Bid Document
Bid Document
Procurement of Works
National Competitive Bidding (NCB)
Main Retrofitting works at Bhaktapur Hospital
Government of Nepal
amounting to a minimum of NPR 1,10,00,000/- which shall be valid for 30 days beyond
the validity period of the bid.
9. If the last date of purchasing and /or submission falls on a government holiday, then the
next working day shall be considered as the last date. In such case the validity period of
the bid security shall remain the same as specified for the original last date of bid
submission.
Part I: BIDDING PROCEDURES
7
Table of Clauses
A. General ............................................................................................................................ 9
1. Scope of Bid ................................................................................................................................. 9
2. Source of Funds ........................................................................................................................... 9
3. Fraud and Corruption .................................................................................................................. 9
4.Eligible Bidders............................................................................................................................ 12
5. Eligible Materials, Equipment and Services ............................................................................... 13
B. Contents of Bidding Documents ...................................................................................... 14
6. Sections of Bidding Document ................................................................................................... 14
7. Clarification of Bidding Document, Site Visit, Pre-Bid Meeting ................................................. 14
8. Amendment of Bidding Document........................................................................................... 15
9. Cost of Bidding ........................................................................................................................... 15
10. Language of Bid ....................................................................................................................... 15
11. Documents Comprising the Bid ............................................................................................... 16
12. Letter of Bid and Schedules ..................................................................................................... 16
13. Alternative Bids....................................................................................................................... 17
14. Bid Prices and Discounts......................................................................................................... 17
15. Currency of Bid and Payment ................................................................................................ 18
16. Documents Comprising the Technical Proposal....................................................................... 18
17. Documents Establishing theQualifications ofthe Bidder........................................................ 18
18. Period of Validity of Bids ......................................................................................................... 18
19. Bid Security ............................................................................................................................. 18
20. Format and Signing of Bid ....................................................................................................... 20
D. Submission and Opening of Bids...................................................................................... 20
21. Sealing and Marking of Bids ..................................................................................................... 20
22. Deadline for Submission of Bids .............................................................................................. 23
23. Late Bids .................................................................................................................................. 23
24. Withdrawal, andModification ofBids ....................................................................................... 23
25. Bid Opening............................................................................................................................. 25
E. Evaluation and Comparison of Bids .................................................................................. 26
26. Confidentiality ......................................................................................................................... 26
27. Clarification of Bids ................................................................................................................. 27
28. Deviations, Reservations, and Omissions ............................................................................... 27
29. Examination of Technical Bid .................................................................................................. 27
30. Determination of Responsiveness of Technical Bid ................................................................ 27
31.NonconformitiesErrors, andOmissions ...................................................................................... 28
32 Qualification of the Bidder........................................................................................................ 29
33. Correction of Arithmetical Errors .......................................................................................... 29
34 Subcontractors .......................................................................................................................... 29
35. Evaluation of Price Bids............................................................................................................ 30
36. Comparison of Bids .................................................................................................................. 31
37. Employer’s Right to Accept Any Bid, and to Reject Any or All Bids .......................................... 31
38. Award Criteria .......................................................................................................................... 31
39. Letter of Intent to Award the Contract/Notification of Award ............................................... 31
40. Performance Security and Line of Credit ................................................................................. 32
41 Signing of Contract ................................................................................................................... 32
42. Complaint and Review ............................................................................................................ 33
9
A. General
1. Scope of Bid 1.1 In connection with the Invitation for Bids indicated in the Bid Data
Sheet (BDS), the Employer, as indicated in the BDS, issues this Bidding
Document for the procurement of Works as specified in Section VI (Works
Requirements). The name, identification, and number of Contracts
of the National Competitive Bidding (NCB) are provided in the BDS.
1.2 Throughout this Bidding Document:
(a)the term “in writing” means communicated in written form and
delivered against receipt;
(b) except where the context requires otherwise, words indicating
the singular also include the plural and words indicating the plural
also include the singular; and
(c) “day” means calendar day.
2. Source of Funds 2.1 GoN Funded: In accordance with its annual program and budget,
approved by the GoN, the implementing agency indicated in the BDS
plans to apply a portion of the allocated budget to eligible payments
under the contract(s) for which this Bidding Document is issued.
Or
Public Entities' own Resource Funded: In accordance with its annual
program and budget, approved by the public entity, the implementing
agency indicated in the BDS plans to apply a portion of the allocated
budget to eligible payments under the contract(s) for which this
Bidding Document is issued.
Or
DP Funded: The GoN has applied for or received financing
(hereinafter called “funds”) from the Development Partner (hereinafter
called “the DP”) indicated in the BDS toward the cost of the project
named in the BDS. The GoN intends to apply a portion of the funds to
eligible payments under the contract(s) for which this Bidding Document
is issued.
2.2 DP Funded: Payment by the DP will be made only at the request of the
GoN and upon approval by the DP in accordance with the terms and
conditions of the financing agreement between the GoN and the DP
(hereinafter called the “Loan/Grant Agreement”), and will be subject in
all respects to the terms and conditions of that Loan/Grant Agreement.
No party other than the GoN shall derive any rights from the Loan
Agreement or have any claim to the funds.
3. Fraud and 3.1 Procuring Entities as well as Bidders, suppliers and contractors and their
Corruption sub-contractors shall adhere to the highest standard of ethics during
the procurement and execution of such contracts. In pursuance of this:;
(a) the Employer adopts, for the purposes of this provision, the terms
as defined below:
(i) “corrupt practice” means the offering, giving, recei
ving, or soliciting, directly or indirectly, anything of value to
influence improperly the actions of another party;
(b) the Employer will reject a proposal for award if it determines that
the Bidder recommended for award has, directly or through an
agent, engaged in corrupt, fraudulent, collusive, coercive, or
obstructive practices or other integrity violations in competing for
the contract;
(c) DPwill cancel the portion of the financing allocated to a contract if it
determines at any time that representative(s) of the GoN or of a
beneficiary of DP-financing engaged in corrupt, fraudulent,
collusive, or coercive practices or other integrity violations during
the procurement or the execution of that contract, without the GoN
having taken timely and appropriate action satisfactory to DP to
remedy the situation.
3.2 The Bidder shall not carry out or cause to carry out the following
acts with an intention to influence the implementation
of the procurement process or the procurement agreement :
(b) the JV shall nominate a Representative who shall have the authority
to conduct all business for and on behalf of any and all the parties
of the JV during the bidding process and, in the event the JV is
awarded the Contract, during Contract execution.
4.2 A Bidder, and all parties constituting the Bidder, shall have the
nationality of an eligible country, in accordance with Section V
(Eligible Countries). A Bidder shall be deemed to have the nationality
of a country if the Bidder is a citizen or is constituted, or incorporated, and
operates in conformity with the provisions of the laws of that country.
This criterion shall also apply to the determination of the nationality of
proposed sub-contractors or suppliers for any part of the Contract
including related services.
4.3 A Bidder shall not have a conflict of interest. A Bidder found to have a
conflict of interest shall be disqualified. A Bidder may be considered to
be in a conflict of interest with one or more parties in this bidding process,
if any of, including but not limited to, the following apply:
(a) they have controlling shareholders in common; or
(b) they receive or have received any direct or indirect subsidy from any
of them; or
(c) they have the same legal representative for purposes of this bid; or
(d) they have a relationship with each other, directly or through common
third parties, that puts them in a position to have access to
material information about or improperly influence the Bid of
another Bidder, or influence the decisions of the Employer regarding
this bidding process; or
(e) a Bidder participates in more than one bid in this bidding process
either individually or as a partner in a joint venture. This will result
in the disqualification of all Bids in which it is involved. However,
subject to any finding of a conflict of interest in terms of ITB 4.3 (a)-
(d) above, this does not limit the participation of the same
13
5. Eligible Materials, 5.1 The materials, equipment and services to be supplied under the
Equipment and Contract shall have their origin in any source countries as defined in
Services accordance with Section V (Eligible Countries) and all expenditures
under the Contract will be limited to such materials, equipment, and
services. At the Employer’s request, Bidders may be required to
provide evidence of the origin of materials, equipment and services.
5.2 For purposes of ITB 5.1 above, “origin” means the place where the
materials and equipment are mined, grown, produced or
manufactured, and from which the services are provided. Materials
and equipment are produced when, through manufacturing,
processing, or substantial or major assembling of components, a
commercially recognized product results that differs substantially in its
basic characteristics or in purpose or utility from its components.
its surroundings and obtain for itself, on its own risk and responsibility,
all information that may be necessary for preparing the bid and
entering into a Contract for construction of the Works. The costs of
visiting the Site shall be at the Bidder’s own expense.
7.3 The Bidder and any of its personnel or agents will be granted
permission by the Employer to enter upon its premises and lands
for the purpose of such visit, but only upon the express condition that
the Bidder, its personnel, and agents will release and indemnify the
Employer and its personnel and agents from and against all liability in
respect thereof, and will be responsible for death or personal injury, loss
of or damage to property, and any other loss, damage, costs, and
expenses incurred as a result of the inspection.
7.6 Minutes of the pre-bid meeting, including the text of the questions
raised, without identifying the source, and the responses given,
together with any responses prepared after the meeting, will be
transmitted promptly to all Bidders who have acquired the Bidding
Document in accordance with ITB 6.3. Any modification to the Bidding
Document that may become necessary as a result of the pre-bid
meeting shall be made by the Employer exclusively through the issue
of an addendum pursuant to ITB 8 and not through the minutes of the
pre-bid meeting.
7.7 Non attendance at the pre-bid meeting will not be a cause for
disqualification of a Bidder.
8. Amendment of 8.1 At any time prior to the deadline for submission of bids, the Employer
Bidding Document may amend the Bidding Document by issuing agenda.
8.2 Any addendum issued shall be part of the Bidding Document and shall
be communicated in writing to all who have obtained the Bidding
Document from the Employer in accordance with ITB 6.3.
C. Preparation of Bids
9. Cost of Bidding 9.1 The Bidder shall bear all costs associated with the preparation and
submission of its Bid, and the Employer shall in no case be responsible
or liable for those costs, regardless of the conduct or outcome of the
bidding process.
10. Language of Bid 10.1 The Bid, as well as all correspondence and documents relating to the
bid exchanged by the Bidder and the Employer, shall be written in
the language specified in the BDS. Supporting documents and
printed literature that are part of the Bid may be in another language
provided they are accompanied by an accurate translation of the
relevant passages in the language specified in the BDS, in which
case, for purposes of interpretation of the Bid, such translation shall
govern.
11. Documents 11.1 The Bid shall comprise two envelopes submitted simultaneously,
Comprising the Bid one called the Technical Bid containing the documents listed in ITB
11.2 and the other the Price Bid containing the documents listed in
ITB 11.3, both envelopes enclosed together in an outer single
envelope.
11.4 The Bidder is solely responsible for the authenticity of the submitted
documents.
12. Letter of Bid and 12.1 The Letters of Technical Bid and Price Bid, Schedules, and all
Schedules documents listed under ITB 11, shall be prepared using the relevant
forms in Section IV (Bidding Forms) and in Section VII (Bill of
17
13. Alternative Bids 13.1 Unless otherwise specified in the BDS, alternative bids shall not be
considered.
13.3 When specified in the BDS pursuant to ITB 13.1, and subject to ITB
13.4 below, Bidders wishing to offer technical alternatives to the
requirements of the Bidding Document must first price the Employer’s
design as described in the Bidding Document and shall further
provide all information necessary for a complete evaluation of the
alternative by the Employer, including drawings, design calculations,
technical specifications, breakdown of prices, and proposed
construction methodology and other relevant details. Only the
technical alternatives, if any, of the lowest evaluated Bidder
conforming to the basic technical requirements shall be considered
by the Employer.
14. Bid Prices and 14.1 The prices and discounts quoted by the Bidder in the Letter of
Discounts Price Bid and in the Schedules shall conform to the requirements
specified below.
14.2 The Bidder shall submit a bid for the whole of the works
described in ITB 1.1 by filling in prices for all items of the Works,
as identified in Section VII (Bill of Quantities). In case of Unit Rate
Contracts, the Bidder shall fill in rates and prices for all items of the
Works described in the Bill of Quantities. Items against which no rate
or price is entered by the Bidder will not be paid for by the Employer
when executed and shall be deemed covered by the rates for other
items and prices in the Bill of Quantities.
14.3 The price to be quoted in the Letter of Price Bid shall be the total price
of the Bid, excluding any discounts offered. Absence of the total price
in the Letter of Price Bid or the Bid Price in the Bill of Quantities shall
result in rejection of the Bid.
14.4 The Bidder shall quote any discounts and the methodology for their
application in the Letter of Price Bid, in accordance with ITB 12.1.
14.5 If so indicated in ITB 1.1, bids are invited for individual Contracts or for
any combination of Contracts (packages). Bidders wishing to offer any
price reduction for the award of more than one Contract shall
specify in their bid the price reductions applicable to each package, or
alternatively, to individual Contracts within the package. Price
reductions or discounts shall be submitted in accordance with ITB
14.4, provided the Bids for all Contracts are submitted and opened at
the same time.
14.7 All duties, taxes, and other levies payable by the Contractor under the
Contract, or for any other cause, as of the date 30 days prior to the
deadline for submission of bids, shall be included in the rates and
prices and the total bid price submitted by the Bidder.
15. Currency of Bid 15.1 The currency of the bid and payment shall be in Nepalese
and Payment Rupees.
16. Documents 16.1 The Bidder shall furnish a Technical Proposal including a
Comprising the statement of work methods, equipment, personnel, schedule and
Technical Proposal
any other information as stipulated in Section IV (Bidding Forms), in
sufficient detail to demonstrate the adequacy of the Bidders’
proposal to meet the work requirements and the completion time.
17. Documents 17.1 To establish its qualifications to perform the Contract in accordance
Establishing with Section III (Evaluation and Qualification Criteria) the Bidder
theQualifications
shall provide the information requested in the corresponding
ofthe Bidder
information sheets included in Section IV (Bidding Forms).
18. Period of Validity 18.1 Bids shall remain valid for the period specified in the BDS after the
of Bids bid submission deadline date prescribed by the Employer. A bid valid
for a shorter period shall be rejected by the Employer as
nonresponsive.
19. Bid Security 19.1 The Bidder shall furnish as part of its bid, in original form, a bid security
as specified in the BDS. In case of e-submission of bid, the Bidder shall
upload scanned copy of Bid security letter at the time of electronic
submission of the bid. The Bidder accepts that the scanned copy of the Bid
security shall, for all purposes, be equal to the original. The details of original
19
Bid Security and the scanned copy submitted with e-bid should be the same
otherwise the bid shall be non-responsive.
19.2 The bid security shall be, at the Bidder’s option, in any of the following
forms:
(a) an unconditional bank guarantee from Commercial Bank or
Financial Institution eligible to issue Bank Guarantee as per
prevailing Law or;
(b) a cash deposit voucher in the Employer's Account as specified
in BDS.
In the case of a bank guarantee, the bid security shall be submitted
either using the Bid Security Form included in Section IV (Bidding
Forms) or in another Form acceptable to the employer. The form must
include the complete name of the Bidder. The bid security shall be valid for
minimum thirty (30) days beyond the original validity period of the bid, or
beyond any period of extension if requested under ITB 18.2.
19.3 The bid security issued by any foreign Bank outside Nepal must be
counter guaranteed by Commercial Bank or Financial Institution
eligible to issue Bank Guarantee as per prevailing Law inNepal.
19.5 The bid security of unsuccessful Bidders shall be returned within three
days, once the successful Bidder’s furnishing of the required
performance security and signing of the Contract Agreement
pursuant to ITB 40.1 and 41.1
19.7 The Bid Security of a Joint Venture shall be in the name of the Joint
Venture that submits the bid. If the Joint Venture has not been legally
constituted at the time of bidding, the Bid Security shall be in the
names of all future partners as named in the letter of intent mentioned
in ITB 4.1.
20. Format and 20.1 The Bidder shall prepare one original set of the Technical Bid and
Signing of Bid one original of the Price Bid comprising the Bid as described in ITB
11 and clearly mark it “ORIGINAL – TECHNICAL BID” and
“ORIGINAL – PRICE BID.” Alternative bids, if permitted in
accordance with ITB 13, shall be clearly marked “ALTERNATIVE”. In
addition, the Bidder shall submit copies of the bid in the number
specified in the BDS, and clearly mark each of them “COPY.” In the
event of any discrepancy between the original and the copies, the
original shall prevail.
In case of e-submission of bid, the Bidder shall submit his bid
electronically in PDF or web forms files as specified in ITB Clause
21.1(b).
20.2 The original and all copies of the bid shall be typed or written in
indelible ink and shall be signed by a person duly authorized to sign on
behalf of the Bidder. This authorization shall consist of a written
confirmation as specified in the BDS and shall be attached to the bid.
The name and position held by each person signing the authorization
must be typed or printed below the signature. All pages of the bid,
except for un amended printed literature, shall be signed or initialed by
the person signing the bid.
21. Sealing and 21.1 Unless otherwise specified in BDS, Bidders shall submit their bids by
Marking of Bids electronic or by mail/by hand/by courier. Procedures for submission,
sealing and marking are as follows:
(a) Bidders submitting bids by mail, by hand or by courier
21
shall enclose the original of the Technical Bid, and the original of
the Price Bid and each copy of the Technical Bid and Price Bid,
including alternative bids, if permitted in accordance with ITB 13,
in separate sealed envelopes, duly marking the envelopes as
“ORIGINAL TECHNICAL BID”, “ORIGINAL – PRICE BID”,
“ALTERNATIVE” and “COPY No. – TECHNICAL BID” and
“COPY NO. PRICE BID” These envelopes containing the original
and the copies shall then be enclosed in one single envelope.
(b) Bidders submitting Bids electronically shall follow the electronic
bid submission procedure specified in this clause.
i. The bidder is required to register in the e-GP system
https://www.bolpatra.gov.np/egp following the
procedure specified in e-GP guideline.
ii. Interested bidders may either purchase the bidding
document from the Employer's office as specified in the
Invitation for Bid (IFB) or bidders may download the IFB
and bidding document from e-GP system.
iii. The registered bidders need to maintain their profile
data required during preparation of bids.
iv. In order to submit their bids the cost of the bidding
document can be deposited as specified in IFB. In
addition, electronic scanned copy (.pdf format) of the
bank deposit voucher/cash receipt should also be
submitted along with the technical bid.
v. The bidder can prepare their technical and price bids
using data and documents maintained in bidder’s
profile and forms/format provided in bidding document
by Employer. The bidder may submit bids as a single
entity or as a joint venture. The bidder submitting bid in
joint venture shall have to upload joint venture
agreement along with partner(s) Bolpatra ID provided
during bidder’s registration.
vi. Bidders (all partners in case of JV) should update their
profile data and documents required during preparation
and submission of their technical bids.
vii. In case of bid submission in JV, the consent of the
partners shall be obtained through the confirmation link
sent to the registered email address and the partners
shall have to acknowledge their confirmation.
The required forms and documents shall be part of technical bids.
No. Document Requirement Remarks
viii. After providing all the details and documents, two separate bid
response documents i.e technical bids and price bids will be
generated from the system. Bidders are advised to download and
verify the response documents prior to bid submission.
ix. For verifying the authentic user, the system will send one time
password (OTP) in the registered e-mail address of the bidder.
System will validate the OTP and allow bidder to submit their bid.
x. Electronically submitted bids can be modified and/or withdrawn
through system. The bidder may modify their bids multiple times
online within bid submission date and time specified in e-GP
system. Once a Bid is withdrawn, bidder won’t be able to submit
another bid response for the same bid.
xi. The Bidder / Bid shall meet the following requirements and
conditions for e-submission of bids;
aa) The e-submitted bids must be readable through PDF reader.
bb) The facility for submission of bid electronically through e-
submission is to promote transparency, non-discrimination,
equality of access, and open competition in the bidding
process. The Bidders are fully responsible to use the e-
submission facility properly in e-GP system as per specified
procedures and in no case the Employer shall be held liable
for Bidder's inability to use this facility.
cc) When a bidder submits electronic bid through the PPMO e-
GP portal, it is assumed that the bidder has prepared the bid
23
22. Deadline for 22.1 Bids must be received by the Employer at the address and no later
Submission of Bids than the date and time indicated in the BDS.
In case of e-submission, the standard time for e-submission is Nepal
Standard Time as set out in the server. The e-procurement system will
accept the e-submission of bid from the date of publishing of notice and
will automatically not allow the e-submission of bid after the deadline
for submission of bid.
22.2 The Employer may, at its discretion, extend the deadline for the
submission of bids by amending the Bidding Document in
accordance with ITB 8, in which case all rights and obligations of the
Employer and Bidders previously subject to the deadline shall
thereafter be subject to the deadline as extended.
23. Late Bids 23.1 The Employer shall not consider any bid that arrives after the
deadline for submission of bids, in accordance with ITB 22. Any bid
received by the Employer after the deadline for submission of bids shall
be declared late, rejected, and returned unopened to the Bidder.
24. Withdrawal, 24.1 A Bidder may withdraw, or modify its bid- Technical or Price -
andModification after it has been submitted either in hard copy or by e-submission.
ofBids Once a Bid is withdrawn, bidder shall not be able to submit another
bid for this bidding process. Procedures for withdrawal or modification
of submitted bids are as follows:
(i) Bids submitted in Hard Copy
GoN Funded:
a) Bidders may withdraw or modify its bids by sending a written
notice in a sealed envelope, duly signed by an authorized
representative, and shall include a copy of the authorization in
accordance with ITB 20.2. The corresponding modification of
the bid must accompany the respective writtennotice. All notices
must be:
(aa)prepared and submitted in accordance with ITB 20 and ITB
21,and in addition, the respective envelopes shall be
clearly marked “WITHDRAWAL”, “MODIFICATION;” and
(bb) received by the Employer twenty four hour prior to the
deadline prescribed for submission of bids, in accordance
with ITB 22.
DP Funded:
A Bidder may withdraw or modify its Bid – Technical or Price – after
it has been submitted by sending a written notice, duly signed by an
authorized representative, and shall include a copy of the
authorization in accordance with ITB 20.2, (except that withdrawal
notices do not require copies). The corresponding modification of the
Bid must accompany the respective written notice. All notices must
be
i) prepared and submitted in accordance with ITB 20 and ITB
21 (except that withdrawal notices do not require copies),
and in addition, the respective envelopes shall be clearly
marked “WITHDRAWAL,” and “MODIFICATION;” and
ii) received by the Employer prior to the deadline prescribed
for submission of Bids, in accordance with ITB 22.
ii) E-submitted bids.
a) Bidder may submit modification or withdrawal prior to the
deadline prescribed for submission of bids through e-GP
system by using the forms and instructions provided by the
system.
24.2 Bids requested to be withdrawn in accordance with ITB 24.1 shall
not be opened. In case of hard copy submission, the Bid will be
returned unopened to the Bidders.
25. Bid Opening 25.1 The Employer shall open the Technical Bids in public at the address,
on the date and time specified in the BDS in the presence of Bidders`
designated representatives who choose to attend. The Price Bids will
remain unopened and will be held in custody of the Employer until
the specified time of their opening. If the Technical Bid and Price Bid
are submitted together in one envelope, the Employer shall reject the
entire Bid.
25.2 The Employer shall download the e-submitted Technical Bid. The e-
GP system allows the Employer to download the e-submitted
technical bid only after bid opening date and time after login
simultaneously by at least two members of the Bid Opening
Committee.
25.5 All other envelopes holding the Technical Bid shall be opened one
at a time, reading out: the name of the Bidder; whether there is a
modification; the presence of a bid security and any other details as the
Employer may consider appropriate.
Only Technical Bids read out and recorded at bid opening shall be
considered for evaluation.
No bid shall be rejected at opening of Technical Bids except for late
bids, in accordance with ITB 23.1.
25.6The Employer shall prepare a record of the opening of Technical Bids
that shall include, as a minimum: the name of the Bidder and whether
there is a withdrawal, or modification; and the presence or absence of
a bid security. The Bidders’ representatives who are present shall be
requested to sign the record. The omission of a Bidder’s signature on
the record shall not invalidate the contents and effect of the record.
25.7 At the end of the evaluation of the Technical Bids, the Employer will
invite bidders who have submitted substantially responsive Technical
Bids and who have been determined as being qualified for award to
attend the opening of the Price Bids. The date, time, and location of
the opening of Price Bids will be advised in writing by the Employer.
Bidders shall be given at least 7 days notice for the opening of Price
Bids.
25.8 The Employer will notify Bidders in writing who have been rejected
on the grounds of their Technical Bids being substantially
nonresponsive to the requirements of the Bidding Document and
return their Price Bids unopened.
25.9 The Employer shall conduct the opening of Price Bids of all Bidders
who submitted substantially responsive Technical Bids, in the
presence of Bidders` representatives who choose to attend at the
address, on the date, and time specified by the Employer. The
Bidder’s representatives who are present shall be requested to sign
a register evidencing their attendance.
25.10 All envelopes containing Price Bids shall be opened one at a time
and the following read out and recorded:
(a) the name of the Bidder;
(b) whether there is a modification;
(c) the Bid Prices, including any discounts and alternative offers;
and
(d) any other details as the Employer may consider appropriate.
Only Price Bids, discounts, modifications, and alternative offers read
out and recorded during the opening of Price Bids shall be considered
for evaluation. No Bid shall be rejected at the opening of Price Bids.
25.11 The Employer shall prepare a record of the opening of Price Bids
that shall include, as a minimum, the name of the Bidder, the Bid
Price (per lot if applicable), any discounts, modifications and
alternative offers. The Bidders’ representatives who are present shall
be requested to sign the record. The omission of a Bidder’s signature
on the record shall not invalidate the contents and effect of the
record.
26.3 Notwithstanding ITB 26.2, from the time of bid opening to the time of
Contract award, if any Bidder wishes to contact the Employer on
27
27. Clarification of 27.1 To assist in the examination, evaluation, and comparison of the
Bids Technical and Price Bids, the Employer may, at its discretion, ask
any Bidder for a clarification of its Bid. Any clarification submitted by
a Bidder that is not in response to a request by the Employer shall not
be considered. The Employer’s request for clarification and the
response shall be in writing. No change in the substance of the
Technical Bid or prices in the Price Bid shall be sought, offered, or
permitted, except to confirm the correction of arithmetic errors
discovered by the Employer in the evaluation of the Price Bids, in
accordance with ITB 33. In case of e-submission of bid, upon notification
from the employer, the bidder shall also submit the original of documents
comprising the Technical and Price Bid as per ITB 11.2 and ITB 11.3 for
verification of submitted documents for acceptance of the e-submitted
bid.
27.2 If a Bidder does not provide clarifications of its Bid by the date and
time set in the Employer’s request for clarification, its Bid may be
rejected.
28. Deviations, 28.1 During the evaluation of bids, the following definitions apply:
Reservations, and
Omissions (a) “Deviation” is a departure from the requirements specified in the
Bidding Document;
(b) “Reservation” is the setting of limiting conditions or withholding
from complete acceptance of the requirements specified in the
Bidding Document; and
(c) “Omission” is the failure to submit part or all of the information or
documentation required in the Bidding Document.
29. Examination of 29.1The Employer shall examine the Technical Bid to confirm that all
Technical Bid documents and technical documentation requested in ITB 11.2 have
been provided, and to determine the completeness of each
document submitted.
29.2 The Employer shall confirm that the following documents and
information have been provided in the Technical Bid. If any of these
documents or information is missing, the offer shall be rejected.
(a) Letter of Technical Bid;
(b) written confirmation of authorization to commit the Bidder;
(c) Bid Security; and
(d) Technical Proposal in accordance with ITB 16
30.3 The Employer shall examine the technical aspects of the Bid
submitted in accordance with ITB 16, Technical Proposal, in
particular, to confirm that all requirements of Section VI (Works
Requirements) have been met without any material deviation,
reservation or omission.
30.5 In case of e-submission bids, the Employer evaluates the bid on the
basis of the information in the electronically submitted bid files. If the
Bidder cannot substantiate or provide evidence to establish the
information provided in e-submitted bid through documents/
clarifications as per ITB Clause 27.1, the bid shall not be
considered for further evaluation.
30.6 In Case, a corruption case is being filed to Court against the Natural
Person or Board of Director of the firm/institution /company or any
partner of JV, such Natural Person or Board of Director of the
firm/institution /company or any partner of JV such bidder’s bid shall
be excluded from the evaluation, if public entity receives instruction
from Government of Nepal.
30.7Except in case of e-submission, the Financial Bid of the bidder, which
is evaluated as substantially non-responsive in technical bid, shall be
returned to the respective bidders.
31.NonconformitiesEr 31.1 Provided that a bid is substantially responsive, the Employer may
rors, and Omissions waive any non-conformities in the bid that do not constitute a material
deviation, reservation, or omission.
32 Qualification of the 32.1 The Employer shall determine to its satisfaction during the
Bidder evaluation of Technical Bids whether Biddersmeet the qualifying
criteria specified in Section III (Evaluation and Qualification Criteria).
33. Correction of 33.1 During the evaluation of Price Bids, the Employer shall correct
Arithmetical Errors arithmetical errors on the following basis:
(a) only for unit price Contracts, if there is a discrepancy between the
unit price and the total price that is obtained by multiplying the unit
price and quantity, the unit price shall prevail and the total price
shall be corrected, unless in the opinion of the Employer there is
an obvious misplacement of the decimal point in the unit price, in
which case the total price as quoted shall govern and the unit price
shall be corrected;
(b) if there is an error in a total corresponding to the addition or
subtraction of subtotals, the subtotals shall prevail and the total
shall be corrected;
(c) If there is a discrepancy between the bid price in the Summary
of Bill of Quantities and the bid amount in item (c) of the Letter
of Price Bid, the bid price in the Summary of Bill of Quantities
will prevail and the bid amount in item (c) of the Letter of Price
Bid will be corrected.
(d) if there is a discrepancy between words and figures, the amount
in words shall prevail, unless the amount expressed in words is
related to an arithmetic error, in which case the amount in
figures shall prevail subject to (a), (b) and (c) above.
33.2 If the Bidder that submitted the lowest evaluated bid does not accept
the correction of errors, its bid shall be disqualified and its bid security
shall be forfeited.
34 Subcontractors 34.1 In case of Prequalification, the Bidder’s Bid shall name the same
subcontractor as submitted in the prequalification application and
approved by the Employer.
In case of Post-qualification, the Employer may permit subcontracting
for certain specialized works as indicated in Section III When
subcontracting is permitted by the Employer, the sub-contractor shall
meet the qualifications criteria as indicated in section III.
Sub-contractors’ qualification and experience will not be considered
for evaluation of the Bidder. The Bidder on its own (without taking
into account the qualification and experience of the sub-contractor)
should meet the qualification criteria.
Bidders may propose subcontracting up to the percentage of total
value of contracts or the volume of works as specified in the BDS.
35. Evaluation of 35.1 The Employer shall use the criteria and methodologies listed in this
Price Bids Clause. No other evaluation criteria or methodologies shall be
permitted.
35.2 To evaluate a Price Bid, the Employer shall consider the following:
(a) the bid price, excluding Value Added Tax , Provisional Sums, and
the provision, if any, for contingencies in the Summary Bill of
Quantities, for Unit Rate Contracts, or Schedule of Prices for lump
sum Contracts, but including Day work items, where priced
competitively;
(b) price adjustment for correction of arithmetic errors in
accordance with ITB 33.1;
(c) price adjustment due to discounts offered in accordance with
ITB 14.4;
(d) adjustment for nonconformities in accordance with ITB 31.3;
(e) application of all the evaluation factors indicated in Section III (Evaluation
and Qualification Criteria);
35.5 if the bid for an Unit Rate Contract, which results in the lowest
Evaluated Bid Price is seriously unbalanced or front loadedor
extremely low in the opinion of the Employer, the Employer may
require the Bidder to produce detailed price analysis for any or all items
of the Bill of Quantities, to demonstrate the internal consistency of those
prices with the construction methods and schedule proposed. After
evaluation of the price analysis, taking into consideration the schedule
of estimated Contract payments, the Employer may require that the
amount of the performance security be increased at the expense of the
Bidder as mentioned in BDS to protect the Employer against financial
loss in the event of default of the successful Bidder under the
Contractor may consider the bid as non-responsive.
35.6 In case of e-submission bids, the Employer evaluates the bid on the
basis of the information in the electronically submitted bid files. If the
Bidder cannot substantiate or provide evidence to establish the
information provided in e-submitted bid through documents/
clarifications as per ITB Clause 27.1, the bid shall not be
considered for further evaluation.
35.7 In Case, a corruption case is being filed to Court against the Natural
Person or Board of Director of the firm/institution /company or any
partner of JV, such Natural Person or Board of Director of the
firm/institution /company or any partner of JV such bidder’s bid shall be
excluded from the evaluation, if public entity receives instruction from
Government of Nepal.
36. Comparison of 36.1 The Employer shall compare all substantially responsive bids in
Bids accordance with ITB 35.2 to determine the lowest evaluated bid.
37. Employer’s Right 37.1 The Employer reserves the right to accept or reject any bid, and to
to Accept Any Bid, annul the bidding process and reject all Bids at any time prior to
and to Reject Any or contract award, without thereby incurring any liability to Bidders. In
All Bids case of annulment, all Bids submitted and specifically, bid securities,
shall be promptly returned to the Bidders.
F. Award of Contract
38. Award Criteria 38.1 The Employer shall award the Contract to the Bidder whose offer
has been determined to be the lowest evaluated bid and is
substantially responsive to the Bidding Document, provided further
that the Bidder is determined to be qualified to perform the Contract
satisfactorily.
39. Letter of Intent to 39.1 The Employer shall notify the concerned Bidder whose bid has been
Award the selected in accordance with ITB 38.1 within seven days of the selection
Contract/Notification of the bid, in writing that the Employer has intention to accept its bid and
of Award the information regarding the name, address and amount of selected
bidder shall be given to all other bidders who submitted the bid.
39.3 In Case, a corruption case is being filed to Court against the Natural
Person or Board of Director of the firm/institution /company or any
partner of JV, such Natural Person or Board of Director of the
firm/institution /company or any partner of JV such bidder’s bid shall
be excluded from the evaluation, if public entity receives instruction
from Government of Nepal.
40. Performance 40.1 Within Fifteen (15) days of the receipt of Letter of Acceptance from
Security and Line of the Employer, the successful Bidder shall furnish the performance
Credit security in accordance with the Conditions of Contract, subject to ITB
35.5, as specified below from Commercial Bank or Financial Institution
eligible to issue Bank Guarantee as per prevailing Law in Nepal using
Sample Form for the Performance Security included in Section X
(Contract Forms), or another form acceptable to the Employer. The
performance security issued by any foreign Bank outside Nepal must be
counter guaranteed by Commercial Bank or Financial Institution eligible to
issue Bank Guarantee as per prevailing Law in Nepal.
i) If bid price of the bidder selected for acceptance is up to 15 (fifteen) percent
below the approved cost estimate, the performance security amount shall be
5 (five) percent of the bid price.
ii) For the bid price of the bidder selected for acceptance is more than 15
(fifteen) percent below of the cost estimate, the performance security amount
shall be determined as follows:
Performance Security Amount = [(0.85 x Cost Estimate –Bid Price) x 0.5]
+ 5% of Bid Price.
The Bid Price and Cost Estimate shall be inclusive of Value Added Tax.
Within Fifteen (15) days of the receipt of Letter of Acceptance from the
Employer, the successful Bidder shall furnish the Letter of Commitment
for Bank’s Undertaking for Line of Credit of the amount as specified in the
BDS, using Sample Form for the Line of Credit included in Section X
(Contract Forms) at the time of contract agreement.
41 Signing of 41.1 The Employer and the successful Bidder shall sign the Contract
Contract Agreement within the period as stated ITB 40.1.
41.2 At the same time, the Employer shall affix a public notice on the result
33
of the award on its notice board and make arrangement for causing
such notice to be affixed on the notice board also of the District
Coordination Committee, District Administration Office,
Provincial Treasury and Controller Office and District Treasury
and Controller Office. The Employer may make arrangements to
post the notice into its website, if it has; and if it does not have, into the
website of the Public Procurement Monitoring Office, identifying the bid
and lot numbers and the following information: (i) the result of
evaluation of bid; (ii) date of publication of notice inviting bids; (iii)
name of newspaper; (iv) reference number of notice; (v) item of
procurement; (vi) name and address of bidder making contract and
(viii) contract price
41.3 Within thirty (30) days from the date of issuance of notification
pursuant to ITB 39.1 unsuccessful bidders may request in writing to the
Employer for a debriefing seeking explanations on the grounds on
which their bids were not selected. The Employer shall promptly
respond in writing to any unsuccessful Bidder who, requests for
debriefing.
41.4 If the bidder whose bid has been accepted fails to sign the contract as
stated ITB 40.1, the Public Procurement Monitoring Office shall blacklist
the bidder on recommendation of the Public Entity.
42. Complaint and 42.1 If a Bidder is dissatisfied with the Procurement proceedings or
Review thedecision made by the Employer in opening of the price bid or the
intention to award the Contract, it may file an application to the Chief
of the Public Entity or Public Procurement Monitoring Office or office
established as per Clause 145(a) of the Public Procurement
Regulation within Seven (7) days of providing the notice under ITB
25.8 and ITB 39.1 by the Public Entity, for review of the proceedings
stating the factual and legal grounds.
42.2 Late application filed after the deadline pursuant to ITB 42.1 shall
not be processed.
42.3 The chief of Public Entity shall, within five (5) days after
receiving the application, give its decision with reasons, in writing
pursuant to ITB 42.1:
(a) whether to suspend the procurement proceeding and indicate the
procedure to be adopted for further proceedings; or
(b) to reject the application.
The decision of the chief of Public Entity shall be final for the Bid
amount up to the value as stated in 42.4.
42.4 If the Bidder is not satisfied with the decision of the Public Entity in
accordance with ITB 42.3, is not given within five (5) days of receipt of
application pursuant to ITB 42.1, it can, within seven (7) days of
receipt of such decision, file an application to the Review
Committee of the GoN, stating the reason of its disagreement on the
decision of the chief of Public Entity and furnishing the relevant
documents, provided that itsBid amount ,equal or more than Rupees
Twenty Million (NRs. 20,000,000). The application may be sent by
hand, by post,by courier, or by electronic media at the risk of the
Bidder itself.
