Вы находитесь на странице: 1из 10

REQUEST FOR PROPOSAL FOR PROVISION OF CONSTRUCTION MATERIAL AND

HARDWARE ITEMS FOR Provn of Pre-fabricated Fd living Shelter (40 Men) and their
accessories at Amritsar loc or radius 90 km by 270 Engr Regt for the FY 2015-16

1.
Online bids are invited on behalf of the IHQ of MoD (Army) for Provn of Prefabricated Fd living Shelter (40 Men) and their accessories for Op Wks to 270 Engr Regt
C/o 56 APO.
2.

The RFP is divided into three parts as follows:(a)

Part I.

General Information

(b)

Part II.

General Terms and Conditions.

(c )

Part III.

Tech Specifications

PART-I
GENERAL INFORMATION
1. Last Date and Time for Depositing the Bids. As per critical date sheet given below :CRITICAL DATE SHEET
S.No

Item

Date

Time

(a)

Date of Publishing

05 Aug 2015

(b)

Last date and time of uploading


of tender by the tenderer

26 Aug 2015

Upto 1100hrs

(c )

Date & time of Opening of bid

26 Aug 2015

1201hrs

2. Manners of Depositing the Bids :


The bids will be submitted only online upto
1100 hrs on 26 Aug 2015 in the following manner :
(a)
The original of the following documents shall be submitted physically in the
sealed tender box ( Main Office , 270 Engineer Regiment, C/O 56 APO) prior to bid
submission closing date.
(i)
EMD
Earnest Money of Rs 26,000.00 (Rupees Twenty six thousand
only ) to be deposited by biders in form of Bank Guarantee of any Nationalised
Bank and token of having received the amount.
(b) Cover .1 : Scan copy of EMD shall be submitted online.
(c ) Cover 2 : Price Bid to be submitted onlin in given BoQ format only.

3.
Time and Date for Opening of Bids.
1201 hrs on 26 Aug 2015.
4.
Unwillingness to Quote.
The firm unwilling to quote should ensure that intimation
to this effect reaches before the due date and time of opening of the bid, failing which the
efaulting bidder may be delisted for the given range of items as mentioned in this RFP.
5.
Validity of bids The bids should remain valid upto 180 days from the last date of
submission of the bids.

PART-II
GENERAL TERMS AND CONDITIONS
1.
Parties.
The parties to the contract are the contractor (the tender to whom the
works have been awarded) and the Government of India through the Commanding Officer,
270 Engineer Regiment, PIN-914270, C/o 56 APO for and on behalf of the President of India.
2.
Addresses. For all purposes of the contract including arbitration there under, the
address of the contractor mentioned in the tender shall be the final unless the contractor
notifies a change of address by a separate letter sent by registered post with
acknowledgment to the 270 Engineer Regiment, PIN 914 270, C/o 56 APO. The contractor
shall be solely responsible for the consequences of any omission or error to notify change of
address in the aforesaid manner.
3.

Earnest Money.
(a)
Earnest Money of Rs. 26,000.00 ( Rupees Twenty Six thousand only) must be
deposited by bidders in form of Bank Guarantee of any Nationalized Bank and token
of having received the amount should be submitted along with the tender Technical
Bid). Those who are exempted should furnish attested copy of recent certificate of
registration with NSIC/KVIC/SSI for which exemption of EMD if permitted.
(b)
No request for transfer of any previous deposit of earnest money or security
deposit or payment of any pending bill held by the department in respect of any
previous work will be entertained.
(c)
Tenderer shall not be permitted to withdraw his offer or modify the terms and
conditions thereof in case if the tenderer fails to observe and comply with the
stipulations made herein or backs out after quoting the rates, the aforesaid amount
of earnest money will be forfeited to the Government.
(d)
The tender without earnest money deposited, tender form fee deposit
receipt and having not produced proper certificates for EMD exemption will be
summarily rejected.
(e)
No claim shall lie against the Govt./Dept. in respect of crossing in the valve
or interest on the amount of earnest money deposit or security deposit.
(f)
The EMD will be refunded to the un-successful tenderers after finalization of
the tender. Whereas EMD of the successful tenderer will, however, be refunded after
completion of the work/supply satisfactorily or after furnishing performance
security deposit. EMD will earn no interest.

