounting type digital ammeter
having three and half digit LED
display, external CT operated,
calibrated for suitable to operate on
500V, 0 to 1000A having accuracy
282 6-3-7 1 2,034.00 Each 2,034.00
class of 0.5, AC supply with
necessary PVC wire leads and lugs
and mounting hardware on
provided panel
complete with calibration certificate
from manufacturer.
Supplying and erecting selector
switch suitable for
voltmeter/ammeter for 3 phase AC
283 supply 500V, 50Hz, on provided 6-5-1 2 334.00 Each 668.00
box / panel and duly connecting
with necessary PVC wire leads and
lugs.
Supplying & erecting LED type
indicating pilot lamp with LED
colours red / yellow / green, 230 /
284 6-5-5 2 248.00 Each 496.00
250V on provided box / panel with
necessary material, wiring &
connections etc.
Supplying & erecting LED type
indicating pilot lamp with LED
285 colour blue, 230 / 250 V on 6-5-6 1 354.00 Each 354.00
provided box / panel with necessary
material, wiring & connections etc.
Supplying and erecting LT current
transformer with bar primary 50/5
to 1000/5 ratio with 15 VA burden
286 erected in provided CRCA box duly 6-5-2 3 1,027.00 Each 3,081.00
secured with insulating materials
connected to the meter with test
certificates.
218 NMC, ENGINEER
Contractor / Bidder
Providing & erecting 4 Pole MCCB,
415 V, 100A, rated short-circuit
breaking capacity 25 kA (Ics=100% of
Icu), adjustable thermal (overload)
setting and fixed magnetic setting with
provided leads, provision for 5-5-1
287 5 6,370.80 Each 31,854.00
installation of shunt/UV/trip alarm NOTE-1
contact. MCCB with phase barriers on
both sides, insulation withstand
capacity 800V, no line-load bias in
provided enclosure/panel as per
specification no. SW-SWR/MCCB
Providing & erecting 4 Pole MCCB,
415V, 200A, rated short-circuit
breaking capacity 25 kA (Ics=100% of
Icu), adjustable thermal (overload)
setting and adjustable magnetic setting
with provided leads, provision for 5-5-2
288 1 12,724.80 Each 12,724.80
installation of shunt/UV/trip alarm NOTE-1
contact and MCCB should have phase
barriers both sides, with insulation
withstand capacity 800V, no line-load
bias in provided enclosure/panel as per
specification no. SW-SWR/MCCB
Supplying and erecting extended
rotary handle for MCCB with
289 adjustable telescopic rod suitable for 5-11-14
2 1,255.00 Each 2,510.00
up to 250A MCCB.
Supplying and erecting extended
rotary handle for MCCB with
290 5-11-15 0 1,866.00 Each 0.00
adjustable telescopic rod suitable
for above 250A up to 630A MCCB.
Supplying and erecting terminal
291 spreaders suitable for 4 pole, up to 5-11-6 5 320.00 Each 1,600.00
100A MCCB (Set of 8)
Supplying and erecting terminal
292 spreaders suitable for 4 pole, above 5-11-7 1 1,164.00 Each 1,164.00
100A up to 250A MCCB (Set of 8)
Supplying, installation & marking of
surge arrestor/ surge protection
device at the sub main distribution
board after the incoming breaker of
293 type 2 tested for Imax 40 kA for
6-6-6 1 8,275.00 Each 8,275.00
three phase and neutral with
compliance to IEC 61643-11 as per
specification no. CP-SPD
TOTAL 1,24,932.80
TOTAL AMOUNT OF 1 Nos.
6 7,49,596.80
PANEL
SOLAR WORK FOR STP
C.S.R.
[Link]. Particulars of item Qty. Rate Unit Amount
Nos.