42.5 Late application filed after the deadline pursuant to ITB 42.4 shall
not be processed.
42.6 Within three (3) days of the receipt of application from the Bidder,
pursuant to ITB 42.4, the Review Committee shall notify the
concerning Public Entity to furnish its procurement proceedings,
pursuant to ITB 42.3.
42.7 Within three (3) days of receipt of the notification pursuant to ITB
42.6, the Public Entity shall furnish the copy of the related documents
to the Review Committee.
42.8 The Review Committee, after inquiring from the Bidder and the
Public Entity, if needed, shall give its decision within one (1) month
of the receipt of the application filed by the Bidder, pursuant to ITB
42.4.
42.9 The Bidder, filing application pursuant to ITB 42.4, shall have to
furnish a cash amount or Bank guarantee from Commercial Bank
or Financial Institution eligible to issue Bank Guarantee as per
prevailing Law equivalent to one percent (1%) of its quoted Bid
amount with the validity period of at least ninety (90) days from the
date of the filing of application pursuant to ITB 42.4.
42.10 If the claim made by the Bidder pursuant to ITB 42.4 is justified, the
Review Committee shall have to return the security deposit to the
applicant, pursuant to ITB 42.9, within seven (7) days of such decision
made.
35
A. General
ITB 1.1 The number of the Invitation for Bids is: PUDBC/KTM/NCB/WORKS-01/077/78
ITB 1.1 The Employer is: Project office of Urban Developmnet and Building Construction
Office (PUDBC), Kathmandu
ITB 1.1 The number and identification of lots comprising this bidding process is: [1]
ITB 2.1 The name of the Project is“Main Retrofitting Works in Bhaktapur Hospital”
The main retrofitting works including construction of a 4 storey new building
block with about 400 sq.m.
The DP is DFID (Department for International Development)
The implementing agency is (PUDBC, Kathmandu)
B. Bidding Document
For clarification purposes only, the Employer’s address is:
ITB 7.1
Attention: Project Chief, PUDBC
Address: Babarmahal, Kathmandu
Telephone: 01-4262408
Electronic mail address: [email protected]
ITB 7.4 A Pre-Bid meeting “shall” takes place. Pre-Bid Meeting will
C. Preparation of Bids
ITB 11.2 (h) The Bidder shall submit with its Technical Bid the following additional documents:
None
ITB 11.3 (b) In accordance with ITB 12 and ITB 14, the following schedules shall be submitted with
the bid, including the priced Bill of Quantities for Unit Rate Contracts and Schedule of
Prices for lump sum contracts: None
11.3 (d) The Bidder shall submit with its Price Bid the following additional documents:
None
ITB 13.1 Alternative bids “shall not be” permitted.
ITB 13.2 Alternative times for completion “shall not be” permitted.
ITB 14.6 The prices quoted by the Bidder “shall be” subject to adjustment during the
performance of the Contract.
“Bidder shall submit the Table of Price Adjustment Data as a part of price bid."
ITB 18.1 The bid validity period shall be: 120 days (One Hundred Twenty days)
ITB 19.1 The Bidder shall furnish a bid security, from Commercial Bank or Financial Institution
eligible to issue Bank Guarantee as per prevailing Law with a minimum of
[1,10,00,000.00 NPR], which shall be valid for 30 days beyond the validity period of the
bid.
Office Name: Project Office of Urban Development and Building Construction
ITB 19.2 (b)
(PUDBC).
Bank Name: Nepal Rastra Bank
Bank Address: Kathmandu
Account Number: 1201200001002524
Office Code: 347013511
ITB 20.1 In addition to the original of the bid, the number of copy/ies is/are: Not Applicable
ITB 20.2 The written confirmation of authorization to sign on behalf of the Bidder shall
indicate:
(a) The name and description of the documentation required to demonstrate the
authority of the signatory to sign the Bid such as a Power of Attorney; and
(b) In the case of Bids submitted by an existing or intended JV, an undertaking
signed by all parties (i) stating that all parties shall be jointly and
severally liable, and (ii) nominating a Representative who shall have the
authority to conduct all business for and on behalf of any and all the parties
of the JV during the bidding process and, in the event the JV is awarded
the Contract, during contract execution.
ITB 40.1 Letter of Commitment for Bank’s Undertaking for Line of Credit shall be of NRs.
5,98,00,000.00
ITB 35.5 The amount of the performance security be increased by Eight (8) percent of the
quoted bid price.
Section III: Evaluation and Qualification Criteria
This Section contains all the criteria that the Employer shall use to evaluate bids and qualify Bidders
by post-qualification exercise. GoN/DP requires bidders to be qualified by meeting predefined,
precise minimum requirements. The method sets pass-fail criteria, which, if not met by the bidder,
results in disqualification. In accordance with ITB 32 and ITB 35, no other methods, criteria and
factors shall be used. The Bidder shall provide all the information requested in the forms included
in Section IV (Bidding Forms).
1. Evaluation
In addition to the criteria listed in ITB 35.2 (a) - (e) the following criteria shall apply:
Note:
Use the evaluation criteria listed below as appropriate and required for the project.
V is the minimum value of a single contract as per Note (3) of 2.4.2 Specific Construction
Experience
39
An alternative Completion Time, if permitted under ITB 13.2, will be evaluated as follows:
Alternative technical solutions, if permitted under ITB 13.4, will be evaluated as follows:
“Pursuant to ITB 31.3, the cost of all quantifiable nonmaterial nonconformities and ommissions
shall be calculated. The employer will assess the cost of any quantifiable nonmaterial
nonconformities and omissions for the purposes of comparision.
2. Qualification
2.1 Eligibility
2.1.1 Nationality
Letter of
Nationality in must meet must meet must meet not
Technical Bid
accordance with requirement requirement requirement applicable
Forms
ITB sub-clause 4.2
ELI –1; ELI
–2
with
attachments
2.1.2 Conflict of Interest
Not having been must meet must meet must meet not Letter of
declared ineligible requirement requirement requirement applicable Technical Bid
by
government/DP,
as described in ITB
Sub-Clause 4.4.
Bidder required to must meet existing or must meet not Forms ELI - 1,
meet conditions of requirement intended JV requirement applicable ELI - 2, with
ITB Sub-Clause must meet attachments
4.5. requirement
2.1.5 UN Eligibility
Not having been must meet existing or must meet not Letter of
declared ineligible requirement intended JV requirement applicable Technical Bid
based on a United must meet
Nations resolution requirement
or Employer's
country law, as
described in ITB
Sub-Clause 4.8.
VAT and PAN must meet not must meet not Document
Registration requirement applicable requirement applicable attachment
certificate (only for
domestic
bidders)
All pending must meet not must meet not Form LIT - 1
litigation shall be requirement applicable requirement by applicable
treated as by itself or itself or as
resolved against as partner partner to past
the Bidder and to past or or existing JV
so shall in total existing JV
not represent
more than 50 %
of the Bidder's
net worth.
Submission of audited must meet not applicable must meet not Form FIN - 1
balance sheets and requirement requirement applicable with
income statements, for attachments
the last 3 (three) years
to demonstrate the
current soundness of
the Bidder's financial
position. As a minimum,
a Bidder's net worth
calculated as the
difference between total
assets and total
liabilities should be
positive.
Minimum average must meet must meet must meet must meet Form FIN
annual construction requirement requirement 25 % 40 % -2
turnover of NRs
of the of the
31,76,49,000.00
requirement requirement
calculated as total
certified payments
received for
construction contracts
in progress or
completed, within best
three years out of last
ten fiscal years.
Only the net amount shall be calculated after deducting the amount for VATand such amount shall be adjusted
to present value by applying wholesale price index of Nepal Rastra Bank.
The bidding capacity of the must meet must meet must meet must meet Form FIN
bidder should be equal to or requirement requirement 40 % -3,4
more than the NRs 25 %
37,05,90,000.00 of the
of the
requirement
requirement
2.4 Experience
Only the net amount shall be calculated after deducting the amount for VAT and such amount shall be adjusted
to present value by applying wholesale price index of Nepal Rastra Bank.
2.5 Personnel
The Bidder must demonstrate that it has the personnel for the key positions that meet the
following requirements:
1 Masters in 10 years
Construction after
Management or completion
Construction Equivalent of Bachelor 5 years in
1. / Project degree in building
Manager civil construction
engineering
or
equivalent
In case the bidder proposes to consider Personnel that may be spared from committed/ongoing
contracts for evaluation, the bidder shall provide details of personnel which will be spared from such
committed/ongoing contracts based on the physical progress at the date of bid submission.
The Bidder shall provide details of the proposed personnel and their experience records in the relevant
Information Forms included in Section IV (Bidding Forms).
2.6 Equipment
The Bidder must demonstrate that it has the key equipment listed hereafter:
1. Truck/ Tripper 1
4. Total Station 1
In case the Bidder proposes to consider Equipment that may be spared from committed/ongoing
contracts for evaluation, the Bidder shall provide details of Equipment which will be spared from
committed / ongoing contracts clearly demonstrating the availability of such equipment with
respect to the physical progress of the ongoing contracts on the date of bid submission.
In case of Equipment to be leased/hired the same procedure as mentioned above shall apply.
The Bidder shall provide further details of proposed items of equipment using the relevant Form
in Section IV (Bidding Forms)
2.7Subcontractors
Not Applicable
47
This Section contains the forms which are to be completed by the Bidder and submitted as part
of its Bid.
Letter of Technical Bid
The Bidder must accomplish the Letter of Bid in its letterhead clearly showing the
Bidder’s complete name and address.
Date: .........................................................
To:…………………………………………………………………………………………………….....
(a) We have examined and have no reservations to the Bidding Documents, including Addenda
issued in accordance with Instructions to Bidders (ITB) Clause 8.
(b) We offer to execute in conformity with the Bidding Documents the following Works:
(c) Our Bid consisting of the Technical Bid and the Price Bid shall be valid for a period of [insert
validity period as specified in ITB 18.1 of the BDS] days from the date fixed for the bid
submission deadline in accordance with the Bidding Documents, and it shall remain binding
upon us and may be accepted at any time before the expiration of that period.
(d) Our firm, including any subcontractors or suppliers for any part of the Contract, have nationalities
from eligible countries in accordance with ITB 4.2and meet the requirements of ITB 3.4,& 3.5
(e) We are not participating, as a Bidder or as a subcontractor, in more than one Bid in this bidding
process in accordance with ITB 4.3(e), other than alternative offers submitted in accordance
with ITB 13.
(f) Our firm, its affiliates or subsidiaries, including any Subcontractors or Suppliers for any part
of the contract, has not been declared ineligible by DP, under the Employer’s country laws or
official regulations or by an act of compliance with a decision of the United Nations Security
Council;
(g) We are not a government owned entity/We are a government owned entity but meet the
requirements of ITB 4.5;1
(h) We declare that, we including any subcontractors or suppliers for any part of the contract do
not have any conflict of interest in accordance with ITB 4.3 and we have not been punished for
an offense relating to the concerned profession or business.
(i) We declare that we are solely responsible for the authenticity of the documents submitted by
us. The document and information submitted by us are true and correct. If any
document/information given is found to be concealed at a later date, we shall accept any legal
actions by the Employer.
(j) We agree to permit the Employer/DP or its representative to inspect our accounts and records
and other documents relating to the bid submission and to have them audited by auditors
appointed by the Employer.
49
(k) If our Bid is accepted, we commit to mobilizing key equipment and personnel in accordance
with the requirements set forth in Section III (Evaluation and Qualification Criteria) and our
technical proposal, or as otherwise agreed with the Employer.
(l) We are committed to submit the Letter of Commitment for Bank’s Undertaking for Line of Credit
of ……………..Millions at the time of contract agreement, if the bid is awarded to us.
Name: .................................................................................................
Signed …………………………………………………………...
Date …………………………………………………………....
Letter of Price Bid
The Bidder must accomplish the Letter of Bid in its letterhead clearly showing the
Bidder’s complete name and address.
Date: .........................................................
To:…………………………………………………………………………………………………….....
(a) We have examined and have no reservations to the Bidding Documents, including Addenda
issued in accordance with Instructions to Bidders (ITB) Clause 8;
(b) We offer to execute in conformity with the Bidding Documents the following Works:
(c) The total price of our Bid, excluding any discounts offered in item (d) below is: NRs.
…………………………………………..; or when left blank is the Bid Price indicated in the Bill of
Quantities.
(d) The discounts offered and the methodology for their application
are:……………………………………………..
(e) Our bid shall be valid for a period of [insert validity period as specified in ITB 18.1] days from
the date fixed for the bid submission deadline in accordance with the Bidding Documents, and it
shall remain binding upon us and may be accepted at any time before the expiration of that
period;
(f) If our bid is accepted, we commit to obtain a performance security in accordance with the
Bidding Document;
(g) We have paid, or will pay the following commissions, gratuities, or fees with respect to the
bidding process or execution of the Contract:1
Name of Recipient Address Reason Amount
(h) We understand that this bid, together with your written acceptance thereof included in your
notification of award, shall constitute a binding contract between us, until a formal contract is
prepared and executed;
(i) We understand that you are not bound to accept the lowest evaluated bid or any other bid that
you may receive; and
1
If none has been paid or is to be paid, indicate “None”.
51
(j) We declare that we are solely responsible for the authenticity of the documents submitted by
us.
(k) We agree to permit the Employer/DP or its representative to inspect our accounts and records
and other documents relating to the bid submission and to have them audited by auditors
appointed by the Employer.
Name: ..............................................................................................
Signed …………………………………………………………...
Date …………………………………………………………....
Table of Price Adjustment Data
[To be used if Price Adjustment is applicable as per GCC 53.1]
Employer's
Base Bidder's
Source Proposed
Index Value Proposed
Code of Weighting
Description and Weighting
Index* Range
Date (coefficient)**
(coefficient)
1 2 3 4 5 6
Non -
0.15 0.15
Adjustable (A)
Labor (b) 0.62 – 0.66
Materials (c) 0.18 – 0.21
Equipment
0.01 – 0.02
usage (d)
Total 1.00 1.00
*Normally following source of index shall apply. Public Entity shall choose applicable Index for
each item.
(a) Labor: "National Salary and Wage Rate Index"- "Construction Labor" of Nepal Rastra Bank
or rate fixed by District Rate Fixation Committee
(b) Material:"National Wholesale Price Index" - Construction Materials" of Nepal Rastra Bank
(c) Equipment usage: "National Wholesale Price Index" - Machinery and Equipment" of Nepal
Rastra Bank or "Fuel" Price fixed by Nepal Oil Corporation.
** Bidders proposed weightings should be within the range specified by the Employer in column -
5
53
** Base Price and source normally to be specified by Employer (or alternatively informed to be
proposed by bidder) in column 4 and 5.
Note:
The base prices of the construction materials shall be taken as of 30 days before the deadline for submission
of the Bid as quoted by the Bidder and verified by the Employer. For the purpose of calculation of price
adjustment, the Ex-factory price of the same source shall be taken into consideration.
Bid Security
Bank Guarantee
Bank’s Name, and Address of Issuing Branch or Office
(On Letter head of the Commercial bank or any Financial Institution eligible to issue Bank
Guarantee as per prevailing Law)
Beneficiary: .............................. name and address of Employer ………………………………
Date: ……………………………………………Bid Security No.: ..............................................
We have been informed that. …………. [insert name of the Bidder] (hereinafter called “the
Bidder”)intends to submit its bid (hereinafter called “the Bid”) to you for the execution of
…………...name of Contract . …………… under Invitation for Bids No. ……………… (“the IFB”).
Furthermore, we understand that, according to your conditions, bids must be supported by a bid
guarantee.
At the request of the Bidder, we…………………. . name of Bank ……………….. hereby
irrevocably undertake to pay you any sum or sums not exceeding in total an amount of . .
………...amount in figures ………………………. (. …………..amount in words ……………….)
upon receipt by us of your first demand in writing accompanied by a written statement stating that
the Bidder is in breach of its obligation(s) under the bid conditions, because the Bidder:
(a) has withdrawn or modifies its Bid:
i) during the period of bid validity specified by the Bidder on the Letter of Technical and PriceBid,
in case of electronic submission
(ii) from the period twenty-four hours prior to bid submission deadline up to the period of bid
validity specified by the Bidder on the Letter of Technical Bid and Price Bid, in case of hard copy
submission; or
(b) does not accept the correction of errors in accordance with the Instructions to Bidders
(hereinafter “the ITB”); or
(c) changes the prices or substance of the bid while providing information pursuant to clause 27.1
of ITB; or
(d) having been notified of the acceptance of its Bid by the Employer during the period of bid
validity, (i) fails or refuses to execute the Contract Agreement, or (ii) fails or refuses to furnish
the performance security, in accordance with the ITB.
(e) is involved in fraud and corruption in accordance with the ITB
This guarantee will remain in force up to and including the date ………number…………days
after the deadline for submission of Bids as such deadline is stated in the instructions to Bidders
or as it may be extended by the Employer, notice of which extension(s) to the Bank is hereby waived.
Any demand in respect of this guarantee should reach the Bank not letter than the above date.
This Bank guarantee shall not be withdrawn or released merely upon return of the original guarantee
by the Bidder unless notified by you for the release of the guarantee.
This guarantee is subject to the Uniform Rules for Demand Guarantees, ICC Publication No. 758.
. . .Bank’s seal and authorized signature(s) . . .
Note:
The bid security of ………..……………. has been counter guaranteed by the Bank ……..………..…… on
…………... .................................................……..………. (Applicable for Bid Security of Foreign Banks).
Personnel
Equipment
Site Organization
Method Statement
Mobilization Schedule
Construction Schedule
Others
Personnel
Form PER - 1: Proposed Personnel
Bidders should provide the names of suitably qualified personnel to meet the specified
requirements for each of the positions listed in Section III (Evaluation and Qualification Criteria). The
data on their experience should be supplied using the Form below for each candidate.
Academic Experience
Total Work
Qualification in Similar
No. Name Position* Experience
Works
[Years]
[years]
1.
2.
3.
4.
5.
The Bidder shall provide all the information requested below. Fields with asterisk (*) shall be used
for evaluation.
Position*
Personal Information Name Date of Birth
Professional qualifications
Present employment Name of employer
Address of employer
Telephone Contact (manager/personnel officer)
Fax E-mail
Job title Years with present employer
Summarize professional experience over the last twenty years in reverse chronological order.
Indicate particular technical and managerial experience relevant to the project.
Note:
In case of e-submission the Resume of Proposed Personnel shall be submitted on notification by the Employer
as per ITB 27.
Equipment
The Bidder shall provide adequate information to demonstrate clearly that it has the capability to meet
the requirements for the key equipment listed in Section III (Evaluation and Qualification Criteria).
A separate Form shall be prepared for each item of equipment listed, or for alternative equipment
proposed by the Bidder.The Bidder shall provide all the information requested below, to the extent
possible. Fields with asterisk (*) shall be used for evaluation.
(i) For the equipment under Bidder's ownership
1.
2.
3.
4.
5.
Type of Equipment*
The following information shall be provided only for equipment not owned by the Bidder.
Address of owner
Fax email
the project
The Bidder shall be solely responsible for the data provided. However, this shall not
limit the right of Employer to verify the authenticity of submitted information.
Note:
In case of e-submission the “Agreements” shall be submitted on notification by the Employer as per ITB 27.1
Bidder’s Information and Qualification Format
Site Organization
Method Statement
Mobilization Schedule
Construction Schedule
Others
61
Bidder’s Qualification
To establish its qualifications to perform the contract in accordance with Section III (Evaluation
and Qualification Criteria) the Bidder shall provide the information requested in the corresponding
Information Sheets included hereunder.
Bidder's Information
constitution
mail address)
1. In case of single entity, articles of incorporation or constitution of the legal entity named
above, in accordance with ITB 4.1 and 4.2.
2. Authorization to represent the firm or JV named in above, in accordance with ITB 20.2.
3. In case of JV, letter of intent to form JV or JV agreement, in accordance with ITB 4.1.
4. In case of a government-owned entity, any additional documents not covered under 1 above
required to comply with ITB 4.5.
Form ELI - 2: JV Information Sheet
Each member of a JV must fill in this form
JV Partner's or
JV Partner's or
JV Partner's or
constitution
JV Partner's or
Pending Litigation
No pending litigation in accordance with Criteria 2.2 of Section III (Evaluation and
Qualification Criteria)
Pending litigation in accordance with Criteria 2.2 of Section III (Evaluation and Qualification
Criteria)
Value of Pending
Value of Pending Claim as a
Year Matter in Dispute
Claim in NRS Percentage on Net
Worth
Form FIN - 1: Financial Situation
Total Assets
Total Liabilities
Net Worth
Current Assets
Current Liabilities
Total Revenues
o Attached are copies of financial statements (balance sheets including all related notes, and income
statements) for the last three or above years, as indicated above, complying with the following
conditions.
o All such documents reflect the financial situation of the Bidder or partner to a JV, and not sister
or parent companies.
o Historic financial statements must be audited by a certified auditor.
o Historic financial statements must be complete, including all notes to the financial statements.
o Historic financial statements must correspond to accounting periods already completed and audited
(no statements for partial periods shall be requested or accepted).
Note:
In case of e-submission the attachments should not be uploaded but shall be submitted on
notification by the Employer as per ITB 27.1
65
The information supplied should be the Annual Turnover of the Bidder or each member of a JV
in terms of the amounts billed to clients for each year for work in progress or completed to NRs at
the end of the period reported.
A = Average Annual Turnover of best three years out of last ten fiscal years.
B = Annual Value of the existing commitments and works (ongoing) to be completed, calculated
from FIN-4.
A, in B, in Bid Capacity,
SN Name of Bidder Pan No.
Million Million in Million
Signature of Bidder
Procurement of Works- Single Stage Two Envelope Procedure | 67
Bidders and each partner to a JV should provide information on their current commitments on all contracts that have been awarded, or for which a letter
of intent or acceptance has been received, or for contracts approaching completion, but for which an unqualified, full completion certificate has yet to be
issued.
Current Contract Commitments ( For Calculation of B with reference of FIN-3)
Initial or Estimated Time in
Contract Value of
Employer's Contract Revised Month to Complete the
Contract Amount outstanding
Name of Name of the Contact Date(yyyy- Contract outstanding works
No. Share in % in works [In
Contract Contractor/s Address, mm) Duration (f) = (c) + (d) – Date of
(a) Millions Millions,NRS]#
Tel, Fax (c) (months) Invitation of Bid
(b) (e)
(d) (f)
1
Signature of Bidder
# The Outstanding Works means Contract Price (excluding Vat) minus Work Evaluated by Employer till the reference date.Bidder shall have to
submit the relevant documentary evidence to substantiate the facts/figures.
( e) ( a )
Note 1: “B” shall be calculated as : B = ( f ) x12 , If (f) is less than 12, then value of (f) shall be taken as 12.
Note 2: If Initial or Revised Contract Date is run out with respect to Date of Invitation of Bid, the Estimated Time in Month to Complete the outstanding
works shall be taken equal to 12 months.
Form EXP - 1: General Construction Experience
Each Bidder or member of a JV must fill in this form.
Description of the similarity in accordance with Criteria 2.4.2 (a) of Section III
Note :
The Employer should insert here contract
size, complexity, methods, technology, or
other characteristics as described in
Section VI (Work Requirements) against
which the bidder demonstrates similarity
in the box on the right-hand-side.
Form EXP - 2(b): Specific Construction Experience in Key Activities
Role in Contract
Contractor Management Subcontractor
Contractor
Employer's Name
Address
Telephone/Fax
Number
E-mail
Description of the similarity in accordance with Criteria 2.4.2 (a) of Section III
Note :
The Employer should insert here production
rate(s) for the key activity (activities) subject
contract against which the bidder
demonstrates in the box on the right-hand-
side production rates achieved by him on
previous contracts.
Procurement of Works- Single Stage Two Envelope Procedure | 71
Table of Clauses
Scope of Work ................................................................................................................... 75
Specifications .................................................................................................................... 76
This Section contains the Specification, the Drawings, and supplementary information that
describe the Works to be procured.
The employer has envisaged the following work requirement during the implementation of the
project. the successful bidder/s shall have to provide and mobilize the following requirements.
Personnel requirement:
The successful bidder/s have to mobilize the different personnel having relevant works
experiences as per need (full time or part time) which might be required during the construction
work.
1. Architect
2. Electrical Engineer
3. Sanitary Engineer
4. HVAC Expert
5. Quantity Surveyors
6. Sub-Engineer
7. Safety instructor
Equipment Requirement
The successful bidder/s have to mobilize different construction equipment which might be required
during the construction work as per need as follows:
1. Concrete Cutter
2. Rebar cutter
3. Hammer drill
4. Drilling machines
5. Concrete breaker
6. MS props
7. Shotcrete machine
8. Monkey jumper
Procurement of Works- Single Stage Two Envelope Procedure | 75
Scope of Work
Bhaktapur Hospital located in Bhaktapur Municipality, which has been categorized as secondary
level hospital as per NHIDS which is under the jurisdictions of Province government, Ministry of
Social Development, Province 3. The hospital has been selected for the retrofitting. The project is
of highest priority of Ministry of Health and Population and Department of Urban Development and
Building Construction is implementing the project. This retrofitting project is funded by DFID
earmark fund through Red book.
Retrofitting Works in Bhaktapur Hospital:
The scope of the works under this procurement consist of retrofitting of main block, maternity block
and emergency block using the splint and bandage techniques. Construction of 4- storied new
building block with about 400 sq.m., construction of mortuary block, public toilet and hospital
kitchen. Electrical, Sanitary and HVAC works in all buildings. All construction works as per design,
drawings and specification
Specifications
Notes on the Specifications
A set of precise and clear specifications is a prerequisite for Bidders to respond realistically
and competitively to the requirements of the Employer without qualifying or conditioning their
Bids. The specifications must be drafted to permit the widest possible competition and, at the
same time, present a clear statement of the required standards of workmanship, materials, and
performance of the goods and services to be procured. Only if this is done will the objectives of
economy, efficiency and fairness in procurement be realized, responsiveness of Bids be ensured,
and the subsequent task of bid evaluation facilitated. The specifications should require that all
goods and materials to be incorporated in the Works be new, unused, of the most recent or current
models, and incorporate all recent improvements in design and materials unless provided
otherwise in the Contract.
Samples of specifications from previous similar projects are useful in this respect. The use of metric
units is encouraged by the Funding Agency in case of funding assisted projects. Most specifications
are normally written specially by the Employer or Project Manager to suit the Contract Works in
hand. The available standard specification of works of Ministry of Physical Infrastructure and
Transport, DoLIDAR and Other line Ministries can be adopted for respective civil construction
works.
There are considerable advantages in standardizing General Specifications for repetitive Works
in recognized public sectors, such as highways, urban housing, irrigation, and water supply,
in the same country or region where similar conditions prevail. The General Specifications should
cover all classes of workmanship, materials, and equipment commonly involved in construction,
however it may not necessarily be adequate to be used in a particular Works Contract and may
necessitate preparation of Particular (Special) Specifications to amend and or supplement the
provision of the General Specifications to meet the requirement of the particular Works.
Care must be taken in drafting specifications to ensure that they are not restrictive. In the specification
of standards for goods, materials, and workmanship, recognized international standards should
be used as much as possible. Where other particular standards are used, whether national
standards of Nepal or other standards, the specifications should state that goods, materials, and
workmanship that meet other authoritative standards, and which ensure substantially equal or
higher quality than the standards mentioned, will also be acceptable.
Employers should decide whether technical solutions to specified parts of the Works are to be
permitted. Alternatives are appropriate in cases where obvious (and potentially less costly)
alternatives are possible to the technical solutions indicated in the Procurement Documents for
certain elements of the Works, taking into consideration the comparative specialized advantage of
potential bidders. For example:
The Employer should provide a description of the selected parts of the Works with appropriate
references to Drawings, Specifications, Bill of Quantities, and Design or Performance criteria, stating
that the alternative solutions if applicable shall be at least structurally and functionally
equivalent to the basic design parameters and specifications.
Such alternative solutions shall be accompanied by all information necessary for a complete
evaluation by the Employer, including drawings, design calculations, technical specifications,
Procurement of Works- Single Stage Two Envelope Procedure | 77
breakdown of prices, proposed construction methodology, and other relevant details.
These Notes for Preparing Specifications are intended only as information for the Employer or the
person drafting the Procurement Documents. They should not be included in the final documents.
General and Particular Specification
Attached
Procurement of Works- Single Stage Two Envelope Procedure | 79
Drawings
Note:
1. It is customary to bind the drawings in a separate volume, which is often larger than other
volumes of the contract documents. The size will be dictated by the scale of the drawings,
which must not be reduced to the extent that details are reduced illegible.
2. A simplified map showing the location of the Site in relation to the local geography, indicating
major roads, posts, airports, and railroads, is helpful.
3. The construction drawings, even if not fully developed, must show sufficient details to enable
bidders to understand the type and complexity of the work involved and the price the Bill of
Quantities.
Attached
For details, one can contact the office of PUDBC
Supplementary Information
As this retrofitting work is being implemented in the running hospital, there shall not be any
disturbances for the running hospital in course of construction execution. There will be a service
decanting contract being implemented parallel during the execution of the works. So, the
retrofitting works shall be executed in line with other schedules of works like decanting schedule,
employer’s master schedule. Therefore, coordination and cooperation with different stakeholders
during the construction work is highly required in this project
Procurement of Works- Single Stage Two Envelope Procedure | 81
In order to attain these objectives, Works should be itemized in the Bill of Quantities in sufficient
detail to distinguish between the different classes of Works, or between Works of the same nature
carried out in different locations or in other circumstances which may give rise to different
considerations of cost. Consistent with these requirements, the layout and content of the Bill of
Quantities should be as simple and brief as possible.
Content
The Bill of Quantities should be divided generally into the following sections:
(a) Preamble;
(b) Work Items (grouped into parts);
(c) Day works Schedule;
d) Provisional Sums; and
(d) Summary.
Preamble
The Preamble should indicate the inclusiveness of the unit prices, and should state the methods
of measurement which have been adopted in the preparation of the Bill of Quantities and which
are to be used for the measurement of any part of the works.
Work Items
The items in the Bill of Quantities should be grouped into sections to distinguish between those
parts of the Works which by nature, location, access, timing, or any other special characteristics
may give rise to different methods of construction, or phasing of the Works, or considerations of
cost. General items common to all parts of the works may be grouped as a separate section in
the Bill of Quantities.
(a) A list of the various classes of labor, materials, and Constructional Plant for which basic day
work rates or prices are to be inserted by the Bidder, together with a statement of the
conditions under which the Contractor will be paid for work executed on a day work basis.
In lump sum contracts, delete “Bill of Quantities” and replace with “Schedule of Activities” throughout this section.
2
(b) Nominal quantities for each item of Day work, to be priced by each Bidder at Day work rates
as bid. The rate to be entered by the Bidder against each basic Day work item should include
the Contractor’s profit, overheads, supervision, and other charges.
Provisional Sums
Provisional Sums included and so designated in the Bill of Quantities shall be expended in
whole or in part at the direction and discretion of the Project Manager in accordance with the
Conditions of Contract.
Summary
The Summary should contain a tabulation of the separate parts of the Bill of Quantities carried
forward, with provisional sums for Day work, for physical (quantity) contingencies, and for price
contingencies (upward price adjustment) where applicable.
Procurement of Works- Single Stage Two Envelope Procedure | 83
Preamble of Bill of Quantities
A. General
1. The Bill of Quantities shall be read in conjunction with the Instructions to Bidders, General and
Special Conditions of Contract, Technical Specifications, and Drawings.
2. The quantities given in the Bill of Quantities are estimated and provisional, and are given
to provide a common basis for bidding. The basis of payment will be the actual quantities
of work ordered and carried out, as measured by the Contractor and verified by the Project
Manager and valued at the rates and prices bid in the priced Bill of Quantities, where
applicable, and otherwise at such rates and prices as the Project Manager may fix within the
terms of the Contract.
3. For any item for which measurement is based on records made before or during construction
the records shall be prepared and agreed between the Engineer and the Contractor. Should the
Contractor carry out such work without the prior agreement of the Engineer, the Engineer may
request the Contractor to carry out investigations to confirm the extent of the work and the
quantity of work certified for payment shall be solely at the Engineer's discretion. The cost of any
such investigation shall be borne by the Contractor.
4. The rates and prices bid in the priced Bill of Quantities shall, except as otherwise provided
under the Contract, include all construction equipment, labor, supervision, materials, erection,
maintenance, insurance, profit, taxes, and duties, together with all general risks, liabilities, and
obligations set out or implied in the Contract.
5. A rate or price shall be entered against each item in the priced Bill of Quantities, whether
quantities are stated or not. The cost of items against which the Contractor has failed to enter
a rate or price shall be deemed to be covered by other rates and prices entered in the Bill of
Quantities.
6. The whole cost of complying with the provisions of the Contract shall be included in the Items
provided in the priced Bill of Quantities, and where no Items are provided, the cost shall be
deemed to be distributed among the rates and prices entered for the related Items of Work.
7. General directions and descriptions of work and materials are not necessarily repeated nor
summarized in the Bill of Quantities. References to the relevant sections of the Contract
documentation shall be made before entering prices against each item in the priced Bill of
Quantities. The Specification Clause references where given in the item description of the Bills
of Quantities are for the convenience of bidders and generally refer to the principal relevant-
specification clause but do not necessarily represent the whole of the specification requirements
for the work required within the item. The presence of a Specification clause reference shall not
in any way reduce the Bidders obligation to complete work in accordance with all the
requirements of the Specification.
8. Provisional Sums included and so designated in the Bill of Quantities shall be expended in
whole or in part at the direction and discretion of the Project Manager in accordance with the
Conditions of Contract.
9. The method of measurement of completed work for payment shall be in accordance with the
Specifications.
10. Arithmetic errors will be corrected by the employer as follows:
a. If there is a discrepancy between the unit price and the total price that is obtained by multiplying
the unit price and quantity, the unit price shall prevail and the total price shall be corrected, unless
in the opinion of the employer there is an obvious misplacement of the decimal point in the unit
price, in which case the total price as quoted shall govern and the unit price shall be corrected.
b. If there is an error in a total corresponding to the addition or subtraction of subtotals, the subtotals
shall prevail and the total shall be corrected
c. If there is a discrepancy between the bid price in the summary of bill of quantities and the bid
amount in item (c) of the letter of price bid, the bid price in the summary of bill of quantities will
prevail and the bid amount in item (c) of the letter of price bid will be corrected.
d. If there is a discrepancy between words and figures, the amount in words shall prevail, unless
the amount expressed in words is related to an arithmetic error, in which case the amount in
figures shall prevail subject to (a), (b) and (c) above.
11. The abbreviations and symbols used in this Bill of Quantities for unit of measurements are:
meter m millimeter mm
Kilogram kg Week W
metric ton
T Per ton per kilometer ton/km
(1,000kg)
Litre L
The estimated cost of specialized work to be carried out, or of special goods to be supplied, by
other contractors should be indicated in the relevant part of the Bill of Quantities as a particular
provisional sum with an appropriate brief description. A separate procurement procedure is
normally carried out by the Employer to select such specialized contractors. To provide an element
of competition among the Bidders in respect of any facilities, amenities, attendance, etc., to be
provided by the successful Bidder as prime Contractor for the use and convenience of the
specialist contractors, each related provisional sum should be followed by an item in the Bill of
Quantities inviting the Bidder to quote a sum for such amenities, facilities, attendance, etc.