4.
Rate shall be quoted with FOR (Freight on Receipt) Amritsar loc or radius 90 km
and will be valid till six months from the date of opening of quotation.
5.
Design certificate.
All dimensions stipulated ate nominal and subject to
tolerances as per IS specification.
6.
Raw Materials.
All raw materials used should be new and conforming to relevant
Bureau of India standard specifications.
7.

Nomination of inspection Authority.


(a)
Commanding Officer or representative of Commanding Officer, 270 Engineer
Regiment.

(b)

Board of officers detailed by 270 Engineer Regiment and user formations.

8.
Supply of stores. Work Order/Supply order will be placed as per the site requirement/
progress of work, however, the entire supply should be completed within 08 weeks from the
date of issue of the supply order. No escalation in cost of material & labour will be accepted at
any stage.
9.
Literature. One users hand book and part identification list will be supplied. One set
of the literature will also be forwarded to Commanding Officer 270 Engineer Regiment for his
perusal and records.
10.

Dispatch Instructions.
(a)
The stores after inspection and acceptance by the inspecting officer shall be
dispatched to the consignee FOR (Freight on Receipt) Amritsar loc or radius 90
km. The forwarding and packing charges will be borne by the supplier.
(b)

All the components of the stores should be transported to site only by road.

(c)
The main components of the stores shall be secured/packed properly in suitable
bundles to avoid any distortion or damage during transportation by road.
11.
Identification and packing instructions.
The stores shall be securely packed
without any additional cost to the Government and to avoid loss or damage during transit so as
to reach the consignee in perfect, serviceable and fit for use condition. The suppliers shall
remain responsible for adequacy of packages during transit.
12.

Marking.
(a)
All the major components of the shelter will be marked with the following details
using suitable stencil or by screen printing:(i)
(ii)
(iii)
(iv).

Manufacture/Firms Name.
Part No (if any).
Supply Order No
Consignee.

13.
Acceptance of Stores. The final authority for accepting the stores provided by the
firm rests with the Commanding Officer, 270 Engr Regt. Commanding Officer, 270 Engr Regt
has the right to reject any items not fund as per specification/ technical requirement. Rejected
items will have to be replaced by the firm at their risk and cost.
14.

Delivery.
(a)
Stores will be delivered with FOR (Freight on Receipt) Amritsar loc or
radius 90 km with rates inclusive of packing, forwarding and freight charges.
(b)
The stores will be supplied complete in all respects within 08 Weeks from the
date of issue of the supply order.
(c)

No escalation in cost of material & labour will be accepted at any stage.

18.
Discrepancies.
If there are varying or conflicting provisions made in any documents
forming part of the tender, Commanding Officer, 270 Engr Regt shall be the sole deciding
authority with regard to the modification and his decision shall be final, legal and binding.

19.
Deviations. The supplier shall not make any alteration or omission from the works as
described in the documents which were offered and accepted by Commanding Officer, 270
Engr Regt.
20.
Stores and Materials
All stores and materials to be supplied shall be of the best
quality and must conform to the relevant IS specification / standards. The supplier shall on the
request of the Commanding Officer, 270 Engr Regt, furnish him with proof for his satisfaction
that the stores and material so supplied are of laid down specification. Manufactures test
certificate shall be submitted for all relevant items.
21.
Cancellation
Supply order is liable for cancellation without assigning any reason
prior to actual supply of stores.
22.
IT,VAT, Excise & Sale Tax.
The income tax, education cess, excise duty, VAT,
CST and all other taxes. This unit shall not be responsible for any default or non submission of
any kind of tax to the government. No additional liability will be accepted on this account.
23.
Litigation/Arbitration.
No litigation or arbitration under any circumstances at any
stage shall be applicable. The decision of Commanding Officer, 270 Engr Regt is final and
binding in all matters.
24
L1 Clause. Item wise rates quoted by the supplier will be considered for placing
supply orders.
25.
Risk and Cost.
In the event of failure on the part of the supplier t supply the full
quantity in the item stipulated or within any extended period granted by the accepting officer or
in the event of failure to complete the job on any account whatsoever, the accepting officer
shall have the right to cancel the supply order and obtain the supplies/items from other sources
at risk and cost of the supplier.
26.
Warranty
The supplier will offer a warranty against material for a minimum period of
12 months from the date of completion of supply order on a stamp paper. In case of
manufacturing failure/defect in any item within the warranty period, Commanding Officer, 270
Engr Regt will inform the supplier for rectification of defect which will be rectified/replaced by te
supplier free of cost within 10 days time frame, otherwise supply will be executed at the risk
and cost of the supplier/firm.
28.
Price Variation.
The price quoted and accepted are final and under no condition any
increase n price shall be accepted.
29.
Specifications and Quality.
The supplier should produce the proof of purchase
and delivery by the original manufacture of the items incorporated at the item of delivery, the
goods should be of ISI mark and specification. The bill may be sent to the original manufacture
for the confirmation of genuineness of product. No change of specification from the one given
herein acceptable. Any amendment/modification will render the supply order to e rejected. it is
the responsibility of the supplier to produce the original bills from the manufacturer to the
officer representative of 270 Engr Regt and get it verified.

