tender no. ao/ 2887/3-45/14-15 date 02.01.2015 for ... · 1.2 pre-qualifying requirements 1.2.1 the...

143
Aryabhatta Research Institute of Observational Sciences (ARIES) Manora Peak,Nainital 263002, Uttarakhand Tender No. AO/ 2887/3-45/14-15 Date 02.01.2015 For Manufacture, Supply, Erection and Commissioning of Telescope Lifting Crane and Equipment for International Liquid Mirror Telescope Project at Devasthal, Nainital

Upload: others

Post on 11-Jul-2020

0 views

Category:

Documents


0 download

TRANSCRIPT

Page 1: Tender No. AO/ 2887/3-45/14-15 Date 02.01.2015 For ... · 1.2 Pre-qualifying Requirements 1.2.1 The Bidder should have manufactured, supplied, erected and commissioned minimum 3 numbers

Aryabhatta Research Institute of Observational Sciences (ARIES)

Manora Peak,Nainital – 263002, Uttarakhand

Tender No. AO/ 2887/3-45/14-15 Date 02.01.2015

For Manufacture, Supply, Erection and Commissioning

of Telescope Lifting Crane and Equipment for International Liquid Mirror Telescope Project

at Devasthal, Nainital

Page 2: Tender No. AO/ 2887/3-45/14-15 Date 02.01.2015 For ... · 1.2 Pre-qualifying Requirements 1.2.1 The Bidder should have manufactured, supplied, erected and commissioned minimum 3 numbers

PART – I

TECHNICAL BID

Page 3: Tender No. AO/ 2887/3-45/14-15 Date 02.01.2015 For ... · 1.2 Pre-qualifying Requirements 1.2.1 The Bidder should have manufactured, supplied, erected and commissioned minimum 3 numbers

Tender Document for Manufacture, Supply, Erection and Commissioning of Telescope Enclosure Structure and Equipment for International Liquid Mirror

Telescope Project at Devasthal, Nainital

CONTENTS

Section Title Page No.

PART – I TECHNICAL BID

I Invitation for Bids (IFB)

II Instruction to Bidders (ITB)

III General Conditions of Contract (GCC)

IV Erection Conditions of Contract (ECC)

V Special Conditions of Contract (SCC)

VI Project Description

VII Scope of Work

VIII Technical Specifications

IX Quality Assurance Plan

X Completion Schedule

XI Forms and Procedures

1) Bid Form

2) Bid Security Form (Bank Guarantee)

3) Form of Notification of Award of Contract

4) Form of Contract Agreement

5) Form of Contract Performance Guarantee

6) Form of Bank Guarantee for Advance Payment

PART – II PRICE BID

Bid Form 4 Sheets

Price Schedule 7 Sheets

Page 4: Tender No. AO/ 2887/3-45/14-15 Date 02.01.2015 For ... · 1.2 Pre-qualifying Requirements 1.2.1 The Bidder should have manufactured, supplied, erected and commissioned minimum 3 numbers

SECTION – I

INVITATION FOR BIDS (IFB)

Page 5: Tender No. AO/ 2887/3-45/14-15 Date 02.01.2015 For ... · 1.2 Pre-qualifying Requirements 1.2.1 The Bidder should have manufactured, supplied, erected and commissioned minimum 3 numbers

SECTION – I

INVITATION FOR BIDS (IFB)

FOR

MANUFACTURE, SUPPLY, ERECTION AND COMMISSIONING OF TELESCOPE LIFTING CRANE AND EQUIPMENT FOR

INTERNATIONAL LIQUID MIRROR TELESCOPE PROJECT AT DEVASTHAL, NAINITAL

1.0 ARIES invites sealed bids for Manufacture, Supply, Erection and Commissioning of

Telescope Lifting Crane and Equipment for International Liquid Mirror Project at Devasthal, Nainital as per the Scope of Work mention.

The Scope of Work comprises of Manufacture, Supply, Erection and Commissioning of Telescope Lifting Crane and Equipment including associated mechanical works. Detailed specifications, scope of work and conditions are given in the bidding documents, which are available for examination and sale at the address given below and as per the following schedule: Tender Document No. : AO/2887/3-45/14-15 dated 02.01.15 Bid Receipt Date & Time : 28.01.15 by 17:00 Hrs. Technical Bid Opening Date & Time : 29.01.15 at 16:00 Hrs. Cost of each Bidding Document : Rs.500+VAT13.5 %( Total Rs.567.50)

2.0 All bids must be accompanied by Earnest Money Deposit (E.M.D.) for an amount of Rs.45000.00 (Rs. Forty Five Thousand only) as stipulated in the Bidding Documents.

3.0 Pre-qualifying Requirements 4.1 Annual Turnover of the organization should be more than 1.5 Crores for last 3 years. 4.2 The bidder should have manufactured, supplied, erected and commissioned

minimum 3 numbers of structural building / equipment of not less than 40 MT each.. 4.0 ARIES reserves the right to reject any or all bids or cancel / withdraw the Invitation

for Bids without assigning any reason whatsoever and in such case no bidder / intending bidder shall have any claim arising out of such action.

5.0 A complete set of Bid documents can be downloaded from

http://eprocure.gov.in/eprocure/app and dateials of this tender can be acquired from ARIES web site www.aries.res.in. Bidders downloading the bid document from web site will have to pay cost of bidding document in the form of Demand Draft in favour of Director, ARIES, Nainital along with the Bid, failing which bid will be summarily rejected.

Page 6: Tender No. AO/ 2887/3-45/14-15 Date 02.01.2015 For ... · 1.2 Pre-qualifying Requirements 1.2.1 The Bidder should have manufactured, supplied, erected and commissioned minimum 3 numbers

Issuance of bid documents to any bidder shall not construed that such bidder is considered to be qualified. Bids shall be submitted and opened at the address given below in the presence of bidder’s representatives who choose to attend the bid opening.

6.0 Address for Communication :

The Director Aryabhatta Research Institute of Observational SciencES (ARIES) Manora Peak, Nainital – 263 002 Tel. No. 05942 – 270802 05942 – 233734 Fax No. 05942 – 233439 E-mail - [email protected]

Page 7: Tender No. AO/ 2887/3-45/14-15 Date 02.01.2015 For ... · 1.2 Pre-qualifying Requirements 1.2.1 The Bidder should have manufactured, supplied, erected and commissioned minimum 3 numbers

SECTION – II

INSTRUCTIONS TO BIDDERS (ITB)

Page 8: Tender No. AO/ 2887/3-45/14-15 Date 02.01.2015 For ... · 1.2 Pre-qualifying Requirements 1.2.1 The Bidder should have manufactured, supplied, erected and commissioned minimum 3 numbers

SECTION – II

INSTRUCTIONS TO BIDDERS (ITB)

TABLE OF CLAUSES

Clause No.

Title Page No.

1.0 INTRODUCTION

1.1 General

1.2 Pre-qualifying Requirements

2.0 THE BIDDING DOCUMENTS

2.1 Content of Bidding Documents

2.2 Clarification of Bidding Documents

2.3 Amendment to Bidding Documents

3.0 PREPARATION OF BIDS

3.1 Documents comprising the Bid

3.2 Bid Forms and Price Schedules

3.3 Bid Prices

3.4 Bid Security

3.5 Period of Validity of Bid

3.6 Format and Signing of Bid

4.0 SUBMISSION OF BIDS

4.1 Sealing and Marking of Bids

4.2 Deadline for Submission of Bids

4.3 Late Bids

4.4 Withdrawal of Bids

5.0 BID OPENING AND EVALUATION

5.1 Opening of Bids by Owner

5.2 Clarification of Bids

5.3 Preliminary Examination of Technical Bids

5.4 Technical Evaluation

5.5 Commercial Evaluation

Page 9: Tender No. AO/ 2887/3-45/14-15 Date 02.01.2015 For ... · 1.2 Pre-qualifying Requirements 1.2.1 The Bidder should have manufactured, supplied, erected and commissioned minimum 3 numbers

Clause No.

Title Page No.

6.0 AWARD OF CONTRACT

6.1 Award Criteria

6.2 Owner’s Rights to Accept any Bid and to Reject any or all Bids

6.3 Notification of Award

6.4 Signing the Contract Agreement

6.5 Contract Performance Guarantee

6.6 Arbitrator

6.7 Corrupt and Fraudulent Practices

Page 10: Tender No. AO/ 2887/3-45/14-15 Date 02.01.2015 For ... · 1.2 Pre-qualifying Requirements 1.2.1 The Bidder should have manufactured, supplied, erected and commissioned minimum 3 numbers

SECTION - II

INSTRUCTIONS TO BIDDERS (ITB)

1.0 INTRODUCTION

1.1 General

Aryabhatta Research Institute of Observational Sciences (ARIES) Nainital is an autonomous Institute devoted to Research and Development in Astronomy and Astrophysics and Atmosphere Sciences. ARIES is setting-up a International Liquid Mirror Telescope Project at Devasthal Near Nainital. The work of foundations has already been completed and now structural enclosure work is to be started.

1.2 Pre-qualifying Requirements

1.2.1 The Bidder should have manufactured, supplied, erected and commissioned minimum 3 numbers of Structural Buildings / Equipment of not less than 40 MT each.

1.2.2 Annual Turnover of the organization should be more than 1.5 Crores for last 3 years. 2.0 THE BIDDING DOCUMENTS

2.1 Contents of Bidding Document

The bidding document includes following sections. I) Invitation for Bids (IFB) II) Instruction to Bidders (ITB) III) General Conditions of Contract (GCC) IV) Erection Conditions of Contract (ECC) V) Special Conditions of Contract (SCC) VI) Project Description VII) Scope of Work VIII) Technical Specifications IX) Quality Assurance Plan (QAP) X) Completion Schedule XI) Forms and Procedures

a) Bid Form and Price Schedule b) Form of Notification of Award of Contract c) Form of Contract Agreement d) Form of Contract Performance Guarantee e) Form of Bank Guarantee for Advance Payment

2.2 Clarification of Bidding Documents

A Bidder requiring technical or commercial clarification may notify the Owner in writing or by fax or by e-mail at the following mailing address. The Director Aryabhatta Research Institute of Observational Sciences (ARIES) Manora Peak, Nainital – 263 129, Uttarakhand

Page 11: Tender No. AO/ 2887/3-45/14-15 Date 02.01.2015 For ... · 1.2 Pre-qualifying Requirements 1.2.1 The Bidder should have manufactured, supplied, erected and commissioned minimum 3 numbers

Fax – 05942 – 233439 E-mail - [email protected] Phone - 05942 – 233727, 05942 – 233734, 05942 - 233735

The Owner will respond in writing to any request for clarification or modification of the bidding document that it receives 10 days prior to date of submission of bid. The Bidder is advised to visit and examine the site where the Telescope Enclosure is being installed and its surrounding and obtain for itself on its own responsibility all information that may be necessary for preparing the bid and entering into contract for supply and erection of the Telescope Enclosure. Especially the weight and dimensional constraints on the road leading to site shall be studied prior to submission of Bid.

2.3 Amendment to Bidding Documents

2.3.1 At any time prior to the dead line for opening of commercial bid, the Owner may, for any reason, whether at its own initiative, or in response to any clarification requested by a prospective Bidder, amend the bidding documents. The amendment will be published in the newspaper and will also be available at website www.aries.res.in./ http://eprocure.gov.in/eprocure/app

3.0 PREPARATION OF BID

3.1 Documents Comprising the Bid The bid submitted by the Bidder shall comprise of the following documents. a) Bid Form duly completed and signed by the Bidder, together with all

attachments identified in ITB and all sections of the Bid document duly signed as a token of acceptance of all terms and conditions.

b) All drawings issued with Bid duly signed as a token of acceptance of the

same. c) Drawings, catalogues, data sheets, specifications and other necessary

information of manufactured and bought out components. d) Price Schedule completed in all respects by the Bidder.

3.1.1 Each Bidder shall submit with its bid the following attachments.

a) Attachment 1 : Bid Security

Bid Security shall be furnished in a separate sealed envelope.

b) Attachment 2 : Power of Attorney

A Power of Attorney, duly authorized by a Notary Public, indicating that the person(s) signing the bid has / have the authority to sign the bid and that the bid is binding upon the bidder during the full period of its validity.

c) Attachment 3 : Bidder’s Qualifications

Page 12: Tender No. AO/ 2887/3-45/14-15 Date 02.01.2015 For ... · 1.2 Pre-qualifying Requirements 1.2.1 The Bidder should have manufactured, supplied, erected and commissioned minimum 3 numbers

The documentary evidence of the Bidder’s qualifications to perform the contract, if its bid is accepted, shall establish to the Owners satisfaction that the Bidder has the financial, technical , production, procurement, installation and other capacities and capabilities necessary to perform the contract and meets the experience and other criteria outlined below. The bidder shall furnish - i) Audited Annual Report for last 3 years. ii) Details of 3 Nos. of structural buildings or equipment of not less than

40 MT each which bidder has supplied, erected and commissioned.

d) Attachment – 4 : Deviations

Deviations, if any, from the terms, conditions and technical specifications of the Bidding documents shall be listed only in Attachment – 4 to the bid. However, the attention of the bidders is drawn to the provisions of ITB Sub-Clause 5.3 regarding the rejection of bids that are not substantially responsive to the requirements of the bidding documents. Bidders may further note that except for the deviations listed in Attachment – 4, the bid shall be deemed to comply with all the requirement in the bidding documents and the bidders shall be required to comply with all terms, conditions and specifications of the bidding documents and without any extra cost to the Owner irrespective of any mention to the contrary, any where else in the bid, failing which the bid security of the bidder may be forfeited.

e) Attachment – 5 Confirmation to various technical aspects duly filled in as per the format enclosed with the bidding documents.

f) Attachment – 6 : Drawings and Catalogues Drawings and Catalogues and Literature confirming the fulfillment of technical requirements of bought-out items should be enclosed.

g) Attachment – 7 : Quality Assurance Programme

Details regarding the overall quality management and procedures which the bidder proposes to follow during various phases of execution of the contract.

h) Attachment – 8

Any additional information / data which bidder desires to enclose shall be detailed in Attachment – 8.

i) Attachment – 9 : Completion Schedule

Details regarding the timing and sequence of all key activities / important milestones necessary for successful completion of the contract, as per enclosed format.

Page 13: Tender No. AO/ 2887/3-45/14-15 Date 02.01.2015 For ... · 1.2 Pre-qualifying Requirements 1.2.1 The Bidder should have manufactured, supplied, erected and commissioned minimum 3 numbers

3.2 Bid Forms and Price Schedules

3.2.1 The Bidder shall complete the Bid Form and the appropriate Price Schedules furnished in the bidding documents as indicated therein.

3.3 Bid Prices

3.3.1 Bid Prices shall be firm till completion of works.

3.3.2 Unless otherwise specified in the Technical Specifications, Bidders shall quote for the entire facilities on a “Single responsibility” basis such that the total bid price covers all the Contractor’s obligations mentioned in or to be reasonably inferred from the bidding documents in respect of the manufacture including procurement and subcontracting (if any), delivery, construction, installation, commissioning, completion of the facilities and conductance of performance tests for the facilities. This includes all requirements under the Contractor’s responsibilities for testing and commissioning of the facilities at site.

3.3.3 Bidders shall give a breakdown of the prices in the manner and details called for in the Price Schedule. The Bidders shall present their price in the following manner. The total amount from Price Schedule – Annexure A shall be summarized in Price Schedule (Summary) giving the total bid price to be entered in the Bid form. Price Schedule : Summary of Annexure – A plus Price towards transportation, insurance and taxes and duties. Price Schedule : Ex-works Supply, Erection, Commissioning and Annexure – A Testing of Telescope Enclosure Structure

and Equipment

3.3.4 In the Schedules, Bidders shall give the required details and a breakdown of their price as follows. a) Equipment (including testing at works) manufactured shall be quoted on EXW

(ex-factory, ex-works as applicable) basis and shall be inclusive of all costs as well as duties and taxes paid or payable on components and raw materials incorporated or to be incorporated in the facilities. However, Sales Tax (not the surcharge in lieu of Sales Tax), Local Tax including Entry Tax / Octroi (if applicable), and other levies in respect of direct transactions between the Owner and the Bidder shall not be included in the Ex-works price. Further, taxes and other levies if any, on equipment with respect to direct transaction shall be quoted separately. The taxes, duties and levies quoted by the bidder in Price Schedule shall be as applicable Seven (7) days prior to the last date for submission of bids.

b) Local transportation, Inland transit insurance and other local costs incidental

to delivery of the equipment including mandatory spares shall be quoted in Price Schedule, inclusive of all taxes, duties, levies including service tax and charges payable as of Seven (7) days prior to bid opening.

c) Installation services shall be quoted separately in Price Schedule Annexure –

“A” and shall include rates or prices for all labour, contractor’s equipment, temporary works, consumables and all matters and things of whatsoever

Page 14: Tender No. AO/ 2887/3-45/14-15 Date 02.01.2015 For ... · 1.2 Pre-qualifying Requirements 1.2.1 The Bidder should have manufactured, supplied, erected and commissioned minimum 3 numbers

nature, charges for insurance covers other than inland transit insurance, operations and maintenance services, the provision of operations and maintenance manuals, training of owners personnel, etc. All taxes, duties, levies including of service tax and charges payable as of Seven (7) days prior to the deadline for submission of bids shall be quoted separately.

3.4 Bid Security 3.4.1 The bidder shall furnish, as part of its bid, a bid security in a separate sealed

envelope for the amount of Rs.-45000.00 (Rs. Forty Five Thousand only) in the Form of Demand Draft/Bank Guarantee (valid for 90 days from the date set for opening of Part – II Price Bid).

3.4.2 Any bid not accompanied by an acceptable bid security, in a separate sealed envelope, shall be rejected by the Owner as being non-responsive and returned to the bidder without being opened.

3.4.3 The bid securities of unsuccessful bidders will be returned as promptly as possible, but not later than Thirty (30) days after the expiration of the bid validity period.

3.4.4 The bid security of the successful bidder will be returned when the bidder has signed

the Contract Agreement and has furnished the required Contract Performance Bank Guarantee.

3.4.5 The bid security may be forfeited

a) If the bidder withdraws his bid during the period of bid validity specified by the bidder in the Bid Form.

b) If the bidder does not withdraw any deviation listed in Attachment – 4 at the

cost of withdrawal indicated by him; c) If the Bidder refuses to withdraw, without any cost to the Owner, any deviation

not listed in Attachment – 4 but found elsewhere in the bid; or d) In the case of a successful bidder, if the bidder fails within the specified time

limit.

i) To sign the Contract Agreement. ii) To furnish the required Contract Performance Bank Guarantee.

3.5 Period of Validity of Bid 3.5.1 Bids shall remain valid for a period of 90 days from the date of opening of price bid.

A bid valid for a shorter period shall be rejected by the Owner as being non-responsive.

3.5.2 In exceptional circumstances, the Owner may solicit the Bidder’s consent to an

extension of the bid validity period. If a bidder accepts to extend the period of bid validity, the validity of bid security shall also be suitably extended.

3.6 Format and Signing of Bid

Page 15: Tender No. AO/ 2887/3-45/14-15 Date 02.01.2015 For ... · 1.2 Pre-qualifying Requirements 1.2.1 The Bidder should have manufactured, supplied, erected and commissioned minimum 3 numbers

3.6.1 The bidder shall prepare an original and one copy of the bid clearly marking each one as “Original Bid” and “Copy” as appropriate. In the event of any discrepancy between them, the original shall govern.

3.6.2 The original and copy of the bid, each consisting of the documents listed in ITB shall

be typed and shall be signed by the Bidder or a person duly authorized to bind the Bidder to the contract. The authorization shall be indicated by power of attorney accompanying the bid. All pages of the bid, except for unamended printed literature, shall be initiated by the person or persons signing the bid.

3.6.3 Any interlineations, erasures or overwriting shall only be valid if they are initialed by

the signatory (ies) to the bid. 4.0 SUBMISSION OF BIDS 4.1 Sealing and Marking of Bids

The bidder shall seal the Part – I : Technical Bid (Original and a copy) in one envelope, duly marking the envelope as “Part – I : Technical Bid”. “Part – I : Technical Bid” shall contain following documents. 1) Bid Form with following attachments.

i) Attachment – 2 : Power of Attorney ii) Attachment – 3 : Qualification Data

Attachment – 3 A : Qualifying Details of Bidder Attachment – 3 B : Bidders Data iii) Attachment – 4 : Deviations iv) Attachment – 5 : Confirmation and Clarifications to important technical aspect of the bid. v) Attachment – 6 : Drawings and Catalogues

vi) Attachment – 7 : Acceptance to Quality Assurance Programme vii) Attachment – 8 : Additional Information viii) Attachment – 9 : Completion Schedule

2) Bidders Company Brochure, Catalogue, Experience List etc. 3) All pages of Bid document duly initiated by the authorized person or persons

signing the bid. 4) All drawings issued with Bid, duly signed as token of acceptance of the same. The Bid Security furnished in accordance with ITB shall be sealed in a separate envelope as “Attachment – 1” Bid Security.

Page 16: Tender No. AO/ 2887/3-45/14-15 Date 02.01.2015 For ... · 1.2 Pre-qualifying Requirements 1.2.1 The Bidder should have manufactured, supplied, erected and commissioned minimum 3 numbers

The Bidder shall seal the Part – II : Price Bid (Original and a copy) in one separate envelope duly marking the envelope as “Part – II : Price Bid”. “Part – II : Price Bid” shall contain 1) Bid Form

2) Price Schedule - Summary of Annexure – “A”

3) Price Schedule Annexure – A - Supply, Erection, Commissioning and Testing of Enclosure Structure and Equipment

All the above three envelopes shall then be sealed in one common envelope.

4.1.1 The inner and outer envelopes shall :

a) be addressed to the Owner at the address given below. b) The Bid shall bear the Contract name, the bid document number and the

statement “DO NOT OPEN BEFORE (date)”, to be completed with the time and date specified in this Section.

4.1.2 The inner envelopes shall also indicate the name and address of the bidder so that

the bid can be returned unopened in case it is declared “late” or is received without the requisite Bid Security by the Owner. Sealed bids shall be submitted by post or courier only. Bid submission by hand will not be accepted.

4.1.3 The address to which bids shall be submitted is -

To The Director Aryabhatta Research Institute of Observational Sciences (ARIES) Manora Peak, Nainital – 263 002 Uttarakhand

4.2 Deadline for Submission of Bids 4.2.1 Bids must be received by the Owner at the address specified above upto (Date

28.01.14 upto 17:00 Hrs.) 4.2.2 The Owner may, at its discretion, extend this deadline for submission of bids by

amending the bidding documents in which case all rights and obligations of Owner and Bidders will thereafter be subject to the deadline as extended.

4.3 Late Bids 4.3.1 Any bid received by the Owner after the bid submission deadline as above, will be

rejected and returned unopened to the Bidder.

Page 17: Tender No. AO/ 2887/3-45/14-15 Date 02.01.2015 For ... · 1.2 Pre-qualifying Requirements 1.2.1 The Bidder should have manufactured, supplied, erected and commissioned minimum 3 numbers

4.4 Withdrawal of Bids 4.4.1 A Bidder wishing to withdraw his bid shall notify the Owner in writing prior to the

deadline prescribed for bid submission.

Bid withdrawal notices received after the bid submission deadline will be ignored, and the submitted bid will be deemed to be a validly submitted bid.

5.0 BID OPENING AND EVALUATION 5.1 Opening of Bids by Owner 5.1.1 The Owner will open all bids in the presence of bidders’ representatives who choose

to attend the opening at the time, on the date and at the place specified below. Bidders’ representatives shall sign a register as proof of their attendance.