Procurement of Works- Single Stage Two Envelope Procedure | 87
Bill of Quantities
Attached
Part III:CONDITIONS OF CONTRACT
AND CONTRACT FORMS
Procurement of Works- Single Stage Two Envelope Procedure | 89
Table of Clauses
A. General ................................................................................................................... 92
1. Definitions ..........................................................................................................................92
2. Interpretation .....................................................................................................................93
3. Language and Law ............................................................................................................94
4. Contract Agreement...........................................................................................................94
5. Assignment ........................................................................................................................94
6. Care and Supply of Documents .........................................................................................95
7. Confidential Details ............................................................................................................95
8. Compliance with Laws .......................................................................................................95
9. Joint and Several Liability ..................................................................................................95
10. Project Manager's Decisions ............................................................................................96
11. Delegation .......................................................................................................................96
12. Communications ..............................................................................................................96
13. Subcontracting .................................................................................................................96
14. Other Contractors ............................................................................................................96
15 Personnel and Equipment.................................................................................................96
16. Employer’s and Contractor's Risk ....................................................................................97
17. Employer’s Risks ............................................................................................................97
18. Contractor’s Risks...........................................................................................................97
19. Insurance .......................................................................................................................97
20. Site Investigation Reports ...............................................................................................98
21. Contractor to Construct the Works ...................................................................................98
22. The Works to Be Completed within intended Completion Date .......................................98
23. Design by contractor and Approval by the Project Manager ............................................98
24. Safety, Security and Protection of the Environment .........................................................98
25. Discoveries .....................................................................................................................99
26. Possession of the Site ....................................................................................................99
27. Access to the Site ...........................................................................................................99
28. Instructions, Inspections and Audits ................................................................................99
29. Dispute Settlement .........................................................................................................99
30. Procedures for Disputes ............................................................................................... 100
B. Staff and Labor ........................................................................................................... 100
31. Forced Labor ................................................................................................................. 100
32. Child Labor .................................................................................................................... 100
33. Nondiscrimination and Equal Opportunity ...................................................................... 100
B. Time Control......................................................................................................... 100
34. Program ....................................................................................................................... 100
35. Extension of the IntendedCompletion Date .................................................................... 101
36. Acceleration.................................................................................................................. 101
37. Delays Ordered by the Project Manager ....................................................................... 101
38. Management Meetings ................................................................................................. 101
39. Early Warning ............................................................................................................... 101
C. Quality Control ............................................................................................................ 102
40. Identifying Defects ......................................................................................................... 102
41. Tests.............................................................................................................................. 102
42. Correction of Defects ..................................................................................................... 102
43. Uncorrected Defects ...................................................................................................... 102
D. Cost Control ................................................................................................................ 102
44. Contract Price ............................................................................................................... 102
45. Changes in the Contract Price ....................................................................................... 102
46. Variations ...................................................................................................................... 103
47. Cash Flow Forecasts ..................................................................................................... 103
48. Payment Certificates ...................................................................................................... 104
49. Payments...................................................................................................................... 104
50. Compensation Events ................................................................................................... 104
51. Tax .............................................................................................................................. 105
52. Currency ....................................................................................................................... 105
53. Price Adjustment........................................................................................................... 105
54. Retention ...................................................................................................................... 107
55. Liquidated Damages ...................................................................................................... 107
56. Bonus ........................................................................................................................... 108
57. Advance Payment.......................................................................................................... 108
58. Securities ...................................................................................................................... 109
59. Dayworks ....................................................................................................................... 109
60. Cost of Repairs ............................................................................................................. 109
F. Force Majeure ............................................................................................................ 109
61. Definition of Force Majeure ............................................................................................ 109
62. Notice of Force Majeure................................................................................................. 110
63. Duty to Minimize Delay .................................................................................................. 110
64. Consequences of Force Majeure ................................................................................... 110
65. Force Majeure Affecting Subcontractor .......................................................................... 111
66. Optional Termination, Payment and Release ................................................................. 111
67. Release from Performance ............................................................................................ 111
G. Finishing the Contract .............................................................................................. 112
68. Completion .................................................................................................................. 112
69. Taking Over ................................................................................................................. 112
70. Final Account ................................................................................................................ 112
71. Operating and Maintenance Manuals ........................................................................... 112
72. Termination................................................................................................................... 112
73. Fraud and Corruption .................................................................................................... 113
74. Black Listing ................................................................................................................. 114
75. Payment upon Termination ........................................................................................... 114
76. Property ........................................................................................................................ 115
77. Release from Performance ........................................................................................... 115
78. Suspension of DP Loan/Credit/Grant ............................................................................ 115
79. Eligibility ........................................................................................................................ 115
80. Project Manager’s Duties and Authorities ..................................................................... 116
81. Quarries and Spoil Dumps ........................................................................................... 116
82. Local Taxation .............................................................................................................. 116
83. Value Added Tax .......................................................................................................... 116
84. Income Taxes on Staff .................................................................................................. 116
85. Duties, Taxes and Royalties ......................................................................................... 116
86. Member of Government, etc, not Personally Liable ....................................................... 117
87. Approval of Use of Explosives ...................................................................................... 117
89. Permission for Blasting ................................................................................................. 117
90. Records of Explosives ................................................................................................. 117
91. Traffic Diversion ............................................................................................................. 117
Procurement of Works- Single Stage Two Envelope Procedure | 91
[Name of Employer]
[Name of Contract]
General Conditions of Contract
A. General
1. Definitions 1.1 Boldface type is used to identify defined terms.
(a) The Accepted Contract Amount means the amount accepted in the
Letter of Acceptance for the execution and completion of the Works and
the remedying of any defects.
(b) The Activity Schedule is a schedule of the activities comprising
the construction, installation, testing, and commissioning of the Works
in a lump sum contract. It includes a lump sum price for each activity, which
is used for valuations and for assessing the effects of Variations and
Compensation Events.
(c) The Adjudicator is the person appointed jointly by the Employer and
the Contractor to resolve disputes in the first instance, as provided for in GCC
23.2 hereunder.
(d) Bill of Quantities means the priced and completed Bill of Quantities
forming part of the Bid.
(e) Compensation Events are those defined in GCC 50 hereunder.
(f) The Completion Date is the date of completion of the Works as
certified by the Project Manager, in accordance with GCC 68.1.
(g) The Contract is the Contract between the Employer and the Contractor
to execute, complete, and maintain the Works. It consists of the
documents listed in GCC 2.3 below.
(h) The Contractor is the party whose Bid to carry out the Works has
been accepted by the Employer.
(i) The Contractor’s Bid is the completed bidding document submitted by
the Contractor to the Employer.
(j) The Contract Price is the Accepted Contract Amount stated in the Letter
of Acceptance and thereafter as adjusted in accordance with the Contract.
(k) Days are calendar days; months are calendar-months.
(l) Dayworks are varied work inputs subject to payment on a time basis for
the Contractor’s employees and Equipment, in addition to payments for
associated Materials and Plant.
(m) A Defect is any part of the Works not completed in accordance
with the Contract.
(n) The Defects Liability Certificate is the certificate issued by Project
Manager upon correction of defects by the Contractor.
(o) The Defects Liability Period is the period calculated from the
Completion Date where the Contractor remains responsible for remedying
defects.
(p) Drawings include calculations and other information provided or
approved by the Project Manager for the execution of the Contract.
(q) The Employer is the party who employs the Contractor to carry out the
Works, as specified in the SCC.
(r) Equipment is the Contractor’s machinery and vehicles brought
temporarily to the Site to construct the Works.
(s) Force Majeure means an exceptional event or circumstance: which is
beyond a Party's control; which such Party could not reasonably have
provided against before entering into the Contract; which, having arisen,
such Party could not reasonably have avoided or overcome; and, which is
Procurement of Works- Single Stage Two Envelope Procedure | 93
not substantially attributable to the other Party.
(t) The Initial Contract Price is the Contract Price listed in the Employer’s
Letter of Acceptance.
(u) In writing or written means hand written, type written, printed or
electronically made, and resulting in permanent record.
(v) The Intended Completion Date is the date on which it is intended that
the Contractor shall complete the Works. The Intended Completion Date
is specified in the SCC. The Intended Completion Date may be revised
only by the Project Manager by issuing an extension of time or an acceleration
order.
(w) Letter of Acceptance means the formal acceptance by the Employer
of the Bid and denotes the formation of the contract at the date of acceptance.
(x) Materials are all supplies, including consumables, used by the Contractor
for incorporation in the Works.
(y) Party means the Employer or the Contractor, as the context requires.
(z) SCC means Special Conditions of Contract
(aa) Plant is any integral part of the Works that shall have a mechanical,
electrical, chemical, or biological function.
(bb) The Project Manager is the person named in the SCC (or any other
competent person appointed by the Employer and notified to the Contractor,
to act in replacement of the Project Manager) who is responsible for
supervising the execution of the Works and administering the Contract.
(cc) Retention Money means the aggregate of all monies retained by the
Employer pursuant to GCC 54.1.
(dd) Schedules means the document(s) entitled schedules, completed by
the Contractor and submitted with the Letter of Bids, as included in the
Contract. Such document may include the Bill of Quantities, data, lists, and
schedules of rates and/or prices.
(ee) The Site is the area defined as such in the SCC
(ff) Site Investigation Reports are those that were included in the bidding
documents and are factual and interpretative reports about the surface and
subsurface conditions at the Site.
(gg) Specification means the Specification of the Works included in the
Contract and any modification or addition made or approved by the Project
Manager.
(hh) The Start Date is given in the SCC. It is the latest date when the
Contractor shall commence execution of the Works. It does not necessarily
coincide with any of the Site Possession Dates.
(ii) A Subcontractor is a person or corporate body who has a Contract with
the Contractor to carry out a part of the work in the Contract, which includes
work on the Site.
(jj) Temporary Works are works designed, constructed, installed, and
removed by the Contractor that are needed for construction or installation
of the Works.
(kk) A Variation is an instruction given by the Project Manager which varies
the Works
(ll) The Works are what the Contract requires the Contractor to construct,
install, and turn over to the Employer, as defined in the SCC.
2. Interpretation
2.1 In interpreting these GCC, singular also means plural, male also means
female or neuter, and the other way around.Headings have no
significance. Words have their normal meaning under the language of
the Contract unless specifically defined. The Project Manager shall
provide instructions clarifying queries about these GCC.
2.2 If sectional completion is specified in the SCC, references in the
GCC to the Works, the Completion Date, and the Intended Completion
Date apply to any Section of the Works (other than references to the
Completion Date and Intended Completion Date for the whole of the
Works).
2.3 The documents forming the Contract shall be interpreted in the following
order of priority:
(a) Contract Agreement,
(b) Letter of Acceptance,
(c) Letters of Technical Bid and Price Bid,
(d) Special Conditions of Contract,
(e) General Conditions of Contract,
(f) Specifications,
(g) Drawings,
(h) Bill of Quantities (or Schedules of Prices for lump sum contracts),
and
(i) Any other document listed in the SCC as forming part of the
Contract.
3. Language and
3.1 The language of the Contract and the law governing the Contract are
Law stated in the SCC.
3.2. Throughout the execution of the Contract, the Contractor shall comply
with the import of goods and services prohibitions in the Employer’s
country when
(a) by an act of compliance with a decision of the United Nations
Security Council taken under Chapter VII of the Charter of the
United Nations, the Borrower’s Country prohibits any import of
goods from, or any payments to, a particular country, person, or
entity. Where the borrower’s country prohibits payments to a
particular firm or for particular goods by such an act of compliance,
that firm may be excluded.
4. Contract
4.1 The Parties shall enter into a Contract Agreement within 15 days after
Agreement the Contractor receives the Letter of Acceptance, unless the Special
Conditions establish otherwise. The Contract Agreement shall be
based upon the attached Contract forms in Section X.
5. Assignment
5.1 Neither Party shall assign the whole or any part of the Contract or any
benefit or interest in or under the Contract. However, either Party
(a) may assign the whole or any part with the prior agreement of
the other Party, at the sole discretion of such other Party; and
Procurement of Works- Single Stage Two Envelope Procedure | 95
(b) may, as security in favor of a bank or financial institution,
assign its right to any moneys due, or to become due, under
the Contract.
6. Care and Supply
6.1 The Specification and Drawings shall be in the custody and care of
of Documents the Employer. Unless otherwise stated in the Contract, one copy of the
Contract and of each subsequent Drawing shall be supplied to the
Contractor, who may make or request further copies at the cost of the
Contractor.
6.2 Each of the Contractor’s Documents shall be in the custody and care
of the Contractor, unless and until taken over by the Employer. Unless
otherwise stated in the Contract, the Contractor shall supply to the
Engineer six copies of each of the Contractor’s Documents.
6.3 The Contractor shall keep, on the Site, a copy of the Contract,
publications named in the Specification, the Contractor’s Documents
(if any), the Drawings and Variations and other communications given
under the Contract. The Employer’s Personnel shall have the right of
access to all these documents at all reasonable times.
6.4 If a Party becomes aware of an error or defect in a document which
was prepared for use in executing the Works, the Party shall promptly
give notice to the other Party of such error or defect.
7. Confidential
7.1 The Contractor’s and the Employer’s Personnel shall disclose all such
Details confidential and other information as may be reasonably required in
order to verify the Contractor’s compliance with the Contract and allow
its proper implementation.
7.2 Each of them shall treat the details of the Contract as private and
confidential, except to the extent necessary to carry out their respective
obligations under the Contract or to comply with applicable Laws. Each
of them shall not publish or disclose any particulars of the Works
prepared by the other Party without the previous agreement of the
other Party. However, the Contractor shall be permitted to disclose
any publicly available information, or information otherwise required to
establish his qualifications to compete for other projects.
11. Delegation
11.1 The Project Manager may delegate any of his duties andresponsibilities
to other people after notifying the Contractor, and may cancel any
delegation after notifying the Contractor.
12.
12.1 Communications between parties that are referred to in the Conditions
Communications shall be effective only when in writing. A notice shall be effective only
when it is delivered.
13. Subcontracting
13.1 For GoN Funded:
A list of approved Subcontractorsincluding its value/works is
includedasArticle 2 (k) of contract Agreement. Approval by the Employer
for any of the Subcontractors shall not relieve the Contractor from any
of its obligations, duties, or responsibilities under the contract.
For DP Funded :
The Contractor may subcontract with the approval of the Project Manager,
but may not assign the Contract without the approval of the Employer in
writing. Subcontracting shall not alter the Contractor’s obligations.
Bidders may propose subcontracting up to the percentage of total
value of contracts as specified in the SCC.The Sub contractor shall
meet the qualification requirement as specified in SCC.
14. Other
14.1 The Contractor shall cooperate and share the Site with other
Contractors contractors, public authorities, utilities, and the Employerbetween the
dates given in the Schedule of Other Contractors, as referred to in the
SCC. The Contractor shall also provide facilities and services for them
as described in the Schedule. The Employer may modify the Schedule
of Other Contractors, and shall notify the Contractor of any such
modification
15 Personnel and
15.1 The Contractor shall employ the key personnel and use the
Equipment
equipment identified in its Bid to carry out the Works, or other
personnel and equipment approved by the Project Manager. The Project
Manager shall approve any proposed replacement of key personnel and
equipment only if their relevant qualifications or characteristics are
substantially equal to or better than those proposed in the Bid.
15.2 If the Project Manager asks the Contractor to remove a person who is a
member of the Contractor’s staff or work force, stating the reasons, the
Contractor shall ensure that the person leaves the Site within seven
days and has no further connection with the work in the Contract.
15.3 If the Employer, Project Manager, or Contractor determines, that any
employee of the Contractor be determined to have engaged in corrupt,
fraudulent, collusive, coercive, or other prohibited practices during the
execution of the Works, then that employee shall be removed in
accordance with Clause 15.2 above.
Procurement of Works- Single Stage Two Envelope Procedure | 97
16. Employer’s and
16.1 The Employer carries the risks which this Contract states are
Contractor's Risk Employer’s risks, and the Contractor carries the risks which this
Contract states are Contractor’s risks.
17. Employer’s
17.1 From the Start Date until the Defects Liability Certificate has been
Risks
issued, the following are Employer’s risks:
(a) The risk of personal injury, death, or loss of or damage
to property (excluding the Works, Plant, Materials, and Equipment),
which are due to
(i) use or occupation of the Site by the Works or for the purpose of
the Works, which is the unavoidable result of the Works or
(ii) negligence, breach of statutory duty, or interference with any
legal right by the Employer or by any person employed by
or contracted to him except the Contractor.
(b) The risk of damage to the Works, Plant, Materials, and
Equipment to the extent that it is due to a fault of the Employer
or in the Employer’s design, or due to war or radioactive
contamination directly affecting the country where the Works are
to be executed.
17.2 From the Completion Date until the Defects Liability Certificate has been
issued, the risk of loss of or damage to the Works, Plant, and Materials is
an Employer’s risk except loss or damage due to
(a) a Defect which existed on the Completion Date,
(b) an event occurring before the Completion Date, which was not itself
an Employer’s risk, or
(c) the activities of the Contractor on the Site after the Completion
Date.
18. Contractor’s 18.1 From the Starting Date until the Defects Liability Certificate has been
Risks issued, the risks of personal injury, death, and loss of or damage to
property (including, without limitation, the Works, Plant, Materials,
and Equipment) which are not Employer’s risks are Contractor’s
risks.
19. Insurance
19.1 The Contractor shall provide insurance in the joint names of the
Employer and the Contractor from the Start Date to the end of the
Defects Liability Period, in the amounts and deductibles stated in the
SCC for the following events which are due to the Contractor’s risks:
(a) loss of or damage to the Works, Plant, and Materials;
(b) loss of or damage to Equipment;
(c) loss of or damage to property (except the Works, Plant, Materials,
and Equipment) in connection with the Contract; and
(d) Personal injury or death.
21. Contractor to
21.1 The Contractor shall construct and install the Works in accordance with
Construct the the Specifications and Drawings.
Works
33.Non-
34.1 The Contractor shall not make employment decisions on the basis of
discrimination and personal characteristics unrelated to inherent job requirements. The
Equal Opportunity Contractor shall base the employment relationship on the principle of
equal opportunity and fair treatment, and shall not discriminate with
respect to aspects of the employment relationship, including
recruitment and hiring, compensation (including wages and benefits),
working conditions and terms of employment, access to training,
promotion, termination of employment or retirement, and discipline. In
countries where national law provides for non-discrimination in
employment, the Contractor shall comply with national law. When
national laws are silent on nondiscrimination in employment, the
Contractor shall meet this Sub clause's requirements. Special
measures of protection or assistance to remedy past discrimination or
selection for a particular job based on the inherent requirements of the
job shall not be deemed discrimination.
B. Time Control
34. Program
34.1 Within the time stated in the SCC, after the date of the Letter of
Acceptance, the Contractor shall submit to the Project Manager for
approval a Program showing the general methods, arrangements, order,
and timing for all the activities in the Works. In the case of a lump sum
contract, the activities in the Program shall be consistent with those in
the Activity Schedule.
34.2 An update of the Program shall be a program showing the actual
progress achieved on each activity and the effect of the progress
achieved on the timing of the remaining work, including any changes to
the sequence of the activities.
34.3 The Contractor shall submit to the Project Manager for approval an
updated Program at intervals no longer than the period stated in the
Procurement of Works- Single Stage Two Envelope Procedure | 101
SCC. If the Contractor does not submit an updated Program within
this period, the Project Manager may withhold the amount stated in the
SCC from the next payment certificate and continue to withhold this
amount until the next payment after the date on which the overdue
Program has been submitted. In the case of a lump sum contract, the
Contractor shall Provide an updated Activity Schedule within 15 days of
being instructed to by the Project Manager.
34.4 The Project Manager’s approval of the Program shall not alter the
Contractor’s obligations. The Contractor may revise the Program and
submit it to the Project Manager again at any time. A revised Program
shall show the effect of Variations and Compensation Events.
35. Extension
35.1 The Project Manager shall extend the Intended Completion Date if a
ofthe Compensation Event occurs or a Variation is issued which makes it
IntendedCompletio impossible for Completion to be achieved by the Intended
n Date Completion Date without the Contractor taking steps to accelerate
the remaining work, which would cause the Contractor to incur
additional cost.
35.2 The Project Manager shall decide whether and by how much to
extend the Intended Completion Date within 21 days of the Contractor
asking the Project Manager for a decision upon the effect of a
Compensation Event or Variation and submitting full supporting
information at least 21 days prior to the intended completion date. If the
Contractor has failed to give early warning of a delay or has failed to
cooperate in dealing with a delay, the delay by this failure shall not be
considered in assessing the new Intended Completion Date.
36. Acceleration
36.1 When the Employer wants the Contractor to finish before the
Intended Completion Date, the Project Manager shall obtain priced
proposals for achieving the necessary acceleration from the Contractor.
If the Employer accepts these proposals, the Intended Completion
Date shall be adjusted accordingly and confirmed by both the Employer
and the Contractor.
36.2 If the Contractor’s priced proposals for acceleration are accepted by the
Employer, they are incorporated in the Contract Price and treated as a
Variation.
37. Delays
37.1 The Project Manager may instruct the Contractor to delay the start or
Ordered by the progress of any activity within the Works.
Project Manager
38. Management
38.1 Either the Project Manager or the Contractor may require the other to
Meetings attend a management meeting. The business of a management
meeting shall be to review the plans for remaining work and to deal with
matters raised in accordance with the early warning procedure.
38.2 The Project Manager shall record the business of management
meetings and provide copies of the record to those attending the
meeting and to the Employer. The responsibility of the parties for
actions to be taken shall be decided by the Project Manager either at
the management meeting or after the management meeting and
stated in writing to all who attended the meeting.
39. Early Warning
39.1 The Contractor shall warn the Project Manager at the earliest
opportunity of specific likely future events or circumstances that may
adversely affect the quality of the work, increase the Contract Price, or
delay the execution of the Works. The Project Manager may require the
Contractor to provide an estimate of the expected effect of the future
event or circumstance on the Contract Price and Completion Date.
The estimate shall be provided by the Contractor as soon as
reasonably possible.
39.2 The Contractor shall cooperate with the Project Manager in making
and considering proposals for how the effect of such an event or
circumstance can be avoided or reduced by anyone involved in the
work and in carrying out any resulting instruction of the Project Manager.
C. Quality Control
40.Identifying
40.1 The Project Manager shall check the Contractor’s work and notify the
Defects Contractor of any Defects that are found. Such checking shall not
affect the Contractor’s responsibilities. The Project Manager may
instruct the Contractor to search for a Defect and to uncover and test
any work that the Project Manager considers may have a Defect.
41. Tests
41.1 If the Project Manager instructs the Contractor to carry out a test not
specified in the Specification to check whether any work has a Defect and
the test shows that it does, the Contractor shall pay for the test and any
samples. If there is no Defect, the test shall be a Compensation Event.
42. Correction of
42.1 The Project Manager shall give notice to the Contractor of any Defects
Defects before the end of the Defects Liability Period, which begins at
Completion, and is defined in the SCC. The Defects Liability Period
shall be extended for as long as Defects remain to be corrected.
42.2 Every time notice of a Defect is given, the Contractor shall correct
the notified Defect within the length of time specified by the Project
Manager’s notice.
43.Uncorrected
43.1 If the Contractor has not corrected a Defect within the time specified
Defects in the Project Manager’s notice, the Project Manager shall assess the
cost of having the Defect corrected, and the Contractor shall pay this
amount.
D. Cost Control
44. Contract Price
44.1 In the case of a Unit Rate contract, the Bill of Quantities shall
contain priced items for the Works to be performed by the Contractor.
The Bill of Quantities is used to calculate the Contract Price. The
Contractor will be paid for the quantity of the work accomplished at the
rate in the Bill of Quantities for each item.
44.2 In the case of a lump sum contract, the Activity Schedule shall contain
the priced activities for the Works to be performed by the Contractor. The
Activity Schedule is used to monitor and control the performance of
activities on which basis the Contractor will be paid. If payment for
Materials on Site shall be made separately, the Contractor shall show
delivery of Materials to the Site separately on the Activity Schedule.
45. Changes in the
45.1 In the case of an Unit Rate contract:
Contract Price
(a) If the final quantity of the work done differs from the quantity in the
Bill of Quantities for the particular item by more than 25 percent,
provided the change exceeds 2 percent of the Initial Contract Price,
the Project Manager shall adjust the rate to allow for the change.
(b) The Project Manager shall not adjust rates from changes in
Procurement of Works- Single Stage Two Envelope Procedure | 103
quantities if thereby the Initial Contract Price is exceeded by more
than 10 percent, except with the prior approval of the Employer.
(c) If requested by the Project Manager, the Contractor shall provide
the Project Manager with a detailed cost breakdown of any rate in
the Bill of Quantities.
45.2 In the case of a lump sum contract, the Activity Schedule shall be
amended by the Contractor to accommodate changes of Program or
method of working made at the Contractor’s own discretion. Prices in the
Activity Schedule shall not be altered when the Contractor makes such
changes to the Activity Schedule.
46. Variations
46.1 All Variations shall be included in updated Programs, and, in the case
of a lump sum contract, also in the Activity Schedule, produced by the
Contractor.
46.2 The Contractor shall provide the Project Manager with a quotation for
carrying out the Variation when requested to do so by the Project
Manager. The Project Manager shall assess the quotation, which
shall be given within seven (7) days of the request or within any
longer period stated by the Project Manager and before the Variation
is ordered.
46.3 If the Contractor’s quotation is unreasonable, the Project Manager
may order the Variation and make a change to the Contract Price,
which shall be based on the Project Manager’s own forecast of the
effects of the Variation on the Contractor’s costs.
46.4 If the Project Manager decides that the urgency of varying the work
would prevent a quotation being given and considered without
delaying the work, no quotation shall be given and the Variation shall
be treated as a Compensation Event.
46.5 The Contractor shall not be entitled to additional payment for costs that
could have been avoided by giving early warning.
46.6 In the case of an Unit Rate contract, if the work in the Variation
corresponds to an item description in the Bill of Quantities and if, in the
opinion of the Project Manager, the quantity of work above the limit
stated in GCC 45.1 or the timing of its execution do not cause the cost
per unit of quantity to change, the rate in the Bill of Quantities shall be
used to calculate the value of the Variation. If the cost per unit of quantity
changes, or if the nature or timing of the work in the Variation does not
correspond with items in the Bill of Quantities, the quotation by the
Contractor shall be in the form of new rates for the relevant items of work.
47. Cash Flow
47.1 When the Program, or, in the case of a lump sum contract, the Activity
Forecasts Schedule, is updated, the Contractor shall provide the Project
Manager with an updated cash flow forecast.
48. Payment
48.1 The Contractor shall submit to the Project Manager monthly statements
Certificates of the estimated value of the work executed less the cumulative amount
certified previously.
48.2 The Project Manager shall check the Contractor’s monthly statement
and certify the amount to be paid to the Contractor within 30 days of
submission by contractor.
48.3 The value of work executed shall be determined by the Project Manager.
48.4 The value of work executed shall comprise:
(a) In the case of an Unit Rate contract, the value of the quantities
of work in the Bill of Quantities that have been completed; or
(b) In the case of a lump sum contract, the value of work executed
shall comprise the value of completed activities in the Activity
Schedule.
48.5 The value of work executed shall include the valuation of Variations
and Compensation Events.
48.6 The Project Manager may exclude any item certified in a previous
certificate or reduce the proportion of any item previously certified in
any certificate in the light of later information.
49. Payments
49.1 Payments shall be adjusted for deductions for advance payments and
retention. The Employer shall pay the Contractor the amounts certified
by the Project Manager within 30 days of the date of each certificate. If
the Employer makes a late payment, the Contractor shall be paid
interest as indicated in the SCC on the late payment in the next
payment. Interest shall be calculated from the date by which the payment
should have been made up to the date when the late payment is made.
49.3 Items of the Works for which no rate or price has been entered in BOQ
shall not be paid for by the Employer and shall be deemed covered by
other rates and prices in the Contract.
50. Compensation
50.1 The following shall be Compensation Events:
Events
(a) The Employer does not give access to a part of the Site by the Site
Possession Date pursuant to GCC 26.1.
(b) The Employer modifies the Schedule of Other Contractors in a way
that affects the work of the Contractor under the Contract.
(c) The Project Manager orders a delay or does not issue
Drawings, Specifications, or instructions required for execution of
the Works on time.
(d) The Project Manager instructs the Contractor to uncover or to carry
out additional tests upon work, which is then found to have no Defects.
(e) The Project Manager unreasonably does not approve a
Procurement of Works- Single Stage Two Envelope Procedure | 105
subcontract to be let.
(f) Ground conditions are substantially more adverse than could
reasonably have been assumed before issuance of the Letter of
Acceptance from the information issued to bidders (including the
Site Investigation Reports), from information available publicly and
from a visual inspection of the Site.
(g) The Project Manager gives an instruction for dealing with an
unforeseen condition, caused by the Employer, or additional work
required for safety or other reasons.
(h) Other contractors, public authorities, utilities, or the Employer
does not work within the dates and other constraints stated in
the Contract, and they cause delay or extra cost to the Contractor.
(i) The advance payment is delayed.
(j) The effects on the Contractor of any of the Employer’s Risks.
(k) The Project Manager unreasonably delays issuing a Certificate of
Completion.
𝐿𝑛 𝑀𝑛 𝐸𝑛
𝑝𝑛 = 𝐴 + 𝑏 + 𝑐 + 𝑑 + 𝑒𝑡𝑐.
𝐿𝑜 𝑀𝑜 𝐸𝑜
Where:
pn is a price adjustment factor to be applied to the amount for the
payment of the work carried out in the subject month, determined in
accordance with Clause 49;
A is a constant, specified in the Bidding Forms- Table of Price
Adjustment data, representing the nonadjustable portion in
contractual payments;4b, c, d, etc., coefficients representing the
estimated proportion of each cost element (labor, materials, equipment
usage, etc.) in the Works or sections thereof, net of Provisional Sums,
as specified in the SCC;
Ln, Mn, En, etc., are the current cost indices or reference prices of the
cost elements for month “n,” determined pursuant to Sub-Clause 53.4,
applicable to each cost element; and
Lo, Mo, Eo, etc., are the base cost indices or reference prices
corresponding to the above cost elements at the date specified in Sub-
Clause 53.4
3 For complex Works involving several types of construction work with different inputs, a family of
Formulae will be necessary. The various items of Day work may also require different formulae, depending
on the nature and source of the inputs
4 Insert a figure for factor A only where there is a part of the Contractors’ expenditures which will not be
subject to fluctuation in cost or to compensate for the unreliability of some indices. A should normally be
0.15. The sum of A, b, c, d, etc., should be one.
Procurement of Works- Single Stage Two Envelope Procedure | 107
inapplicable as a result of varied or additional work already executed
or instructed under Clause 46 or for any other reason.
57.2 The Contractor is to use the advance payment only to pay for
Equipment, Plant, Materials, and mobilization expenses required
specifically for execution of the Contract. The Contractor shall
demonstrate that advance payment has been used in this way by
supplying copies of invoices or other documents to the Project
Manager.
57.3 The advance payment shall be repaid by deducting proportionate
amounts, as stated in SCC, from payments otherwise due
Contractor, following the schedule of completed percentages of the
Works on a payment basis. No account shall be taken of the advance
payment or its repayment in assessing valuations of work done,
Variations, price adjustments, Compensation Events, Bonuses, or
Liquidated Damages.
Procurement of Works- Single Stage Two Envelope Procedure | 109
58. Securities
58.1 The Performance Security, including any additional security required
as per ITB 35.5 and ITB 40.1, shall be provided to the Employer no
later than the date specified in the Letter of Acceptance and shall be
issued in an amount specified in the SCC, by a Commercial Bank
or Financial Institution eligible to issue Bank Guarantee as per
prevailing Law in Nepal.acceptable to the Employer, and denominated
in Nepalese Rupees. The Performance Security shall be valid until a
date 30 days from the date of issue of the Defect Liability Certificate in
the case of a bank guarantee.
Any additional performance security required as per ITB 35.5 shall be
valid until a date 30 days from the date of issue of the certificate of
Completion in the case of a bank guarantee.
Any additional performance security required as per ITB 40.1 shall be
valid until a date 30 days from the date of issue of the certificate of DLP
in the case of a bank guarantee.
58.2 The performance security issued by any foreign Bank outside
Nepal must be counter guaranteed by Commercial Bank or Financial
Institution eligible to issue Bank Guarantee as per prevailing Law in
Nepal.
59. Dayworks
59.1 If applicable, the Dayworks rates in the Contractor’s Bid shall be used
for small additional amounts of work only when the Project Manager
has given written instructions in advance for additional work to be paid
for in that way.
59.2 All work to be paid for as Dayworks shall be recorded by the Contractor
on forms approved by the Project Manager. Each completed form
shall be verified and signed by the Project Manager within two days
of the work being done.
59.3 The Contractor shall be paid for Dayworks subject to obtaining signed
Dayworks forms.
60. Cost of
60.1 Loss or damage to the Works or Materials to be incorporated in the
Repairs Works between the Start Date and the end of the Defects Correction
periods shall be remedied by the Contractor at the Contractor’s cost
if the loss or damage arises from the Contractor’s acts or omissions.
F. Force Majeure
61. Definition of
61.1 In this Clause, “Force Majeure” means an exceptional event or
Force Majeure
circumstance,
(a) which is beyond a Party’s control;
(b) which such Party could not reasonably have provided against
before entering into the Contract;
(c) which, having arisen, such Party could not reasonably have
avoided or overcome; and
(d) which is not substantially attributable to the other Party.
61.2 Force Majeure may include, but is not limited to, exceptional events
or circumstances of the kind listed below, so long as conditions (a) to
(d) above are satisfied:
(a) war, hostilities (whether war be declared or not), invasion, act of
foreign enemies;
(b) rebellion, terrorism, sabotage by persons other than the
Contractor’s Personnel, revolution, insurrection, military or
usurped power, or civil war;
(c) riot, commotion, disorder, strike or lockout by persons other than
the Contractor’s Personnel;
(d) munitions of war, explosive materials, ionizing radiation or
contamination by radio-activity, except as may be attributable to
the Contractor’s use of such munitions, explosives, radiation or
radio-activity; and
(e) natural catastrophes such as earthquake, hurricane, typhoon or
volcanic activity.
62. Notice of Force
62.1 If a Party is or will be prevented from performing its substantial
Majeure
obligations under the Contract by Force Majeure, then it shall give
notice to the other Party of the event or circumstances constituting the
Force Majeure and shall specify the obligations, the performance of
which is or will be prevented. The notice shall be given within 14 days
after the Party became aware, or should have become aware, of the
relevant event or circumstance constituting Force Majeure.
62.2 The Party shall, having given notice, be excused performance of its
obligations for so long as such Force Majeure prevents it from
performing them.
63.2 A Party shall give notice to the other Party when it ceases to be
affected by the Force Majeure.
64. Consequences
64.1 If the Contractor is prevented from performing its substantial
of Force Majeure
obligations under the Contract by Force Majeure of which notice has
been given under GCC 62, and suffers delay and/or incurs Cost by
reason of such Force Majeure, the Contractor shall be entitled subject
to GCC 30 to
(a) an extension of time for any such delay, if completion is or will
be delayed, under GCC35 ; and
(b) if the event or circumstance is of the kind described in sub-
paragraphs (a) to (d) of GCC 61.2 and, in the case of
subparagraphs (b) to (d), occurs in the Country, payment of any
such Cost, including the costs of rectifying or replacing the
Procurement of Works- Single Stage Two Envelope Procedure | 111
Works and/or Goods damaged or destructed by Force Majeure,
to the extent they are not indemnified through the insurance
policy referred to in GCC 19.
64.2 After receiving this notice, the Project Manager shall proceed in
accordance with GCC 10 to agree or determine these matters.
65. Force Majeure
65.1 If any Subcontractor is entitled under any contract or agreement
Affecting
relating to the Works to relief from force majeure on terms additional
Subcontractor
to or broader than those specified in this Clause, such additional or
broader force majeure events or circumstances shall not excuse the
Contractor’s nonperformance or entitle him to relief under this Clause.
66. Optional
66.1 If the execution of substantially all the Works in progress is prevented
Termination,
for a continuous period of 90 days by reason of Force Majeure of
Payment and
which notice has been given under GCC 62, or for multiple periods
Release
which total more than 150 days due to the same notified Force
Majeure, then either Party may give to the other Party a notice of
termination of the Contract. In this event, the termination shall take
effect 7 days after the notice is given, and the Contractor shall proceed
in accordance with GCC 72.5.
66.2 Upon such termination, the Project Manager shall determine the value
of the work done and issue a Payment Certificate, which shall include
(a) the amounts payable for any work carried out for which a price
is stated in the Contract;
(b) the Cost of Plant and Materials ordered for the Works which
have been delivered to the Contractor, or of which the
Contractor is liable to accept delivery: this Plant and Materials
shall become the property of (and be at the risk of) the Employer
when paid for by the Employer, and the Contractor shall place
the same at the Employer’s disposal;
(c) other Costs or liabilities which in the circumstances were
reasonably and necessarily incurred by the Contractor in the
expectation of completing the Works;
(d) the Cost of removal of Temporary Works and Contractor’s
Equipment from the Site and the return of these items to the
Contractor’s works in his country (or to any other destination at
no greater cost); and
(e) the Cost of repatriation of the Contractor’s staff and labor
employed wholly in connection with the Works at the date of
termination.
67. Release from 67.1 Notwithstanding any other provision of this Clause, if any event or
Performance circumstance outside the control of the Parties (including, but not
limited to, Force Majeure) arises, which makes it impossible or
unlawful for either or both Parties to fulfill its or their contractual
obligations or which, under the law governing the Contract, entitles the
Parties to be released from further performance of the Contract, then
upon notice by either Party to the other Party of such event or
circumstance,
(a) the Parties shall be discharged from further performance,
without prejudice to the rights of either Party in respect of any
previous breach of the Contract; and
(b) the sum payable by the Employer to the Contractor shall be the
same as would have been payable under GCC 66 if the Contract
had been terminated under GCC 66.
G. Finishing the Contract
68. Completion
68.1 The Contractor shall request the Project Manager to issue a
certificate of Completion of the Works, and the Project Manager shall do
so upon deciding that the work is completed.
68.2 In addition to the other provisions, before acceptance of the completed
works, Employer shall verify and assure that such worksare within the
set objective, quality and appropriate to operate and use.
69. Taking Over
69.1 The Employer shall take over the Site and the Works within seven
days of the Project Manager’s issuing a certificate of Completion.
70. Final Account
70.1 The Contractor shall supply the Project Manager with a detailed account
of the total amount that the Contractor considers payable under the
Contract before the end of the Defects Liability Period. The Project
Manager shall issue a Defects Liability Certificate and certify any final
payment that is due to the Contractor within 60 days of receiving the
Contractor’s account if it is correct and complete. If it is not, the
Project Manager shall issue within 60 days a schedule that states
the scope of the corrections or additions that are necessary. If the
Final Account is still unsatisfactory after it has been resubmitted, the
Project Manager shall decide on the amount payable to the Contractor
and issue a payment certificate.
71. Operating and
71.1 If “as built” Drawings and/or operating and maintenance manuals are
Maintenance required, the Contractor shall supply them by the dates stated in the
Manuals SCC.
71.2 If the Contractor does not supply the Drawings and/or manuals by the
dates stated in the SCC pursuant to GCC 71.1, or they do not receive
the Project Manager’s approval, the Project Manager shall withhold the
amount stated in the SCC from payments due to the Contractor.
72. Termination
72.1 The Employer may terminate the Contract at any time if the
contractor;
a. does not commence the work as per the Contract,
b. abandons the work without completing,
c. fails to achieve progress as per the Contract.
72.2 The Employer or the Contractor may terminate the Contract if the other
party causes a fundamental breach of the Contract.
72.3 Fundamental breaches of Contract shall include, but shall not be limited
to, the following :
Procurement of Works- Single Stage Two Envelope Procedure | 113
(a) The Contractor uses the advance payment for matters other than the
contractual obligations,
(b) the Contractor stops work for 30 days when no stoppage of work is shown
on the current Program and the stoppage has not been authorized by the
Project Manager;
(c) the Project Manager instructs the Contractor to delay the progress of the
Works, and the instruction is not withdrawn within 30 days;
(d) the Employer or the Contractor is made bankrupt or goes into
liquidation other than for a reconstruction or amalgamation.
