Construction of proposed outdoor sports complex

advertisement
REQUEST FOR PROPOSAL (RFP)
For “Construction of proposed outdoor sports complex” (hereinafter referred to as
„Work/s‟) at Kempegowda International Airport Bengaluru.
Name and address of the entity seeking proposal:
Bangalore International Airport Limited.
Administration Block,
Kempegowda International Airport, Bengaluru
Bengaluru 560 300
www.bengaluruairport.com
Person responsible for any additional information and receipt of proposals:
DGM – Procurement and contracts,
Bangalore International Airport Limited
E-Mail: e&mbid@bialairport.com
DISCLAIMER
1.
2.
The information contained in this RFP document or subsequently provided to the
Bidders, whether verbally or in documentary or any other form by or on behalf of
Bangalore International Airport Limited („BIAL‟) or any of its employees or advisers, is
provided to the proposers on the terms and conditions set-out in this RFP, and such
other terms and conditions subject to which, such information is provided.
This RFP is neither an agreement, nor, an offer by BIAL to the prospective Bidders or
any other person. The purpose of this RFP is to provide the Bidders with the
information, that may be useful to them, in the formulation of their Proposal. This RFP
includes statements, which reflect various assumptions and assessments arrived at by
BIAL in relation to the work. Such assumptions, assessments and statements do not
purport to contain all the information that each Bidder may require. This RFP may not
be appropriate for all the persons, and it is not possible for BIAL, its employees or
advisers to consider the objectives, technical expertise and particular needs of each
party, who reads or uses this RFP. The assumptions, assessments, statements and
information contained in this RFP, may not be complete, accurate, adequate or
correct. Each Bidder should, therefore, conduct its own investigations and analysis,
and should check the accuracy, adequacy, correctness, reliability and completeness of
the assumptions, assessments and information contained in this RFP, and obtain
independent advice from appropriate sources.
3.
Information provided in this RFP to the proposers is on a wide range of matters, some
of which depends upon interpretation of law. The information given, is not an
exhaustive account of statutory requirements, and should not be regarded as a
complete or authoritative statement of law. BIAL accepts no responsibility for the
accuracy, or otherwise for any interpretation or opinion on the law expressed herein.
4.
BIAL, its employees and advisers make no representation or warranty, and shall have
no liability to any person including any proposer under any law, statute, rules or
regulations or tort, principles of restitution or unjust enrichment or otherwise for any
loss, damages, cost or expense which may arise from or be incurred or suffered on
account of anything contained in this RFP or otherwise, including the accuracy,
adequacy, correctness, reliability or completeness of the RFP and any assessment,
assumption, statement or information contained therein or deemed to form part of
this RFP or arising in any way in this award process.
5.
BIAL also accepts no liability of any nature, whether resulting from negligence or
otherwise, however caused, arising from reliance of any Bidder upon the statements
contained in this RFP. It is the responsibility of the Bidders to make their own
assessment in preparing their Proposals.
6.
BIAL may, in its absolute discretion, but, without being under any obligation to do so,
update, amend or supplement the information, assessment or assumption contained in
this RFP.
7.
The proposer shall bear all its costs associated with or relating to the preparation and
submission of its Proposal including, but not limited to preparation, copying, postage,
delivery fees, expenses associated with any demonstration or presentation, which may
be required by BIAL or any other cost incurred in connection with or relating to its
Proposal. All such costs and expenses will remain with the Bidder, and BIAL shall not
be liable in any manner whatsoever, for the same, or, for any other costs, or, other
expense, incurred by any Bidder, in preparation or submission of the Proposal,
regardless of the conduct or outcome of the selection process.
8.
BIAL reserves the right to accept or reject any or all Proposals; qualify or disqualify
any or all proposers without giving any reason, and is not obliged to correspond with
any proposer in this regard. Further, BIAL reserves the right to relax, change, review,
revise or/and cancel the eligibility criteria and the RFP process, at any time, without
prior notice or without assigning any reason whatsoever. This invitation for RFP does
not give rise to any right in rem, and is not an offer or invitation to offer.
9.
BIAL will not entertain any claim for expenses in relation to the preparation of any
Proposal pursuant hereto.
10.
BIAL at its absolute discretion, reserves the right, until the closure of the Proposal
submission, to modify any proposed terms and conditions set-out in the RFP as
necessary, including but not limited to cancelling/withdrawing the RFP, to meet its
objectives and principles as set-out below in this section.
Page 3 of 101
TABLE OF CONTENT
PART I
1.0
Introduction
2.0
Objective
3.0
Instructions to bidders
4.0
Scope
5.0
Evaluation criteria & Proposal submission requirements
6.0
Award of process
ANNEXURE A: LETTER OF UNDERTAKING
ANNEXURE B: FIRM/COMPANY BACKGROUND DETAILS
ANNEXURE C: DOCUMENTS TO BE FURNISHED
ANNEXURE D: FINANCIAL PROPOSAL
ANNEXURE E: TECHNICAL PRESENTATION
Page 4 of 101
PART – II – General Conditions of Contract
1. Scope
2. Contract Price
3. Compliance with Laws
4. Rights of use of project site
5. Engagement of Labour
6. Subcontracting of works
7. Contractor‟s supervision of works
8. Protection of works and materials
9. Completion
10. Tests
11. Extension of time
12. Liquidated damages
13. Rectification of defects
14. General Terms and Conditions
15. Term
16. Termination by BIAL
17. Termination by Contractor
18. Indemnities
19. Force Majeure
20. Amendment
21. Waiver and Assignment
22. Governing Law
23. Costs
24. Notice
25. No Partnership
26. Survival
27. Severability
28. Exclusion of implied warranties, etc.
29. Entire Agreement
30. Counter parts
31. Performance security
32. Change of Control
Schedule – A - Schedule of Payment
Schedule – B - Form of Performance Bank Guarantee
Page 5 of 101
PART III
1.
2.
3.
4.
5.
6.
Scope of work
Deliverables
Project Location & Layout
List of GFC Drawings
List of Executable Items
Field Quality Plan
ANNEXURE F: List of Executable items & Technical Specification
ANNEXURE G: Construction Schedule and Mile Stones
ANNEXURE H: Plans & Drawings
ANNEXURE I: Issue of Form – V
Annexure J: Labour Compliances
Annexure K: Safety Guidelines
Page 6 of 101
PART – I
1.
INTRODUCTION
1.1
Kempegowda International Airport, Bengaluru
Bangalore International Airport Limited („BIAL‟), the owner and operator of the
Kempegowda International Airport, Bengaluru (the “Airport”), a company registered
under the Companies Act, 1956. The Airport is built and is being operated at the best
international standards. BIAL is committed to establishing this Airport as one of India‟s
leading airports, in terms of quality and efficiency and set a benchmark for the future
development of Indian airports and also services to its passengers. The Airport is
currently the third largest airport in India.
Further, more information on the Airport can be viewed at:
www.bengaluruairport.com
2.
OBJECTIVE
BIAL is intending and desirous of constructing outdoor sports complex which include
court for multiple games such as Basketball, Tennis & Badminton courts etc., including
toilet block, canteen & admin office etc., at the Airport. For the successful execution
and completion of the Works, BIAL is interested in receiving valid and binding
Proposals from suitably qualified and experienced civil contractors/firm/company on
the terms and conditions contained in this RFP. The Proposal shall comply with all the
standards listed in the technical specification, drawings, timeline and schedule of
quantities mentioned in the RFP. The Contract is “Item rate, re-measurable
contract”
3.
INSTRUCTIONS TO BIDDERS
The Bidders shall submit a valid and binding Proposal (both soft and hard copy) in two
separate covers, clearly mentioning “Technical Proposal” & “Financial Proposal” for
the construction and completion of the Works at the Airport on or before the Due
Date.
3.1
BIAL has adopted the following schedule for submission of the Proposals, selection and
award of tender under this RFP:
Page 7 of 101
Description and Tentative Dates:
Sl.
No
1
2
3
4
5
6
3.2
Heading
Date
Uploading the RFP documents
Last date for receipt of queries
Last date to send the request for attending
the pre bid meeting (through mail)
Technical meeting for pre bid meeting (Time
& venue will be informed to the requested
vendors on 16th June 2016 through mail)
Reply to the queries
Period of submission of Proposals
9th June 2016
16th June 2016
16th June 2016
20th June 2016
21st June 2016
27th June 2016 to 29th June
2016
Due Date
The Bidders shall submit signed and sealed hard copy of the Proposal (both soft and
hard copy) in three separate sealed and signed covers (ie. Cover 1- pre qualification
documents, cover 2- documents related technical criteria, cover 3- financial proposal)
by way of courier, registered post or by hand delivery, during 0900 to 1700 hours
Indian Standard Time, from 27th June 2016 to 29th June 2016 to BIAL at the following
address:
Bangalore International Airport Limited
Administration Block,
Kempegowda International Airport, Bengaluru
Bengaluru 560 300
Attention: DGM - Procurements & Contracts,
Bangalore International Airport Limited.
Email: e&mbid@bialairport.com
Any Proposal submitted by either facsimile transmission or e-mail is not acceptable
and Proposals received after the Due Date and time, will be summarily rejected. In
the event the proposal is signed by the authorised signatory, then the proposal shall be
accompanied a copy of board resolution/power of attorney or authority letter.
3.3
Performance Bank Guarantee
In order to ensure the due performance of the successful Bidder, the successful
Bidder, shall provide a performance bank guarantee, equivalent to ten (10%)
percentage of the total cost of the Works not later than seven (7) working days from
the date of award of the Tender. In the event the successful Bidder fails to furnish the
performance bank guarantee, BIAL will deduct amount equivalent to the performance
bank guarantee from first bills payable to the successful Bidder and the same will be
Page 8 of 101
converted as performance security deposit. The performance bank guarantee or
security deposit will be refunded after three months of the expiry of defect liability
period. The performance security deposit will not carry any interest.
3.4
Queries from Bidders
If discrepancies or omissions are found by any Bidder, or there is a doubt as to the true
meaning of any part of this RFP or the technical specification, a written request for a
clarification or interpretation must be submitted to BIAL and the same shall reach BIAL
on or before 16th June, 2016.
Any query or clarification related to this RFP, must be made by email to the following
email address:
Email: e&mbid@bialairport.com
Copies of BIAL‟s response shall be forwarded via email to all the Bidders to the email
address provided to BIAL, with a description of the enquiry; but, without identifying
its source. Further, BIAL is no way give any guarantee to give response to all the query
raised by the Bidders, but may respond only to the relevant query, which BIAL may
decide at its sole discretion.
3.5
Pre bid meeting: The purpose of pre-bid meeting with prior appointment of BIAL, to
clarify any issues regarding the RFP or with respect to bring in more clarity to the
scope of work of the bidder or including any particular, issues raised in writing by the
Bidders. It is further advised that each bidder shall inspect the location, site condition
etc. and satisfy itself with respect to the condition of the same before submitting the
proposal. In the event of any suggestion to improve with respect to the above shall
form part of its technical proposal. The bidders need to request for the pre bid
meeting on or before 16th June 2016.
3.6
Addendum/Corrigendum
3.6.1 At any time prior to the closure of the Proposal submission date, BIAL may, for
any reason, shall have the right to modify the RFP by issuing
Addendum/Corrigendum. Any Addendum/Corrigendum issued, shall be a part of
the RFP pursuant to this Clause, and will be uploaded in the web or
communicated in writing by email or by fax to all the Bidders.
3.6.2 In order to afford the Bidder‟s reasonable time to take an amendment into
account, or for any other reason, BIAL may, at its sole discretion, extend the
Due Date for submission of the Proposals, in which case, all rights and
obligations of BIAL, and the Bidders previously subject to the original deadline
will thereafter be subject to the extended deadline.
3.6.3 In case of issuance of Addendum/Corrigendum, BIAL may also modify the other
dates in relation to this RFP.
Page 9 of 101
3.6.4 In case, after issuance of Addendum/Corrigendum, the Bidder, who have
already submitted their Proposals, do not resubmit their bids, but can submit
the modification, if desired by the Bidder, in accordance with the terms and
conditions of this RFP, to the extent of Addendum/Corrigendum, and the same
shall be treated as part of Proposal. If a Bidder, do not modify their bids,
pursuant to the Addendum/Corrigendum, it shall be deemed that, such Bidder
do not intend to modify the Proposals already submitted and the Proposal
submitted by such Bidder shall be treated as final Proposal.
3.7
In the event that BIAL is required to issue a Corrigendum or an Addendum to the RFP,
all Bidders are required to provide, additional and/or supplementary information
relevant to the Corrigendum or Addendum in accordance with the corrigendum and
addendum and on the same name submitted along with the original proposal.
3.8
Proposal Validity Period
The Proposal shall be unconditional, firm and valid for a period of 90 (ninety) days
from the Due Date of opening of Proposal. Any Proposal, which have validity lower
than that specified above, shall be rejected by BIAL as being non-responsive.
However, in exceptional circumstances, if the process of the award of contract is not
completed within the initial Proposal Validity Period of 90 (ninety) days, BIAL may
request the Bidders to extend the Proposal beyond the Proposal Validity Period by an
additional period of 30 (thirty) days, and BIAL shall, at least seven days prior to the
expiry of the initial period of 90 (ninety) days, notify the Bidders accordingly. A bidder
may refuse the request without forfeiting his bid security. A bidder agreeing to the
request shall not be permitted to modify his bid, but shall be required to extend the
validity of his/its bid. All the terms of the bidding shall continue to be applicable
during the extended period of validity. The rate quoted by the Bidder shall be fixed
for the duration of the Contract or for any extended contract term and shall not be
subject to adjustment on any account whatsoever.
3.9
Inspection
The Bidders are advised to visit and inspect the location and its surroundings, and
obtain for itself on its own responsibility and cost, all information that may be
necessary for preparing the Proposal. Further, it shall be deemed that, the Bidder has
undertaken a visit to the locations and the Airport and is aware of the facts, prior to
submission of the Proposal.
3.10
Responsibility of Bidders:
The Bidders shall:
3.10.1 agree that, all information pertaining to BIAL‟s business and other information
by BIAL are confidential information of BIAL. The same shall be kept
Page 10 of 101
confidential and shall not be disclosed to any third party without the prior
written consent of BIAL.
3.10.2 agrees that this RFP has been designed so that the Bidders can follow a stepby-step process from Proposal preparation, to submittal, to evaluation and
award. Each Bidder shall conduct its own investigations and analysis; examine
the accuracy, reliability and completeness of the information provided in this
RFP.
3.10.3 examine and understand the RFP document and to verify their completeness
and correctness. In the event that, there is any page or document obviously
missing, or, erroneously inserted in the document supplied, the bidder shall
apply to BIAL to have such discrepancy rectified well before the RFP closing
date.
3.10.4 make all relevant investigations in relation to the performance of its
obligations pursuant to the bidder‟s right.
3.10.5 obtain and verify and clarify any and all information required by it, for the
purpose of completing and preparation of the RFP, prior to submitting the
Proposal.
3.10.6 not modify, change, add or delete any of the terms and conditions of the RFP
and in case, any changes are made, such Proposal will be considered as nonresponsive and will not be considered for further evaluation.
3.11
Other Conditions
All Bidders have been, and will continue to be provided, with the same background
information, supplementary information and any Corrigendum or Addendum to the
RFP.
3.12
Terms and conditions
The successful Bidder shall enter into a definitive Agreement within the timeline as
mentioned in the Letters of Intent and the General Condition of Contract is attached
hereto as PART II. These are the General Terms and Conditions and based on the
Proposals, timing of the actual commencement of the Work and execution of the
agreement, BIAL reserve the right to modify and improve any clauses and include any
other special terms and conditions or clauses. BIAL will make the payment to the
successful Bidder as per the payment schedule mentioned in Schedule A of part II.
4.
SCOPE
The successful Bidder shall perform, discharge, complete and executed the Works as
per the Scope of work mentioned in Part III and also as per the plan/Drawing, project
Page 11 of 101
milestone, list of executable items (BOQ) and technical specification as mentioned in
Annexure E,F,G & H of the Scope of work, Detailed program / schedule shall be
provided by Bidder – Refer Annexure – G. Successful Bidder shall rectify all the defects
in the Works, at its own cost and expenses, for a period of one year, from the date of
issuance of Taking over Certificate. In the event the successful Bidder fails to
carryout/rectify the defective Works, BIAL shall be entitled to carry out such defective
works by itself or through other contractors and the cost thereof shall be recovered
from successful bidder‟s security deposit or performance bank guarantee as the case
may be and in excess expenditure thereof shall be paid by the successful
bidder/recovered by BIAL.
4.1
Obligation of the successful Bidder
The successful bidder shall:
4.1.1 complete the Works and hand over of sports complex which consists of
Dismantling, Civil works, Electrical, plumbing, Finishes and other enabling work
complete as per the scope within one hundred and fifty (150) calendar days,
including the monsoon season, form the date of award of tender and in a
professional manner.
4.1.2 Hold or obtain the relevant and all required and applicable licenses from the
governmental authorities or agencies;
4.1.3 be responsible for the timely completion of the Works quality, specification as
per the scope, plan/drawing, BOQ, timeline and technical specification as
approved by BIAL and provide work flow chart and shall adhere to such time
line;
4.1.4 Shall not deviate the approved quality, make, design without the prior written
consent from BIAL;
4.1.5 Comply with all the labour compliances and amended from time to time and as
mentioned in Annexure J
4.1.6 appoint and roster required number technically qualified employees,
supervisors, managers for the timely completion and execution of the Works at
its own cost;
4.1.7 at its own cost and expense, undertake, comply with and perform all
obligations;
its
4.1.8 adhere to all the applicable laws from time to time;
4.1.9 Adhere to all the safety guidelines as mentioned in Annexure K, in particular
and all other safety guidelines under the various applicable laws;
Page 12 of 101
4.1.10 Ensure that, other services should not affected during the performance and
execution of the Works and
4.2
4.1. 11 not do or omit to do any act, deed or thing which may in any
violate any applicable law related to aviation and Airport.
Term
manner
be
Since time is the essence of this Work, the successful Bidder shall complete the Works
within one hundred and fifty (150) calendar days, including the monsoon season
from the date mentioned in the Letter of Intent or earlier.
4.3
Taxes
The successful Bidder shall pay all contributions, taxes and premiums payable under
the Applicable Laws, during its performance under the Agreement and all applicable
sales tax, service tax and other taxes including transportation, occupational, etc., as
applicable.
4.4
Subcontracting
The successful Bidder shall not sub contract any portion (part or full) of the Works
without the prior written consent from BIAL. In the event BIAL permits subcontracting, then the successful bidder shall be responsible for the acts or defaults of
his agents or employees, as if, they were the acts or defaults of the successful bidder.
The successful bidder shall inform BIAL in advance (and in writing) of the intended
appointment of the subcontractor, with particulars and his relevant experience and
with other details as requested by BIAL.
5.
EVALUATION CRITERIA AND PROPOSAL SUBMISSION REQUIREMENTS
5.1
Prequalification criteria:
5.1.1 minimum three (03) years of experience in the field of civil construction
including Earth work, construction of buildings and MEP works for any state or
central government department/PSU or any other industrial corporates,
supported with copy of completion certificate and customer satisfaction
certificates
5.1.2 should have executed civil projects having a minimum value of 100 lakhs or two
project of value 60 lakhs during the last 3 years (please attach copy of
agreement, purchase order, completion certificate etc).
5.1.3 bidder/s should have financial turnover of minimum of 200 lakhs continuously
for the past three years.
Page 13 of 101
BIAL will not open or consider the proposals of those who are not meeting the prequalification criteria and the proposals submitted by such bidders will be summarily
rejected.
5.2
Evaluation Criteria and weightage:
Sl.No
Criteria
Weightage (%)
TECHNICAL
5.2.1 Technical
presentation
(as
per
annexure
E), 50%
understanding the scope of work, and Correctness and
completeness of the Proposal.
5.2.2 List and detail of available major infrastructure, facility, 40%
plant, equipment and tools.
5.2.3 Details of the experience in developing sports ground & 10%
courts etc
BAIL will open the financial proposal of those bidders, who gets/obtains 70 percentage
of marks in technical evaluation against the technical parameters set out in clause
5.2.
5.3
Financial Proposal
Each bidder shall submit the financial proposal as per Annexure D.
FINANCIAL
5.1.5
Financial proposal
100%
BIAL intends to select only serious and committed Bidders for entering into an
Agreement with BIAL for the execution and completion of Works. Accordingly, the
Bidders shall ensure that, sufficient information is provided, to enable BIAL to make
judgments about their suitability, in assessing the Proposals received. The Bidders are
requested to submit both Technical and Financial Proposal in separate and sealed
covers on or before the Due Date.
From the time the Proposals are submitted, to the time the award of contract, the
Bidders should not contact BIAL on any matter related to its financial Proposal. Any
effort by the Bidder to influence BIAL in the examination, evaluation, ranking of the
Proposals, and recommendation for the award of contract may result in
rejection/disqualification of the Bidder‟s Proposal.
BIAL shall evaluate the Proposals of only those Bidders, who have satisfied the criteria
and complied with the other requirements of this RFP.
BIAL will also consider the past performance of the Bidder, and its constituent
individuals or entities as applicable, on other contracts with BIAL in terms of quality of
its operation and management.
Page 14 of 101
5.4
Grounds of Disqualification:
In addition to BIAL‟s rights to disqualify any Bidder as set-out elsewhere in this RFP,
BIAL shall have the right, in its sole discretion, to disqualify any Bidder, and reject its
Proposal including, but not limited to any one or more of the following grounds:
5.4.1 Declaration of the Bidder as ineligible due to corrupt or fraudulent practices, in
any tender/bid process.
5.4.2 Proposal which are not meeting the prequalification criteria as mentioned in
Clause 5.1
5.4.3 The Proposal not being accompanied by any supporting document/s or
Annexure/s, required to be submitted in accordance with this RFP.
5.4.4 Failure to comply with the requirements of the RFP, or the Proposal being nonresponsive to the requirements of the RFP. If the Proposal is not signed, sealed
and marked (as instructed below) as stipulated in the RFP, or does not contain
all the information as requested in the RFP, or in the format as specified in the
RFP or Annexure/s, BIAL may reject the Proposal as non-responsive.
5.4.5 Failure to comply with clause 3.8
5.4.6 If the Bidder submits incorrect/inaccurate/misleading/false information,
misrepresentation, in its Proposal which is in the sole opinion of BIAL, is
material information.
5.4.7 Any Proposal is received after the timeline as set-out in this RFP.
5.5
Format/Submission of Proposal:
The Proposal should be submitted by the Bidders (both in soft and hard form) in three
sealed envelope as per the clause 3, and the Proposal must be marked as:
“PRIVATE AND CONFIDENTIAL”
PROPOSAL FOR “Construction of proposed outdoor sports complex” at the Airport
Page 15 of 101
5.5.1 The Proposal shall consist of the following details in the same order:
Prequalification documents:
a)
b)
c)
An undertaking by the bidder, confirming that there is no litigation pending and
comply with the applicable laws. Annexure A.