On the day specified below only Part – I i.e. Technical Bid will be opened. After detail scrutiny of Technical Bid, the date of opening of Price Bid shall be informed to all Bidders by email / post. Location of Bid Opening : Office of the Director,

Aryabhatta Research Institute of Observational SciencES (ARIES) Manora Peak, Nainital – 263 002 Uttarakhand

Time for Bid Opening : 16:00 Hrs. Date of Technical Bid Opening : 29.01.14 Date and time of Price Bid Opening : will be informed to all Bidders

5.1.2 The Owner will prepare minutes of the bid opening. 5.2 Clarification of Bids 5.2.1 During bid evaluation, the owner may, at its discretion, ask the bidder for a

clarification on its bid. The request for clarification and the response there to shall be in writing, and no change in the price or substance of the bid shall be sought, offered or permitted.

5.3 Preliminary Examination of Technical Bids 5.3.1 The Owner will examine the Technical bids to determine whether they are complete,

whether any computational errors have been made, whether required securities have been furnished, whether the documents have been properly signed and whether the bids are generally in order.

5.3.2 The Owner may waive any minor informality, nonconformity or irregularity in a bid

that does not constitute a material deviation, whether or not identified by the Bidder in Attachment 4 to its bid, and that does not prejudice or affect the relative ranking of any bidder as a result of the technical and commercial evaluation.

Page 18: Tender No. AO/ 2887/3-45/14-15 Date 02.01.2015 For ... · 1.2 Pre-qualifying Requirements 1.2.1 The Bidder should have manufactured, supplied, erected and commissioned minimum 3 numbers

5.3.3 Prior to the detailed evaluation, the Owner will determine whether each bid is of acceptable quality, is generally complete and is substantially responsive to the bidding documents. For purpose of this determination, a substantially responsive bid is one that conforms to all the terms, conditions and specifications of the bidding documents without material deviations, objections, conditionalities or reservations. A material deviation, objection, conditionality or reservation is one (i) that affects in any substantial way the scope, quality or performance of the contract; (ii) that limits in any substantial way, inconsistent with the bidding documents, the Owner rights or the successful bidder’s obligations under the contract; or (iii) whose rectification would unfairly affect the competitive position of other bidders who are presenting substantially responsive bids.

5.4 Technical Evaluation 5.4.1 The Owner will carry out a detailed evaluation of the bids previously determined to be

substantially responsive in order to determine whether the technical aspects are in accordance with the requirements set forth in the bidding documents. In order to reach such a determination, the Owner will examine and compare the technical aspects of the bids on the basis of the information supplied by the bidders, taking into account the following factors :

a) Fulfillment of pre-qualifying requirement. b) Overall completeness and compliance with the Technical Specifications and

Drawings, deviations from the Technical Specifications as identified in Attachment 4 to the bid.

c) The Evaluation will take into account the Bidder’s financial, technical and

production capabilities. It will be based upon an examination of the documentary evidence of the Bidder’s qualifications submitted by the Bidder in Attachment 3 to the bid.

d) If necessary the owner will visit the works of bidders for verification of the

various facilities indicated in the technical bid.

5.5 Commercial Evaluation

The total price of Annexure – A of Price Schedule should appear in the Price Schedule – Summary. In case any discrepancy is observed between amount of Summary of Price Schedule and sum of total price in Annexure - A, the amount appearing in the Price Schedule Summary shall be considered as final lumpsum price. Individual annexure will be corrected proportionately.

The comparison shall be of the EXW price of total equipment plus the cost of local transportation, insurance covers price for site storage, erection and commissioning and other services required under the contract and taxes and duties. The Owner’s evaluation of a bid will take into account, in addition to the bid prices indicated in Price Schedules, the following costs and factors that will be added to each Bidder’s bid price in the evaluation using pricing information available to the Owner. The cost of all quantifiable deviations from the contractual and commercial conditions and the Technical Specifications as identified in Attachment 4 to the bid.

Page 19: Tender No. AO/ 2887/3-45/14-15 Date 02.01.2015 For ... · 1.2 Pre-qualifying Requirements 1.2.1 The Bidder should have manufactured, supplied, erected and commissioned minimum 3 numbers

5.5.1 Commercial and Technical Deviations The evaluation shall be based on the evaluated cost of fulfilling the contract in compliance with all commercial, contractual and technical obligations under this bidding document. In arriving at the evaluated cost, the price for withdrawal of deviations shown in Attachment 4 to the bid will be used, if necessary. If such price is not given in Attachment 4, the Owner will make his own assessment of the cost of such a deviation for the purpose of ensuring fair comparison of bids.

5.5.1 Any adjustments in price that result from the above procedures shall be added, for

purposes of comparative evaluation only, to arrive at an “Evaluated Bid Price”. Bid prices quoted by Bidders shall remain unaltered.

5.5.2 The method of evaluation is illustrated below :

Illustrative Method of Evaluation Any Bidder --------------- 1) Quoted Bid price without taxes & duties

i) Ex-works price in Rs. including test Charges + transportation including N1 Transit insurance for structure and equipment

ii) Taxes and Duties N2 ii) Price for Erection Services N3 Including test charges and all

Insurance covers iii) Total Price N (N1+ N2+N3) 2) Cost Compensations Technical R 3) Cost Compensations Commercial T 4) Evaluated Bid Price EP1 (N+R+T)

6.0 AWARD OF CONTRACT 6.1 Award Criteria 6.1.1 Owner will award the contract to the successful bidder whose bid has been

determined to be substantially responsive and to be the lowest evaluated bid. 6.1.2 Except for the deviations listed in Attachment – 4 to the bid, the bidder will be

required to comply with all requirements of the bidding documents without any extra cost to the Owner, failing which his bid security will be forfeited. Further, the Owner

Page 20: Tender No. AO/ 2887/3-45/14-15 Date 02.01.2015 For ... · 1.2 Pre-qualifying Requirements 1.2.1 The Bidder should have manufactured, supplied, erected and commissioned minimum 3 numbers

may request the bidder to withdraw the deviations listed in Attachment 4 to the winning bid, at the price shown for the deviations in Attachment 4 and the bid. In case the bidder does not withdraw the deviations proposed by him in Attachment 4 to his bid, his bid will be rejected and bid security forfeited.

6.2 Owner’s Right to accept any Bid and to Reject any or All Bids 6.2.1 The Owner reserves the right to accept or reject any bid, and to amend the bidding

process and reject all bids at any time prior to award of contract without thereby incurring any liability to the affected bidder or bidders or any obligation to inform the affected bidder or bidders of the grounds for the owner’s action. Owner also reserves the right not to accept lowest bid without assigning any reason thereof.

6.3 Notification of Award 6.3.1 Prior to the expiration of the period of bid validity, the Owner will notify the successful

bidder by email to be confirmed in writing by registered letter, that its bid has been accepted. The notification of award will constitute the formation of the contract.

6.4 Signing the Contract Agreement Owner will send to the bidder the Contract Agreement provided in the bidding

documents, incorporating all agreements between the parties. Within Fifteen (15) days of receipt of the Contract Agreement, the successful bidder shall sign and date the Contract Agreement and return it to the Owner.

6.5 Contract Performance Guarantee

6.5.1 Within Fifteen (15) days after receipt of the Notification of Award, the successful bidder shall furnish Contract Performance Guarantee for ten percent (10%) of Contract Price.

6.5.2 Failure of the successful bidder to comply with the above requirement shall constitute

sufficient grounds for the annulment of the award and forfeiture of his bid security, in which event the Owner may make the award to the next lowest evaluated bidder or call for new bids.

6.6 Arbitrator

6.6.1 The Arbitrator under the Contract shall be appointed by the Appointing Authority as mentioned in the G.C.C.

The Arbitrator shall be paid fees plus reasonable expenditures incurred in the execution of its duties as Arbitrator under the contract. These costs shall be divided equally between the Owner and the Contractor.

6.7 Corrupt or Fraudulent Practices

6.7.1 The Owner requires that Bidders, observe the highest standard of ethics during the procurement and execution of the contracts. In pursuance of this policy, the Owner :

a) Defines, for the purposes of this provision, the terms set forth below as

follows;

Page 21: Tender No. AO/ 2887/3-45/14-15 Date 02.01.2015 For ... · 1.2 Pre-qualifying Requirements 1.2.1 The Bidder should have manufactured, supplied, erected and commissioned minimum 3 numbers

i) “Corrupt Practice” means the offering, giving, receiving or soliciting of anything of value to influence the action of a public official in the procurement process or in contract execution; and

ii) “Fraudulent Practice” means a misrepresentation of facts in order to

influence a procurement process or the execution of contract to the detriment of the Owner, and includes collusive practice among bidders (prior to or after bid submission) designed to establish bid prices at artificial non-competitive levels and to deprive the Owner of the benefits of free and open competition.

b) will reject a proposal for award if it determine that the bidder recommended

for award has engaged in corrupt or fraudulent practices in competing for the contract in question;

Page 22: Tender No. AO/ 2887/3-45/14-15 Date 02.01.2015 For ... · 1.2 Pre-qualifying Requirements 1.2.1 The Bidder should have manufactured, supplied, erected and commissioned minimum 3 numbers

SECTION - III

GENERAL CONDITIONS OF CONTRACT

Page 23: Tender No. AO/ 2887/3-45/14-15 Date 02.01.2015 For ... · 1.2 Pre-qualifying Requirements 1.2.1 The Bidder should have manufactured, supplied, erected and commissioned minimum 3 numbers

SECTION – III

GENERAL CONDITIONS OF CONTRACT

Clause No. Title Page No.

1. Definition of Terms

2. Project Information

3. Contractor to inform himself fully

4. Contract Documents

5. Manner of Execution of Contract Agreement

6. Arbitration

7. Time – The Essence of Contract

8. Effect and Jurisdiction of Contract

9. Co-operation with other Contractors and Consulting Engineers

10. Duties of the Project Engineer

11. Assignment and Subletting of Contract

12. Settlement of Disputes

13. Project Engineer’s Decision

14. Deductions from Contract Price

15. Insurance

16. Packing, Forwarding and Shipment

17. Invoice

18. Liability for Accident and Damages

19. Contractor’s Default

20. Delays by the Owner

21. No Waiver of Rights

22. Force Majeure

23. Termination of Contract by the Owner

Page 24: Tender No. AO/ 2887/3-45/14-15 Date 02.01.2015 For ... · 1.2 Pre-qualifying Requirements 1.2.1 The Bidder should have manufactured, supplied, erected and commissioned minimum 3 numbers

Clause No.

Title Page No.

24. Member of Owner’s Staff etc. Not Personally Liable

25. Ownership of Material, Equipment and Plant

26. Inspection, Testing and Inspection Certificate

27. Replacement of Defective Parts and Materials

28. Progressive and Final Certificates

29. Certificate not to affect right of Owner and Liability of Contractors

30. Limitation of Liabilities

31. Completion of Contract

Page 25: Tender No. AO/ 2887/3-45/14-15 Date 02.01.2015 For ... · 1.2 Pre-qualifying Requirements 1.2.1 The Bidder should have manufactured, supplied, erected and commissioned minimum 3 numbers

SECTION - III

GENERAL CONDITIONS OF CONTRACT 1.0 DEFINITION OF TERMS

In the Contract, the following words and expression shall have the meaning hereby assigned to them except where the context otherwise requires.

1.1 “Owner” means Aryabhatta Research Institute of Observational Sciences (ARIES) and shall include the legal successors in title to the Owner, its legal representatives and any permitted assigns of the Owner.

1.2 “Contractor” means the name of the firm on whom the work order will be placed and

includes the Contractor’s legal representatives, successors and permitted assigns. 1.3 “Sub-Contractor” means any firm or person (other than the Contractor) named in the

contract for any part of the work or any person to whom any part of the contract has been sublet by the Contractor with the consent in writing of the Owner / Engineer and shall include the legal representatives, successors and assigns of such person.

1.4 “Project Engineer” means the officer appointed from time to time by the Owner and

notified to the Contractor to act as Engineer In Charge for the purpose of the contract.

1.5 “Project Engineer’s Representative” means any Resident Engineer or Assistant of the

Engineer appointed from time to time by the Project Engineer to exercise the powers, discretions, functions and authorities vested in him.

1.6 “Consulting Engineer / Consultant” shall mean M/s. Precision Precast Solutions Pvt.

Ltd. and / or any firm or person duly appointed by the Owner for design engineering services from time to time.

1.7 The term “Works” shall mean and include preparing manufacturing and fabrication

drawings, manufacture and supply of equipment, erection, testing and commissioning of the equipment and enclosure structure including all transportation, handling, unloading, storage as per Contract.

1.8 “Contractor’s Works” shall mean the place of work used by the Contractor or sub-

contractors for the performance of the works. 1.9 “Site” shall means the actual place of project as detailed in the specification where

work is to be executed under the Contract. 1.10 “Contract Price” shall mean the sum named in the Contract Agreement subject to

such additions thereto or deductions there-from as may be made under the provisions of Contract.

1.11 “Contract Value” shall mean that part of the Contract Price which is properly

apportionable to the plant or work in question having regard to the state, condition and topographical location of the plant, the amount of work done and all other relevant circumstances and disregarding any changes that may have occurred since the date of contract in the course of executing the works.

Page 26: Tender No. AO/ 2887/3-45/14-15 Date 02.01.2015 For ... · 1.2 Pre-qualifying Requirements 1.2.1 The Bidder should have manufactured, supplied, erected and commissioned minimum 3 numbers

1.12 “Contract Period / Time for Completion” shall mean the time for completion of works as stated in the Contract.

1.13 “Inspector” shall mean the Owner or any person / firm appointed by the Owner from

time to time to inspect the material, equipment or works etc. under the contract and/or the duly authorized representative of the Owner.

1.14 “Specification” shall mean collectively all the terms and stipulations contained in

these portions of the ‘Contract’ known as General and Special Conditions of Contract, Erection Conditions of the Contract, Technical Specifications, Drawings and such amendments, revisions, deletions or additions, as contained in this Contract Agreement.

1.15 “Trial Operation” shall mean such tests to be made by the Contractor so as to make

the equipment ready for performance tests or such other tests as may be agreed between the Owner and Contractor.

1.16 “Performance or acceptance tests” shall mean such tests to be made by the

Contractor and such other tests as may be agreed between the Owner and the Contractor to establish the performance indicated in the Contract and also to determine and demonstrate the equipment capability in various operating conditions.

1.17 “Final Acceptance” shall mean the Owner’s written acceptance of the works performed under the contract after successful completion of performance.

1.18 “Guarantee Period” shall mean the period during which the Contractor shall remain

liable for repair or replacement of any defective part of the works performed under the Contract.

1.19 “Drawings” / “Plans” shall mean all

a) Drawings furnished by the Owner / Consultant as a basis for proposal.

b) Supplementary drawings furnished by the Owner / Consultant to clarify and to define in greater detail intent of the Contract.

c) Drawings submitted by the Contractor with his bid proposal provided such

drawings are acceptable to the Owner / Consultant.

d) Drawings furnished by the Owner / Consultant to the Contractor during the progress of the works and

e) Engineering data and drawings submitted by the Contractor during the

progress of the work provided such drawings are acceptable to the Project Engineer.

1.20 “Codes” shall mean the following, but not limited to the following, including latest

amendments and/or replacements, if any

a) The Electricity (Supply) Act 1948 and the Rules made thereunder. b) Indian Factory Act and Rules and Regulations made thereunder. c) American Society of materials testing codes.

Page 27: Tender No. AO/ 2887/3-45/14-15 Date 02.01.2015 For ... · 1.2 Pre-qualifying Requirements 1.2.1 The Bidder should have manufactured, supplied, erected and commissioned minimum 3 numbers

d) Standards of Indian Standards Institution. e) Other internationally approved standards and/or rules and regulations

touching the subject matter of the Contract. 2.0 PROJECT INFORMATION

2.1 The Contractor shall deemed to have taken site inspection and obtained information

regarding the project site, location, approach to site and meteorological conditions as prevailing at the site which are as follows -

Owner

Aryabhatta Research Institute of Observational SciencES (ARIES)

Manora Peak,

Nainital – 263 002 (India)

Location and Site of Project

Devasthal, Dist - Nainital, 62 km from Nainital

Nearest Railway Station

Kathgodam, 35 km from Nainital and 70 km from Devasthal.

Transport There is no public transport from Nainital to Devasthal. One has to arrange his own vehicle to reach site.

2.2 Environmental Condition

Normal Conditions: Temperature : 0 to 300C Relative Humidity : 0 to 90% Wind : < 3 m/s Peak Gusts : < 13 m/s

Pressure : 810 mb ( 10 mb) Marginal Conditions Temperature : - 10 to 350C Steady Wind : < 15 m/s Peak Gusts : < 20 m/s Snow : 2 – 3 feet occasionally during Winter

Page 28: Tender No. AO/ 2887/3-45/14-15 Date 02.01.2015 For ... · 1.2 Pre-qualifying Requirements 1.2.1 The Bidder should have manufactured, supplied, erected and commissioned minimum 3 numbers

3.0 CONTRACTOR TO INFORM HIMSELF FULLY

3.1 The Contractor has made independent enquiry and has acquired all information, inputs, conditions and circumstances which has effect on contract price, completion schedule and also on the execution of work covered under the contract.

The Contractor has made himself aware of the site location conditions and its surrounding, laws and regulations inforce in India. The transportation limitations for transporting heavy or oversize consignments upto site, conditions of roads, size and capacity of bridges etc.

The Contractor has taken into account all such relevant conditions and as also risks, contingencies and other circumstances which may influence or affect the execution of works covered under the Contract.

3.2 The Contract price has been fixed also taking into account above.

4.0 CONTRACT DOCUMENTS

4.1 The term “Contract Documents” shall mean and include the following which shall be

deemed to form an integral part of the contract.

a) Contract agreement signed on Stamp Paper. b) General Conditions of Contract, Special Conditions of Contract, Erection

Conditions of Contract, Completion Schedule, Price Schedule and all other document and drawings attached herewith.

c) Scope of Work, Technical Specifications and QAP’s of the equipment to be

supplied erected and commissioned under the contract including drawings and other literature.

d) Forms, Attachments , Annexures, Appendix etc. as enclosed.

e) Any mutually agreed variations to the conditions and specification of the

Contract. 4.2 In the event of any conflict between the above mentioned documents, the matter

shall be referred to the Owner or the Project Engineer whose decision shall be final and binding upon the parties, subject to arbitration as herein after provided.

5.0 MANNER OF EXECUTION OF CONTRACT AGREEMENT

5.1 The Contract shall be signed in two originals and the Contractor shall be provided

with one signed original and one will be retained by the Owner 6.0 ARBITRATION

6.1 If any disputes of any kind whatsoever shall arise between the Owner and the

Contractor arising out of the Contract or the carrying out of the works shall be settled by Owner and Contractor by amicable negotiations.

6.2 If disputes cannot be settled between the parties, they will finally be settled by

arbitration pursuant to Rules of Conciliation and Arbitration according to “Arbitration and Conciliation Act 1996”. Arbitration shall be held in Nainital. The Arbitral award

Page 29: Tender No. AO/ 2887/3-45/14-15 Date 02.01.2015 For ... · 1.2 Pre-qualifying Requirements 1.2.1 The Bidder should have manufactured, supplied, erected and commissioned minimum 3 numbers

shall be final and binding upon the parties and persons claiming under them respectively.

In the event of arbitration three Arbitrators shall be appointed one each to be appointed by Owner and Contractor. Both the Arbitrators so appointed to appoint third Arbitrator as Umpire. As per the existing clause, Arbitration will be referred to Arbitrator whose award will be binding. Further, if parties do not mutually appoint an Arbitrator then court will appoint Sole Arbitrator.

7.0 TIME – THE ESSENCE OF CONTRACT

The period of completion of the works as stipulated in the Contract shall be deemed to be essence of Contract. The time for completion of works shall be reckoned from the date of issue of notification and award of contract.

8.0 EFFECT AND JURISDICTION OF CONTRACT 8.1 The Contract shall be considered as having come into force from the date of issue of

notification of award of contract. This date will be called as the effective date of Contract and all dispatches and contractual periods will be reckoned from this date.

8.2 The laws applicable to this “Contract” shall be the laws in force in India. Any dispute

is jurisdiction to ICADR, Plot No.6 Basant Kunj Industrial Area Phase-II, New Delhi-110 070 in all matters arising under and on account of this Contract.

9.0 CO-OPERATION WITH OTHER CONTRACTORS AND CONSULTING

ENGINEERS

9.1 The Contractor shall co-operate with the Owner’s other Contractors and Consulting Engineers and freely exchange with them such technical information, data and details as is necessary to obtain the most efficient and economical design and to avoid unnecessary duplication of efforts.

10.0 DUTIES OF THE PROJECT ENGINEER

10.1 All works under the contract shall be executed by the Contractor based on the instructions and orders given by the Project Engineer. To eliminate delays and avoid disputes and litigation, it is agreed between the parties of the contract that all matters and questions shall be referred to the Project Engineer and his decision shall be final, subject to arbitration as provided for in the Contract.

10.2 The scope of the duties of the Project Engineer, pursuant to the Contract, shall

include but not limited to the following :-

a) Interpretation of all the terms and conditions of contract documents and specifications.

b) Review and interpretation of all Contractor’s drawings, engineering data etc. c) Inspect, accept or reject any equipment, material and work under contract. d) Issue certificate of acceptance and/or progressive payment and final payment

certificates.

Page 30: Tender No. AO/ 2887/3-45/14-15 Date 02.01.2015 For ... · 1.2 Pre-qualifying Requirements 1.2.1 The Bidder should have manufactured, supplied, erected and commissioned minimum 3 numbers

e) Review and suggest modifications and improvements in completion schedules from time to time and

f) Supervise the Quality Assurance Plan implementation at the specified stages

of works. 11.0 ASSIGNMENT AND SUBLETTING OF CONTRACT

11.1 The Contractor may, upon approval of the Project Engineer, assign or sublet some part other than the components intended to be manufactured / fabricated in Contractors own workshop. Bought out items for which makes are identified in the contract shall be as per approved makes only. Suppliers of the equipment / components not identified in the Contract or any change in the identified suppliers shall be subject to approval by Project Engineer. Such intension of subletting should be informed to the Project Engineer well in advance and no subletting shall be done unless written consent of Project Engineer is obtained.

11.2 Such assignment, subletting, even though done on written approval of the Project

Engineer, shall not relieve the Contractor from any obligation, duty, responsibility and/or guarantee under the contract.

12.0 SETTLEMENT OF DISPUTES

12.1 Except as otherwise specifically provided in the Contract, all disputes concerning

questions of fact arising under the Contract shall be decided by the Project Engineer subject to a written appeal by the Contractor to the Project Engineer, whose decision shall be final and binding to the parties hereto.

13.0 PROJECT ENGINEER’S DECISION

13.1 In respect of all matters which are left to the decision of the Project Engineer

including the granting or withholding of the certification, the Project Engineer shall give in writing a decision thereon. The Contractor shall proceed with the works in accordance with the decisions, instructions and orders given by the Project Engineer.

14.0 DEDUCTIONS FROM CONTRACT PRICE

14.1 All costs, damages or expenses which the Owner may have paid, for which under the

contract the Contractor is liable, shall be claimed by the Owner. All such claims shall be billed by the Owner to the Contractor regularly as and when they fall due. Such claims shall be paid by the Contractor within 15 (fifteen) days of the receipt of the corresponding bills and if not paid by the Contractor within the said period, the Owner may then deduct the amount from any payment due or becoming due by him to the Contractor under the Contract.

15.0 INSURANCE

15.1 To the extent specified below the Contractor shall at its expense take out and

maintain in effect, during the performance of the Contract, the insurances set forth below in the sums and with the deductions and other conditions specified below. a) Insurance During Transport

Covering loss or damage occurring while in transit from the Contractor’s/ Subcontractor’s works or stores until arrival at the site.

Page 31: Tender No. AO/ 2887/3-45/14-15 Date 02.01.2015 For ... · 1.2 Pre-qualifying Requirements 1.2.1 The Bidder should have manufactured, supplied, erected and commissioned minimum 3 numbers

b) Installation All Risks Insurance

Covering physical loss or damage to all the material and structure at the site, occurring prior to completion of the works with an extended maintenance coverage for the Contactor’s liability in respect of any loss or damage occurring during the Defect Liability Period while the Contractor is on the site for the purpose of performing its obligations during the Defect Liability Period.

c) Third Party Liability Insurance

Covering bodily injury or death suffered by third parties (including the Owners personnel) and loss or damage to property occurring in connection with the supply and installation of the enclosure structure and equipment.

d) Automobile Liability Insurance

Covering use of all vehicles used by the Contractor or his subcontractors (whether or not owned by them) in connection with the execution of the Contract.

e) Workers’ Compensation

In accordance with the statutory requirements applicable where the Contract or any part thereof is executed.

g) Owners Liability

In accordance with the statutory requirements applicable where the Contract or any part thereof is executed.