(e) a payment certified by the Project Manager is not paid by the Employer
to the Contractor within 90 days of the date of the Project Manager’s
certificate;
(f) the Project Manager gives Notice that failure to correct a particular
Defect is a fundamental breach of Contract and the Contractor fails to
correct it within a reasonable period of time determined by the Project
Manager;
(g) the Project Manager gives two consecutive Notices to update the
Program and accelerate the works to ensure compliance with GCC
Sub clause 22.1 and the Contractor fails to update the Program and
demonstrate acceleration of the works within a reasonable period of
time determined by the Project Manager;
(h) the Contractor does not maintain a Security, which is required;
(i) the Contractor has delayed the completion of the Works by the number
of days for which the maximum amount of liquidated damages can be
paid, as defined in the SCC; and
(j) If the Contractor, in the judgment of the Employer has engaged in
corrupt or fraudulent practices in competing for or in executing the
Contract, pursuant to GCC 73.1.
72.4 When either party to the Contract gives notice of a breach of Contract
to the Project Manager for a cause other than those listed under GCC
72.3 above, the Project Manager shall decide whether the breach is
fundamental or not.
72.5 Notwithstanding the above, the Employer may terminate the
Contract for convenience.
72.6 If the Contract is terminated, the Contractor shall stop work
immediately, make the Site safe and secure, and leave the Site as soon
as reasonably possible.
73. Fraud and
73.1 If the Employer determines that the Contractor has engaged in corrupt,
Corruption fraudulent, collusive, coercive or obstructive practices, in competing for
or in executing the Contract, then the Employer may, after giving 15
daysnotice to the Contractor, terminate the Contractor's employment
under the Contract and expel him from the Site.
73.2 Should any employee of the Contractor be determined to have engaged
in corrupt, fraudulent, collusive, coercive, or obstructive practice during the
execution of the Works, then that employee shall be removed in
accordance with GCC Clause 15.
For the purposes of this GCC 73;
(i) “corrupt practice” is the offering, giving, receiving or soliciting,
directly or indirectly, of anything of value to influence improperly
the actions of another party.
(ii) “fraudulent practice”5 is any act or omission, including a
misrepresentation, that knowingly or recklessly misleads, or
attempts to mislead, a party to obtain a financial or other benefit or
to avoid an obligation;
(iii) “collusive practice”6 is an arrangement between two or more
parties designed to achieve an improper purpose, including to
influence improperly the actions of another party;
(iv) “coercive practice”7 is impairing or harming, or threatening to impair
or harm, directly or indirectly, any party or the property of the party
to influence improperly the actions of a party;
(v) “obstructive practice” is
(aa) deliberately destroying, falsifying, altering or concealing
of evidence material to the investigation or making false
statements to investigators in order to materially impede a
investigation into allegations of a corrupt, fraudulent,
coercive or collusive practice;
and/or threatening, harassing or intimidating any party to
prevent it from disclosing its knowledge of matters relevant
to the investigation or from pursuing the investigation; or
(bb) acts intended to materially impede the exercise of the
GON’s/DP’s inspection and audit rights provided for under
GCC28.3.
74. Black Listing
74.1 Without prejudice to any other rights of the Employer under
this Contract, GoN, Public Procurement Monitoring Office
(PPMO), on the recommendation of procuring entity, may
blacklist a Bidder for its conduct for a period of one (1) to three
(3) years on the following grounds and seriousness of the act
committed by the bidder:
(a) if it is established that the Contractor has committed
substantial defect in implementation of the contract or has not
substantially fulfilled its obligations under the contract or the
completed work is not of the specified quality as per the
contract.
(b) If convicted from a court of law in a criminal offense liable to
be disqualified for taking part in procurement contract,
(c) If it is established that the Contractor has engaged in corrupt
or fraudulent practices in competing for or in executing the
Contract.
75. Payment upon
75.1 If the Contract is terminated because of a fundamental breach of
Termination Contract by the Contractor, the Project Manager shall issue a certificate
for the value of the work done and Materials ordered less advance
payments received up to the date of the issue of the certificate.
Additional Liquidated Damages shall not apply. If the total amount due
to the Employer exceeds any payment due to the Contractor, the
difference shall be a debt payable to the Employer.
75.2 If the Contract is terminated for the Employer’s convenience or because
of a fundamental breach of Contract by the Employer, the Project
Manager shall issue a certificate for the value of the work done, Materials
ordered, the reasonable cost of removal of Equipment, repatriation of the
Contractor’s personnel employed solely on the Works, and the
Procurement of Works- Single Stage Two Envelope Procedure | 115
Contractor’s costs of protecting and securing the Works, and less
advance payments received up to the date of the certificate.
79.3 For purposes of GCC 79.2, “origin” means the place where the
materials and equipment are mined, grown, produced, or
manufactured, and from which the services are provided. Materials
and equipment are produced when, through manufacturing,
processing, or substantial or major assembling of components, a
commercially recognized product results that differs substantially in its
basic characteristics or in purpose or utility from its components.
80. Project
80.1 The Project Manager’s duties and authorities are restricted to the
Manager’s Duties extent as stated in the SCC.
and Authorities
88 Compliance 88.1 The Contractor shall comply with all relevant ordinances, instructions
with and regulations which the Government, or other person or persons
Regulations for having due authority, may issue from time to time regarding the
Explosives handling, transportation, storage and use of explosives.
89. Permission for
89.1 The Contractor shall at all times maintain full liaison with and
Blasting inform well in advance, and obtain such permission as is required
from all Government authorities, public bodies and private parties
whatsoever concerned or affected, or likely to be concerned or affected
by blasting operation.
90. Records of
90.1 Before the beginning of the Defects Liability Period, the Contractor shall
Explosives account to the satisfaction of the Project Manager for all explosives
brought on to the Site during the execution of the Contract and
the Contractor shall remove all unused explosives from the Site on
completion of works when ordered by the Project Manager.
91.Traffic
91.1 The Contractor shall include the necessary safety procedures regarding
Diversion and pedestrian traffic diversion that is needed in execution of the works.
The Contractor shall include in his costing of works, any temporary
works or diversion that are needed during the construction period. All
traffic diversion should be designed for the safety of both the motoring
public and the men at work. It shall ensure the uninterrupted flow of
traffic and minimum inconvenience to the public during the period
concerned. As such, adequate warning signs, flagmen and other
relevant safety precautionary measures shall be provided to warn
motorists and pedestrians well ahead of the intended diversion as
directed by the Project Manager. All traffic devices used shall be
designed in accordance with the instruction of Project Manager.
Section IX: Special Conditions of Contract
The following Special Conditions of Contract shall supplement the GCC. Whenever there is a conflict,
the provisions herein shall prevail over those in the GCC
Procurement of Works- Single Stage Two Envelope Procedure | 119
GCC 1.1 (v) The Intended Completion Date for the whole of the Works shall be 21 months
from the start date.
GCC 1.1 (ee) The Site is located at Bhaktapur and is defined in the Drawings
GCC 1.1 (hh) The Start Date shall be after 7 days from the date of issuance of work
order.
GCC 2.3(i) The following documents also form part of the Contract
• Any addenda to the bidding documents issued by the employer
• Document comprising the contractor’s technical bid
GCC 13.1
Not Applicable
k) Health and Safety Plan should be prepared considering the Safety for the workers
(Demolition Works, retrofitting works and new construction) and other
provisions has follows:
• The employer shall ensure that all the measures which are to be applied
at every stage of construction work in order to ensure the occupational
health and safety of workers.
• The contractor has to ensure the mandatory use of safety gear (helmets,
safety belts, masks, gloves, earplugs and boot) depending on nature of
work. Contractor shall have to take the cost burden for this from its own
overhead profit.
• The site engineer will check whether the provisions have been made or
not. The contractor will be asked to prepare the site safety approach for
rescue during emergency.
• The contractor has to ensure that all workers engaged in the construction
site have insurance against accidents as per the labor act of Nepal. The
contractor shall have to take the cost burden for this from its own
overhead profit.
• At the temporary construction worksites, where fifty or more workers are
engaged, the contractor shall have to make arrangements for quarters,
foodstuffs, drinking water, etc. for the workers who do not have residence
nearby. Contractor shall have to take the cost burden for this from its own
overhead profit.
• First Aid Provision:
• A contractor shall ensure that first aid can be provided to workers who
have an accident or have suddenly been taken ill on site.
• Provide on the site such lifesaving apparatus as may be appropriate and
an adequate and easily accessible first aid outfit
• The contractor shall designate workers for that purpose and organize
appropriate training for them. At least one worker who knows how to
provide first aid shall be present on the site while work is being performed.
• Construction sites shall be equipped with first aid kits fitted with essential
first aid equipment, and stretchers, rigid splint sets, eyewash, etc. First
aid equipment shall be marked in accordance with the requirements.
• Site selection of waste disposal (debris management)
• The waste from the demolition activities will be disposed of in the
approved prescribed area in consultation and with hospital and
municipality authority.
• The waste disposal should not be near to any type of water resource
(Siddha Pokhari) or environmentally sensitive area
• It will be ensured that the disposal of waste should not further deteriorate
the surrounding environment
l) Job layout Plan should be prepared considering the following concerns:
• The contractor has to prepare the job layout plan not limiting the following
provisions like the places for the unloading and storage of construction
materials; the places for the storage and disposal or removal of waste and
debris, the provision of sufficient rest rooms and/or accommodation areas for
workers; construction route, service route
• Construction sites need to be cordoning without disrupting the service route
and should be fenced to prevent the entry of unauthorized persons. The
fencing mechanism should be developed and approved by the project
manager before its application on-site.
m) any other provisions and measures as per Labor Act 2017 of Nepal
GCC 26.1 The Site Possession Date(s) shall be:
GCC 26.1 has been deactivated for this contract and following condition apply.
The employer shall give possession of a part of site as per the employer’s master
schedule within 7 days after issue of work order. Contractor has to agree and shall
be allowed to possess the whole or part of the site as per the master schedule of
the Employer during the construction works.
GCC 30.1 The place of arbitration shall be: Kathmandu and is as per NEPCA rules
C. Time Control
GCC 34.1 The Contractor shall submit for approval a Program for the Works within
15 (fifteen) from the date of the Letter of Acceptance.
D. Quality Control
The Defects Liability Period is: 365 days which starts only after the
GCC 42.1
completion of the whole project
E. Cost Control
GCC 49.1 5%
Procurement of Works- Single Stage Two Envelope Procedure | 125
GCC 53.1 The Contract is subject to price adjustment, and the following information
regarding coefficients “does” apply.
The coefficients and indices for adjustment of prices in Nepalese Rupees shall
be as specified in the Table of Adjustment Data submitted by bidder together
with the Letter of Price Bid which is approved by the Project manager.
GCC 53.7 The Price Adjustment amount shall be limited to a maximum of: 25 % of the
initial contract amount
GCC 55.1 The liquidated damages for the whole of the Works are 0.05 Percent of the
final Contract Price per day. The maximum amount of liquidated damages for
the whole of the Works is 10 Percent of the final Contract Price.
GCC 56.1 The Bonus for the whole of the Works is 0.05 Percent per day. The maximum
amount of Bonus for the whole of the Works is 10 percent of the final Contract
Price.
GCC 57.1 The Advance Payments shall be: 20% of the contract price and shall be
paid to the contractor as follows:
10 % after contract agreement upon submission of equivalent
acceptable bank guarantee.
Remaining 10 % shall be made after contractor completes full
mobilization at site upon verification from project manager and has
fulfilled contractual obligations such as submission of insurance
policies, work programme and acceptable bank guarantee to the
Employer.
GCC 57.3 Deductions from Payment Certificates will commence in the first certificate in
which the value of works executed exceeds 30% of the Contract Price.
Deduction will be at the rate of 40% of the respective Monthly Interim Payment
Certificate until such time as the advance payment has been repaid; provided
that the advance payment shall be completely repaid prior to the end of 80
% of the approved contract period.
GCC 71.1 The date by which operating and maintenance manuals are required is;
Within 15 days from work acceptance by the employer
GCC 71.2 The date by which “as built” drawings are required is: within 15 days from
work acceptance by the employer
GCC 80 The Project Manager has to obtain the specific approval of the Employer for
taking any of the following actions :
a. Approving subcontracting of any part of the works under General
Conditions of Contract Clause 13;
b. Certifying additional costs determined under General Conditions of
Contract Clause 50;
c. Determining start date under General Conditions of Contract Clause 1;
d. Determining the extension of the intended Completion Date under
General Conditions of Contract Clause 35;
e. Issuing a Variation under General Conditions of Contract Clause 1 and
46, except in an emergency situation, as reasonably determined by the
Project Manager; emergency situation may be defined as the
situation when protective measures must be taken for the safety of life
or of the works or of adjoining property.
f. Adjustment of rates under General Conditions of Contract Clause 45;
Procurement of Works- Single Stage Two Envelope Procedure | 127
This Section contains forms which, once completed, will form part of the Contract. The forms for
Performance Security and Advance Payment Security, when required, shall only be completed by
the successful Bidder after contract award.
Letter of Intent
[on letterhead paper of the Employer]
Title: ……………………………………………….
CC:
[Insert name and address of all other Bidders, who submitted the bid]
Letter of Acceptance
[on letterhead paper of the Employer]
Date: ……………………..
You are hereby instructed to contact this office to sign the formal contract agreement within 15
days with Performance Security of NRs. ………. in accordance with the Conditions of Contract,
using for that purpose the Performance security Form included in Section X (Contract Forms) of
this Bidding Document.
2. The following documents shall be deemed to form and be read and construed as part of this
Agreement.This Agreement shall prevail over all other Contract documents.
(a) the Letter of Acceptance;
(b) the Letters of Technical and Price Bid;
(c) the Addenda Nos ................................... Insert addenda numbers if any ……………
(d) the Special Conditions of Contract;
(e)the List of Eligible Countries that was specified in Section V of the bidding document,
(f) the General Conditions of Contract;
(g) the Specification;
(h) the Drawings;
(i) Bill of Quantities (or Schedules of Prices for lump sum contracts), and
(j) Table of Price Adjustment Data
(k)List of Approved Subcontractors [For GoN funded project]
(l) .................................................... ..[Specify if there are any other document]
4. The Employer hereby covenants to pay the Contractor in consideration of the execution and
completion of the Works and the remedying of defects therein, the Contract Price or such other
sum as may become payable under the provisions of the Contract at the times and in the manner
prescribed by the Contract.
IN WITNESS whereof the parties hereto have caused this Agreement to be executed in
accordance with the laws of Nepal on the day, month and year indicated above.
Signed by ………………………….
for and on behalf the Contractor in the presence of
Signed by…………………………..
for and on behalf of the Employer in the presence of
In accordance with GCC Sub-Clause 13.1,The following Subcontractors are approved for
carrying out the work as specified below.
Name of Value/Percentage
Description of Works
Subcontractors of subcontract
Letter of Commitment for Bank’s Undertaking for Line
of Credit
Bank’s Name, and Address of Issuing Branch or Office
(On Letter head of the Commercial bank or any Financial Institution eligible to issue Bank
Guarantee as per prevailing Law)
Date:
Contract No:
Name of Contract :
To:
Signature Signature
Name : Name :
Designation: Designation:
Procurement of Works- Single Stage Two Envelope Procedure | 133
Performance Security
(On letterhead paper of the Commercial Bank or Financial Institution eligible
to issue Bank Guarantee as per prevailing Law in Nepal.)
We have been informed that ... ... [insert name of the Contractor] (hereinafter called "the
Contractor") has been notified by you to sign the Contract No. ……………….. [insert reference
number of the Contract] for the execution of ……….. [insert name of contract and brief
description of Works] (hereinafter called "the Contract").
At the request of the Contractor, we... .................................. . [insert name of the Bank] hereby
irrevocably undertake to pay you any sum or sums not exceeding in total an amount of ...............[insert
name of the currency and amount in figures*] (... ........... .. insert amount in words) such sum
being payable in Nepalese Rupees, upon receipt by us of your first demand in writing accompanied
by a written statement stating that the Contractor is in breach of its obligation(s) under the Contract,
without your needing to prove or to show grounds for your demand or the sum specified therein.
…………………………………………
Seal of Bank and Signature(s)
Note:
All italicized text is for guidance on how to prepare this demand guarantee and shall be deleted from the final
document.
The Guarantor shall insert an amount representing the percentage of the Contract Price specified in the
Contract in Nepalese Rupees.
** Insert the date thirty days after the date specified for the Defect Liability Period. The Employer should note
that in the event of an extension of the time for completion of the Contract, the Employer would need to
request an extension of this guarantee from the Guarantor. Such request must be in writing and must be
made prior to the expiration date established in the guarantee. In preparing this guarantee, the Employer
might consider adding the following text to the form, at the end of the penultimate paragraph: “The Guarantor
agrees to a one-time extension of this guarantee for a period not to exceed [six months], in response to the
Employer’s written request for such extension, such request to be presented to the Guarantor before the
expiry of the guarantee”.
Advance Payment Security
(On letterhead paper of the Commercial Bank or Financial Institution eligible
to issue Bank Guarantee as per prevailing Law in Nepal.)
We have been informed that ………………has entered into Contract No. ..... Name and Address
of Employer………………name of the Contractor……………(hereinafter called "the
Contractor")..reference number of the Contract……………dated …………… with you, for the
execution of ...contract and brief description of Works ……………. (hereinafter called "the
Contract").
At the request of the Contractor, we... ......................... . name of the Bank ………………….
hereby irrevocably undertake topay you any sum or sums not exceeding in total an amount
of………………….name of the currency and amount infigures*......................... .(…… amount in
words ... ...................................................................... .) upon receipt by us of your first demand in
writing accompanied by a written statement stating that the Contractor is in breach of its obligation
under the Contract because the Contractor used the advance payment for purposes other than the
costs of mobilization in respect of the Works.
The maximum amount of this guarantee shall be progressively reduced by the amount of the
advance payment repaid by the Contractor as indicated in copies of interim statements or payment
certificates which shall be presented to us. This guarantee shall expire, at the latest, upon our
receipt of a copy of the interim payment certificate indicating that eighty (80) percent of the
Contract Price has been certified for payment, or on the ....... day of ......**, whichever is earlier.
Consequently, any demand for payment under thisguarantee must be received by us at this office
on or before that date.
……………………………………………………
Seal of Bank and Signature(s)
Note:
All italicized text is for guidance on how to prepare this demand guarantee and shall be deleted from the final document.
*The Guarantor shall insert an amount representing the amount of the advance payment in Nepalese Rupees of the
advance payment as specified in the Contract.
** Insert the date Thirty days after the expected completion date. The Employer should note that in the event of an
extension of the time for completion of the Contract, the Employer would need to request an extension of this
guarantee from the Guarantor. Such request must be in writing and must be made prior to the expiration date
established in the guarantee. In preparing this guarantee, the Employer might consider adding the following text to the
form, at the end of the penultimate paragraph: “The Guarantor agrees to a one-time extension of this guarantee for a period
not to exceed [six months], in response to the Employer’s written request for such extension, such request to be presented
to the Guarantor before the expiry of the guarantee”.
Specifications of Building Construction (Civil) Works
1. General
The Work shall be carried out according to these Specifications whether specifically mentioned
elsewhere or not. No extra in any form will be paid unless it is definitely stated as an item in the Bill
of Quantities.
Whenever the Specifications are not given or when the Specifications are ambiguous, the relevant
Nepal Standards or Indian Standards and further amendments will be considered as final and
binding.
All Works shall be carried out simultaneously with electrical, plumbing, sanitary and other services
and in co-operation with the Contractors of the above services. The Work shall be carried on till it
is completed satisfactorily along with the completion of other essential services. The building
Contractor shall keep the other Contractors informed of the proposed program of Work, well in
advance, so that the building Work is not hindered. The Contractor shall further cooperate with
other Contractors in respect of any facility required by them e.g. making holes in shuttering for
sanitary, pipes, electric conduits, fan hook etc. However, no extra payment shall be admissible for
such reasonable assistance and facilities afforded to other Contractors and the building
Contractors shall be deemed to have taken these factors into consideration while quoting the
rates.
The Work shall be related to the drawings which the Contractor is presumed to have studied.
Nothing extra will be paid for any item because of its shape, location or other difficult
circumstances, even if the schedule makes no distinction, as long as the item is shown in the
drawings.
The sources of materials stated in the Specifications are those from which materials are generally
available. However, materials not conforming to Specifications shall be rejected even if they come
from the stated sources. The Contractor should satisfy himself that sufficient quantity of materials
of acceptable Specification is available form the stated or other sources.
The requirements of Specifications shall be fulfilled by the Contractor without extra charges i.e. the
item rates quoted shall be deemed to have taken these Specifications into account.
These are requirements the Contractor shall fulfil after the issue of Letter of Acceptance but before
the Date of Commencement.
1.1 Definitions
General:
Acceptable/Approved (Approval) - Acceptable to/approved by the Engineer.
Agreed - Agreed in writing.
As detailed - As detailed on the drawings.
Authorized/ordered/rejected - Authorized/ordered/rejected by the Engineer.
Designated - Shown on the drawings or otherwise specified by the Engineer or, in relation
to an item scheduled in the bid documents, descriptive of an item to be
priced by a bidder.
Indicated - Indicated in or reasonably to be inferred from the contract, or indicated in
Tolerances:
Deviation - The difference between the actual (i.e., measured) size or position and the
specified size or position.
Permissible deviation - The specified limit(s) of deviation.
Tolerance - The range between the limits within which a size or position must lie.
Measurement and Payment:
Bill/schedule - The bill/schedule of quantities.
Billed/scheduled rate - The unit rate or price entered in the bill/schedule at which the
Contractor undertakes to execute the particular work or to
provide the required material, article or service, or to do any or
all of these things, as set out in the item concerned.
Billed/scheduled - Listed in the bill/schedule of quantities.
Fixed charge - A charge for work that is executed without reference to time.
Method-related charge - The sum for an item inserted in the bill by the Contractor when
tendering, to cover items of work relating to his intended method
of executing the Works.
Time-related charge - A charge for work the cost of which, to the Employer, is varied in
proportion to the length of time taken to execute the particular item
scheduled.
Value-related charge - A charge that is directly proportional to the value of the contract.
Written information shall be given to and approval taken from the Engineer regarding proper
establishment and maintenance of such camps. Failure in compliance with Engineer's instructions
in respect of overall standard will lead to reduction or withholding of any payment due to the
Contractor.
The Contractor shall provide at his own expense adequate temporary accommodation and toilet
facilities for his Workmen and keep the same in good conditions. This may `be done to suit Site
conditions with the approval of Project Engineer. The above mentioned temporary structures shall
be removed on the completion of Works at Contractor's own cost. All materials shall belong to the
Contractor.
The Contractor shall make his own arrangement for the supply of electric power and lighting as
The Contractor shall make his own arrangement for all internal and external telephones and other
communication means deemed necessary for the Works.
The Contractor shall make his own arrangement for office equipment and other consumable for his
use for the Works.
The contractor shall provide and maintain offices for the use of the Engineer and his staff if
provided in the contract
The Contractor shall be responsible for safety of all workmen and other persons entering the
Works and shall at his own expense; where not stated otherwise take all measures, subject to the
Engineer's approval, necessary to ensure their safety. Such measures shall include but not be
limited to:
• Provision of safety and emergency regulations for fire, gas, and electric shock prevention,
together with rescue operation plan
• Safe control of flowing water
• Provision and maintenance of suitable lighting to provide adequate illumination at place of
work with appropriate spares and standby unit
• Provision and maintenance of safe, sound slings, pulleys, ropes, and other lifting device
• Provision of safe access to any part of the works.
• Provision of notices in local dialect temporarily or permanently during construction at
locations likely to be used by the public. Placement of such notices shall depend on the
existence of the nature of work in the vicinity. These notices shall be in addition to any
other statutory requirements demanded of the Contractor
The Contractor shall submit a proposal with detailed safety and emergency measures for the
Engineer's approval. When the proposal has been approved, English and Nepali version of the
regulations shall be made available to all of his Employees and the Engineer.
The Contractor shall ensure that all his Employees are fully conversant with the regulations,
emergency and rescue procedures etc. and shall enforce a rule that will instantly dismiss any
employee committing a serious breach of such regulations.
The Contractor shall erect notice boards (1.2 m x 1.8 m) at the site giving details of the Contract in
the format and wordings directed by the Engineer. These boards shall be erected within 14 days
after the Contractor has been given the Possession of Site
The Contractor shall not erect any advertisement sign board on or along the work. The board shall
be removed by the Contractor by the end of the Defects Liability Period.
When the rehabilitation or replacement of existing public utilities requires their temporary
disconnection, the Contractor shall provide the affected users with temporary services in at least
the same standard as the original services. For water supply he may install temporary lines or
arrange for regular supply by tankers. When forced to disconnect existing sewers the Contractor
shall install temporary pipes of adequate size to carry off sewage from any private sewer facilities
cut off by construction work. Connections to temporary pipes shall be made immediately by the
Contractor upon cutting off the existing facility. No sewage shall be allowed to flow from any
severed facility upon the ground surface or into trench excavation. Pipes used in temporary
sewers may be plastic or approved flexible material.
Upon completion of work the Contractor shall replace all severed connections and restore to
operating order the existing sanitary facilities. The Contractor without approval of the Engineer
shall operate no valve or other controls in public service facilities. All users affected by such
operation shall be notified by the Contractor at least one hour before the operation and advised of
the probable time when service will be restored.
The Contractor shall control the movement of his crews and equipment on right-of-way including
access routes approved by the Engineer so as to minimize damage to crops and property and
shall endeavour to avoid marring the lands. Ruts and scars shall be obliterated and damage to
land shall be corrected and the land shall be restored as closely as possible to its original
conditions before final taking-over of the Works.
The Contractor shall be responsible directly to the Employer for any excessive or avoidable
damage to crops or lands resulting from his operations whether on lands adjacent to right-of-way
or on approved access road and deductions will be made from payment due to the Contractor to
cover the amount of such excessive or avoidable damage as determined by the Engineer.
Temporary facilities shall be provided by the Contractor, only for as long as required after which he
shall dismantle and remove the same from their place of use as speedily as possible. The
Contractor in his yard shall safely store re-usable components. The place of use shall be cleared
and reinstated immediately to at least the condition existing before the temporary facilities were
provided to the satisfaction of the Engineer.
Unless otherwise provided in the contract, no separate measurement and/or payment shall be
made for all materials and works required under this clause. All costs in connection with the work
specified herein shall be considered to be included with other related items of the work in the BOQ
All provision of temporary services shall be covered by a provisional sum in the BOQ. The lump
sum amounts indicated in BOQ shall be paid in pro-rata basis by dividing the total amounts by
contract period in months. These payments will be incorporated in the interim certificates for
payment.
The environment has been defined to mean surrounding area including human and natural
resources to be affected by execution and after completion of works.
The Contractor shall take all precautions for safeguarding the environment during the course of the
construction of the works. He shall abide by all prevalent laws, rules and regulations governing
pollution and environmental protection.
The Contractor shall prohibit employees from unauthorized use of explosives, poaching wildlife
and cutting trees. The Contractor shall be responsible for the action of his employees.
The Contractor is expected to arrange and execute the Works in such a way that existing
environmental conditions are not deteriorated. Borrow pits and dumping sites used by the
contractor shall be reinstated at his own cost by grass and/or tree plantation.
Written instruction/approval must be given to seek from the Engineer regarding protection and
reinstatement of environment throughout the Contract period. Failure in compliance with
Engineer's instructions in respect of overall standard will lead to reduction or withhold of payment.
Further, any serious deterioration in the environment including pollution attributable to Contractor
as determined by the Engineer, may result in deduction of actual expenditures incurred in their
reinstatement done through separate agency, from any money due to the Contractor.
Environmental protection works, among others, shall also include the following:
The Engineer shall have the power to disallow the method of construction and/or the use of any
borrow/quarry area, if in his opinion, the stability and safety of the works or any adjacent structure
is endangered, or there is undue interference with the natural or artificial drainage, or the method
or use of the area will promote undue erosion.
All areas susceptible to erosion shall be protected as soon as possible either by temporary or
permanent drainage works. All necessary measures shall be taken to prevent concentration of
surface water and to avoid erosion and scouring of slopes and other areas. Any newly formed
channels shall be backfilled.
Borrows/quarries shall be located away from the population centres, drinking water intakes,
cultivable lands and drainage systems. The cutting of trees shall be minimized. Temporary ditches
and/or settling basins shall be dug to prevent erosion. The undesirable ponding of water shall be
prevented through temporary drains discharging to natural drainage channels.
Earthworks operations shall be strictly limited to the areas to be occupied by the permanent works
and approved borrow areas and quarries unless otherwise permitted by the Engineer. Due
provision shall be made for temporary drainage. Erosion and/or instability and/or sediment
deposition arising from earthwork operations not in accordance with the Specifications shall be
made good immediately by the Contractor.
The Contractor shall obtain the permission of the Engineer before opening up any borrows pits or
quarries. Such borrow pits and quarries may be prohibited or restricted in dimensions and depth
by the Engineer where:
(i) They might affect the stability or safety of the works or adjacent property;
(ii) They might interfere with natural or artificial drainage or irrigation;
The Contractor shall not purchase or receive any borrow materials from private individuals unless
the source of such materials has been approved by the Engineer. At least 14 days before he
intends to commence opening up any approved borrow pit or quarry, the Contractor shall submit to
the Engineer his intended method of working and restoration. These shall include but not be
limited to:
Materials in excess of the requirements for permanent works and unsuitable materials shall be
disposed off in locations and in the manner as agreed with the Engineer. The locations of disposal
sites shall be such as not to promote instability, destruction of properties and public service
systems. Exposed areas of such disposal sites shall be suitably dressed and be planted with
suitable vegetation.
The Contractor shall plan his works in such a way that there is no spillage of POL products to the
surface or sub-surface water.
Various works defined under this item are related to provision and maintenance of camps for work
person and employees, Contractor's site offices, stores equipment yards and workshops. These
camps must be adequate, rain-proof, spacious, airy and hygienic with proper lighting and materials
storage facilities. The area shall be kept neat and clean.
Space allocated for storage of materials such as cement, gabion wire, reinforcing wire etc. shall in
general be damp-free, rain-proof and away from petroleum products storage.
Permission may be granted by the Engineer to erect suitable camps within the right of way free of
charge, if such establishments do not cause obstructions to traffic, nuisance to works execution
and adverse effect to the environment.
Written information must be given to and approval be taken from the Engineer regarding proper
establishment and maintenance of such camps. Failure in compliance with Engineer's instruction
in respect of overall standard will lead to reduction or with holding of payment.
Provision of toilets for labour and employees shall be made to avoid public nuisance as well as
pollution of water courses and air. The Contractor shall construct suitable septic tanks and/or soak
pits along with room of pit-type latrines. Sufficient water must be provided and maintained in the
toilets. Proper methods of sanitation and hygiene should be employed during the whole project
duration.
The Contractor shall supply potable water along with commencement of work to Contractor's staff
and work person both at camps and construction-sites. This arrangement shall be enforced to
avoid proliferation and generation of various water borne diseases.
The Contractor shall inform the Engineer regarding sources, installation and operation of supply of
potable water within a week after the supply is commenced.
Provision of first aid/medical facilities shall be made along with commencement of work to provide
quick medical service to injured/sick work person, and employees. Services shall also include on-
the-way service and other arrangements required for taking them to the nearest hospital in case of
emergency.
The scope of work shall include service of at least one part-time experienced health worker/health
assistant with a minimum of once a week full time site visit as work assignment. The Contractor
shall also supply and provide adequate medicines and facilities required for standard first aid.
The Contractor shall inform the Engineer regarding the medical facility within a week after its
establishment and operation.
The Contractor shall not store hazardous materials near water surfaces. The Contractor shall
provide protective clothing or appliances when it is necessary to use some hazardous substances.
High concentration of airborne dust resulting in deposition and damage to crops and water
resources shall be avoided. The Contractor shall take every precaution to control excessive noise
resulting in disruption to wildlife and human population.
Only controlled explosives methods shall be applied and used in construction works.
The Contractor shall arrange and execute works as well as related activities in such a way that
environmental conditions are reinstated. He may be required to carry out filling, removal and
disposal works along with plantation of grass and trees as directed by the Engineer at his own
costs at identified locations to reinstate environment.
Written instruction/approval shall be given by/sought from the Engineer regarding reinstatement of
environment both during and after completion of works and up to the end of Defects Liability
Period.
No separate measurement and payment shall be made for the works described in this Clause.
2.19 Photographs
The Contractor shall supply negatives and un-mounted positive colour prints of photographs, of
such portions of the works in progress and completed, as may be directed by the Engineer. The
negatives and prints shall not be retouched. The negative of each photograph shall be the property
of the Employer and shall be delivered to the Engineer with prints. No prints from these negatives
shall be supplied to anyone without the written permission of the Engineer.
Measurement
The measurement for this item shall be by number of sets of edited master records supplied each
with four copies thereof.
Payment
The contract unit rate shall include all expenses for making video films with the help of a
professionally competent photographer, editing, narration and supplying the final edited master
record along with four copies thereof.
Unless specified, all measurements shall be based on “Principals of Measurement (Int.) for works
of constructions." The tolerances specified in these Specifications are for evaluation of accuracies
only based on which the work shall be accepted or rejected. However, the measurement of the
work performed within the limits of tolerances shall be the measurement of actual work done in
place, if their dimensions are less than what have been specified or instructed by the Engineer. If
the actual work done in place is more than what has been specified or instructed by the Engineer,
but within the limit of tolerances, the measurement shall be the measurement of the work what has
been specified or instructed by the Engineer.
3.2 Payment
Unless specified in the contract, the contract unit rates and/or prices for items as set out in the Bill
of Quantities are the full and the final compensation to the Contractor for:
• Supply of all materials necessary to complete the item as per relevant specifications;
• Use of materials, labours, tools, equipment, machines and other resources as per need;
• All handling, packing charges and transportation;
• Cost of supervision, quality assurance, temporary and ancillary works;
• Site commissioning;
• Maintenance and making good;
• All duties and obligations as set out in the contract
• general works such as setting out, clearance of site before setting out and after completion of
works
• the preparation of detailed work program
• providing samples of various materials proposed to be used
• the detailed Design and Drawing of temporary works
• testing of materials
• any other details as required by the contract
• cost of all operations like storing, erection, moving into final position, etc. necessary to
complete and protect the work till handing over to the Employer;
• the cost for safeguarding the environment
• All incidental costs, not covered under above stated.
Where the Bill of Quantities does not include the items mentioned in this Section, no separate
payment shall be made for such works. The costs in connection with the execution of the works
specified herein shall be considered to be included in the related items of other works specified in
the Bill of Quantities or shall be considered to be incidental to the works specified. Items specified
in this Section and included in the Bill of Quantities shall be paid at the contract unit rates as
agreed and shown in the Bill of Quantities.
Certain Specifications issued by various national or other widely recognized bodies are referred to
in these Specifications. Such Specifications shall be defined and referred to as National
Specifications.
Along with the commencement of the contract, the Contractor shall provide in his site office at
least one complete set of all National Specifications referred to in these Specifications, if they are
for the Sections applicable to the works. This set shall be made available for use by the Engineer.
Wherever reference is made in these Specifications to specific standards and codes to be met by
the materials, plant, and other supplies to be furnished, and work to be performed or tested, the
provisions of latest current edition or revision of relevant standards and codes in effect shall apply.
Other authoritative standards which ensure a substantially equal or higher performance than the
specified*,-standards and codes shall be accepted subject to the Engineer's prior review and
approval. Differences between the standards specified and the proposed alternative standards
shall be fully described by the Contractor and submitted to the Engineer at least 28 days prior to
the date when the Contractor desires the Engineer's approval. In the event that the Engineer
determines that such proposed deviations do not ensure substantially performance, the Contractor
shall comply with the standards and codes specified. No payment shall be made for adoption of
higher standards.
The Symbols for units of measurement are used in these Specifications as they are given below.
M micron = m x 10-6
mm millimetre
m meter
km kilometre
sq. mm. or mm2 square millimetre
sq.m. or m2 square meter
sq. km. or km2 square kilometre
Terminology
The term "the Specifications" shall be construed as the Standard Specification and the Special
Specification all together.
6. Program
The Contractor shall provide all information needed for fulfilment of the program and required in
accordance with the Conditions of Contract including the sequence in which he intends to work
including implementation of quality assurance plan. If the Contractor requests a change in the
sequence and such change is approved by the Engineer, the Contractor shall have no claim as
per the Conditions of Contract for delay arising from such revisions to the program.
The program for the construction and completion of the works shall be established using
CPM/PERT techniques or equivalent. The program shall be detailed enough to give, in addition to
construction activities, detailed network activities for the submission and approval of materials,
procurement of critical materials and equipment, fabrication of special products/equipments if any
and their installation and testing, and for all activities of the Engineer that are likely to affect the
progress of work. The Contractor shall update all activities in accordance with the Conditions of
Contract on the basis of the decision taken at the periodic site review meetings or as directed by
the Engineer.
The program shall also include the Contractor's general requirements for any road closures to be
agreed in principle with the Engineer. Such agreement shall not relieve the Contractor of his
responsibility to obtain specific approval for each closure or series of closures.
Any proposal for night working shall also be stated in the program.
This Section covers the Quality Control System and procedures, Quality Assurance Plan, program
of tests, trials, and general procedures for acceptance as well as Laboratory arrangements and
related facilities which are required for the selection and control of the quality of materials and
workmanship.
All materials incorporated and all workmanship performed shall be strictly in conformity with the
requirements of the Specifications and the Contractor shall be responsible for the quality of the
works in the entire construction within the contract.
The Contractor shall provide, use and maintain on the Site, throughout the period of execution of
the contract, a Laboratory with adequate Laboratory equipment operated by competent staff for
carrying out tests required for the selection and control of the quality of materials and for the
control of workmanship in accordance with these Specifications. The list of Laboratory equipment
to be procured and Laboratory facilities to be provided shall be this specification. The Contractor
shall assume that tests shall be required on all materials to be used in the works and on all
finished works or part of works.
The Quality Control System comprises the methods, procedures and organization for the Quality
Control of the works. The Contractor shall implement the Quality Control System in the following
sequences:
The Contractor shall carry out all necessary tests and shall report to the Engineer the results of
such tests before submitting materials and/or finished works or part of works to the Engineer for
approval in accordance with this Specification. In certain circumstances, tests may be carried out
at the place of manufacture as per the Conditions of Contracts.