219 NMC, ENGINEER
Contractor / Bidder
Supplying, installing, testing and
commissioning of 25 kWp ON-GRID
Solar PV System / Plant consisting
Solar PV mono Crystalline Panel (335
Wp X 75 Nos.) and Solar ON-GRID
Inverter of similar capacity (THD<3%)
with interconnecting wires / cables up
to solar ON GRID inverter, proper base
plate, canopy box to house Inverter and
necessary accessories i.e. ACDB/
DCDB , MCB etc. wiring up to solar
294 Inverter in casing and capping, display
4-5-6 1 1228770 EACH 1228770.00
board, sign board, two distinct
earthing, lightning arrester, liaisoning
charges, remote monitoring system
with maintaining card / chip for 5 years
including net charges for RMS System,
complete up to net meter installation
and export to the grid with 5 year ON-
SITE warranty and fully
comprehensive maintenance contract as
per Specification no. ESD-RT-ONG.
Supplying and erecting single phase
10 to 60 A net meter of accuracy class
1.0, 240V, 50 Hz, with backlit LCD
display, optical port ( measures import
kWh, export kWh, net kWh, V, I, kW,
295 6-3-12 1 6038 EACH 6038.00
12 months history of energy) with
wiring connections and mounting
hardware on provided panels
complete with calibration certificate
from manufacturer.
Supplying and installation of Solar
PV Module cleaning unit consisting
of nozzles spray, necessary pipes,
valves, post, electronic panel board
concealed with weather proof cabinet,
4-8-8
296 spreading water periodically for 4 38541.00 EACH 154164.00
removal of dust, related motor pump, NOTE-1
controller, timer and nozzles set
suitable for covering 5 KW Solar PV
Module. (Approx. 35 Sq. Mtr. PV
Module area).
Supplying and erecting iron work,
sheet metal work consisting of CRCA
sheets, various sections of iron,
plates, chequered plates, rods, bars,
MS pipes, etc. for panel board or any
other purpose with bending, cutting,
297 6-1-19 1750 186 kg 325500.00
drilling and welding complete erected
at the position with necessary
materials duly painted with one coat
of red oxide and two coats of enamel
paint to match the switchgears or as per
directions by the authority.
TOTAL SOLAR POWER
GENERATION PLANT WORK
1714472.00
220 NMC, ENGINEER
Contractor / Bidder
ABSTRACT OF FIRE FIGHTING SYSTEM 14 BUILDING
Sr. Item No. Qty. Description RATE UNIT AMOUNT
No
1 13-6-6 700.00 Supplying and installing [Link] above 1588.00 M. 1111600.00
ground of ‘C’ class ERW of size 100 mm
diawith necessary fittings as per
specification no. FF-PP
2 13-6-5 84.00 Supplying and erecting G.I. pipe above 1116.00 M. 93744.00
ground of ‘C’ class ERW of size 75/80
mm dia with necessary fittings complete
as per specification no. FF-PP
3 13-7-20 28.00 Supplying and erecting 100 mm dia. cast 4121.00 nos 115388.00
iron double flange butterfly valve of size
complete with PN16 pressure rating, as
per specification no. FF-VL/BFV
4 13-7-24 14.00 Supplying and erecting 100 mm dia cast 8240.00 nos 115360.00
iron double flange NRV complete with
PN16 pressure rating, as per specification
no. FF-VL/NRV
5 13-7-32 28.00 Supplying and erecting 25 mm dia gun 1202.00 nos 33656.00
metal gate valve complete with PN16
pressure rating, as per specification no.
FF-VL/GV
6 13-7-35 126.00 Supplying and erecting stainless steel 5799.00 nos 730674.00
single outlet hydrant valve fitted with
necessary accessories complete as per
specification no. FF-VL/HV
7 13-8-16 200.00 Supplying and erecting brass orifice plate 1009.00 nos 201800.00
having 6 mm. thickness, 140 mm outer
dia with required diameter of inner hole
at every single outlet hydrant valve as per
specification no. FF-FFA/OP
8 13-8-2 112.00 Supplying and installing wall mounting 6921.00 nos 775152.00
swinging hose reel drum fitted with 19
mm dia. 30m long high pressure
polypropylene (Polyhose) along with
necessary accessories complete as per
specification no. FF-FFA/HV
221 NMC, ENGINEER
Contractor / Bidder
9 13-8-4 252.00 Supplying and erecting 63mm dia, 5229.00 nos 1317708.00
reinforced rubber lined (R.R.L.) hose
pipe,15m in length,, fitted with necessary
accessories complete as per specification
no. FF-FFA/RRL
10 13-8-8 126.00 Supplying and erecting stainless steel 1963.00 nos 247338.00
branch pipe 63 mm dia fitted with 20 mm
dia detachable hexagonal nozzle
complete as per specification no.