15.2 The Owner shall be named as co-insured under all insurance policies taken out by the Contractor, except for the Third Party Liability, Workers’ Compensation and Owners Liability Insurances, and the Contractor’s Subcontractors shall be named as co-insured under all insurance policies taken out by the Contractor except for the Insurance during Transport, Workers Compensation and Owners Liability Insurances. All insurer’s rights of subrogation against such co-insured for losses or claims arising out of the performance of the Contract shall be waived under such policies.

15.3 The Contractor shall, deliver to the Owner certificates of insurance (or copies of the

insurance policies) as evidence that the required policies are in full force and effect. The certificates shall provide that not less than twenty one (21) days notice shall be given to the Owner by insurer prior to cancellation or material modification of a policy.

15.4 The Contractor shall ensure that, where applicable, its Subcontractor(s) shall take out

and maintain in effect adequate insurance policies for their personnel and vehicles and for work executed by them under the Contract, unless such Subcontractors are covered by the policies taken out by the Contractor.

15.5 If the Contractor fails to take out and/ or maintain in effect the insurances referred

above the Owner may take out and maintain in effect any such insurances and may from time to time deduct from any amount due to the Contractor under the Contract any premium that the Owner shall have paid to the insurer.

15.6 The Contractor shall prepare and conduct all and any claims made under the policies

effected by it, and the monies payable by any insurers shall be paid to the Contractor

Page 32: Tender No. AO/ 2887/3-45/14-15 Date 02.01.2015 For ... · 1.2 Pre-qualifying Requirements 1.2.1 The Bidder should have manufactured, supplied, erected and commissioned minimum 3 numbers

as per the procedure outlined below. The Owner shall give to the Contractor all such reasonable assistance as may be required by the Contractor. With respect to insurance claims in which the Owners interest is involved, the Contractor shall not give any release or make any compromise with the insurer without the prior written consent of the Owner. With respect to insurance claims in which the Contractor’s interest is involved, the Owner shall not give any release or make any compromise with the insurer without the prior written consent of the Contractor.

15.7 i) wherever total damages / loss of equipment / material would occur, the

Contractor will be entitled to payment of all amounts received from the underwriters except the following amounts.

(a) The amount paid to the Contractor under the Contract in respect of

equipment / material damaged / lost, excluding the pro-rata initial advance.

(b) Excise Duty and other taxes and duties which have already been paid

by the Owner. In the event the claim money settled is less than the total of the amounts in (a) and (b) above, then the entire claim money settled will be retained by the Owner and the Contractor will forthwith pay the Owner the short fall amount between the claim money and the total of amounts as per (a) and (b) mentioned above. Subsequent payments, if any, due under the Contract shall be regulated by the relevant terms of payment.

ii) In case of partial damage to any equipment / material during any stage, upon rectification of the damaged equipment / material to the satisfaction of the Owner, the Contractor shall be paid to the extent of claims settled by the underwriters.

15.8 Insurance to be taken by the Contractor

Insurance Amount Insured

Deductable Conditions

A) Transit i) 110% of Ex-work value in case of equipment

Not Applicable i) Owner to be named as co-insured.

ii) Open policy iii) War, SRCC, Terrorism, iv) Institute replacement

clause and deferred unpacking clause

ii) Applicable taxes and duties

v) Insurers right of subrogation against all parties (excluding carrier) waived.

vi) Warehouse to warehouse basis.

Page 33: Tender No. AO/ 2887/3-45/14-15 Date 02.01.2015 For ... · 1.2 Pre-qualifying Requirements 1.2.1 The Bidder should have manufactured, supplied, erected and commissioned minimum 3 numbers

Insurance Amount Insured

Deductable Conditions

B) Installation / Erection all risks

i) 110% of ex-works value of equipment.

ii) Applicable taxes and duties

iii) Cost of erection

Minimum as per insurance policy

i) Installation risk, RSMTD

ii) Extra charge cover.

iii) Maintenance cover

iv) Contractor’s plant and machinery – Rs. 20 Lakhs

v) Cross liability

vi) Owner and Contractor’s Sub-contractor to be named as co-insured.

C)Third Party Liability (Extension of MCE / EAR Policy)

For any one occurrence Rs. 15.00 Lakhs

Nil i) Contractors, Sub-contractors to be named as co-insured.

D) Automobile

Liability

i) M. V. policy for motor vehicles, private cars & commercial vehicles.

------------------

-----------------

As per local MV Act

E) Workmen’s Compensation

As per Statute

F) Owner’s Liability

As per Statute Cumulative to workmen’s compensation to cover liability not covered thereby.

G) Group personnel insurance, for contractor’s and sub-contractor’s employees.

As per Statute

16.0 PACKING, FORWARDING AND SHIPMENT

16.1 The Contractor, wherever applicable, shall after proper painting, pack and crate all

equipment in such a manner as to protect them from deterioration and damage during transportation to the “Site” and storage at “Site” till the time of erection. The Contractor shall be held responsible, for all damages due to improper packing and any financial liability for rectification / replacement of the damaged material.

16.2 The Contractor shall prepare detailed packing list of packages, containers, bundles

and loose material and forming each and every consignment dispatched to site. The Contractor shall further be responsible for making all necessary arrangements for

Page 34: Tender No. AO/ 2887/3-45/14-15 Date 02.01.2015 For ... · 1.2 Pre-qualifying Requirements 1.2.1 The Bidder should have manufactured, supplied, erected and commissioned minimum 3 numbers

loading, unloading and other handling right from his work till the material is unloaded and stored at site.

17.0 INVOICE

17.1 Invoice for Supply

The following documents shall be submitted to the Owner to enable the owner to make progressive payment to the Contractor.

1) Invoice - 3 copies 2) Excise Gate Pass - Original + 2 Copies 3) Delivery Challan - 3 copies 4) Packing list - 3 copies 5) Pre-despatch clearance by ARIES - 3 Copies 6) Lorry Receipt - Original + 2 Copies 7) Material Receipt Intimation (MRI) or - Original + 2 Copies Receipted Challan 8) Copies of Test Certificates - 1 Copy

17.2 Invoice for Erection

1) Invoice - 3 Copies

2) Joint Inspection and Acceptance Report - 3 Copies

3) Certification of the Project Engineer - 3 Copies The invoices shall be submitted to - The Director Aryabhatta Research Institute of Observational SciencES (ARIES) Manora Peak, Nainital – 263002

Who will arrange for payment

18.0 LIABILTIY FOR ACCIDENT AND DAMAGES The Contractor shall be responsible for any loss or damage to the structure or equipment until the same is taken over by the Owner in accordance with the Contract.

19.0 CONTRACTOR’S DEFAULT

19.1 If the Contractor neglect to execute the works as defined in the contract with due diligence and expedition or refuse or neglect to comply with any reasonable orders given to him in writing by the Project Engineer in connection with the works or contravene the provisions of the contract, the Owner may give a notice in writing to

Page 35: Tender No. AO/ 2887/3-45/14-15 Date 02.01.2015 For ... · 1.2 Pre-qualifying Requirements 1.2.1 The Bidder should have manufactured, supplied, erected and commissioned minimum 3 numbers

the Contractor to make good the failure neglect or contravention complained of. Should the contractor fail to comply with the notice within 30 (thirty) days from the date of service thereof, then and in all such cases, the owner shall be at liberty to employ other workmen and forthwith execute such part of the works as the Contractor may have neglected to do.

Such action by the Owner as aforesaid shall not relieve the Contractor of his responsibility to pay liquidated damages for delay in completion of the works as defined in this contract.

19.2 The termination of the contract under this clause shall not entitle the Contractor to reduce the value of the performance guarantee nor the time thereof. The performance guarantee shall be valid for the full value and for the full period of the Contract including 60 days after the end of the Guarantee Period.

20.0 DELAYS BY THE OWNER

In case the Contractor’s performance is delayed due to any act or omission on the

part of the Owner, then the Contractor shall be given due extension of time for the completion of works to the extent such omission on the part of the Owner has caused delay in the Contractor’s performance of his works. Regarding reasonableness or otherwise of the extension of time, the decision of the Project Engineer shall be final subject to arbitration as provided for in the contract.

21.0 NO WAIVER OF RIGHTS

Neither the inspection by the Owner or the Project Engineer or any of their officials,

nor any order by the Owner or the Project Engineer for payment of money or any payment for or acceptance of the whole or any part of the works by the Owner or the Project Engineer, nor any extension of time, nor any possession taken by the Project Engineer shall operate as a waiver of any provisions of the contract or of any power herein reserved to the owner or any right to damages herein provided, nor shall any waiver of any breach in the contract be held to be a waiver of any other or subsequent breach.

22.0 FORCE MAJEURE

22.1 Force majeure is herein defined as any cause which is beyond the control of the

Contractor or the Owner as the case may be, which they could not foresee or with a reasonable amount of diligence could not have foreseen and which substantially affects the performance of the contract such as :

a) Natural calamity including but not limited to floods, draught, earth-quakes and

epidemics. b) Acts of any government domestic or foreign, including but not limited to war,

declared or un-declared, quarantines, embargoes etc.

Provided either party shall, within fifteen (15) days from the occurrence of such a cause, notify the other in writing of such causes.

22.2 The Contractor or the Owner as the case may be shall not be liable for delays in performing their respective obligations resulting from any force majeure causes as referred to and / or defined above. The date of completion shall be extended by a

Page 36: Tender No. AO/ 2887/3-45/14-15 Date 02.01.2015 For ... · 1.2 Pre-qualifying Requirements 1.2.1 The Bidder should have manufactured, supplied, erected and commissioned minimum 3 numbers

reasonable time even though such cause may occur after the Contractor’s performance of his obligations has been delayed for other causes.

23.0 TERMINATION OF CONTRACT BY THE OWNER

23.1 The Owner reserves the right to terminate the contract either in part or in full due to

reasons other than those mentioned under clause entitled “Contractor’s default”. The Owner shall in such an event issue fifteen (15) days notice in writing to the Contractor of his decision to do so.

23.2 The Contractor upon receipt of such notice shall discontinue the work on the date

and to the extent specified in the notice, make all reasonable efforts to obtain cancellation of all orders and contracts to the extent they are related to the Owner, stop all further sub-contracting or purchasing activity related to the work terminated, and assist the owner in protection and disposition of the works acquired under the Contract by the Owner.

23.3 In the event of such termination, the Contractor shall be eligible for compensation,

equitable and reasonable, warranted by the circumstances prevalent at the time of termination. In such cases, the Project Engineer’s decision shall be final and binding on the Contractor subject to arbitration as provided for in the contract.

24.0 MEMBER OF OWNER’S STAFF ETC. NOT PERSONALLY LIABLE

Neither any member of the Owner’s staff nor the Project Engineer nor any of his staff,

shall in any way be personally liable for the acts or obligations under the Contract or answerable for any default or omission on the part of the owner in the observance or performance of any of the acts, matters or things which are concerning the Contract.

25.0 OWNERSHIP OF MATERIAL, EQUIPMENT AND PLANT The material, equipment and other supplies supplied by the Contractor shall vest and become the property of the Owner on the date of delivery or dispatch. The material so received shall be handed over to the Contractor for the purpose of execution of contract. The Contractor shall be a custodian / bailee of the said material and shall be responsible for the safety and protection of the said material till the date of plant is finally erected and taken over by the Owner.

Provided further that the Contractor shall be responsible for the workmanship, quality and performance of the material, including the Guarantee Period as provided under the guarantee clause.

The plant supplied pursuant to the contract shall become the property of the Owner at whichever is the earliest of the following times viz. i) When the plant is delivered pursuant to the Contract.

ii) When the Contractor has been paid any sum to which he may become

entitled in accordance with the clause “Terms of Payment”.

iii) When the plant is otherwise taken over by the Owner in terms of the Contract.

Page 37: Tender No. AO/ 2887/3-45/14-15 Date 02.01.2015 For ... · 1.2 Pre-qualifying Requirements 1.2.1 The Bidder should have manufactured, supplied, erected and commissioned minimum 3 numbers

26.0 INSPECTION, TESTING AND INSPECTION CERTIFICATE

26.1 The Project Engineer, his duly authorized representative and /or an outside

inspection agency acting on behalf of the Owner shall have, at all reasonable times, access to the Contractor’s premises or works and shall have the power at all reasonable times to inspect and examine the materials and workmanships of the works during its manufacture or erection and if part of the works is being manufactured or assembled at other premises or works, the Contractor shall obtain for the Project Engineer and for his duly authorized representative permission to inspect as if the works were manufactured or assembled in the Contractor’s own premises or works.

26.2 The contractor shall issue the Project Engineer / Inspector 10 (Ten) days written

notice of any material being ready for inspection. Such inspection shall be to the Contractor’s account except for the expenses of the Inspector. The Project Engineer / Inspector unless waives the inspection will attend inspection within (Ten) 10 days of the date on which the material is notified as being ready for inspection..

26.3 The Project Engineer or Inspector shall, within Seven (7) days from the date of inspection, give notice in writing to the Contractor of any objection to any drawings and/or any equipment and workmanship which in his opinion is not in accordance with the Contract. The Contractor shall give due considerations to such objections and shall either make the modifications that may be necessary to meet the said objection and confirm to owner.

26.4 When the inspection tests have been completed at Contractor’s works, the Project

Engineer / Inspector shall issue a certificate to this effect within Seven (7) days after inspection but if the inspection is not attended Project Engineer / Inspector, the Certificate shall be issued within Seven (7) days of receipt of Contractor’s inspection report by the Project Engineer / Inspector. Failure of the Project Engineer / Inspector to issue such a certificate shall not prevent the Contractor from proceeding with the works. The issue of the certificate shall not bind the Owner to accept the material / equipment should it, on further tests after erection, be found not to comply with the Contract.

26.5 The inspection by Project Engineer and issue of Inspection certificate thereon shall in

no way limit the liabilities and responsibilities of the Contractor in respect of the agreed Quality Assurance Plan

26.6 The above provision shall also be applicable to the erection portion of the works. The Project Engineer shall have the right to re-inspect any equipment though previously inspected and approved by him at Contractor’s works before and after the same are erected at Site. If by the above inspection, the Project Engineer rejects any structure or equipment, the Contractor shall make good such rejections either by replacement or modifications / repairs as may be necessary to the satisfaction of the Project Engineer.

26.7 The inspection by the Project Engineer or the third party inspector shall be carried out as per approved Quality Assurance Plan (QAP).

Page 38: Tender No. AO/ 2887/3-45/14-15 Date 02.01.2015 For ... · 1.2 Pre-qualifying Requirements 1.2.1 The Bidder should have manufactured, supplied, erected and commissioned minimum 3 numbers

27.0 REPLACEMENT OF DEFECTIVE PARTS AND MATERIALS

If during progress of the works, it is noticed by the Project Engineer, or Inspector or Consultant that Contractor has manufactured or used any defective material, component or part or bought out item, the same shall be replaced by the Contractor prior to dispatch or commissioning or handover as the case may be.

28.0 PROGRESSIVE AND FINAL CERTIFICATES

28.1 The Project Engineer shall issue to the Contractor a progressive certificate certifying

completion of works upto a said date, within a reasonable period after receiving of an application.

28.2 The Project Engineer shall issue the Contractor a final certificate at the end of

guarantee period. The final certificate shall certify the total or all amount comprised in progressive certificates previously issued in respect of the works or the portion thereof to which the final certificate relates.

29.0 CERTIFICATE NOT TO AFFECT RIGHT OF OWNER AND LIABILITY OF

CONTRACTORS

29.1 No interim payment certificate of the Project Engineer, nor any sum paid on account by the Owner, nor any extension of time for execution of the works granted by the Project Engineer shall affect or prejudice the rights of the owner against the Contractor or relieve the Contractor of his obligations under the Contract or be interpreted as approval of the works done and no certificate shall create liability for the Owner to pay for alterations, amendments, variations or additional works not ordered, in writing, by the Project Engineer nor shall discharge the liability of the Contractor for the payment of damages whether due, ascertained or certified or not, or any sum against the payment of which he is bound to indemnify the Owner, nor shall any such certificate nor the acceptance by him of any sum paid on account affect or prejudice the rights of Owner against the Contractor

30.0 LIMITATION OF LIABILITIES

Final payment to the Contractor shall be made only at the completion of the Guarantee Period as specified in this Contract and till such time, all the contractual liabilities of the Contractor shall prevail. If the final payment is made prior to the completion of Guarantee Period as provided for in the clause ‘Terms of Payment’ of the contract, the contractual liabilities of the Contractor shall still prevail upto the end of Guarantee Period. All other payments made under the contract shall be treated as on account payment.

31.0 COMPLETION OF CONTRACT

Unless otherwise terminated under the provision of any other relevant clause, this contract shall be deemed to have been completed at the conclusion of the Guarantee Period.

Page 39: Tender No. AO/ 2887/3-45/14-15 Date 02.01.2015 For ... · 1.2 Pre-qualifying Requirements 1.2.1 The Bidder should have manufactured, supplied, erected and commissioned minimum 3 numbers

SECTION - IV

ERECTION CONDITIONS OF THE CONTRACT

Page 40: Tender No. AO/ 2887/3-45/14-15 Date 02.01.2015 For ... · 1.2 Pre-qualifying Requirements 1.2.1 The Bidder should have manufactured, supplied, erected and commissioned minimum 3 numbers

SECTION – IV

ERECTION CONDITIONS OF THE CONTRACT

Clause No.

Title Page No.

1. General

2. Regulation and Local Authorities and Statutes

3. Access to Site and Works on Site

4. Contractor’s Site Office Establishment

5. Co-operation with other Contractors

6. Contractor’s Field Operation

7. Man Power Report

8. Protection of Work

9. Employment of Labour

10. Facilities to be provided by the Contractor

11. Facilities to be provided by the Owner

12. Electricity, Transport etc.

13. Fire Protection

14. Security

15. Pre-commissioning Trials and Initial Operations

16. Material Handling and Storage

17. Construction Management

18. Field Office Records

19. Contractor’s Materials brought on to Site

20. Protection of Property and Contactor’s Liability

21. Unfavorable Working Conditions

22. Work and Safety Regulations

23. Electrical Safety Regulations

Page 41: Tender No. AO/ 2887/3-45/14-15 Date 02.01.2015 For ... · 1.2 Pre-qualifying Requirements 1.2.1 The Bidder should have manufactured, supplied, erected and commissioned minimum 3 numbers

SECTION - IV

ERECTION CONDITIONS OF THE CONTRACT 1.0 GENERAL

The following shall supplement the conditions already contained in the other parts of this Contract and shall govern the portion of the work of this contract to be performed at Site.

2.0 REGULATION OF LOCAL AUTHORITIES AND STATUTES 2.1 The Contractor shall comply with all the rules and regulations of local authorities

during the performance of his field activities. He shall also comply with the Minimum Wages Act, 1948 and the payment of Wages Act (both of the government of India) and the rules made thereunder in respect of any employee or workman employed or engaged by him or his Sub-Contractor.

2.2 It shall be the responsibility of the Contractor to obtain necessary License /

Authorization / Permit for work from the Licensing Board of the local city / state where the works is to be carried out. The persons deputed by the Contractor’s firm should also hold valid permits issued or recognized by the Licensing Board of Locality / State where the works is to be carried out.

2.3 All registration and statutory inspection fees, if any, in respect of his works pursuant

to this contract shall be to the account of the Contractor. However, any registration, statutory inspection fees lawfully payable under the provisions of the Regulations and any other statutory laws during erection in respect of the plant equipment ultimately to be owned by the Owner, shall be to the account of the Owner.

3.0 ACCESS TO SITE AND WORKS ON SITE 3.1 In the execution of the works, no persons other than the Contractor or his duly

appointed representative, Sub-Contractor and workmen, shall be allowed to do work on the Site, except by the special permission, in writing, of the Project Engineer.

4.0 CONTRACTOR’S SITE OFFICE ESTABLISHMENT The Contractor shall establish a site office at the Site and keep posted an authorized

representative for the purpose of the Contract. Any written order or instruction of the Project Engineer or his duly authorized representative shall be communicated to the said authorized resident representative of Contractor and the same shall be deemed to have been communicated to the Contractor at his legal address.

5.0 CO-OPERATION WITH OTHER CONTRACTORS

The Contractor shall co-operate with other Contractors or tradesmen of the Owner, who may be performing other works on behalf of the Owner and the workmen who may be employed by the Owner and doing work in the vicinity of the works under the Contract. Any injury or damage that may be sustained by the employees of the other contractors and the Owner, due to Contractors works shall promptly be made good at his own expense.

Page 42: Tender No. AO/ 2887/3-45/14-15 Date 02.01.2015 For ... · 1.2 Pre-qualifying Requirements 1.2.1 The Bidder should have manufactured, supplied, erected and commissioned minimum 3 numbers

6.0 CONTRACTOR’S FIELD OPERATION

The Contractor shall keep the Project Engineer informed in advance regarding his field activity plans and schedules for carrying out each part of the works. Any review of such plan or schedule or method of work by the Project Engineer shall not relieve the Contractor of any of his responsibilities towards the field activities. The Contractor shall be solely responsible for the safety, adequacy and efficiency of plant and equipment and his erection methods.

7.0 MANPOWER REPORT The Contractor shall submit to the Project Engineer, on the first day of every month,

a man hour schedule for the month, detailing the man hours scheduled for the month, skillwise and areawise.

8.0 PROTECTION OF WORKS

The Contractor shall have total responsibility for protecting the works under this contract till it is finally taken over by the Project Engineer. No claim will be entertained by the Owner for any damage or loss to these works and the Contractor, shall be responsible for the complete restoration of the damaged works to its original condition to comply with the specifications and drawings.

9.0 EMPLOYMENT OF LABOUR 9.1 The Contractor will be expected to employ on the work only his regular skilled

employees with experience of this particular work.

9.2 The hours of work on the Site shall be decided by the Owner and the Contractor shall adhere to it. Working hours will normally be eight (8) hours per day.

9.3 In case of Owner becomes liable to pay any wages or dues to the labour or to any

Government agency under any of the provisions of the Minimum Wages Act, Workmen Compensation Act, Contract Labour Regulation Abolition Act or any other law due to act of omission of the Contactor, the Owner may make such payments and shall recover the same from the Contractor’ bills.

10.0 FACILITIES TO BE PROVDIED BY THE CONTRACTOR 10.1 Tools, Tackles and Scaffoldings

The Contractor shall provide all the construction equipment, cranes, tools, tackles and scaffoldings required for pre-assembly, erection, testing and commissioning of the equipment covered under the Contract. He shall submit a list of all such materials to the Project Engineer before the commencement of pre-assembly at Site.

10.2 First Aid

10.2.1 The Contractor shall provide necessary first aid facilities for all his employees, representatives and workmen working at the Site.

10.2.2 The Site of this project is remote place and no public transport facilities are available. Contractor therefore must maintain all the times during erection, a vehicle to meet the emergency requirement of the people working at Site.

Page 43: Tender No. AO/ 2887/3-45/14-15 Date 02.01.2015 For ... · 1.2 Pre-qualifying Requirements 1.2.1 The Bidder should have manufactured, supplied, erected and commissioned minimum 3 numbers

11.0 FACILITIES TO BE PROVIDED BY THE OWNER 11.1 Owner will provide free of cost, enough open space to the Contractor, for setting-up

his site office and storage in the Site area and labour colony. The Contractor will have to construct temporary office, stores and labour colony at his own cost.

11.2 No other facilities, except above such as fuel, transport, security, canteen etc. shall

be provided by Owner. Contractor has to make his own arrangement and cost of these expenses shall be included in the Contract Price.