For satisfying himself about the quality of the works, quality control tests shall be conducted by the
Engineer himself or by any other agencies deemed fit by the Engineer. Additional tests may also
be conducted where in the opinion of the Engineer such tests are needed.
Before commencement of the work, the Contractor shall demonstrate a trial run of all construction
equipment for establishing their capability to achieve the laid down Specifications and tolerances
to the satisfaction of the Engineer.
The supply, testing and monitoring shall be in compliance with a Quality Assurance Plan and the
provisions in the contract.
The Contractor shall submit to the Engineer for his approval, the Quality Assurance Plan (QAP)
which shall be based on the detailed Program of the Works.
The Quality Assurance Plan shall include the following:
(2) The list of sources of materials and/or of manufactured articles, their main characteristics,
their identification mode as provided by the supplier when required; the program of supply
and procurement of material and/or manufactured articles in accordance with the
Program.
(3) The list of tests and quality control procedures to be implemented by the Sub-contractors,
if any, pointing out the "critical" acceptance testing procedures relating to the Sub-
contracted works, which correspond to the tasks on the Critical Path included in the Sub-
contracted works.
The Contractor shall implement the Quality Control in compliance with the approved QAP.
The Engineer's approval of the QAP shall not relieve the Contractor from his responsibility
of the quality of the Works as per the Conditions of Contract and these Specifications nor
shall the Engineer's approval of the QAP exempt the Contractor of any procedure to
inform the Engineer in writing or request for the Engineer's approval or re-approval as
specified in the Conditions of Contract and/or in these Specifications
The Contractor shall monitor and update the QAP on the basis of the decisions taken at
the periodic review meetings or as directed by the Engineer and in accordance with the
program of the works and the Conditions of Contract.
Concrete
Laboratory trials for concrete mixes shall be carried out by the Contractor to demonstrate that the
composition of the mixes proposed for the concrete meets the requirements of the Specifications.
The compositions of concrete mixes which meet the specified requirements and are accepted by
the Engineer shall be then used in the site trials carried out.
7.6.1 Concrete
Site trials for concrete mixes shall be carried out by the Contractor to demonstrate the suitability of
his mixing equipment. During the site trials, compliance with the Specifications for weighing
equipment, storage of ingredients, means of transport for concrete, placing, compaction and curing
shall be checked by the Engineer.
During the site trial a full scale sequence including placing and compaction of concrete shall be
carried out on a part of the works which will represent particular difficulties due to the presence of
reinforcement, obstructions or others.
The Contractor shall allow in his program for conducting the site trials and for carrying out the
appropriate tests, including the time required to obtain compressive strength test results at 28
days. The Contractor shall inform in writing the Engineer at least two weeks before the date he
proposes to use the concrete mixes in the site trials with all relevant data including the trial
program, the results of the Laboratory trial tests for the proposed concrete mixes and compliance
tests results of all constituents i.e. cement, aggregates, water and admixtures, if any.
Site trials for Pre-stressed Concrete Works, Painting of Structural Steelwork etc. are detailed in the
relevant Sections of these Specifications.
Approval of the Engineer to a set of data recorded in a site trial shall not relieve the Contractor of
his responsibilities to comply with the requirements of these Specifications
The tests to be carried out and their frequency for the quality control of the works are detailed in
the relevant Sections of these Specifications.
The following Table recapitulates the testing schedule for the main types of works.
The equipment for the site Laboratory and field control tests shall be provided, installed, operated
and maintained by the Contractor. The equipment, material, chemical reagents may also be used
by the Engineer to conduct tests according to his Quality Check Plan. Testing frequency (both
Laboratory and field control) shall be developed in the Quality Assurance Plan of the Contractor
and Quality Check Plan of the Engineer. After the completion of the Works, the Laboratory
equipment shall become the property of the Contractor. Laboratory and field control equipment
anticipated for the Works are listed in following Tables.
Measurement and Payments for the work will be made in relevant monthly statement on the basis
of lump sum price quoted in the BOQ. It shall be paid in the following manner:
- 50% after installation of the equipment in the site Laboratory to the satisfaction of the
Engineer and
- the remaining 50% after 80% completion of the Works.
7.9. Laboratory Equipment/Field Control Testing Apparatus For Cement Masonry And
Concrete Works
S.No. Designation Quantity
1. Slump Cone with Base and Graduated Tamping Rod 2 Sets
2. Heavy Duty Concrete Cube Moulds, 150 mm cubes, with Base 12 Sets
3. Concrete Cube Crushing (set) Machine with Spherically Seated Block 1 Set
and Platens for Mortar Test
4. Mortar Flow Apparatus with Cone 2 Sets
5. Vicat Apparatus 1 Set
6. Standard Sieves for Aggregate 2 Sets
7. Electric Oven 1 Set
The tests listed above are subject to the Contractor's Quality Assurance Plan approved by the
Engineer. The Engineer shall also determine the number of tests while executing the Works.
The Contractor shall keep records of all tests in a format approved by the Engineer. Two copies of
any test results shall be forwarded to the Engineer.
Measurement
Measurement of work under this Clause shall be in number of tests fully executed to the
satisfaction of the Engineer.
7.12. Payment
Payment will be made from the Provisional Sum set aside for the purpose and shall be full and
final compensation for all material, labour, and equipment to complete the works as specified.
All traverse stations and reference points shall be clearly marked and protected to the satisfaction
of the Engineer.
The Contractor shall provide the Engineer with all necessary assistance for checking the setting
out, agreement of levels and any other survey or measurement which the Engineer needs to carry
out in connection with the Works during the entire period of Contract. Such assistance shall
include:
- Provision of suitably qualified surveyors to work under the direction of the Engineer as
required.
- Provision of all necessary support for these surveyors including assistants, chainmen,
labour, survey equipment (thedolite, levels, etc.), hand tools, pegs, and other incidental
material.
The survey equipment shall be of the quality approved by the Engineer.
Unless otherwise specified under the Contract, the Contractor shall allow the Employer, the
Engineer or the Nominated Subcontractor the use of temporary access, crossings and other
Temporary Works at site insofar that such use is related with the Works.
Day work shall mean provisional sum payable to the Contractor for works executed on a daily or
hourly basis as instructed in writing by the Engineer. This item is categorized in three groups
namely:
(i) Labour
(ii) Equipment
(iii) Material
The Engineer however shall have the right to obtain further information on the rates and if
appropriate to negotiate changes in the rates or demand new prices for additional equipment, staff,
or material before or after the award of the Contract.
The Engineer shall have the right to calculate new prices for Day work on the basis of rate
analysis.
The hourly or daily rates of labour or equipment and the unit price for material submitted by the
Contractor shall deem to cover all expenses and shall be inclusive of overhead, taxes, and profit.
Non-working hours or idle time/down time of labour and equipment respectively shall not be
considered for payment.
7.16 Reports
The Contractor shall prepare and submit four copies of Progress Report on a monthly basis. The
Reports shall highlight the targeted and achieved progress, problems at site, and brief description
of the claims during the month and the Engineer's response, and other information relevant to the
Project. It shall be supplemented with necessary charts, tables, data, and at least 36 photographs.
On completion of the Works, the Contractor shall prepare and submit a Completion Report that
shall deal comprehensively on all aspects covered in the Monthly Report. Additional information
such as improvement in construction methods/techniques, lessons learnt from the Project,
important considerations for maintenance, etc. should also be highlighted.
7.17. Site Diary
The Contractor shall keep Site Diaries wherein full details of the work carried out during each day
shall be fully recorded. The diaries shall be available for inspection by the Engineer any time
during normal office hours. The Site Diaries shall include:
- Weather Conditions, rainfall/snowfall, and river water level
- Description, quantity, and location of work performed
- Shifts and working hours
- Number and category of workers working at site
- Plant in use and idle, or broken down
- Test carried out and results
- Inspection carried out by the Engineer
- Site instructions
- Visitors
- Accidents
7.18 Measurement and Payment
The cost for these works shall be covered by the Contractor's overhead included in unit rates of
other items in the BOQ.
The materials supplied and used in the works shall comply with the requirements of these
Specifications. They shall be new, except as provided elsewhere in the contract or permitted by
the Engineer in writing. The materials shall be manufactured, handled and used skilfully to ensure
completed works to comply with the contract.
The use of any one kind or class of material from more than one source is prohibited, except by
written permission of the Engineer. Such permission, if granted, shall set forth the conditions under
which the change may be made. The sources or kinds of material shall not be changed without
written permission of the Engineer. If the product of any source proves unacceptable, the
Contractor shall make necessary arrangements for the supply of acceptable material. Any claims
for compensation associated with such arrangements or changes shall not be considered, unless
the source of the unacceptable material is designated in the contract as a source of material.
When any manufactured product, either new or used, is to be furnished by the Employer, the
location at which such material shall be delivered to the Contractor shall be designated in the
contract. In such cases, the Contractor shall haul the materials from the designated delivery point
to the point of use. The compensation for such hauling shall be included in the contract unit rate
for placing the materials in the finished work.
Final inspection and acceptance of materials shall be made only at the site of the work. The
Engineer reserves the right to sample, inspect, and test the materials throughout the duration of
the works and to reject any materials which are found to be unsatisfactory.
A preliminary inspection of materials may be made at the source for the convenience and
accommodation of the Contractor, but the presence of a representative of the Engineer shall not
relieve the Contractor of the responsibility of furnishing materials complying with their
Specifications.
The representative of the Engineer shall have free entry at all times to those parts of any plant
which concern production of the materials ordered.
(2) Storage
All materials and manufactured articles shall be stored on site in a manner acceptable to
the Engineer. The Contractor shall carefully protect all work, materials and manufactured
articles from the weather and vermin.
When instructed by the Engineer, the Contractor shall submit to him all Test Certificates
from the suppliers/manufacturers of the materials and/or manufactured articles to be used
for the contract. Such certificates shall certify that the materials and/or manufactured
articles concerned have been tested in accordance with the requirements of these
Specifications. All Test results shall be enclosed along with such certificates. The
Contractor shall provide adequate means of identifying the materials and/or manufactured
articles delivered on the site with the corresponding certificates.
All materials not conforming to the requirements of the contract shall be rejected whether in place
or not. They shall be removed immediately from the site unless otherwise permitted by the
Engineer. Even after rectification of the defects no rejected material shall be used in the work
unless approved by the Engineer in writing. Upon failure of the Contractor to comply promptly with
any order of the Engineer given under this Clause, the Engineer shall have authority to cause the
removal and replacement of rejected material and to deduct the cost thereof from any monies due
to the Contractor.
(1) The proof as to the quality and suitability of alternatives shall be submitted by the
Contractor. He shall also furnish all information necessary as required by the Engineer.
The Engineer shall be the sole judge as to the quality and suitability of alternative articles
or materials and his decision shall be the final and binding upon the Contractor.
(2) Whenever the specifications permit the substitution of a similar or equivalent material or
article, no tests or action relating to the approval of such substitute material shall be made
until the request for substitution is made in writing by the Contractor accompanied by
complete data as to the equality of the material or article proposed. Such request shall be
made well in advance to permit approval without delaying the work.
Materials which are manufactured, produced or fabricated outside Nepal shall be delivered at a
The Contractor shall furnish to the Engineer a "Certificate of Compliance" with the specifications
from the manufacturer, producer or fabricator of foreign material where required. In addition,
certified mill test reports clearly identifiable to the lot of material shall be furnished where required
in these Specifications or otherwise requested by the Engineer. Where structural materials
requiring mill test reports are obtained from foreign manufacturers, such materials shall be
furnished only from those foreign manufacturers who have previously established, to the
satisfaction of the Engineer, the sufficiency of their in-plant quality control, as deemed necessary
by the Engineer or his representative, to give satisfactory assurance of their ability to furnish
material uniformly and consistently in conformance with their Specifications. At the option of the
Engineer, such sufficiency shall be established whether by submission of detailed written proof
thereof or through in-plant inspection by the Engineer or his representative.
If the welding of steel for structural steel members or the casting and pre-stressing of pre-cast pre-
stressed concrete members is to be performed outside of Nepal, the following requirements shall
apply:
(1) Such fabrication shall be performed only within the plants and by fabricators who have
previously established, to the satisfaction of the Engineer, that they have the experience,
knowledge, trained manpower, quality control, equipment and other facilities required to
produce the quality and quantity of the work required. At the option of the Engineer,
prequalification of the plant and fabricator shall be established either by the submission of
detailed written proof thereof or through in-plant inspection by the Engineer or his
representative, or both.
(2) The Contractor shall make written application to the Engineer for approval for such foreign
fabrication at the earliest possible time and in no case later than 60 calendar days in
advance of the planned start of fabrication. The application shall list the specific units or
portion of a work which shall be fabricated outside of Nepal.
(3) The Contractor shall advise the Engineer, in writing, at least 20 calendar days in advance
of the actual start of any such foreign fabrication.
(4) All documents pertaining to the contract, including but not limited to, correspondence,
tender documents, working drawings and data shall be written in the English/Nepali
language and all numerical data shall use the metric system of units of measurement.
The following definitions shall apply to materials in this Section and other relevant Sections.
(1) "Topsoil" shall mean the top layer of soil that can support vegetation. It shall include all turf
acceptable for turfing.
(2) "Suitable Material" shall comprise all that is acceptable in accordance with the contract for
(3) "Unsuitable Material" shall mean other than suitable material and shall include:
(4) "Well Graded Granular Material" consisting of gravel and/or sand shall conform to relevant
Clause.
(5) "Rock fall", coarse alluvial material shall be loose soils such as moraines, debris, or
alluvial material containing large blocks or large boulders. Individual blocks or boulders of
hard materials greater than 0.3m3 each in volume, shall be classified as hard material.
(6) "Hard Material" shall mean any material which conform to the requirements of relevant
Sub-clause.
8.9. Sieves
IS sieves shall be used for all tests. Based on IS-460 the standard sieves series shall be as
follows:
125; 90; 75; 63; 50; 45; 40; 37.5; 31.5; 25; 22.4; 20; 19; 16; 12.5; 11.2; 10; 9.5; 8; 6.3 ;5.6; 4.75;
4.00; 2.8; 2.36; 2; 1.7; 1.4; 1.18; 1; 0.85; 0.71; 0.6; 0.5; 0.425; 0.400; 0.300; 0.250; 0.212; 0.180;
0.150; 0.125; 0.090; 0.075 mm.
Sampling of soils and gravels shall be carried out as specified or as directed by the Engineer.
Samples shall be prepared for testing as indicated in IS 2720 part I, except that:
a) The mass (in g) of a sample required for sieve analysis is about 400D, D being the maximum
particle size (mm).
b) Sample containing particles larger than 19 mm size shall be prepared for compaction and CBR
tests as described hereunder, provided the proportion in weight of such particles is less than
30% :
An adequate quantity of representative material shall be sieved over the 50 mm and 19 mm sieve.
The material passing the 50 mm sieve and retained on the 19 mm sieve shall be weighed and
replaced with an equal mass of material passing the 19 mm sieve and retained on the 4.75 mm
sieve. The material for replacement shall be taken from the remaining portion of the main sample.
When preparing gravel samples, the aggregations of particles shall be broken with a wooden or
rubber hammer or pestle. Care shall be taken that no individual particles are crushed in the
operation.
Tests on soils and gravels shall be performed in accordance with the standard methods given in
Table below:
a) Wherever in the text of these Specifications and the Special Specification the term "x% of the
MDD (IS 2720 Part 27 or IS 2720 Part 28) is used it shall mean that a standard of compaction
shall be achieved such that the dry density of the compacted material is x% of the maximum
dry density determined from the respective tests mentioned in Table 6.4. Samples for the
compaction tests shall be taken before compaction of the layers begins unless in the opinion
of the Engineer the compactive effort proposed or applied by the Contractor is such that the
material characteristics have changed in which case the samples for the tests shall be taken
after all compaction is complete.
b) Compaction tests: when the material is susceptible to crushing during compaction, a separate
and new sample shall be used in the determination of each point on the moisture/density
curve.
c) The dry density of material placed in the works shall be determined by the Sand Replacement
Method unless the Engineer directs to use a nuclear method or other method. In the case of
nuclear method, tests shall be done at least at the same frequency required when using the
Sand Replacement Method, but at each nuclear densometer test location the average of three
readings taken at positions rotated by 90° shall be used. A check/comparison test using the
Sand Replacement Method shall be carried out at 10 test interval.
Initial calibration of the nuclear density testing equipment shall be done by carrying out at least fifty
tests in parallel with the Sand Replacement Method for each different material encountered. The
check tests shall be used to update the initial calibration of the nuclear density testing equipment.
Sampling shall be carried out as per ASTM-D75 and the samples shall be prepared in
accordance with IS 2386 or according to sampling procedures specified for the Standard
Methods of testing given in following Table.'
(2) Standards Methods of Testing
Tests on stone, aggregate, sand and filler shall be performed in accordance with the
standard procedures given in the following tables.
Tests Procedures Applicable to Stone Aggregate and Fillers'
Determination of:
i) Particle Size Distribution IS 2386 Parti
(Gradation)
ii) Clay, Silt, Dust in Aggregates IS 2386 Part 2
iii) Flakiness index IS 2386 Part
iv) Specific Gravity IS 2386 Part 3
v) Moisture Content IS 2386 Part 3
vi) Bulk Density, Voids & Bulking IS 2386 Part 3
8.12. Cement
Ordinary and High Strength Portland Cement (OPC and HSPC), Portland Slag Cement (PSC),
Portland Pozzolana Cement (PPC) shall be sampled according to IS 3535 and tested according to
IS 4031.
Chemical and physical requirements for Ordinary Portland Cement, High Strength Portland
Cement, Portland Slag Cement and Portland Pozzolana Cement shall be in accordance with IS
269, IS 8112, IS 12269, IS 455, IS 1489 respectively.
8.13. Lime
Limes shall be sampled and tested in accordance with BS 890 and shall comply with all
requirements specified therein.
Lime for treatment shall be Hydrated Calcium Lime or Quicklime and, unless otherwise specified,
shall comply with the requirements given in Table below:
8.13.1. Requirements of Lime for Treatment
S. No. Characteristics Hydrated lime Quicklime
(1) Sampling
Sampling and preparation of samples of lime treated material shall be carried out as
specified or as instructed by the Engineer except that:
Samples containing particles larger than 19 mm shall be prepared for compaction and
CBR tests. (The fraction coarser than 19 mm shall be replaced by an equal weight of
material passing through 19mm sieve and retained on 4.75 sieves).
Sampling and testing on concrete shall be carried out in accordance with the standard methods
given:.
The test specimens shall be cured at a temperature of 27°C ± 2°C. Water to be used in concrete
shall be tested as specified in BS 3148.
The total chloride content, expressed as chloride ion, arising from all ingredients in a mix including
cement, water and admixtures shall not exceed the following limits, expressed as a percentage of
the weight of cement in the mix :-
The total sulphate content expressed as SO3 of all the ingredients in a mix including cement,
water and admixtures shall not exceed 0.4 per cent by weight of the aggregates or 4.0 per cent of
the weight of the cement in the mix, whichever is the lesser.
All reinforcement for use in the Works shall be tested in a Laboratory acceptable to the Engineer
and two copies of each test certificate shall be supplied to the Engineer. The sampling and
frequency of testing shall be as set out in the NS 84-2042 and NS 191-2045. In addition to the
testing requirements described above, the Contractor shall carry out additional testing as
instructed by the Engineer.
(1) The tests shall be carried out by the methods described in BS 709. The following
requirements shall also be met with.
(a) General
In any respect the test results of welded joints shall not be inferior to the British Standard
test requirements for the parent material.
(iii)Revised Procedures
In the event of failure to meet the requirements, the Contractor shall carry out further
trials, using revised procedures, and further tests to the satisfaction of the Engineer.
(iv)Non-destructive Testing
A method of non-destructive testing agreed with the Engineer shall be used for the
examination of butt welds in tension members.
The Contractor shall submit the proposal to the Engineer about the paint system to be used in the
Works.
The system shall be defined at least by the following information, supported by the paint
manufacturer's data sheets:
• Type of system, composition of each component,
• Minimum thickness of each coat,
• Drying time at 10°C and 20°C within a range a relevant hygrometric conditions, including
handling conditions, minimum and maximum time of overlap,
• Type of painting method and thinner content, (airless spray, brush, roller etc.)
• Thinner type,
• Blending ratio,
• Maximum time limit of use, by 75% of relative humidity and for a relevant range of
temperature and hygrometric conditions,
• Ripening time for a relevant range of temperatures and at least for 20°C and 30°C.
• Weather conditions constraint for painting and drying, including minimum and maximum
ambient temperature and temperature of surfaces to be painted.
8.17. Bricks
8.18. Mortar
Reinforced concrete pipes shall comply with the requirements of NS 80-2042/IS 458:1988.
Geo textiles used shall be made of polyethylene or polypropylene or polyester or similar fibres,
either woven or non-woven. Unless otherwise shown on the Drawing, the geo textiles shall:
a) sustain a load of not less than 10 kN/m at break and have a minimum failure strain of 10
percent when determined in accordance with BS: 6906 or shall have a grab tensile
strength more than 0.4 kN/m and grab elongation corresponding to this limit in accordance
with ASTM D4632.
b) have apparent opening size as shown on the Drawing. If no size is shown on the Drawing,
then the apparent size shall be 0.1 mm.
c) allow water to flow through it at right angles to its principal plane, in either direction at a
rate of not less than 50 liters/sq.m./sec. under a constant head of 100 mm, determined in
accordance with BS: 6906 (Part 3) or ASTM D4491, unless otherwise shown on the
Drawing. The flow rate determined in the test shall be corrected to that applicable to a
temperature of 15°C using data on variation in viscosity of water with temperature
e) have a minimum tear resistance of 350 N when determined in accordance with ASTM D
4533. Geo textiles used for drilled sub-surface drains shall be as specified
9.1. Definitions
Structural concrete is any class of concrete which is used in reinforced, pre-stressed or un-
reinforced concrete construction which is subject to stress.
Non-structural concrete is composed of materials complying with the Specification but for which no
strength requirements are specified and which is used only for filling voids, blinding foundations
and similar purposes where it is not subjected to significant stress.
A pour refers to the operation of placing concrete into any mould, bay or formwork, etc. and also to
the volume which has to be filled. Pours in vertical succession are referred to as lifts.
(1) General
The Contractor shall submit to the Engineer full details of all materials which he proposes
to use for making concrete. No concrete shall be placed in the works until the Engineer
has approved the materials of which it is composed. Approved materials shall not
thereafter be altered or substituted by other materials without the consent of the Engineer.
(2) Cement
Cement shall be free flowing and free of lumps. It shall be supplied in the manufacturer's
sealed unbroken bags or in bulk. Bagged cement shall be transported in vehicles provided
with effective means of ensuring that it is protected from the weather.
Bulk cement shall be transported in vehicles or in containers built and equipped for the
purpose.
Cement in bags shall be stored in a suitable weatherproof structure of which the interior
shall be dry and well ventilated at all times. The floor shall be raised above the
surrounding ground level not less than 30cm and shall be so constructed that no moisture
rises through it.
Each delivery of cement in bags shall be stacked together in one place. The bags shall be
closely stacked so as to reduce air circulation with min gap of 500mm from outside wall. If
pallets are used, they shall be constructed so that bags are not damaged during handling
and stacking. Stack of cement bags shall not exceed 8 bags in height. Different types of
cement in bags shall be clearly distinguished by visible markings and shall be stored in
separate stacks.
Cement from broken bags shall not be used in the works. Cement in bags shall be used in
the order in which it is delivered.
Bulk cement shall be stored in weather proof silos which shall bear a clear indication of the
type of cement contained in them. Different types of cement shall not be mixed in the
same silo.
The Contractor shall provide sufficient storage capacity on site to ensure that his
All cement for any one structure shall be from the same source as far as possible.
All cement used in the works shall be tested by the manufacturer. The manufacturer shall
provide the results of tests as given in following tables for each supply and for the last six
months of his production. The Contractor shall supply two copies of each certificate to the
Engineer.
Each set of tests carried out by the manufacturer on samples taken from cement which is
subsequently delivered to site shall relate to no more than one day's output of each
cement plant.
Cement which is stored on site for longer than one month shall be tested in such
laboratory for every 200 tons or part thereof and at monthly intervals thereafter.
The Contractor shall keep full records of all data relevant to the manufacture, delivery;
testing and the cement used in the works and shall provide the Engineer with two copies
thereof.
Fine aggregate shall be clean hard and durable and shall be natural sand, crushed gravel
sand or crushed rock sand complying with IS 383. AH the material shall pass through a
4.75 mm IS sieve and the grading shall be in accordance with IS 383. In order to achieve
an acceptable grading, it may be necessary to blend materials from more than one source.
The deviation from the initial fineness modulus shall be no more than ± 0.30 for ordinary
concrete and ± 0.20 for high quality concrete.
However, in respect of the presence of deleterious materials the fine aggregate shall not
contain iron pyrites, iron oxides, mica, shale, coal or other laminar soft or porous materials
or organic matter unless the Contractor can show by comparative tests on finished
concrete as per the direction of the Engineer, that the presence of such materials does not
affect the properties of the concrete.
Coarse aggregate shall be clean hard and durable crushed rock, crushed gravel or natural
gravel corresponding to the following classes:
Class A: Aggregate shall consist of crushed igneous or quartzite rock from an approved
source.
Class B: Aggregate shall consist of crushed quarry rock other than Class A from an
approved source.
Class C: Aggregate shall consist of natural or partly crushed gravel, pebbles obtained from
an approved gravel deposit. It may contain a quantity of material obtained from
crushing the oversize stone in the deposit provided such material is uniformly
mixed with the natural uncrushed particles.
Class D: Aggregate shall consist entirely of crushed gravel. The crushed gravel shall be
produced from material retained on a standard sieve having an opening at least
twice as large as the maximum size of aggregate particle specified.
Class E: Aggregate shall consist of an artificial mixture of any of the above classes of
aggregate the. The use of Class E aggregate and the relative proportions of the
constituent materials shall be approved by the Engineer.
Flakiness Index: When tested in accordance with IS 2386 Part 1, the Flakiness Index of
the coarse aggregate shall be as set out hereunder:
For ordinary concrete : not more than 25
For high quality concrete : not more than 15
If the Flakiness Index of the coarse aggregate varies by more than five units from the
average value of the aggregate used in the approved trial mix, then a new set of trial
mixes shall be carried out if the workability of the mixes has been adversely affected by
such variation.
Water Absorption: The aggregate shall not have water absorption of more than 2 per
cent when tested as set out in IS 2386 Part 3.
Los Angeles Abrasion (LAA): The aggregate shall have LAA not more than 45% for
ordinary concrete, and not more than 35% for high quality concrete, when tested in
accordance with IS 2386 Part 4.
Aggregate Crushing Value (ACV): The aggregate shall have ACV not more than 30% for
pavement structure and not more than 45% for other structure when tested in accordance
with IS 2386 Part 4.
Alkali Aggregate Reactivity: The aggregate shall comply with IS 383/3.2 notes when
tested in accordance with IS 2386 Part 7.
Engineer, if the tested materials fail to comply with the Specification, further tests shall be
made in the presence of the Contractor and the Engineer. Acceptance of the material shall
be based on the results of such tests.
All the materials shall be accepted if the results of not less than three consecutive sets of
test executed in accordance with IS 2386 (Part 1-8) show compliance.
The Contractor shall carry out routine testing of aggregates for compliance with the
Specification during the period that concrete is being produced for the works. The tests set
out below shall be performed on aggregates from each separate source on the basis of
one set of tests for each day on which aggregates are delivered to site provided that the
set of tests shall represent not more than 100 tons of fine aggregate and not more than
If the aggregate from any source is variable, the frequency of testing shall be increased as
instructed by the Engineer.
In addition to the above routine tests, the Contractor shall carry out the following tests at
the stated frequencies:
Aggregates shall be delivered to site in clean and suitable vehicles. Different type or sizes
of aggregates shall not be delivered in one vehicle.
Each type or size of aggregate shall be stored in a separate bin or compartment having a
base such that the contamination of aggregate is prevented. Dividing walls between bins
shall be substantial and continuous so that no mixing of types or sizes occurs.
The storage of aggregates shall be arranged in such a way that drying out in hot weather
is prevented in order to avoid sudden fluctuations in water content. Storage of fine
aggregates shall be arranged in such way that they can drain sufficiently before use in
order to prevent fluctuations in water content of the concrete.
Brackish water containing more than 1000 ppm chloride ion or 2000 ppm sulphate ion
shall not be used for mixing or curing concrete.
The Contractor shall carry out tests in compliance with IS 456 to establish compliance with
Specifications.
(8) Admixtures
(a) General
The use of admixtures in concrete may be required under the contract to promote special
properties in the finished concrete or may be proposed by the Contractor to assist him in
compliance with the Specification.
In all cases the Contractor shall submit to the Engineer full details of the admixture he
proposes to use and the manner in which he proposes to add it in the mix. The information
provided shall include:
The classes of structural concrete to be used in the works shall be as shown on the
Drawing and designated in following Table, in which the class designation includes two
figures. The figures indicates the characteristic strength Fck at 28 days expressed in MPa
(N/mm2 ) and the second figure is the maximal nominal size of aggregate in the mix
expressed in millimetres. Letter M in the class designation stands for Mix, letters SM stand
for Special Mix.
Consistence of the mix, assessed through the Slump Test where the slump is measured in
millimetres, is designated as follows:
S: Stiff consistence, for slump < 40
VP: Very Plastic consistence, for slump >90 and < 150
(a) The aggregate portion shall be well graded from the nominal maximum size of
stone down to the 150 micron size.
(b) The cement content shall be such to achieve the strength called for but in any
case not less than the minimum necessary as shown in following Tables
(c) The workability shall be consistent with ease of placing and proper compaction
having regard to the presence of reinforcement and other obstructions.
(d) The water/cement ratio shall be the minimum consistent with adequate workability
but in any case not greater than 0.5 for classes of concrete from M20 to M50
taking due account of any water contained in the aggregates. The Contractor shall
take into account that this requirement may in certain cases require the inclusion
of a workability agent in the mix.
Note: The minimum cement contents shown in the above table are required in order to achieve
impermeability and durability. In order to meet the strength requirements in the
Specification higher contents may be required.
A "result" being the average strength of the three cubes from one batch, the average of the three
results from tests at 28 days for the nominal composition shall not be less than the Minimal Target
Strength shown in the Table.
One result from the modified compositions shall not be less than the nominal strength as shown on
Table above.
(4) Site Trials
At least six weeks before commencing placement of concrete in the permanent works, site
trials shall be prepared for each class of concrete specified.
Six 150 mm or 200 mm cubes as appropriate shall be made from each sample and shall
be cured and tested in accordance with BS 1881 three at seven days and the other three
at 28 days. Where information samples are required, such as for post-tensioning
operations, three additional cubes shall be made.
Generally the timber shall be Sal wood unless otherwise stated of the best quality obtained from
an approved saw mill. Timber for carpentry shall be straight and free from twist, sapwood, shakes,
dead and loose knots, worm holes, other holes, signs of decay and other defects, and seasoned
and shall comply with the requirements of IS 883-1994 All the timber shall be seasoned and free
from decay, harmful fungi and insect attacks and from any other damage of harmful nature which
will affect the strength, durability, appearance or its usefulness for the purpose for which it is
required. The minimum compressive strength of the timber shall be 70 kg/cm2.
10.2. Kind:
The timber shall be best quality timber as specified in the item. The samples of the approved
timber to be used shall be deposited in the office of Engineer for the purpose of comparison.
Colour:
The Colour shall be uniform as far as possible, the darkness of colour amongst colour species of
timber being generally a sign of strength and durability.
Moisture:
The natural moisture content of any untreated timber delivered to site shall not exceed those as
recommended by IS 287-1993. All timber shall be seasoned to moisture content of not more than
22% for frames and 15% for shutter. The contractor’s price must include for any kiln drying that
may be necessary to achieve these figures
Stacking:
As soon as the foundation of building are laid all necessary timber, scantling shall be brought to
the site and stacked as laid down in IS 401 - 1967 till required. All timber of assembled woodwork
shall be protected from the weather and stored in such a way as to prevent attack by termites,
insects or decay fungi for which temporary shed shall be built. All timber shall be stored at least
750mm above ground level or more, if deemed necessary and individual members shall be
separated by strips so that air may circulate around all four sides.
Timber for the work shall not be brought to the site of work until the sample and approved by the
Engineer who may reject the defective timber/timber works. Any effort like plugging, painting, using
any adhesive or resinous material to hide defect shall render the pieces, rejectable by the
Engineer. Timber presented for inspection shall clean and free from dust, mud, paint or other
material, which may conceal the defects. Cut-off ends for protection can be done after inspection
with raw linseed oil or any other materials approved by the Engineer. No timber be painted, tarred
or oiled primed without the previous permission of the Engineer.
10.3. Sawing:
All beams and scantling shall be sawed straight lines, planes and of uniform thickness with full
measurement from end to end and shall be swan along grain and under no condition beams,
rafters, wall plates, blocks etc. shall be sawed across grain. They shall be sawn with such
sufficient margin as to secure specified dimensions, lines and planes after being brought and
All wood work except door/window frames or ceiling shall be painted with two coats of creosote
confirming to IS 218 1952. Any timber rejected shall at once be removed from the site. The
contractor shall be responsible up to the end of the maintenance period for executing at his own
cost all work necessary to eradicate insect attack of timber which becomes evident, including the
replacement of timber attached or suspected of being attacked, not with standing that the timber
concerned may have already been inspected and passed as fit to use before.
10.4. Hardware
Hardware shall consist of bolts, with the necessary nuts and washers, timber connectors, drift pins,
dowels, nails, screw nails, coach bolts, spikes and other metal fasteners. They shall be galvanized
or un-galvanized as specified. Bolts, nuts and washers shall be mild steel and comply with IS
1363-1992. Drift Pins and dowels shall be mild steel. Nails shall comply with IS 723-1972. Screw
nails and screws shall comply with IS 451-1972/IS 2585-1968. Coach bolts shall comply with IS
2609-1972. Spikes and other metal fastenings shall be of mild steel.
10.5. Holdfast
All panels except where specified in the drawing shall be fitted with frames having steel double
breasted butt hinges. Window frames shall have three 7.5cm / 2.00 mm thick hinges on each
panel whereas the size of hinges for door panels shall be as follows:
Width of panels (up to 75cm) : 10cm double breasted butt hinge, 2.00mm thick, 3 nos.
Width of panels exceeding 75cm : 12.5cm double breasts butt hinges, 2.25mm thick, 3 nos.
Doors shall be fitted with double-action automatic hydraulic door closers wherever instructed.
All tower bolts shall be of aluminium with bolt casted monolithic with the handle. Following shall be
size of the tower bolt.
Windows Panels 15cm top and bottom
Door 15cm top
15cm bottom (wherever necessary)
All screws shall be of Nettlefold or equivalent suitable lengths and diameter.
10.7. Handles
All doors shall be provided with handle on both sides and all windows with handles on the inner
side only. Door handled shall be minimum 15cm clear inside and window handle 10cm clear.
All doors shall be fitted with mortise lock of heavy quality, preferably of aluminium.
A sample of hardware (tower bolts, handles, hinges, catch and allotrope and screws) will be
displayed at the site at Project Engineer's office as the sample of desired quality and design. The
Contractor shall submit samples of hardware in writing to Project Engineer for approval.
10.8. Construction
When ventilator is provided above the door, full length, of the vertical post shall be provided. Joints
in the frame vertical style or horizontal rail shall not be allowed .The unrelated edges of the frame
in the opening shall be rounded or beaded uniformly.
The rebate and the plaster key grooves shall be provided as shown in the drawing. Vertical part of
the frame shall be embedded at least 30 mm in the masonry or concrete or flooring. Hold fasts
shall be provide as specified and any adjustment of spacing necessary shall be erected in position
and held in plumb with proper supports from both sides and built in masonry as it is being built.
The Work shall be as per the drawing .the timber shall be properly planned wrought and dressed
in a workmanship manner.
All joinery work shall be securely mortised and tenoned and glued with best quality waterproof
glue. All sections and dimensions are to be as shown on drawings. For all joinery work, use of
nails shall not be permitted. Wood screws of appropriate size and of approved make shall be used.
Wherever practicable, means of fastening the various parts together shall be concealed. All work
(both carpentry and joinery) shall be to the dimensions shown on the drawings.
The rate of woodwork shall include the cost of all sawing, planning, joining, bolts, nails, spikes,
keys wedges, pins, screw etc. necessary for the framing and fixing. Joints and portions inserted in
masonry or floor shall be allowed for in the measurement. Plugging in of holes for hold fasts shall
be done in neat manner. Any defects observed after installation shall be rejected. Sample of
workmanship shall be submitted for approval.
When described in the contract or shown on the Drawing timber shall be treated with preservative
in accordance with the Indian Standard Code of Practice for the preservation of timber IS 401-
1982.
10.10. Insect Damage
All timber shall be free from live barer beetle or other insect attack when brought upon the Site.
The Contractor shall be responsible to the end of the maintenance period for executing at his own
cost all Work necessary to eradicate insect attack of timber which becomes evident, including the
replacement of timber attached or suspected of being attacked, not with standing that the timber
concerned may have already been inspected and passed as fit for use.
All timber shall be seasoned to a moisture content of not more than 22% for carpentry and 15% for
joinery. The Contractor's price must include for any kiln drying that may be necessary to achieve
these figures.
The Project Engineer shall be given facilities for inspection of all works in progress whether in
Workshop or on Site. All timber as it arrives on the Site and not approved by them must be
removed forthwith, failing which the Employer, with the advise of the Project Engineer, may
arrange for the removal of the rejects and impose of them as they may consider advisable at the
Contractor's expenses.
Notwithstanding approval having been given as above, any timber incorporated in the Works found
to be in any way defective before the expiry of the maintenance period shall be removed and
renewed at the Contractor's expense. The Contractor is to allow for testing or prototypes of special
construction units and the Project Engineer shall be at liberty to select any samples they may
require for the purpose of testing i.e. for moisture content, or identification of species, strength, etc.