30.

Penalty.
(a)
In the event of breach of conditions of supply order on any account or non supply
of material/delay in supply in supply/poor quality of material Commanding Officer , 270
Engineer Regiment shall have the right to cancel this order and purchase the stores at
the risk and cost of the supplier. Additional expenditure incurred on this account shall be
recovered from the firm.
(b)
In the event to delay in supply and completion of shelter/stores in all respects or
poor quality of material due to default of the supplier, penalty shall be levied at the rate
one percent per week subject to maximum of 10% of the amount of supply order and
shall be deducted from the dues of the supplier. Decision of Commanding Officer, 270
Engineer Regiment shall be final, legal and binding.

31.
Repeat Order clause
If the additional quantities are required as per site
requirement or on the decision of Commanding officer 270 Engineer Regiment for the items
mentioned in this supply order, a repeat supply order will be placed to your firm on the same
rate. In this fact, you are requested to fwd willingness certificate/letter to this office in advance
for placing a repeat supply order.
32.
Payment.
Payment will be made on completion of every supply order by the
Commanding Officer, 270 Engr Regt or his nominated representative after having checked and
certified their completion, quality and serviceability. Bill for every type of stores in triplicate,
original copy duly stamped and pre-receipted will be submitted to Commanding Officer 270
Engr Regt for verification and onwards payment. will be made by a crossed cheque of state
Bank of India, Jalandhar Cantt. Cheque can be collected by authorized representative of the
firm by submitting necessary power of attorney to this office. In case of any dispute of nay
nature concerning the supply and payment, the decision of the Commanding Officer, 270 Engr
Regt will be final, legal and binding.

Signature of the Tenderer with seal

PART-III
TECH SPECIFICATIONS
Details of Structural Member
1.
Wall Panels.
Wall panels shall be made in sandwich panel system using
two Nos 10mm thick non-asbestos cement board as skin with 27mm gap in between
filled with 27mm thick expanded polystyrene. The cement board and expanded
polystyrene shall be bonded together using PVA based bonding material and has to
be uniformly applied on both sides of the expanded polystyrene to ensure proper
binding. The panels shall be strengthened on both vertical sides by W-shaped preprofiled steel section made from 0.63mm GI sheet. All wall panels shall be bonded
with wind tie 40 x 6mm on two places around the shelter. Technical specification and
joining system are as under:(a)

Technical Specification.
(i)
Outer and inner sheets : 10 mm thick non
asbestos fiber cement board.
(ii)
Panel thickness
: minimum 47mm.
(iii)
Bulk density
: 15 Kg/cum
(iv)
Compressive strength : 5.60 MPa
(v)
Moisture Movement : 6 %
(vi)
Sound Insulation
: 37 db
(vii)
Fire Proof Limit
: 3 hours
(viii) Dry shrinkage
: 0.33 mm/mtr

(b)
Joining System. The panel shall be inserted one by one into the U
shaped bottom and top channels of size 53mm x 35mm x 0.8mm made from
MS sheet. Tongue and groove joining system to be provided to join the wall
panels with each other.
(c)
Gable End. Gable end will be covered with same panels as of wall
upto bottom chord of truss. The gap between triangular truss portion and top
wall panels shall be covered with 0.63mm thick white colour coated PGI
sheets. These sheets shall be fixed on arrangements made on the truss.
2.
Foundation and Plinth. A plinth shall be constructed of brick wall of height
450mm from Ground Level. Column foundation shall be PCC 1:2:4 of size
300X300X900mm with a base plate over PCC 1:4:8 fixed during casting with
foundation bolts supplied with columns as per drawing attached.
3.
Foundation Bolts. 04 Nos foundation bolts of dia 16mm and 600mm long
will be provided to each column. The bottom of the foundation bolt is embedded in
PCC and suitable nuts to be provided on top of the foundation bolt as per drawing
attached.
4.