12.0 ELECTRICITY, TRANSPORT ETC. 12.1 Power for Construction Purpose and Labour Colony

The Contractor shall make his own arrangement for obtaining electric connections, and make necessary payments directly to Electricity Department concerned and nothing extra shall be payable on this account.

12.2 Transport As already clarified, the site is located at remote place and there is no public transport available to reach Site. The Contractor will have to make his own arrangement for transport of his labours to work site.

13.0 FIRE PROTECTION 13.1 The work procedures that are to be used during the erection shall be those which

minimize fire hazards to the extent practicable. Combustible materials, combustible waste and rubbish shall be collected and removed from the site atleast once each day. Fuels, oils, and volatile or flammable materials shall be stored away from the construction equipments and materials storage areas in safe containers.

13.2 All the Contractor’s supervisory personnel and sufficient number of workers shall be

trained for fire fighting and shall be assigned specific fire protection duties. 13.3 The Contractor shall provide enough fire protection equipment of the types and

number, for the warehouses, temporary structures, labour colony area etc. 14.0 SECURITY

The Contractor shall have total responsibility for all equipment and materials in his custody, stores, loose, semi-assembled and/or erected by him at Site. The Contractor shall make suitable security arrangements including employment of security personnel to ensure the protection of all materials, equipment and works from theft, fire, pilferage and any other damages and loss. All materials of the Contractor shall enter and leave the project site only with the written permission of the Project Engineer.

15.0 PRE COMMISSIONING TRIALS AND INITIAL OPERATIONS

The pre-commissioning trials and initial operations of the equipment furnished and erected by the Contractor shall be the responsibility of the Contractor. The Contractor shall provide the labour required for the successful performance of these trials.

16.0 MATERIALS HANDLING AND STORAGE

Page 44: Tender No. AO/ 2887/3-45/14-15 Date 02.01.2015 For ... · 1.2 Pre-qualifying Requirements 1.2.1 The Bidder should have manufactured, supplied, erected and commissioned minimum 3 numbers

16.1 All the equipment furnished under the Contract and arriving at site shall be promptly

received, unloaded and transported and stored in the storage spaces by the Contractor.

16.2 Contractor shall be responsible for examining all the shipment and notify the Project

Engineer immediately of any damage, shortage, discrepancy etc. for the purpose of Project Engineer’s information only. However, the Contractor shall be solely responsible for any shortages or damage in transit, handling and/or in storage and erection of the equipment at the site.

16.3 The Contractor shall maintain an accurate and exhaustive record detailing out the list

of all equipment received by him for the purpose of erection and keep such record open for the inspection of the Project Engineer at any time.

16.4 No bare wire ropes, slings, etc. shall be used for unloading and/or handling of the

equipment without the specific written permission of the Project Engineer. 16.5 All the materials stored in the open or dusty location must be covered with suitable

weather proof and flameproof covering material wherever applicable. 16.6 The Contractor shall be responsible for making suitable indoor storage facilities to

store all equipment which require indoor storage. 17.0 CONSTRUCTION MANAGEMENT The field activities of the Contractors working at Site will be coordinated by the

Project Engineer and the Project Engineer’s decision shall be final in resolving any disputes or conflicts between the Contractor and tradesmen of the owner regarding scheduling and coordination of works. Such decision by the Project Engineer shall not be a cause for extra compensation or extension of time for the Contractor.

18.0 FIELD OFFICE RECORDS

The Contractor shall maintain at his site office up to date copies of all drawings, specifications and other Contract Documents and any other supplementary data complete with all the latest revisions thereto. The contractor shall also maintain drawings, specifications, supplementary data etc. effected at the field and on completion of his total assignment under the Contract shall incorporate all such changes on the drawings and other engineering data to indicate as installed conditions of the equipment furnished and erected under the contract.

19.0 CONTRACTOR’S MATERIALS BROUGHT ON TO SITE

The Contractor shall bring to site all equipment, components, parts, materials including construction equipment, tools and tackles for the purpose of the works under intimation to the Project Engineer. All such goods shall, from the time of their being brought vest in the Owner, but may be used for the purpose of the works only and shall not on any account be removed or taken away by the Contractor without the written permission of the Project Engineer.

Page 45: Tender No. AO/ 2887/3-45/14-15 Date 02.01.2015 For ... · 1.2 Pre-qualifying Requirements 1.2.1 The Bidder should have manufactured, supplied, erected and commissioned minimum 3 numbers

20.0 PROTECTION OF PROPERTY AND CONTRACTOR’S LIABILITY 20.1 The Contractor shall be responsible for any damage resulting from his operations.

He shall also be responsible for protection of all persons including members of public and employees of the Owner and the employees of other contractors and sub-contractors and all structures, building, other plants and equipment and utilities.

20.2 The Contractor will ensure provision of necessary safety equipment such as barriers,

sign boards, warning lights and alarms etc. to provide adequate protection to persons and property.

21.0 UNFAVOURABLE WORKING CONDITIONS

The Contractor shall confine all his field operations to those works which can be performed without subjecting the equipment and materials to adverse effects during inclement weather conditions, like monsoon, storm etc. and during other unfavourable construction conditions. No field activities shall be performed by the Contractor under conditions which might adversely affect the quality and efficiency thereof, unless special precautions or measure are taken by the Contractor in a proper and satisfactory manner in the performance of such works and with the concurrence of the Project Engineer.

22.0 WORK AND SAFETY REGULATIONS 22.1 Suitable scaffolds should be provided for workmen for all works that cannot safely be

done from the ground, or from solid construction except such short period work as can be done safely from ladders. When a ladder is used an extra mazdoor shall be engaged for holding the ladder and if the ladder is used for carrying materials as well suitable footholds and hand-hold shall be provided on the ladder and the ladder shall be given an inclination not steeper than 1/4 to 1 (1/4 horizontal and 1 vertical).

22.2 Scaffolding of staging more than 3.6m (12ft.) above the ground or floor, swung or

suspended from an overhead support or erected with stationary support shall have a guard rail properly attached or bolted, braced and otherwise secured at least 90 cm (3ft.) high above the floor or platform of such scaffolding or staging and extending along the entire length of the outside and ends there of with only such opening as may be necessary for the delivery of materials. Such scaffolding or staging shall be so fastened as to prevent it from swaying from the building or structure.

22.3 Working platform, gangways and stairways should be so constructed that they should

not sag unduly or unequally, and if the height of the platform or the gangway or the stairway is more than 3.6m (12ft.) above ground level or floor level, they should be closely boarded, should have adequate width and should be suitably fastened as described in(2) above.

22.4 Safe means of access shall be provided to all working platforms and other working

places. Every ladder shall be securely fixed. No portable single ladder shall be over 9 m (30ft.) in length while the width between side rails in rung ladder shall in no case be less than 29 cm. (11 ½) for ladder up to and including 3 m (10 ft.) in length. For longer ladders this width should be increased at least 1/4" for each additional 30 cm (1 foot) of length. Uniform step spacing of not more than 30 cm shall be kept. Adequate precautions shall be taken to prevent danger from electrical equipment. The contractor shall provide all necessary fencing and lights to protect the public from accident and shall be bound to bear the expenses of defense of every suit, action or other proceedings at law that may be brought by any person for injury

Page 46: Tender No. AO/ 2887/3-45/14-15 Date 02.01.2015 For ... · 1.2 Pre-qualifying Requirements 1.2.1 The Bidder should have manufactured, supplied, erected and commissioned minimum 3 numbers

sustained owing to neglect of the above precautions and to pay any damages and cost which may be awarded in any such suit, action or proceedings to any such person or which may, with the consent of the contractor, be paid to compensate any claim by any such person.

22.5 All necessary personal safety equipment as considered adequate by the Project

Engineer ARIES should be kept available for the use of the person employed on the site and maintained in a condition suitable for immediate use, and the contractor should take adequate steps to ensure proper use of equipment by those concerned. The following safety equipments shall invariably be provided:

i) Those engaged in welding works shall be provided with welder's protective

eye shields.

ii) The workers shall be provided with Gumboots, helmets and gloves.

22.6 Use of hoisting machines and tackle including their attachment, anchorage and supports shall conform to the following standards or conditions: i) (a) These shall be of good mechanical construction, sound materials and

adequate strength and free from patent defects and shall be kept repaired and in good working order.

(b) Every rope used in hoisting or lowering materials or as a means of

suspension shall be of durable quality and adequate strength, and free from patent defects.

ii) Every crane driver or hoisting appliance operator shall be properly qualified

and no person under the age of 21 years should be in charge of any hoisting machine, including any scaffolding, winch or give signals to operator.

iii) In case of every hoisting machine and of every chain ring hook, shackle swivel and pulley block used in hoisting or-s means of suspension the safe working load shall be ascertained by adequate means. Every hoisting machine and all gear referred to above shall be plainly marked with the safe working load. In case of a hoisting machine having a variable safe working load each safe working load and the condition under which it is applicable shall be clearly indicated. No part of any machine or any gear referred to above in this paragraph shall be loaded beyond the safe working load except for the purpose of testing.

iv) The contractors shall notify the safe working load of their machines to the Project Engineer ARIES whenever he brings any machinery to site of work and get it verified by the Project Engineer ARIES.

22.7 Motors, gearing, transmission, electric wiring and other dangerous parts of hoisting appliances should be provided with efficient safeguards. Hoisting appliances should be provided with such means as will reduce to the minimum the risk of accidental descent of the load. When workers are employed on electrical installations which are already energized, insulating mats, wearing apparel, such as gloves, sleeves and boots should be provided.

22.8 These safety provisions should be brought to the notice of all concerned by display

on a notice board at a prominent place of work spot. The person responsible for compliance of the safety code shall named therein by the contractor.

Page 47: Tender No. AO/ 2887/3-45/14-15 Date 02.01.2015 For ... · 1.2 Pre-qualifying Requirements 1.2.1 The Bidder should have manufactured, supplied, erected and commissioned minimum 3 numbers

22.9 To ensure effective enforcement of the rules and regulations relating to safety

precautions the arrangements made by the contractor shall be open to inspection by the Labour Officer or Project Engineer of the ARIES or their representatives.

22.10 Not withstanding the above clauses there is nothing in these to exempt the contractor

from the operations of any other Act or Rules in force in the Republic of India. 23.0 ELECTRICAL SAFETY REGULATIONS 23.1 In no circumstances will the Contractor interfere with fuses and electrical equipment

belonging to the Owner or other Contractors. 23.2 Before the Contractor connects any electrical appliances to any, plug or socket

belonging to the other Contractor / Owner, he shall :

a) Satisfy the Project Engineer that the appliance is in good working conditions.

Provide safety earthing (separate and independent) to all electrical equipment and switchgear.

b) Inform the Project Engineer of the maximum current rating, voltage and

phases of the appliances.

c) Obtain permission of the Project Engineer detailing the sockets to which the appliances may be connected.

23.3 The Project Engineer will not grant permission to connect until he is satisfied that :

a) The appliance is in good conditions and is fitted with a suitable plug. b) The appliance is fitted with a suitable cable having two earth conductors, one

of which shall be an earthed metal sheath surrounding the cores. 23.4 No electric cable in use by the Contractor / Owner will be disturbed without prior

permission.

23.5 No work shall be carried out on any live equipment. The equipment must be made safe by the Project Engineer and a permit to work issued before any works is carried out.

23.6 The Contractor shall employ full time authorized license (valid and issued by

licensing board or equivalent authority of Uttaranchal Government) hold electrician / supervisor to maintain his temporary electrical installation.

Page 48: Tender No. AO/ 2887/3-45/14-15 Date 02.01.2015 For ... · 1.2 Pre-qualifying Requirements 1.2.1 The Bidder should have manufactured, supplied, erected and commissioned minimum 3 numbers

SECTION - V

SPECIAL CONDITIONS OF THE CONTRACT

Page 49: Tender No. AO/ 2887/3-45/14-15 Date 02.01.2015 For ... · 1.2 Pre-qualifying Requirements 1.2.1 The Bidder should have manufactured, supplied, erected and commissioned minimum 3 numbers

SECTION – V

SPECIAL CONDITIONS OF THE CONTRACT

Clause No.

Title Page No.

1. Scope of Contract

2. Type of Contract

3. Lumpsum Contract Price

4. Bank Guarantees

5. Terms of Payment

6. Taxes and Duties

7. Statutory Variation for Taxes and Duties

8. Completion / Contract Period

9. Liquidated Damage

10. Compensation by Extension of Time Only

11. Despatches

12. Third Party Inspection

13. Commissioning, Performance Test at Site & Taking Over

14. Consumables

15. Guarantee

16. Power Supply

17. Temporary Works

Page 50: Tender No. AO/ 2887/3-45/14-15 Date 02.01.2015 For ... · 1.2 Pre-qualifying Requirements 1.2.1 The Bidder should have manufactured, supplied, erected and commissioned minimum 3 numbers

SECTION – V

SPECIAL CONDITIONS OF CONTRACT

1.0 SCOPE OF CONTRACT

1.1 Scope of contract shall be preparing detail fabrication drawings, Manufacture, Assembly, Testing at Manufacturer’s works, Packing into properly sized units, Supply, Transport, Storage at site, Erection, Testing and Commissioning of Telescope Lifting Crane and Equipment for International Liquid Mirror Telescope with all accessories and ancillaries, including commissioning spares, special tools and tackles, and all services in accordance with the Contract. The detailed scope of work is given in the “Scope of Work” and “Technical Specifications” in this Contract Document.

2.0 TYPE OF CONTRACT

The Bidder is required to quote a lumpsum amount for scope of work as detailed in drawings read in conjunction with Technical Specification and other Contract conditions. Interim payments shall be made based on “Break up of Payment” annexed. This shall be further broken down as per direction of the Project Engineer to mutual satisfaction of Contractor. Sales Tax declaration Form “C” as applicable shall be furnished by the Owner.

. 3.0 LUMPSUM CONTRACT PRICE

3.1 The price as indicated in the Price Schedule shall be lumpsum contract price for the

works specified in the Bid document 3.2 All prices as indicated in the Price Schedule shall remain firm till completion of works. 3.3 The Contract Price includes Basic ex-works price, Transit insurance, Inland transport

charges, Erection and Commissioning including insurance and excludes Sales Tax, Excise Duty, VAT, Works Contract Tax and any other taxes, duties and levies required to be paid as per existing laws.

3.4 During execution of contract if any new additions in the scope of work are

incorporated by Owner and mutually agreed between the Owner and the Contractor then the Contract Price shall be adjusted by mutual agreement.

4.0 BANK GUARANTEES 4.1 Contract Performance Guarantee

The Contractor shall within Fifteen (15) days of the Notification of Award, provide Bank Guarantee for due performance of the Contracts for ten percent (10%) of the Contract Price of Contract, with a initial validity upto ninety (90) days beyond the end of scheduled Defect Liability Period. However, in case of delay in completion of works and hence the defect liability period, the validity of Bank Guarantee shall be extended by the period of such delay. The Contract Performance Guarantee is intended to secure the performance of the entire Contract. However, it is not to be construed as limiting the damages stipulated in other clauses of Contract.

Page 51: Tender No. AO/ 2887/3-45/14-15 Date 02.01.2015 For ... · 1.2 Pre-qualifying Requirements 1.2.1 The Bidder should have manufactured, supplied, erected and commissioned minimum 3 numbers

The contract performance guarantee will be returned to the Contractor without any interest after successful completion of Guarantee Period and completion of Contractor’s other obligations under the Contract.

The proceeds of the Contract performance guarantee shall be payable to the owner as compensation for any loss resulting from the Contractor’s failure to complete his obligations under the Contract. The Bank Guarantee shall be in the form of Unconditional Bank Guarantee as per the proforma provided in Section – XI (Forms and Procedures).

4.2 Bank Guarantee for Advance Payment

The Contractor shall, within Fifteen (15) days of the Notification of Award of Contract, provide a Bank Guarantee for an amount equal to the advance payment as per the terms of payment of the Contract Agreement, with a initial validity of up to Thirty (30) days beyond the schedule date of completion of the last supply covered under the contract. However, in case of delay in completion of the supply under the contract, the validity of this Bank Guarantee shall be extended by the period of such delay. The security shall be in the form of an unconditional bank guarantee as per the proforma provided in Section XI (Forms and Procedures) – Form of Bank Guarantee for Advance Payment.

5.0 TERMS OF PAYMENT 5.1 All payments made during the Contract shall be on account payment only. The final

payment shall be made after satisfactory completion by the Contractor of all contractual works including performance test, final acceptance etc.

5.2 The Owner shall make progressive payment as and when they are due as per the

Payment Schedule. Payment shall become due and payable by the Owner within Thirty (30) days from the date of receipt of Contractor’s bills / invoices by the Owner, provided the documents submitted with the invoices are complete in all respects.

5.3 Terms of Payment for Supply

i) 10% of the Contract Price of supply portion will be paid as initial interest free advance. The advance shall be paid on fulfillment of following conditions by the Contractor.

a) Signing of the Contract. b) Submission of unconditional Bank Guarantee of any nationalized bank

covering the advance amount which shall be initially kept valid for 30 (Thirty) days beyond scheduled date of completion of last supply. This validity shall be extended in case all material is not received at site within this period.

c) Submission of contract performance guarantee. d) Submission of detailed manufacturing, supply and erection

programme. The above advance will be released by the owner within

Page 52: Tender No. AO/ 2887/3-45/14-15 Date 02.01.2015 For ... · 1.2 Pre-qualifying Requirements 1.2.1 The Bidder should have manufactured, supplied, erected and commissioned minimum 3 numbers

30 (Thirty) days from the date of receipt of invoice, provided Contractor fulfills the above conditions.

ii) 40% of the Basic price of the equipment along with 100% of the applicable

taxes and duties and proportional amount of freight and insurance will be paid after receipt of material at site. This payment will be made on submission of following documents.

a) Invoice b) All test certificates and inspection reports as per approved QAP. c) Owner’s material dispatch clearance certificate. d) Excise Gate Pass, Lorry Receipt, Delivery Challan and Packing List. e) Contractors material receipt report at site certified by the Owner.

iii) Last 50% of the Basic price of equipment will be paid after completion of

commissioning, conducting successful performance guarantee test and completing all contractual obligations against submission of following documents.

a) Invoice

b) Acceptance report of the Owner after conducting successful

performance guarantee test and all balance works. c) Submission of 4 sets of as-built drawings

d) Performance Bank Guarantee equal to 10% amount of the total contract value including taxes and other charges valid for 2 months beyond warranty period. Explanation to above Terms of Payment :- a) Basic price is ex-works price of the material, equipment excluding

taxes and duties.

5.4 10% of the contract price will be paid as initial advance as stated above, which will be interest free. No interest will be charged by the Owner on the advance provided the completion of supply of materials is not delayed by the Contractor for reasons attributable to the Contractor. In case the Contractor delays the completion of supply beyond agreed scheduled delivery period for reasons attributable to the Contractor then the Owner shall levy interest at the rate of 18% per annum on the advance paid, for extended period. This interest shall be levied proportionately on the supplies delayed beyond scheduled delivery period.

5.5 Terms of Payment for Erection

i) 10% of the contract price of erection portion shall be paid as initial interest free advance after the Contractor has established his site office. This advance will be paid on fulfillment of following conditions by the Contractor.

a) Establishment of Contractors site office.

Page 53: Tender No. AO/ 2887/3-45/14-15 Date 02.01.2015 For ... · 1.2 Pre-qualifying Requirements 1.2.1 The Bidder should have manufactured, supplied, erected and commissioned minimum 3 numbers

b) Submission of unconditional Bank Guarantee covering the advance

amount which shall be initially kept valid till 30 days after the scheduled date of successful completion of works.

ii) 40% of the Erection price along with 100% proportional taxes and duties as

applicable, and insurance will be paid on pro-rata basis of erection, testing and commissioning of the structure and equipment. The contractor should submit following documents for claiming this payment. a) Invoice b) Joint Inspection Report and Project Engineers Certification of

completion of works.

iii) Last 50% of the Erection price of Erection shall be paid against successful completion of Performance Test, Painting, Finishing and Taking over the enclosure structure by Owner. The Contractor to submit following document for claiming this payment.

a) Invoice b) Joint report for completion of works and conducting performance test

of hatch roof cover successfully and certification of the same by Project Engineer.

5.6 Payment of Statutory Variation

The claims against statutory variation shall be reimbursed at actual. The Contractor shall claim the statutory variation through separate invoice and shall include documentary evidence to establish that extra amount claimed by the Contractor due to statutory variation was in fact paid by him solely on account of such statutory variation. For adjusting excise duty variations the required gate pass will be submitted. In the case of other taxes and duties the certified true copies of the Official Gazette will be submitted. The documentary evidence shall vary from case to case depending upon the nature of statutory variation. Where there is a reduction in contract price due to statutory variation, necessary deduction shall be made by the Owner.

6.0 TAXES AND DUTIES 6.1 The Contractor shall be liable to pay all taxes, duties and levies, lawfully assessed

against the Owner or the Contractor in pursuance of the Contract. 6.2 Owner is exempted from paying the Excise Duty vide Government Notification No.

10/97 dated 01-03-1997. 6.2.1 The exemption forms for availing the excise duty concession will be given by ARIES

and these are to be filled-up and submitted to concerned excise authorities while items /goods are taken delivery.

6.2.2 This procedure will also be applicable for bought out items and finished goods

directly dispatched from sub-contractor’s works to ARIES site.

Page 54: Tender No. AO/ 2887/3-45/14-15 Date 02.01.2015 For ... · 1.2 Pre-qualifying Requirements 1.2.1 The Bidder should have manufactured, supplied, erected and commissioned minimum 3 numbers

6.3 Bidder should keep this factor (Exemption of Excise Duty) in consideration while preparing the price schedule for manufactured as well as bought out items and finalized goods so that no excise component is included in the respective price head.

Any deviation in the above procedure has to be clearly and explicitly spelt out by the bidder in the Attachment No. 4 and also in the covering letter to technical bid.

6.4 Central Sales Tax will be paid extra at actuals subject to the maximum liability of

owner as agreed in the contract. 6.5 VAT - VAT will be paid extra at actuals subject to maximum liability of Owner as

agreed in contract. 6.6 Service Tax will be paid at actuals against the submission of necessary documents

i.e. proof of depositing the tax to treasury shall be submitted by Contractor. 7.0 STATUTORY VARIATION FOR TAXES AND DUTIES 7.1 The Contract price shall be exclusive of all taxes, duties and other levies. The

Contractor shall indicate the amount and percentage of Excise Duty and Sales Tax, VAT and WCT separately.

7.2 In case any existing tax or duty applicable for this work is enhanced or any tax or

duty is newly introduced by the State or Central Government applicable for this work after submission of bid, then this additional amount shall be reimbursed by the Owner subject to submission of documentary evidence by the Contractor to the satisfaction of the Owner. This provision shall be applicable only to the transactions between the Contractor and the Owner and shall not be applicable to the transactions between the Contractor and his Sub-Contractors/Sub-Suppliers for the purchase of raw materials, components, assembly etc.

7.3 The above provision for statutory variation is also applicable for any reduction in tax

or duty after submission of tender. 7.4 No claim for any increase due to statutory variation shall be entertained by the Owner

during the extended period of contract if any, provided the extension of contract is required by causes attributable to the Contractor.

8.0 COMPLETION / CONTRACT PERIOD

8.1 The supply, erection, testing and commissioning of Enclosure Structure and

Equipment shall be done by Contractor as per Section – X ‘Completion Schedule’ enclosed. The Contractor shall complete all works and handover them for final acceptance of the Owner within twenty seven weeks from the date of notification of Award of Contract.

8.2 Time being essence of this contract, the supply, erection, testing and commissioning

period stipulated in the Contract shall be followed scrupulously. In case the Contractor delays completion of works beyond completion schedule, the Owner shall levy penalty for late delivery on the Contractor in terms of Contract, subject to force majeure conditions and extension in completion period granted, if any by the Owner.