Firm/Company background in accordance with the details contained in
Annexure B
Certified copy of the documents as detailed in Annexure C;
Technical Proposal: Signed, Sealed copies of the following:
a)
Technical presentation as detailed in Annexure E
b)
RFP Part III & Detailed program / schedule (Annexure G)
c)
List of major equipments and infrastructure
Financial Proposal: Signed, Sealed copies of the following:
a)
Financial Proposal as in Annexure D; and
b)
List of Executable Items and Technical specification as per Annexure F, Duly
filled and completed in all respect.
c)
Any other information as may be necessary to convey bidder‟s ideas, and
wherever applicable, to provide any relevant additional/further information.
6.
AWARD OF PROCESS
6.1
BIAL is conducting the award process in a fair and non-discriminatory manner and BIAL
will award the contract to the successful Bidder, who has offered the best Proposal to
BIAL, in accordance with this RFP. During the bid process, BIAL reserves the right to
negotiate with the successful Bidder.
6.2
BIAL will issue a Letter of Intent to the successful Bidder pursuant to the conclusion of
the bidding process as contemplated in this RFP. Following the issue of the Letters of
Intent to the successful Bidder, to the address mentioned in the Proposal, and the
successful Bidder shall enter into the Agreement within the period notified under the
Letter of Intent. Any change of address of the Bidder should be promptly notified to
BIAL.
Page 16 of 101
ANNEXURE A
Letter of Undertaking
Date: [Please insert]
We, (Name of the Bidder), hereby declare that, we have read and understood the terms and
conditions set-out under the RFP.
The terms and conditions therein are acceptable to us.
We further declare that, there is no pending/previous litigation against us, which would
prevent us from fulfilling the terms and conditions of the Agreement, in the event BIAL
award the tender and executes the Agreement with us.
We further declare and confirm that, we are aware of the required Licenses & Permits and
clearances to be obtained for undertaking our obligations pursuant to the Agreement, under
the Applicable Laws.
We further declare and confirm that, we have never been debarred or blacklisted by
anybody, pursuant to any business activity undertaken with them or, in relation to any
participation by us, in any tender called by them.
Capitalized terms used herein, shall have the meaning ascribed to them in the RFP.
Authorised Signatory of the Bidder
Stamp
Litigation history if any:
Sl. No
Details of litigation (number, year Parity Nature of litigation
etc)
Page 17 of 101
ANNEXURE B
Firm/Company Background Details
1.
2.
3.
4.
5.
6.
Firm/Company History;
List of Promoters;
Existing Shareholding Pattern;
Countries / Cities of Operations;
Management Strategy; and
Company turnover statement for the last three years supported by certified true copy
of annual reports.
7. Certified true copy of the:
i.
ii.
iii.
iv.
v.
vi.
Certificate of Incorporation;
Memorandum & Articles of Association;
Registration Certificate if the Bidder is a firm or a proprietorship concern;
Partnership Deed (if bidder is a partnership firm);
Certificate of Registration of Establishment issued by the Labour Department; and
Board resolution/Authorization letter/power attorney issued in favour of the
authorized signatory, authorizing to represent and sing the Proposal/agreement.
Note : BIAL reserves the right to call for any additional documents/information during the bid
process.
Page 18 of 101
ANNEXURE C
Documents to be furnished
a. List of similar projects handled in the last 3 Years, as per the below table (Attach
separate Sheet & Enclose Work Orders as proof)
Sl. No
Name of the Client Name Value of the Construction Project
Project
and Contact Contract
Tenure
Handed
Tel No
Over date
b. List of similar projects for which work in progress, as per the below table, (Attach
separate Sheet & Enclose Work Orders as proof )
Sl. No
Name of Client
Value of Construction Project
the
Name and the
Tenure
Start
Project
Contact Tel Contract
date
No
Tentative
Handing
Over date
c. Certified true copy of Experience Certificates or Customer satisfaction certificates and
Completion certificate, for the similar project, for at least last 3 years and summarize
as in table below (Attach separate Sheet)
Sl. No
Name of Client Name Salient Features of the Project
the
and Contact
Project
Tel No
d. Supporting document to substantiated clause 5.1.1
e. Supporting document to substantiated clause 5.1.2
BIAL reserves its right to demand any other additional information/documents that might be
relevant or required for the evaluation of the Proposal, at a later stage of the bid process.
Page 19 of 101
1.
ANNEXURE D
Financial Proposal
Summary of priced bill of quantity
Sl. No
Item Description
A
CIVIL & FINISHES
B
ELECTRICAL SERVICES
C
PHE SERVICES
Amount
TOTAL
APPLICABLE TAXES
GRAND TOTAL
2.
Priced bill of quantity
BILL OF QUANTITY
SL
NO
I
A
A1
A2
A3
A4
DESCRIPTION
CIVIL WORK & FINISHES
Site clearance & Dismantling works
Clearing jungle including uprooting of rank
vegetation, grass, brush wood, trees and
saplings of girth upto 30 cm measured at a
height of 1m above ground level and removal of
rubbish upto a distance of 500 m outside the
periphery of the area cleared.
Taking out existing kerb stones of all types from
footpath/ central verge, including removal of
mortar etc., disposal of unserviceable material to
the dumping ground and stacking of serviceable
material within 500 metre lead as per direction of
Engineer-in- Charge.
Taking out existing CC interlocking paver blocks
from footpath/ central verge, including removal of
rubbish etc., disposal of unserviceable material
to the dumping ground, and stacking of
serviceable material within 500 metre lead as per
direction of Engineer-in-Charge.
Dismantling and stacking within 500 metres lead
of GI wire mesh and fencing posts or struts
including all earth work and dismantling of
concrete etc. in base of:
“T‟ or „L‟ iron or pipe
UNIT
QTY
SQM
8500.0
0
RMT
470.00
SQM
1930.0
0
SQM
525.00
RATE
AMOUNT
Page 20 of 101
B
NOT
E:
1.00
2.00
3.00
4.00
5.00
6.00
7.00
8.00
9.00
10.0
0
11.0
0
Earth work for Foundation
Unless otherwise specified, rates quoted for all
items shall include the following :Site clearance such as clearing shrubs, under
growth, roots and small trees, brushwood etc.
Setting out the work to profile.
Bailing or otherwise removing all water which
may accumulate in the excavation pit or trench
from all causes.
Setting out and throwing soil clear off the area
being excavated or depositing clear off the edge
of foundation to avoid fail in.
Disposing surplus earth as directed to the distant
dumping place outside the property.
Trimming all side plumb or otherwise as
instructed at site and square leveling all bottom,
clearing out all loose earth etc,.
Dismantling, removing and stacking as directed
existing water pipes or soil pipes within the
excavation portion.
Providing shoring and strutting for protecting the
sides of excavation where required.
Rate quoted for excavation works shall include
provision for working space for varying depth as
per IS 1200.
The rates quoted for excavation works shall
include
necessary
shoring,
supporting,
underpinning etc to protect the sides from caving
in. The contractor has to provide and maintain
these protection gear for a minimum period of 4
Months / till the completion of retaining wall / till
completion of footing and backfilling adjacent to
the excavated trench.
The rate quoted for the excavation works shall
include necessary tools, plants, materials, Flash
lights, Barricading tapes, Warning Tapes,
Helmets, Safety Belts, Safety Shoes etc to
protect labours from Deep Excavation. Failing to
provide adequate safety measures as directed
by Engineer In charge will attract Penalty. The
contractor will be solely responsible for such
deductions made at Employer's End. The
Engineer In Charge reserves the Right to Stop
the Works at any given point failing to Comply
Safety Measures. NO Claim for Payment Due to
Loss of Man Hour / Machine Hour etc will be
entertained due to such Stoppages. contractor
has to bear all cost / expenditures towards such
stoppage of Works.
Page 21 of 101
12.0
0
13.0
0
14.0
0
B1
C
1.00
2.00
3.00
4.00
5.00
For Mass excavation, depth of the excavation
will be calculated as per the drawing from
Natural Ground Level. For localised excavation,
depth of the excavation will be calculated after
deducting Footing Bottom Level. The footing
Bottom level will consider PCC thickness of 150
MM. The Contractor to note that NO JOINT
MASUREMENT RECORD will be Entertained for
Mass Excavation Works. The measurement will
be based on Contour Drawing Average Level to
the Formation level of Basement Grade Slab.
The Natural Ground level for Mass Excavation
Works will be considered after deducting 150
MM site Preparation level from the levels shown
in Contour Drawing.
Excess Excavation and Filling - Contractor is
sole responsible for any Excess Excavation.
Such excess excavation shall be filled with 1:4:8
Plump concrete / as directed by structural
Consultant. No additional Claim will be
entertained towards excess excavation and
necessary works involved in refilling the trenches
to the required levels. The contractor has to bear
all such expenses.
Mode of Measurement: IS 1200
Mass Excavation over area in all kinds of soil
excluding soft rock and hard rock up to a depth
of 0 to 1.50 mtr below ground level including
lifting and conveying the same in trucks outside
the premises at a spot not objected by civic/other
authorities including loading, unloading etc.
complete. The rate shall also include for stacking
/ storing the selected excavated material for
depositing in places within the premises shown
by the Engineer-in-charge.
Re - Filling Works
Anti-Termite - Contractor has to execute Anti
termite at 3 stages.
Stage 1 - Below PCC of the Foundations
Stage 2 - Below PCC of Ground Floor Finish
Level.
Stage 3 - Below PCC / Set Back Finish Levels
around the building line.
THE ACTUAL PLINTH AREA ONLY WILL BE
MEASURED FOR PAYMENT. The rate quoted
by contractor shall include all the three stages.
The rate quoted for Anti Termite Works shall
include necessary labour, tools, plants,
machinery etc.
CUM
63.33
Page 22 of 101
6.00
C1
C2
D
NOT
E:
1.00
2.00
3.00
4.00
5.00
6.00
7.00
8.00
9.00
10.0
0
11.0
0
12.0
0
The contractor has to engage specialised
agency to carry out Anti Termite Works. The
contractor has to submit the credentials of the
Agency Selected for the approval of the BIAL
before commencement of Anti Termite Works.
Refilling excavated earth in foundations
trenches, columns/footings, in plinth, under floors
etc., for making upround level, using suitable
selected earth, depositing in layers not
exceeding
200
mm.,
compacting
and
consolidating to 95 % Proctor with Plate
Compactor, Rammer with necessary watering
etc completed as directed by Engineer In
Charge.
Providing pre-construction anti-termite treatment
only for plinth area as per IS specification, by a
specialist agency to foundation and plinth, all
complete as directed by the Architect.
PCC and RCC
Unless otherwise specified the following will
apply for all items of plain and reinforced cement
concrete. Rates quoted shall be inclusive cost of
formwork, staging, bracing but excluding cost of
reinforcements and inserts like bolts, plates,
sleeves, pipes etc.
Adequate protection to edges and corners from
damage during construction.
Work either straight, curved, plain, tapered,
circular, sloping or grid pattern for beams and
slabs.
Keeping the work watered for 21 days after
casting.
Roughing/hacking concrete surface where
required after removing of centering or shuttering
to receive plaster.
Building and placing in position any insert
supplied.
Machine mixing and consolidation using
vibrators of approved type.
M sand shall be used for concrete work.
Coarse aggregate shall be machine broken
granite, basalt or trap of sizes specified.
The Contractors are particularly advised to study
relevant drawings carefully before quoting.
Brand of cement to be used in order of
preference is ACC, Ultratech, Chettinad and
Rajashree of 43 grade.
Work on all floors at all levels with safety belts to
protect the working personnel at any height.
Cover blocks of RCC works shall be Nylon or
PVC.
CUM
44.33
SQM
180.00
Page 23 of 101
13.0
0
14.0
0
15.0
0
16.0
0
17.0
0
18.0
0
D1
D2
D3
D4
Rates are inclusive of tarpaulin/covering sheets
to protect the concrete works from rain.
Rate quoted or shuttering works shall include 12
MM Thick, Fully Densified Water Proof Ply
Wood.
Rate quoted with shuttering works to include use
of masking tape for the joints.
The rate quoted for column casting works shall
also include all necessary works, material,
labour, tools, plants, machinery etc required for
Column Starter Casting.
The contractor has to maintain De shuttering
Time as specified by IS Code. The contractor
shall allow for any reproping etc as directed by
Structural Engineer / Engineer In Charge.
The rate quoted for PCC and RCC works shall
allow all necessary lifting, shifting of the
materials at all levels.
PCC
Providing and laying plain cement concrete 1:4:8
OF 100 MM THK for foundation using graded
granite aggregate of 40 mm and down size,
including machine mixing, compacted by wooden
or cast iron rammers, curing etc, complete as
directed by the Engineer-in-charge Below
Foundation and floor area
Providing and laying plain cement concrete 1:3:6
OF 100 MM THK for Plinth Protection with
coarse graded aggregate of 20 mm and down
size, with necessary shuttering work, compaction
by wooden or cast iron rammers, complete as
directed by the Engineer-in-charge.
Providing Rubble packing/soling for Ground floor
area with approved quality stone, size well
packed and correct to level, interstices filled with
M-sand including watering, ramming, rolling,
blinding with cost of all labour and material
complete. The surface shall be consolidated
manually after spreading good quality sand. The
consolidated thickness of soling shall be 200
mm.
RCC
Providing and laying controlled cement concrete
M20 with minimum cement content of 320
Kgs/cum of 43 grade as per IS-8112/1989 for all
types of footing (viz., trapezoidal/stepped/flat)
with all necessary vibration, curing, to the
required line and level with all necessary
materials, tools, plants, machinery, supporting
material with necessary shuttering etc complete
as directed by Engineer In charge for Footing,
CUM
41.04
CUM
5.48
SQM
183.09
CUM
8.64
Page 24 of 101
D5
E
NOT
E:
1.00
2.00
3.00
4.00
5.00
6.00
7.00
8.00
9.00
10.0
0
11.0
0
E1
E2
F
F1
Providing and laying controlled cement concrete
M20 with minimum cement content of 320
Kgs/cum of 43 grade as per IS-8112/1989 for all
types of footing (viz., trapezoidal/stepped/flat)
with all necessary vibration, curing, to the
required line and level with all necessary
materials, tools, plants, machinery, supporting
material with necessary shuttering etc complete
as directed by Engineer In charge for Footing
Pedestals
Masonry Works
Unless otherwise specified, rates quoted for all
items shall include the following :All scaffolding, ladders, platforms, staging and
plant required in the execution of the work.
Hacking or roughening of concrete or other
surface in contact with masonry for bondage.
Raking out joints to specified depth either for
plastering or jointing.
Levelling up and preparing top of masonry for
damp proof course.
Building in hold fasts and such other inserts.
Keeping the work well wetted for two weeks.
Providing through bond stones 2m apart in each
course in stone masonry.
Work at all heights and depths unless otherwise
specified.
Band at every 1.0 M vertical interval for 100 MM
thick block masonry.
Fixing of Door and window frames with
necessary hold fast concrete.
CUM
0.70
CUM
10.98
SQM
268.56
SQM
183.09
Necessary line out required for the first course.
Solid Stone Masonry Works
Providing and constructing size stone masonry in
plinth area in cement mortar 1:6 using granite
stones, edges of stones hammer dressed, in
course not less than 200mm high, through bond
stones every 2.0m interval in each course
including curing etc., complete
Ready wall Panels Works
Providing and constructing readymade wall
panels of Everest Dry wall concept of 75mm thk
with necessary fixing detailing as per the product
standards etc., complete
Metal Works
Designing and executing the metal structure and
roofing system using MS box sections and
0.45mm thk metal sheet etc all complete
Page 25 of 101
F2
F3
F4
G
Note
:
1.00
1.00
Providing and fixing steel reinforcement (Yst
415N/sqmm.). Rate includes labour charges for
cutting, bending, cranking, fabricating and tying
in position steel bars conforming to IS 434 and
IS 1786 for RCC works including cost of soft
drawn annealed binding wire of not less than 20
gauge, PVC cover blocks of required thickness
to ensure specified cover according to relevant
drawings, all leads, lifting and handling charges,
cost of tools, tackle, scaffolding, wastages,
rolling margins, chairs , hooked ends etc.,
Reinforcement including authorized overlaps as
per drawing shall be measured in lengths of
different diameters as actually used in the work
nearest to a centimeter and their weight
calculated on the basis of standard table.
Wastages, chairs, spacers and unauthorized
overlaps agreed in writing by the Structural
Consultants /Architects/ before concreting shall
not be measured and paid for (these shall be
considered only for reconciliation purpose).
Contractor has to include the same in his quoted
rate. complete as per specifications, drawings
and directions of the Architect.
Providing and fixing Metal Fabricated structure
design to hold the 5000 lit overhead water tank
(Make-sintex) at height of 2.50 m. as per
drawing including fixtures, necessary welding &
painting with one coat of anticorrosive paint &
two coats of oil painting complete.
Providing and fixing M.S. Railing 40 X 40 mm
Hand rails and Supports with 25 X 25 mm M.S.
Box section as per drawing including fixtures,
necessary welding & painting with one coat of
anticorrosive paint & two coats of oil painting
complete.
False Ceiling Works
Unless otherwise specified, rates quoted for all
items shall include the following :All necessary labours, materials as specified in
item description, tools, plants, welding machines,
grinding and muffing tools, working at all heights.
Rate to include necessary scaffolding, staging.
MT
1.50
L.S.
1.00
RMT
14.30
Page 26 of 101
G1
H
NOT
E:
1
2
3
4
5
6
8
H1
Supplying and Installing in position suspended
ceiling Exposed 15mm wide Grid system using
wide T Grid/ equivalent Universal main runner
from make like New Edge or equivalent as per
the drawing with 12.5 mm thick Moisture
resistant Gypboard / Calcium Silicate Board with
galvanised iron perimeter channel, intermediate
channel, GI hanger rods, necessary clips,
including framing, boarding, jointing, finishing,
filling joints, drilling holes, transportation,
scaffolding and all necessary labour material,
machinery etc., complete and as directed by
Engineer-in-charge. The cost shall include for
AC/ Ventilation grills & light fittings as directed.
Painting Works
Unless otherwise mentioned separately, Painting
Rate to include the following:
Cost of Materials, labours, tools, plants, Staging,
Scaffolding, Cradles etc required to work at all
the heights.
Rate to include scrapping, dusting, cleaning,
watering of the wall surfaces prior to application
of Primer and Putty up to the satisfaction of the
Engineer In Charge.
Rate to include filling of Pug holes, Scratches,
Making good of Corners etc with use of POP /
White Cement as directed by Engineer In
Charge.
Flush Door with enamel paint rate to include KPF
Putty.
For Walls, rate to include Asian / Tiger / Sai Coat
Putty.
Rate shall include all necessary Coats which are
required to cover the Surface up to the
satisfaction of Engineer In Charge.
Acrylic Emulsion Make - Asian Paint / Burger
Providing and applying two coats of Acrylic
Emulsion Paint of approved make and shade
over one coat of wall primer painting with two
coats of putty work including necessary sand
papering, scaffolding, pug hole filling, making the
edges etc., complete. The rate shall include for
finishing the painting to obtain an even and
uniform shade as directed by the Engineer In
Charge / Architects. For Walls at Ground Floor
Level.
R/o
133.91
SQM
201.97
Page 27 of 101
H2
I
NOT
E:
1.00
2.00
3.00
4.00
5.00
6.00
7.00
8.00
9.00
10.0
0
11.0
0
12.0
0
13.0
0
Providing two coats of Acrylic Emulsion paint
(Anti Fungus, Weather Proof) from Berger:
White Ivory for Sand Faced surface of approved
shade over one coat of super snowcem primer.
The surface should be thoroughly scrapped,
cleaned, watered before painting. The painting
should be done as per the manufacturer‟s
specification. The rate shall include for finishing
the painting to obtain an even and uniform shade
as directed by the Engineer In Charge /
Architects, etc complete as Directed by Engineer
In Charge. For External surfaces
Tile / Stone Works
Unless otherwise specified, rates quoted for all
items shall include the following :Preparation of sub grade as sub floor including
backing mortar laid to required level and slope
with minor trimming of the base to remove slight
undulations.
Cleaning and removing of dead mortar, debris
etc and making the floor clean to the satisfaction
of the Engineer in Charge.
Shifting of all material to all levels.
Cutting of Marble / Granite to the required size
and shape as directed by Engineer In change /
Architect.
Rate to include all works like fixing of Clamps,
application of adhesives, application of 6 MM
Chips etc required for the fixing of Marble /
Granite.
Rate to include all necessary moulding - Single /
double with necessary polishing, chamfering etc
as directed by Engineer In Charge / Architect.
Cleaning and watering immediately before laying
the floor as indicated.
Rate to include all necessary protection with all
labour, material involved in laying and removal of
polystyrene Sheet covered with 12 MM thick
POP for all Horizontal Surfaces including coping,
ledge wall for stair case if any, Stair Case Treads
etc
Dado rate to include providing and fixing of
Corner Bidding of Arpita Make.
Cutting, rubbing and polishing wherever
applicable.
Keeping the surface wet for a minimum period of
one week.
SQM
199.58
Work at all heights, unless otherwise specified.
Rate for flooring shall include for border of any
shape.
Page 28 of 101
14.0
0
15.0
0
16.0
0
17.0
0
I1
I2
I3
I4
I5
J
Rate for Dado/Granite cladding includes
basecoat and finish plaster coat.
Rate includes for providing extra thickness up to
15mm if conduits are laid under tile or
slab/cement finish.
Mode of Measurement IS 1200
Note : The Tiling and Daddo scope includes
providing, laying and Removing of Polystyrene
Sheet of approved thickness over the Horizontal
Tile Areas with 12 MM thick layer of POP as
protection layer. Rate to include removal of POP
before Deep cleaning at the time of Hand Over.
Deep Cleaning Rates shall be included in
respective flooring item rate.
Providing and laying Anti-Skid Ceramic tile
flooring of 600 x 600 mm, over a bed of CM 1:3
including (Robo sand) finishing joints with
matching colour , curing, acid wash cleaning,
with all necessary material, labour, tools and
plants, machinery, with all lead and lifts, etc.,
complete as per drawing details and instructions
as directed by Engineer In Charge, for Passage
area (Only Floor Area Measurable). Basic rate :
40/SFT
Same as above for Skirting 100 mm ht
Providing and fixing dado using ceramic tiles
(600 x 600mm ) laid on Cement base adhesive
(Roff Cement / Karakoll )including cement slurry
and pointing of joints with white cement mixed
with necessary pigment to match, curing, oxalic
acid wash. Rates includes cutting tiles for fixing
switches, fittings, including Plastic beading at the
junctions of the two tiles etc., complete as per
specifications.at Toilet areas
Rate of S.S.
beading included for Daddo AS PER DWG
Basic rate : 40 / Sft
Providing and laying 20mm thk polished Brown
Sparkle Granite slab of first quality using large
size slab for Wash Basin Counter and Urinal
Partition with 400mx900mm , corner curve
radius 150 mm
including with necessary
matching cement, curing, ref. detailed drawing
and directions of the Architect complete. Providing and laying 20mm thk polished Black
Granite slab of first quality using large size slab
for Pantry Counter with SS sink corner curve
radius 150 mm including with necessary
matching cement, curing, ref. detailed drawing
and directions of the Architect complete. Joinery / Doors / Mirror/ Signage/Partition
SQM
137.91
RMT
126.97
SQM
126.97
SQM
1.00
SQM
2.71
Page 29 of 101
J1
J2
J3
J4
J5
K
DOORS: Providing and fixing Red sal wood
frame of premium quality with 125mm x 75mm
on three sides with 40 mm thick pre-laminated
solid core water proof flush single shutter
construction including 150mm long SS oxidised
hinges with screws, TW beading and vinyl
powder coated louvers etc complete as per
drawing Inclusive of all Hard ware of "Dorma"
make like Handles, Locking system, stopper etc.
as shown in the drawing.