Roof.
(a)
Roof slope shall be 1:3 approx. The clear height at ceiling shall be
3.0m from FFL. Roof shall be made up of pre-coloured (light green) steel preprofiled (Trapezoidal) sheets with zinc coating 120GSM conforming to IS
277:2003 (Reaffirmed 2007). Thickness of the pre- coloured
(light
green)
galvanised pre-profiled (Trapezoidal) sheets shall not be less than 0.63mm and
specification conforming to IS 14246:1995.
(b)
These pre-coloured galvanised pre-profiled sheets are laid over a
frame work of trusses, columns and purlins fixed using suitable fastners like
nuts & bolts and washers etc.
(c)
Ridge Cover. A pre-coloured (light green) GI ridge cover of size
21.25m length, 600mm width and of minimum thickness 0.63mm conforming to
IS 277:2003 (Reaffirmed 2007).

(d)
Overlapping. The roofing sheets shall have minimum side overlap of
one full corrugation and end overlap should not be less than 150mm.
(e)
Roof Projection.
The roof will have minimum projection of 450 mm
all round the structure. Purlins will also be extended up to roof projection.

5.
Truss (08 Nos).
Fabrication and supply of truss (6.00m span) including
all members as per all drawings attached and welding should be as per IS 806-1968
alongwith nut and bolts for fixing of purlins and base plate as under (Note-Minor
modification can be done at your end if necessary as per standard engineering
practices):(a)
Tie Beam should be of MS Hollow square pipe of size 75mmx 75mm,
3.25mm thick and weight not less than 7.20 Kg/m conforming to IS 4923:1997
(Reaffirmed 2009).
(b)
Principal rafters should be made of MS hollow square pipe of size
75mm x 75 mm,3.25mm thick, weight not less than 7.2 Kg/m conforming to IS
4923 : 1997 (Reaffirmed 2009), welded with suitable angle cleat for fixing the
purlins alongwith provision for suitable holes on cleat for pirling fixing, all as
per drawing.
(c)
Tie Members should be of MS hollow square pipe of size
75mmx75mm, 3.25mm thick weight not less than 7.2 Kg/m conforming to IS
4923:1997.
(d)
03 Nos base plate of size 200mmx200mmx10mm thick welded to each
truss, with 4 Nos predrilled holes on each plate for fixing bolts of 16 mm dia
with nuts. These holes should coincide with the holes provided on top plate of
column all as per drawing attached.
(e)
09 Nos purlins of length 21850 mm each(04 Nos on rear side and 05
on front side) made of MS hollow square steel sections of size
75mm
x
75mm, 3.25mm thick weight not less than 7.20 Kg/m conforming to IS
4923:1997 should be provided in suitable lengths with provision of
extension/joints. 2 Nos holes shall be provided at every suitable interval so as
to fix these purlins with cleats provided on principal rafter of truss. All the
details should be as per drawing attached. Ends of all hollow members should
be closed with suitable sheet welding.
6.
False Ceiling. False ceiling of 7-8 mm thick Gypsum board PVC coated on
one side and water proof coating on other side shall be fixed in hot dipped pre-coated
steel section framework of size 600 mm x 600 mm made from GI L section of size 30
mm x 20 mm x 1.25mm thick & T section of size 30 mm x 35 mm x 0.80 mm
conforming to IS 277:2003 (Reaffirmed 2007) with amendment 2, having min 120
GSM, suspended from the roof trusses with the help of 4 mm dia GI wire.
7.
Column.
16 Nos Main Column shall be of MS hollow square pipe steel
section size 100mm x 100mm, 3.25mm thick (weight should be 9.50 Kg per Mtr) to
support trusses and shall be of clear height 3.00m. 08 Nos Verandah columns shall
also be of same specification but height shall be 2.60 Mtr. Each column shall have
base plates of size 200mm x 200mm x 10mm thick with 4 predrilled holes for fixing
foundation bolts of 16mm and top sole plate of size 200mm x 200mm, 10mm thick
with pre-drilled holes of appropriate size for fixing with truss. 04 Nos 16mm dia
600mm long heavy duty black bolts with hexagon head and 04 Nos 12mm dia 75mm
long bolts and nuts with GI washer will be provided with each column.
8.