Where timbers need to be extended into a wall, they shall be thoroughly "Brush Treated" with a
wood preservative approved by the Project Engineer, and as much clear air space maintained
around the timber where it adjoins the wall as possible.
10.13. Clearing Up
The Contractor is to clear out and destroy or remove all cut and shavings and other wood waste
from all parts of the building and the Site generally, as the work progress and at the conclusion of
the work.
10.14. Galvanizing
When described in the contract or shown on the Drawing, all hardware shall be galvanized in
accordance with the Indian Standard Recommended Practice for Hot-Dip Galvanizing of Iron
All carpentry shall be executed with workmanship of the best quality. Scantlings and boarding shall
be accurately sawn and shall be of uniform width and thickness throughout. All carpenter's work
shall be left with sawn surface except where particularly specified to be wrought.
All carpenter's work shall be accurately set out in strict accordance with the drawings and shall be
framed together and securely fixed in best possible manner with properly made joints. All
necessary brads, nails and screws, etc. shall be provided as directed and approved.
Actual dimensions of scantlings for carpentry shall not vary from the specified dimensions by more
than 3mm in deficiency or excess but must be uniform throughout. Boards 25mm thick or less shall
hold up to the specified sizes. All timbers shall be as long as possible and practicable, in order to
eliminate joints.
10.15.2. Joinery
Generally all joiner's work shall be accurately set out on boards to full size for the information and
guidance of the artisans before commencing the respective works, with all joints, iron work and
Shall be approved laminated sheeting 1.5mm thick, securely fixed by means of Aerodux 185
adhesive, and in colours approved by the Project Engineer.
10.17. Ironmongery
All locks and Ironmongery shall be fixed with screws, etc., to match. Before the woodwork is
painted, handles shall be removed, carefully stored and re-fixed after completion of painting and
locks oiled and left in perfect working order.
Prices for fixing locks must include for organizing master-keying systems if required and all keys
shall be labeled with door references marked on approved labels before handling the Project
Engineer on completion.
The contractor shall be responsible for the temporary doors and closing in openings necessary for
the protection of the work during progress. He shall also provide and maintain any other temporary
covering required for the protection of finished woodwork that may be damaged during the
progress of the work if left unprotected.
Payment
The stone masonry shall be paid at the respective contract unit
prices which shall be the full and the final compensation to the
Contractor
Stone filling shall be done as stone masonry works in general but
with the omission of mortar. All stones shall be carefully shaped to
Stone Filling obtain as close a fit as possible at all beds and joints, any
C10
Works interstices between the stones being filled with selected stone
spalls. The stones in courses shall be laid perpendicular to the
batter face.
Glass blocks: Solid or hollow Glass blocks of 190mm x 190mm x
80mm or size as specified and of approved color and shape and
shall be used. Blocks shall be made from structural glass annealed
to withstand rigorous use of material. The bricks shall be impervious
to grease, chemicals, moisture and shall not change its color with
age.
Mortar:
1 part Portland Cement, 1 part lime, and 4-1/2 to 6 times parts of
fine sand passing No. 20 sieve and free of iron compounds to avoid
stains; add integral type waterproofed to increase waterproof
qualities of the mortar. Mortar shall be mixed drier than normal and
only an amount that will be used in 1/2 to 1 hour. Glass block will
not absorb water the same as brick. Re-tempered mortar shall not
be use in any case.
Installation
Surfaces shall be cleaned thoroughly prior to installation.
C11 Glass Block Glass block panels shall be installed into four side prepared
opening, shall never be made to carry loads other than their own
weight. Glass blocks shall not be tapped with steel tools.
Glass block panels shall never be freestanding. Masonry with glass
blocks more than 30 mm high, every horizontal joint should be
reinforced with galvanized expanded metal strips. Blocks masonry
shall not exceed 9m2 (vertical dimension not to exceed 3m)
Uniform joint width of 1/4 inch (6 mm) plus or minus 1/8 inch (3
mm). shall be maintained with maximum variation from plane of unit
to next unit - 1/32 inch (.80 mm) and maximum variation of panel
from plane - 1/16 inch (1.6 mm).When mortar has set, pack backer
rod in jamb and head channels. Recess to allow for sealant.
The construction shall be so executed that there is complete
freedom of movement of the panel within the inframing members.
Provision for expansion shall be made along the jambs and the
head of each panel and there shall be proper anchorage of panel at
head, sill and jamb.
Protection
Protect installed products shall be protected until completion of
project.
Damaged products shall be Touched-up, repaired or replaced
before Substantial Completion
Measurement/ payment
Measurement shall be in square meter for specified thickness of
masonryor nos of glass blocks as specified in the BOQ. Rate shall
include materials, mixing, laying, finishing, and labour etc., all
complete.
11. D. Concrete Works
Mixing Concrete
Before any batching, mixing, transporting, placing, compacting and
finishing and curing the concrete ordered or delivered to site, the
Contractor shall submit to the Engineer full details including Drawing
of all the plant which he proposes to use and the arrangements he
proposes to make.
Concrete for the works shall be batched and mixed in one or more
plants or concrete mixer unless the Engineer agrees to some other
arrangement. If concrete mixers are used, there shall be sufficient
number of mixtures including stand by mixers.
Batching and mixing plants shall be complying with the requirements
of IS 1791 and capable of producing a uniform distribution of the
ingredients throughout the mass. Truck mixers shall comply with the
requirements of IS 4925 and shall only be used with the prior approval
of the Engineer. If the plant proposed by the Contractor does not fall
D1-D8 General within the scope of IS 1791 it shall have been tested in accordance
with IS 4634 and shall have a mixing performance within the limits of
IS 1791.
All mixing operations shall be under the control of an experienced
supervisor.
The aggregate storage bins shall be provided with drainage facilities
arranged so that the drainage water is not discharged to the weigh
hoppers. Each bin shall be drawn down at least once per week and
any accumulations of mud or silt shall be removed.
If bulk cement is used, the scale and weight hopper for cement shall
be distinct from the scale and weight hopper for aggregates.
Cement and aggregates shall be batched by weight. Water may be
measured by weight or volume.
The weighing and water dispensing mechanisms shall be maintained
in good order. Their accuracy shall be maintained within the
tolerances described in IS 1791 and not more than plus or minus one
For pointing, the mortar shall be filled and pressed into the raked out
joints, before giving the required finish. The pointing shall then be
finished to proper type given on the Drawing. If type of pointing is not
mentioned on the Drawing the same shall be ruled pointing. For ruled
pointing after the mortar has been filled and pressed into the joints
and finished off level with the edges of the bricks, it shall while still
General
green be ruled along the centre with a half round tool of such width as
I8 – I12 Pointing
may be specified by the Engineer. The superfluous mortar shall then
Works
be cut off from the edges of the lines and the surface of the masonry
shall also be cleaned of all mortar.
Where external faces of the mortared masonry work will be backfilled
or otherwise permanently covered up, the mortared joint shall be
finished flush to the faces of the adjacent stonework.
Where mortared masonry faces will remain exposed, the mortar joints
Description of Measurement
Overlapping Factor
Work Method
Panelled or 1.5 for each side
Framed
Ledged & 1(1/8) for each side.
Battened
Flush 1 for each side.
Fully glazed or Measured flat (not 0.5 for each side.
gauged girthed) end of frame
Part panelled and to frame. 1 for each side.
part
Fully ventilated or 1.5 for each side.
Louvered
Boarding with 1.5 for each side.
covered fillet and
match boarding
Tile & slate Measured flat (no 3/4 for overall
battening deduction for open
Trellis or Jaffri spaces) 1 for Painting all over
Gates and open The height shall be 1 for Painting all over
palisade fencing taken from the lower
including standard end of the palisade
braces, rails, stays up to the top of the
palisade but not to
the standards if they
are higher.
Chapra (french Wood) polish is prepared from the chapra mixed with
spirit. Two layers of resin is applied by the smooth cotton clothes and
dried.
Preparation of Surface
Before application of Chapra polish, the timber surfaces shall be
thoroughly sand papered to obtain smooth surfaces and all the dust
are removed from the surfaces. A coat of primer of chalk power mixed
with resin or readymade approved putty is applied and sand papered
to fill in the voids and joints.
Preparation & Application
J10 Chapra paint
The Chapra polish shall be made by mixing Chapra granules, thinner
and spirit. The chapra must completely dissolve in the spirit. Over the
primed surfaces, the Chapra polish of approved quality shall be
applied with smooth cotton cloth with firm rubbing and spread evenly.
The cloth shall be of good quality and perfectly cleaned.
Chapra wood finish shall be reapplied at least three times, after
sandpapering with finer sand paper to get the final finish & best result.
Measurement
The measurement shall be in square metres of the finished work. The
rate shall include all the materials and labour, all complete.
Red Lead Red Lead primer paint shall be of approved brand. The lead content in
J11, J12,
Primer the paint shall be less than 60% by weight. The site in charge shall
J22, J23
examine the paints before seal is broken
J24, J25 Plastic felt
Japanees
J27
Texture paint Refer to general provisions above and the manufacturer's technical
Heritage Wall specification brochures
J28 Surface
Texture
Prevention of the termite from reaching the super-structure of the
building and its contents can be achieved by creating a chemical
barrier between the ground, from where the termites come and other
contents of the building which may form food for the termites. This is
achieved by treating the soil beneath the building and around the
foundation with a suitable insecticide.
Materials
Chemicals: Any one of the following chemicals in water emulsion to
achieve the percentage concentration specified against each chemical
Anti Termite shall be used:
J29
Treatment (i) Chlorphriphos emulsifiable concentrate of 20%
(ii) Lindane emulsifiable concentrate of 20%
To achieve the specified percentage of concentration, Chemical
should be diluted with water in required quantity before it is used.
Graduated containers shall be used for dilution of chemical with water
in the required proportion to achieve the desired percentage of
concentration. .
Safety Precautions : Chemical used for antitermite treatment are
insecticides with a persistent action and are highly poisonous. This
chemical can have an adverse effect upon health when absorbed
Measurement / Payment
Measurement shall be in square meter of exact length and breadth.
Rate
Rate shall include materials, mixing, laying, curing, finishing and
labour etc., all complete.
11. M. Metal, Fence and railing Works
Fixing
Brackets shall be fixed on the lintel or under the lintel as specified with
rawl plugs, and screws bolts etc. the shaft along with the spring shall
then be fixed on the brackets.
Frame Work
The frame work shall be of zinc coated mild steel or galvanized iron
(G.I. framing) and shall consist of 45 mm sq. or 50 x50 mm square
tubes of 18G as main runners as specified in the item at specified
spacing welded together with 45 mm x 45 mm zinc coated Gypsteel
branded channels, or 50 x 50 mm G.I. channels of 18G as runners at
specified spacing. The above frame shall be suspended from existing
RCC slab with adjustable 25 x 4 mm mild steel flats welded at top to
reinforcement bars, including exposing the reinforcement bars and
making good the damages with cement mortar as specified in the item
and drawings.
Expanded Metal
Expanded metal shall be fixed with the long way of the mesh across
the supports. The strands in the various sheets shall all slope in one
direction, in vertical work they shall also slope inwards and
downwards from the plaster face. To ensure continuity of key at the
fixing points small round rods, V-shaped ribs or strips of hardwood
shall be fixed on the face of the supports. All sheets shall be lapped
not less that 25-mm at the sides and ends, overlaps shall not occur
only at supports. Sides of the sheets shall be wired together with
galvanized wire of not less than 18 SWG, at every 75 mm between
supports. Cut ends of wire used for fastening etc. shall be bent
inwards and not towards the plaster finishing coat. The expanded
metal shall be secured to supports by means of galvanized staples at
intervals of not more that 100-mm. It shall be secured to steelwork by
wire or clips.
The fixing centres should normally be not greater than 350 mm for
mesh weighing 1.2 kg/sq.m. of 10 or 6 mm mesh. Care shall be taken
to ensure that the anti corrosion treatment is in good condition after
fixing.
Gypboard or Boral plaster board
The material for installing false ceiling system shall be made of
gypsum board with ISO 9002 and ISO 14000 certification, with
minimum thickness of 12.5mm (maximum variation in thickness
+0.4mm or –0.4mm), with minimum density of 677 kg/cum, with
flexural strength not less than 485 N cross directional and 175 N
machine directional, with hardness at core, end and edge not less
than 65 N, with capacity to withstand breaking load not less than 556
N in longitudinal direction and not less than 275 N in transverse
direction. The thermal resistance value "R" shall be not less than 0.45,
with fire propagation index "I" not less than 2.1. It shall be fixed to the
underside of the suspended grid comprising properly galvanised
0.5mm thick 80mm x 26mm ceiling section to be placed at maximum
distance 457mm c/c, 0.5mm thick 20mm x 45mm x 30mm channel
Note : Wherever makes have not been specified for certain items, the same shall be as per National
Standard and as per approval of Engineer
1. Civil Works
Contents
1. Civil Works..................................................................................................................................... 1
1. Cordoning Work ..................................................................................................................... 2
2. Double Scaffolding ................................................................................................................. 2
3. 100mm thick Prefab Dry Wall with Insulation ....................................................................... 3
4. Heterogeneous Vinyl Flooring ................................................................................................ 4
5. Conductive Flooring ............................................................................................................... 4
6. PVC Carpeting 1.5mm thick ................................................................................................... 5
7. PVC Coving ............................................................................................................................ 5
8. False Ceiling without insulation ............................................................................................. 6
9. False Ceiling with insulation................................................................................................... 7
10. Metal False Ceiling for OT Room .......................................................................................... 7
11. Expansion Joint ....................................................................................................................... 8
12. Signages .................................................................................................................................. 9
13. Dumb Waiter ......................................................................................................................... 12
14. Bed / Hospital Lift ................................................................................................................ 13
15. Stretcher Lift ......................................................................................................................... 15
16. Hermatic Door ...................................................................................................................... 16
17. OT Components .................................................................................................................... 16
18. Medical Gas Pipeline System (MGPS) ................................................................................. 19
19. Retrofitting Works ................................................................................................................ 28
1|Page
1. Cordoning Work
Supply and installation of 0.31mm thick CGI sheet for cordoning purposes of height 2.4m all
complete as per drawings, specifications and instruction of site-engineer.
Supplying and installation of MS black pipe of NB 50L of 2.1m height at regular interval
of 2.1m c/c horizontal with ground anchorage of 300mm with two layers NB 25L
horizontal bracing above ground including removing it after completion of the work and
cleaning thoroughly all complete as per drawing and instruction by the Site Engineer.
2. Double Scaffolding
Supplying and installation of MS black pipe of NB 50M at regular interval of 1.5m c/c and NB
50M horizontal bracing at 1.0m c/c interval and metal platform at 2.0m interval with necessary
cuplock joint connection, jack key support all complete for double scaffolding including
removing it after completion of the work and cleaning thoroughly all complete as per instruction
by the Site Engineer.
2|Page
Fig: Double Scaffolding
Fiber Cement Board Dry Wall is a system that is fabricated as stud wall in which fiber cement board
is fixed on the either side of the metal frame. The wall used for the construction should meet the
specification as follows:
3|Page
Joint treatment - Boards are to be fixed horizontally/vertically in a staggered manner to
avoid through joints on both sides. To have a joint less finish, uniform gaps (typically
should not be more than 2-3mm) should be covered with manufactured recommended
jointing compound and tapping all complete.
Heterogeneous Vinyl Flooring - Providing & laying at least 3.00 mm thick approved heterogeneous
vinyl flooring complying to the quality parameters: residual indentation of 0.06mm (EN 433/ISO 24343-1
or ISO 24343), slip resistance conforming to ESF, EN 13845 annex C (R10) or DIN 51130 R10 or class
DS EN 13983, composed of a transparent compact wear layer of at least 0.7 mm thick (EN 429/ISO
24340), abrasion resistance - group T (EN 660-2/ISO 24338 or NF 189 or EN 651 or EN 660), Impact
sound reduction not less than 17dB (EN ISO 717-2 or EN ISO 712-1 or ISO 10140), provided with an
anti-bacterial protection surface treatment, chemical and stain resistance as per EN423/ISO26987,
reaction to fire shall be as per EN13501-1:BFL-S1, emission into air:T VOC after 28 days should be
less than 100µg/m3 as per EN ISO 16000/ISO 10580 or ISO 1600001-1 or ISO 16000-6 or VOC
emission pass as per GB 18586 including installation of the vinyl flooring over self-levelling compound
average of 3mm thickness, including laying PVC coving in all the corners, joints welded with hot
welding rods to make it seamless all complete as per instruction and acceptance of site engineer.
5. Conductive Flooring
Conductive Tile flooring: Providing and Laying of at least 2.00 mm thick approved permanently
conductive ESD Tiles as per EN 649 or ISO 24346 or PVC sheet flooring with conductive backing. The
tiles or flooring should be manufactured from PVC with embedded conductive Veins throughout the
4|Page
entire thickness of the tile. The tiles or flooring should offer guarantee on lifelong conductivity
independently from humidity and temperature. Tiles or flooring should be highly compressed with a
compact surface. These conductive tiles or flooring should be completely free from volatile antistatic
chemicals, and ensures a permanent and stable conductive performance of the floor over its entire
lifetime. For cleanroom application, tiles or flooring should satisfy the strictest requirements for particle
release behavior, helping to reduce any threat of contamination. The compact, pore-free surface should
be resistant to bacteria and molds to maintain highest standards of hygiene. The abrasion or wear
resistance for the tiles or flooring should be Group M or Group P as per EN 660-2 or EN 649 or NF 189
EN 660-1. The tiles or flooring should have no effect of castor chair continuous use. The seams
between the tiles or flooring shall be hot welded using the same base material of tiles or flooring so that
a true material cohesion between the tiles or flooring can be produced. The welding / seaming shall be
done using hot air welding machine. The Electrical Resistance offered by the tiles or flooring is as per
IEC 61340-4-1 or EN 1081(100v) or ANSI/ESD 7.1 or IEC 61340-5-1 or ANSI/ESD-S7.1 or ASTM F
150 or EN 1081. The laying of Copper tape and Conductive adhesive has to be laid before the tiles or
flooring are laid. The tiles or flooring should be resistant against non-oxidizing organic and mineral
acids in any concentration. Total Thickness of tiles or flooring should be as per EN ISO 24346 or EN
428 or ASTM F 386, Slip Resistance as per DIN 51130 : R9, Indentation Residual as per EN433 or EN
ISO 24343 or ASTM F 1914 : not less than 0.03mm , Color fastness as per EN ISO 20 105 - B02 or
ISO 105 - B02: ≥ 6, Conductive Tiles or flooring to be installed over existing Cementitious self-leveling
compound flooring of average thickness 3mm. All the corners should be coved using conductive coving
mould all complete as per instruction and acceptance of site engineer.
Providing & laying at least 1.5 mm thick approved PVC Carpeting flooring with conforming to resistant
to mild diluted acids and alkalis.This flooring should conforms to abrasion resistance as per IS 3664,
fire resistance as per IS 3464, Colour fastness as per IS 9766 less than 4, Dimensional stability as per
IS 3464:1986 should not exceed 1.25%, Curling as per IS 3464:1986, Ply adhesion as per IS
3464:1986 equals to 0.60 kN/m, Water absorption as per IS 3464:1986 less than 0.4%, Heating ageing
and exudation as per IS 3462:1986 no visible effect or exudation, Oil absorption as per IS 3464:1986
less than 0.05% and flexibility as per IS 3462:1986 should not crack or show any sign of failure till 0°c.
7. PVC Coving
Providing and laying floor coving and capping using PVC coving mould in approved pattern and colour
combination all complete as per drawings and instruction of site engineer.
5|Page
Fig: Coving
Supply and installation of 6mm thick fiber cement board, standard weight not less than 8,95kg/m^3 and
thermal conductivity of 0.21 W/m/°K at 50°C, 600mm x 600mm square false ceiling in T- Grid System
with hooks, connectors, etc. The fiber cement board should be fire resistance as per BS 476, Part
4,5,6,7 and 8 and Moisture resistant as per IS 14862.
Suspended false ceiling should be G.I. exposed ceiling suspension system of grid size 600mm x
600mm to be placed in main runner 38mm x 24mm, cross tee 29mm x 24mm and wall angle 24mm x
24mm and G.I. system duly suspended with 4mm dia. G.I./M.S. bar hanger fixed with steel dash
fasteners or iron purlins from the roof with adjustment clip providing positions for light fixtures, air
conditioning diffusers and ducts, sprinklers, smoke detectors, etc. The main runner to be secured to
structural soffit by hangers @1200mm maximum c/c. The last hanger at the end of each main runner
should not be placed at more than 450mm from the adjacent wall. Flush fitting 1200m cross tee to be
interlocked between main runners @600mm c/c, so as to form 600mm x 600mm grid. Provide
provisions for light fixtures, air conditioning ducts and diffusers, fire alarms, sprinklers or smoke
detectors, etc. as per the drawing, instructions and acceptance of site engineer.
6|Page
9. False Ceiling with insulation
Supply and installation of 6mm thick fiber cement board, standard weight not less than 8,95kg/m^3 and
thermal conductivity of 0.21 W/m/°K at 50°C, 600mm x 600mm square false ceiling in T- Grid System
with hooks, connectors, etc. The fiber cement board should be fire resistance as per BS 476, Part
4,5,6,7 and 8 and Moisture resistant as per IS 14862.
Suspended false ceiling should be G.I. exposed ceiling suspension system of grid size 600mm x
600mm to be placed in main runner 41mm x 24mm, cross tee 29mm x 24mm and wall angle 24mm x
24mm and G.I. system duly suspended with 4mm dia. G.I./M.S. bar hanger fixed with steel dash
fasteners or iron purlins from the roof with adjustment clip providing positions for light fixtures, air
conditioning diffusers and ducts, sprinklers, smoke detectors, etc. The main runner to be secured to
structural soffit by hangers @1200mm maximum c/c. The last hanger at the end of each main runner
should not be placed at more than 450mm from the adjacent wall. Flush fitting 1200m cross tee to be
interlocked between main runners @600mm c/c, so as to form 600mm x 600mm grid. Provide
provisions for light fixtures, air conditioning ducts and diffusers, fire alarms, sprinklers or smoke
detectors, etc. as per the drawing, instructions and acceptance of site engineer.
Insulation material should be 50mm thick thermocoal layer with proper fixing as per the drawing,
instructions and acceptance of site engineer.
Providing and fixing 0.5mm thick metal clip in SS finish false ceiling board Plain ceiling with the hole
size of 0.8mm at all heights of size (2’ x 2’) of the quality of aluminium alloy plate with approved texture,
design and pattern for false ceiling works including framework along with required accessories like steel
thread rod with surface treatment of zincification, hanger for sprinf tee, steel main channel with height
38mm, length 3000mm and thickness of 0.8mm, Steel hanger for spring tee with height of 95/105mm
and 1mm thickness, Spring tee, Angle, etc. The tiles should have noise reduction capacity (NRC)= 50-
65% , Fire Performance as per Class 1, BS 476 part 7, Light Reflectance (LR) = 76% durable,
electrostatic factory applied polyester coil or power coated finish with layer peeling resistance. The work
shall be carried out as per drawings, instruction and acceptance of site engineer. Product test
certificates should be required.
7|Page
11.Expansion Joint
Providing, fixing and installation of floor expansion joint made of aluminium grade 6063 T5, comprising
of aluminium frames, turn bars, 50% movement during expansion, finished with water barrier all
complete as per design, drawings, instruction and acceptance of site engineer.
8|Page
Providing, fixing and installation of wall/ceiling expansion joint made of aluminium grade 6063 T5,
comprising of aluminium frames, turn bars, 50% movement during expansion, finished with water
barrier all complete as per design, drawings, instruction and acceptance of site engineer.
12.Signages
Wall Mounted Acrylic Signage: Supplying and fixing of wall mounted acrylic signage in
minimum 4mm thick acrylic sheets including high quality printing of approved texts, stickers,
drilling and fixing of high quality bolts, raised up-to 15mm from wall surface all complete as
per drawings, specifications and instruction of site-engineer.
9|Page
Fig: Wall mounted Acrylic Signage
Forex Signage: Supplying and fixing of forex signage of minimum 2mm thick PVC foam sheets pasted
on desired wall or wood surface with superior quality glue to perfect line and level including high quality
printing of approved texts all complete as per drawings, specifications and instruction of site-engineer.
10 | P a g e
• Fig: Projecting type acrylic Signage
Acrylic Signage General: Supplying and fixing of acrylic signage of minimum 4mm thick acrylic sheets
pasted on wall surface with superior quality glue to perfect line and level including high quality printing
of approved texts all complete as per drawings, specifications and instruction of site-engineer.
11 | P a g e
Fig: Stickers
Ceiling-hung acrylic signage: Supplying and fixing of ceiling-hung acrylic signage in 4mm thick acrylic
sheets including high quality printing of approved texts, stickers, hanging cable all complete as per
drawings, specifications and instruction of site-engineer.
13.Dumb Waiter
Supply and installation of 100 kg Dumb Waiter lift as per specification etc all complete.
Capacity – 100 Kg
Speed-mps – 0.4 mps
Travel-meters – 2 Stop
Stops & Opening - 2 stops, 2 opening (All opening on the same side)
Control – A.C. VVVF (with closed loop)
Operation – Simplex Full Collective (with/without Attendant)
12 | P a g e
Power Supply – 3 Phase AC -400 Volts +/-10% variation, 50 Hz +/- 5% variation
Machine – Geared placed directly above the hoistway
Cab Size (W*D) – mm – 800*800*900 mm height inside dimension
Entrance Opening (W*H) – mm – 800*900
Hoistway Available - About 1520 mm wide x 1270 mm deep - Finished Dimensions
Car Panels - Steel car in SS Finish of 1.6mm thick
Flooring: Anti Bacterial anti fungal, 3mm thick heteregenous PVC flooring or SS
Chequered plate flooring of 6mm thick
Entrance Protection- Landing : SS Manually Operated Vertical Bi-Parting Door
Supply and installation of KONE, OTIS, Orbis or eqvt. Gearless 26 person(1768 kg) 4 floor
Bed/Hospital lift as per specification etc all complete.
Capacity – 1360 Kg
Speed-mps – 1
Travel-meters – 4 Stop
Stops & Opening - 4 stops, 4 opening (All opening on the same side)
Control – VVVF Regenerative Drive with Speed encoder
Operation – Simplex Full Collective
13 | P a g e
Controller - Microprocessor based modular control system (location inside the lift well at the
top floor)
Communication - Loop type serial communication
Power Supply – 3 Phase AC -400 Volts +/-10% variation, 50 Hz +/- 5% variation
Machine – Gearless with permanent Magnet motor located in the shaft at top
Ropes - Flat Polyurethane-Coated belts/ Steel Ropes
Cab Ventilation – Cross Flow Fan
Cab Size (W*D) – mm – 1600*2400
Shaft Size Required (W*D) – mm – 2400*2900
Entrance Type - Side Opening (Telescopic Opening)
Fire Rating – Two hour Fire Rated Doors
Entrance Opening (W*H) – mm – 1200*2450
Overhead –mm – 4500
Pit Depth – mm – 1750
Entrance Protection Systems – High Performance infra-red door detector
Door Operation – Power operated system with VVVF Control
Door Operator – DC door operation system with VVVF control
Human Interface device HID) - Separate Hall button braille with micro stroke push buttons
with Ring illumination in Hairline Finish with 4.3" STN LCD digital display position
indicator full height car operating panel (COP2) with micro stroke Ring illuminated cell push
buttons in Hairline Finish
6.4' STN LCD Display
Door open and door .close button on the car operating panel intercommunication system
STN LCD Display in car integrated within the car operating panel in Right Center
Battery operated alarm bell & emergency light Auto/Attendant Operation
Fire switch at main lobby
Belt Inspection Device
Automatic Rescue Device (ARD)
Manual rescue operation
Belt inspection system
Floor announcement system
Provision for CCTV
14 | P a g e
Provision for Access Control
Flooring: Anti Bacterial anti fungal, 3mm thick heteregenous PVC flooring.
Handrail : Bed guard on three side of wall / Stainless steel
15.Stretcher Lift
Supply and installation of KONE, OTIS, Orbis or eqvt. Gearless 15 person(1020) 4 floor
Stretcher lift as per specification etc all complete.
Capacity – 1020 Kg
Speed-mps – 1
Travel-meters – 4 Stop
Stops & Opening - 4 stops, 4 opening (All opening on the same side)
Control – VVVF Regenerative Drive with Speed encoder
Operation – Simplex Full Collective
Controller - Microprocessor based modular control system (location inside the lift well at the
top floor)
Communication - Loop type serial communication
Power Supply – 3 Phase AC -400 Volts +/-10% variation, 50 Hz +/- 5% variation
Machine – Gearless with permanent Magnet motor located in the shaft at top
Ropes - Flat Polyurethane-Coated belts/ Steel Ropes
Cab Ventilation – Cross Flow Fan
Cab Size (W*D) – mm – 1000*2400
Shaft Size Required (W*D) – mm – 2100*2900
Entrance Type - Side Opening (Telescopic Opening)
Fire Rating – Two hour Fire Rated Doors
Entrance Opening (W*H) – mm – 900*2450
Overhead –mm – 4500
Pit Depth – mm – 1600
Entrance Protection Systems – High Performance infra-red door detector
Door Operation – Power operated system with VVVF Control
15 | P a g e
Door Operator – DC door operation system with VVVF control
Human Interface device HID) - Separate Hall button braille with micro stroke push buttons
with Ring illumination in Hairline Finish with 4.3" STN LCD digital display position
indicator full height car operating panel (COP2) with micro stroke Ring illuminated cell push
buttons in Hairline Finish
6.4' STN LCD Display
Door open and door .close button on the car operating panel intercommunication system
STN LCD Display in car integrated within the car operating panel in Right Center
Battery operated alarm bell & emergency light Auto/Attendant Operation
Fire switch at main lobby
Belt Inspection Device
Automatic Rescue Device (ARD)
Manual rescue operation
Belt inspection system
Floor announcement system
Provision for CCTV
Provision for Access Control
Flooring: Anti Bacterial anti fungal, 3mm thick heteregenous PVC flooring.
Handrail : Bed guard on three side of wall / Stainless steel
16.Hermatic Door
Supply and laying of (1.5m x 2.1m, 1.0m x 2.1m and 0.75m x 2.1m) hermatic door
(Manually Sealed) of thickness minimum 46mm made of minimum 0.8mm thick GPSP
sheets on both sides with honeycomb kraft paper as infill, minimum1.2mm thick GPSP
powder coated door frames, hardware like SS push plate, SS 'D' handle, double glazed view
panel (300mm x 300mm), door closer, automatic door bottom seal all complete as per
drawings, specifications and instruction of site-engineer.
It should be ISO & CE certified. The door panels and frames should be fire resistant tested in
accordance with BS 476: Part 22: 1987 clause 5 and the test certificate should be included.
17.OT Components
OT Control Panel : Membrane type Operation Theatre Control Panel (6 service Tiles)
mounted flush in the theatre wall with Electrical Distribution Board complete with all
accessories etc. The control panel comprising of the following :-
* 1 no Day Time Digital Clock
16 | P a g e
* 1 no Elapsed Time Digital Clock
* 1 no Hands Free Telephone
* Medical Gas Alarm ( 5 gas )
* Temperature & Humidity display control
* Peripheral Light Control.
Laminar Flow (Plainair Ceiling system) with unidirectional airflow: Plenum unit,
Holding structure & Top plenum are made of Aluminium Sheet 1.6mm thk. with aluminum
extrusion frame & sealed gasket conforming to DIN 4799 standards for the air distribution
system with hepa filter having efficiency 99.97% down to 0.3 micron.. The laminar flow
system shall have such design that it provides "S" class Hepa filter . The filter housing
terminals are made of a one piece frame and plenum with perfect tightness features. Diffuser :
2 layer monofilament precision woven polyester of uniform porosity with an open area of
sufficient resistance to create laminar from diffusers face and integral lighting provides an
illumination level in excess of 1500 Lux in operating area and 1000 Lux other electronic
stepless dimming down to 5% without flicker.
Pressure Relief Damper: Pressure Relief Damper having made out SS304, 1.5mm thick &
the multiple blades also made of 304 graded stainless steel with sleeve & aluminum grill for
maintaining the positive pressure inside the operation theatre complete with all accessories
etc.
17 | P a g e
OT Ceiling Pendant:
Single Arm Swing Type, Level degrees rotation: 0~340°. Configurated with disc braking
system which for controlling the whole pendants to make sure without drifting and easy to
stop.
Working platform : 1pcs (height adjustable), Control handle : 1pcs, Round angle design for
prevention of collision.
Material : High-strength aluminum alloy, the whole sealed design. Surface electrostatic
powder painting;
No. of Outlets : Provision as required
Column Length : 800 mm
Loading capacity: Upto150 kg
Level degrees rotation: ≤350°
Power Sockets : 6-8Nos. (Universal)
RJ45 :2 Nos.
Monitor/Equipment Self : 1Nos.
I.V.Pole S.S : 1 Nos. with extension arm
Drawer : 1 No.
Grounding Point : 1 nos.
SS Basket with slide holder : 1 Nos.
18 | P a g e
Fig : OT Ceiling Pendant
HVAC system with HEPA Filteration (In Major OT)
Air Handling Unit
Condensing Unit
Ductings with insulation and Damper Control
Copper Pipings
Remote Controller
Supply and return air Grills and diffusers
HEPA filters with pre filters
19 | P a g e
2.1 The System can be of
● Copper Tubing/Pipeline
● Monitoring System
2.2 Set
Installation: Installation of piping shall be carried out with utmost
cleanliness. Only pipes, fittings and valves which have been degreased
and brought in polythene sealed bags shall be used at site. Pipe fixing
clamps shall be of nonferrous or non-deteriorating plastic suitable for
the diameter of the pipe. All pipe joints shall be made using flux less
brazing method. All joints shall be made of copper to copper. Adequate
supports shall be provided while laying pipelines to ensure that the
pipes do not sag. The spacing of supports shall not exceed 1.5 meter
for any size of pipe. Suitable sleeves shall be provided wherever pipes
cross through wall/slabs. All pipe clamps shall be non-reactive to
copper.
2.3 Medical gas systems are commonly color coded to identify their
contents, but as coding systems and requirements (such as those
for bottled gas) vary by jurisdiction, the text or labeling is the most
reliable guide to the contents
2.4 Oxygen BPC Flow meter with Humidifier Bottle: set
•
Should have pressure compensated Flow meter for
accurate gas for measurement and control of oxygen
and air.
• Should have Jacket type shatter proof flow tube and
rotary pin valve control for adjustment of flow through
bubble humidifier.
• Should be easy to install.
• Should be high degree of safety.
• Should be durable & Precise
• Should be easy to maintain.
3 Technical Specifications
(a) Oxygen Manifold: Set
• Should fully comply and meet with requirement of UK
DOH Health Technical memorandum 02-01 (HTM 02-
01) standard.
• It should have CE marked with the notified body number
specified along with certificate of origin.
• It should be supplied with 6-cylinder manifold bank as
left side and 6-cylinder manifold as right side with non-
return valve with header racks and cylinder tailpipes
should be 230 bar rated with high pressure copper link
pipe.
• The oxygen manifold supply system should consist of an
automatic changeover manifold control panel.
• The automatic manifold should have selector switch for
switching between bank for commissioning and servicing
and servicing and alarm latching switch to indicate bank
charges.
20 | P a g e
Cylinder Header Racks and Tailpipes-
21 | P a g e
• The manifold control panel should be designed and
certified for use with oxygen at 220 bar and output 4 to
7 bar. Auto-ignition testing shall be carried out and a
copy of the test report shall be shall be provided for
review.
• Should be stainless steel body with LED light inside,
digital LCD display screen and alarm sound mandatory
having 6 regulators for safety.
Central regulators panel with cylinder headers each side. Headers are
complete with gas specific cylinder tailpipes. Pre-wired for alarm
connection to BMS outputs. Central regulator panel with cylinder
headers each side. Headers are complete with gas specific cylinder
tailpipes. Pre-wired for alarm connection to BMS outputs. All
components degreased for oxygen use.
(d) Drop Outlets point with Gas Out-Let for Oxygen, Suction & Air Set
(BS EN, HTM standard)
• It should fully comply and meets with the requirements of
the UK DOH Health Technical Memorandum 02-01
(HTM 02-01) standards or equivalent. It shall be CE
marked with the notified body number specified on it. It
shall be provided with a copy of the certificate of origin.
• Terminal units shall have gas indexing geometry. Other
gas specific indexing geometries are not acceptable.
• Terminal unit front fascia should be metal and it should
be hundred percent metals. Gas specific components
comprising the terminal unit second fix shall be
manufactured from die-cast zinc alloy or similar hard
wearing metal. Plastic components are not acceptable.
• Terminal units socket castings shall be permanently
coated with a low friction fluoro-polymer for maximum
reliability and service life. The terminal unit socket die-
casting shall incorporate a gas indexing pin to overcome
the risk of loosening due to rough handling or abuse.
• The second fix socket shall incorporate a sheer-plane to
safeguard the first fix and pipeline in the event of
accidental damage or bed jacking. Gas specific
components shall incorporate the gas identity marking
permanently stamped or cast into the component surface.
• The first fix shall be all metal construction, aluminum
metal body with a brass base block and copper stub pipe.
The first fix shall incorporate an integral check valve to
enable servicing of the second fix and valve seals without
isolation of the gas supply.
• Probe roller pins shall be manufactured from stainless
steel.
• Wall mounted terminal units shall be provided with white
22 | P a g e
ABS mounting box with matching fascia. The mounting
box shall have smooth rounded corners to avoid the
possibility of injury.
• A bezel shall be available to cover the plaster edge,
provide a neat and easily to clean finish.
• The gas terminal outlet should be 100% all metal
construction with aluminum O ring
23 | P a g e
• Warning system is of immense importance, hence highly
accurate, calibrated & temperature compensated PCB
mount Pressure Sensors with the following properties are
to be used:
a. Sensing pressure span: 60 mbar to 10 bar/6 kPa
to 1 Mpa/ 1 psi to 150 psi Digital Output
b. Temperature span: 0 to 50-degree C (32ºF to
122ºF) for gases
-20 to 85-degree C (-4 ºF to 185 ºF) for Vacuum
c. Accuracy:0.25% of FSS BFSL
(f) Accessories for OXYGEN, Metal BPC Flow Meter & Humidifier Set
bottle.