FFFFA/NZ
11 13-8-10 14.00 Supplying and erecting 150 mm dia fire 9479.00 nos 132706.00
brigade header suitable for supplying
water in fire tank complete as per
specification no. FF-FA/FBC
12 13-8-13 14.00 Supplying and erecting 20/25mm dia gun 840.00 nos 11760.00
metal air release cock, with necessary
G.I. coupling to be fitted on top of air
vessel or on wet riser complete as per
specification no. FF-FFA/ARV
13 13-8-14 14.00 Supplying and erecting 100 mm dia. 772.00 nos 10808.00
pressure gauge , 0-300 PSI or 0-14 kg per
cm square fitted with 12/15 mm dia. pad
cock valve, erected with provided G.I.
pipe, elbow etc. complete as per
specification no. FF-FFA/PG
14 13-8-15 14.00 Supplying and erecting 12/15 mm dia 1763.00 nos 24682.00
pressure switch with provided isolation
valve, G.I. nipple, elbow, etc complete as
per specification no. FF-FFA/PS
15 13-8-19 126.00 Supplying and erecting M.S./CRCA 8249.00 nos 1039374.00
cabinet for housing Fire Brigade /
SIEMESE connections (size 1250 x 400 x
300 mm.) made from 16 SWG sheetand
angle iron 25 mm. x 25 mm. x 4 mm.
having front doors with viewing glass (8"
x 6") and locking arrangement with
necessary fixing material such as rubber
bidding etc. duly painted in post box red
colour( Code 538 of IS 5)
16 10-2-24 56.00 Providing Round bottom FIRE Bucket of 433.00 nos 24248.00
9 Litrescapacity as per IS : 2546 made
out of 24 gauge G.I. sheet with extra
handle at bottom duly painted white
inside and red outside with FIRE Mark,
on provided stand/ wall hook
222 NMC, ENGINEER
Contractor / Bidder
17 10-2-25 14.00 Providing Floor mounting stand for 3522.00 nos 49308.00
keeping 4 Nos. of FIRE buckets 1500mm
in length, 900mm in height frame made
out of 30x30x4 mm angle iron with cross
supports for legs, welded with 4 hooks
and duly painted with one coat of red lead
and two coats of silver paint.
18 7-1-9 1400.00 Supplying, erecting & terminating FR 137.00 mtr 191800.00
XLPE insulated, galvanised steel formed
wire armoured (strip) cable 1100 V, 3
core 6 sq. mm. aluminium conductor
complete erected with glands & lugs, on
wall/ trusses/pole or laid in provided
trench/ pipe as per specification no. CB-
LT/AL
19 13-3-2 14.00 Supplying, installation, testing and 69720.00 nos 976080.00
commissioning of booster fire pump [BP]suitable
for water discharge of 900 LPM at 35 m head
driven by electricmotor 415 volts, 3 phase 50 Hz,
AC supply of 7.5 kW or of suitable kWcapacity
for manual/automatic operation and consisting of
following :
(a) Horizontal/vertical type, single/multi stage,
centrifugal casing pump of castiron body &
bronze/CI impeller with stainless steel shaft
(SS410 grade),mechanical seal conforming to IS
1520.
(b) Squirrel cage induction motor, TEFC,
synchronous speed 3000 RPM, suitablefor
operation on with IP 55 protection for enclosure,
horizontal foot mountedtype with Class-'F'
insulation, conforming to IS-325.
(c) M.S. fabricated common base plate, coupling,
coupling guard, foundation boltsetc. as required.
(d)Erected on provided suitable size cement
concrete foundation duly plasteredwith anti
vibration pads with perfect aligning, proper
levelling complete pump setwith accessories duly
painted with two coats of synthetic enamel paint
of fire redcolour over a coat of primer (ISC code
536 as per IS 2932 of 2003) complete, asper
specification no. FF-MFP/BP
20 13-15-1 126.00 S u p p l y i n g & erecting Carbon 9902.00 M. 1247652.00
Dioxide (CO2) fire extinguisher of 4.5
kg. capacity cartridge type conform to IS
2878 /15683 complete erected with
necessary clamp made from 50 x 6 mm.