Provide mirror on 12MM Marine plywood shall be
used a backing for the mirror fixed to the
plywood using 3M or Norton double sided
adhesive tape.
Male Female Signage - made of Presace
Aluminium sheet of 3mm thk. Design needs to
be matched as per existing signage. Contractor
to visit the site & ascertain the detail to provide
the quote
Providing and fixing the Janitor Cabinet made of
marine ply 19mm thk with openble doors
including SS hardware and all complete as per
specifications and as directed by the EIC.
Toilet Partition/Cubicles - Supplying, installing,
WC cubicles Solid compact laminated (MERINO
BESCO - Titan Series/ Equivalent) as per the
specification, mounted on the floor with all the
accessories such as doors, hinges, lock with
indicators, coat hooks etc. with the details as
mentioned in the drawings all complete.
Contractor to submit the vendors shop drawings
for approval.( Basic Cost @ 22500)
Aluminium Works
All aluminium sections should be anodized 12 to
15 microns and fabricated by reputed firm by
cutting to the required length, joints mitered subdividing the frame tennoned and riveted in the
assembled frame to be stiffened with end clips,
corner angles, etc fixed to the wall, lintel, floor
beams as the case may be with necessary steel
screws, rawl plugs etc, All the aluminium
sections should be pre-treated for removal of any
rust and prevention of further rust and coated
with greasy materials for non-adhesive of mortar
and any other sticky materials. This coating
should be cleaned after installation with all lead
and lift. Work should be carried out as per
directions of the Architect, complete to a degree
of perfection. Supplying and fixing in position
aluminium
window/ventilator/door
using
anodized aluminium sections in natural
matt/gloss finish of approved colour for tight
NOS
8
SQM
2
NOS
2
SQM
5.04
Nos.
11
Page 30 of 101
K1
K2
L
L1
L2
L3
fixed/sliding glazing system of different sizes as
shown in the drawings.
Providing and fixing in position sliding glass
window with 120 X 45mm aluminium section.
with 5 MM THK. HEAT STRENGTHEN of Saint
Gobain or equivalent make should be complete
in all respects. The outer frames will be fixed to
the opening with rawl plug and screws or
holdfasts/bolts/ cleat as required and Glass is to
be used with EDPM gaskets and snap on
aluminium beading / fixed glass section etc
Including necessary scaffolding at all heights.
Rate includes GE silicon WINSIL 10 sealant for
both inside/outside gaps.
Providing and fixing in position fixed glass
Louvered Ventilators with 120 X 45mm
aluminium section., with 5 MM THK. HEAT
STRENGTHEN of Saint Gobain or equivalent
make should be complete in all respects. The
outer frames will be fixed to the opening with
rawl plug and screws or holdfasts/bolts/ cleat as
required and Glass is to be used with EDPM
gaskets and snap on aluminium beading / fixed
glass section etc Including
necessary
scaffolding at all heights. Rate includes GE
silicon WINSIL 10 sealant for both inside/outside
gaps.
Multi-Sport ground & External Development
Works
Providing and constructing playground including
Excavation upto 450mm depth with soiling and
earth compaction and PCC as per the dwgs or
the instructions by engineer in charge etc.,
complete
Providing and fixing Imported multisport tiles
make " versacourt" outdoor interlocking tile made
of polypropylene of size 10.13 x 10.13 as per
manufactures specifications and fixing details etc
complete
Providing and fixing heavy duty inter locking
concrete rubber mould glossy paving blocks of
50 mm thickness of having a strength of 300 kg
/ Sq. cm. of approved quality and shape on a
bed of crushed sand of 25 to 30 mm thick
including skirting joints and cleaning etc.
complete.
SQM
9.92
SQM
3.60
SQM
719.00
SQM
719.00
SQM
815.00
Page 31 of 101
L4
II
A
1.00
1.1
1.2
1.3
1.4
1.5
Providing and erecting Barbed Wired fencing
1.20 m height with 300 mm spacing fixed 75 mm
above ground level vertical M.S. angle of
40x40x6 mm size embedded in C.C. block of
1:4:8 mix of size 450 x 450 x 670 mm at 1.75
meter c/c including 3 coats of oil painting etc.
complete. Spec as directed by Engineer Incharge.
TOTAL OF CIVIL & FINISHES
ELECTRICAL SERVICES
WIRING SYSTEM
NOTE : ALL WIRES / CABLES SHALL BE
FRLS ONLY
POINT WIRING
Provide all materials, accessories, labour etc. for
wiring for lights, ceiling fans, exhaust fans, 6A
sockets (where 6A sockets are connected to the
lighting circuit) using 2.5sqmm PVC insulated
stranded FRLS copper conductor wires of 650V
grade drawn through 2mm thick PVC conduit
including supply and laying of conduits and its
accessories above false ceiling using MS/GI
pull/junction boxes, light outlet boxes, G.I.Switch
outlet boxes, switch plates, 6A/16A one or two
way switches, 6A switched socket etc., including
testing and commissioning complete. The rate
for point wiring shall include wiring from first
switch point and then looping between the
points. The rate shall also include the cost of
providing 1no. 1.5sqmm PVC insulated copper
conductor wire to connect all lights, switches
sockets etc.
One (1) light point controlled by a 6A piano key
type switch
Supply:
Installation:
Set of two(2) light points controlled by a 6A piano
key type switch
Supply:
Installation:
Set of three (3) light points controlled by a 6A
piano key type switch
Supply:
Installation:
Set of Eight(8) light points controlled by a 6A
piano key type switch
Supply:
Installation:
Exhaust fan point controlled by a 6A modular
type switch and 6A socket near exhaust fan.
SQM
456.00
No
No
15
15
No
No
3
3
No
No
7
7
No
No
1
1
Page 32 of 101
1.6
2.00
2.1
3.00
3.1
3.2
4.00
Supply:
Installation:
Ceiling fan point controlled by a 6A Modular key
type switch. The rate shall include providing a
2module stepped electronic fan regulator,
G.I.box, fan hook etc.
Supply:
Installation:
LIGHTING CIRCUIT MAIN
Providing all materials, accessories and labour
for wiring with conduits and accessories for light /
fan circuit main using PVC insulated stranded
copper conductor wires of 650V grade drawn
through 2mm thick PVC conduit using necessary
conduit accessories, GI pull / junction boxes, G.I
fish wire etc. The rate shall include the cost of
providing PVC insulated stranded copper
conductor earth wire in each conduit along with
other circuit main wires. The circuit main shall be
measured in running metres from respective
distribution board upto first switch point and
looping between the switches (further onwards, it
shall be deemed to be included in point wiring).
2 x 2.5sqmm + 1 x 1.5sqmm(earth) wires in
20mm dia PVC conduit
Supply:
Installation:
POWER CIRCUIT MAIN
Providing all materials, accessories and labour
for wiring 6A sockets, 6/16A sockets, 16/20A
sockets single phase and 32A, 3 phase
commercial / industrial type sockets using PVC
insulated stranded copper conductor wires of
650V grade drawn through existing medium
gauge rigid MS/GI conduit / raceway etc. The
wiring cost shall include cost of wires and earth
wire. (The conduits and its accessories,
raceways, G.I outlet box and the socket
measured separate).
2 x 4.0sqmm + 1x 2.5sqmm (earth) wire in 25mm
dia PVC conduit.
Supply:
Installation:
2 x 6.0sqmm + 1x 2.5sqmm (earth) wire in 32mm
dia PVC conduit.
Supply:
Installation:
CABLES AND END TERMINATIONS
No
No
2
2
No
No
3
3
Rm
Rm
70
70
Rm
Rm
100
100
Rm
Rm
25
25
Page 33 of 101
4.1
4.2
4.3
4.4
5.00
5.1
5.2
5.3
Supplying, laying, testing and commissioning of
1100V grade XLPE sheathed steel wire/ tape
armoured copper conductor cables . The cables
shall be laid in concrete trenches or buried
directly underground or on cable trays. The unit
cost of the cable shall include clamps, fasteners
etc. as required for proper installation. Cable
terminations for the cables shall be single
compression type chrome plated brass glands
and lugs(crimping type), PVC taping as required
and with all accessories complete.
2C x 4 sqmm, cu XLPE Cable
Supply:
Installation:
4C x 4 sqmm, cu XLPE Cable(approximate
length only)
Supply:
Installation:
End termination for 2C x 4 sqmm, cu XLPE
Cable
Supply:
Installation:
End termination for 4C x 4 sqmm, cu XLPE
Cable
Supply:
Installation:
POWER RECEPTACLES
Supply and installation of 6A, 3 pin, shuttered
switched socket outlet with indicator lamp and
G.I or moulded plastic outlet with indicator lamp
and G.I or moulded plastic cover plate as
required including the termination of wires.
Supply:
Installation:
Supply and installation of 16A, 5pin, combination
type shuttered switched socket outlet with
indicator lamp and G.I or moulded plastic outlet
with indicator lamp and G.I or moulded plastic
cover plate as required including the termination
of wires.
Supply:
Installation:
Supply and installation of 6/16A, 5pin,
combination type shuttered switched socket
outlet with indicator lamp and G.I or moulded
plastic outlet with indicator lamp and G.I or
moulded plastic cover plate as required including
the termination of wires.
Supply:
Installation:
Rm
Rm
50
50
Rm
Rm
300
300
No
No
2
2
No
No
2
2
No
No
12
12
No
No
2
2
No
No
8
8
Page 34 of 101
5.4
B
1.0
2.0
C
1.0
1.1
1.2
Supply and installation of 16A, 3 phase industrial
type socket outlet with DP MCB control enclosed
in sheet metal box with 16A plug top wall
mounted with necessary accessories complete
as required.
Supply:
Installation:
SMALL DISTRIBUTION BOARD
Design, supply, installation, testing and
commissioning of following miniature type circuit
breaker type boards, wall mounted (flush /
surface) as per drawings and specifications and
as required. The distribution board shall be of
sheet steel enclosure wi
3phase 4Way TPN- Canteen
One (1) - Incomer
One(1) - 25A, 4P, 100mA, RCBO
Outgoing feeders :
Six(6) - 10A, SP, 10kA, MCB
Four (4) - 16A, SP, 10kA, MCB
One(1) - 32A, DP, 10kA, MCB
DB as above
Supply :
Installation :
1phase 8way DB-Toilet
One(1) - 32A, DP, 10KA, MCB
Two(2) - 10A, SP, 10kA, MCB
Three (3) - 16A, SP, 10kA, MCB
DB as above
Supply :
Installation :
LIGHT FIXTURES
Supply, installation, testing and commissioning
of following type of light fixtures as per drawings
and specifications with all other accessories
such as supporting rods / frames, anchor
fasteners, necessary hardware etc. The rate
shall include for fittings along with transformers
where required, diffuser, chokes, starter, power
factor improvement capacitors, wires, downrods
etc., complete with all accessories to complete
the installation as required. The rate shall also
include the cost of the lamps. The fluorescent
lamp shall be the Trulite high efficiency lamps.
Recess mounted light fixture suitable for 20W
LED(Similar to Panasonic ALF1450020042)
Supply:
Installation:
4' surface mounted 14W LED tube light fixture
Supply:
Installation:
No
No
2
2
No
No
1
1
No
No
1
1
No
No
5
5
No
No
30
30
Page 35 of 101
1.3
1.4
1.5
1.6
1.7
III
01
1x18W T8 battery operated emergency light
fixture
Supply:
Installation:
LED strip light
Supply:
Installation:
Bulk head light fixture suitable for 18W CFL
Supply:
Installation:
Bollard light fixture suitable for 18W LED
Supply:
Installation:
Floor fitted light fixture suitable for 10W LED
Supply:
Installation:
TOTAL - ELECTRICAL SERVICES
PHE SERVICES
WATER CLOSET AREA
Supply, fixing and keeping in stores, shifting to
the place of installation and fixing testing and
commissioning of glazed white Vitreous China
Wall Mounted European water closet MS / CI
chair brackets, fischer bolts with CP bolts / nuts
and with flush tank type with CP flanges, solid
plastic seat and lid with heavy duty CP hinges
and rubber buffers and flap etc. The work shall
include cutting making of walls and floors etc.
Notes: Only EWC with accessories will be
provided by Client with CP extension nipple
necessary consumables like brass screws, of
approved make, dia and length, wooden plugs,
white cement, sealants etc., required if any, shall
be arranged by the contractor. Only drilling
machines shall be used for making the holes in
the walls for fixing, no wall jumper and hammer
will be allowed.
Make: JAQUAR
Model No : OPS - WHT-0317
Model No : CON-053KN (1 NOS ANGULAR
STOP COCK)
Model No : ALD-801B (1 NOS HOSES PIPE)
Supply:
Fixing:
No
No
5
5
Rm
Rm
3
3
Rm
Rm
3
3
Rm
Rm
18
18
Rm
Rm
8
8
Nos.
Nos.
04
04
Page 36 of 101
02
03
04
Supply and installation of health faucet
consisting of a 2 way angle cock with wall flange,
a flexible hose pipe with , protective sheathing
and a faucet with perforated face; all chrome
finished, Manufacturer's service and parts
manual shall be provided to the Contractor/BIAL
upon successful completion-of the installation
JAQUAR : ALD-BLK-583
Supply:
Fixing:
Supply and installation of Low consumption
vitreous china washout flush action, urinal of
height and width and a rim as specified in the
drawings with integrated trap, back spud inlet,
wall hangers, outlet Flange, rubber gasket etc..
Fixture dimensions and hydraulic performance
shall meet or exceed ANSI/ASME standard
A112.19.2M and CAN/CSA B45 requirements,
Waste water pipe shall.be included as standard
fitment. Colour shall be as selected by
contractor/BIAL. Manufacturer's service and
parts manual shall be provided to the
Contractor/BIAL upon successful Completion of
the installation..
JAQUAR : URS-WHT-0702
Supply:
Fixing:
Supply
and
installation,
testing
and
commissioning of white vitreous china Oval
under the granite counter
wash basin
installed with counter and brackets, CP piller
cock, 15mm dia - 450mm long UPVC connection
pipes, one Nos. 15mm dia CP angle stop cock
with wall flange , 32 mm dia CP waste
coupling, 32 mm dia CP brass bottle trap. The
works shall include cutting and making good the
walls & floors. (Counter cost for wash basin not
considered). Notes: Conditions mentioned in
item no.1 shall be applicable.
The works shall include cutting in wall and
making good the walls & floors. Size of wash
basin 55 x 40cm. Notes: Conditions mentioned in
item no.1 shall be applicable.
JAQUAR :CNS-WHT-WB03
Bottle Trap: JAQUAR ALD-769
STOP COCK- JAQUAR CON-053KN
WASTE COUPLING : JAQUAR :ALD-709
PILLAR COCK : CON-011KN
Supply:
Fixing:
Nos.
Nos.
Nos.
Nos.
Nos.
Nos.
04
04
03
03
04
04
Page 37 of 101
05
06
07
Supply
and
installation,
testing
and
commissioning of shower assembly units
consisting of Wall Mixer , overhead shower arm
and shower rose and bottom spout including all
the necessary accessories etc.
Wall mixer CON-273KNUPR
Shower Arm ARI-39233K
Overhead Shower OHS-1999
Supply:
Fixing:
Nos.
Nos.
04
04
Supply
and
installation,
testing
and
commissioning of 15mm dia CP short body bib
cock with CP wall flange.
CON-047KN
Bib Cock with Wall Flange
Supply:
Fixing:
Nos.
Nos.
02
02
Nos.
02
Nos.
02
Supply
and
installation,
testing
and
commissioning
of
white
vitreous
china
Rectangle under the granite counter wash
basin installed with counter and brackets, CP
piller cock, 15mm dia - 450mm long UPVC
connection pipes, one Nos. 15mm dia CP angle
stop cock with wall flange , 32 mm dia CP
waste coupling, 32 mm dia CP brass bottle trap.
The works shall include cutting and making good
the walls & floors. (Counter cost for wash basin
not considered). Notes: Conditions mentioned in
item no.1 shall be applicable.
The works shall include cutting in wall and
making good the walls & floors. Size of wash
basin 55 x 40cm. Notes: Conditions mentioned in
item no.1 shall be applicable.
Make: JAQUAR
Model No : CNS-WHT-WB03
Model No : CON-011KN (PILLAR COCK)
Model No : CON-053KN ( 1 NOS ANGULAR
STOP COCK)
Model No : ALD-801B (1 NOS HOSES PIPE)
Model No :
COUPLING)
ALD-709L130
(
WASTE
Model No : ALD-769B ( BOTTLE TRAP)
Supply:
Fixing:
Page 38 of 101
PART B : PIPES AND FITTNGS (INTERNAL AND EXTERNAL WATERSUPPLY):
01
a)
b)
c)
d)
02
a)
b)
c)
d)
03
a)
b)
c)
Providing & fixing of CPVC pipes confirming to
ASTM D-2846 standard including all CPVC
fittings like tees, elbows, bends, unions,
coupling, reducer tees, collars etc. The work
shall include cutting jointing with solvent cement
pressure testing the joints / pipeline for 8
kg/sq.cm hydraulic pressure of 2 hours etc.
making holes, including chasing in solid block
masonry walls with groove cutting machine to
32mm width and depth, making bores in walls,
making good the walls and bores in CC or CM
1:3 as applicable clearing the debris, MS hooks
for fixing pipes and making good the walls and
floors.
INTERNAL(CONCEALED PIPE LINE IN WALL)
15 mm dia
Supply & Fixing:
20 mm dia
Supply & Fixing:
25 mm dia
Supply & Fixing:
32 mm dia
Supply & Fixing:
Providing, fixing, testing and commissioning of
CPVC ball valves of CTS sockets knob
operated and tested of 20kg / sq.cm.
15 mm dia
Supply & Fixing:
20 mm dia
Supply & Fixing:
25 mm dia
Supply & Fixing:
32 mm dia
Supply & Fixing:
Providing and fixing cast iron lever operated slim
seal type butterfly valves of CI body and
spheroidal graphite iron disc (SG iron),with nitrile
rubber seal, tested to 10 kg / sq.cm Confirming
to BS 5155 / MF6 standards and including a set
of GI flanges as per BS-10 table 1 including bolt
nuts, and
Neoprene rubber gaskets etc.,
Complete
Notes: Rate Quoted shall be inclusive of cost of
other consumables like hacksaw blade, oil,
cotton thread etc.
40 mm dia
Supply & Fixing:
50 mm dia
Supply & Fixing:
90 mm dia
Mtr.
12
Mtr.
100
Mtr.
25
Mtr.
50
Nos.
03
Nos.
25
Nos.
03
Nos.
02
Nos.
01
Nos.
RO
Page 39 of 101
04
a)
b)
05
a)
06
a)
07
a)
b)
08
09
10
Supply & Fixing:
Providing & fixing slim seal flap type check
valve/ Non Return Valve with CI body and cast
steel disc pressure rating PN-10 Kg / sq.cm
including a set of GI flanges as per BS-10 table 1
including bolt nuts, GI washers, and neoprene
rubber gaskets Complete etc.
Notes: Rate Quoted shall be inclusive of cost of
other consumables like hacksaw blade, oil,
cotton thread etc.
40 mm dia
Supply & Fixing:
50 mm dia
Supply & Fixing:
Providing, fixing, testing and commissioning of
ASTM A126 automatic air release valves with CI
spindle, NBR and join franiteelastomer, stainless
steel spring polypropylene float at the top most
points of water supply distribution ring main.
Make: AVK
20 mm dia
Supply & Fixing:
Providing, fixing, testing and commissioning of
Magnetic Flow Type water meter with direct
reading dia in KL with all integral parts of gun
metal or brass with necessary fitting such as
threaded pieces, unions, check nuts complete.
MAK : Actaris
32 mm dia
Supply & Fixing:
Providing and constructing of masonry
pedestals of size as mentioned with bricks of
class B50 designation in CM1:3 and finishing
neat coat of floating cement and making good.
Size of pedestal:
230 x 230 x 300mm
230 x 450 x 300mm
Providing and fixing of MS brackets fabricated
out of L angle / flats of required size with 6mm /
8mm GI `U' clamps with GI washers and nuts
etc., for supporting CPVC pipes running in duct
& basement floor ceiling level.
Providing and fixing of 12 mm / 15 mm dia full
threaded GI rods with necessary washers and
nuts etc., for supporting CPVC pipes running in
duct / terrace Ground
Providing and fixing of 12 mm / 15 mm dia
anchor fasteners for suspending GI rods /
brackets etc.
Nos.
RO
Nos.
01
Nos.
RO
Nos.
02
Nos.
01
Nos.
Nos.
04
RO
Kgs.
05
Rmt.
08
Nos.
10
Page 40 of 101
PART – C: SOIL,WASTE,VENT PIPES AND FITTINGS ( INTERNAL & EXTERNAL)
Providing, fixing, testing and commissioning of
PVC soil, waste and vent pipe type 'B' 6 kg /
sq.cm pressure rated including all fittings, like
Bends, Tees, Elbows, Collars, junction, offsets,
access pipes, jointing with rubber ring / solvent
cement followed by application of leak proof
01
adhesive like FRP paste & laid on floors inside
the toilets kitchen and utility to the required slope
including making necessary bores in walls /
foundations / concrete slab as applicable,
making good the bores with CM 1:3 or cement
concrete as applicable, curing etc., complete.
Notes: Rate Quoted shall be inclusive of cost of
other consumables like hacksaw blade solvent
cement etc.
INTERNAL:
a) 75mm dia (6kg / sq.cm pr. Rated)
Supply & Fixing:
Mtr.
30
b) 110mm dia (6kg / sq.cm pr. Rated)
Supply & Fixing:
Mtr.
12
Providing and fixing PVC `P' or `S' floor trap selfcleansing design moulded or fabricated, if not
02
available in size mentioned below, with or
without vent arm complete including cutting and
making good the walls and floors.
a) 110mm dia inlet 75 mm dia outlet (floor - Trap)
Supply & Fixing:
Nos.
14
Providing and fixing CP grating of 6mm thick with
03
rim including setting in floor with white cement
mortar and making good the floor (Chilli Make).
04
a)
b)
05
125 mm dia
Supply:
Providing and fixing of PVC connecting collar
(fabricated) for connecting FT & WB bottle trap
pipe, complete jointing with solvent cement
followed by application of leak proof adhesive
like FRP paste including cutting and making
good the walls and floors.