● Back Pressure Compensated flow meter will be of accurate gas
flow measurement with following features.
● Control within a range of 0-15 Lpm.
● It will meet strict precision and durability standard.
● The flow meter body should be made of brass chrome plated
materials.
● The flow tube and shroud components should be made of
clear, impact resistant polycarbonate.
● Flow Tube should have large and expanded 0-15 Lpm range
for improved readability at low flows.
● Inlet filter of stainless steel wire mesh to prevent entry of
foreign particles.
● Flow (Max): 15l/min.
● Increments: 1L/min increment.
● Calibration pressure and Temperature:
o 50psig(340kPa) at 70 0 F (210C)
o 60psig(413kPa) at 70 0 F (210C)
● Maximum pressure: 145psig(1000kPa)
● The humidifier bottle is made of unbreakable & Reusable of
polycarbonate material and auto cleavable at 134 degrees
centigrade.
● ISO/CE Certified.
(g) Oxygen Suction & Air Accessories for OT. Set
• (PIN INDEX Adopter with 2 mtrs. Low Pressure Tube)
• S.S probe o2, vaccum & adapter
• Stainless steel probe & adaptors
• ISO/CE
(h) Isolation Valve with brass fittings- 1 set Set
For o2 & Air 22mm valves for Suction in all outlets.
Valve shall be both side brass nut nipple, union ball-type, with Teflon
(TFE) seats and Viton seals and ball which seals in both directions,
blow-out proof stem, with a pressure rating of 2760 kPa (400 psig).
Valves shall be operated by a lever-type handle requiring only a quarter
turn from open position to a fully closed position.
(i) ICU Bed Head Panel- with provision of two oxygen, one air, one Set
vacuum outlet, two electrical switch board with socket
• Bed Head Units Approved as a Class I Medical device (CE) and
Complying with the Requirements of HTM 08-03, BS EN ISO
24 | P a g e
11197 for the purpose of bringing electrical services, medical
gases and communications in one composite enclosure to the
patient bedside
• Manufacturer should ensure that separate compartments for
Medical Gases, extra Low voltage communication ports and
low voltage i.e. 240 vac are provided to comply with the ISO
Standards.
Scope & specifications of the unit are as under:
• Surface Mountable 1200 mm Long. (Horizontal Type)
• Epoxy coated extruded Aluminum Alloy profile having
thickness not less than 2 mm. should conform to 6030-
T6 (ISO: AIMg0.5Si).
• Three Pre piped medical gas outlets with 125 mm
protruded copper pipes (all inlets from top) flared to
accommodate 12 mm Ø drop lines for brazing with
the MGPS network.
• Four Shutter Type Multi-standard socket
compatible to 5-6-10-13 A plugs should be
provided in two electrical circuits, one each for
power supply and UPS system
• Protection should conform to Class II & IP 54.
• One each of RJ 11 Telephone & RJ 45 Data socket is to be
provided.
• Embedded 300mm 6 W LED Reading light with diffuser at
the center of the unit.
• One 1200 mm long homogenous aluminum extruded rail,
specially profiled to adapt “Quick Claw Clamp” to park
equipment without tools and skill. All mountings on rail
should be “quick mount self-locking” type except for
drip pole.
• One telescopic drip pole with 4 hooks, height
adjustable through 425 mm made of 304 stainless
steel to be clamped on rail with 120 mm swivel
aluminum arm.
• Special wall mounting type monitor shelf consisting of
300 mm Long vertical channel for height adjustment and
265 mm Long swivel arm to hold and position the
monitor shelf with 15-degree Angular adjustment of
shelf for convenient viewing.
• Mounting Block with Quick Claw clamp and colour
coded antistatic hose with crimped end connectors for
connecting Gas Outlet to flow meter with humidifier on
rail system.
• Mounting Block with Quick Claw clamp and colour
coded antistatic hose with crimped end connectors for
connecting Vac Outlet to Ward vacuum unit on rail
system.
• One goose neck patient examination LED light with quick
claw clamp.
• One autoclavable 260 X 130 X 70 mm semi-
25 | P a g e
transparent Polycarbonate basket with quick claw
clamp for easy removal & cleaning.
• One autoclavable 90 mm Ø X 250 mm
“U” shaped bottom semi-transparent
Polycarbonate Catheter Jar with quick
claw clamp to fix onto the rail.
• Laser engraved Lot No on the unit is a must for
traceability to comply with the Medical Device
Directives 93/42 EEC.
• The unit shall comply with the requirements of HTM
08-03, BS EN ISO 11197:2016, BS EN ISO 9170-1:
2008, BS EN ISO 19054:2006 + A1:2016 & MDD
Class 1-93/42 EEC.
• Documents to be enclosures with the offer:
a. Technical Brochure of the equipment.
b. Manufacturer's detail i.e. address, contact person,
SSI Registration etc.
c. Manufacturing Unit should have ISO 9001 &
ISO 13485 accreditation
• Special Requirement: If found suitable, prior “Sample
Approval” is mandatory to evaluate workmanship,
design, aesthetics etc along with the installation
Manual, maintenance Guide & IFU.
26 | P a g e
The medical gas copper fittings are intended for joining degreased Mtrs
copper tube pipelines compliant to BS EN 13348, BS EN 1057 & BS
2871 part 1 table X as quoted in HTM 02-01 & C11
15 mm dia. Copper pipe oxygen & Air
(l) 15 mm dia. 0.9 mm. wall thickness Copper pipes shall be solid drawn,
tempered, seamless, phosphorous deoxidized, non-arsenic and
degreased for Medical Gas Pipe Line.
(m) 22 mm dia. Copper pipes for drop line for oxygen & Air
22 mm dia. 0.9 mm. wall thickness Copper pipes shall be solid drawn,
tempered, seamless, phosphorous deoxidized, non-arsenic and
degreased for Medical Gas Pipe Line.
27 | P a g e
8 Maintenance Service During Warranty Period
During the warranty period supplier must ensure planned preventive
8.1 maintenance (PPM) along with corrective/breakdown maintenance
whenever required.
9 Installation and Commissioning
The bidder must arrange for the equipment to be installed and
9.1 commissioned by certified or qualified personnel; any prerequisites for
installation to be communicated to the purchaser in advance, in detail.
10 Documentation
10.1 Certificate of calibration and inspection from factory.
19.Retrofitting Works
A) Drilling
Scope:
The purpose of drilling works is to drill holes of specified diameter not less than the specified depth of
insertion inside a stone or brick masonry wall or PCC or RCC elements as per the drawings provided
to the contractor for the insertion of anchor rods or through bars of specified diameter.
The items from BoQ that define the type of drill holes are as follows:
1. Drilling suitable holes in stone masonry in stone layer with power driven hammer
drilling machine to a depth of 150mm in masonry wall for reinforcement bars up-to
and including 12 mm nominal diameter with up-to 16mm diameter drill bit including
marking, drilling and removal of dust from holes and leaving the place clean all
complete as per the drawings and instruction of site-in-charge.
2. Drilling suitable holes in stone masonry walls with power driven drill machine to a
total depth as the thickness of wall with size up-to 400 mm for rebars up-to and
including 12 mm nominal diameter with up-to 16 mm diameter drill bit including
marking, drilling, and removal of dust from holes and leaving the place clean all
complete as per the acceptance of engineer-in-charge.
3. Drilling suitable holes in RCC beams, columns, slab, staircase etc. with power driven
drill machine to a depth of 150 mm for rebars up-to and including 12 mm nominal
diameter with up-to 16 mm diameter drill bit including marking, drilling and removal
28 | P a g e
of dust from holes and leaving the place clean all complete as per the acceptance of
engineer-in-charge.
4. Drilling suitable holes in RCC beams, columns, etc. with power driven drill machine
to a depth as the thickness of the RCC members with maximum depth of 400 mm for
rebars up-to and including 12 mm nominal diameter with up-to 16 mm diameter drill
bit including marking, drilling and removal of dust from holes and leaving the place
clean all complete as per the acceptance of engineer-in-charge.
5. Drilling suitable holes in brick masonry walls with power driven drill machine to a
total depth as the thickness of wall with size up-to 400 mm for rebars up-to and
including 12 mm nominal diameter with up-to 16 mm diameter drill bit including
marking, drilling, and removal of dust from holes and leaving the place clean all
complete as per the acceptance of engineer-in-charge.
Diameter of hole:
The holes shall be at least 2mm higher than the nominal diameter of the reinforcement bars e.g. at
least 14 mm diameter holes for 12 mm nominal diameter of reinforcement bars. If the drill bit is not
available for 2 mm higher size, the holes shall be made with a drill bit which is next higher in
diameter. Unless approved by the Engineer regarding the next higher diameter hole, the payment shall
be made for only 2 mm higher diameter for all works associated with the purpose of the drilling.
Equipment:
The holes can be drilled with any sort of drilling machines. However, drilling shall be done with
drilling machines that emit minimum sound level. The maximum allowed sound level and the time of
the day for drilling shall be agreed beforehand with the engineer-in-charge.
The drill bit shall be of good quality to avoid breaking of drill bits too often. The tip of the drill bit
shall preferably be with a diamond tip to account for speed, low sound level and comfort in handling.
The dust shall be removed with an air blower or compressor machine whichever the contractor feels
comfortable with. If air blower is used, assurance shall be given for maintaining the air dust level.
The holes shall not be washed with water jets unless directed by engineer-in-charge.
Marking of holes:
The location for the holes shall be marked by the contractor in co-ordination with the Engineer and
shall be done as per the drawings. The Engineer shall have the final decision regarding the approval of
the location / position of drill holes. The Engineer can slightly modify the location of drill holes but
without decreasing the number of drill holes that are required for a given area. If the number of drill
holes need to be decreased, the written approval from designer will be mandatory.
Details on Drilling:
The drilling shall be done perpendicular to the surface of the wall. Unless otherwise directed by the
Engineer, the contractor shall not use water while drilling. (This is to account for the requirement of
dry surface for the bonding of epoxy.) The minimum depth of drilling shall be as per the specification
of the epoxy bonding chemical that is to be used for anchor rods. If drilling hole is deeper than that
specified in the BoQ or the specification of the epoxy material whichever is higher, the contractor
shall fill the extra depth either with a longer rod or with epoxy bonding chemical. No extra will be
paid for this.
If during drilling the stone on either side breaks, the contractor shall co-ordinate with the Engineer.
The stone shall be removed along with the adjoining mortar. A new stone with similar strength shall
29 | P a g e
be replaced. Block stone shall be preferable. The voids shall first be filled with concrete of minimum
M20 strength to fit the stone without any voids. Extra payment shall be made for the removal of stone,
use of M20 concrete as well as laying of new stone block.
There is a probability that the core between the inner and outer layers of stones have voids i.e. they
are not filled with any mortar. If such instances occur, the contractor shall report to the Engineer.
Multiple drills shall be performed in the locality of the void to ensure the extent up-to which the void
has spread. Further investigation can be done through removing of stones at locations specified by the
Engineer. The voids shall be filled with cement grouting with grouting distance as specified by the
Engineer. Extra payment shall be made to the contractor for all the additional works required for
testing as well as for grouting. Video documentation will be mandatory regarding any payment in this
regard and will be done by the engineer.
Testing of Drilled Holes:
The depth of the holes shall be tested by inserting a rod of same diameter as used for anchor rod. The
rod shall go to the depth as specified in the BoQ or the specification of the epoxy material whichever
is higher.
The diameter of holes shall be measured by both the insertion of bar and measurement of the holes at
the surface. The Engineer may also verify the diameter of holes by cross-referencing the diameter of
drill-bit used.
Measurement and Payment:
The payment shall be made as per the number of holes drilled. The rate shall be based on the depth of
drill holes i.e. the rate for each drill will be based on the depth to which drilling shall be done. In no
case shall the payment be made for drill holes shorter than the depth as required by the specification
of the epoxy bonding chemical.
1. Fixing of 10mm dia. Bars in pre-drilled holes up-to a depth of 100mm to 200mm
including application of epoxy resin anchor grout of approved quality as indicated in
the drawings and cleaning of site all complete as per the acceptance of site-in-charge.
2. Fixing of 10mm dia. Bars in pre-drilled holes throughout the thickness of wall up-to a
thickness of 400 mm including application of epoxy resin anchor grout of approved
quality as indicated in the drawings and cleaning of site all complete as per the
acceptance of site-in-charge.
Description of Epoxy Resin:
The epoxy resin shall be of approved quality to bond between stone / cement mortar and
reinforcement bars. The epoxy resin shall be approved in written by the Engineer with clear mention
of the date and batch number of production and expiry date. The method of application shall be
written and signed by both the Engineer and the Contractor before its application. The date of
manufacture shall not be higher than three months at the time of application.
30 | P a g e
The resin shall be of high viscosity two-component or three-component type. If low viscosity epoxy
resin is to be used, it shall be mixed with appropriate volume of fine sand and cement. Pull-out test
shall be conducted on trial sample holes on each batch of grout strictly to the method of application
that is to be used during actual application. The resin shall be used only after the approval of pull-out
test.
It is preferable that low volume containers are used which can be consumed completely once it is
opened and not resealed. However, if large volume containers are used, measurement of the
proportions should be as per the product specifications which should be clearly understood by the
engineer.
Method of Working:
The chemical shall be used to the same method as directed by the specifications provided by the
company with the diameter of holes and the minimum depth as defined by the product specifications.
If the hole is not fully packed by epoxy, pressure gun / injector shall be used to ensure that the hole is
fully packed with epoxy after the rod has been inserted.
The depth of the holes shall be verified by the Engineer prior to the application of anchor grout. The
holes should be dry and free of loose particles / dust before the application of anchor grout. If
required, the holes can be pre-heated with hot air pumps to account for fast bonding in moist / damp
places. The curing of the anchor grout after its application shall be done for at least the time as
mentioned in the product specifications.
If the anchor rod need to be fixed in damp or wet area, moisture insensitive epoxy resin shall be used.
Testing of Work:
The anchor rods inserted shall be tested three days after its insertion with a standard pull-out test. The
test shall be done for at least three anchor rods per thousand rods. In case any one of the three tests
fail, the test shall be done for three percent of the total rods inserted for the batch of epoxy used.
Video documentation of the test is mandatory for payment. No cost will be incurred for the testing of
rods.
Measurement and Payment:
The measurement shall be done as per the number of anchor rods fixed. The rate shall be based on the
depth of insertion of rod. In no case shall be payment be done until the testing of the rods is conducted
successfully.
1. Cleaning of reinforcement from rust from the reinforcing bars to give it a total rust
free steel surface by using alkaline chemical rust remover of approved make with
31 | P a g e
paint brush or spraying and removing loose particles after 24 hours of its application
with wire brush and thoroughly washing with water and allowing it to dry, all
complete as per direction of site-in-charge.
Description of Chemical Rust Remover:
The chemical rust remover shall be sulphate and chloride free. The chemical should not further trigger
rusting mechanism after it has been used.
Two types of chemicals need to be used to clean corroded surface and protect it from further rusting.
The first is the chemical rust remover of approved brand to remove the rust from the reinforcement
bar surface. The second is the chemical protective coating to be applied on the surface of
reinforcement bars to prevent it from further rusting.
Method of Application:
The loose / deteriorated concrete shall be chipped-off to expose reinforcement. If the reinforcement is
rusted on all sides, further 15 to 20 mm behind the reinforcement bar shall be removed in order to
make space for application of chemicals. However, if the rust is too high and the concrete is
completely deteriorated up-to 20 mm behind the reinforcement bar, the concrete work shall be
completely dismantled to remove all the deteriorated concrete. The reinforcement shall be checked for
the volume of rust. If the rust can be estimated to be less than 25% of the diameter of reinforcement
bar, the rust removing chemical shall be applied with a paint brush. The chemical shall be left in
contact with the reinforcement bar for 24 hours and then wiped clean with a moist cloth.
After the surface gets dry, two coats of corrosion resistant paint shall be applied to the reinforcement
bar.
In case of edges of beam and column, the reinforcement bars shall be painted with a layer of epoxy
resin and micro-concrete of approved grade and quality shall be applied to have a smooth and flushed
finish as the existing concrete surface. In case of beam and slab soffit, the cover concrete shall be
polymer modified concrete for quick adhesion with the old concrete. When concrete is completely
removed from the slab, a layer of epoxy resin shall be applied to the thickness of the peripheral
concrete and concrete work with specified grade can be placed.
If the reinforcement bar has rust more than 25% of the diameter, the reinforcement bar can be cut and
replaced up-to the extent where the rusting is severe. The remaining reinforcement shall be cleaned,
treated and covered with concrete as mentioned previously. However, without removal of the
reinforcement bar, the bar can be cleaned with rust remover and a new reinforcement bar can be
placed in contact with the existing bar, all the other process remaining the same.
All the work commenced for removal of rust shall be done in presence of engineer-in-charge with his
prior approval to the process.
Disposal of Excess Chemical:
The excess chemical shall not be disposed without approval and proper direction from the Engineer.
Measurement and Payment:
The payment shall be done as per the area of reinforcement that has been cleaned or the coverage area
as specified in the BoQ.
32 | P a g e
D) Bonding between old and new concrete / masonry and concrete surface / masonry
and masonry surface
Scope:
Painting existing chipped wall surface with epoxy bonding chemical of approved quality before
shotcrete or concrete jacketing work as per the instruction and acceptance of site-in-charge.
Description of Chemical:
The chemical shall preferably be a two part solvent free bonding agent composed of liquid epoxy
resin and hardener. The bonding chemical shall have a minimum tack-free time of 30 minutes.
Method of Application:
The chemical shall preferably be applied with a brush on the old surface. The surface shall be
thoroughly cleaned from all loose particles, dust and oily materials before the application of the paint.
The surface shall be dry before the application of the epoxy resin.
The components of the chemical shall be mixed and applied on the prepared surface before laying of
concrete or addition of walls. The new wall or concrete shall be applied before the surface gets tack
free. If the coating gets dry or lose tackiness, second coat shall be applied to it. No extra payment
shall be done for the application of second coat.
Testing of Work:
If demanded by the Engineer, the testing of adhesion between the surfaces can be done. As a general
test, the Engineer can demand to use chisel to try to peel-off the new material from the old. If the
Engineer is not satisfied, he can demand for further tests like direct shear test, bending test, slant test,
or whichever test he feels comfortable with.
Measurement and Payment:
The measurement shall be done in per square meter of the area painted. The payment shall be made
upon acceptance of work by the Engineer.
E) Shotcreting Works
Scope:
50mm thick shotcreting in RCC columns, beams, slabs and masonry surface (brick and stone
masonry) in two layers with concrete of minimum grade M20 including the cost of centering and
shuttering at edges and corners etc. as directed by site-in-charge.
Description of Work:
Shotcreting is the application of concrete over a surface through a pressurized nozzle to a thickness as
specified in the BoQ and drawings. The shotcreting shall be done in two layers of equal thickness or
in thickness as prescribed by the designer.
Preparation of Surface:
The surface shall be chipped to make it suitable for proper adhesion of the shotcrete to the surface.
The surface shall be free from all dust particles, loose materials, or external materials that can affect
bonding between old and new surface.
Material for Shotcrete:
33 | P a g e
The shotcrete shall be the concrete of approved grade as specified in BoQ. The material will include
appropriate plasticizer / bonding chemical for the adhesion with the existing surface on which
shotcrete is to be laid.
Method of Working:
The surface to be shotcreted should first be chipped. The contractor and the engineer-in-charge shall
verify first that the wall surface does not contain any grease, fungus growth or other oily materials
that can become a barrier for the shotcrete to hold to the wall. The wall shall then be chipped at
specified locations or in the specified pattern and air blower shall be used to remove all loose particles
and dust from the wall surface.
For thin sections and where concrete shall not disperse into the wall area, windows or other such
places, appropriate end formwork to restrict the shotcrete to its proper location.
The first layer of concrete shall be applied to uniform thickness. A curing time of at least 24 hours
shall be provided before application of second layer. The second layer shall be applied after the
surface is painted with cement slurry of approved water-cement ratio. The second layer should be to
the perfect line and level to the acceptance of the Engineer. The tolerance limit for variation of
thickness shall not be more than 5mm.
For maximum effectiveness, the shotcrete works shall be performed at a distance of 0.5m to 1.5m of
the nozzle from the wall surface with the nozzle held perpendicular to the wall surface. The aggregate
shall be 10mm down.
The formwork shall be removed at least 24 hours after the shotcreting works.
Testing of Work:
Sample cores shall be extracted from the applied area and tested for compliance with the minimum
strength specified. The compaction of the prepared surface shall be tested with pulse-velocity meter to
the required level of acceptance.
Measurement and Payment:
The measurement shall be done in per square meter of the area of application. The payment shall be
made after recommendation from the testing work.
34 | P a g e
It shall be ensured that the cracks are properly sealed by epoxy mortar or high-strength micro-concrete
before the application of epoxy grouting. If cracks are available on both sides of the walls or on
multiple visible sides in RCC elements, proper sealing of the cracks shall be done to prevent the
injected epoxy from flowing out. If the chemical is of two component type, the entire components
shall be mixed just before beginning the injection.
The injection shall be performed from the lowest nipple with a pressure of at least 2 N/mm2. The
injection shall be continued until the epoxy reaches the next higher nipple or the pressure reaches 10
N/mm2. The pressure shall then be provided from the nipple up-to which the epoxy grout has reached.
After removing pressure gun / pump from a nipple, the nipple shall be sealed and excess part taken
out. The extra parts from the nipple shall be cut-off after the curing time is complete which is either
24 hours or as specified in the product specification, whichever is higher.
Measurement and Payment:
The work is paid in the basis of per point of nipple injected.
G) Cement Grouting
Scope:
The purpose of cement grouting is to fill-up cracks in stone or brick masonry with cement grout with
specified chemicals to repair cracks in masonry walls and bring them into their original strength.
The items from BoQ that define the type of cement grouting are as follows:
1. Providing and injecting epoxy grout of approved quality into cracks / honey-comb
area of concrete / masonry by suitable gun / pump at required pressure including
cutting of nipples after curing etc. all complete as per the instruction of site-in-charge.
Description of Admixture:
The admixture for mixing with cement shall be for non-shrinking nature of the grout. The grout shall
not shrink after its application. Commonly used admixtures are used in the proportion of 250gm per
bag (50kg) of cement.
Method of Application:
The surface for the application of cement grouting shall be thoroughly cleaned. If the cracks are wider
than 5 mm, stitching shall be done prior to application of cement grout. For cracks below 5 mm,
suitable holes (for insertion of injection nipple or HDPE pipes) are drilled at a distance of 0.75m to
1.5m at an angle of 45 degrees along the length of the crack. The crack along the length is then sealed
with rich cement paste to ensure that the cement slurry does not flow out of the cracks.
The grouting compound shall be mixed with the cement in the proportion of 250 gm per 50 kg of
cement or as specified by the product specification. The water cement ratio shall be maintained at 0.4
to 0.5 depending on the extent of the cracks. If the crack is wider, lower water cement ratio can be
used. This can also be achieved by using plasticizers to improved workability of cement slurry.
The grouting shall be applied with a manual or power driven pump beginning from the lowest pipe or
nozzle. The pipe is sealed after the cement slurry begins to flow from the next upper pipe after which
pressure shall be applied from that pipe. The pressure to be applied shall not be higher than 0. 6
N/mm2 (preferably between 0. 4 N/mm2 to 0. 6 N/mm2).
35 | P a g e
After grouting is completed up-to the highest level, the work is left for 24 hours and then curing shall
be done for 3 days before the extra projections of the pipe are cut and grinded to make a smooth
finish.
Measurement and Payment:
The work is paid in the basis of per point of nipple injected.
36 | P a g e
TECHINICAL SPECIFICATION OF
ELECTRICAL WORKS
TECHNICAL SPECIFICATION FOR ELECTRICAL WIRING / PANELS / SWITCHGEAR
1. MEDIUM VOLTAGE CABLES
1.1 SCOPE
This section shall cover supply of medium voltage cables.
1.2 STANDARDS
The following standards and rules shall be applicable:
IS : 1554 PVC insulated electric cables (heavy duty).
IS : 1753 Aluminium conductors for insulated cables.
IS : 3961 Recommended current ratings for cables.
IS : 8130 Aluminium conductors for insulated cables
1.3 MEASUREMENTS
The cables will be measured in meters. The unit rate shall include cutting the cable into required
lengths, packing , loading , unloading, insurance, transportation, delivery to stores/site as per
work order, stocking in stores, testing of cables at stores etc. of medium voltage cable.
1.4 GENERAL
The medium voltage cables shall be supplied, laid, connected, tested and commissioned in
accordance with the drawings, specifications, relevant Standards Specifications, manufacturer’s
instructions. The cables shall be delivered at site in original drums with manufacturer’s name, size,
and type, clearly written on the drums.
1.5 MATERIAL
Medium voltage cable shall be PVC insulated. PVC sheathed, aluminium or copper conductor,
armoured and unarmoured heavy duty, conforming to IS : 694 Part I & II, IS : 1554 Part I.
1.5.1 TYPE
The cables shall be circular, multi core, annealed copper or aluminium conductor, PVC insulated
and PVC sheathed, armoured or unarmoured.
1.5.2 CONDUCTOR
Uncoated, annealed copper / aluminium, of high conductivity upto 4 mm.² size, the conductor
shall be solid and above 4 mm.², conductors shall be concentrically stranded as per IEC : 228.
1.5.3 INSULATION
Polyvinyl chloride (PVC) rated 70° c. extruded insulation as per IEC : 502.
1.5.6 ARMOUR :
Galvanised steel flat strip / round wires applied helicaly in single layers complete with covering
the assembly of cores.
For cable size upto 25 Sq. mm: Armour of 1.4 mm dia G.I. round wire
For cable size above 25 Sq. mm: Armour of 4 mm wide 0.8 mm thick G.I. strip
1.5.7 SHEATH
Polyvinyl chloride (PVC), 70 deg.c. rated extruded as per IEC : 502.
Inner sheath shall be extruded type and shall be compatible with the insulation provided for the
cables.
Outer sheath shall be of an extruded type layer of suitable synthetic material compatible with the
specified ambient and operating temperature of cables. The sheath shall be resistant to water,
ultraviolet radiation, fungus, termite and rodent attacks. The colour of outer sheath shall be black.
1.5.8 RATING:
1.6 GENERAL
All cables shall be adequately protected against any risk of mechanical damage to which they
may be liable in normal conditions of handling during transportation, loading, unloading etc.
The cable shall be supplied in single length i.e. without any intermediate joint or cut unless
specifically approved by the client.
The cable ends shall be suitably sealed against entry of moisture, dust, water etc. with cable
compound as per standard practice.
2 DISTRIBUTION BOARDS
1) Scope :
It includes supply & Installation, commissioning, Distribution Boards standard company
fabricated or to be fabricated by fabricator.
2) Distribution Boards:
Distribution boards along with the controlling MCB’s/Fuse or Isolator as shown shall be fixed
in an M.S. Box with hinged door suitable for recessed mounting in wall. Distribution boards
shall be made of 18 SWG steel sheet duly rust inhibited through a process of de-greasing, acid
3) Conduit knockouts shall be provided as required/shown on drawings and the entire board
shall be rendered dust and vermin proof with necessary sealing gaskets. The top and bottom
side of DB should be detachable.
1) Bus bars shall be suitable for the incoming switch rating and sized for a temperature rise of 35°
C over the ambient. Each board shall have two separate earthing terminals. Circuit diagram
indicating the load distribution shall be pasted on the inside of the DB as instructed. One
earthing terminal for single phase and two terminals for 3 phase DB’s shall be provided with
an earth strip connecting the studs and the outgoing ECU earth bar.
3 INTERNAL WIRING:
This section covers, definition of point wiring, system of wiring and supply, installation,
connection, testing and commissioning of point wiring for light points, ceiling fan points, exhaust
fan points, convenience socket outlet points, power socket outlet points etc. including fixing of
light fixtures, ceiling fan, exhaust fan, wall fan etc.
The point wiring shall be carried out in the under mentioned manner :
• Supply, installation, fixing of conduits with necessary accessories, junction / pull /
inspection / switch boxes and outlet boxes.
• Supplying and drawing of wires of required size including earth continuity wire.
• Supply, installation and connection of flush type switches, sockets, cover plates, switch
plates etc.
• The point shall be complete with the branch wiring from the Switch board to the outlet
point, Pre laid conduit with accessories, junction, pull, inspection boxes, control switch,
socket, outlet boxes, ceiling roses, button / swan holder, connector etc.
3.3 MATERIAL:
3.3.2 BOXES:
All the boxes for switches, sockets and other receptacles, junction boxes, pull boxes and outlet
boxes shall be fabricated from 2.0 mm. thick mild sheet painted with two coats of red-oxide and
then two coats of enamel paints as called for. Colour of the paints shall be as approved by the
client. The boxes shall have smooth external and internal finished surface. Boxes in contact with
earth or exposed to the weather shall be of 2 mm. mild steel and hot dip galvanized after
fabrication. Separate screwed earth terminal shall be provided in the box for earthing purpose. All
boxes shall have adequate no. of knock out holes of required diameter for conduit entry. Switch
boxes to receive switches, socket outlets, power outlets, telephone outlets, fan regulators, etc.
shall be fabricated to the approved shape and size to accommodate all the devices without
overcrowding. Outlet boxes to receive ceiling fan shall be fitted with adequately sized rod / hook
to fix ceiling fan. The boxes shall be of minimum depth of 65 mm.
3.5 SWITCHES :
Switches shall conform to IS : 3854, IS : 1293 and IS : 4615. The switches shall be single pole, single
or two way and shown on the drawings or as specified. They shall be of moulded type rated for
250 volt, and of full 5 / 15 A capacity. They shall be provided with insulated dollies and covers.
The switches shall be rocker operated with a quite operating mechanism with bounce free snap
action mechanism enclosed in an arc resistant chamber.
The switches shall have pure silver and silver cadmium contacts. The switches shall be flush
moduler type The make of the switches shall be as indicated in the drawings or BOQ or make of
3.6 SOCKETS :
The sockets shall conform to IS : 1293. Each socket shall be provided with control switch of
appropriate rating. The sockets shall be moulded type, rated for 250 volts, and either of full 9A/16A
capacity, as mentioned on the drawings or BOQ.
Sockets shall be of three pin type, the third in being connected to earth continuity conductor. The
socket shall be flush modular type. The sockets installed in machine room, plant room or wet /
damp area shall be metal clad weather proof type. The finishing and make of all the sockets shall
be same as light switch. The socket shall have fully sprung contacts and solid brass shrouded
terminals to ensure positive electrical connections.
The sockets shall be provided with automatic shutters, which opens only when earth pit of the plug
inserts in the socket.
The socket shall be provided with three pin plug top suitable to the socket and of the same make
as socket.
Insulation shall be shaved off for a length of 15 mm at the end of wire like sharpening of a pencil
and it shall not be removed by cutting it square or ringing.
PVC insulated copper conductor wire ends before connection shall be properly soldered (at least
15 mm length) with soldering flux / copper solder, for copper conductor. Strands of wires shall not
be cut for connecting to the terminals. The connecting brass-screws shall have flat ends. All looped
joints shall be soldered and connected through terminals block / connectors. The pressure applied
to tighten terminal screws shall be just adequate, neither too much nor too less. Conductors having
nominal cross section are exceeding 4 sq. mm shall always be provided with crimping type cable
sockets. At all bolted terminals, brass flat washer of large area and approved steel spring washers
shall be used. Brass nuts and bolts shall be used for all connections.
Only certified wire man and cable jointers shall be employed to do joining work.
For all internal wiring PVC insulated wires of 650 / 1100 volts grade shall be used. The sub-circuit
wiring for point shall be carried out in looping system and no joint shall be allowed in the length of
the conductors. No wire shall be drawn in to any conduit, until all work of any nature that may
cause injury to wire is completed. Care shall be taken in pulling the wires so that no damage occurs
3.8 JOINTS:
The wiring shall be by looping back system, and hence all joints shall be made at main switches,
distribution boards, socket outlets, lighting outlets and switch boxes only. No joints shall be made
inside conduits and junction boxes. Joints where unavoidable, due to any specified reasons, prior
permission in writing shall be obtained from the client before making such connections. Joints by
twisting conductors are prohibited.
3.10 EARTHING:
All earthing systems shall be in accordance with IS : 3043 - 1985 code of practice for earthing.
TESTING OF INSTALLATION
Before a completed installation is put into service, the following tests shall be complied with
INSULATION RESISTANCE
The insulation resistance shall be measured by applying 500 volt megger with all fuses in places,
circuit breaker and all switches closed. The insulation resistance in gegohms of an installation,
measured shall not be less than 50 megohms divided by the number of points on the circuit.
The insulation resistance shall be measured between
EARTH TO PHASE
EARTH TO NEUTRAL
PHASE TO NEURAL
PHASE TO PHASE
The lighting and their associated accessories such as lamps, reflectors, housings, ballasts etc., shall
comply with the latest applicable standards.
Fittings shall be designed for continuous trouble free operation under atmospheric conditions
without reduction in lamp life or without deterioration of materials and internal wiring. Degree of
protection of enclosure shall be IP-65 for outdoor fittings except bulkhead fitting. Bulkhead fitting
shall be provided with IP-54 protection.
4.1 LUMINARIES:
I) All LED panels shall be of minimum IP 20 for interior and IP 42 for exterior, or as
described on BOQ.
II) Indoor Ceiling mounted with high efficiency translucence (HET) diffuser 160 V – 260 V
in single phase.
III) Colour temperature 3000k – 6000k, or as described on BOQ.
IV) CRI (Colour rending index) – more than 80 CRI.
V) Driver – Electronic Ballast.
VI) LED Panel - Backlight
VII) Light Output – 90 to 110 lm/watt.
VIII) Standard compliance : IEC 60598 – 1 and IEC 60598 – 2.
IX) Manufacture: LEGERO, WIPRO, OSRAM.
X) Voltage – 160 V – 260 V.
XI) For Backlight:
a. Body – CRCA ,
b. Body Finished - Powder Coated,
c. Optics / Beam Angle – PMMA diffuser
For COB :
a. BODY- Die-cast aluminium
b. BODY FINISH – Powder Coated
c. Optics / Beam Angle – 36 degree
Supply installation, interconnection, testing and putting in to operation of earth station as per IS
3043. Complete with all fixing materials, including testing & commissioning of maintenance free
chemical earthing of Dual Pipe technology. 2 meter long with Outer dia. of 76 mm and inner dia of
38 mm with 80-100 micron galvanization. The Earthing Electrode shall be placed inside the
removable perforated PVC Pipe of required thickness, diameter and length. Earthing electrode to
be filled with the highly conductive material and shall be backfilled with Dry loose soil throughout
the Electrode. 25 Kg earth enhancing compound per earth pit shall be mixed with water and poured
inside the pit. The Cement concrete of 50 mm thickness shall be made above the earth pit . The
Chemical compound should be tested and certified by BIS accredited laboratory. Ph value should be
7.5. This includes supply & fixing of watering pipe & strip 25x3 mm brought out up to ground level.
Supply, installation, testing and commissioning of Air Finial Lighting Arrestor (including 20 mm dia.
1200 mm long GI Rod and Connection wire) mounted on top of the building and electrically
connected to the ground through a 25 mm X 3 mm GI strip to the separate earthing as per drawing.
Contents
1 GENERAL .......................................................................................................................................... 5
1.1 Scope ........................................................................................................................................... 5
1.2 General ........................................................................................................................................ 5
1.3 Basic Materials and Method........................................................................................................ 6
1.4 Materials Trade Names Variations.............................................................................................. 6
1.5 Regulations.................................................................................................................................. 6
1.6 Drawings and Specifications ....................................................................................................... 6
1.7 As Built Record........................................................................................................................... 7
1.8 Cutting and Patching: .................................................................................................................. 7
1.8.1 Painting ................................................................................................................................... 7
1.8.2 Expansion and Contraction ..................................................................................................... 7
1.9 Clean Up ..................................................................................................................................... 8
1.10 Pressure Testing .......................................................................................................................... 8
1.10.1 General ................................................................................................................................ 8
2 SOIL, WASTE, VENT AND RAIN WATER PIPES ........................................................................ 9
2.1 Scope ........................................................................................................................................... 9
2.2 General Requirements ................................................................................................................. 9
2.3 PVC Pipes and Fittings: Soil, Waste and Vent Pipes.................................................................. 9
2.4 ASTRAL uPVC Foam Core Pipes & ASTRAL uPVC DWV .................................................. 10
2.4.1 UPVC Pipes .......................................................................................................................... 10
2.4.2 Clamps: ................................................................................................................................. 11
2.4.3 Pipe Supports and Hangers ................................................................................................... 11
2.4.4 Waste Pipe from Appliances ................................................................................................. 11
2.5 Traps ......................................................................................................................................... 12
2.5.1 Floor Traps ............................................................................................................................ 12
2.5.2 F1oor Trap Inlets ................................................................................................................... 12
2.5.3 Grating for F1oor Traps ........................................................................................................ 12
2.5.4 Urinal Traps .......................................................................................................................... 12
2.6 Fixing ........................................................................................................................................ 12
2.6.1 Joining ................................................................................................................................... 12
2.6.2 Clean Outs ............................................................................................................................. 12
2.6.3 Cement Concrete ................................................................................................................... 13
2.6.4 Painting ................................................................................................................................. 13
2.6.5 Cutting and Making Good..................................................................................................... 13
Tolerances: ............................................................................................................................................ 13
2.7 Testing....................................................................................................................................... 13
2.8 Measurement ............................................................................................................................. 14
Page 1
Technical Specification of Sanitary Works
Page 4
Technical Specification of Sanitary Works
1 GENERAL
1.1 Scope
The Contractor shall furnish all materials, labour and related items necessary to complete the
work indicated on the Drawings and Specified herein.