M. S. flat with nut & bolts routed in wall
complete
21 13-9-10 1400.00 Supplying and erecting XLPEarmoured 111.00 mtr 155400.00
cable 2 core 1.5 [Link]. copper conductor
complete erected on wall/ceiling as per
specification [Link]-LT/CU
223 NMC, ENGINEER
Contractor / Bidder
22 NOTE - INCREASE OVERRALL RATE
BY 7.5% FOR FRLS
23 13-9-7 126.00 Supplying, erecting, testing and 1670.00 nos 210420.00
commissioning manual call point (Pill
box) with
break glass push button and flip abort
switch or agent release switch in metal
enclosure complete as per specification
no. FF-FAAS/MCP
24 13-9-8 126.00 Supplying, erecting, testing and 629.00 nos 79254.00
commissioning hooters having high
(100dB @
1m) and low (94dB @ 1m) volume
setting, group addressing facility
allowing
multiple sounders to be activated with
CRCA enclosure complete as per
specification no. FF-FAAS/HTR
25 13-9-14 14.00 Supplying, installing, testing and 17839.00 nos 249746.00
commissioning of 2 Zones
Microprocessor
based conventional fire alarm control
panel (FACP) with standard accessories
, 16x2 Character LCD Display, provision
for zone wise contact and beep
sound alarm, suitable to operate on 120-
220 V AC, 0 - 49 Deg C, 93 ± 2
Percentage RH (non- condensing) at 32 ±
2 Deg C complete as per
specification no. FF-FAAS/FACP
Total Cost Of Fire Fighting System 9145658
224 NMC, ENGINEER
Contractor / Bidder
MAKE LIST OF PARTICULARS
[Link] Particular Make
1 Reinforcement Make of Tata steel, JSW steel, Jindal Steel, Sail or Similar type.
2 Bricks Specification as directed by engineer in charge.
3 AAC Block Specification as directed by engineer in charge.
4 Cement Make of ACC, Ultratect,Ambuja or similar type cement.
Flooring and Skirting Make of Kajaria Ceramics Ltd, Asian Granito India, Bajaj Tiles,
5 Cera Sanitaryware, Nitco, Orient Bell, Simpolo Vitrified or similar
Tiles for Rooms
[Link] of 0.075 m. height should be provided in all rooms.
Flooring and Dado Tiles Make of Kajaria Ceramics Ltd, Asian Granito India, Bajaj Tiles,
6 Cera Sanitaryware, Nitco, Orient Bell, Simpolo Vitrified or similar
for Bath/WC
type. Dado of 0.9 m. height should be provided in all Bath/WC.
Flooring for Passage and Note- Water absorption for kota stone should not exceed 0.05%.(
7
Steps Item to be used with prior permission of Superintending Engineer )
8 Door Frame Make of ACC, Ultratect,Ambuja or similar type cement.
9 Doors Make of CenturyPly Plywood, Maxon Doors, Shree Balaji Wood
Impex,Supreme Industries or similar type.
10 Window Make of Tata Pravesh, Royal Glass, Foshan grandsea or similar
type.
11 Ventilators Specification as directed by engineer in charge.
12 Grill Work Make of Tata Steel, JSW, Sail or Similar type.
Hand Railing for Stairs
13
and Balcony Make of Tata Steel, JSW, Jindal or similar type.
14 External Paint Make of Asian, Berger, Indigo or similar type.
15 Internal Paint Make of Asian, Berger, Indigo or similar type.
16 Kitchen Otta with Sink Specification as directed by engineer in charge.
17 WC Seat make of Asian Granito, Cera, Jaquar, Hindware, Parryware or
similar type.
225 NMC, ENGINEER
Contractor / Bidder
18 Taps make Hindware, Cera, Jaquar, Kolher India, Faucet, Parryware or
similar type.
19 Wash Basin Make of Asian Granito, Cera, Jaquar, Hindware, Parryware or
similar type.