Page 55: Tender No. AO/ 2887/3-45/14-15 Date 02.01.2015 For ... · 1.2 Pre-qualifying Requirements 1.2.1 The Bidder should have manufactured, supplied, erected and commissioned minimum 3 numbers

9.0 LIQUIDTAED DAMAGE 9.1 Contractor shall be liable to pay Liquidated Damages at the rate of 0.5% of total

Contract Price for every week of delay or part thereof, in Supply, Erection, Commissioning and Final acceptance of Enclosure Structure and Equipment by the Owner as per period stipulated in Completion Schedule. This penalty will be maximum 10% of the final Contract Price.

9.2 The liquidated damages as stipulated above is viewed as deterrent to the Contractor

for delay and therefore the liquidated damages would be levied by the Owner once the delay on the part of the Contractor has been established and irrespective of whether the Owner has suffered any resultant loss or otherwise.

9.3 The payment or deduction of any sums under the provisions of this clause shall not

relieve the Contractor from his obligations to complete the works or from his other obligations under the Contract.

9.4 The liability of payment of these liquidated damage by the Contractor will be established once the delay on the part of the Contractor is established and the Owner would not be required to take any further action like arbitration or approaching court of law for getting the payment of liquidated damage.

10.0 COMPENSATION BY EXTENSION OF TIME ONLY

The Contractor shall not be entitled to any compensation for any loss suffered by him on account of delays may be, including delays arising out of modifications to the works entrusted to him or due to unusual climatic conditions existing at site or for any other reasons whatsoever and the Owner shall not be liable for any claim in respect thereof. The Owner does not accept any liability for any such delay and cost besides the contract price, subject to such variation as are provided for herein. However the Owner may compensate for the loss of time suffered by the Contractor by extension of time as approved by Project Engineer. Even if extension in time is granted, Owner reserves the right to levy liquidated damages on the Contractor.

11.0 DESPATCHES

Contractor shall dispatch the material only after receipt of dispatch clearance from Owner. Consignee address on all the consignments and documents will be as under. The Director Aryabhatta Institute of Observational SciencES (ARIES) Devasthal (Jadapani) Post Office – Dhanichuli Nainital - 263002, Uttarakhand

12.0 THIRD PARTY INSPECTION

Owner may at his discretion appoint third party inspection agency for inspection of equipment under this Contract. Fees for such inspection agency will be paid by Owner. However, Contractor shall provide all drawings, specifications, QAP’s and any other material required to inspection agency one week prior to inspection and co-ordinate with them for inspection activity.

Page 56: Tender No. AO/ 2887/3-45/14-15 Date 02.01.2015 For ... · 1.2 Pre-qualifying Requirements 1.2.1 The Bidder should have manufactured, supplied, erected and commissioned minimum 3 numbers

13.0 COMMISSIONING, PERFORMANCE TEST AT SITE AND TAKING OVER 13.1 Commissioning

After successful completion of erection entire Crane and equipments will be inspected as per QAP and equipment will be tested for its performance. Performance Test

After successful commissioning the contractor will conduct Performance Test of the equipment. In case performance is not obtained contractor shall undertake to rectify the equipment. If the Contractor fails to establish the required performance after rectification, the Owner shall have right to rectify the defects or replace the equipment / system as deemed necessary at the risk and cost of the Contractor, with all financial implications to be borne by the Contractor.

13.2 Taking Over of the Crane and Equipment

The Crane and equipment will be taken over by the Owner after successful completion of all works recoded in protocol jointly signed by the Contractor and Project Engineer of Owner. Owner shall issue to the Contractor a “taking over certificate” as a proof of acceptance of the equipment. Such certificate shall not relieve the Contractor of any of his obligations which otherwise survive by the terms and conditions of the contract after issuance of such certificate.

14.0 CONSUMABLES

First fill of consumables such as oil lubricants, grease, hydraulic fluid etc. for satisfactory operation of equipment / system offered shall be supplied by Contractor along with main supply. Any replacement required till the time of commissioning will be arranged by Contractor.

15.0 GUARANTEE

The Contractor shall guarantee that the enclosure structure and equipment supplied and erected by him are in accordance with the contract document and free from defects in material and workmanship for a period of (12) twelve calendar months commencing immediately upon taking over the enclosure structure and equipment. The Contractor shall be responsible for replacement of any defective material and part of the equipment. Such repair or replacement shall be done by Contractor within (1) one month from the date of issue of notice by the owner. If the Contractor fails to carryout repair or replacement within this period, Owner will undertake this work at the cost of contractor. The guarantee for repaired or replaced part shall be (12) twelve months from date of repair or replacement.

16.0 POWER SUPPLY

The Contractor shall make his own arrangement for obtaining electric connections and make necessary payments directly to Electricity Department concerned and nothing extra shall be payable on this account. Imposing the load shading or power-cut by State Electricity Board in future cannot be ruled out. It is therefore Contractor’s responsibility to make his own arrangement of power supply during the period when State Electricity Board power supply is not available and ensure that

Page 57: Tender No. AO/ 2887/3-45/14-15 Date 02.01.2015 For ... · 1.2 Pre-qualifying Requirements 1.2.1 The Bidder should have manufactured, supplied, erected and commissioned minimum 3 numbers

erection work is not held up for want of power supply. No extension in completion schedule shall be granted merely on the grounds of non-availability of power from State Electricity Board or due to interruptions in power supplied by State Electricity Board.

17.0 TEMPORARY WORKS 17.1 The Contractor is entirely responsible for the design, construction, maintenance and

removal of all Temporary Works undertaken during erection activity. Within a reasonable time (and in any case not less than fifteen days) before he intends to commence construction of any Temporary Works, the Contractor shall submit full particulars including drawings of the same, for the approval of the Project Engineer. The Project Engineer's approval will in no way relieve the Contractor of his responsibility for the safety of the Works, operators, adjoining property, structures or services and compliance with appropriate regulations and codes of practice.

17.2 The Temporary Works shall be designed and constructed in such a manner as to

enable the permanent structures to be built around them without detriment to their effectiveness and due allowance will be deemed to have been made for all necessary adjustments thereto to enable the Works to proceed.

17.3 The Contractor shall make safe and reinstate all areas affected by Temporary Works. 17.4 The Contractor shall design purpose made steel staging platforms for carrying out

work above 3.0 M height. It is to be noted that designing of such work shall be carried out by Contractor and shall be submitted for approval of the Project Engineer of this project. No work above 3.0 M shall be permitted without compliance of this condition.

Page 58: Tender No. AO/ 2887/3-45/14-15 Date 02.01.2015 For ... · 1.2 Pre-qualifying Requirements 1.2.1 The Bidder should have manufactured, supplied, erected and commissioned minimum 3 numbers

SECTION - VI

PROJECT DESCRIPTION

Page 59: Tender No. AO/ 2887/3-45/14-15 Date 02.01.2015 For ... · 1.2 Pre-qualifying Requirements 1.2.1 The Bidder should have manufactured, supplied, erected and commissioned minimum 3 numbers

SECTION – VI

PROJECT DESCRIPTION

Clause No. Title Page No.

1. Site Location

2. Liquid Mirror Telescope

3. Enclosure Structure

4. Hatch Roof Cover

5. Folding Access Platform

6. Material Handling System

7. Air Conditioning / Ventilation

Page 60: Tender No. AO/ 2887/3-45/14-15 Date 02.01.2015 For ... · 1.2 Pre-qualifying Requirements 1.2.1 The Bidder should have manufactured, supplied, erected and commissioned minimum 3 numbers

SECTION - VI

PROJECT DESCRIPTION 1.0 SITE LOCATION 1.1 The International Liquid Mirror Telescope will be installed on a site Devasthal 65 km

from Nainital (latitude about ± 29o, 30’, altitude of about 2500 m high). The location of installation of Telescope is very near to the 3.6 m Optical Telescope and infront of 1.3 m Telescope site.

Page 61: Tender No. AO/ 2887/3-45/14-15 Date 02.01.2015 For ... · 1.2 Pre-qualifying Requirements 1.2.1 The Bidder should have manufactured, supplied, erected and commissioned minimum 3 numbers

1.2 This site has been selected for the installation of this telescope because it fulfills following criteria which are essential for installing such telescope. These are : i) Good seeing (< 1 arsec for at least 30% of nights),

ii) Dark sky (V 21.5 mag/arsec2),

iii) A fairly large number of usable nights ( 200 nights per year), iv) An altitude of over 2000 meters where the atmospheric extinction and water

column are modest, v) Site is away from human activities

2.0 LIQUID MIRROR TELESCOPE 2.1 Basics

A rotating liquid surface takes the shape of parabolic under the constant pull of gravity and a centrifugal acceleration, which grows stronger with the distance from the central axis. A parabolic liquid mirror is made by rotating a highly reflective liquid (mercury). A perfect reflecting parabola represents the ideal shape for a mirror to focus parallel rays of light into a single point. Therefore, a rotating bowl of mercury focuses the light from a star just above it at its focal point with the result that such a telescope always observes at the zenith.

2.2 Telescope Components

The International Liquid Mirror Telescope (ILMT) is made of three main components : (i) a primary rotating mirror, (ii) a focal structure and (iii) an upper-end. The upper-end is itself composed of a CCD camera and optical corrector.

The mercury mirror of ILMT has a 4 m diameter.

Focal Structure

Page 62: Tender No. AO/ 2887/3-45/14-15 Date 02.01.2015 For ... · 1.2 Pre-qualifying Requirements 1.2.1 The Bidder should have manufactured, supplied, erected and commissioned minimum 3 numbers

The structure supports the telescope upper end and its alignment mechanism. This structure is very simple as the telescope is kept vertical. The upper end is located at the focal point of parabolic.; The structure height is little more than 8 m (supply by others)

3.0 ENCLOSURE STRUCTURE(Not in contractor scope) 3.1 General

The main purpose of the enclosure building is to protect the mirror from wind when the telescope is operating. The liquid surface of liquid mirror is highly sensitive to turbulent winds. Therefore the enclosure is designed taking in to consideration strong winds, rain, snow and dust. It is a simple rectangular structure with sliding roof. The location of the enclosure building has been shown in the figure. It is just in front of 1.3 m Telescope Building and about 8 m away from the road. There is substantial difference between the road level and the level of the building area. An approach road to building with the slope of 70 is adopted. The ground level in this area varies from 79.05 to 73.0 and the enclosure level need to be maintained at 79.05. Thus there is a difference of about 6.0 m. Ideal pier for the telescope would be, to have a one single concrete block for telescope and telescope structure and isolated from enclosure structure foundations. However level difference being too high, the civil works would be too much expensive. Hence separate piers are proposed. The central pier of 2 m dia is provided for installation of container. Four numbers of columns are provided for telescope structure as shown in drawing. The enclosure floor slab is provided with openings for central pier and telescope structure support columns. Thus telescope piers are isolated from enclosure structure. A 1.5 m wide concrete slab with railing will be provided around the building for movement of persons around the building.

Enclosure Structure

Page 63: Tender No. AO/ 2887/3-45/14-15 Date 02.01.2015 For ... · 1.2 Pre-qualifying Requirements 1.2.1 The Bidder should have manufactured, supplied, erected and commissioned minimum 3 numbers

3.2 Basic Requirements(Not in Scope of contractor only for info) Following basic requirements have been considered while designing the Enclosure Structure. 1) Environmental Conditions

a) Wind - 15 m/sec.

b) Wind gusts - 55 m/sec (Survival conditions)

c) Seismic Ground Acceleration - Zone 5 (Average acceleration

3.6 m/s2) d) Air temperature (Survival - 400C max. conditions) - - 200C min. e) Design Precipitation Event - 35 mm rainfall/hour with

10m/sec wind.

f) Maximum Relative Humidity - 100%

g) Snow - 4 to 5 feet fresh snow on ground level

2) Size of the Building

12.3 m x 9.2 m x 13.518 m as specified by AMOS in their Drawing No. 1865-04-00.00 Sheet 1 of 2, Issue – D

3) Outside of the structure provided with aluminium cladding sheets to reflect

maximum possible heat energy of sun. 4) Ingrace of Dust

All four sides of hatch opening have been provided with a shield plate to restrict entry of dust particles at normal wind when hatch is open.

5) During night operation, the temperature inside the dome needs to be same as

temperature outside (within 10C). To minimize the heating of structure during day time aluminum cladding is provided all around the building. Artificial heat generated inside the mirror room during day and especially during night time shall be removed by Ventilation System / Air Conditioning (by ARIES).

6) Sufficient area around mirror is provided for free movement of two persons for

operation and maintenance. 7) Due care is taken in design of the hatch roof to ensure that no rain water will

enter the enclosure when the roof cover is enclosed. 8) Roof is strong enough to support accumulation of fresh snow of 4 to 5 feet. 9) The folding access platform is provided for maintenance. 10) A fixed access ladder leading to folding platform is provided.

Page 64: Tender No. AO/ 2887/3-45/14-15 Date 02.01.2015 For ... · 1.2 Pre-qualifying Requirements 1.2.1 The Bidder should have manufactured, supplied, erected and commissioned minimum 3 numbers

11) An external ladder for access to the roof is provided. 12) Gantry girder has been provided for installing a small 1 MT manual crane for

maintenance. 13) Main door having size of 4.6 m width and 2.6 m height is provided. 14) Spill container will be provided by ARIES. However the required floor area

below the mirror will be treated with epoxy coating. 15) Central Pier – Designed for 2.0 Ton of load having frequency of 28.16 Hz.

Refer 4.3

3.3 Details of Work

a) crane b) Access platform c) Hatch roof cover d) Air Conditioning/ Ventilation

4.0 HATCH ROOF COVER

The Hatch roof cover having size of approximate 5.26 m x 5.2 m will be provided to cover the observation opening. This cover will be opened and closed with electric motors. An operator inside the enclosure room shall do this. Care will be taken to achieve clear opening of 4.5 m x 4.5 m for observation. The roof will be strong enough to support extreme wind conditions and the show accumulations recorded at site. Design of roof cover shall be such that even during heavy rains water shall not enter in the enclosure from the gaps between roof and roof cover.

5.0 FOLDING ACCESS PLATFORM

A folding / telescopic access platform at about 8.04 m will be provided for access to the telescope components at this level. Normally this platform will be in retracted condition. During maintenance this will be extended to reach telescope components.

7.0 AIR CONDITIONING / VENTILATION Either Air Conditioning System or Ventilation System shall be provided. i) To maintain the Enclosure inside temperature same as the outside

temperature during night. ii) To remove the heat generated due to motor, gearbox / rotating parts during

night. contractor should prepare concepts for approval before precedes

Page 65: Tender No. AO/ 2887/3-45/14-15 Date 02.01.2015 For ... · 1.2 Pre-qualifying Requirements 1.2.1 The Bidder should have manufactured, supplied, erected and commissioned minimum 3 numbers

8.0 MATERIAL HANDLING SYSTEM (BY ARIES) In order to lift the container, 1.0 MT capacity manually operated hoist will be provided. The structure for the hoist will have manual long travel and cross level motions. During erection and occasional maintenance the hoist can be positioned directly above the centre of the mirror. During other period the hoist will be parked at one end.

9.0 ELECTRICAL SYSTEM (By ARIES) This system shall be designed and installed by ARIES. The main power requirements are –

i) Air Conditioning System / Ventilation for enclosure building and data room.

ii) Spinning container rotating equipment

iii) CCD Unit and Telescope Control System.

iv) Motorized Hatch / Roof Cover

v) Compressors

vi) Lighting in Enclosure Building, Data Room and Compressor Room

vii) Computers 3 ph, 415 Volt, 50 Hz AC supply is available at 1.3 m Telescope building.

Page 66: Tender No. AO/ 2887/3-45/14-15 Date 02.01.2015 For ... · 1.2 Pre-qualifying Requirements 1.2.1 The Bidder should have manufactured, supplied, erected and commissioned minimum 3 numbers

SECTION - VII

SCOPE OF WORK

Page 67: Tender No. AO/ 2887/3-45/14-15 Date 02.01.2015 For ... · 1.2 Pre-qualifying Requirements 1.2.1 The Bidder should have manufactured, supplied, erected and commissioned minimum 3 numbers

SECTION – VII

SCOPE OF WORK

Clause No. Title Page No.

1. General

2. Telescope Enclosure Structure

3. Conducting Performance Tests

4. Drawings and Instruction Manuals

5. Tools and Tackles for Maintenance

Page 68: Tender No. AO/ 2887/3-45/14-15 Date 02.01.2015 For ... · 1.2 Pre-qualifying Requirements 1.2.1 The Bidder should have manufactured, supplied, erected and commissioned minimum 3 numbers

SECTION - VII

SCOPE OF WORK iii) GENERAL

This Section describes the Contractors Scope of Work for the entire Telescope Enclosure and Compressor Room. The Contractor’s scope includes preparing shop fabrication / manufacturing drawings, fabrication / manufacture, assembly, transport to site, unloading and storage at site, erection (including base plate grouting) and commissioning of the complete Telescope Enclosure as per the basic design and drawings enclosed and as per the technical specifications of this Bid document. It is not the intent to specify and quantify each and every item of the system and hence the entire work is broadly categorized in Enclosure structure, Roof Hatch Cover, Access Platform and Insulation and Compressor House. The major design activity has already been completed and drawings accordingly are prepared. Except items related to structural work no variation is expected. Bidder to quote his lumpsum price of each type of work. No extra payment will be made to Contractor

nor any amount will be deducted from the Contract price for variation of 5% of quantity of any specific item worked out on the basis of drawings. For any increase or

decrease in quantity of any item beyond 5% Contractor will be paid or contract price shall be adjusted based on rates agreed in approved billing break-up. For items where quantity is not indicated, contractor shall quote his lumpsum price based on the drawings and specifications.

2.0 TELESCOPE ENCLOSURE AND COMPRESSOR HOUSE STRUCTURE The detail Scope of Work is as under – 2.1 Detailing of connections not detailed by consultant (the typical detail of connections

are provided on design drawings), prepare detail shop fabrication drawings for enclosure structure based on the basic design and get them approved from the consultant. Scope includes all parts of Enclosure structure such as, platform, access ladder, hoist/crane supporting arrangement, cladding, doors, windows etc. and compressor room.

The shop fabrication drawings of any member shall include the detail of each component such as member geometry, size, levels, plates, bolts, nuts, numbers, grade of material, welding length and details bill of materials etc. shall be part of shop drawing. This applies to all structures.

2.2 Hatch Roof Cover

Basic structural design will be provided by the Consultant. Preparation of detail manufacturing drawings and design of drive arrangement is in the bidder’s scope of work. The detail drawings and drive arrangement shall be approved by Consultant. The hatch roof cover shall be assembled and tested for its performance at bidder’s works before it is dispatched to site.

Page 69: Tender No. AO/ 2887/3-45/14-15 Date 02.01.2015 For ... · 1.2 Pre-qualifying Requirements 1.2.1 The Bidder should have manufactured, supplied, erected and commissioned minimum 3 numbers

2.3 Access (Telescopic) Platform

Based on the general arrangement drawing enclosed with the bid, and technical specifications developing the detail manufacturing drawings is in the scope of bidder. These drawings shall be submitted to Consultant for review and comments.

2.4 Supply and erection of rolling shutters, doors and windows as per drawings. 2.5 Epoxy painting of all structure and equipment as per Technical Specification. 2.6 Packing all the material, dispatch and transport to site, unloading and storage at site

all the material. 2.7 Erection and Commissioning of the Telescope Enclosure structure and equipment at

the site. 2.8 Touch up painting of structure on site as per specifications.

2.9 Providing the insulation as per the Technical Specifications. 2.10 Painting 3 mm thick roof and hatch cover from outside after erection on site.

The major items / works involved in the Contractor scope are

Sr. No.

Description

1 Telescope Enclosure Structure

2 Data Room

3 Hatch Roof Cover including Drive and Electricals

4 Access Platform

5 Insulation

6 Cladding

7 Rolling Shutters

8 Doors

9 Windows

10 Compressor Room Structure

11 Ladders

12 Railing

13 Painting

2.11 Removing all temporary structures erected by Contractor.

2.12 Removing all debris and cleaning of the site before handing over.

Page 70: Tender No. AO/ 2887/3-45/14-15 Date 02.01.2015 For ... · 1.2 Pre-qualifying Requirements 1.2.1 The Bidder should have manufactured, supplied, erected and commissioned minimum 3 numbers

3.0 CONDUCTING PERFORMANCE TEST

Hatch roof cover and the access platform are the two equipments for which performance tests will be carried after erection and commissioning. The performance test will be carried out for 3 days 3 times in each shift.

4.0 DRAWINGS AND INSTRUCTION MANUALS

Four sets of as-built drawings and 4 sets of instruction manuals/catalogues for bought-out items shall be submitted before commissioning.

5.0 TOOLS AND TACKLES FOR MAINTENANCE

One set of tools and tackles for maintenance of roof cover drive, access platform, rolling shutters etc. shall be supplied before commissioning.

Page 71: Tender No. AO/ 2887/3-45/14-15 Date 02.01.2015 For ... · 1.2 Pre-qualifying Requirements 1.2.1 The Bidder should have manufactured, supplied, erected and commissioned minimum 3 numbers

SECTION - VIII

TECHNICAL SPECIFICATIONS

Page 72: Tender No. AO/ 2887/3-45/14-15 Date 02.01.2015 For ... · 1.2 Pre-qualifying Requirements 1.2.1 The Bidder should have manufactured, supplied, erected and commissioned minimum 3 numbers

SECTION – VIII

TECHNICAL SPECIFICATIONS

Sr. No. Title Page No.

1. General

2. Specifications for Structural Steel Work

3. Specifications for Painting

4. Specifications for Insulation

5. Specifications for Hatch Roof Cover

6. Specification for Access Platform

7. Makes of the bought-out items / Components

8. List of drawings enclosed

Page 73: Tender No. AO/ 2887/3-45/14-15 Date 02.01.2015 For ... · 1.2 Pre-qualifying Requirements 1.2.1 The Bidder should have manufactured, supplied, erected and commissioned minimum 3 numbers

1

SECTION - VIII

TECHNICAL SPECIFICATIONS 1.0 GENERAL 1.1 This Section describes the detail technical specifications of Telescope Enclosure

structure and equipment.

Section – VI “Project Description” of this bid document describes in general, the basic concept, function and purpose of the various equipment. The detail specifications appearing in this section and consultants drawings only shall be considered for bidding purpose.

1.2 It is not the intent to specify each and every minute details of the mechanical equipment or provide precise details of structural work in the drawing at this stage. All the major technical specifications of each equipment are given in this section. Detail drawings for structural works are also enclosed.

1.3 During execution stage certain details not appearing in the enclosed drawings, will be

added. Number of minor changes without affecting the basic design are also likely to take place. Certain changes to suit fabrication or manufacturing process may be incorporated without change in basic parameters.

As regards structural works number of minor details such as specific connections details, typical insulation fixing arrangement, certain joints, water sealing arrangement, gutter, window fixing and such other number of details will be provided during execution stage as per requirement. Contractor to ensure that for completion of work and fulfillment of project requirement all such works are included in his price and no extra claim shall be entertained at later date merely for additional labour work involved. Price of the structural and mechanical works to include the cost of miscellaneous or minor details which do not appear in the drawings but will be released during execution of works.

1.4 The Telescope Enclosure Structure has been designed on the data, dimensions and other details appearing in Drawing No. 1865-04-00-00 sheet 1 and 2 issue ‘D’. These drawings are enclosed for reference and understanding of the project only. Some details and certain scope of work is modified in the bid drawings enclosed. Bidder therefore should only refer these two AMDs Drawing No. 1865-04-00-00 sheet 1 and 2 issue “D” for understanding the concept. For bidding purpose consultants drawings enclosed shall be referred.

Page 74: Tender No. AO/ 2887/3-45/14-15 Date 02.01.2015 For ... · 1.2 Pre-qualifying Requirements 1.2.1 The Bidder should have manufactured, supplied, erected and commissioned minimum 3 numbers

2

2.0 SPECIFICATIONS FOR STRUCTURAL STEEL WORK

2.1 Scope 2.1.1 This specification covers requirements for the supply, fabrication and delivery of

structural steel and miscellaneous steel items for the work of Telescope Enclosure. 2.1.2 This specification also covers design of connections not detailed by Consultant and

published members, preparation of all shop fabrication drawings, inspection and painting of structures by the fabricators.