110 mm x 40 mm dia
Supply & Fixing:
110 mm x 50 mm dia
Supply & Fixing:
Providing and fixing testing and commissioning
of UPVC waste pipe of agricultural series
conforming to IS including all fittings like tees,
elbows, bends, collars, coupling, etc jointing with
rubber ring / solvent cement followed by
application of leak proof adhesive like FRP paste
laid on floors inside the toilets to the required
slope including making necessary bores in walls
Nos.
14
Nos.
09
Nos.
01
Page 41 of 101
a)
b)
06
b)
07
a)
b)
/ foundations / concrete slab as applicable,
making good the bores with CM 1:3 or cement
concrete as applicable, curing etc., complete.
Wall chasing shall be done with chasing machine
to required lines and levels.
Rate Quoted shall be inclusive of cost of other
consumables like hacksaw blade
solvent
cement etc.
40 mm dia (15kg / sq.cm)
Supply & Fixing:
50 mm dia (15kg / sq.cm)
Supply & Fixing:
Providing and fixing of PVC soil pipe confirming
to IS 4985 of agricultural series 6kg / sq.cm
pressure rated for connecting building drainage
to Sewage Sump jointing with solvent cement
followed by application of leak proof adhesives
like FRP paste, including bracket support etc.
and making good the same.
Rate Quoted shall be inclusive of cost of cement,
sand and other consumables etc including
curing.
110 mm dia (6kg / sq.cm)
Supply & Fixing:
Construction of brick masonry inspection
chambers of internal clear dimension as
mentioned below by using first class table
moulded modular bricks 230 mm thick wall in
cement mortar joints in 1:6, over CC 1:4:8 bed
100 mm thick including providing precast RCC
top slab in 1:2:4 Mix (1 cement: 2 coarse sand: 4
graded stone aggregate), with angle iron frame,
inside
plastering 15mm thick with CM 1:4 (1
cement:4 fine sand) finished very smooth with
floating coat of neat cement & making benching
and channeling in cement concrete 1:2:4 (1
cement: 2 coarse sand: 4 graded stone
aggregate) neatly finished complete as per
standard design and as per drawing and
specifications.
(The rate shall include necessary earth work
excavation in all types of soil excluding soft and
hard rock, back filling including consolidation
disposing the excess earth to all leads curing,
finishing etc.,)
Inside size of 450 x 450mm & depth not
exceeding 600mm including providing 450 x
450mm RCC cover with CI l angle frame.
Inside size of 600 x 600mm & depth not
exceeding 900mm including providing 600 x
600mm RCC cover.
Mtr
20
Mtr
03
Mtr.
40
Nos.
08
Nos.
01
Page 42 of 101
c)
08
a)
09
10
a)
b)
c)
11
12
Inside size of 900 x 900mm & depth not
exceeding 1500mm including providing 600 x
600mm RCC cover
Providing & fixing 'P' trap size with 110 mm X
110 mm dia out let making pit excavation to a
size of 600 x 600 mm and with 1:4:8 mix cement
concrete in bed and surround or 300 x 300 mm
wide and 300 mm deep, constructing chamber
with a size of 300 x 300 mm using brick work
115 mm thick in cement mortar 1:4 up to a height
of 300 mm above 'P' trap or up to 100 mm above
paving level, plastering with cement mortar 1:3 to
20 mm thick finishing to smooth surface inside,
providing 150 x 150 mm size cast iron grating,
providing 40 mm thick precast cement concrete
cover slab, clearing the surplus material, earth
etc. complete
PVC `P' trap ( Gullty Trap)
Supply & Fixing:
Supplying, fixing, testing & commissioning of
double seal CI cover with frame with lockable
arrangement for IC. Make: Neco/Equalent,
Medium duty weight and size 600 x 600 mm dia
for chambers (BS 497/76 Grade B).
Supply:
Fixing:
Excavating trenches of required width and depth
for external underground drainage pipes, in all
kinds of soil excluding soft rock and hard rock
including excavation for sockets and dressing of
sides, ramming of bottoms & getting out the
excavated soil & then refilling the trench with soil
as required in layers not exceeding 20cm in
depth including consolidating each deposited
layer by ramming, watering etc., including
disposal of excess soil to all leads or as
instructed by the site Engineer.
Regular soil
Excavating Soft rock
Excavating Hard rock
Supplying, fixing, testing, & commissioning of
PVC encapsulated footsteps 300 mm staggered
apart for UG sump tank as per standard make of
SFRC or equivalent make fixing in RCC walls
during casting of RCC walls as per location
shown in drawings.
Supply & Fixing :
Constructing Oil Grease Trap
of size as
mentioned below of 1200 liquid depth in brick
work of class 75 with cement mortar (1:6), inside
plastering 16 mm thick with cement mortar 1:3
with floating coat of neat cement and rough
Nos.
RO
Nos.
05
Nos.
Nos.
02
02
Cum
Cum.
Cum
35
RO
RO
Nos.
15
Page 43 of 101
plaster on outside. Including aluminium bucket
as per detail to collect the grease. RCC top slab
with 2 nos. 600 x 600 mm dia medium duty,
double seal manhole covers with frame (weight
of covers & weight of frame 75 Kg), necessary
150 mm thick foundation concrete (1:2:4).
2500 x 1200 mm
PART –D : PVC RAIN WATER PIPES AND FITTINGS
Providing ,fixing, testing and commissioning of
PVC rain water pipe ( Type- A) confirming to
IS of SWR quality 4 kg / sq.cm pressure rated ,
including all fittings, like Bends, Tees, Elbows,
01
Collars, junction, inspection doors, cowls,
offsets, access pipes, jointing with rubber ring /
solvent cement followed by application of leak
proof adhesive like FRP paste, fixed to wall.
Notes: Rate Quoted shall be inclusive of cost of
other consumables like hacksaw blade solvent
cement etc.
a) 75mm dia (6kg / sq.cm)
Supply & Fixing:
PART – E: SINTEX SEWAGE SUMP.
01 Supplying and Fixing UV Stabilized PVC
Sewage Tanks in a single Moulding with rust and
Leak Proof to store the sewer water in Terracota
/ Black Color, high wall-thickness to withstand
load and pressure of the earth to a great extent
with the provision for Air Vent and Manhole
covers.
Suitable Arrangement shall be made to place the
Pump, Cable line & Conduits for the discharge of
sewage at regular interval.
Make: Sintex
Capacity : 6000ltrs
PART-F : SINTEX TANK
Supplying,
installation,
testing,
and
01
commissioning of Triple layer water storage tank
white colour.
a) 5000lts
Supply:
Fixing:
Nos.
Mtr.
Set
01
10
01
Set
Set
01
01
Pair
01
TOTAL OF PHE SERVICES
IV
01
SPORTS EQUIPMENTS
Providing
and
constructing
International
Standards Basketball Poles are with 3.25 meter
Projection, With imported acrylic see through
Back Boards with 18-20 mm Thickness. Boards
are with heavy duty reinforcement frames. Heavy
duty fabricated basketball poles with Complete
Page 44 of 101
set of rings, net & fixing accessories. Including
set of Heavy duty Projections, Bottom Frame
with vertical supports, Acrylic See through Board
with Reinforcement frames, Out Ring with Net,
Foundation Bolt for concrete work, This includes
Basketball Pole with Foundation Bolt Frames as
mentioned above completed as directed by the
Engineer In Charge / Architects. Make-Hercules/
Equivalent.
ALL TOTAL (I+II+III+IV)
Applicable taxes
GRAND TOTAL
The quantities listed below are indicative and are for tendering purpose, however the
quantities are expected to vary by ±15% during construction.
Page 45 of 101
Annexure E
Technical Presentation Documents to be furnished
a.
b.
c.
d.
e.
f.
g.
h.
i.
j.
k.
l.
Company Profile with company organogram to show the key members and staff.
Presentation of the Work Execution/Methodology of this particular project.(Narrative
or Flow chart)
An Outline Construction programme, in bar chart or network form, showing the sequence
of construction and start/completion date for the Works and parts thereof including
manpower/machinery deployment schedule. Refer - Annexure G of RFP part III
Quality Control and Quality Assurance – Inspection test plan.
This Project specific organogram to show the proposed project manager and his/her
support site staff.
Stage wise completion/progress of the Work
A list of the major plant or equipment to be used with numbers, types and capacities
proposed to be deployed in this particular project.
List of associated laboratories and testing equipment proposed for this project
Curriculum Vitae/Bio data of the Proposed Project Manager.
List of sub-vendors/sub-contractors associated with their credentials.
List documents for substantiating clause 5.2
Details of executed sports complexes (both indoor and outdoor) and customer
satisfaction certificates.
Page 46 of 101
PART II
General Conditions of Contract
1.
SCOPE
1.1
The Contractor shall procure and complete the construction of the Works in strict
compliance with the terms and conditions of the Agreement and in consonance with
the terms contained.
1.2
The Contractor undertakes to discharge its obligations at its own cost and risk.
1.3
The Contractor shall comply with all instructions given by BIAL from time to time, with
respect to the execution of the Works.
1.4
The Contractor shall make its own arrangements for obtaining any permits to its
workmen, and shall strictly adhere to the safety guidelines / operational area
limitations as set-out.
2.
CONTRACT PRICE
2.1
The Contract Price shall be Rs. [Please insert] (the “Contract Price”). BIAL shall make
payments within thirty (30) days from the date of receipt of valid invoices from the
Contractor. The Contractor shall be deemed to have satisfied itself before entering
into the Agreement as to the correctness and sufficiency of the Contract Price to cover
all its obligations under and in relation to the Agreement and all matters and things
necessary for the proper execution of the Works, whether the same is expressly
provided for in this Agreement, or is to be reasonably inferred therefrom, or
necessarily incidental thereto. The Contract is “Item rate, re-measurable contract”,
and will not be adjusted save, as expressly provided in Clause 2.2 and Clause 2.3
below.
4.2
The Parties hereto agree that, the Contract Price is inclusive and includes, any and all
direct, indirect and ancillary Taxes, charges and costs of whatsoever nature, all
profits, licenses, royalties and other fees, the cost of all spare parts, accessories,
consumable materials and special tools to be provided hereunder, and export
insurance premiums, export licence fees, re-export licence fees and other charges
relating to, or arising out of this Agreement, and execution of the Works, and, in each
case, all deductions and withholdings therefor. The Contract Price agreed in Clause
4.1 above, is based on the break-up proposals submitted and the Contractor should
furnish the documentary evidence such as, bill / invoice, purchase order, payment
vouchers, etc., to substantiate its claim along with each bill raised. Any refund or
benefit that the Contractor gets after payment of the applicable Taxes, shall be
refunded to BIAL, failing which, BIAL shall have the right to make the appropriate
deductions from any payment due and payable to the Contractor by BIAL, in addition
to other recovery modes that may be available to BIAL, either under law or contract.
This right of BIAL to claim such reimbursements, shall survive the termination or
Page 47 of 101
expiry of this Agreement. It is further agreed between the Parties that, in the event of
any discrepancy or difference in the amount mentioned in the BOQ, the rate
mentioned against unit and quantity will prevail over the amount.
2.2
The Parties agrees that the Contract Price mentioned in the Schedule is only indicative
figure and BIAL will make payment for a Works actually performed and executed by the
Contractor. The Contractor shall, on each stage, raise invoice, soon after the
completion of each stage of work and submit to BIAL. Along with the invoice, the
Contractor shall submit relevant details and all supporting documents, pertaining to
that stage and BIAL is entitled to deduct or withhold payments for any discrepancy in
the invoice and / or in the supporting documents. It is specifically agreed between the
Parties that BIAL will make the payment subject to the work certification by the
Authorised Representative and will pay only to the actual work performed and
executed by the Contractor. However, in-case of any discrepancy, BIAL shall have the
right to withhold the payment to that effect and will pay the amount only upon the
satisfactory completion/correction or clarification by the Contractor.
2.3
BIAL may withhold or deduct, from the payment of any amount, otherwise payable to
the Contractor under this Agreement, and pay on the Contractor‟s behalf, such Taxes
and other sums, if any, as BIAL may be required to withhold or deduct as provided
under the Applicable Law.
2.4
In the event that, the Contractor fails to make payment of any Tax required to be
made by it, BIAL shall make such payment and recover the same by making a claim for
indemnity under the provisions of this Agreement.
2.5
The Contract Price shall be paid in accordance with the payment terms and conditions
and the payment milestones as contained in Schedule A
2.6
Without prejudice to any other provision of this Agreement, where, in respect of any
Tax, the benefit of any credit is available to the Contractor, BIAL or any other person,
the Contractor shall ensure sufficient compliance with the Applicable Laws in relation
to such Tax requirements, as would enable BIAL or other person, as the case may be,
to avail of such credit to the fullest extent possible, including, where possible,
reimbursing the same to BIAL. In the event of change in law at any time, during the
Term of the Agreement with regard to payment of service tax or / and Value Added
Tax („VAT‟), as a result of which, there is an increase or decrease in the Contract
Price, the same shall be made good or recovered by BIAL, to or from the Contractor,
as the case may be, on submission of sufficient proof for the same, by the Contractor
or BIAL, as the case may be. However, if any dispute arises between BIAL and the
Contractor with regard to either the interpretation regarding change in law or
calculation of amounts to be paid as service tax or / and VAT on account of change in
law, the interpretation of the auditors / counsels of BIAL shall be final and binding on
the Contractor.
Page 48 of 101
3.
COMPLIANCE WITH LAWS
The Contractor shall, in performing this Agreement, comply with the Applicable Laws.
With regard to such performance, the Contractor shall obtain all Applicable Permits,
licences and approvals required by it, to perform its obligations under this Agreement.
Where necessary, BIAL shall assist the Contractor in obtaining any Applicable Permit,
license and approval required by the Contractor to perform its obligations under this
Agreement.
4.
RIGHT OF USE OF PROJECT SITE
4.1
BIAL shall hand over to the Contractor permissive possession of the Project Site for
execution of the Works. The Contractor shall have the right to enter upon, occupy
and use the Project Site only for the purpose of execution of the Works, subject to:
4.1.1 Any right of public passage or access, existing over any part of the Project Site
from time to time;
4.1.2 The rights and obligations of the persons or the authority under any Applicable
Law and pursuant to any Applicable Permit;
4.1.3 The right of the users to use the Project Site, or of the public to use any other
road or highway;
4.1.4 The rights of access for BIAL, authorised representatives of GoI, GoK, BIAL‟s
lenders‟ representative, and any Agency having jurisdiction over the Project
Site, including those concerned with safety, security or environmental
protection, to inspect the Project, and to investigate any matter, within their
authority, and upon reasonable notice. The Contractor shall provide to such
persons, assistance reasonably required to carry-out their respective duties and
functions.
4.2
The Contractor shall not part with, or create any Encumbrance, on the whole or any
part of the Project Site.
4.3
The Contractor shall not, without the prior written consent or approval of BIAL, and
BIAL‟s Representative, use the Project Site for any purpose other than for the purpose
of execution of the Works and the implementation of the Project.
5.
ENGAGEMENT OF LABOUR
5.1
The Contractor shall make arrangements for the engagement of all staff and labour,
local or otherwise, and for their payment, housing, feeding and transport.
5.2
The Contractor shall pay rates of wages and observe conditions of labour, which are
not lower than those established for the trade or industry, where the Work is carried
Page 49 of 101
out. lf no established rates or conditions are applicable, the Contractor shall pay
rates of wages and observe conditions, which are not lower than the general level of
wages and conditions observed locally by BIALs, whose trade or industry is similar to
that of the Contractor.
5.3
Neither Party shall, without the consent of the other Party, recruit or attempt to
recruit, staff and labour from the other.
5.4
The Contractor shall comply with all the relevant labour laws applicable to the
Contractor and the Contractor's Personnel, including the Applicable Laws relating to
their employment, health, safety, welfare, immigration and emigration, and shall
allow them all their legal rights. The Contractor shall require its employees to obey
all the Applicable Laws, including those concerning safety at work.
5.5
Subject to the Applicable Laws, the Contractor may carry-out the Works on all days
and at all times, including recognised days of rest and at night, as the Contractor
deems fit. If contributory work or supervision services by BIAL on or at such days and
times are required, they shall be provided by BIAL free-of-charge, unless otherwise,
agreed to by the Parties in writing. BIAL shall provide such assistance as the
Contractor shall reasonably require, when the Contractor applies for permits for
overtime, night-work, shift-work and work on public holidays and days of rest.
5.6
The Contractor shall provide and maintain all necessary accommodation and welfare
facilities for the Contractor's Personnel. The Contractor shall not permit its personnel
to set-up living quarters / facilities, anywhere within the Airport.
5.7
The Contractor shall at all times, take all reasonable precautions to maintain the
health and safety of the Contractor's Personnel. In collaboration with local health
authorities, the Contractor shall ensure that, medical staff, first-aid facilities, sick
bays and ambulance services are available at all times at the Project Site and at any
accommodation for the Contractor's and BIAL's Personnel, and that, suitable
arrangements are made for all necessary welfare and hygiene requirements, and for
the prevention of epidemics.
5.8
The Contractor shall appoint a safety officer at the Project Site, responsible for
maintaining safety and protection against accidents. This person shall be qualified for
this responsibility, and shall have the authority to issue instructions and take
protective measures to prevent accidents. Throughout the execution of the Works,
the Contractor shall provide, whatever is required by this person to exercise this
responsibility and authority. The Contractor shall send to BIAL details of any accident,
as soon as practicable after its occurrence. The Contractor shall maintain records and
make reports concerning health, safety and welfare of persons, and damage to
property, as BIAL may reasonably require.
5.9
Throughout the execution of the Works, and as long thereafter, as is necessary to fulfil
the Contractor's obligations, the Contractor shall provide all necessary
superintendence to plan, arrange, direct, manage, inspect and test the Work.
Page 50 of 101
5.10
The Contractor's Personnel shall be appropriately qualified, skilled and experienced in
their respective trades or occupations. Key Managers, Site Engineers / Engineers,
etc., of the Contractor for the purpose of executing the Works, shall be appointed
from among the persons. and the escalation matrix shall be provided by the
Contractor. Any change by the Contractor in the key personnel for the purpose of
executing the Works, shall be done only after obtaining the prior written consent of
BIAL. BIAL may require the Contractor to remove (or cause to be removed) any person
employed on the Project Site, or in the preparation of the Works, including the
Contractor's Representative, if applicable, who:
5.10.1 persists in any misconduct, or lack of care;
5.10.2 carries-out duties incompetently or negligently;
5.10.3 fails to conform with any provision of this Agreement; or
5.10.4 persists in any conduct, which is prejudicial to the safety, health or the
protection of the environment,
Provided, the person's misdemeanour is such that, BIAL cannot reasonably be expected
to tolerate the person's further employment on the Project Site, or in the preparation
of the Works.
lf appropriate, the Contractor shall then appoint (or cause to be appointed) a suitable
replacement person.
5.11
The Contractor shall submit, to BIAL, details showing the number of each class of the
Contractor's key personnel, and of each type of the Contractor's major equipment on
the Project Site. Details shall be submitted each calendar month, in a form approved
by BIAL, until the Contractor has completed all work, which is known to be
outstanding at the completion date stated in the Completion Certificate, for the final
section comprised in the Works.
5.12
The Contractor shall at all times, take all reasonable precautions to prevent any
unlawful, riotous or disorderly conduct by or amongst the Contractor's Personnel, and
to preserve peace and protection of the persons and the property on the Project Site,
or related to the preparation of the Works. The Contractor shall immediately remove
and replace from the Works, any of the Contractor‟s Personnel, who engage in
unlawful, riotous or disorderly conduct.
6.
SUB-CONTRACTING OF WORKS
6.1
The Contractor shall not subcontract any portion of the Works, without the prior
written consent of BIAL.
Page 51 of 101
6.2
In the event BIAL permits sub-contracting, the Contractor shall be responsible for the
acts or defaults of his agents or employees, as if, they were the acts or defaults of the
Contractor. The Contractor shall inform BIAL in advance (and in writing) of the
intended appointment of the subcontractor, with particulars and his relevant
experience and with other details as requested by BIAL.
7.
CONTRACTOR‟S SUPERVISION OF WORKS
7.1
The Contractor shall appoint the Contractor's Representative, and shall give him all
authority necessary to act on the Contractor's behalf.
7.2
the Contractor shall, prior to the Commencement Date, submit to BIAL for consent,
the name and particulars of the person, the Contractor proposes to appoint as the
Contractor's Representative. If the consent is withheld or subsequently revoked, or if
the appointed person fails to act as the Contractor's Representative, the Contractor
shall similarly submit the name and particulars of another suitable person for such
appointment.
7.3
The Contractor's Representative shall, on behalf of the Contractor, receive instructions
under Clause 1.3 above.
7.4
The Contractor shall supplement its staff with whatever additional supervisory
personnel are required to ensure that, the Works shall be completed by the Scheduled
Project Completion Date.
7.5
The Contractor shall be responsible for:
7.5.1 the accurate setting-out of the Works and the correctness of the position,
levels, dimensions and alignment of all parts of the Works; and
7.5.2 the provision of all necessary instruments, appliances and labour in
connection with the foregoing responsibilities.
7.6
If, at any time, during the execution of the Works, any error appears in the positions,
levels, dimensions or alignments of any part of the Works, the Contractor, on being
required so to do, by BIAL‟s Representative, shall, at its own cost, and with no
entitlement to any extension of time, rectify such error to the satisfaction of BIAL‟s
Representative.
7.7
The checking of any setting-out, or of any line, or level by BIAL‟s Representative, shall
not, in any way, relieve the Contractor, of its responsibility for the accuracy thereof,
and the Contractor shall carefully protect and preserve all bench-marks, sight-rails,
pegs and other things / materials used in setting-out the Works.
Page 52 of 101
8.
PROTECTION OF WORKS AND MATERIALS
8.1
The Contractor shall take full responsibility for the care of the Works from the
Commencement Date until the Completion Certificate is issued, when responsibility
for the care of the Works shall pass to BIAL.
8.2
After responsibility has accordingly passed to BIAL, the Contractor shall take
responsibility for the care of any Work, which is outstanding on the date stated in a
Completion Certificate, until this outstanding Work has been completed.
8.3
If any loss or damage happens to the Works during the period, when the Contractor is
responsible for their care, except, as may be specified in this Agreement, or mutually
agreed beforehand, the Contractor shall rectify the loss or damage at the Contractor's
risk and cost, so that, the Works conform to the requirements specified under this
Agreement.
8.4
The Contractor shall obtain and maintain adequate insurance policies for the Works.
The Contractor shall prove to BIAL, from time to time, that, it has taken-out all the
insurance policies referred to in this Agreement, and has paid the necessary premiums
for keeping the policies alive, till the expiry of the Defects Liability Period.
9.
COMPLETION
9.1
The Works shall be completed by the Scheduled Project Completion Date. If there is
any delay in completion of the Works, for any reason other than the conditions
constituting Force Majeure, the Contractor shall pay to BIAL, Liquidated Damages
(defined later) as specified in Clause 12.