Doors.
(a)
Door Frame. Aluminum frame section of size 63mm x 38mm x 3mm
thick with powder coating (minimum 50 micron thickness) for doors to be fixed
to wall panels using one or more rivets including joining cleat for fixing.
(b)
Door Type-I.
Main door shutter shall be of aluminium of size
1200mm x 2100mm (including the door frame) with size of top rail and stiles
section 75x44x1.6 mm, lock rail of section 150 x 44 x 1.6mm, bottom rail of
section 200x44x1.6mm including standard aluminium HE 9W P6063 alloy with
both side laminated Bakelite sheet (grey colour) of 5-6 mm thick with rubber
gasket complete with accessories like hinges, lock clips beading etc door duly
reinforced, galvanised steel hardware to be used in fitted right side with rail
plugs. Door shall be provided with one number aluminium body hydraulic door
closer heavy duty suitable for door shutters of 1200mm width and conforming
to IS 3564:1995. Suitable locking arrangement shall be provided at the lock rail
with the door frame. The door shutter shall be provided with 01 number
aluminium tower bolts of size 200mm at the top on each shutter and 02
numbers150mm long aluminium handles on each side of the door shutter.

9.

Windows.
(a)
Window Frame.
Aluminum frame of size 63mm x 38mm x 3mm
thick with powder coating (min 50 micron thickness) for windows using one or
more rivets including joining cleat for fixing.
(b)
Window Type-I.
Window of size 1200mm x 1200mm including the
window frame, should be of anodisedaluminium, side hung shutter without
sash bars with mosquito proof stainless steel wire mesh 24gauge of maximum
aperture 1.18mm. Size of top, bottom rails and stiles section 75mm x 44mm x
1.6mm including glazing clips and jointing cleats, rubber packing anodised
snap beading, screws and fitting such as peg stay 150 mm long (01 No for
each shutter, hinges 100 mm long, type B-21) and tinted glass pane of 5 mm
thick. Aluminium anodized grill shall be fixed on the outer side of the window
frame.
10.
Sun Shade. Suitable sunshade made of same material as that of roof sheets
reinforced with angle iron frame 40 x 40 x 6mm and Flat Iron 40 x 4mm will be
provided to all external windows. The minimum projection of sunshade shall be
450mm and 300mm wider than the opening. The sunshades shall have 20 degree
downward slope.
11.
Flooring.
The flooring shall be of vitrified tiles of 10mm thick square size
600mm x 600mm polished, set and jointed in neat cement slurry and pointed in white
or coloured cement to match over 15mm thick screed in CM 1:6 over 75mm thick PCC
1:2:4 type B1 using 20mm graded stone aggregate over 100mm thick PCC 1:4:8 type
D2 using 40mm graded aggregate over duly compacted surface.
12.
Plinth Protection.
75mm thick PCC 1:3:6 type C2 using 40mm graded
stone aggregate, 600mm wide over stone boulder to be provided all around the
shelter.
13.

Workmanship.
(a)
Connection. Welded connection will be provided unless otherwise
specified in
the drawings. The welded connection will conform to IS 8061968 (Reaffirmed 2008).
(b)
Fabrication. The general provisions in section 11 of IS 800:2007 will
apply to all types of steel being used for fabrication.
(c)
Various Fasteners and Fittings. Fasteners and fittings of mild steel
shall be supplied unless otherwise specified and shall be fixed where reqd.
Fastening will be provided for the items to be fitted at the time of erection. 10%
of spare nuts, bolts and washers will be provided per shelter. The fasteners
supplied shall conform to relevant IS specification.