2.2 Applicable Codes and Specifications 2.2.1 Unless otherwise specified herein, the design, materials and workmanship shall

conform to the latest edition of the one or as many as applicable of the following standards or their approved equivalents.

2.2.2. All standards, specifications and code of practices, referred to herein shall be

the latest edition(Unless Noted Otherwise) including all applicable amendments, revisions and additional publications.

2.2.3 List of Indian Standards : No. IS No. I.S. Particular 1. IS 102 : Ready mixed paint, brushing, red lead, non- setting, priming. 2. IS 2062 : Structural steel (standard quality)

3. IS 800 - 1984 : Code of practice for general construction in steel.

4. IS 808 : Dimensions for HOT Rolled steel beams, channel and angles sections (Indian Sections).

5. IS 814 : Specifications for covered electrodes for manual metal arc welding of Carbon and Carbon Manganese

Steel

6. IS 816 : Code of practice for use of metal arc welding for general construction in mild steel. 7. IS 817 : Codes of practice for training and testing

of metal arc welders. 8. IS 822 : Code of Procedure for Inspection of Welds 9. IS 875 : Code of practice for structural safety of building: Loading standards (Part 1 to 5)

10. IS 1161 : Steel Tubes for structural purposes 11. IS 1182 : Recommended practice for radiographic

examination of fusion-welded butt joints in steel plates

Page 75: Tender No. AO/ 2887/3-45/14-15 Date 02.01.2015 For ... · 1.2 Pre-qualifying Requirements 1.2.1 The Bidder should have manufactured, supplied, erected and commissioned minimum 3 numbers

3

12. IS 1200 : Method of Measurement of building and civil

engineering works.

13. IS 1363 : Hexagon Head Bolts, Screws and Nuts of product grade ‘C’ (Part I to III)

14. IS 1367 : Technical supply conditions for threaded fasteners. 15. IS 1477 : Code of practice for painting of ferrous metals

in building all allied finishes (Part 1 and Part 2)

16. IS 1852 : Rolling and Cutting Tolerances for Hot Rolled Steel Products

17. IS 1893 : Criteria for earthquake resistant

design of structures.

18. IS 2074 : Ready mixed paint, red oxide zinc chrome, priming.

19. IS 2595 : Code of Practice for Radiographic Testing 20. IS 3502 : Steel Chequered Plate

21. IS 3613 : Acceptance tests for wire flux combination for submerged-arc welding.

22. IS 3757 : High strength structural bolts 23. IS 4353 : Recommendations for submerged arc welding

of mild steel and low alloy steel. 24. IS 5334 : Codes of practice for magnetic particle

flaw detection of welds 25. IS 5372 : Taper Washer for Channels 26. IS 5374 : Taper Washer for I – Beams (ISMB) 27. IS 7215 : Tolerances for Fabrication of Steel Structures

28. IS 7310 : Approval test for Welders working to approved welding procedure ( Part – 1) 29. IS 7318 : Approval Test of Welders when welding procedure approval not required (Part – 1)

30. IS 8500 : Structural steel – Micro alloyed (Medium and High Strength Qualities)

31. ASTM E94 : Recommended practice for radiographic testing. 32. ASTM E109 : Dry powder magnetic particle inspection.

Page 76: Tender No. AO/ 2887/3-45/14-15 Date 02.01.2015 For ... · 1.2 Pre-qualifying Requirements 1.2.1 The Bidder should have manufactured, supplied, erected and commissioned minimum 3 numbers

4

33. ASTM E165 : Liquid penetration inspection.

34. ASTM 06 : General requirements for delivery of rolled steel plates, sheet piling and bars for

structural use.

35. BS-4 Part - 1 : Structural Steel Sections and BS 4848 Part - 4

36. BS 449 : The use of structural steel in building.

37. BS 639 : Covered electrodes for the manual metal arc welding of mild steel and medium tensile steel

38. AWS. A-5.1 : Specification for mild steel covered arc welding electrodes.

39. AWS.A-5-17 : Specification for hard mild steel electrodes and submerged arc welding. 2.3 Steel Materials 2.3.1. Structural steel shall be procured by the contractor conforming to relevant IS codes

and manufactured by M/s SAIL or TISCO or Rashtriya Ispat Nigam Limited (RINL) or Jindal Steel or Corus only and shall be rolled from their own plants and from virgin material. Materials manufactured by their authorized conversion agents and re-rollers shall not be accepted. Documentary evidence of purchasing steel produced from these manufacturers and their manufacturing test certificate shall be submitted.

2.3.2 Contractor shall take proper care of the steel and protect the same from weathering

and damage. Any such materials rendered unserviceable or damaged while in the contractor’s custody shall be replaced by contractor at his own cost as directed by the Project Engineer.

2.3.3 Contractor’s stock material may be used provided the mill test reports identified with

the materials, satisfactorily demonstrate specified grade and quality. Also all such materials supplied by contractor shall be in a sound condition of recent manufacture, in full length, free from defects, loose mill scale, slag intrusions, laminations, pitting, flaky rust etc. and be of full weight of thickness specified.

2.3.4 Unidentified steel material may be used only with prior permission of Project

Engineer / Consultant in writing, for short sections of minor importance or for small unimportant welds and connections where in the opinion of the Project Engineer the quality of such material would not adversely affect the strength and / or durability of the structure. Project Engineer may also permit use of such material for other work if adequate and random samples taken out and tested to demonstrate conformity with specification & requirement for work in view.

2.3.5 Contractor shall submit the fabrication drawing for the Consultant’s approval before

fabrication commences and make any modification therein as directed by the Consultant. Approval by the Consultant of any of the drawings shall not relieve the Contractor from the responsibility for correctness design of connections, workmanship, fit of parts, details, material, errors or omissions of any and all work

Page 77: Tender No. AO/ 2887/3-45/14-15 Date 02.01.2015 For ... · 1.2 Pre-qualifying Requirements 1.2.1 The Bidder should have manufactured, supplied, erected and commissioned minimum 3 numbers

5

shown there on. The Consultant’s approval shall constitute approval of the size of members, dimensions and general arrangement but shall not constitute approval of the connections between members and other details.

2.3.6 Approved design drawings will be furnished to the contractor and all drawings

so furnished shall form a part of this specification. Contractor shall consult these in detail for all the information contained therein; which pertains to and is required for his work.

2.3.7 The Project Engineer reserve the right to make changes. Revisions to

drawings even after release for preparation of shop drawings are very likely to be made to reflect additional data/details received and more updated requirements.

2.3.8 Revisions in drawings and any new drawings made to include additional work by the

Project Engineer/consultant shall be considered a part of this specification and contract and the contractor shall have no extra claims on this account.

2.3.9 Unless otherwise specified, the drawings and specifications are intended to

include every thing obviously requisite and necessary for the proper and entire completion of the work and job shall be carried out accordingly for the completeness as required.

2.3.10 Design drawings prepared by the Consultant will show all the dimensions and if necessary clearance of structure, landings where necessary, size of each member, definite location of openings at various levels and all other information necessary to enable the contractor to prepare drawings for fabrication and erection.

2.3.11 It shall be clearly understood that the Consultant’s drawings are design drawing

and will also include important connection details. However simple connections are not intended to show thickness of members, cuts, notches, bends and such other details.

2.3.12 In the case of variation in drawings and specifications the decision of the Project Engineer shall be final.

2.3.13 Should contractor in the execution of his work, find discrepancies in the information

furnished by the Project Engineer/ Consultant, he shall refer such discrepancies to the Project Engineer before proceeding with the work.

2.4 Fabrication 2.4.1 All workmanship and finish shall be of the best quality and shall conform to the best-

approved method of fabrication. 2.4.2. All materials shall be finished straight (unless required in curvilinear form) and shall

be machined true and square where so specified. All holes and edges shall be free of burrs.

2.4.3 Standard fabrication clearance as detailed in IS 800, IS 7215 latest Edition shall

generally be followed unless otherwise directed / approved. 2.4.4 Material at the shops shall be kept clean and protected from weather.

Page 78: Tender No. AO/ 2887/3-45/14-15 Date 02.01.2015 For ... · 1.2 Pre-qualifying Requirements 1.2.1 The Bidder should have manufactured, supplied, erected and commissioned minimum 3 numbers

6

2.4.5 Shop connections shall be effected by welding as specified on the Consultant’s design drawings.

2.4.6 Rolled materials before being worked shall be straightened unless otherwise required/specified. 2.4.7 If straightening or flattening is necessary it shall be done by methods that will

not injure the material. Long plates shall be straightened by passing through a mangle or leveling rolls and structural shapes by the use of mechanical or hydraulic bar straightening machines. Bending of members shall be carried out in cold condition, unless otherwise directed, in such manner as not to impair the strength of the metal.

2.4.8 Heating or forging shall not be resorted to without the prior approval of the Project

Engineer/Consultant in writing. 2.4.9 Cutting may be by shearing, cropping, sawing or machine flame cutting. All

re-entrant corners shall be shaped notch-free to a radius of at least 12 mm. Sheared or cropped edges shall be dressed to a neat workmanlike finish and shall be free from distortion and burrs.

2.4.10 The korf on machine flame cut edges shall be removed. Where machine flame

cutting is permitted for high tensile steel, special care shall be taken to leave sufficient metal and all flame hardened material shall be removed by machining/edge planning.

2.4.11 Hand flame cutting shall be undertaken only if so permitted by Consultant/

Project Engineer and only be carried out by an expert in such work. Hand flame cut edges shall be ground smooth and straight.

2.4.12 Edge planning of sheared, chopped or gas cut edges is not intended unless

the sheared, chopped or gas cut edges are such as to warrant it or specifically called for.

2.5 Welding 2.5.1 Welding procedure shall be submitted to the consultant for approval. Welding shall

be entrusted to only qualified and experienced welders who shall be periodically tested and graded as per IS 817, IS: 7310 (Part 1) and IS: 7318 (Part 1).

2.5.2 Electrodes for structural welding works shall comply with the requirements of IS:

2062 and / or BS: 634 or AWS: A-5.1 and shall be of approved make. 2.5.3 The electrodes shall be suitable for use in the position and type of work as laid down

in the above specifications and as recommended by the manufacturer. 2.5.4 Electrodes of classification AWS E 60 XX and E 70 XX shall be used for welding

steel conforming to I.S. 2062 and of classification AWS E 70XX for steel conforming to I.S. 8500. Electrodes other than low-hydrogen electrodes shall not be permitted for thickness of 32 mm and above.

2.5.5 Joints in materials above 20 mm thick and all the important connections

shall be made with low Hydrogen electrodes of AWS E 7016 or E 7010 classification.

Page 79: Tender No. AO/ 2887/3-45/14-15 Date 02.01.2015 For ... · 1.2 Pre-qualifying Requirements 1.2.1 The Bidder should have manufactured, supplied, erected and commissioned minimum 3 numbers

7

2.5.6 The filler wire and flux combination for submerged arc welding shall conform to the requirements for the desired application as laid down in I.S. 3613. The weld metal deposited by the submerged arc process shall have mechanical properties not less than that specified for American Welding Society’s classification 517E 60 for steel I.S.2062 and AWS classification 517 E 70 for steel to IS : 8500.

2.5.7 Electrode Flux covering shall be sound and unbroken. Broken or damaged

coating shall cause the electrodes to be discarded. Covered electrodes for manual-arc welding shall be properly stored to an oven prior to use in a manner recommended by the manufacturer and only an hour’s quota shall be issued to each welder from the oven.

2.5.7.1 Electrodes larger than 5mm diameter shall not be used for root-runs in butt welds. 2.5.8 All welds shall be made only by welders and welding operators who have

been properly trained and previously qualified by tests to perform the type of work required as prescribed in the relevant applicable standards. Similarly any welding work at site shall be done by qualified welders. Especially for overhead welding the welders must be qualified for 5 G & 6 G position.

2.5.9 All welds shall be free from defects like blowholes, slag inclusions, lack of

penetration, under cutting, cracks etc. All welds shall be cleaned of slag or flux and show uniform sections, smoothness of weld metal, featheredges without overlap and freedom from porosity.

2.5.10 Fusion faces and surfaces adjacent to the joint for a distance of at least 50 mm

on either side shall be absolutely free from grease, paint, loose scales, moisture or any other substance which might interfere with welding or adversely affect the quality of the weld.

2.5.11 Joint surfaces shall be smooth, uniform and free from fins, tears, laminations etc. 2.5.12 Preparation of fusion faces shall be done in accordance with the approved

fabrication drawings by shearing, chipping, machining or machine flame cutting except that shearing shall not be used for thickness over 8 mm.

2.5.13 In the fabrication of cover plated beams and built up members all shop

splices in each component part shall be made before such component part is welded to other parts of the member. Wherever weld reinforcement interiors with proper fit-up between components to be assembled for welding, these welds shall be ground flush prior to assembly.

2.5.14 The members to be joined by fillet welding shall be brought and held as

close together as possible and in no event shall be separated by more than 3 mm. If the separation is 1.5 mm or greater the fillet weld size shall be increased by the amount of separation. This shall only apply if the surfaces are completely sealed by welds. In all other cases the fit-up shall be close enough to exclude water after painting.

2.5.15 The separation between faying surfaces of lap joints and butt joints with

backing plate shall not exceed 1.5 mm. A butting part to be butt-welded shall be carefully aligned and the correct root gap maintained throughout the welding operation.

Page 80: Tender No. AO/ 2887/3-45/14-15 Date 02.01.2015 For ... · 1.2 Pre-qualifying Requirements 1.2.1 The Bidder should have manufactured, supplied, erected and commissioned minimum 3 numbers

8

2.5.16 Misalignments greater than 25 percent of the thickness of the thinner plate or 3mm whichever is smaller shall be corrected and in making the correction the parts shall not be drawn into a shape sharper than 2 degrees (1 in 27.5).

2.5.17 Pre-qualified procedures recommended for appropriate welding standards and

known to provide satisfactory welds shall be followed. A welding procedure shall be prepared by the contractor and submitted to the Consultant for approval before the welding starts. This shall include all the details of welding procedures with reference to the provisions of IS : 4353. Approval of the welding procedure by the Consultant shall not relieve the contractor from his responsibility for correct & sound fabrication without distortion to the finished structure.

2.5.18 Submerged arc automatic or semi automatic welding shall generally be employed.

Only where it is not practicable to use submerged arc welding manual arc welding may be resorted.

2.5.19 Voltage and current (and polarity if direct current is used) shall be set according

to the recommendations of the manufacturer of the electrode being used and suitability to thickness of material, joint form etc.

2.5.20 The work shall be positioned for flat welding wherever practicable and overhead

weld shall be avoided. 2.5.21 No welding shall be done when the surface of the member is wet nor during

periods of high wind unless the welding operator and the work are properly protected.

2.5.22 In joints connected by fillet welds the minimum sizes of single run fillet welding or

first runs and minimum full sizes of fillet welds shall conform to the requirement of IS: 816.

2.5.23 All complete penetration butt welds made by manual arc welding except

when produced with the aid of backing material or welded in flat position from both sides in square-edge material not over 8mm thick with root opening not less than one-half the thickness of the thinner part joined shall have the root of the initial layer gouged and on the back side before welding is started from that side and shall be so welded as to secure sound metal and complete fusion throughout the entire core section.

2.5.24 Butt welds shall be terminated at the ends of joint in a manner that will ensure their

soundness. Where abutting parts are 20 mm or more in thickness run-on and run off plates with similar edge preparation and having a width not less than the thickness of the thicker part joined shall be used. These extension pieces shall be approved upon completion of the weld and the ends of the weld made smooth and flush with the abutting parts. Where the abutting parts are thinner than 20 mm the extension pieces may be omitted but the ends of the butt welds shall then be chipped or gouged out to sound metal and side welded to fill up the ends to the required reinforcement.

2.5.25 Each layer of a multiple layer weld except root and surface runs may be moderately

peened with light blows from a blunt tool. Care shall be exercised to prevent scaling or flaking of weld and base metal from overpeening.

2.5.26 No welding shall be done on base metal at a temperature below 50C. Base metal

shall be preheated as required to the temperature given in the table below prior to

Page 81: Tender No. AO/ 2887/3-45/14-15 Date 02.01.2015 For ... · 1.2 Pre-qualifying Requirements 1.2.1 The Bidder should have manufactured, supplied, erected and commissioned minimum 3 numbers

9

tack welding or welding. When base metal not otherwise required to be preheated is at a temperature below zero degree centigrade it shall be preheated to at least 200C prior to tack welding or welding. Preheating shall bring the surface of the base metal within 75 mm of the point of welding to the specified preheat temperature and this temperatures shall be maintained as minimum inter pass temperature while welding is in progress.

2.5.27

Thickness of thickest part at point of welding

Min. Preheat & Inter pass Temp Other than low hydrogen

welding electrodes low hydrogen welding

electrodes

IS:2062 Steel Conforming to IS : 8500 IS:2062 IS : 8500

Up to 20 mm None Welding with this process not

allowed

None 100C 20 mm to 40 mm 650C 100C 650C 40 mm to 63 mm 1100C 950C 1100C

2.5.28 Minimum preheat for IS 2062 steel in thickness up to 80 mm shall be 10

degree centigrade 2.5.29 Electrodes other than low-hydrogen electrodes shall not be permitted for thickness

of 75 mm and above. 2.5.30 Before commencing fabrication of a member or structure in which welding is likely

to result in distortion and or locked up stresses a complete programme of fabrication, assembly and welding shall be made and submitted to the consultant for approval. Such a programme shall include, besides other appropriate details, full particulars in regard to the following:

2.5.31.1 Proposed preheating in components such as flanges and presetting of joints to

offset expected distortion. 2.5.31.2 Make up of sub-assemblies proposed to be welded before incorporation in

final assembly. 2.5.31.3 Proposed joint forms, classification of wire and flux or covered electrodes,

welding process including fitting and welding sequence with directions in which freedom of movement is to be allowed.

2.5.31.4 Proposed number, spacing and type of strong backs and details of jigs and

fixtures for maintaining proper fit-up and alignment during welding. 2.5.31.5 Any other special features like assembling similar members back to back or

stress relief.

2.5.32 If so desired by the consultant/ project engineer mock-up welding shall be carried out at contractor’s cost to establish the efficiency of the proposed programme, with any modification suggested by the Consultant / Project Engineer in limiting distortion or/ and residual stress to acceptable levels.

2.5.33 All welds shall be inspected for flaws by any of the methods described

under the clause of Inspection given below in this specification. The choice of the method adopted shall be determined by Consultant / Project Engineer.

Page 82: Tender No. AO/ 2887/3-45/14-15 Date 02.01.2015 For ... · 1.2 Pre-qualifying Requirements 1.2.1 The Bidder should have manufactured, supplied, erected and commissioned minimum 3 numbers

10

2.5.34 The correction of defective welds shall be carried out as directed by the consultant/

project engineer without damaging the parent metal. When a crack in weld is removed, magnetic particle inspection or any other equally positive means as prescribed by the Consultant / Project Engineer shall be used to inspect that the whole of the crack and material up to 25 mm beyond each end of the crack has been removed. Cost of such test & operation incidental to correction shall be on contractor s account.

2.5.35 During actual fabrication, sample test for strength of weld as suggested by

Consultant / Owner shall be done. Such occasions may be 3-4for various sections of structure. The cost of such tests shall be in Contractor’s scope. No extra price will be paid for this.

2.6. Tolerances 2.6.1 The dimensional and weight tolerances for rolled shapes shall be in accordance

with I.S. 1852 and / or ASTM A6. 2.6.2 No rolled or fabricated member shall deviate from straightness by more than

1/1000th of the length or 10 mm whichever is smaller. 2.6.3 The length of members with both ends finished for contact shall have a tolerance of

(±) 1 mm. 2.6.4 Members without ends finished for contact bearing shall have a tolerance of (±) 1.5

mm for members up to 10 meters long and a tolerance of (±) 3 mm for members over 10 meters in length.

2.6.5 Lateral deviation between center line of web plates and center line of flange plate

at contact surface in the case of built up sections shall not exceed 6 mm. 2.6.6 The combined warpage and fillet of flanges in welded built up sections shall

not exceed 1/200th of the flange width or 3 mm whichever is smaller. 2.6.7 The deviation from flatness of welded plate girder web in the length

between of each stiffeners or a length equal to the depth of the girder shall not exceed 1/150th length.

e) Deviations from the specified depth of welded girders measured at the center line

of the web shall not exceed (±) 3 mm up to a depth of 1000 mm, (±) 5 mm for depths above 1000 mm up to 2000 mm and (+) 0 mm and (-) 5 mm for depths over 2000 mm.

2.7 End Milling 2.7.1 Column ends bearing on each other or resting on base plates and

compression joints designed for full bearing shall be milled true and square to ensure proper bearing and alignment.

2.7.2 Base plates shall also have their surfaces milled true and square.

Page 83: Tender No. AO/ 2887/3-45/14-15 Date 02.01.2015 For ... · 1.2 Pre-qualifying Requirements 1.2.1 The Bidder should have manufactured, supplied, erected and commissioned minimum 3 numbers

11

2.8 Inspection : 2.8.1. The Contractor shall give due notice to the Project Engineer / Consultant in

advance of the works getting ready for inspection. All rejected material shall be promptly removed from the shop and replaced with new material for the Project Engineer/ Consultant’s approval/inspection. The fact that certain material has been accepted at the Contractor’s shop shall not invalidate final rejection at site by the Project Engineer/ Consultant; if it fails to conform to the requirements of these specifications, to be in proper condition or has fabrication inaccuracies which prevents proper assembly nor shall it invalidate any claim which the department may make because of defective or unsatisfactory materials and/or workmanship.

2.8.2 No materials shall be painted or dispatched to site without inspection and

approval by the Project Engineer/ Consultant unless such inspection is waived In writing by the Project Engineer/ Consultant.

2.8.3 Shop inspection by the Consultant or his authorized representative on

submission of test certificates and acceptance thereof by the Consultant shall not relieve contractor from the responsibility of furnishing material conforming to the requirements of these specifications nor shall it invalidate any claim which the Project engineer/Consultant may make because of defective or unsatisfactory material and of workmanship.

2.8.4 Contractor shall provide all the testing and inspection services and facilities for shop work except where otherwise specified. Contractor s inspection work shall be under the control of a competent Chief Inspector whose primary responsibility is inspection reporting to management and not to production departments.

2.8.5 For fabrication work carried out in the field the same standard of supervision and quality control shall be maintained as in shop fabricated work. The inspection and testing shall be conducted in a manner satisfactory to the Project Engineer/ Consultant.

2.8.6 The inspection and tests on structural standard steel members shall be as set forth

below: 2.8.6.1 If mill test reports are not available to any steel material the same shall be got

tested by contractor to the Project Engineer/Consultant satisfaction to demonstrate conformity with the relevant specification.

2.8.6.2 The under mentioned tests are required as specified in Quality Assurance Plan not

generally required for the work. The cost of these tests shall be included in rate of steel.

2.8.6.2.1 Magnetic Particle Test: Where root and intermediate passes of weld is

examined by magnetic particle testing such testing shall be carried out throughout its entire length in accordance with ASTM specification E-109. In the case of completed welds such tests shall be carried out in accordance with ASTM specification E-109 0r E-130 as decided by the Project Engineer/Consultant. If heat treatment is performed the completed weld shall be examined after the heat treatment. All defects shall be replaced and retested. Magnetic particle tests shall be carried out using alternating current. Direct current may be used with the permission of the Project Engineer/Consultant.

Page 84: Tender No. AO/ 2887/3-45/14-15 Date 02.01.2015 For ... · 1.2 Pre-qualifying Requirements 1.2.1 The Bidder should have manufactured, supplied, erected and commissioned minimum 3 numbers

12

2.8.6.2.2 Liquid Penetration Inspection : In the case of welds examined by liquid penetrant inspection, such tests shall be carried out in accordance with ASTM E-164 or I.S. 3650. All defects shown shall be repaired and rechecked.