9.2
The Works shall not be regarded as completed, unless, they have reached the stage
that, inter alia:
9.2.1 the execution of the Works, other than the performance of obligations to be
performed during the Defects Liability Period, has been completed,
notwithstanding that, there may be Punch List items to be fully executed.
9.2.2 the conditions set-out at Clause 9.4 and Clause 10 (Tests) have been fully
satisfied, to the satisfaction of BIAL and BIAL‟s Representative.
9.3
The Contractor shall serve on BIAL and BIAL‟s Representative, at least 2 (two) months‟
notice of the date upon which, the Contractor anticipates that completion will be
achieved.
9.4
Prior to making the request for the issue of the Provisional Certificate or the
Completion Certificate (whichever is the earlier), the Contractor shall submit to BIAL‟s
Representative the following:
Page 53 of 101
9.4.1 the Operation and Maintenance Manual for the Project (the “O&M Manual”)
setting-out in detail the standards, schedules, procedures, types, periodicity
and other details of the operation and maintenance activities to be carriedout for the Project, during the operations period, so as to meet the O&M
requirements, in addition to details of the management information system
to be incorporated, reports to be submitted and procedure for reviews;
9.4.2 the Operation & Maintenance Plan (the “O&M Plan”) for the 1st (first) year of
operations; and
9.4.3 the Contractor shall prepare and submit with reasonable promptness, and in
such sequence, as is consistent with the Project Schedule, 3 (three) copies of
all the Drawings to BIAL for review and comments, which shall be detailed,
accurately scaled and sequentially numbered, covering all relevant
engineering features, which in relation to structures, shall also include crosssections in each Drawing, together with an „as-built‟ survey illustrating the
layout of the Works/Project Site, and setback lines, if any, of the buildings
and structures forming part of the Works, reflecting the Works as actually
designed, engineered and constructed.
10.
TESTS
10.1
The Contractor shall with due diligence, carry-out the Tests, in accordance with the
Applicable Laws and Applicable Permits, and under the supervision of BIAL‟s
Representative. The Contractor shall maintain proper record of such Tests and the
remedial measures taken to cure the defects or deficiencies, if any, indicated by the
Test results.
10.2
The Contractor shall permit BIAL and BIAL‟s Representative to access the Project Site
to inspect the Works on reasonable notice, after the Contractor has given such
persons, notice of the date upon which, the Contractor considers the Tests shall be
performed and will be completed.
10.3
BIAL shall monitor the Tests to determine the compliance of the Works with the
specifications and standards. The Contractor shall provide to BIAL and BIAL‟s
Representative with copies of all Test data, including detailed Test results.
10.4
The cost of carrying out any Test shall be borne by the Contractor.
10.5
At least 15(fifteen) days prior to the likely completion of the Works, the Contractor
shall notify BIAL of the same, and shall give notice of its intent to conduct any final
Test. The Contractor shall give to BIAL at least 10 (ten) days‟ prior notice of the
actual date on which, it intends to commence the Tests, and at least 7 (seven) days‟
prior notice of the commencement date of any subsequent Test. BIAL shall have the
right to suspend or delay any Test, if it is reasonably anticipated or determined during
Page 54 of 101
the course of the Test that, the performance of the Works or any part thereof, does
not meet the specifications and standards.
10.6
Upon BIAL determining that, there has been completion of the scope of Works and
completion of the outstanding items as per the Punch List and snag list in respect of
the Works, and having been satisfied that, the Works can be legally, safely and
reliably placed in commercial operations, BIAL‟s Representative may, forthwith issue
to the Contractor a Certificate (the “Completion Certificate”) certifying the Project
completion after the expiry of Defect Liability Period.
10.7
Notwithstanding that, certain works or things forming part of the Works are not
complete, if following the completion of the Tests, BIAL‟s Representative determines
that, the Works can be safely and reliably opened for operations, BIAL‟s
Representative shall, and provided always that, the Contractor has fully complied with
its obligations under Clause 9.4, issue to the Contractor, a Provisional Certificate (the
“Provisional Certificate”). The Provisional Certificate shall have appended thereto, a
list of outstanding items signed jointly by BIAL‟s Representative and BIAL (the “Punch
List”). All Punch List items shall be completed by the Contractor within such time, as
may be determined by BIAL‟s Representative, and in any event, not exceeding 30
(thirty) days of the date of issue of the Provisional Certificate. Upon satisfactory
completion of all the Punch List items, BIAL shall use all reasonable endeavours to
procure that, BIAL shall promptly, and in any case, within 10 (ten) days thereof, issue
a Completion Certificate.
10.8
If the Contractor fails to complete the Punch List items, within the said period of 30
(thirty) days, then the Contractor shall pay / reimburse to BIAL, all the damages
(subject to the limits specified in Clause 12.5) for not completing the Punch List items
of the Work. In addition, BIAL shall also be entitled to appoint any third party for
executing the Works covered under the Punch List, and the cost incurred by BIAL, by
itself, or by employing another contractor, in completing the Punch List items, as
certified by BIAL‟s Representative shall, without any demur, be paid or reimbursed to
BIAL by the Contractor within 30 (thirty) days from the date of receipt of a claim in
respect thereof from BIAL.
11.
EXTENSION OF TIME
11.1
The Contractor shall closely monitor the progress of the Works, and shall give written
notice to BIAL, with a copy to BIAL‟s Representative, as soon as it can foresee or ought
reasonably to have foreseen any delay or / and a delay to the achievement of the
Scheduled Project Completion Date.
11.2
Any notice given pursuant to Clause 11.1 shall, as precisely as possible, state the likely
period of delay to the Scheduled Project Completion Date, and specify whether the
Contractor considers that it is, or may become entitled to an extension of time for the
completion of the Works.
Page 55 of 101
11.3
Following the service of a notice pursuant to Clause 11.1, the Contractor must supply
BIAL‟s Representative, with such further supporting documentation and information as
BIAL‟s Representative may require, so as to support its claim for extension of time, for
the completion of the Works.
11.4
In the event of any delay, the Contractor shall at all times, ensure that, it uses and
continues to use all reasonable endeavours to avoid or reduce the effect of any delay,
on the completion of the Works. After it has given notice under Clause 11.1, the
Contractor shall, as soon as reasonably practicable, submit a further written notice to
BIAL‟s Representative, stating the following:
11.4.1 full and detailed particulars of the cause and actual extent of the delay to the
completion of the Works, or to the achievement of the Scheduled Project
Completion Date; or
11.4.2 where a circumstance has a continuing effect, or where the Contractor is at
any time, unable to determine whether the effect of a circumstance will
actually cause delay to the completion of the Works, or to the achievement of
the Scheduled Project Completion Date, a statement to that effect, with
reasons and interim written particulars (including details of the likely
consequences of the circumstance on the progress of design and execution of
the Works, and an estimate of the likelihood of and likely extent of the delay);
the Contractor shall thereafter, submit to BIAL‟s Representative, further
interim written particulars at intervals of not more than 14 (fourteen) days,
until the actual delay caused (if any) is ascertainable, when it shall thereafter
within 14 (fourteen) days, submit to BIAL‟s Representative full and detailed
particulars of the cause and actual extent of the delay; or
11.4.3 for approval, the details of the documents, the Contractor proposes to present,
to support its claim for extension of time, for completion of the Works, so as to
demonstrate its entitlement; or
11.4.4 for approval, details of the measures, the Contractor has adopted or proposes
to adopt, to avoid or reduce the effects of such circumstance upon the
completion of the Works, and the timely achievement of the Scheduled Project
Completion Date.
11.5
Subject always to Clause 11 and subject always to proper compliance by the
Contractor with the provisions of Clauses 11.1 to 11.3, if BIAL‟s Representative
considers the Contractor to be reasonably entitled to such an extension of time, he
shall determine the period of extension and shall notify BIAL and the Contractor,
accordingly.
11.6
The Contractor shall not be entitled to an extension of time, in respect of any cause of
delay, or for any period of delay which, by the exercise of all reasonable endeavours,
could be avoided or reduced (to the extent that, such could have been reduced). The
onus of proving that, the Contractor has exercised all reasonable endeavours, and that
Page 56 of 101
despite such endeavours, the delay could not be avoided or reduced, shall in all cases
rest with the Contractor in this respect.
11.7
It shall be a condition precedent to the Contractor‟s right to any extension of time
that, it shall have complied fully and strictly with any of the provisions of Clause 11 in
respect thereof. In the event of the Contractor failing so to comply, it shall not be
entitled to an extension of time, and any delay or / and disruption for which, the
Contractor would otherwise, have been entitled to an extension of time, shall be
deemed for the purpose of considering liquidated damages.
12.
LIQUIDATED DAMAGES
12.1
If the Contractor fails to complete the Works by the Scheduled Project Completion
Date, then the Contractor shall forthwith, without any demur, pay BIAL Liquidated
Damages calculated at 1% (one percent) of the Contract Price per week or part
thereof, for such default for every week or part of a week (in the event that, the
Liquidated Damages are payable for part of a day, the Contractor shall be liable to pay
the reasonable proportion pro-rata), which shall elapse between the Scheduled
Project Completion Date and the date stated in the Provisional Certificate or
Completion Certificate, as being the Completion Date. This right available to BIAL
under Clause 12, is in addition to any other right available to BIAL under this
Agreement, and under the Applicable Law.
12.2
BIAL shall notify the Contractor in writing, of the amount of the Liquidated Damages
that may have become due. BIAL may deduct and retain the amount of any Liquidated
Damages becoming due under Clause 12.1 from any sum due or / and which become
due to the Contractor; or / and realise any sum or guarantee provided by the
Contractor; or / and require the Contractor to pay such amount to BIAL within 10 (ten)
days after receipt of the notice pursuant to Clause 11.1 notwithstanding any dispute
between the Parties as to the amount due or the liability to make payment of the
same.
12.3
If the payment of the Liquidated Damages is unenforceable by BIAL for any reason, the
Contractor shall be liable to pay BIAL actual losses and costs caused, or to the extent
contributed to, by the delay to the Scheduled Project Completion Date for which, the
Contractor is responsible, save that, BIAL shall not be entitled to recover under this
Clause, any sum, which is greater than the amount, which would have been
recoverable as the Liquidated Damages, had the same not been unenforceable.
12.4
If BIAL‟s Representative grants, under Clause 11, any extension of time or further
extension of time, which would result in a change in the Scheduled Project Completion
Date, he shall re-calculate the amount of any Liquidated Damage to which, BIAL is
entitled, and shall forthwith, notify BIAL and the Contractor of the amount thereof, if
any, or of any adjustment applicable to any such amount already notified, as the case
may be. In-so-far-as any sum shall thereby be payable, by way of adjustment or
Page 57 of 101
otherwise, by the Contractor to BIAL, the Contractor shall within 30 (thirty) days of
BIAL‟s Representative‟s notice, pay the same to BIAL.
12.5. The Contractor‟s liability under Clause 12, shall be limited to 10% (ten percent) of the
Contract Price.
13.
RECTIFICATION OF DEFECTS
13.1
In this Agreement, the expression “Defects Liability Period” shall mean, one year (1)
from the date of the issue of the Completion Certificate.
13.2
The Contractor shall carry out, at its own cost, all works necessary for the
rectification of any Contractor‟s defect in, or damage to the Works, caused by the
Contractor‟s defect, during the Defects Liability Period, as BIAL‟s Representative may,
during the Defects Liability Period, instruct, pursuant to an inspection made by BIAL‟s
Representative, prior to the expiration of the Defects Liability Period.
The Contractor shall be responsible to make good and remedy at its own expense
within:
13.2.1 7 (seven) days, any defect, which may be noticed before the taking-over of
each Phase.
13.2.2
6 (six) hours, any defect, which may be noticed after the taking-over and
before the Defects Liability Period, in case of operational urgency, as
intimated by BIAL.
13.2.3
2 (two) days, any defect, which may be noticed after the taking-over and
before the Defects Liability Period, in case of the other works, the intimation
of which, has been sent to the Contractor by BIAL.
In respect of rectification works properly instructed by BIAL‟s Representative, the
Defects Liability Period in respect of such defect(s) only, shall be extended until
satisfactory completion of the rectification works.
13.3
When undertaking any work under Clause 13, which could affect the use of the Works
or any part thereof, the Contractor shall observe all reasonable requirements that,
BIAL or BIAL‟s Representative, or any duly authorised BIAL‟s Representative‟s delegate
or assistant, or any of them may make in regard to the safety and efficient operation
thereof. Subject to this requirement, the Contractor shall, until BIAL‟s Representative
has issued the Provisional Certificate for the Works, have the right of access, but, not
so as to cause any reasonably avoidable inconvenience.
13.4
BIAL‟s Representative will issue to the Contractor, the Completion Certificate for the
Works, as soon after the expiration of the Defects Liability Period, as the Contractor
shall, in BIAL‟s Representative‟s opinion, have completed all its obligations whether
Page 58 of 101
under Clauses 13.2 and 13.3 or otherwise, which relate to the Works or part thereof,
as the case may be, including any work redesigned or amended, replacements and
renewals, and shall state thereon, the date, when such obligations shall have, in his
opinion, been so completed.
13.5
Notwithstanding the issue of the Provisional Certificate (or if more than one, then
upon the issue of the last of them), the Contractor shall remain liable for the
fulfilment of any obligation incurred under the provisions of the Agreement prior to
the issue of the Provisional Certificate (or if more than one, then upon the issue of the
last of them), which remains unperformed at the time such Provisional Certificate is
issued, and for the purposes of determining the nature and extent of any such
obligation, the Agreement shall be deemed to remain in force between the Parties to
this Agreement.
13.6
Completion of Outstanding Work and Remedying Defects:
In order that, the Works and each Phase, shall be in the condition required by the
Agreement (fair wear and tear excepted) by the expiry date of the relevant timeline
specified by BIAL (the “Defects Notification Period”), or as soon as practicable
thereafter, the Contractor shall:
13.6.1 complete any work, which is outstanding on the Completion Date, within the
stipulated time as is instructed by BIAL, and execute all work required to
remedy the defects or damage to the Works, as may be notified by BIAL or
BIAL‟s Representative, as soon as reasonably possible and in any event, on or
before the expiry date of the Defects Notification Period. BIAL will notify the
Contractor as soon as reasonably practicable, upon discovery of any such
defect or damage; and
13.6.2 correct any error, omission, inconsistency, inadequacy or other defect, that is
found in the Contractor's documents. Subject as aforesaid, the Defects
Notification Period for a Phase, shall not extend up to the expiry of the Defects
Notification Period of any later Phase to be taken over. If a defect appears or
damage occurs, BIAL shall notify the Contractor accordingly.
13.7
Cost of Remedying Defects:
All outstanding work and remedying defects shall be executed at the risk and cost of
the Contractor, if and to the extent that, the work is attributable to:
13.7.1 the materials or the workmanship not being in accordance with this
Agreement; or
13.7.2 improper operation or maintenance, which was attributable to the matters for
which, the Contractor is responsible; or
13.7.3 failure by the Contractor to comply with any other obligation.
Page 59 of 101
If and to the extent that, such work is attributable to any other cause, BIAL shall give
notice to the Contractor accordingly, and Clause 14.10 (Deviations / Variations) shall
apply.
13.8
Extension of Defects Liability Period:
BIAL shall be entitled to an extension of the Defects Liability Period for a Phase or any
part thereof, if and to the extent that, the Phase or any part thereof (after takingover), cannot be used by reason of a defect or damage in respect of which, the
Contractor is liable in accordance with Clause 13. However, the Defects Liability
Period of a Phase or part thereof, which has been successfully remedied, shall be
extended by 6 (six) months from the date of the original Defects Liability Period expiry
date.
13.9
Failure to Remedy Defects:
The Contractor shall make its own arrangements to remedy the defects within the
stipulated time period. If the Contractor fails to remedy any defect or damage within
the stipulated time, BIAL may:
13.9.1 carry-out the work by itself or by others, in a reasonable manner and at the
Contractor's cost, and the Contractor shall be liable to pay to BIAL the costs
incurred by BIAL in remedying the defect or damage; or
13.9.2 agree or determine a reasonable reduction in the Contract Price; or
13.9.3 provided, BIAL cannot be reasonably expected to remedy the defect
according to sub-paragraphs above, since the defect or damage deprives BIAL
of substantially the whole benefit of an essential part of the Works, recover
all sums paid for such part of the Works only, and the Contractor shall
dismantle and remove such part at its expense.
13.10 Removal of Defective Work:
If the defect or damage cannot be remedied expeditiously on the Project Site and BIAL
gives consent, the Contractor may remove from the Project Site, for the purposes of
repair, such items of work / plant as are defective or damaged. This consent may
require the Contractor to provide appropriate security.
Page 60 of 101
14.
GENERAL TERMS AND CONDITIONS
14.1
Obligations and Responsibilities of Contractor
14.1.1 Based on the operational descriptions provided, the Contractor shall come-up
with a proposal for Schedule of Works with the guarantee for a fully functional
system, and the same shall be “fit for the purpose”.
14.1.2 The Contractor shall render all services, which are required for the proper
execution of the Works.
14.1.3 In principle, the Contractor is responsible for the execution of the warranty
services within the Defects Liability Period. In special cases and limited
circumstances, if desired by BIAL, the Contractor may perform warranty
services under the guidance and supervision of BIAL. However, it will be the
sole responsibility of the Contractor to get all the warranty services executed
through the contractors or their authorized representatives during the
warranty-phase of the facility or system.
14.1.4 If BIAL sets-up contracts with other contractors for partial-maintenance
services, the obligation for co-ordination of service provision lies with the
Contractor.
14.1.5 Security of and at Site
Unless otherwise stated in this Agreement:
14.1.5.1
the Contractor shall be responsible for keeping unauthorised
persons off the Site; and authorised persons shall be limited to the
Contractor's Personnel and BIAL's Personnel, personnel employed
by other contractors working on the Site, and to any other
personnel notified to the Contractor, by (or on behalf of) BIAL, as
authorised personnel of BIAL.
14.1.5.2
the Contractor shall also be responsible for protection of any and
all the materials at the Site, including the materials supplied by
BIAL, or quarried by the Contractor, and stored, or being
processed, at any place outside the Site.
Any loss or / and damage incurred by the Contractor, due to entry by
unauthorized persons onto the Site, or theft, or pilferage of any material,
shall be borne by the Contractor, and any loss or / and damage suffered by
BIAL due to failure on the part of the Contractor to protect such materials,
shall also be the liability of the Contractor, and such losses or / and damages
shall be reimbursed by the Contractor to BIAL.
Page 61 of 101
14.1.6 The Contractor specifically agrees that, no construction vehicle or any other
traffic, either to transport its personnel or materials, shall be allowed on the
main access road to the Airport and the Contractor shall use only those access
roads permitted by BIAL.
Further, the Contractor concurs that, the
construction logistics will have to be done according to the plans mutually
agreed between the Parties to ensure smooth functioning at the Airport at all
times.
14.1.7 For successful timely and completion of Works and for achieving the standards
set by BIAL, the Contractor is required to have (either owned/leased) all the
equipment.
14.1.8 LABOUR CAMPS
14.2
14.1.8.1
The Contractor shall not be allowed to set up or maintain its
labour camp at the Site. The Contractor has to make all
arrangements of the workers entry and exit into the Airport and
the same shall be as per the direction and rules specified by BIAL
and the Contractor shall also obtain necessary labour licenses.
14.1.8.2
The Contractor should adhere to all the provisions of Contract
Labour (Abolition & Regulations) Act, 1970. The Contractor has to
ensure payment of wages as stipulated under the Minimum Wages
Act.
Guarantee and Liabilities of Contractor
14.2.1 The Contractor is liable to provide fully functional and “fit for the purpose”
systems. The Contractor is liable for the damages to the property or the
personal injuries equal to the Contract Price, which are a result from its
assignment and directly caused by it, or its representatives. The Contractor
provides itself with the business liability insurance, covering it, up to the
liabilities as per the scope of this Agreement.
14.2.2 The Contractor shall adhere to the safety and other relevant regulations,
relating to the infrastructure / equipment, as well as for carrying-out the task
in connection with this Agreement.
14.2.3 Properly tested and marked material handling equipment only shall be used for
execution of the Works. The Contractor shall provide all necessary supervision
and quality control facilities. At all working times, the Contractor‟s competent
representative shall be at the Project Site. All supporting arrangements and
fixing details shall be checked periodically, and necessary rectifying actions are
to be taken, in order to ensure safe handling of loads during different
operations. All plant and machinery of the Contractor shall comply with the
safety regulations needed for working in the Airport, where other contractors /
Page 62 of 101
subcontractors / agencies might also be working, so as not to interfere with the
work of the other contractors, or foul with their constructions.
14.2.4 The Contractor shall take all precautions to avoid accidents by exhibiting /
displaying necessary caution boards day and night, speed limit borders, red
flags, red lights and providing barriers. No hindrances shall be caused to the
traffic during execution of the Works. The contractor shall comply with safety
guidelines.
14.2.5 The Contractor shall obtain necessary entry pass / token / identity card for the
work-force and equipment, from BIAL / the Bureau of Civil Aviation Security /
Central Industrial Security Force or the relevant agency in-charge of security at
the Airport. It is the responsibility of the Contractor to fulfill all the relevant
formalities in connection with obtaining of identity card for its employees,
including, payment of necessary fees and carrying-out police verification, etc.
In addition, the Contractor shall ensure that, the employees / work force
adhere to the security rules / regulations in force at the Airport, and the
Contractor is solely liable for the consequences arising out of any violation of
the security rules / regulations by its employees / work-force.
14.2.6 From the commencement till the completion of the Works, the Contractor shall
take full responsibility for taking precautions, to prevent loss or damage to the
Works or the Project Site, and to minimize loss or damage to the greatest
extent possible, and shall be liable for any damage or loss, that may happen to
the Works or any part thereof, from any cause whatsoever, and shall, at the
Contractor‟s own cost, repair and make good the same so that, at completion,
the Works shall be in good order and condition and in conformity in every
respect, with the requirements of the Agreement and instructions of BIAL.
14.2.7 The Contractor shall not be entitled to payment under the above provisions of
this Agreement, in respect of such loss or damage as has been occasioned by
any failure on the Contractor‟s part to perform its obligation under this
Agreement, or which has occurred as a result of the Contractor not taking
precautions to prevent such loss or damage or minimize the amount of such
loss or damage. Further, in the event of the Contractor‟s failure to repair and
make good such damage or loss, BIAL, at its sole discretion, shall retain the
payments due and payable to the Contractor.
14.2.8 Where BIAL‟s building or a part thereof, is rented by the Contractor, the
Contractor shall insure the entire building, if the building or any part thereof,
is used by the Contractor for the purpose of storing or using the materials of
combustible nature, as to which the decision of BIAL shall be final and binding.
14.2.9 The Contractor shall indemnify and keep indemnified BIAL against all losses and
claims for injuries or damage to any person, or any property whatsoever, which
may arise out of, or in consequence of the construction and maintenance of the
Page 63 of 101
Works and against all claims, demands, proceedings, damages, costs, charges
and expenses whatsoever, in respect of, or in relation thereto.