14.
Finishes.
All steel work will be provided two coats of synthetic enamel
paint over one coat of red oxide primer.
15.

Erection Tools. The following erection tools will be provided :(a)


Brick Mason Trowel 02 Nos
(b)
Water leveling tube 50 Mtr long - 01 No
(c)
Measuring tape 30/5 Mtr - 01/01 Nos
(d)
Plumb Bob -01 No
(e)
Sheet metal scissors - 01 No

16.
Furniture.
The following furniture duly approved prior to supply will be
provided to each shelter :(a)
Study Table. Steel table of size 1.22m x 0.76m x 0.76m made of pre
laminated particle board 20 mm thick wooden teak finish on top, bottom portion
is made with MS square hollow pipes of size 25 x 25 mm, 18 gauge thick. The
bottom ends of the four legs of the study table to have rubber shoe caps. MS
sheet of thickness not less than 3mm to be used for drawers including locking
arrangements conforming to specification as per drawing attached.
(b)
Mattress.
It Should have good quality coir and foam mattress of
thickness not less than 100mm with Pufoam; Flexicoir, viscous elastic material
shall be provided with each bunk.

(c)
Chair Writing.
Steel office chair S type with arms, made of
25mm MS round pipe of medium grade and 16 guage S/S steel sheet to
be provided at bottom and back of size 16x16, 75 mm thick with high density
foam covered with tapestry cloth. Wooden support to be provided on both
arms.
(d)
Almirah Large Steel. Almirah large steel of size 600mm x 2400mm x
500mm painted with two coats of synthetic enamels paint. It shall be made up
of 18 gauge thick MS sheet The locker shall be divided in two equal parts
vertically as shown in drawing. There shall be three shelves with fastening
arrangement in each partition. The front corner shall be rounded off. 02 Nos
handle of steel chromium plated shall be fitted on each partition. 02 Nos
150mm long hasp and staple, safety type of brass with mild steel hinge pin
including bolt to hinge plate and fixed with screws shall also be provided with
each almirah.
(e)
Looking Mirror. Looking mirror of size 1500mm length x 450mm
width and thickness not less than 5mm thick with 6mm thick plywood back &
teak wood finished all around frame and hanging arrangement shall be
provided.
(f)
Tepoy. Tepoy wooden of size 900 mm x 600 mm made of 25x25 mm
MS square pipe of medium grade (18 gauge thickness) and having 20mm thick
laminated particle board on top to be provided as per drawing attached. The
bottom ends of the four legs of the centre table to have rubber shoe caps.
17.
Double Bunk. Steel double bunk shall be made of 50mm MS square pipe of
medium grade and 25.4x25.4mm MS square pipe to be used as bracing. Four Nos
MS square pipe bracing shall be fixed onto each frame at equal intervals from the
head and foot side. 12mm thick ply wood commercial type shall be fixed on both the
frames using nuts and bolts. 10mm dia MS rod shall be used for making mosquito net
frame of size 900x1000mm. One ladder of 25.4x25.4 mm square pipe shall be
provided with each bunk, which shall be suitably welded as shown in drawings.
Length and width of the bunk shall be 1980mm and 900mm respectively. Height at
head side shall be 2000mm and towards feet 1800mm. The structure shall be finished
with black colour epoxy powder coating chemically treated 40-50 micron. All other
specifications are as per drawing attached.
18.
Electrification.
Electrification shall be provided to each shelter as per
store list att. The fwg shall also be provided to each shelter :(a)
Earthing Set. Earthling set complete as per store list.
(b)
Lightning Arrester System. The following stores of Lightning arrester
system will be supplied:(i)
Charcoal -25 Kg
(ii)
Salt -25 Kg
(iii)
Finishing GI plate 600x600x6.3mm - 01 No
(iv)
Copper wire 6mm dia - 10 Mtr
(v)
Cast iron cover with frame of size 0.3x0.3x6mm and
locking arrangements with locking key - 01 No
(vi)
PVC conduit pipe 15mm dia 10 long - 01 No
19.
Fire Extinguisher.
each shelter.

Fire extinguisher of 05 kg capacity to be provided to

20.
Construction Material. Construction material will be supplied as per store list
attached.
21.
Testing of Material. The contractor shall provide test results alongwith each
type of material supplied, which should conform to the stipulated specifications at his
own cost. Destructive testing shall be carried out for one sample each for wall panels,
trusses, steel items and other construction materials as applicable. These additional
items shall be picked up by the department for destructive testing from the lot of items
supplied by the contractor and the contractor shall provide replacement of these items
at his own cost.

Вам также может понравиться