1.2 General
Unless specifically mentioned otherwise, all the applicable codes and standards published
by the Indian Standard Institution and its subsequent revision and all other Standards which may
be published by them before construction work starts, shall govern in respect of design,
workmanship, quality and properties or materials and method of testing.
IS: 458 - 1971 Specification for Cement Concrete Pipes with and without
Reinforcement
IS: 778 - 1964 Specification for Gun Metal Gate, Globe and Check Valves for Water,
Steam and Oil only
IS: 780E -1966 Specification for Sluice Valve for Various Purpose
IS: 781 - 1984 Specification for Cast Copper Alloy Screw Down Bib Taps and Stop
Valves for Water Services.
IS: 781E -1959 Specification for Sand Cast Brass Screw down Bib Taps and Stop Taps
for Water Services
IS: 783 - 1959 Code of Practice for Laying of Concrete Pipes.
IS: 1171 - 1963 Basic Requirement of Water Supply, Drainage and Sanitation.
IS: 1703 - 1989 Water Fittings -Copper Alloy Float Valves (Horizontal Plunger Type)
Specification
IS: 1726 - 1991 Cast Iron Manhole Covers & Frames -Specification
IS: 1742 -1983 Code of Practice for Building Drainage
IS: 2064 -1962 Code of Practice for Selection, Installation and Maintenance of
Sanitary Appliance
IS: 2065 – 1983 Code of Practice for Water Supply in Building
IS: 2373 – 1963 Specification for Water Meters (Bulk type)
IS: 2470 - 1985 Code of Practice for Installation of Septic Tanks.
IS: 2556 - 1967 Specification for Vitreous Sanitary Appliances (Vitreous China).
IS: 3597- 1966 Method of Test for Concrete Pipe
IS: 5329- 1969 Code of Practice for Sanitary Pipe Work Above Ground for Building.
The Contractor will submit all samples to the Engineer for approval, together with
Manufacturer's literature and installation instructions and obtain his full approval before placing
any material orders or commencing the works.
Page 5
Technical Specification of Sanitary Works
In cases where materials are not available in Metric Measurements (as referred to) the nearest
size Imperial units shall be provided, with prior approval of the Engineer, at no extra cost to the
contract.
All materials provided for the Contract will be in strict accordance with the latest version of the
applicable Indian Standards. All manufacturer's data, specifications and relative information
together with samples will be submitted to the Engineer for approval prior to being purchased,
otherwise at the Contractor's own risk.
Tenders shall be based upon complete installations. Products required which are not
shown or mentioned, or not specified herein as to manufacturer, quality, etc. shall be
furnished of the highest quality (commercial standard).
1.5 Regulations
The work shall be carried out in accordance with all rules, regulations, by-laws and
requirements of all authorities having jurisdiction. All changes and alterations required by
an authorized inspector of any authority having jurisdiction shall be carried out at no cost
to the employer.
Page 6
Technical Specification of Sanitary Works
or equipment and will be responsible for coordination with all other work trades including
finishes.
Drawings show general location and routes to be followed by pipes, ducts, etc.
where not shown, or shown diagrammatically, the Contractor shall install them in
accordance with best trade practices.
1.7 As Built Record
The Contractor shall request a complete set of drawings, (white) from the Engineer and use these
for "As Built" records.
"As Built" records shall be retained in the site office and kept up to date daily in regard to
changes in actual installation from the Plans and Specifications. Alterations to duct work, piping
services, etc. shall be noted and the revised arrangement drawn in accurately, complete with
dimensions from column lines. Every precaution shall be taken to protect the Drawings from
damage and loss.
The" As Built" records shall be made available to the Engineer upon request and made
available at each site meeting. After no further alteration can be expected and the Contract is
nearing completion, the records shall be submitted for final approval.
The Contractor shall include on "As Built" records the dimension’s location of all buried
piping and valves, and during construction plainly mark location of exterior services and valves
to prevent damage to these until the Project is completed.
1.8.1 Painting
All equipment supplied under this Specification shall be delivered to the site with a factory
applied prime coat of paint unless noted otherwise. All supports and hangers shall receive a prime
coat of paint.
Painting where required for pipe, duct services, equipment identification including
stenciling shall be carried out by a paint tradesman under this division in accordance with the
workmanship and material specification.
All factory prime-coated or finish coated equipment shall be touched up or repainted if
equipment is marred during shipment or installation.
Unless shown otherwise, the Contractor shall be responsible for measures to control the thermal
movement of piping and apparatus. Piping shall be erected in such a manner that strain and
weight does not come upon cast connections or apparatus.
Page 7
Technical Specification of Sanitary Works
Where possible, the effect shall be obtained by providing changes in direction and loops in pipe
runs, supplemented by the necessary guides, anchors and limit stops.
1.9 Clean Up
The Contractor shall clean all exposed metal surfaces from grease, dirt or other foreign materials.
Chrome plated and polished work shall be left bright and clean. All openings in pipes and fixtures
shall be properly capped and plugged during construction.
Fixtures and equipment shall be properly protected from damage during the construction period
and shall be cleaned in accordance with the manufacturer's instructions.
2.1 Scope
Work under this section shall consist of furnishing all labour, materials, equipment and
applications, necessary and required to completely install all soil, waste, vent and rain water
pipes as required by the drawings, specified hereinafter and given in the Bill of Quantities.
Without being restricted to the generality of the foregoing, the soil waste and vent pipes system
shall include:
• Vertical and horizontal soil wastes and vents pipes, rain water pipes and fittings, joints,
clamps and connections to fixtures.
• Connection of all pipes to sewer and storm water lines as shown on the drawings at ground
floor levels.
• Floor and urinal traps, clean-out plugs and inlet fittings.
• Waste pipe connection from all fixtures e.g. Washbasins, sinks, urinals, kitchen,
equipment and plant room equipment.
All materials shall be of the best quality conforming to the specifications and subject to the
approval of the Engineer. Pipes and fittings shall be fixed truly vertical, horizontal or in slopes
as required in a neat workman like manner. Pipes shall be fixed in a manner as to provide easy
accessibility for repair and maintenance and shall not cause obstruction in shafts, passages, etc.
Fitting positions shall in all cases line up with & conform to access panels for ease of
maintenance. Pipes shall be securely fixed to walls by suitable clamps at intervals specified.
Access doors for fittings and clean-outs shall be so located that they are easily accessible for
repair and maintenance. All work shall be executed as directed by the Engineer.
2.3 PVC Pipes and Fittings: Soil, Waste and Vent Pipes
Where specified, soil, waste and rain water pipes shall be 4 or 6 kg. f/cm2 working pressure rigid
PVC single socketed push-on rubber joint pipes. PVC pipe should have a length of 3m or 6m
with moulded PVC fittings of thickness not less than 3.2mm. Pipes shall be of colour specified
by the Engineer. Fitting for PVC pipes shall be moulded and include tees, bends, reducers,
offsets, plugs etc. Outlets of suitable diameter for connection to the appliance shall be provided.
PVC pipes shall be jointed as recommended by the manufacturer. Fixing of PVC pipes shall be
done in the best workmanship.
Before use at site, all pipes shall be tested by filling up with water for at least 10 minutes.
After filling, pipes shall be struck with a hammer and inspected for blowholes and cracks. All
defective pipes shall be rejected and removed from the site.
Pipes shall be further tested after installation, by filling up the stack with water. All
opening and connections shall be suitably plugged. The total head for PVC pipes shall not exceed
10 meters. All pipes shall be fixed in gradient towards the outfall drain. Pipes inside toilets shall
be chased and concealed or otherwise as shown on the Drawings.
Page 9
Technical Specification of Sanitary Works
PVC pipes to be laid in trench or floor or wall. Complete installation of PVC pipes include
supply of pipes and necessary fittings such as Tees, Bends, Reducers, Crosses, Couplers, epoxy
materials etc., trench excavation in any type of soil and backfilling with proper compaction,
chasing in wall or floor and repair to original finish, laying and jointing of PVC pipes and fittings
and pressure testing. The trench width shall be 2 times 300 mm + outer diameter of pipe, and the
pipes laid underground shall not be less than 600mm from the ground level.
All soil and waste pipes shall be tested to detect any leakage etc. in accordance to IS:
5329-1969.
Measurements:
PVC Pipes shall be measured along the centre line of pipes and fittings in running meter between
socket to socket or bend, tee of pipes and pvc fittings as tee,bend,doortee etc.count by number.
2.4 ASTRAL uPVC Foam Core Pipes & ASTRAL uPVC DWV
Providing, fixing, testing and commissioning ASTRAL uPVC Foam core Pipes & ASTRAL
uPVC DWV Click Ring type fittings for drain, waste and vent including injection molded fittings
e.g. tees, bends, clamps, Y junctions, reduces couplings, adapters, door bend and terminal cowl
etc. jointing with lubricant/rubber ring/ solvent cement including cuttings the walls and floor as
required and making good the walls and floors as required at site for internal drainage system.
Installation to be made with proper anchoring, fasteners, clamps, etc. and shall be to the
satisfaction of the Engineer-In-Charge.
PVC Pipes shall be measured along the center line of pipes and fittings in running meter
between socket to socket or bend, tee of pipes and pvc fittings as tee, bend, door tee etc. Count
by number.
Pipes shall be of colour specified by the Engineer. Fitting for UPVC pipes shall include
couplings tees, bends, elbows, unions, reducers, nipples and plugs. Outlets of suitable diameter
for connection to the appliance shall be provided. Contractor shall use pipes and fittings of
matching specifications. Fittings shall be of the required degree of curvature with or without
Page 10
Technical Specification of Sanitary Works
access door. Access door shall be screw type with neoprene gaskets as shall be approved by the
Engineer.
2.4.2 Clamps:
Holder bat clamps shall be of standard design and fabricated from M.S. flat 40 mm x 3 mm thick
and 12 mm dia. rod and 6 mm nuts bolts. They shall be painted with two coats of black bitumen
paint before fixing. Holder bat clamps shall be fixed in cement concrete of 1:2:4 mix.
Where holder bat clamps are to be fixed on RCC column, wall or beam they shall be fixed
with 40mm x 3mm flat iron "U" type clamps with anchor fasteners of approved design. Rates for
both types of clamps shall be the same and no addition or deduction shall be made.
Structural clamps shall be fabricated from MS structural members e.g., rods, angles,
channels, flats as per detailed Drawing. Contractor shall provide all nuts, bolts, welding and paint
the clamps with one coat of red oxide.
2.4.3 Pipe Supports and Hangers
Spacing for supports & hangers of fixing for internal piping shall be as given in the
following table.
Vertical Horizontal
Pvc Pipes 300cm 240cm
HDPE Pipes 180cm 120cm
Page 11
Technical Specification of Sanitary Works
2.5 Traps
2.6 Fixing
All vertical pipes shall be fixed by MS clamps truly vertical. Branch pipes shall be connected to
the stack at the same angle as that of the fittings. A heel rest bend supported on concrete block
shall be provided at the feet of the stack. No collars shall be used on vertical stacks. Each stack
shall be terminated at top with a cowl (terminal guard).
Horizontal pipes laid to the correct slopes running along ceilings shall be fixed on
structurally adjustable clamps of special design shown on the drawings or as per details shown
on the drawings or as directed. Horizontal pipes shall be laid to uniform slope and the clamps
adjusted to the proper levels so that the pipes fully rest on them. The Contractor shall provide all
sleeves, openings, hangers, inserts during the construction. He shall provide all necessary
information to the building contractor for making such provision in the structure as necessary
and as required
2.6.1 Joining
All joints to be O ring type washer and Solvent as per specification and instruction of Engineer.
Fixing of UPVC pipes shall be done in the best workmanship.
Page 12
Technical Specification of Sanitary Works
2.6.4 Painting
Pipe fittings and clamps in exposed positions shall be painted with three or more coats of ready
mix oil paint of approved make, quality and shade.
Tolerances:
Acceptable tolerance for pipes to IS: 3989 and IS: 1729 shall be as follows:
2.7 Testing
Before use at site, all pipes shall be tested by filling up with water for at least 10 minutes. After
filling, pipes shall be struck with a hammer and inspected for blow holes and cracks. All defective
pipes shall be rejected and removed from the site within 48 hours. Pipes with minor sweating
shall be
accepted at the discretion of the Engineer. Pipes shall be tested after installation, by filling up
the stack with water. All opening and connection shall be suitably plugged. However the total
head in the stack shall not exceed 3m.
Alternatively, the Contractor may test all soil and waste stacks by a smoke testing machine.
Smoke shall be pumped into the stack after plugging all inlets and connections. The stack shall
Page 13
Technical Specification of Sanitary Works
then be observed for leakages and all defective pipes and fittings removed or repaired as directed
by Engineer.
2.8 Measurement
2.8.1 General
Rates for all items quoted shall be inclusive of all work and items given in the above mentioned
specifications and Bill of Quantities and applicable for the work under floor, in shafts or at ceiling
level at all heights and depths. All rates are inclusive of preparing timber block-outs in RCC and
chasing masonry work and making good the same. All rates are inclusive of pre-testing and on
site testing of all the installations and materials prior to commissioning to the satisfaction of the
Engineer.
Pipes (Unit of measurement: Linear meter to the nearest centimetre)
PVC Pipes shall be measured per running meter correct to a centimetre for the finished work,
which shall not include proprietary fittings, e.g. crosses, sockets, nipples and nuts but exclude
bends, tees, elbows, reducers. The length shall be taken along centreline of the pipes and fittings.
All pipes and fittings shall be classified according to their diameters, method of jointing and
fixing substance, quality and finish. The diameters shall be nominal diameter of internal bore.
The pipes shall be described as including all cutting and waste. In case of fittings of an equal
bore, the largest bore shall be measured. Cement concrete around pipes shall be measured along
the center of the pipe line measured per linear meter and include any masonry supports,
shuttering and centering cutting complete as described in the relevant specifications. Slotted
angles/channels shall be measured per linear meter of finished length and shall include support
bolts and nuts embedded in masonry walls with cement concrete block and nothing extra will be
paid for making good the same.
2.9 Pipes Specials
PVC pipe specials e.g. bend, tee, Y- joint etc shall be measured by numbers. Rate shall be for
plain or reducers used wherever required as per the site condition.
2.10 Measurement
Unit of measurement shall be the number of pieces. Floor and urinal traps, traps gratings,
hoppers, clean-outs, plugs shall be measured by numbers and shall include all items described in
the relevant specifications. Bolt welding shall be by number of complete pipe joints.
3 SANITARY-WARES
3.1 Scope
Work under this section shall consist of furnishing all labour materials necessary and required to
completely install all sanitary fixtures, chromium plated fittings and accessories required by the
drawings and specified hereinafter or given in the schedule of quantities. Without restricting to
the generality of the foregoing the sanitary fixtures shall include all sanitary fixtures, CP fittings
and accessories, etc, necessary and required for the buildings. Whether specifically mentioned
or not, all fixtures and appliances shall be provided with all fixing devices, nuts, bolts, screws,
hangers as required. All exposed pipes within toilets and near fixtures shall be chromium-plated
brass or copper unless otherwise specified. All hot water pipes shall be lagged & properly
insulated from the hot water storage tanks to the hot water taps & outlets.
Page 14
Technical Specification of Sanitary Works
Page 15
Technical Specification of Sanitary Works
3.6 Fixing:
The W.C. pan or comode shall be laid in floor slope towards the pan in a workman like manner
care being taken not to damage the pan in the process of fixing. If damaged in any way, it shall
be replaced at no cost to the Employer. The pan shall be fixed on a proper base of cement
concrete 1:2:4 mix (1 cement: 2 coarse sand: 4 stone ballast 20mm. nominal size) taking care
that cushion is uniform and even without having any hollows between the concrete base and pan.
Joining between the pan and finished floor shall be neatly done and no hair cracks shall be visible.
Joining between the outlet of pan white trap shall cement concrete and water proofing compound
and made leak proof.
Page 16
Technical Specification of Sanitary Works
3.11 Sinks
Sinks shall be stainless steel as specified in the schedule of quantities. Each sink shall be provided
with CI brackets and clips and securely fixed. Counter top sinks shall be fixed with suitable
angle iron clips or brackets as recommended by the manufacturer. Each sink shall be provided
with 32 mm dia. C.P. waste coupling with C.P. chain rubber plug,32 mm dia. bottle trap with
clean out hole and plug ,15 mm dia. C.P. Sink cock. Fixing shall be done as directed by the
Engineer and shall be coordinated with the Interior Fit-out Program. Supply fittings for the sinks
shall be fittings or CP cock/mixer as specified in the Bill of Quantities.
3.11.1 Fixing:
The sink shall be laid in wall in a workman like manner care being taken not to damage the sink
in the process of fixing. If damaged in any way, it shall be replaced at no cost to the Employer.
The sink shall be fixed on a proper base of cement concrete 1:2:4 mix (1 cement: 2 coarse sand:
4 stone ballast 20mm. nominal size) taking care that cushion is uniform and even without having
any hollows between the concrete base and sink. Joining between the sink and wall shall be
neatly done and no hair cracks shall be visible. Joining between the outlets of sink shall be made
leak proof.
Page 17
Technical Specification of Sanitary Works
Fixing
Brackets shall be fixed to wall by means of C.P. brass screws to wooden plugs or crawl plugs or
dash fasteners firmly embedded in the wall or as directed by the Engineer.
3.17 Mirrors
Mirrors shall be electro-coated copper 5.5mm thick of guaranteed quality and reputed make. The
size shall be as specified in the Bill of quantities & the drawings. The image shall be clear and
without waviness at all angles of vision. Mirrors shall be provided with plastic frame fixed with
CP brass semi-round headed concealed screws and cup washers or CP brass clamps as specified
or instructed by the Engineer.
Page 18
Technical Specification of Sanitary Works
3.19 Accessories
The Contractor shall install all chromium plated and porcelain accessories as shown on the
drawings in compliance to the manufacturer's specifications directed by the Engineer, and given
in the Bill of Quantities. All CP accessories shall be fixed with CP brass half round head screws
and cut washer in wall with raw plugs and shall include cutting and making good as directed by
him. Porcelain accessories shall be fixed in walls and set in cement mortar 1:2 mix (1-part cement
and 2 part fine sand) and fixed in relation to the tiling work.
3.20 Measurement
Unit of measurement shall be based on the number of fixture. Rate for providing and fixing of
sanitary fixtures, accessories, urinal partitions shall include all items, and operations stated in the
respective specifications and Bill of Quantities, and nothing extra is payable. Rates for all items
under specifications above shall be inclusive of cutting holes and chases and making good the
same, CP screws, nuts, bolts and any fixing arrangement required and recommended by
manufacturers, testing and commissioning.
4.1 Scope
Work under this section consists of furnishing all labour, materials, equipment and appliances
necessary and required to completely install the water supply system as required by the drawings,
specified hereinafter and given in the schedule of quantities. Without restricting to the generality
of the foregoing, the water supply system shall include the following:
• Connecting the mains supply to the designed tanks as per the drawings.
• Control valve, masonry chambers and other appurtenances.
• Connections to all plumbing fixtures, pantries and overhead tanks.
• Excavation and refilling of pipe trenches.
• Pipe protection and painting
4.2 General Requirements
All materials shall be new of the best quality conforming to specifications. All works executed
shall be to the satisfaction of the Engineer. Pipes and fittings shall be fixed truly vertical,
horizontal or in slopes as required in a neat workman like manner. Short or long bends shall be
used on all main pipelines as far as possible. If HDPE, Ppr, Pvc,Cpvc,multilayer pipes are used
then methods approved by the manufacturer shall be used. Pipes shall be fixed in a manner as to
provide easy accessibility for repair and maintenance and shall not cause obstruction in shafts,
passages, etc. Pipes shall be securely levelled to the required slopes & fixed to walls and ceilings
by suitable clamps at intervals specified. Valves and other appurtenances shall be located to
provide easy accessibility for operation, maintenance and repairs.
couplings, bends, tees, nipples, reducers, unions, and bushes. Fittings shall be IS 1979 (part I to
X) 1975. Pipes and fittings shall be joined with screwed fittings. Care shall be taken to remove
butt from end of pipe after cutting by a round file. Genuine red lead with grumet and a few
strands of fine hemp shall be applied and seal tape shall be used for C.P fittings and gate valves.
All pipes shall be fixed in accordance with layout and alignment shown on drawings. Care shall
be taken to avoid air pockets. GI pipes inside toilets shall be fixed in wall chases well above the
floor. No pipes shall be run inside a sunken floor unless specifically instructed. Pipes shall be
run under ceilings or floors and other areas as shown on drawings.
Chlorinated Polyvinyl Chloride (CPVC) water supply Pipes should be of standard dimensional
ratios SDR 11(class 1). All CPVC Pipes and Fittings should be made from identical CPVC
compounds having the same physical properties. Pipes and fittings should be product of SDR 11
meet the requirement of ASTM D 2846, specific to Copper Tube Size dimension.
Horizontal and vertical pipes should be supported by pipe clamps or by hangers not less
than 75 cm and as per requirements.
Threaded CPVC fittings with tapered pipe threads should be used with a suitable thread
sealant to ensure leak proof joints.
The diameter and thickness corresponding as tabulated below.
The joint of pipes and fitting shall be either threaded joint or solvent cement joint as
directed in above codes.
Complete installation of CPVC pipes include supply of pipes and necessary fittings such
as Tees, Bends, Reducers, Crosses, Unions, socket, elbow, crossover, transition piece, transition
joint, end cap, clamp etc. with both male and female of respective fittings, chasing in wall or
floor and repair to original finish, laying and jointing of pipes and fittings and pressure testing.
All water supply CPVC pipes, fittings and valves shall be tested by hydrostatic pressure of at
Page 20
Technical Specification of Sanitary Works
least 10 kg/cm2. Pressure shall be maintained for a period of at least 24 hours without appreciable
drop in the pressure.
In addition to the testing carried out during the construction, the Contractor shall test the
entire installation after connections to the plumbing systems. The Contractor shall rectify all
leakage, and shall replace all defective materials in the system.
After commissioning of the water supply system, the contractor shall test each valve by
closing and opening it a number of times to observe if it is working efficiently. The valves, which
do not operate effectively, shall be replaced by new ones at the Contractor’s cost and tested as
above. Upon completion of all the test and necessary replacements, all water piping shall be
disinfected as below:
After thoroughly flushing the system with clean water, the system shall be filled with a
measured quantity of sodium hypo chloride solution to the water to give free residual chlorine
of 5 mg/1itre. After 1 hour of retention, the system shall be drained, re-flushed and returned to
service.
Measurement
Measurement for the Contract Item CPVC pipes shall be made per running meter and the rate
shall be inclusive of all fitting, clamps, cutting, chases and hooks in wall and floor and making
good the same and testing of pipes and fittings.
4.5 Clamps
Holder bat clamps for supporting of CPVC, UPVC and other pipes shall be of standard design
and fabricated from MS 12mm bolts and nuts. They shall be painted with two coats of black
Japan paint before fixing. MS clamps shall be of standard design and fabricated from MS flat 40
x 3mm thick.
Structural clamps shall be fabricated from mild steel structure section e.g. rods, angles,
channels, nuts, bolts, welding and painting the clamps with one coat of red oxide. The clamps
shall be fixed as per drawing and instruction. Alternative – installation of a galvanized metal
channel system with accessories (i.e. Hilti –MN, ML series system with pipe clamps, and
hangers. Where MS clamps are to be fixed on RCC column or slotted angles, walls or beam they
shall be fixed with 40 x 3mm flat iron `U' type CPVC clamps with anchor fasteners of approved
design or 6 mm nuts and bolts. Structural clamps shall be fabricated from MS structural members
e.g. rods, angles, channels, flats as per detailed drawings or as directed. The Contractor shall
provide all nuts, bolts, welding and paint the clamps with one coat of redoxide. Wooden saddles
shall be provided free of cost but structural clamps shall be paid separately by weight.
Page 21
Technical Specification of Sanitary Works
4.6 Unions
The Contractor shall provide adequate numbers of unions/flanges on all pipes to enable
dismantling later. Unions shall be provided near each gunmetal valve, stop cocks or check valves
and on straight runs as necessary at appropriate locations and required and/or directed by the
Engineer.
4.7 Flanges
Flanged connections shall also be provided on all equipment connections as necessary and
required or as directed by the Engineer. Connections shall be made by the correct number and
size of bolt-sand made with 3mm thick insertion rubber washers. Where hot water or steam
connections are made insertion gasket shall be of 1.5mm thick compressed fiber gaskets
approved by the Architect. Bolt hole diameter for flange shall conform to match the specification
for CI sluice valve to IS 780.
4.8 Trenches
All pipes below ground level shall be laid in trenches and shall have a minimum cover of 60cms.
Excavation for trenches shall be done as specified in subsequent pages of this documents but the
width and depth of the trenches shall be as follows:
4.10 Valves
Valves 65mm dia. and below shall be heavy gunmetal full-way valves or globe valves
conforming to IS 778-1971 class I. Valves shall be tested at the manufacturers with test results
and their name stamped on it. The Engineer shall approve all valves before they are allowed to
be used in the works.
Page 22
Technical Specification of Sanitary Works
4.13 Valves
Valves shall be heavy gunmetal full way gate valves or non return valves conforming to I.S.
7781964 (Class – I) valves shall be tested at manufacturer's works to 21 kg/sq.cm and shall have
manufacturer's name stamped on it. All valves shall be approved by the Engineer before they are
allowed to be used on work.
4.17 Measurement
Pipes above ground shall be measured per running meter (to the nearest cm) and the rate shall be
inclusive of all fittings including unions, elbows. Clamps, cutting chases and hooks in wall and
floors and making good the same and testing of pipes and fittings.
Page 23
Technical Specification of Sanitary Works
Pipes below ground shall be measured per running meter and the rate shall be inclusive of all
fittings including unions, excavation for trenches refilling and disposal of surplus earth and
testing.
Gunmetal valves, non-return valves, ball cocks, foot valves, stop cocks, bib cocks, shall be
measured by number.
For Painting for pipes with enamel or black bituminous paint, no separate payment shall be
admissible.
Protection to pipes with polythene tape shall not be measured separately.
5 PIPE INSULATION
6 STORAGE TANKS
6.1 General
The Contractor shall provide and install Storage tanks in accordance with the Detailed Drawings
and as specified in Bill of Quantities and in the location shown on the Plans.
The Contractor shall provide inlets, outlets, and overflow pipes, socket for float level
switch and inter connection. The overflow and vent pipes shall be provided with a mosquito
proof brass net. The vent pipes of size mentioned shall be provided with bends and pieces of
pipes facing downward. The holes in the tanks for the inlets, outlets, overflows, etc. shall be
made as per the manufacturer's specifications.
all the tanks have a sufficient bearing. The Contractor shall provide all supporting and fixing
devices (such as mild steel ring around the tanks with anchoring members) necessary to fix the
tanks and fitting securely in position as per the manufacturer's Specifications. The fixing devices
shall be rigidly anchored into the building structure. All the devices shall be rust proof and shall
be so fixed that they do not present any unsightly look.
Page 25
Technical Specification of Sanitary Works
7 PLUMBING FIXTURES
Page 26
Technical Specification of Sanitary Works
8.4 Pumps
Pumps shall be KBS/Grundfos/Wilo or equivalent brand of said capacity and installed in pump
house or shed including its structure and base plate as per drawings or supplied drawings. The
pumps shall be installed with all wiring and electrical fixtures such as switches, wires, light, low
and high level guard and pump control panel.
8.5 Measurement
Measurement of works shall be made in unit piece of works as specified.
RCC Hume Pipes shall be socket and spigot joint and class shall be NP2 or NP3 as specified in
BOQ. Unless specified otherwise, pipe shall be lowered into the trench and installed singly. Pipes
shall not be joined until after they have been lowered into the trench.
The line and levels of the pipeline are shown approximately on the drawings. The pipes
shall be accurately installed to the lines, levels, grades and positions set out by the contractor
from data given on the drawings or supplied to him by the Engineer. The excavated bed shall be
properly compacted. Pipe shall rest on the 100mm thick sand bed for the full length of the pipe
barrel. Earthwork in excavation and back filling, concreting works shall be according to the Civil
Works specification.
The contractor shall keep the interior of pipes clean and free from water, dirt, stones or
other foreign matter as installation proceeds and at the end of day’s work or at other times when
installation work is not proceeding, the open ends of pipes shall be sealed off by a wooden plug
or approved stopper.
The pipe trench shall be kept free from water all the times. The contractor shall take all
necessary precautions to prevent the pipe from floating due to water entering the trench from any
source, and shall assume full responsibility for any damage due to this cause. It shall be at the
contractor’s expense to restore and replace the pipes to its specified condition and grade if it is
displaced due to floating.
The contractor has to take necessary precautions including shoring of trenches and
dewatering from trench, if necessary, without any extra cost.
The collar of each pipe shall be placed home in the socket of the one previously laid, and the pipe
then adjusted and fixed in the correct position with the spigot of the pipe accurately centred in the
socket. A ring of gasket in or tarred rope yarn shall be inserted in the socket of each pipe
previously laid and driven home with a wood caulking tool and wooden mallet, such yarn when
in position shall not occupy more than one quarter of the total depth of the socket. The socket
shall then be completely filled with cement sand mortar of 1:2 and a fillet shall be protected by
means of a cover of damp jute which shall be kept moist for at least 24 hours after forming.
Page 28
Technical Specification of Sanitary Works
Measurement
Measurement for sewer installation will be taken from inside of manholes and all specials shall
be included in the linear measurement (in running meters). No extra measurement will be done
for trench excavation, dewatering, shoring of trenches, PCC bedding, supply and installation of
RCC Hume pipes and specials, trench back filling with proper compaction, resealing of original
floor or ground finish etc.
Page 29
Technical Specification of Sanitary Works
9.5 Measurement:
Unit of measurement shall be based on the number. Rate for providing and fixing of solar heater
with (booster) electric rod with thermostat of 3 k.w. shall include all items, and operations stated
in the respective specifications and Bill of Quantities, and nothing extra is payable.
10.3 Disinfection
Before being placed in service, all sanitary water piping shall be thoroughly flushed and
chlorinated by the application of a chlorinating agent which shall calcium or sodium hypo
chloride obtained from an approved manufacturer.
The chlorinating solution shall have a chlorine dosage of 50 ppm and shall be injected into
the system at one end through a cock or tapped connection. All valves and accessories on the
system shall be operated to ensure treatment of entire system. The solution shall be retained in
the system for a period of at least 24 hours. At the end of this period the water shall be flushed
Page 30
Technical Specification of Sanitary Works
from the line at its extremities until the water at these points is of the same quality as the source
of supply.
Before commissioning and testing of fixtures, the Contractor shall ensure that all soil and waste
stacks and drainage system are connected to the respective manholes and the out fall. He shall
also ensure that the water supply system has been commissioned and tested.
Fixtures shall be cleaned and all debris and dirt removed. All stickers, labels, etc. shall be
removed with hot water.
Cold water shall be let in each fixture individually. The fixtures shall then be observed for
any leakage or drip at inlet and outlet connection. The rate of flow for each fixture shall be
adjusted by control valves. All defective part shall be replaced and retested.
After commissioning of the cold water system, water heaters shall be charged with hot
water. After expelling all air in the system by allowing the water to flow through the tap for some
time, the heaters shall be switched on. Each heater shall be observed for any leakages and its
thermostatically controlled operations. If necessary, thermostats shall be reset and any leakage
or defects in the heater repaired or replaced.
On satisfactory testing and commissioning of the fixtures, the Contractor shall clean all
fixtures and accessories by a suitable detergent and hand over the bath room in absolutely clean
and usable conditions.
The Contractor shall remove all debris, dirt and surplus materials caused by the work. The
system shall be left complete and ready for use.
Page 31
Technical Specification of Sanitary Works
• Wrought iron pipes shall be GI treated and fixed in accordance with the Fire Brigade
Department's requirements. As far as possible, it is preferred to have all pipes joints welded with
flanges.
• The joints shall be distributed in normal conformity with local fire brigade requirements,
if any, and in consultation with Engineer for case of future maintenance, repair and inspection.
They shall be secured clear off the wall surface by means of C.I. or M.S. holder bat clamps or
brackets.
• Flanges: All flanges shall be as per IS table.
• Fittings: All fittings such as bends, tees, elbows and reducers etc. shall be fabricated out
of pipes of quality as approved.
• Control Valves: All main control valves other than in the cabinets shall be of cast iron,
sluice type, manufactured by approved make.
• Check Valves: All check valves shall be REC II type, specially designed to close without
shock under conditions of rapid arrestation or reversal flow in water columns working on a
pressure of 10 kg/cm² manufactured by approved make.
o Fire Hose Cabinet: Provide fire hose cabinets of approved manufacture and size with 30”
X24” to two hose length of 15m each and one branch pipe with locking arrangement. Fire Hose
Cabinet.
▪ Cabinet shall consist of 65mm dia hose reel with 30m length or (15mX 2) gun metal
branch with nozzle coupling reel.
▪ All fire hose cabinets shall be sized to receive landing valve, hose reel and fire
extinguishers. The word FIRE HYDRANT shall be painted on cabinets.
Hose Reel: Swinging hose reel with 19mm hydraulic rubber braided hose 36m long, swinging
up to 170° nozzle shape reel carrier, with drum set all complete.
Shock Control: Provide MS fabricated air cushion tanks on top of each riser of 225mm dia. and
1200mm long with shut off drain and air release valve as shown.
Page 32
Technical Specification of Sanitary Works
Page 33
Technical Specification of Sanitary Works
Page 35
SECTION-VI
Bill of Quantities
Notes for Unit Rate Contracts :
Objectives
The objectives of the Bill of Quantities are
(a) to provide sufficient information on the quantities of Works to be performed to enable Bids to be
prepared efficiently and accurately; and
(b) when a Contract has been entered into, to provide a priced Bill of Quantities for use in the periodic
valuation of Works executed.
In order to attain these objectives, Works should be itemized in the Bill of Quantities in sufficient detail to
distinguish between the different classes of Works, or between Works of the same nature carried out in different
locations or in other circumstances which may give rise to different considerations of cost. Consistent with
these requirements, the layout and content of the Bill of Quantities should be as simple and brief as possible.
Content
The Bill of Quantities should be divided generally into the following sections:
(a) Preamble;
(b) Work Items (grouped into parts);
(c) Day works Schedule;
d) Provisional Sums; and
(d) Summary.
Preamble
The Preamble should indicate the inclusiveness of the unit prices, and should state the methods of measurement
which have been adopted in the preparation of the Bill of Quantities and which are to be used for the
measurement of any part of the works.
Work Items
The items in the Bill of Quantities should be grouped into sections to distinguish between those parts of the
Works which by nature, location, access, timing, or any other special characteristics may give rise to different
methods of construction, or phasing of the Works, or considerations of cost. General items common to all parts
of the works may be grouped as a separate section in the Bill of Quantities.
Day work Schedule
A Day work Schedule should be included only if the probability of unforeseen work, outside the items included in
the Bill of Quantities, is high. To facilitate checking by the Employer of the realism of rates quoted by the
Bidders, the Day work Schedule should normally comprise the following:
(a) A list of the various classes of labor, materials, and Constructional Plant for which basic day work rates
or prices are to be inserted by the Bidder, together with a statement of the conditions under which the
Contractor will be paid for work executed on a day work basis.
(b) Nominal quantities for each item of Day work, to be priced by each Bidder at Day work rates as bid. The
rate to be entered by the Bidder against each basic Day work item should include the Contractor’s profit,
overheads, supervision, and other charges.
Provisional Sums
A general provision for physical contingencies (quantity overruns) may be made by including a provisional sum
in the Summary Bill of Quantities. Similarly, a contingency allowance for possible price increases should be
provided as a provisional sum in the Summary Bill of Quantities. The inclusion of such provisional sums often
facilitates budgetary approval by avoiding the need to request periodic supplementary approvals as the future
need arises. Where such provisional sums or contingency allowances are used, the Contract Data should state
the manner in which they will be used, and under whose authority (usually the Project Manager’s).
Summary
The Summary should contain a tabulation of the separate parts of the Bill of Quantities carried forward, with
provisional sums for Day work, for physical (quantity) contingencies, and for price contingencies (upward price
adjustment) where applicable.
These Notes for Preparing Specifications are intended only as information for the Employer or the person
drafting the Bidding documents. They should not be included in the final documents.
Bill of Quantities
1 Provisional Sum
Procument Item Details
SL.
Item Description Unit Quantity Unit Rate(NPR) Amount(NPR)
No
2 Construction work
2.1 Works for complete or part construction and civil engineering work
Supply,erection, testing&
commissioning of STEEL
143 STRUCTURE for pipe support as Kg. 177.5
detailed in technical specification and
drawings
Butterfly Valve
152 Nos. 11.0
80 NB
MCCB:
Supply, installation, testing and
commissioning of following MCCB,
13 Nos. 1.0
Make of Terasaki, Schnieder, Siemens
or equivalent
400 Amp MCCB 50 kA,(Adjustable)
Light Fixtures:
Supply, installation, testing &
commissioning of following light
fixture complete with tube, choke, end
caps, starter, capacitor as per drawing
and specification. Make of (Legero
72 Set 74.0
/Wipro /Osram or equivalent)
36 Watt back-lit LED Recessed
Luminaire, suitable for 600 X 600
module and is enclosed with high
efficient flat PMMA low glare difuser
with luminous flux of 3600 lm
36 Watt back-lit LED Surface
Luminaire, suitable for 600 X 600
73 module and is enclosed with high Set 34.0
efficient flat PMMA low glare difuser
with luminous flux of 3600 lm
24 watt back-lit LED, Recessed
Luminaire suitable for
600 X 300 module with high
74 Set 70.0
efficiency flat PMMA low glare
diffuser with luminous flux of 2400
lm
24 watt back-lit LED, Surface
Luminaire suitable for
600 X 300 module with high
75 Set 176.0
efficiency flat PMMA low glare
diffuser with luminous flux of 2400
lm
Procument Item Details
Transformer Works
9 meter steel pole (bottom 134mm dia.
3300 mm hit. 155mm dia. 2250mm
153 Set 4.0
height, and 76mm dia 1650 mm ht.
with overlapping of 200mm, 150mm
and 100mm respectively
Procument Item Details
VAT
Grand Total