Before commencing execution of the Work, the Contractor shall, without in any
way limiting its obligations and responsibilities under this Agreement, insure
itself, against any damage, loss or injury, which may occur to any property
(excluding that of BIAL, but, including BIAL‟s building rented by the Contractor,
wholly or in a part, and any part of which, is used by the Contractor for storing
the combustible materials), or to any person (including any employee of BIAL)
by or arising out of carrying-out its obligations under this Agreement.
14.2.10
The Contractor shall at all times, indemnify BIAL against all claims,
damages or compensation under the provisions of the various applicable labour
legislations, or any modification thereof, or any other law relating thereto, and
the rules made thereunder, from time to time, or as a consequence of any
accident or injury, to any workman or other person, in or about the Works,
whether in the employment of the Contractor or not, save and except, where
such accident or injury has resulted from any act of BIAL, its agents or
servants, and also against all costs, charges and expenses of any suit, action or
proceedings, arising out of such accident or injury, and against all sum or sums,
which may, with the consent of the Contractor, be paid to compromise or
compound any claim. Without limiting its obligations and liabilities as above
provided, the Contractor shall insure against all claims, damages or
compensation payable under the Workmen‟s Compensation Act, 1923 or any
modification thereof, or any other law relating thereto.
14.2.11
The aforesaid insurance policy / policies shall provide that, they shall
not be cancelled, till BIAL has agreed to their cancellation.
14.2.12
Quality Assurance: The Contractor shall institute a quality assurance
system to demonstrate compliance with the requirements of this Agreement.
The system shall be in accordance with the details stated in this Agreement.
BIAL shall be entitled to audit any aspect of the system.
Details of all procedures and compliance documents shall be submitted to BIAL,
for information, before each stage of the Works is commenced.
Compliance with the quality assurance system shall not relieve the Contractor
of any of its duties, obligations or responsibilities under this Agreement.
14.2.13
Monthly progress reports shall be prepared by the Contractor and
submitted to BIAL in agreed electronic formats, within 10 (ten) days after the
last day of the period to which, it relates. Details of the report shall be agreed
upon commencement of construction of the Works.
Page 64 of 101
14.2.14
The Contractor's documents, the execution of the Works and the
completed Works shall comply with the International Civil Aviation
Organization‟s Standards / International Standards.
14.2.15
Samples: The Contractor shall submit samples and mock-ups to BIAL, as
per BIAL's Requirements, as the case may be, and listed by the Contractor, for
review and approval of visual impact, in accordance with procedures and
specification to be adapted during execution, within 15 (fifteen) days of the
Commencement Date.
14.3
Obligations of BIAL
14.3.1 BIAL has to grant the Contractor and its representatives, engaged for the
purpose of this Agreement, safe access to the relevant infrastructure and
equipment, provided that, the Contractor has submitted the application for the
same within the required timeframe. BIAL will define the conditions and
processes for access to the Airport‟s airside area.
14.3.2 In emergencies and exceptional conditions, BIAL, without previous explicit and
written consent of the Contractor, may maintain or repair the infrastructure or
equipment by it, or assign such a task to another third party. However, this
will be done in exceptional situations with the aim of achieving desired level of
serviceability of equipment or to ensure safe aircraft operation and passenger
facilities.
14.3.3 In the event of the Contractor not fulfilling its obligations and the agreed
execution levels, BIAL shall send a written notice to the Contractor requesting
the Contractor to fulfill the agreed execution levels. If the Contractor does not
follow the requested execution levels within the specified period, BIAL is
entitled to either assign a third party with the execution of the task at the
expense of the Contractor or to terminate the Agreement on short notice.
14.3.4 BIAL has to inform the Contractor immediately and in writing, on all changes of
the designated infrastructure / equipment or their operating conditions, which
could impair the maintenance work to be performed by the Contractor.
14.3.5 BIAL has to hand over to the Contractor, upon its demand, copies of all
technical information in BIAL's possession as well as software, which are
relevant and useful to the execution of the Work. These documents remain the
property of BIAL at any time, and may be used by the Contractor only for the
purposes of fulfillment of its obligations under this Agreement. In response,
the Contractor has the obligation for adjusting and updating the technical
information in its possession, in case the Contractor had to implement changes
to the infrastructure / equipment in the context of its contractual assignment,
after taking prior written approval from BIAL.
14.4
Notices to Local Bodies
Page 65 of 101
14.4.1 The Contractor shall comply with and give all notices required by any
Governmental authority or Agency, rule or Order made under any Act of the
Parliament, State laws or any regulation or bye-law of any local authority
relating to the Works. The Contractor shall, before making any variation
from the Drawings necessitated by such compliance, give to BIAL a written
intimation giving reasons for the proposed variation and obtain BIAL‟s written
instructions thereon.
14.4.2 The Contractor shall pay and indemnify BIAL against any liability in respect of
any fee or charge payable under any Act of the Parliament, State laws or any
Government instrument, rule or Order, and any regulation or bye-law of any
local authority, in respect of the Works.
14.5
Foreclosure of Agreement in full or in part, due to Abandonment or Reduction in
Scope of Work
If, at any time after the commencement of the Work, BIAL shall, for any reason
whatsoever, not require the whole Work thereof, to be carried-out, BIAL shall give
notice in writing of the fact to the Contractor, who shall have no claim to any
payment of compensation whatsoever, on account of any profit or advantage, which it
might have derived from the execution of the Work in full, but which, the Contractor
did not derive in consequence of the full work not having been carried-out, neither
shall the Contractor have any claim for compensation by reason of any alteration
having been made in the original specifications, Drawings, designs and instructions,
which shall involve any curtailment of the Work as originally contemplated.
14.6
Suspension of Work
The Contractor shall, on receipt of the notice in writing by BIAL, suspend the progress
of the Work or any part thereof, for such time and in such manner, as BIAL may
consider necessary for any of the following reasons:
14.6.1 On account of any default on part of the Contractor; or
14.6.2 For proper execution of the Works or part thereof, for reasons other than the
default of the Contractor; or
14.6.3 For safety of the Works or part thereof.
The Contractor shall, during such suspension, properly protect and secure the
Works to the extent necessary and carry-out the instructions given in that behalf
by BIAL.
14.7
Liability for Damage, Defects or Imperfections and Rectification thereof
Page 66 of 101
14.7.1 If the Contractor or its workmen or employees shall injure or destroy any part
of the Work in which, they may be working or any building, road, fence, etc.,
contiguous to the premises on which, the Work or any part of it is being
executed, or if any damage shall happen to the Work while in progress, the
Contractor shall, upon receipt of a notice in writing, in that behalf, make good
the same at its own expense. If it shall appear to BIAL or BIAL‟s Representative
at anytime during the construction or reconstruction or prior to the expiration
of the Defects Liability Period, that any Work has been executed with unsound,
imperfect or unskilled workmanship, or that any material or article provided by
the Contractor for execution of the work are unsound, or of a quality inferior
to that contracted for, or otherwise, not in accordance with this Agreement, or
that any defect, shrinkage or other fault has appeared in the Work arising out
of the defective or the improper materials or workmanship, the Contractor
shall, upon receipt of a notice in writing in that behalf from BIAL, forthwith
rectify or remove, and reconstruct the Work, so specified, in whole or in part,
as the case may be, or / and remove the materials or articles and provide other
proper and suitable materials or articles at its own expense, notwithstanding
that, the same may have been inadvertently passed, certified and paid for, and
in the event of the Contractor‟s failing to do so, within the stipulated period in
aforesaid notice, BIAL may rectify or remove and re-execute the Work or / and
remove and replace with others, the materials or articles complained of, as the
case may be, by other means at the risk and expense of the Contractor.
14.7.2 In case of repairs and maintenance works, splashes and droppings from
whitewashing, painting, etc., shall be removed and surfaces cleaned
simultaneously with completion of the items of work in individual rooms,
quarters or premises, etc., where the work is done, without waiting for
completion of all other items of work stipulated in this Agreement. In case the
Contractor fails to comply with the requirements of this condition, BIAL shall
have the right to get the work done by other means at the cost of the
Contractor. Before taking such action, however, BIAL shall give 3 (three) days
notice in writing to the Contractor.
14.8
Removal of Workmen
The Contractor shall employ, in and about the execution of the Works, only such
persons as are skilled and experienced in their respective trades, and BIAL shall be at
liberty to object to and require the Contractor to remove from the Works, any person
employed by the Contractor, in or about the execution of the Works, who, in the
opinion of BIAL, misconducts himself, or is incompetent, or negligent in the proper
performance of his duties, and such person shall not be again employed upon the
Works, without permission of BIAL. The Contractor shall immediately thereafter,
depute a suitable replacement for such person.
Page 67 of 101
14.9
Materials
14.9.1 Materials to be supplied by Contractor
14.9.1.1
The Contractor shall at its own expense, provide all the materials
required for the Works, other than those, which are to be supplied
by BIAL.
14.9.1.2
All the materials to be provided by the Contractor shall be in
conformity with the specifications laid down in the Agreement and
the Contractor shall, if requested by BIAL, furnish proof, to the
satisfaction of BIAL, that the materials so comply.
14.9.1.3
The Contractor shall, at its own expense and without delay, supply
to BIAL samples of the materials proposed to be used in the Works.
BIAL, within the shortest possible time, will inform the Contractor,
whether samples are approved or not. If the samples are not
approved, the Contractor shall forthwith arrange to supply to BIAL,
for its approval, fresh samples complying with the specifications
laid down in this Agreement.
14.9.1.4
BIAL shall have full powers to require removal of any or all of the
materials brought to the Project Site by the Contractor, which are
not in accordance with the specifications of this Agreement, or do
not conform in character, or quality, to the samples approved by
BIAL. All costs, which may attend upon such removal or / and
substitution, shall be borne by the Contractor.
14.9.1.5 BIAL shall be entitled to have tests carried-out, as specified in this
Agreement, for any of the materials supplied by the Contractor
other than those for which, as stated above, satisfactory proof has
already been furnished, at the cost of the Contractor and the
Contractor shall provide, at its expense, all facilities, which BIAL
may require for the purpose.
14.9.2 Materials to be supplied by BIAL
14.9.2.1
The Materials to be supplied by BIAL free-of-cost, are indicated in
as per the agreed terms herein, and all such items will be issued at
BIAL‟s stores or BIAL‟s property.
14.9.2.2
If, after the execution of this Agreement, the Contractor desires
BIAL to supply any other material, such materials may be supplied
by BIAL, if available, at rates to be fixed by BIAL.
14.9.2.3
Such materials shall be supplied for the purpose of the Agreement
only, and the value of the materials shall be deducted, as and
Page 68 of 101
when the materials are consumed in items of work for which,
payment is being made to the Contractor, from any sum then due,
or which may thereafter become due to the Contractor, under this
Agreement. At the time of submission of bills, the Contractor
shall properly account for the materials issued to the Contractor to
the satisfaction of BIAL, and certify that, balance of the materials
supplied is available at the Project Site.
14.9.2.4
The Contractor shall bear the cost of loading, transporting to the
Project Site, unloading, storing under cover as required,
assembling and joining the several parts together, as necessary,
and incorporating, or fixing the materials in the Works, including
all preparatory work of whatever description as may be required.
14.9.2.5
All the materials issued to the Contractor by BIAL for incorporation
or fixing in the Works (including preparatory work) shall, on
completion or on foreclosure of the Works, be returned by the
Contractor at its expense, at the place of issue, after making due
allowance for actual consumption,
reasonable wear and tear or
/ and waste.
14.9.2.6
The surplus materials returned by the Contractor may be credited
to it by BIAL, at rates not exceeding those at which, they were
originally issued to the Contractor, after taking into consideration
the usability of the materials by BIAL, any deterioration or
damage, which may have been caused to the said materials, whilst
in the custody of the Contractor.
14.9.2.7
If on completion of the Works, the Contractor fails to return the
surplus materials out of those supplied by BIAL, then in addition to
any other liability, which the Contractor would incur, BIAL will
recover for such unreturned surplus materials at double the issue
rates.
14.9.3 General
14.9.3.1 The materials required for the Works, whether brought by the
Contractor or supplied by BIAL, shall be stored by the Contractor
only at places approved by BIAL. Storage and safe custody of the
materials, shall be the responsibility of the Contractor.
14.9.3.2
BIAL‟s Representative shall be entitled, at any time, to inspect
and examine any material intended to be used in or on the Works,
either at the Project Site or other place(s), where such materials
are assembled / fabricated, manufactured or at any place(s),
where these are lying, or from which, these are being obtained,
and the Contractor shall give such facilities as may be required for
such inspection and examination.
Page 69 of 101
14.9.3.3
All the materials brought to the Project Site shall become and
remains the property of BIAL, and shall not be removed from the
Project Site, without the prior written approval of BIAL. But,
whenever the Work is finally completed, and advance, if any, in
respect of any such material is fully recovered, the Contractor
shall at its own expense, remove from the Project Site all the
surplus materials originally supplied by the Contractor and upon
such removal, the same shall revert in and become the property of
the Contractor.
14.9.3.4
The Contractor shall submit copies of purchase vouchers of
bitumen, cement, paint and any other material, which are used in
the Works, if so requested by BIAL.
14.10 Deviations / Variations
14.10.1
BIAL shall have right to make alteration in, omissions from, additions to,
or substitutions for the original specifications, Drawings, designs and
instructions that may appear to it, to be necessary or advisable during the
progress of the Work, and to omit any part of the Works in case of nonavailability of a portion of the Project Site, or for any other reason, and the
Contractor shall be bound to carry out the Works in accordance with such
requirements by BIAL.
14.10.2
Rates for such additional, altered or substituted work shall be
determined by BIAL, by rate analysis, derived from the similar items available
in this Agreement, or by market rate analysis, or based on the verification of
claim submitted by the Contractor, or any other method, mutually agreeable to
both the Parties. However, the Contractor should furnish the documentary
evidence such as, bill / invoice, purchase order, payment vouchers, etc., to
substantiate its claim.
14.11 Extension of Time for Delay
14.11.1
The anticipated time allowed for execution of the Works is detailed in
this agreement, and time shall be of the essence of this Agreement. The
execution of the Works shall commence from the day specified in the work
order or on the day of actual handing over of the Project Site.
14.11.2
If the Works be delayed by Force Majeure, or excepted risks, or any
other cause which, in the absolute discretion of BIAL, is beyond the
Contractor‟s control, then upon the happening of any such event causing
delay, the Contractor shall immediately give notice thereof, in writing, to
BIAL, but shall nevertheless, use constantly, its best endeavors to prevent or
make good the delay, and shall do all that may be reasonably required to the
satisfaction of BIAL to proceed with the Works.
Page 70 of 101
14.11.3
Any request for extension of time, to be eligible for consideration, shall
be made by the Contractor in writing within 7 (seven) days of the happening
of the event causing delay. The Contractor may also indicate in such a
request the period for which extension is desired.
14.11.4
Prior to hand over, the Contractor is obliged to hand over all the
Drawings and a documentation of the materials and the equipment used.
Details and format for the same is to be determined in the project and design
manual, to be prepared by the Contractor.
14.12 BIAL's Claims
If BIAL considers itself entitled to any payment under any Clause of the Agreement, or
otherwise in connection with this Agreement, or / and to any extension of the Defects
Notification Period, it shall give notice and particulars to the Contractor within a
period of 15 (fifteen) days. However, notice is not required for payments due for the
electricity and water charges, consumed for execution of the Works, or for other
services requested by the Contractor.
BIAL shall be entitled to set-off against any money due, or to become due, to the
Contractor, any amount that have been:
14.12.1
14.12.2
agreed to by the Contractor; or
finally determined according to Clause 22 as payable by the
Contractor to BIAL.
14.13 Electricity and Water for execution of Works
The Contractor shall be responsible for the provision of temporary electricity, water
and other services that the Contractor may require, for the duration of the
construction of the Works. All charges for consumption of power and water, including
the charges for consumption of power and water for inspection and testing, till the
issuance of the Provisional Certificate shall be borne by the Contractor.
The Contractor shall, at its own risk and cost, provide any apparatus necessary for
use of these services, and for measuring, and making payment of the quantities
consumed. BIAL shall be entitled to use such services upon reimbursement to the
Contractor, at the rates incurred by the Contractor.
14.14 Contractor's Claims
If the Contractor considers itself to be entitled to any payment under any Clause
herein or / and to any extension of time, it shall give notice and particulars to BIAL
within a period of 15 (fifteen) days. The Contractor is not entitled to claim any money
due, or to become due, to the Contractor, if the stipulated period of 15 (fifteen) days
is exceeded. The Contractor shall submit cost proposal for the works of claim.
Page 71 of 101
15.
TERM
The Agreement shall commence on the Effective Date and shall be valid for a period of
twelve (12) months from the Commencement Date or until satisfactory completion of
the Works, whichever is earlier (the „Term‟), unless terminated earlier under the
provisions of this Agreement.
16.
TERMINATION BY BIAL
16.1
BIAL shall be entitled to terminate the Agreement if:
16.1.1 the Contractor abandons the Works for more than 10 (ten) consecutive days
or otherwise, plainly demonstrates the intention not to continue performance
of its obligations under this Agreement;
16.1.2 the Contractor without reasonable excuse fails to proceed with the Works;
16.1.3 the Contractor subcontracts the whole of the Works, or assigns this
Agreement, without the required agreement / consent of BIAL;
16.1.4 an Order is made, or a resolution is passed for the liquidation, bankruptcy or
dissolution of the Contractor, which is not, if capable of being so, discharged
or, as the case may be, revoked within 30 (thirty) days thereafter; or
16.1.5 the Contractor is in material breach of its obligations under this Agreement,
which breach, has a material adverse effect on BIAL and, if capable of
remedy, is not remedied by the Contractor within 7 (seven) days from the
date of notice calling upon the Contractor to rectify the breach.
16.2
In any of these events or circumstances, BIAL may, upon giving 7 (seven) days' notice
to the Contractor, terminate the Agreement and expel the Contractor from the
Project Site. However, in the case of Clause 16.1.4, BIAL may, by notice, terminate
the Agreement immediately.
16.3
Notwithstanding Clauses 16.1 and 16.2, BIAL has the right to terminate the Agreement
at will, by giving 15 (fifteen) days written notice without assigning any reason
thereof. Upon receipt of such notice and expiry of notice period, the Agreement shall
stand terminated at the end of 15th (fifteenth) day of issue of such notice by BIAL, and
the consequences of termination stipulated in Clause 18 shall apply.
16.4
The Contractor shall then leave the Project Site and deliver all documents made by or
for it, to BIAL. However, the Contractor shall use its best efforts to comply
immediately with any reasonable instruction included in the notice (i) for the
assignment of any sub-contract, and (ii) for the protection of life or property or for
the safety of the Works. After termination, BIAL may complete the Works or / and
Page 72 of 101
arrange for any other entity to do so. BIAL and these entities may then use any goods
or document made by, or on behalf of the Contractor.
16.5
BIAL shall then give notice that the Contractor's Equipment and the Temporary Works
will be released to the Contractor at, or near the Project Site. The Contractor shall
promptly arrange their removal, at the risk and cost of the Contractor. However, if by
this time, the Contractor has failed to make a payment due to BIAL, these items may
be sold by BIAL in order to recover this payment. Any balance of the proceeds shall
then be paid to the Contractor. BIAL will have full liberty to take possession of the
Project Site, and any material, constructional plant implement, stores, etc., thereon;
or / and carry-out the incomplete work by any means, at the risk and cost of the
Contractor.
16.6
As soon as practicable, after a notice of termination under Clause 16 (Termination by
BIAL) has taken effect, BIAL shall determine the value of the Works and any other sum
due to the Contractor, for the work executed in accordance with this Agreement.
16.7
After a notice of termination under Clause 16 (Termination by BIAL) has taken effect,
BIAL may:
16.7.1 withhold further payments to the Contractor, until the costs of execution,
completion and remedying of any defect, damage for delay in completion (if
any), and all other costs incurred by BIAL have been reasonably estimated; or /
and
16.7.2 recover from the Contractor, any loss and damage incurred by BIAL, and any
extra cost for completing the Works, after allowing for any sum due to the
Contractor under this Agreement. After recovering any such loss, damage and
extra cost under this Agreement, BIAL shall pay any balance, to the Contractor.
16.7.3 Any excess expenditure incurred, or to be incurred, by BIAL in completing the
Works, or part of the Works, or the excess, or damages suffered or may be
suffered, by BIAL, as aforesaid, after allowing such credit, shall be recovered
from any money due to the Contractor on any account, and if such money is not
sufficient, the Contractor shall be called upon in writing to pay the same, and
the Contractor shall pay such amount within 30 (thirty) days.
16.8
On termination of this Agreement, BIAL shall determine, what amount if any, is
recoverable from the Contractor for completion of the Works, or part of the Works, by
BIAL, or in case the Works or part of the Works, is not to be completed, the loss or
damage suffered by BIAL. In determining the amount, credit shall be given to the
Contractor for the value of the useful work executed by it, up to the time of
termination, the value of the Contractor‟s materials taken over and incorporated in
the work, and use of the tools and machinery belonging to the Contractor.
Page 73 of 101
17.
TERMINATION BY CONTRACTOR
17.1
The Contractor shall be entitled to terminate the Agreement if:
17.1.1 the Contractor does not receive the amount due within the relevant time
period, within which payment is to be made (except for deductions made by
BIAL in accordance with the terms and conditions of this Agreement); or
17.1.2 BIAL is in material breach of its obligations under this Agreement, which
breach has a material adverse effect on the Contractor and, if capable of
remedy, is not remedied within 30 (thirty) days; or
In any of these events or circumstances, the Contractor may, upon giving 30
(thirty) days' written notice to BIAL, terminate this Agreement.
17.2
After a notice of termination under Clause 16 (Termination by BIAL), or Clause 17
(Termination by Contractor), the Contractor shall promptly:
17.2.1 cease all further work, except for such work as may have been instructed by
BIAL for the protection of life or property or for the safety of the Works;
17.2.2 hand over any document, plant, material and other work, for which, the
Contractor has received payment; and
17.2.3 remove all other goods from the Project Site, except as necessary for safety,
and leave the Project Site.
17.3
After a notice of termination under Clause 17.2 has taken effect, BIAL shall promptly
pay the Contractor, any sums due under this Agreement, after making such deductions
which BIAL shall be entitled to make, till the date of termination.
18.
INDEMNITIES
The Contractor hereby indemnifies BIAL against liability in connection with:
18.1
The Contractor committing any breach or contravention of its contractual
obligations or the Applicable Laws;
18.2
Any act of commission or omission, or default on the part of the Contractor and
/ or its personnel;
18.3
Any death or illness of or injury to any person and the loss of or damage to any
property arising out of or in connection with any act or default of the
Contractor and / or its personnel; and
Page 74 of 101
18.4 Any loss or damage caused either to BIAL or to any third party due to
infringement or violation of any intellectual property right or disclosure of any
Confidential Information (as hereinafter defined).