2.8.6.3 Dimension, Workmanship & Cleanliness: 2.8.6.3.1 The structural steel members shall be inspected at all stages of fabrication and

assembly to verify that dimensions, tolerances, alignment and surface finish, painting where specified are in accordance with the requirements shown on contractor’s approved shop drawings and Consultant’s drawings.

2.8.6.4 Inspection or Test failure : 2.8.6.4.1 In the event of any failure of structural steel members to meet an inspection or

test requirement, contractor shall notify Project Engineer or his authorized representative. Contractor must obtain permission from Project Engineer/ Consultant before repair is undertaken.

2.8.6.4.2 The quality control procedures to be followed to ensure satisfactory repair shall

be subject to approval by Project Engineer/Consultant. 2.8.6.4.3 Project Engineer/Consultant has a right to specify additional inspection or

testing, as he deems necessary and the additional cost of such testing will be borne by the Contractor.

2.8.6.4.4 Contractor shall maintain records of all inspection and testing which shall be

made available to Project Engineer or his authorized representative. 2.9.0 Handling and Storage 2.9.1 No dragging of steel shall be permitted. All steel shall be stored 300 mm

aboveground on suitable packing to avoid damage in the order required for erection and with erection marks visible. All storage areas shall be prepared and maintained by contractor.

2.9.2 Steel shall not be stored in the vicinity of area where the excavation or grading

will be done and if stored temporarily, this shall be removed by contractor well before such excavation and /or grading commence in a safe distance to avoid burial under debris.

2.9.3 Scratched or abraded steel shall be given a coat of the primer specified on

drawings for protection after unloading and handling prior to erection. All milled and machined surfaces shall be properly protected from rust/corrosion by suitable coating and also from getting damaged.

2.9.4 After checking and inspection, all members shall be marked for identification

during erection. This mark shall correspond to distinguishing marks on approved erection drawings and shall be legibly painted and stamped on it. The erection mark shall be stamped with a metal dye with figures at least 20 mm high and to such optimum depth as to be clearly visible.

2.9.5 Structural steel frames shall be erected in plumb and true. All steel columns

and beams shall be checked for plumb and level individually before and after connections are made. Temporary bracings may be introduced Wherever necessary to take care of all loads to which the structure may be subjected

Page 85: Tender No. AO/ 2887/3-45/14-15 Date 02.01.2015 For ... · 1.2 Pre-qualifying Requirements 1.2.1 The Bidder should have manufactured, supplied, erected and commissioned minimum 3 numbers

13

including erection equipment and the operation thereof. Such bracings shall be left in place as long as may be required for safety and stability.

2.10.0 Inspection at Site 2.10.1 Project Engineer or his authorized representatives shall have free access to all

parts of the job during erection and all erection shall be subject to their approval. In case of faulty erection all such dismantling and re-erection required will be at contractor’s cost. No paint shall be applied to field welds until these have been approved by Project Engineer/Consultant.

2.11 Bolting

Only approved make bolts shall be used unless approved otherwise by Consultant / Project Engineer. The grade of bolt used shall be as specified on the design drawings in bearing type connection with thread included in the shear plane. Bolt shall be of such length as to project one clear thread beyond the nuts when fixed in position and these shall fit in the holes without any shake. The nuts shall fit in the threaded ends of bolts properly. Round washers shall be placed under the heads and nuts of permanent bolts. Maximum two washers for one nut and one for each bolt head shall be used. Bolt threads shall be outside the limits of joining members and un-threaded portion of bolt shall not be outside the washer. Once used, the bolt assemblies or part thereof shall not be re-used. Where there is risk of the nuts being removed or becoming loose due to vibration or reversal of stresses, these shall be secured from slackening by the use of lock-nuts or spring washers, as directed by the Project Engineer / Consultant. Bolts, nuts and washers shall be thoroughly cleaned and dipped in double boiled linseed oil before use. Bolts will be tightened with specified torque values by torque wrench as specified on design drawings. Bolts shall be tightened starting from center of the joint towards the edge.

Page 86: Tender No. AO/ 2887/3-45/14-15 Date 02.01.2015 For ... · 1.2 Pre-qualifying Requirements 1.2.1 The Bidder should have manufactured, supplied, erected and commissioned minimum 3 numbers

14

3.0 SPECIFICATIONS FOR PAINTING 3.1 Supply of materials, surfaces preparation and painting

Providing all materials including grit for plastering, cleaning solutions, solvents,

paints and other materials and equipment for the painting work and subsequently

remove all scaffolding, staging etc. so required.

Painting will be carried out on entire Enclosure structure, and other equipment

supplied by contractor.

3.2 Surface Preparation

All surfaces prior to application of primer coat to be sand blast cleaned to SA 2.5

quality (Swedish Standard). Surface to be prepared at the Contractor’s fabrication

shop after fabrication. Surface preparation may be subject to inspection at the Contractor’s shop before the application of primer coat.

3.3 Painting before Dispatch

After all checking is over, painting is to be carried out on all structurals as under. a) Primer as specified in 3.5 b) First and Second Coat as specified in 3.5

3.4 Painting at Site

After complete erection at site all site welded area of structural steel shall be given the

treatment a described above prior to painting. Only this portion will be painted with

primer and two coats of painting again. The entire structure and other equipments

shall be painted as described below.

3.5 Paint Specifications

a) For entire structure excluding roof

Primer Coat – Zinc Silicate of 50 Micron DFT to be applied at works. Finished Paint - First and second coat of high build epoxy paint to be applied at works and only touch-up work to be done at site. (Shade will be indicated during execution of works). Each coat shall have 40 micron DFT. Approved makes of paint are Asian, Berger, Dr Beck & Co, and Johnson and Nicholson.

b) For Hatch roof and Hatch roof cover

Primer – Zinc silicate of 50 micron DFT to be applied at works.

Page 87: Tender No. AO/ 2887/3-45/14-15 Date 02.01.2015 For ... · 1.2 Pre-qualifying Requirements 1.2.1 The Bidder should have manufactured, supplied, erected and commissioned minimum 3 numbers

15

First and second coat of Aluminium paint of following specifications shall be applied. Both the coats shall be applied at site after erection. Each coat shall have 40 micron DFT. The Aluminium Paint shall pre prepared by mixing 1 kg of Aluminium powder with 1.5 kg of Resin. Note : 1. It is extremely important to note that the small amount of resin is used

in the mixture. THE AIM IS TO HAVE MORE OF ALUMINIUM AND LESS OF RESIN IN THE PAINT.

2. This has been done purposely to meet some of owners technical

demands. 3. The use of such small portion of resin in the mixture is not what is

noted commonly; but is being done here for specific reasons. 4. Excess resin, if at all supplied (by the paint supplier) with the

aluminium powder, may be treated as extra and left unused.

Optimum amount of thinner may be used while preparing the aluminium paint. Only following brand and make shall be used for structural work painting. Make - Asian Paint Brand - 3 Mangoes, Silver Streak Aluminium Paint (Duel Container)

Page 88: Tender No. AO/ 2887/3-45/14-15 Date 02.01.2015 For ... · 1.2 Pre-qualifying Requirements 1.2.1 The Bidder should have manufactured, supplied, erected and commissioned minimum 3 numbers

16

5.0 SPECIFICATIONS FOR THE HATCH ROOF COVER 5.1 Operation Philosophy

The hatch roof cover is opened and closed with an electric motor. The operator inside the enclosure shall do this. Provision shall also be made for manually operated closing mechanism usable in case of electric power failure. The open roof is having clear opening of 4.5 m x 4.5 m.

5.2 The general arrangement drawing for hatch roof cover is enclosed with this bid. The batch roof cover will be opened and closed with the geared motor. The basic structural design of the hatch roof cover shall be issued by Consultant during execution of works. Preparation of shop manufacturing drawing and design of drive arrangement will be developed by bidder.

Shield plates (3 mm thick MS) of about 200 – 250 mm height shall be provided on 3 sides of the opening and on one side of the travelling cover to restrict entry of rainwater inside the enclosure. The entire roof and hatch roof cover shall be painted with aluminum paint as specified in painting specifications. At both ends of the rail track and one both side (total 4 nos.) limit switches shall be provided to stop the roof cover gate at desired location (limit switches 1 working + 1 standby on each side). Stopper shall be provided at the end of rail.

5.3 Major Design Parameters

1) Clear vertical opening : 4.5 m x 4.5 m 2) Overall size : 5100 mm x 5260 mm 3) Travel Speed : 3 to 5 m/min 4) Power Supply : 415 V, 3 ph, 50 Hz 5) Geared Motor : 0.55 kW 6) Output rpm : To suit travel speed 7) Wheel material : EN8 hardened to 250 BHN 8) Wheel dia : 150 mm 9) Rail : 40 mm square bar 10) Steel wire rope : 9 mm min. 11) Approximate structural weight : _______ MT 12) Roof cover top and side plates : MS 3 mm thick 13) Maximum wind speed to be : 55 m/sec.

considered for design purpose

Page 89: Tender No. AO/ 2887/3-45/14-15 Date 02.01.2015 For ... · 1.2 Pre-qualifying Requirements 1.2.1 The Bidder should have manufactured, supplied, erected and commissioned minimum 3 numbers

17

6.0 SPECIFICATIONS FOR ACCESS PLATFORM

Operation Philosophy In the AMOS Drawing No. 1865-04-00-00 Sheet 2 of 2 issue “D” the location and two positions are shown. Similarly critical dimensions are also shown. Normally this platform will be in closed position. Whenever any maintenance of telescope at top end is to be carried out this platform will be opened / extended as shown in above drawing. The operation of opening / extending the platform will be manual. In the extended position it shall support weight of two persons and 100 kg of equipment. In the retracted position no parts of platform shall be above the mirror. Specifications 1) Maximum size of platform : 4740 mm x 2065 mm 2) Fixed platform : 1 No. 3) Moving platform : 3 Nos. 4) Capacity : 260 Kg. 5) Maximum slide out : 3090 mm 6) Operation : Manual 7) Hand railing surrounding the

Telescopic platform : To be provided 8) Material of construction : Carbon steel

Page 90: Tender No. AO/ 2887/3-45/14-15 Date 02.01.2015 For ... · 1.2 Pre-qualifying Requirements 1.2.1 The Bidder should have manufactured, supplied, erected and commissioned minimum 3 numbers

18

7.0 MAKES OF BOUGHT OUT ITEMS, COMPONENTS

1) Steel Section

Indian Rolled Shapes / Plate, Sections : SAIL / TISCO / RINL British Sections : Corus / Jindal Steel

2) Metal Cladding Sheets

G.I. Corrugated Sheets : Jindal Aluminum Corrugated Sheets : Hindalco / Jindal

3) Non-Shrink Grout : Fosroc or equivalent (with prior approval)

4) Insulation Panels : Bakelite Hylam

5) Window Panels : FENESTA 6) Doors : FENESTA 7) Paints

i) Aluminum Paint : Asian only for Aluminum Paint ii) Epoxy Paint : Dr. Beck / J & N / Asian / Berger

8) Hardware : UNBRAKO / TVS

9) Motor : Siemens / Bharat Bijlee/Kirloskar/

Grompton / GEC

10) Gear Box : David Brown / Elecon / Corvedi/ NAW / Bonfiglioli

11) Wire Rope : Usha Martin

12) Rolling Shutter : Gandhi Automations / others with Prior approval

Page 91: Tender No. AO/ 2887/3-45/14-15 Date 02.01.2015 For ... · 1.2 Pre-qualifying Requirements 1.2.1 The Bidder should have manufactured, supplied, erected and commissioned minimum 3 numbers

19

8.0 LIST OF DRAWINGS ENCLOSED

Sr. No.

Title Drawing No. Revision

1 AMOS Drawing – Facilities General Assembly

1865-04-00-00

Sheet 1 of 2

D

2 AMOS Drawing – Facilities General Assembly

1865-04-00-00

Sheet 2 of 2

D

3 Site Layout and Conceptual Elevations of Enclosure

GA-001

Sheet 1

0

4 Site Layout and Conceptual Elevations of Enclosure

GA-001

Sheet 2

0

5 Site Layout and Conceptual Elevations of Enclosure

GA-001

Sheet 3

0

6 Telescope Floor arrangement GA-002 0

7 Window Details GA-004 0

8 Cover Sheet S-000 1

9 Enclosure building foundation and Pier foundation layout and details

S-1.1 0

10 Enclosure building floor tie level plan and slab/beam details

S-1.2 0

11 Enclosure building framing plans and details

S-2.1 C

12 Structural details in elevations along grid A, E & 1

S-2.2 C

13 Enclosure building framing elevation along grid 2, 6, B & D

S-2.3 C

14 Enclosure building framing elevations along grid 3 & 5

S-2.4 C

15 Structural details in elevation and plans for compressor house

S-2.5 C

16 Typical Connection Details S-2.6 A

17 Standard Chequered Plate and Stair details STD-001 A

18 Standard Handrail Details - Pipe STD-003 A

19 Standard Ladder Details STD-004 A

20 General arrangement of Hatch roof cover M/GA-001 0

21 General arrangement of Telescopic Access Platform

M/GA-002 0

Page 92: Tender No. AO/ 2887/3-45/14-15 Date 02.01.2015 For ... · 1.2 Pre-qualifying Requirements 1.2.1 The Bidder should have manufactured, supplied, erected and commissioned minimum 3 numbers

20

.

SECTION - IX

QUALITY ASSURANCE PLAN

Page 93: Tender No. AO/ 2887/3-45/14-15 Date 02.01.2015 For ... · 1.2 Pre-qualifying Requirements 1.2.1 The Bidder should have manufactured, supplied, erected and commissioned minimum 3 numbers

1

QUALITY ASSURANCE PLAN

Aryabhatta Research Institute of Observational Sciences (ARIES) Project : Telescope Enclosure Structure and Equipment Date : 01.07.2012

Manora Peak, Nainital, Uttarakhand for International Liquid Mirror Telescope at Devasthal Sheet 1 of 5

Item / Equipment - Structural Works

Sr. Component / Characteristic Checked Category Type/Method Extent of Reference Acceptance Format of

AGENCY Remarks

No. Operation of Check Check Document Norm Record P W V

1. Raw Material

1.1 Structrual Steel

1) Chemical Properties MA Chemical One section from each IS : 2062, IS : 2062 TC 3/4 -- 1, 2 Manufacturers Test

Analysis class of product Certificate shall be

obtained.

2) Physical Properties

a) Unit Weight MA Measurement

One section

IS : 2062 IS : 2062 TC 3/4 -- 1, 2

Manufacturers

b) Modulas of Elasticity CR Measurement from each IS : 2062 IS : 2062 TC 3/4 -- 1, 2 Test Certificate

c) Co-efficient of CR Measurement class of product IS : 1608 IS : 2062 TC 3/4 -- 1, 2 shall be obtained.

Thermal Expansion

3) Mechanical Properties

a) Guaranteed minimum CR Tensile Test

IS : 2062 IS : 2062 TC 3/4 -- 1, 2

yield stress One section Manufacturers

b) Tensile Strength CR Tensile Test from each IS : 1608 IS : 2062 TC 3/4 -- 1, 2 Test Certificate

c) % Elongation CR Tensile Test class of product IS : 3803 IS : 2062 TC 3/4 -- 1, 2 shall be obtained.

d) Bend Test CR Bend Test IS : 1599 IS : 2062 TC 3/4 -- 1, 2

1.2 Hardwares Make and Class MA Visual Random Specifications Specifications IR 3/4 -- 1, 2

Test Certificates

and corelation

documents to be

1.3 Welding Make and Specification MA Visual Random Specifications Specifications IR 3/4 -- 1, 2 submitted.

Consumables

MI - Minor

P - Performed by

TC - Test Certificate

1 - Client

MA - Major

W - Witnessed by

IR - Inspection Report

2 - Consultant

CR - Critical

V - Verified by

3 - Vendor

4 - Sub-Vendor

Page 94: Tender No. AO/ 2887/3-45/14-15 Date 02.01.2015 For ... · 1.2 Pre-qualifying Requirements 1.2.1 The Bidder should have manufactured, supplied, erected and commissioned minimum 3 numbers

2

QUALITY ASSURANCE PLAN

Aryabhatta Research Institute of Observational Sciences (ARIES) Project : Telescope Enclosure Structure and Equipment Date : 01.07.2012

Manora Peak, Nainital, Uttarakhand for International Liquid Mirror Telescope at Devasthal Sheet 2 of 5

Item / Equipment - Hatch Cover

Sr. Component / Characteristic Checked Category Type/Method Extent of Reference Acceptance Format of

AGENCY Remarks

No. Operation of Check Check

Document Norm Record P W V

1.4 Motor and Routine Test MA Tests 100% Relevant Relevant

Code TC 4 --- 3, 1/2 Manufacturers Test

Gear Box code as per as per Certificate shall be

Assembly Technical Technical produced.

(Bought - out Specification Specification

item brought or Approved for Approved

to works for trial

Drawing Drawing

purpose)

Wheels Dimensions MA Measurement 100% Approved Approved IR 3 -- 1, 2

Drawing Drawing

Hardness

Physical and Chemical MA Measurement One from each Approved Approved TC 3 --- 1, 2 Manufacturers Test

Analysis Lot / heat Technical Technical Certificate shall be

Specification Specification/ produced.

Operation Cr. Visual 100% Technical Technical IR 3 1,2 --

Specification Specification

Rail Dimensions MA Measurement 100% Approved Approved IR 3 1,2 --

Drawing Drawing

MI - Minor

P - Performed by

TC - Test Certificate

1 - Client

MA - Major

W - Witnessed by

IR - Inspection Report

2 - Consultant

CR - Critical

V - Verified by

3 - Vendor

4 - Sub-Vendor

Page 95: Tender No. AO/ 2887/3-45/14-15 Date 02.01.2015 For ... · 1.2 Pre-qualifying Requirements 1.2.1 The Bidder should have manufactured, supplied, erected and commissioned minimum 3 numbers

3

QUALITY ASSURANCE PLAN (FOR BOUGHT OUT ITEMS)

Aryabhatta Research Institute of Observational Sciences (ARIES) Project : Telescope Enclosure Structure and Equipment Date : 01.07.2012

Manora Peak, Nainital, Uttarakhand for International Liquid Mirror Telescope at Devasthal Sheet 3 of 5

Bought - out items

Sr. Component / Characteristic Checked Category Type/Method Extent of Reference Acceptance Format of

AGENCY Remarks

No. Operation of Check Check Document Norm Record P W V

1.5 Insulation Density CR Measurement Sample

per Approved Approved TC 4 --- 3,2/1

Mfg. Lot Specifications Specifications

Thickness MA Measurement Sample

per Approved Approved TC 4 --- 3,2/1

Mfg. Lot Specifications Specifications Manufacturers Test

Certificates to

Compressive Strength MA Measurement Sample

per Approved Approved TC 4 --- 3,2/1 be produced

Mfg. Lot Specifications Specifications

Thermal Conductivity CR Measurement Sample

per Approved Approved TC 4 --- 3,2/1

Mfg. Lot Specifications Specifications

MI - Minor

P - Performed by

TC - Test Certificate

1 - Client

MA - Major

W - Witnessed by

IR - Inspection Report

2 - Consultant

CR - Critical

V - Verified by

3 - Vendor

4 - Sub-Vendor

Page 96: Tender No. AO/ 2887/3-45/14-15 Date 02.01.2015 For ... · 1.2 Pre-qualifying Requirements 1.2.1 The Bidder should have manufactured, supplied, erected and commissioned minimum 3 numbers

4

QUALITY ASSURANCE PLAN

Aryabhatta Research Institute of Observational Sciences (ARIES) Project : Telescope Enclosure Structure and Equipment Date : 01.07.2012

Manora Peak, Nainital, Uttarakhand for International Liquid Mirror Telescope at Devasthal Sheet 4 of 5

Item / Equipment - Structural Work

Sr. Component / Characteristic Checked Category Type/Method Extent of

Reference Acceptance Format of

AGENCY Remarks

No. Operation of Check Check Document Norm Record P W V

2 Fabrication a) Fabrication Tolerances CR Measurement 10% IS : 7215 IS : 7215 IR 3 2/1 2/1

Process

b) Welding Procedure CR Review of 100% ASME Sec IX ASME Sec IX IR 3 2/1 2/1

(Correctness) WPS

c) Procedure Qualification CR Review of 100% ASME Sec IX ASME Sec IX IR 3 2/1 2/1

PQ

d) Welding Performance MA Verification / 10% ASME Section - ASME IR 3 2/1 2/1

D. P. Test IX Section - IX

e) Edge Preparation, MA Verification 10% As per approved As per approved IR 3 2/1 2/1

Weld Finishes drawing Drawing

f) Magnetic particle / DP CR DP/MP Test 10% Relevant Relevant TC 3 2/1 2/1

Test Standard Standard

MI - Minor

P - Performed by

TC - Test Certificate

1 - Client

MA - Major

W - Witnessed by

IR - Inspection Report

2 - Consultant

CR - Critical

V - Verified by

3 - Vendor

4 - Sub-Vendor

Page 97: Tender No. AO/ 2887/3-45/14-15 Date 02.01.2015 For ... · 1.2 Pre-qualifying Requirements 1.2.1 The Bidder should have manufactured, supplied, erected and commissioned minimum 3 numbers

5

QUALITY ASSURANCE PLAN

Aryabhatta Research Institute of Observational Sciences (ARIES) Project : Telescope Enclosure Structure and Equipment Date : 01.07.2012

Manora Peak, Nainital, Uttarakhand for International Liquid Mirror Telescope at Devasthal Sheet 5 of 5

Item / Equipment - Enclosure

Sr. Component / Characteristic Checked Category Type/Method Extent of

Reference Acceptance Format of

AGENCY Remarks

No. Operation of Check Check Document Norm Record P W V

3.1 Final

Crane Dimensions MA Measurement 100% Approved Drawing Approved Drawing IR 3 2/1 2/1 Only critical

dimensions

3.2 Hatch Cover Dimensions MA Measurement 100% Approved Drawing Approved Drawing IR 3 2/1 2/1

Gate

Operation at works Cr Visual 100% Technical Technical IR 3 2/1 2/1

(at 150) Specification Specification

Water Sealing No leakage inside Cr Visual 100% Technical Technical IR 3 2/1 2/1

enclosure when water is Specification Specification

sprayed on gate

3.3 Access Dimension Cr Measurement 100% Approved Drawing Approved Drawing IR 3 2/1 2/1

Platform

Operation Cr Visual 100% Appproved Drawing Approved Drawing IR 3 2/1 2/1

3.4 Entire Completeness MA Visual 100% Appproved Drawing Approved Drawing IR 3 2/1 2/1

Enclosure

MI - Minor

P - Performed by

TC - Test Certificate

1 - Client

MA - Major

W - Witnessed by

IR - Inspection Report

2 - Consultant

CR - Critical

V - Verified by

3 - Vendor

4 - Sub-Vendor

Page 98: Tender No. AO/ 2887/3-45/14-15 Date 02.01.2015 For ... · 1.2 Pre-qualifying Requirements 1.2.1 The Bidder should have manufactured, supplied, erected and commissioned minimum 3 numbers

Bid Document No. _____________________________ Draft : 25-07-2012

6

SECTION - X

COMPLETION SECHEDULE

Page 99: Tender No. AO/ 2887/3-45/14-15 Date 02.01.2015 For ... · 1.2 Pre-qualifying Requirements 1.2.1 The Bidder should have manufactured, supplied, erected and commissioned minimum 3 numbers

7

COMPLETION SCHEDULE

Sr. Activity Period in Weeks

From the date of

No. NOA of Contract

1 Submission of Fabrication Drawings 4

2 Fabrication of Telescope Structure 10

3 Inspection of Structure, Access Platform and Accessories

11

4 Trial of Hatch Roof Cover 12

5 Sand Blasting and Painting 13

6 Despatch and Receipt at Site 14

7 Erection of Structure 24

8 Erection of Equipment 25

9 Insulation 26

10 Completion of miscellaneous works and handing over

28

Page 100: Tender No. AO/ 2887/3-45/14-15 Date 02.01.2015 For ... · 1.2 Pre-qualifying Requirements 1.2.1 The Bidder should have manufactured, supplied, erected and commissioned minimum 3 numbers

8

SECTION - XI

VARIOUS FORMS, ANNEXURES, ATTACHMENTS, PROCEDURES

Page 101: Tender No. AO/ 2887/3-45/14-15 Date 02.01.2015 For ... · 1.2 Pre-qualifying Requirements 1.2.1 The Bidder should have manufactured, supplied, erected and commissioned minimum 3 numbers

Bid Document No. ________________________ Draft : 25-07-2012

277

SECTION – XI

VARIOUS FORMS, ANNEXURES, ATTACHMENTS, PROCEDURES

INDEX

Sr. No. Title Page No.