20 Wheel stop taps Make Hindware, Cera, Jaquar, Kolher India, Faucet, Parryware or
similar type.
Waterproofing in Covering 10 years' guarantee on requisite stamp paper including
21
Bath/Wc curing etc. (As directed by Engineer in Charge)complete.
22 Waterproofing to Dado (As directed by Engineer in Charge)
Waterproofing to
Covering 7 years guarantee on Stamp Papers etc.(As directed by
23 Terrace and Water
Engineer in Charge) complete.
tanks
24 Grill Gates and Ladders Make of Tata Steel, JSW, Jindal or similar type.
25 Stilt Parking Flooring Make of Ambuja, ACC, Ultratect or similar type cement.
26 Lift Specification as directed by engineer in charge.
27 Solar Water System As directed by Engineer in Charge
28 Paver Blocks As per drawing and directed by engineer in charge.
Internal and External Make of Havells,Anchor, Bajaj, V-Guard, Polycab, Finolex or
29
Electrical work similar type.
30 Borewell and Pump Make of Crompton, Kirloskar, CRI, Shakti or similar type.
STP of 200 KL/Day with flow of 8 [Link]. per hour shall be
31 Sewage Treatment Plant provided. The treated water quality should be as per Central
Pollution Control. STP should be provide as per given Parameters
by Authority.
32 Trees, Plants and Grass (As directed by Engineer in Charge)
33 Wire Fencing As per drawing and directed by engineer in charge.
34 Entrance Gate As per drawing and directed by engineer in charge.
35 Pipes Make of Finolex, Jain, Astral, Dutron, Supreme, Ashirwad or
similar type of pipe.
36 Make Finolex, Jain, Astral, Supreme, Ashiwad or similar type of
Valves valves.
37 Make of Finolex, Jain, Astral, Dutron, Supereme, Ashirwad or
Cowls similar type.
38 Make of Finolex, Jain, Astral, Dutron, Supereme, Ashirwad or
Gully Traps similar type.
Note :- All the sample of materials, fittings, finishes etc. shall be got approved before execution
from Engineer-in-charge.
226 NMC, ENGINEER
Contractor / Bidder
Other Formats
227 NMC, ENGINEER
Contractor / Bidder
Letter of Acceptance
(Letterhead paper of the NMC)
To,
[name and address of the Contractor]
Dear Sirs,
This is to notify you that your online bid dated for execution of the
(name of the contract and identification number,
as given in the Instructions to Bidders)
for the Contract Price Rupees
( ) (amount in words and figures), as corrected
and modified in accordance with the Instructions to Bidders1 is hereby accepted by our agency.
We accept / do not accept that be appointed as the
Adjudicator. You are hereby requested to furnish Performance Security, in the form detailed
in Para 34.1 of ITB for an amount equivalent to Rs. Within 03 days of the
receipt of the letter of acceptance valid up to 28 days from the date of expiry of defects
Liability Period i.e. upto and sign the contract,
failing which action as stated in Para 34.2 of ITB will be taken.
Yours faithfully,
Authorized Signature
Name and title of
Signatory Name of
Agency
Delete “Corrected and” or “and modified” if only one of these actions applies. Delete as
corrected and modified in accordance with the Instructions to Bidders, if corrections or
modifications have not been affected.
1 To be used only if the contractor disagrees in his Bid with the Adjudicator proposed
by the NMC in the “Instructions to Bidders”.
228 NMC, ENGINEER
Contractor / Bidder
Issue of Notice to proceed with the work
(Letter head of the NMC)
(Date)
To,
[name and address of the Contractor]
Dear Sirs,
Pursuant to your furnishing the requisite security as stipulated in ITB Clause 34.1 and signing
of the Contract for the work
of………………………………………………………………………..
Bid Price of Rs. .
You are hereby instructed to proceed with the execution of the said works in
accordance with the documents.
Yours faithfully,
(Signature, name and title of Signatory
Authorised to sign on behalf of NMC)
229 NMC, ENGINEER
Contractor / Bidder
AGREEMENT FORM
This agreement, made the day of between -----------------
(name and address of the NMC) [hereinafter called “the NMC] and (name
and address of contractor) hereinafter called “the Contractor” of the other part.