18.2
Limit of Liability
BIAL and the Contractor mutually waive all rights against each other for consequential
and indirect damages of every kind resulting from the performance or nonperformance of this Agreement, or related in any way to the Project. Consequential
damages include, by way of example and not limitation, damages resulting from loss
of use, profit, financing, future business, rent and reputation; hold over costs; and
other speculative damages not directly caused by the negligence or breach of contract
by BIAL, the Contractor or any party for whose conduct either Party is legally
responsible.
19.
FORCE MAJEURE
19.1
Clause 19 shall apply if the performance by any Party (the “Affected Party”) of its
obligations under the Agreement is prevented, hindered or delayed in whole or in
part, by reason of Force Majeure.
19.2
Provided it complies with Clause 19.3, no Party shall be liable for any failure to
comply, or delay in complying, with any obligation under or pursuant to this
Agreement, and it shall not be required to perform its obligations to the extent that,
the performance by such Party of its obligations under the Agreement is prevented,
hindered, impeded or delayed in whole or in part, by reason of Force Majeure.
19.3
As soon as reasonably practicable, but not more than 72 (seventy-two) hours, following
the date of commencement of any event of Force Majeure, if any Party desires to
invoke such event of Force Majeure as a cause for delay or failure in the performance
of any obligation hereunder, it shall notify the other Party in writing, of such date and
the nature and expected duration of such event of Force Majeure. Within a
reasonable time following the date of such notice of such event of Force Majeure, the
Party having invoked such event of Force Majeure as a cause for such delay, shall
submit to the other Party, sufficient proof of the nature of such delay or failure and
its anticipated effect upon the time for performance.
19.4
The Affected Party shall take all reasonable steps to prevent, reduce to a minimum
and mitigate the effect of the event of Force Majeure, and take all reasonable steps to
resume performance of its obligations immediately upon expiry of the event of Force
Majeure.
19.5
If any event of Force Majeure continues beyond a period of 3 (three) months during
the Term, any of the Parties hereto, shall have the right to terminate this Agreement.
Page 75 of 101
20.
AMENDMENT
No amendment or modification to the Agreement shall be valid and effective, unless
agreed to by all the Parties hereto and evidenced in writing. Any modification or
amendment to this Agreement, must be in writing and be signed by the duly
authorized representative(s) of each of the Parties.
21.
WAIVER AND ASSIGNMENT
21.1
The rights, which each of the Parties have under this Agreement, shall not be
prejudiced or restricted by any indulgence or forbearance extended to another Party.
No waiver by any Party in respect of a breach shall operate as a waiver in respect of
any subsequent breach.
21.2
The Contractor shall, without BIAL‟s prior written consent, transfer, assign its rights
and obligations under the Agreement or grant any form of security over any of its
obligations or rights under this Agreement.
22.
GOVERNING LAW
The Agreement shall be governed by and construed according to the laws of India.
23.
COSTS
Each Party shall be solely responsible for its own legal, accounting, consulting and
other professional fees and expenses incurred in connection with the negotiation and
preparation of all agreements and documents required for implementing the terms
herein.
24.
NOTICE
Any notice, demand, complaint, request or other submission under the Agreement
shall be in writing, and shall be given by personal delivery to the persons designated
below, or by Indian Post, Certified, return receipt requested, with copies mailed as
indicated.
For BIAL:
Bangalore International Airport Limited
Administration Block
Kempegowda International Airport, Bengaluru
Devanahalli
Bengaluru 560 300
India
Attn: [Insert name]
Page 76 of 101
For the Contractor:
[Insert name of the representative and Contractor’s address]
25.
NO PARTNERSHIP
Nothing contained in the Agreement shall be construed or interpreted as constituting a
partnership between the Parties. No Party shall have any authority to bind the others
in any manner whatsoever. The Agreement shall be construed to have been entered
on a principal to principal basis.
26.
SURVIVAL
The Parties hereby agree that, Clause 14 (Liquidated Damages), Clause 15
(Rectification of Defects), Clause 20 (Indemnities), Clause 22 (confidential information
and disclosure) shall survive the termination of this Agreement. Termination of this
Agreement (i) shall not relieve BIAL or the Contractor of any obligations already
incurred hereunder which expressly or by implication survives termination hereof, and
(ii) except as otherwise provided in any provision of this Agreement expressly limiting
the liability of either Party, shall not relieve either Party of any obligations or
liabilities for loss or damage to the other Party arising out of or caused by acts or
omissions of such Party prior to the effectiveness of such termination or arising out of
such termination.
27.
SEVERABILITY
If for any reason whatsoever, any provision of the Agreement is or becomes invalid,
illegal, or unenforceable, or is declared by any Court of competent jurisdiction, or any
other instrumentality to be invalid, illegal or unenforceable, the validity, legality or
enforceability of the remaining provisions shall not be affected in any manner, and the
Parties shall negotiate in good faith with a view to agreeing upon one or more
provisions, which may be substituted for such invalid, unenforceable or illegal
provisions, as nearly as is practicable.
28.
EXCLUSION OF IMPLIED WARRANTIES, ETC.
The Agreement expressly excludes any warranty, condition or other undertaking
implied at law, or by custom, or otherwise, arising out of any other agreement
between the Parties or any representation by any Party not contained in a binding
legal agreement executed by the Parties.
Page 77 of 101
29.
ENTIRE AGREEMENT
The Agreement and the Schedules attached hereto constitute the entire agreement
between the Parties and supersedes all prior negotiations, commitments,
representations, communications and agreements relating to the Agreement either
oral or in writing, except to the extent, they are expressly incorporated herein.
30.
COUNTERPARTS
The Agreement may be executed in two (2) counterparts, each of which, when
executed and delivered, shall constitute an original of this Agreement, but, shall
together constitute one and only this Agreement.
31.
PERFORMANCE SECURITY
The Contractor shall furnish an irrevocable Performance Bank Guarantee („PBG‟) to
the extent of 10% (Ten percent) of the Contract Price, not later than seven (7) working
days from the award of Tender. If PBG is not submitted within the stipulated period,
an amount @ 10% (ten percent) from the first bills payable to the Contractor would be
withheld. If the Contractor fails to extend the validity of PBG, the same can be
realized / encashed by BIAL. PBG shall be issued by a bank pre-approved by BIAL, and
BIAL will give the format of the PBG. The Contractor shall keep PBG in force beyond
three (3) months from the expiry of the applicable Defects Liability Period, by
extending the same from time to time, whether or not the Contractor receives a
reminder for the same from BIAL, failing which BIAL, without any limitation and
without prior notice, shall have the right to realize PBG.
32.
REPRESENTATION AND WARRANTIES
32.1
Organization and Qualification: Contractor is a duly organized and validly existing
entity under the laws of India. Contractor has all necessary power and authority to
carry on its business as presently conducted and to enter into and perform its
obligations under this Contract.
32.2
Authorization, approvals, no defaults: The execution, delivery and performance of this
Contract by Contractor (1) has been duly authorized to enter and execute this
Contract, (2) to the best of Contractor‟s knowledge will not conflict with any
provisions of applicable Law, and (3) will not conflict with any legal or contractual
obligation to which it is a party.
32.3
Enforceability: This Agreement constitutes the legal, valid and binding obligation of
Contractor in accordance with its terms and condition and is enforceable.
32.4
Legal proceedings: There is no action, suit or proceeding, at law or in equity, or
official investigation by or before any governmental authority, arbitral tribunal or any
other body pending or, to the knowledge of Contractor threatened, against or
Page 78 of 101
affecting Contractor, rights or assets, which could reasonably be expected to result in
a material adverse effect on Contractor‟s ability to perform its obligations under this
Contract or on the validity or enforceability of this Contract.
32.5
Site Inspection: Contractor or Contractor‟s agents or representatives have visited,
inspected, familiar with and satisfied with the Site, its physical condition, roads,
access rights, utilities, topographical conditions, except for unusual or unknown
surface or subsurface conditions, or unusual or unknown conditions, and have
performed all reasonable investigations necessary to determine that the Site is
suitable for the construction /modification and installation, and are familiar with the
local and other conditions which may be material to Contractor‟s performance of its
obligations under this Contract (including, but not limited to transportation, seasons
and climates, access, the handling and storage of materials and fuel and availability
and quality of labour and materials).
32.6
Plans and Drawing: The Contractor is fully evaluated, verified the plans and drawing
pertaining to the execution of Scope of work and has fully satisfied with the same.
Warranties relating to the Works: the contractor warrants and represents that:
a)
the Works are executed in accordance with Best Industry Practices;
b)
the works are execute in accordance with the Contract, for the Contract Price,
and by the Time for Completion and that it will furnish all parts of the Works
and all materials and services necessary to make the Works fully and
operationally complete as specified in the Contract; and
c)
the completed Works are fit for such purposes for which Works are intended as
are specified in the Schedule of Specification.
32.7
32.8
Approvals: Contractor has obtained and is in compliance with all Governmental
Authorizations that Contractor is required to obtain hereunder and for the valid
execution, delivery and performance by Contractor of this Contract, and all such legal
entitlements are in full force and effect.
33.
CHANGE OF CONTROL
33.1
Change of Control of the Contractor or any business division of the Contractor relating
to the execution of the Works or otherwise, shall constitute an assignment of the
Agreement and would therefore, require the prior written approval of BIAL.
33.2
"Change of Control" for the purposes of Clause 33 means, any agreement, resolution or
transaction, or series of agreements, resolutions or transactions, to:
33.2.1 transfer or issue by sale, subscription, or any other disposition of more than
50% (fifty percent) of the corporate shares or assets of the Contractor, or of
any parent corporation of the Contractor, so as to result in any change from
that existing as of the date of execution of this Agreement; or
Page 79 of 101
33.2.2 result in the change of management or change in the right to appoint the
majority of the Directors of the Contractor from that existing, as of the date of
execution of this Agreement; to a Person (other than an Affiliate of the
Contractor).
For the purposes of Clause 33, an „Affiliate‟ shall mean, with respect to the
Contractor, any entity which, Controls, is Controlled by or is under the common
Control with the Contractor. Such entity shall be deemed to be an Affiliate only so
long as such Control exists.
„Controls‟, „Controlled by‟ or „under common Control with‟ shall mean, the direct or
indirect ownership of more than 50% (fifty percent) of the equity shares of such an
entity and the power to direct the management of such an entity. „Person‟ shall mean,
any individual, partnership, unincorporated association, corporation or business entity.
Page 80 of 101
Schedule - A
Schedule of Payment
Contract Price
Sl. No.
Description
1
Construction of proposed BIAL outdoor sports
complex
Total Amount
Rs
In words (Rupees
)
Payment shall be as per the conditions below:
1. Each bill should be supported with measurement sheet and quality checklist duly
signed by BIAL representative/Engineer in-Charge.
2. Each bill should not be less than INR 10.00 Lakhs against the works completed
towards each BOQ line item at site as a whole.
3. No part measurement against to the individual BOQ line item are acceptable.
Page 81 of 101
SCHEDULE B
FORM OF PERFORMANCE BANK GUARANTEE
Performance Guarantee No:
To,
Bangalore International Airport Limited,
Administration Block,
Kempegowda International Airport, Bengaluru
Bengaluru560 300
Dear Sirs,
Performance Guarantee No:
Amount of Guarantee: [Guarantee Amount]
Last Date of lodgement of claims: [Claim Expiry Date]
Whereas, ------ (the „Contractor ‟), has received from Bangalore International Airport
Limited (“BIAL”), an order for the performance of certain works for a total value of Rs.
[Please insert] upon the terms set-out in the Housekeeping and Conservancy Contract,
between BIAL and the Contractor (the „Contract‟).
In consideration for BIAL entering into the Contract, and at the request of the
Contractor , we, [Insert Bank’s name], hereby establish this performance guarantee and
unconditionally undertake to pay to BIAL in India on demand (given in the manner
described below) the amount claimed by BIAL up to a maximum aggregate amount of
[10% (ten percent) of the Contract Price] and whereas, as per the terms of the Contract,
the Contractor is required to furnish in favour of BIAL an irrevocable and unconditional
guarantee from a scheduled commercial bank in India for proper performance of its
obligations under the Contract, which amounts to [10% (ten percent) of the Contract
Price] [Guarantee Amount] (hereinafter referred to as “Guarantee (d) Amount”).
We, [Insert Bank’s name], [Insert Bank Address] (hereinafter referred to as “Bank /
Guarantor", which term shall mean and include, unless to repugnant to the context or
meaning thereof, its successors and permitted assigns) do hereby unconditionally
undertake to pay BIAL, without any reservation or protest, immediately upon first
written demand, on or before [Claim Expiry Date], an amount or amounts (by way of one
or more claims) not exceeding [Guarantee Amount] against any loss or damage caused to
or suffered or would be caused or suffered by BIAL by reason of non-fulfilment of any of
the Contractor ‟s obligations to BIAL.
We also guarantee to pay the amount of bills or / and the claims as determined by you
against the Contractor, in the event of such bills or / and the claims remains unpaid for
any reason whatsoever, subject, however, that our liability under this guarantee shall
be restricted to an amount not exceeding [Guarantee Amount] and written demand /
Page 82 of 101
claim, if any, should be made at our counters on or before [Claim Expiry Date].
We hereby guarantee, indemnify and undertake to pay the Guaranteed Amount or
amounts due and determined by BIAL on the first demand without demur and
notwithstanding any dispute by (the Contractor‟s name and address).
BIAL shall have the fullest liberty without affecting in any way the liability of the Bank
under this Guarantee, during its currency, from time to time, to vary any of the terms
and conditions of the Contract, or to extend time of performance by the said Contractor
, or to postpone for any time, and from time to time, any of the powers exercisable by
it against the said Contractor , and either to enforce or forbear from enforcing any of
the terms and conditions governing the said permission for rendering service, or
securities available to BIAL, and the said Bank shall not be released from its liability
under these presents by any exercise by BIAL of any liberty with reference to the
matters aforesaid by reason of time being given to the said Contractor any other
forbearance, act or omission on the part of BIAL, or any indulgence by BIAL to the said
Contractor , or any other matter or thing whatsoever, which under the law relating to
sureties would, but for this provision, have the effect of so releasing the Bank from such
liability.
It shall not be necessary for BIAL to proceed against the Contractor before proceeding
against the Bank, and the Guarantee herein contained, shall be enforceable against the
Bank, notwithstanding any security, which BIAL may have obtained from the Contractor
at the time when proceedings are taken against the Bank hereunder and are outstanding
or unrealized.
We, the Bank, lastly undertake not to revoke this Guarantee during its currency, except
with the previous written consent of BIAL, and agree that, any change in the
constitution of the said Contractor or the said Bank shall not discharge our liability
hereunder. If any further extension of this Guarantee is required, the same may be
extended to such required periods, at our sole discretion, on receiving instructions from
(the Contractor ‟s Name and address) on whose behalf this Guarantee is issued.
All disputes in the matter will be settled in the Court of competent jurisdiction of
Bangalore, India.
Notwithstanding anything contained herein:
a)
b)
c)
Our liability under this Guarantee is limited to a maximum of [Guarantee
Amount]; and
The Guarantee is valid and will be in force up to [Expiry Date]and we are liable
to pay any part of Guarantee Amount, if and only if, the claim is lodged latest by
[Claim Expiry Date]; and
We will be discharged from all our liabilities under this Guarantee unless any
written claim under Guarantee is lodged by [Claim Expiry Date]
Page 83 of 101
Our liability pursuant to this Guarantee is conditional upon the receipt of a valid and
duly executed written claim, in original, by [Insert Bank’s name & Address], delivered
by hand, courier or registered post, prior to close of banking business hours on [Claim
Expiry Date], failing which all rights under this guarantee shall be forfeited and [Insert
Bank’s name], Bangalore shall stand absolutely and unequivocally discharged of all of its
obligations hereunder.
This Guarantee shall be governed by and construed in
accordance with the laws of India and competent courts in the city of Bangalore shall
have exclusive jurisdiction.
All claims under this guarantee will be made payable at [Insert Bank’s name & Address].
For and on behalf of (the Bank)
Signature
Name & Designation
__________________________________
Authorisation No.___________________
Name & Place ______________________
Bank Seal _________________________
The above guarantee is accepted by the
Dated at ______________ on ____________
Page 84 of 101
PART III
SCOPE
1. Scope of Works
a. Development of total area of appx. 7800 sqm including sports court, construction
of toilet blocks, canteen etc.,
b. Access restricted barricade with signage hoardings to the site during the
construction.
c. Enabling work such as re-routing and connecting of existing services,
d. Co-ordination with the respective agencies, etc. involved in Project.
e. To ensure the works during the monsoon and rains are protected always and any
damage caused due the same are to be borne by the bidder.
f. Facilitate inspection, testing and approval commissioning by client.
g. Perform specific Quality Control and Quality Assurance tests of the works involved
using external laboratories as per the specifications and furnish the test reports
and records.
h. Reinstatement of the works after the completion of construction.
i. Document and Prepare As-built drawings and necessary documents.
2.
Deliverables
a. Execute proposed “Construction of proposed BIAL outdoor sports complex”
b. As-built drawings including the necessary documents
c. Completion Report, inclusive of QA, QC test reports, Raw material Test reports,
guarantee, warranty certificates etc
3.
PROJECT LOCATION & LAYOUT
LOCATION: The Proposed “Construction of proposed BIAL outdoor sports complex”
is located between Main access road and Secondary access road. The access to the
location is from Secondary access road and is about 900mts from MPSS towards east.
Page 85 of 101
LAYOUT: The Proposed “Construction of proposed BIAL outdoor sports complex” is consist
of Sports court with external paved path, Toilet block, Canteen, Admin block
SCHEMATIC VIEW:
Page 86 of 101
4.
List of GFC Drawings.
DRAWING LIST
SL No.
DRAWING NO
TITLE
ARECHITECTURAL AND STRUCTURAL WORKING DRAWING (SET -01)
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
WD-01
WD-02
WD-03
WD-04
WD-05
WD-06
WD-08
WD-09
WD-10
WD-11
WD-12
WD-13
WD-14
WD-15
WD-17
WD-18
WD-19
WD-20
SITE PLAN
SETTING OUT PLAN
TOILET- CENTRE LINE PLAN
TOILET PLINTH DETAILS
TOILET FLOOR PLAN
TOILET ROOF PLAN
TOILET FLOORING LAYOUT
TOILET SECTIONS
TOILET ELEVATIONS : NORTH & WEST
TOILET ELEVATIONS : SOUTH & EAST
CANTEEN- CENTRE LINE PLAN
CANTEEN -PLINTH DETAILS
CANTEEN- FLOOR PLAN
CANTEEN-ROOF PLAN
CANTEEN-FLOORING LAYOUT
CANTEEN-SECTIONS
CANTEEN-ELEVATIONS : SOUTH & EAST
CANTEEN-ELEVATIONS : NORTH & WEST
DETAIL DRAWING (SET -02)
19
20
21
22
23
WD-DET-01
WD-DET-02
WD-DET-03
WD-DET-04
WD-DET-05
DOORS
WINDOWS
MS GRILL DETAIL
MS RAILING DETAIL
TYPICAL DETAILS
STRUCTURAL DRAWING
24
WD-ST-01
PEDESTAL AND FOOTINGS
PLUMBING DRAWING
25
26
27
28
29
30
WD
WD
WD
WD
WD
WD
-
PHE-01
PHE-02
PHE-03
PHE-04
PHE-05
PHE-06
SITE PLAN
SCHEMATIC WATER SUPPLY LAYOUT
CANTEEN - WATER SUPPLY LAYOUT
CANTEEN - DRAINAGE LAYOUT
TOILET - DRAINAGE LAYOUT
TOILET - WATER SUPPLY LAYOUT
ELECTRICAL DRAWING
31
32
33
34
35
WD-EL-01
WD-EL-02
WD-EL-03
WD-EL-04
WD-EL-05
ELECTRICAL LAYOUT - SITE PLAN
ELECTRICAL LAYOUT - CANTEEN
ELECTRICAL LAYOUT - TOILETS
SINGLE LINE DIAGRAM FOR DISTRIBUTION BOARD
STANDARD ELECTRICAL DETAILS
Page 87 of 101
Annexure F
Priced BOQ
(PRICED BOQ WILL BE INSERTED LATER)
List of Approved Makes:
CIVIL & INTERIORS
S.NO.
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
MDF/HDF
Particle Board
Laminate
Post-forming Laminate
Veneer
Edge Banding
Hot melt Glue
Adhesive
Floor Spring/Door closer
Bearing Hinges
Mortise Handle
Dead Lock
Mortise lock cylinder
Floor Mounted Door Stopper
Concealed Tower bolt
19
20
21
22
Toilet door Indicator Bolt/Latch
Multi-Purpose Lock
Cabin Hinges(Auto Closing)
Cabinet Handles
Brand, Make, Model
MWP,UNIPLY, ARCHID, Century
WALNUT
MWP, UNIPLY, Greenply, Kitply
Imported Nuwood, Duratuff, celotex or
equivalent
3 Layer imported merino, Nepal Board, URO
Merino, Greenlam, Formica, Sundek
Merino, Greenlam,
Merino, Greenlam, Euro
Rehau, Delking
Rehau/Jawalt or equivalent
Pidilite, Vemicol, Fevicol, or equivalent
Dorma, Hafele,Ozone,Hettich
Union, Hafele, Hettich, dorma
Dorset, Neki, Hettich, dorma
Dorset ,Neki, ozone, Bolt.Hettich
Dorset, Hettich, Dorma
Dunex,Neki, Dorma
Union, Hettich
Dorset, Kich, Ebco, Ozone, Hettich or
equivalent
Dorset, Ebco, Godrej Hettich
Hafele,Blum,Ebco, Hettich, Krank, Earlbihari
Kich/ Hettich
23
Screws
Joinery Works
Hardware fittings
Vitrified Tile
Silicon Sealant
Frosted film
Fabric
Fiber Glass wool
Oil based Distemper
Vinyl/Anti Static Vinyl Flooring
Lock for Cabinet, pigeon Hole
Nettleflold, GI screws
SS Star Head Screws
Kajaria, Naveen, Bell, Granito
Dow corning
3M,
Response, Drapes avenue, Colourays
UPTwiga, Rockwool, Kimco
Asian, Berger
Tusker, Armstrong, LG
Doorset or equivalent
24
25
26
27
28
29
30
31
Description
Commercial Ply
Timber
Marine Plywood
Page 88 of 101
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
49
Lock for Doors
Anti-Termite Paint
Melamine Polish
Textured Paint
Automotive Paint
Acrylic emulsion Paint
Synthetic Enamel
Glass & Mirror
Toughened Glass
Grid False Ceiling
Gypsum
Flush Door
White Board/Ceramic Writing Board
Water Proofing
Grey Cement
Steel
White Cement
Aluminium Section
Ozone, Bolt or equivalent
Wiid care, Wood Guard
MRF, Light house, Sheenlac
Spectrum, Heritage
Duco, ICI
ICI Dulux, Asian, Berger, Nerolac
ICI Dulux, Asian, Berger,
Saint Gobain,
Zenith , Swastik Toughened Glass
Armstrong ,
India Gypsum, Elephant or equivalent
Sanstik, Duro, Kitply
Alkon, Alkosign, Altop
Dr. Fixit, Roff, Tapacrete
ACC, Ultratech, L&T, Birla, Coramandal
TATA, Jindal, Sail
Birla White, JK White
Hindalco, Jindal or eqivelent
PLUMBING
No
ITEM
MODEL
MODEL DESCRIPTION
MAKE
1
EUROPEAN WATER CLOSET
VGS-WHT-0118
Wall Mounted
2
WC FLUSH VALVE
CIS-CHR-31181910X +
CIB-WHT-31801011X
3
WC HEALTH FAUCET WITH
FLEXIBLE HOSE
ALD-BLK-583 &
4
URINAL wall hung
URS-WHT-0702
5
WASH BASIN OVAL
CNS-WHT-WB03
6
WASH BASIN RECTAGLE
CNS-WHT-WB01
7
WASTE COUPLING
ALD-709
8
STOP COCK-WASH BASINS
CON-053KN
9
FAUCET/TAP
CON-011KN
10
BOTTLE TRAP - WASH BASINS
ALD-769
Bottle Trap (with Internal
Partition)
JAQUAR
CON-273KNUPR
Wall Mixer with Provision
For Overhead Shower with
115mm Long Bend Pipe On
Upper Side, Connecting
Legs & Wall Flanges
JAQUAR
A.
11
WALL MIXER
JAQUAR
JAQUAR
Hand
Shower
(Health
Faucet) (ABS Body) with 1
Meter Long PVC Tube &
Wall Hook
Wall
Hung
Urinal
260w x 345d x 690h
Under Counter Basin Oval
Size (mm) 195 x 600 x 425
Rectangular
under
counter wash basin 160 x
490 x 375
Waste coupling 32mm Size
Half Thread with 80mm
height
Waste coupling 32mm Size
Half Thread with 80mm
height
JAQUAR
JAQUAR
JAQUAR
JAQUAR
JAQUAR
JAQUAR
JAQUAR
Page 89 of 101
12
SHOWER ARM
SHA-477
13
OVER HEAD SHOWER
OHS-1995
14
15
16
17
18
19
20
21
EXTERNAL DRAINAGE PIPE
INTERNAL DRAINAGE PIPE
WATER SUPPLY PIPE
INERNAL AND EXTERNAL
UPVC FITTINGS ( Fabricated)
CHAMBER COVER
LEVEL CONTROLLERS
BALL VALVES
NON RETURN VALVE / CHECK
VALVES
PVC PIPE
PVC PIPE
CPVC PIPES
23
AIR RELEASING VALVES
JAIN
24
WATER METER
ACTARIS
25
PUMP
GRUNDFOS
26
AUTO COUPLING
SS MAKE
22
27
28
PVC ENCAPSULATED STEPS /
RUNGS
SEWAGE PUMP
Shower
Arm
Casted
190mm Long Light Body
Round Shape For Wall
Mounted Showers with
Flange
Overhead Shower ø80mm
Round Shape Multi Flow
(ABS Body Chrome Plated
With Gray Face Plate)
With
Rubit
Cleaning
System
ASHIRWAD , SUPREME
ASHIRWAD , SUPREME
ASHIRWAD , SUPREME
JAQUAR
JAQUAR
CLARION
NECO/ EQUI
ZOLOTO / KITZ
ZOLOTO / KITZ
ZOLOTO / KITZ
SEG.40.12.2.50B ( 1.5 HP)
SFRC
GRUNDFOS
ELECTRICAL
SL.
NO.
DESCRIPTION OF ITEM
1
2
3
4
Miniature Circuit Breaker (MCB)
Earth Leakage Circuit Breaker (EL-MCB)
Factory built MCB Distribution Boards
Wiring Accessories/switches/sockets
5
PVC Conduit & accessories (ISI)
6
7
8
9
10
Copper Conductor armoured cables upto 1100
Volt (PVC/SWA - FSA/PVC and XLPE/SWA FSA/PVC Cables)
Aluminium Conductor armoured cables upto
1100 Volt (PVC/SWA - FSA/PVC and
XLPE/SWA - FSA/PVC Cables)
Brass Cable glands
Cable lugs
Lighting fixtures
MAKES
Legrand / Schneider/ABB
Legrand / Schneider / ABB
Legrand / Schneider /ABB
Finolex/Anchor /Havells
National Pipe
Products/universal
Universal /Polycab
Universal /Polycab
Dowells
Dowells
Philips, Wipro, HPL
Page 90 of 101
Schedule of Finishes
Civil works – Finishes schedule
No
ITEM
CODE
ITEM
DESCRIPTION
MODEL
MODEL
DESCRIPTION
MAKE
-
Door & Shutter
SIGNUM
-
wall mounted granite
counter BROWN
SPARKLE GRANITE 20mm Thick FINISH:
POLISHED
GRANITE
JO - JOINERY
1
2
D1,D2
TL06
ACCESS
DOOR
COUNTER
TOP
Door & Shutter
Supplying,
installing
granite
counter top for wash basin as
shown in the drawings with all
necessary supporting structure
with
the
necessary
cutouts/penetrations
for
washbasins, soap dispenser etc
SF - SIGNAGE FITTINGS
3
SF200
SIGNAGE
4
SF201
SIGNAGE
Providing and fixing the Signage
in position on the Janitor Closet
Door as recommended by the
manufacturer all complete as per
specifications and as directed by
the EIC.
Providing and fixing the Signage
in position on the Disabled toilet
Door as recommended by the
manufacturer all complete as per
specifications and as directed by
the EIC.
MT - METAL WORK
5
MT06
6
SS 'L' trim
Supply & Installation of Metals as
per the specification
ALUMINUM
'L' CORNER
TRIM
Supply & Installation of Metals as
per the specification
SS “C” channel 304
grade. Floor drop
VERTICAL CORNER
TRIM FOR TILE
JUNCTION TO BE
PAINTED TO MATCH
THE TILE COLOUR
JINDAL/Equivalent
JINDAL/Equivalent
PA - PAINTING
7
8
External
PAINT
TYPICAL
Internal
PAINT
TYPICAL
WHITE,
IVORY
Surface Preparation of Ceiling as
per the standards and supply &
painting of the ceiling as per the
colour indicated
BERGER
RAL:
9010
WHITE
DULUX ENVIRO 2
LOW SHEEN
-
Floor mounted - Solid
compact laminate
toilet cubicles with
necessary hardware
-
wall mounted granite
urinal cubicle partition.
400mx900mm , corner
curve radius 150 mm
BROWN SPARKLE
GRANITE - 20mm
Thick FINISH:
POLISHED
PT - PARTITIONS
9
10
PT01
PT02
TOILET
CUBICLES
URINAL
PARTITIONS
Supplying,
installing,
WC
cubicles as per the specification
,mounted on the floor with all the
accessories such as doors,
hinges, lock with indicators, coat
hooks etc. with the details as
mentioned in the drawings all
complete
Supplying, installing, granite
urinal partitions on to the wall
with the accessories in alignment
with the wall cladding with the
details as mentioned in the
drawings all complete
MERINO BESCO Titan Series
Page 91 of 101
TL - TILING - NATURAL & VITRIFIED
11
TL10
ANTI SKID
VITRIFIED
FLOOR TILES
12
TL12
VITRIFIED
WALL TILES
13
TL12A
SKIRTING
14
GR-1
PAVER
STONE
16
GR-3
GRANITE
COPING
Supplying & Installation of
vitrified tile of specified quality
and as per approved Samples
and pattern with necessary trims
as mentioned in the drawings
over a leveling mortar and
adhesive as per Manufacturer‟s
Specification of average total
thickness 30 mm, as per
drawings and specifications,
inclusive of all tools and tackles
and protecting the finished
surface with EPE Foam Sheet
and 12 mm thick commercial
plywood, etc. complete. The
Quoted rates shall also be
inclusive of impregnation on all
six surfaces and the Joints filled
as per the Specification
Supplying & Installation of glazed
vitrified tile for wall cladding as
per the specifications with
adhesives. Complete as detailed
in
the
specification
and
protecting the same with EPE
foam sheet.
Supplying & Installation of with
average 20 mm thick granite
cove tile in the specified curved
profile matching the material and
finish of the wall cladding for
skirting as per the specifications
with adhesives and required
clamps, etc. complete as detailed
in
the
specification
and
protecting the same with EPE
foam sheet.
Supplying & Installation of with
average 20 mm thick granite
cove tile in the specified curved
profile matching the material and
finish of the wall cladding for
skirting as per the specifications
with adhesives and required
clamps, etc. complete as detailed
in
the
specification
and
protecting the same with EPE
foam sheet.
Granite for Steps and coping if
any
DESERT NOCE:
600X600
Kajaria
LAPPATO CREMA:
600X600
Kajaria
DESERT NOCE:
`
LAVENDER BLUE
`
SADHARAHALLI
`
Page 92 of 101
Schedule G
Construction Schedule & Mile Stone
Please note that the bidders shall asses on their own, all the required Mile Stone and Work
breakdown Structure (WBS) for completing the individual mile stone and submit their proposed
construction schedule along with this proposal.
(CONSTRUCTION SCHEDULE & MILE STONE WILL BE INSERTED LATER)
Page 93 of 101
Annexure H
Plans and drawing
Please find the drawings in the attachment “Annexure – H”
(PLANS AND DRAWING WILL BE INSERTED LATER)
Page 94 of 101
Annexure I
CHECK LIST OF DOCUMENTS / DETAILS REQUIRED FOR ISSUE OF FORM-V
1)
2)
3)
Purchase Order copy
Contract Agreement copy
Request letter by the Agency for issue of Form-V, enclosing the following documents :
a) Registration certificate of establishment under appropriate authority (Shops Act /
Factories Act/ Companies Act.) as the case may be.
b) PF Registration certificate of the Agency.
c) Registration certificate under ESIC scheme or copy of Workmen Compensation
Policy insuring the proposed labours, by the Agency.
d) Profession Tax registration certificate of the Agency.
e) Declaration letter by Agency giving status of any cases with any Labour Department
/ Court, PF Department, ESIC Department and any Court of Law or with any
Government Authorities in India.
f) Declaration letter by Agency stating prohibition of child labour deployment.
g) Name, Designation, email ID, Postal Address and Contact Number of
MD/Proprietor, Contract In charge and officer taking care of labour statutory
matters for any correspondence.
Page 95 of 101
Annexure J
Labour Law Compliance
1.
Labor License:
If the contractor is deploying 20 & more workers on any day for the execution of
contract at Airport, such Contractor has to apply for Labor License for the required
number of employee to the Assistant Labor Commissioner (Central), Bangalore and
submit acknowledgement copy to BIAL before start of the awarded contract work.
2.
Compliance under Building & Construction Workers Welfare Act:
If the contractor is deploying 10 & more workers on any day for the execution of any
construction related / civil contract work at Airport,
The contractor has to register under the BOCWW Act with the Central Labour Dept.
The contractor has to enroll the workers as beneficiaries with State Labour Dept., and
get them beneficiary cards. The contractor has to pay 1% of cess on the entire
construction to the BOCCWW Board.
3.
ESIC – The Contractor‟s labor should be covered under ESIC from day one.
4.
EPFO – The Contractor‟s labor should be covered under the EPFO scheme from day
one.
5.
Minimum Wages:
The Contractor should comply with the minimum wages as notified by the Central
Labor Department from time to time (to be revised in every April & October).
6.
Payment of Wages:
Payment of wages to labours should be made on or before 7th of every month in the
presence of BIAL‟s representative who shall witness and certify the same.
7.
Statutory Bonus/ Gratuity – The Contractor shall pay bonus as well gratuity to eligible
employees as per the Act.
8.
Equal Remuneration for male and female workers doing the same/similar work.
9.
Prohibition of child labour - The Contractor should not employ any workers below the
age of 18 years.
10.
The Contractor should issue employment card/appointment letter to all workmen.
11.
Registers / Records:
The Contractor should maintain attendance register, wages register, register of
workmen, advance register, fines register, over time register, leave register, Form-D,
etc., in the formats as prescribed by Central Labor Department.
Page 96 of 101
12.
The Contractor should display all applicable labor abstracts and notices as required
Central Labor compliance.
13.
Over Time wages should be paid on gross wages for labors who have put in more than
9 hours in a day or 48 hours in a week at double the rate (not exceeding 50 hours in a
quarter).
14.
Weekly Holiday – 1 full day with wages for every six days worked.
15.
Leave with wages – 15 days per annum.
16.
National and Festival Holidays – 10 days per annum (submit list of holidays during the
start of the term).
17.
Working hours should not exceed 9 hours in a shift (including spread hour/break).
18.
Extend adequate welfare and safety measures for workers as required under the
Contract Labour Act. (BIAL has built a full-fledged Canteen facility for the benefit of
Contract Agencies to extend canteen provision to their Workers inside the premises of
Airport. Contract Agencies are requested to make use of it).
19.
The Contractor should submit records & details to BIAL for any internal audits as and
when called for.
20.
If the Contractor is having his corporate office / head office in other state and having
an employer PF Code other than Karnataka, then he has to apply and obtain a PF-Sub
Code from the Regional PF Commissioner-I, Bangalore for Karnataka operation.
21.
The contractor should employ adequate number of Supervisors at site to control and
supervise the workers deployed for execution of the contract work as per the contract
scope agreed with BIAL.
22.
The contractor should observe and comply with all the guidelines and provisions of
state and central labour departments with respect to the employment of women.
23.
The contractor should comply, remit all statutory deductions made from the works
together with his contribution to the respective authorities within the stipulated
timelines and furnish a copy of the same along with the Invoice to BIAL.
24.
Apart from the compliance guidelines mentioned herein, the contractor shall observe,
and comply with all labour laws applicable to the execution of contract work so
awarded by BIAL & indemnify BIAL against any notices, charges, penalties and
liabilities.
25.
Form-V – If the contractor is deploying 20 and more workers, he has to obtain labour
license from central labour Department. In such case, the Contractor shall submit a
Page 97 of 101
written request to BIAL for issue of Form-V, to obtain labour license, along with the
following documents :
1 Purchase Order copy along with cost sheet.
2 Contract Agreement copy
3 Request letter by the Agency for issue of Form-V, enclosing the following documents: :
a) Registration certificate of establishment under appropriate authority (Shops
Act / Factories Act/ Companies Act.) as the case may be.
b) PF Registration certificate of the Agency.
c) Registration certificate under ESIC scheme or copy of Workmen Compensation
Policy insuring the proposed labours, by the Agency.
d) Workmen/Employees Compensation Insurance Policy copy for having covered
all the labours to be deployed for execution of contract at BIAL premises.
e) Profession Tax registration certificate of the Agency.
4) Declaration letter by Agency giving status of any cases with any Labour Department
/ Court, PF Department, ESIC Department and any Court of Law or with any
Government Authorities in India.
5) Declaration letter by Agency stating prohibition of child labour deployment.
6) Declaration letter by Agency giving details of any workers Trade Union exist in the
organization.
7) Name, Designation, email ID, Postal Address and Contact Number of MD/Proprietor
and Site In charge
8) Name, Designation, email ID, Postal Address and Contact Number of the official
who handles labour/ HR statutory compliances.
9) If the Agency to whom the contract is awarded is engaging another Agency (subcontractor) for any of the services, following documents shall be submitted :
a) Approval letter from BIAL for engaging sub-contractor.
b) Agreement / work order executed between the contractor & sub-contractor.
c) Documents mentioned in serial number 3 to 8 above, pertaining to subcontractor.
d) Details of workers to be deployed for the execution of contract work at BIAL
site (to be emailed in the attached data format) within 15 days of
commencement of work.
Page 98 of 101
ANNEXURE K
Safety Guidelines
1.
2.
3.
4.
5.
6.
Suitable scaffolds shall be provided for workmen for all work that cannot safely be
done from the ground or from solid construction, except such short period work as can
be done safely from ladders. When a ladder is used, an extra mazdoor/workman shall
be engaged for holding the ladder and if the ladder is used for carrying materials as
well, suitable footholds and hand-holds shall be provided on the ladder and the ladder
shall be given an inclination not steeper than 1/4 to 1 (1/4 horizontal and 1 vertical).
Scaffolding or staging more than 3.25 meters above the ground or floor, swing or
suspended from an overhead support or erected with stationary support, shall have a
guard rail properly attached, bolted, braced and otherwise secured at least 1 meter
high above the floor or platform of such scaffolding or staging and extending along the
entire length of the outside and ends thereof, with only such openings may be
necessary for the delivery of materials. Such scaffolding or staging shall be so fastened
so as to prevent it from swaying from the building or structure.
Working platform, gangways and stairways shall be so constructed that they do not sag
unduly or unequally, and if height of platform or gangway or stairway is more than
3.25 meters above ground level or floor level, it shall be closely boarded, have
adequate width and be suitably fenced, as described in Sl. No. 2 above.
Every opening in the floor of a building or in a working platform shall be provided with
suitable means to prevent fall of persons or materials by providing suitable fencing or
railing with a minimum height of 1 meter.
Safe means of access shall be provided to all working platforms and other working
places. Every ladder shall be securely fixed. No portable single ladder shall be over 9
meters in length, width between side rails in a rung ladder shall in no case, be less
than 30 cm for ladders up to and including 3 meters in length. For longer ladders, this
width shall be increased at least 6 mm for each additional 30 cm of length. Uniform
step spacing shall not exceed 30cm. Adequate precautions shall be taken to prevent
danger from electric equipment. No material on any of the sites shall be so stacked or
placed as to cause danger or inconvenience to any person or the public. The
Contractor shall provide all necessary fencing and lights to protect public from
accidents and shall be bound to bear expenses of defense of every suit action or other
proceeding at law that may be brought by any person, for injury sustained owing to
neglect of the above precautions and to pay any damages and costs which may be
awarded in any such suit, action or proceedings to any such person or which may, with
the consent of the Contractor, be paid to compromise any claim by any such person.
Excavation and Trenching: All trenches, 1.5 meters or more in depth, shall at all
times be supplied with at least one ladder for each 20 meters in length or fraction
thereof. Ladders shall be extended from bottom of trench to at least 1 meter above
surface of the ground. Sides of a trench, which is 1.5 meters or more in depth, shall be
stepped back to give suitable slope, or securely held by timber bracing, so as to avoid
the danger of sides collapsing. Excavated material shall not be placed within 1.5
meters of edge of trench or half of depth of trenches, whichever is more. Cutting shall
be done from top to bottom. Under no circumstances shall undermining or
undercutting be done.
Page 99 of 101
7.
Demolition: Before any demolition work is commenced and also during the process of
the work:
7.1
8.
All roads and open areas adjacent to the Site shall either be closed or suitably
protected.
7.2
No electric cable or apparatus, which is liable to be a source of danger over a
cable or apparatus used by operator, shall remain electrically charged.
7.3
All practical steps shall be taken to prevent danger to persons employed, from
risk of fire, explosion or flooding. No floor, roof or other part of a building shall
be so overloaded with debris or materials so as to render it unsafe.
All necessary personal safety equipment as considered adequate by BIAL shall be
available for use by the persons employed on the Site and maintained in a condition
suitable for immediate use and the Contractor shall take adequate steps to ensure
proper use of equipment by those concerned.
8.1
9.
10.
Workers employed in mixing asphaltic materials, cement and lime mortars/
concrete shall be provided with protective footwear and protective goggles.
8.2
Those engaged in handling any material, which is injurious to the eyes, should
be provided with protective goggles.
8.3
Those engaged in welding works shall be provided with welder‟s protective
eye-shields.
8.4
Stone breakers shall be provided with protective goggles and protective
clothing and seated at sufficiently safe intervals.
8.5
When workers are employed in sewers and manholes, which are in use, the
Contractor shall ensure that manhole covers are paned and manholes are
ventilated at least for an hour before workers are allowed to get into them.
Manholes so opened shall be cordoned off with suitable railing and provided
with warning, signals or boards to prevent accident to public.
8.6
The Contractor shall not employ men below the age of 18 and women on the
work of painting with products containing lead in any form. Whenever men
above the age of 18 are employed on the work of lead painting, the following
precautions shall be taken:
8.6.1 No paint containing lead or lead products shall be used except in the
form of paste or readymade paint.
8.6.2 Suitable face masks shall be supplied for use by workers when paint is
applied in the form of spray or a surface having lead paint dry rubbed
and scraped.
8.6.3 Overalls shall be supplied by the Contractor to workmen and adequate
facilities shall be provided to enable working painters to wash during
and on cessation of work.
When work is done near any place where there is risk of drowning, all necessary
equipment shall be provided and kept ready for use and all necessary steps taken for
prompt rescue of any person in danger and adequate provision made for prompt first
aid treatment of all injuries likely to be sustained during the course of the work.
Use of hoisting machines and tackle including their attachments, anchorage and
supports shall conform to the following:-
Page 100 of 101
10.1
11.
12.
13.
14.
15.
These shall be of good mechanical constructions, sound material and adequate
strength and free from patent defects and shall be kept in good repair and in
good working order.
10.2 Every rope used in hoisting or lowering materials or as a means of suspension
shall be of durable quality and adequate strength and free from patent
defects.
10.3 Every crane driver or hoisting appliance operator shall be properly qualified
and no person under the age of 21 years shall be in-charge of any hoisting
machine.
10.4 In case of every hoisting machine and of every chain ring hook, shackle swivel
and pulley block used in hoisting or lowering or as means of suspension safe
working load shall be ascertained by adequate means. Every hoisting machine
and all gear referred to above shall be plainly marked with safe working load.
In case of a hoisting machine having a variable safe working load, each safe
working load and the conditions under which it is applicable shall be clearly
indicated. No part of any machine or of any gear referred to above in this
paragraph shall be loaded beyond safe working load except for the purpose of
testing.
10.5 In case of a departmental machine, safe working load shall be notified by BIAL.
As regards Contractor‟s machines, the Contractor shall notify safe working load
of each machine to BIAL whenever the Contractor brings it to the Site and shall
get it verified by BIAL.
Motors gearing, transmission, electric wiring and other dangerous parts of hoisting
appliances shall be provided with efficient safeguards, hoisting appliances shall be
provided with such means as will reduce to the minimum risk of accidental descent of
load adequate precautions shall be taken to reduce to the minimum risk of any part of
a suspended load becoming accidentally displaced. When workers are employed on
electrical installations which are already energized, insulating mats, working apparel
such as gloves, sleeves and boots, as may be necessary shall be provided. Workers
shall not wear any rings, watches and carry keys or other materials which are good
conductor of electricity.
All scaffolds, ladders and other safety devices mentioned or described herein shall be
maintained in a safe condition and no scaffold, ladders or equipment shall be altered
or removed while it is in use. Adequate washing facilities shall be provided at or near
places of work.
These safety provisions shall be bought to the notice of all concerned by display on a
notice board at a prominent place at the work spot. Persons responsible for ensuring
compliance with the Safety Code shall be named therein by the Contractor.
To ensure effective enforcement of the rules and regulations relating to safety
precautions, arrangements made by the Contractor shall be open to inspection by BIAL
or the BIAL representative and the officers of GoI or GoK.
Notwithstanding the conditions stipulated in Sl. Nos. 1 to 14, the Contractor is not exempted
from the operation of any other Act or Rule in force.
Page 101 of 101
Download