Whereas the NMC is desirous that the Contractor execute ------------- (name and identification
number of Contractor) (hereinafter called “the Works”) and the NMC has accepted the Bid by
the Contractor for the execution and completion of such Works and the remedying of any
defects therein, at a cost of Rs
NOW THIS AGREEMENT WITNESSTH as follows:
(1) In this Agreement, words and expression shall have the same meanings as are
respectively assigned to them in the conditions of contract hereinafter referred to and
they shall be deemed to form and be read and construed as part of this Agreement.
(2) In consideration of the payments to be made by the NMC to the Contractor as
hereinafter mentioned, the Contractor hereby covenants with the NMC to all aspects
with the provisions of the contract.
(3) The NMC hereby covenants to pay the Contractor in consideration of the execution
and completion of the Works and the remedying the defects wherein Contract Price
or such other sum as may become payable under the provisions of the Contract at the
times and in the manner prescribed by the Contract.
(4) The following documents shall be deemed to form and be ready construed as part of
this agreement viz.
i) Letter of Acceptance
ii) Notice to proceed with the works
iii) Contractor’s Bid
iv) Condition of contract: General and Special
v) Contract Date
vi) Additional condition
vii) Drawings
viii) Bill of Quantities and
ix) Any other documents listed in the Contract Data as forming part of the
Contract.
In witnessed where of the parties there to have caused this Agreement to be executed the day
and year first before written.
The Common Seal of was hereunto affixed in the presence of:
Signed, Sealed and Delivered by the said in the presence of :
Binding Signature of NMC
Binding Signature of Contractor
230 NMC, ENGINEER
Contractor / Bidder
UNDERTAKING
I, the undersigned do hereby undertake that our firm M/s agree to abide
by this bid for a period _ days for the date fixed for receiving the same and it shall be binding
on us and may be ---------------- accepted at any time before the expiration of that period.
(Signed by an Authorized Officer of the Firm)
Title of Officer
Name of Firm
231 NMC, ENGINEER
Contractor / Bidder
FORMAT OF COVERING LETTER
(Note: The covering letter is to be submitted by the Bidding Company or the Lead
Consortium Member of a Bidding Consortium. To be provided on the Company letterhead)
Date:
Place:
To
The Commissioner
Nagpur Municipal Corporation
Ref: Name of Project.
We hereby confirm the following
1) The Bid is being submitted by ---------------------------------------------- (name of the
Bidding Company) who is the Bidding Company., in accordance with the conditions
stipulated in the bid document. Our Bid includes the Letter(s), as per the conditions
stipulated in the bid document.
2) We have examined in detail and have understood the terms and conditions stipulated
in the bid document issued by NMC and in any subsequent communication sent by
NMC. We agree and undertake to abide by all these terms and conditions. Our
Bid is consistent with all the requirements of submission as stated in the bid
document or in any of the subsequent communications from NMC.
3) The information submitted in our Bid is complete, is strictly as per the requirements
as stipulated in the bid document, and is correct to the best of our knowledge and
understanding. We would be solely responsible for any errors or omissions in our Bid.
4) We confirm that our Commercial Proposal does not contain any Conditions.
5) The Bidding Company (Please strike out whichever is not applicable), satisfies the
legal requirements and meets all the eligibility criteria laid down in the bid document.
6) We confirm that our Bid is valid for a period of 120 days from the last date of
submission of the Bid. For and on behalf of:
Signature (Authorized Representative and Signatory)
Name of the Person
Designation
232 NMC, ENGINEER
Contractor / Bidder
DESCRIPTION OF BIDDER
Details of Bidding Company:
Name of the Bidding Company
Address of the Registered/ Head Office of the
Bidding Company
Contact Number and mail id of Authorized
Representative:
Certificate of Incorporation / Commencement Submission of copy of the Certificate
Certificate (if any) of Incorporation / Commencement
Certificate (if any)
Company to be considered for Evaluation
233 NMC, ENGINEER
Contractor / Bidder
(VOLUME -II)
SECTION 7
DRAWINGS
(to be Attached Separately)
234 NMC, ENGINEER
Contractor / Bidder