1. Bid Form

2. Bid Security Form – Bank Guarantee

3. Form of Notification of Award

4. Form of Contract Agreement

5. Form of Contract Performance Bank Guarantee

6. Form for Bank Guarantee for Advance Payment

Page 102: Tender No. AO/ 2887/3-45/14-15 Date 02.01.2015 For ... · 1.2 Pre-qualifying Requirements 1.2.1 The Bidder should have manufactured, supplied, erected and commissioned minimum 3 numbers

278

1. BID FORM (To be enclosed with Part – I Technical Bid) Name of Work : Manufacture, Supply, Erection and Commissioning of

Telescope Enclosure and Equipment for International Liquid Mirror Telescope Project at Devasthal, Nainital

To, The Director Aryabhatta Research Institute of Observational Sciences (ARIES) Manora Peak, Nainital – 263 002, Uttarakhand Sir, 1.0 Having examined the Tender Document No. _____________ including subsequent

amendments ____________________ and clarifications ____________________, if any (Insert Numbers), the receipt of which is hereby acknowledged, we the undersigned, offer to manufacture, test, supply, erection and commission (including carrying out Performance Test) the Telescope Enclosure and Equipment under the above named Contract in full conformity with the said Bidding Documents for the Price as indicated in Price Schedule submitted in Part – II : Price Bid.

2.0 Attachment to the Bid Form :

In line with the requirement of the Bidding Documents we enclose the following attachments to the Bid form : a) Attachment – 1 : Bid Security in the form of _______________________ for

a sum of _________________________________________________ (amount in Rs. In words and figures) valid for a period of 90 days from the date set for opening of Part – II Price Bid). As required the Attachment – 1 (i.e. Bid Security) has been furnished in a separate sealed envelope.

b) Attachment – 2 : A Power of Attorney duly authorized by a Notary Public

indicating that the person(s) signing the bid has/have the authority to sign the bid and thus that the bid is binding upon us during the full period of its validity in accordance with the ITB.

c) Attachment - 3 : The documentary evidence establishing in terms of Section

– II, that we are qualified to perform the Contract if our bid is accepted. The qualification data has been furnished as per your format enclosed with the bidding documents.

d) Attachment – 4 : The variations and deviations from the requirements of the

General Conditions of Contract, Special Conditions of Contract, Scope of Work, Technical Specifications and Drawings, in your format enclosed with the Bidding documents, indicating, interalia, the cost of withdrawal of the variations and deviations indicated therein.

e) Attachment – 5 ; Confirmation and clarification to important technical aspects

of the bid.

Page 103: Tender No. AO/ 2887/3-45/14-15 Date 02.01.2015 For ... · 1.2 Pre-qualifying Requirements 1.2.1 The Bidder should have manufactured, supplied, erected and commissioned minimum 3 numbers

279

f) Attachment – 6 : Drawings as specified in Bid document. g) Attachment – 7 : Quality Assurance Programme containing the overall

quality management and procedures which we propose to follow during various phases of execution of the contract.

h) Attachment – 8 : Additional Information provided by us.

i) Attachment – 9 : Completion Schedule

3.0 PRICE SCHEDULE 3.1 In line with the requirements of the Tender documents, we have enclosed in Part – II,

Price Schedule, dully filled in as per your proforma : 3.2 We are aware that the Price Schedule do not generally give a full description of the

work to be performed under each item and we shall be deemed to have read the Technical Specifications, Drawings and other Sections of the Bidding Document to ascertain the full scope of work included in each item while filling in the prices. We agree that the entered prices shall be deemed to include the full scope as aforesaid, including overheads and profit.

3.3 We declare that as specified in the Special Conditions of Contract prices quoted by

us in the Price Schedule shall remain firm till completion of works. 3.4 We understand that in the price schedule, where there are errors between the total of

the amounts given under the column for the Price Breakdown and the amount given under the total price, the later shall prevail and all the former prices will be corrected proportionately. We further understand that where there is discrepancy between amounts stated in figures and amounts stated in words, the amount stated in words shall prevail.

3.5 We declare that prices left blank in the Schedules will be deemed to have been

included in the prices of Total Price. 4.0 We confirm that except as otherwise specifically provided, our Bid Prices include all

taxes, duties, levies and charges as may be assessed on us, our Sub-Contractor / Sub-Vendor by all municipal, state or national government authorities.

4.1 100% of applicable taxes and duties which are payable by the Owner under the

Contract shall be reimbursed by the Owner to the Contractor after receipt of equipment at site and on production of satisfactory documentary evidence by the Contractor.

4.2 We confirm that we shall get registered with the concerned Sales Tax Authorities in

the State where the project is located. 4.3 We confirm that all taxes, duties and levies in respect of local transportation and

insurance, other local costs incidental to delivery of structure and equipment and erection and commissioning and also taxes, duties, and levies including entry tax as may be applicable on the materials used for such construction works and erection and commissioning shall be to our account and no separate claim in this regard will be entertained by the Owner.

Page 104: Tender No. AO/ 2887/3-45/14-15 Date 02.01.2015 For ... · 1.2 Pre-qualifying Requirements 1.2.1 The Bidder should have manufactured, supplied, erected and commissioned minimum 3 numbers

280

5.0 We undertake, if our bid is accepted, to commence work immediately upon your notification of award to us and to achieve completion of works and conduct performance tests within the time specified in the Bidding Documents.

6.0 If our bid is accepted, we undertake to provide Advance Payment Guarantee,

Contact Performance Guarantee in the form and amounts and within the times specified in the Bidding Documents.

7.0 We agree to abide by this bid for a period of 90 days from the date of opening of Part

– II : Price bid as stipulated in the bidding documents and it shall remain binding upon us and may be accepted by you at any time before the expiration of that period.

8.0 Until a formal contract is prepared and executed between us, this bid, together with

your written acceptance thereof in the form of your Notification of Award shall constitute a binding contract between us.

9.0 We understand that you are not bound to accept the lowest or any other bid you may

receive. Dated this ____________________ day of _____________ 200______________ Thanking you, we remain Yours faithfully, Date : Signature ________________________ Place : Printed Name ____________________ Designation ______________________ Common Seal ____________________ Business Address : Fax No. : Phone No. : Note : Bidders may note that no prescribed proforma has been enclosed for Attachment- 2

(Power of Attorney)

Page 105: Tender No. AO/ 2887/3-45/14-15 Date 02.01.2015 For ... · 1.2 Pre-qualifying Requirements 1.2.1 The Bidder should have manufactured, supplied, erected and commissioned minimum 3 numbers

281

ATTACHMENT - 1

Manufacture, Supply, Erection and Commissioning of Telescope Enclosure Structure and Equipment for International Liquid Mirror

Telescope Project at Devasthal, Nainital Bid Document No. _____________________

BID SECURITY

Bidder to furnish Bid Security in line with ITB Clause 3.4 and as per format given in Section – XI.

Page 106: Tender No. AO/ 2887/3-45/14-15 Date 02.01.2015 For ... · 1.2 Pre-qualifying Requirements 1.2.1 The Bidder should have manufactured, supplied, erected and commissioned minimum 3 numbers

282

ATTACHMENT - 2

Manufacture, Supply, Erection and Commissioning of Telescope Enclosure Structure and Equipment for International Liquid Mirror

Telescope Project at Devasthal, Nainital Bid Document No. _____________________

POWER OF ATTORNEY

Bidder to attach the Power of Attorney in accordance with Clause in Bid Form

Page 107: Tender No. AO/ 2887/3-45/14-15 Date 02.01.2015 For ... · 1.2 Pre-qualifying Requirements 1.2.1 The Bidder should have manufactured, supplied, erected and commissioned minimum 3 numbers

283

ATTACHMENT - 3

Manufacture, Supply, Erection and Commissioning of Telescope Enclosure Structure and Equipment for International Liquid Mirror

Telescope Project at Devasthal, Nainital

QUALIFICATION DATA Bidder’s Name and Address : To The Director ARIES Manora Peak Nainital – 263002 Dear Sirs, We seek qualification under Clause ________________________ and our qualification data in support thereof is enclosed in the following attachments. 1) Attachment – 3A : Qualifying Details of Bidder 2) Attachment - 3B : Bidders Data We further understand and agree that any misleading or false information furnished by us may result in summary rejection of our bid : Date : (Signature) _______________________ Place : (Printed Name) ___________________ (Designation) _____________________ (Common Seal) ___________________

Page 108: Tender No. AO/ 2887/3-45/14-15 Date 02.01.2015 For ... · 1.2 Pre-qualifying Requirements 1.2.1 The Bidder should have manufactured, supplied, erected and commissioned minimum 3 numbers

284

ATTACHMENT - 3A

Manufacture, Supply, Erection and Commissioning of Telescope Enclosure Structure and Equipment for International Liquid Mirror

Telescope Project at Devasthal, Nainital

QUALIFYING DETAILS OF BIDDER Bidder’s Name and Address : To The Director ARIES Manora Peak Nainital – 263002 Sub : Qualifying Requirement for Manufacture, Supply, Erection and Commissioning

of Telescope Enclosure Structure and Equipment for International Liquid Mirror Telescope Project at Devasthal, Nainital

Dear Sir, We meet the requirements stipulated under Clause No. 1.2 of ITB of Bidding Document and to satisfy the requirements, we declare the following information in this regard in line with the Qualifying Requirements stipulated

Sr. No.

Requirement Bidders Confirmation

1.0

Structural Work / Buildings more than 40 MT 1) --------- MT 2) ---------- MT 3) ---------- MT

Provide name of Client and Year of Completion

2.0

Turnover of the Bidder a) The annual turnover of the bidder in

the preceding three financial year. 2009 – 2010 2010 – 2011 2011 – 2012

Rs. Rs. Rs.

Page 109: Tender No. AO/ 2887/3-45/14-15 Date 02.01.2015 For ... · 1.2 Pre-qualifying Requirements 1.2.1 The Bidder should have manufactured, supplied, erected and commissioned minimum 3 numbers

285

b) Audited Annual Reports in support

of above enclosed as Annexure to this Attachment.

Yes / No.

The above stated work have been manufactured and supplied and erected by us. The clients certificates to this effect are enclosed. Date : (Signature) _______________________ Place : (Printed Name) ___________________ (Designation) _____________________ (Common Seal) ___________________

Page 110: Tender No. AO/ 2887/3-45/14-15 Date 02.01.2015 For ... · 1.2 Pre-qualifying Requirements 1.2.1 The Bidder should have manufactured, supplied, erected and commissioned minimum 3 numbers

286

ATTACHMENT - 3B

Manufacture, Supply, Erection and Commissioning of Telescope Enclosure Structure and Equipment for International Liquid Mirror

Telescope Project at Devasthal, Nainital

BIDDERS DATA Bidder’s Name and Address : To The Director ARIES Manora Peak Nainital – 263002 Sub : Bidder’s Data Dear Sir, As required by you we submit the information about manufacturing facilities, capacities, experience etc. in the prescribed format.

1.0 GENERAL

1.1 Name of the Company

1.2 Address of Registered Office

Telephone

Fax

E-mail

Web Site

Contact Person with Designation

1.3 Address of Works

Telephone

E-mail

Contact Person with Designation

Page 111: Tender No. AO/ 2887/3-45/14-15 Date 02.01.2015 For ... · 1.2 Pre-qualifying Requirements 1.2.1 The Bidder should have manufactured, supplied, erected and commissioned minimum 3 numbers

287

1.4 Nature of the Company

(Partnership, Private Ltd., Public Ltd., Public Sector etc.)

1.5 Year of Establishment

1.6 Associate Firms

2.0 BUSINESS ACTIVITY

2.1 Specify in detail such as, execution of turnkey projects, fabrication, equipment manufacturing, area of specialization etc.

2.2 Total area and covered area

2.3 Electric Power

2.4 Installed Capacity

(a) Fabrication MT/Year

(b) Equipment (Unit as applicable)

2.5 Specify number of assignments executed with contract price in last 3 years.

2.6 Do you have in house departments for

a) Design Yes / No

b) Manufacturing / Production Yes / No.

c) Quality Control Yes / No

d) Projects Yes / No

e) Erection and Commissioning Yes / No

2.7 Are you an ISO 9001 – 2000 Organization Yes / No

Page 112: Tender No. AO/ 2887/3-45/14-15 Date 02.01.2015 For ... · 1.2 Pre-qualifying Requirements 1.2.1 The Bidder should have manufactured, supplied, erected and commissioned minimum 3 numbers

288

3.0 PRODUCTION FACILITIES (FABRICATION SHOP)

3.1 Specify number of shops with length, width and height

1)

2)

3)

3.2 Fabrication facilities

Arc Welding Machines .......... Nos.

CO2 Welding Machines .......... Nos.

Profile Cutting Machines .......... Nos.

Shearing Machines .......... Nos.

Hydraulic Presses .......... Nos.

EOT Cranes .......... Nos.

Sand Blasting Yes / No

Shot Blasting Yes / No

Painting Yes / No

Any other

3.3 Actual Fabrication done in last 3 years 2011 – 2012 _________ MT

2010 – 2011 _________ MT

2009 – 2010 _________ MT

3.4 Manpower in fabrication shop

Engineers and Supervisors ________ Nos.

Technicians ________ Nos.

Workers ________ Nos.

Qualified Welders ________ Nos.

3.5 In House Non Destructive Testing facilities

Page 113: Tender No. AO/ 2887/3-45/14-15 Date 02.01.2015 For ... · 1.2 Pre-qualifying Requirements 1.2.1 The Bidder should have manufactured, supplied, erected and commissioned minimum 3 numbers

289

a) Ultrasonic Test

b) Dy-Penetrant Test

c) Magnetic Particle Test

d) Any other

4.0 PRODUCTION FACILITIES MACHINE SHOP

4.1 Specify number of each type of machines such as Lathe, Milling Machine, Drilling, Boring, Grinding SPM etc. with brief details

4.2 Specify the product, equipment or the type of work mainly undertaken

5.0 APPROVED BY ANY THIRD PARTY STATUTORY AGENCY AND SPECIFY NAME OF AGENCY

6.0 QUALITY CONTROL

6.1 Engineers, Supervisors ___________ Nos.

6.2 Are Quality Assurance Plans developed and issued for production.

7.3 Are records generated during internal inspection and available for review

Yes / No

6.4 Are written procedure defining stage wise operations and functions on shop floor established and followed.

Yes / No

6.5 Are separate quality plans for site work prepared

Yes / No

6.6 Are independent Quality Control Engineers appointed at site

Yes / No

7.0 DESIGN FACILITIES

7.1 Manpower

a) Design Engineers ___________ Nos.

b) Draftsman ___________ Nos.

7.2 Softwares used

7.3 Are fabrication drawings developed for each component

Yes / No

Page 114: Tender No. AO/ 2887/3-45/14-15 Date 02.01.2015 For ... · 1.2 Pre-qualifying Requirements 1.2.1 The Bidder should have manufactured, supplied, erected and commissioned minimum 3 numbers

290

Page 115: Tender No. AO/ 2887/3-45/14-15 Date 02.01.2015 For ... · 1.2 Pre-qualifying Requirements 1.2.1 The Bidder should have manufactured, supplied, erected and commissioned minimum 3 numbers

291

8.0 PROJECT EXECUTION

8.1 Do you have a independent department / section to execute turnkey projects

8.2 Project Engineers __________ Nos.

9.0 ERECTION EXPERIENCE

9.1 Brief description of 3 sites where major erection work is done.

9.2 List of projects in hand and nature of work

9.3 List of major erection equipment available

9.4 Whether erection is done by your own staff or major work is subcontracted

9.5 If subcontracted whether you provide major erection equipment and supervision

9.6 Erection Manpower

Engineers __________ Nos.

Supervisors __________ Nos.

Fitters _________ Nos.

Welders _________ Nos.

Riggers _________ Nos.

9.7 Have you visited Devasthal site prior to submission of Bid

Yes / No.

Date : (Signature) _______________________ Place : (Printed Name) ___________________ (Designation) _____________________ (Common Seal) ___________________

Page 116: Tender No. AO/ 2887/3-45/14-15 Date 02.01.2015 For ... · 1.2 Pre-qualifying Requirements 1.2.1 The Bidder should have manufactured, supplied, erected and commissioned minimum 3 numbers

292

ATTACHMENT - 4

Manufacture, Supply, Erection and Commissioning of Telescope Enclosure Structure and Equipment for International Liquid Mirror

Telescope Project at Devasthal, Nainital Bid Document No. _____________________

DEVIATONS

Bidder’s Name and Address : To The Director ARIES Manora Peak Nainital – 263129 Dear Sirs, The following are the deviations and variations from and exceptions to the terms, conditions and specifications of the bidding documents. We are furnishing below the cost of withdrawal for the deviations and variations stated in this Attachment. We shall withdraw the deviations proposed by us in this Attachment at the cost of withdrawal indicated herein, failing which our bid maybe rejected and bid security forfeited. We confirm that except for the deviations and variations stated in this Attachment to our bid, the entire work shall be performed as per specifications and conditions of the bidding documents without any extra cost to the Owner, irrespective of any mention to the contrary any where else in the bid, failing which our bid may be rejected and bid security forfeited. Further, we agree that additional condition, deviation, if any, found in the bid / proposal documents other than those stated in this Attachment, save those pertaining to any rebates offered, shall not be given effort to.

Section/ Part /

Chapter

Clause No. Page No.

Statement of Deviations / Variations/

Exceptions

Cost of withdrawal

A.

Commercial Deviations :

B.

Technical Deviations

Page 117: Tender No. AO/ 2887/3-45/14-15 Date 02.01.2015 For ... · 1.2 Pre-qualifying Requirements 1.2.1 The Bidder should have manufactured, supplied, erected and commissioned minimum 3 numbers

293

Date : (Signature) _______________________ Place : (Printed Name) ___________________ (Designation) _____________________ (Common Seal) ___________________ Note : Continuation sheets of like size and format may be used as per Bidder’s requirement and shall be annexed to this Attachment.

Page 118: Tender No. AO/ 2887/3-45/14-15 Date 02.01.2015 For ... · 1.2 Pre-qualifying Requirements 1.2.1 The Bidder should have manufactured, supplied, erected and commissioned minimum 3 numbers

294

ATTACHMENT - 5

Manufacture, Supply, Erection and Commissioning of Telescope Enclosure Structure and Equipment for International Liquid Mirror

Telescope Project at Devasthal, Nainital Bid Document No. _____________________

CONFIRMATION AND CLARIFICATION TO IMPORTANT

TECHNICAL ASPECT OF THE BID

Bidder’s Name and Address : To The Director ARIES Manora Peak Nainital – 263129 Dear Sirs, We hereby confirm / clarify the following important Technical aspects of the bid.

Sr. No.

Technical / Commercial Requirement Bidders confirmation / clarification

1 Based on the design, drawings of Consultant, Contractor to develop shop fabrication drawings and submit to Consultant for approval

Yes / No

2 Only qualified welders shall carryout welding at Contractors works and also at site.

Yes / No

3 Operation trial of Hatch Roof Cover shall be conducted at Contractors works prior to dispatch

Yes / No

4 Make of the steel used for Telescope Enclosure Structure

5 Make of the insulation

6 Sand blasting and painting shall be carried out as per Technical Specification of the Bid.

Date : (Signature) _______________________ Place : (Printed Name) ___________________ (Designation) _____________________ (Common Seal) ___________________

Page 119: Tender No. AO/ 2887/3-45/14-15 Date 02.01.2015 For ... · 1.2 Pre-qualifying Requirements 1.2.1 The Bidder should have manufactured, supplied, erected and commissioned minimum 3 numbers

295

ATTACHMENT - 6

Manufacture, Supply, Erection and Commissioning of Telescope Enclosure Structure and Equipment for International Liquid Mirror

Telescope Project at Devasthal, Nainital

Bid Document No. _____________________

DRAWINGS AND CATALOGUES

Bidder’s Name and Address : To The Director ARIES Manora Peak Nainital – 263129 Dear Sirs, We enclose the following Drawings, Catalogues for information and review.

Sr. No. Title Drawing No.

Date : (Signature) _______________________ Place : (Printed Name) ___________________ (Designation) _____________________ (Common Seal) ___________________

Page 120: Tender No. AO/ 2887/3-45/14-15 Date 02.01.2015 For ... · 1.2 Pre-qualifying Requirements 1.2.1 The Bidder should have manufactured, supplied, erected and commissioned minimum 3 numbers

296

ATTACHMENT - 7

Manufacture, Supply, Erection and Commissioning of Telescope Enclosure Structure and Equipment for International Liquid Mirror

Telescope Project at Devasthal, Nainital

Bid Document No. _____________________

ACCEPTANCE TO QUALITY ASSURANCE PROGRAMME

Bidder’s Name and Address : To The Director ARIES Manora Peak Nainital – 263129 Dear Sirs, We hereby provide the necessary information on Quality Assurance Programme containing the overall Quality Management and procedures, which we propose to follow during various phases of execution of the Contract. We agree to the strict adherence to the Quality Assurance Plan enclosed with the Bid Document. -------------------------------------------------------------------------------------------------------------------------- --------------------------------------------------------------------------------------------------------------------------- Date : (Signature) _______________________ Place : (Printed Name) ___________________ (Designation) _____________________ (Common Seal) ___________________ Note : Continuation sheets of like size and format may be used as per Bidder’s requirement and shall be annexed to this Attachment.

Page 121: Tender No. AO/ 2887/3-45/14-15 Date 02.01.2015 For ... · 1.2 Pre-qualifying Requirements 1.2.1 The Bidder should have manufactured, supplied, erected and commissioned minimum 3 numbers

297

ATTACHMENT - 8

Manufacture, Supply, Erection and Commissioning of Telescope Enclosure Structure and Equipment for International Liquid Mirror

Telescope Project at Devasthal, Nainital

Bid Document No. _____________________

ADDITIONAL INFORMATION INCLUDED WITH THE PROPOSAL

Bidder’s Name and Address : To The Director ARIES Manora Peak Nainital – 263129 Dear Sirs,

Sr. No. Description of Information

Reference to Bidding Documents

Reference to Bid Proposal

Date : (Signature) _______________________ Place : (Printed Name) ___________________ (Designation) _____________________ (Common Seal) ___________________ Note : Continuation sheets of like size and format may be used as per Bidder’s requirement and shall be annexed to this Attachment.

Page 122: Tender No. AO/ 2887/3-45/14-15 Date 02.01.2015 For ... · 1.2 Pre-qualifying Requirements 1.2.1 The Bidder should have manufactured, supplied, erected and commissioned minimum 3 numbers

298

ATTACHMENT - 9

Manufacture, Supply, Erection and Commissioning of Telescope Enclosure Structure and Equipment for International Liquid Mirror

Telescope Project at Devasthal, Nainital

Bid Document No. ____________________

COMPLETION SCHEDULE Bidder’s Name and Address : To The Director ARIES Manora Peak Nainital – 263129 Dear Sirs, We hereby declare that the following completion schedule shall be followed by us in supply and installing the equipment under the above project. The period is commencing from the date of Notification of Award.

Sr. No.

Activity Duration in weeks from NOA of Contract

1 Submission of Fabrication drawings

2 Fabrication of Telescope Enclosure Structure

3 Inspection of structure, Access platform and Accessories

4 Trial of Hatch Roof Cover Structure

5 Sand Blasting and Painting

6 Despatch and Receipt at Site

7 Erection of Structure

8 Erection of Equipment

9 Insulation

10 Completion of miscellaneous works and handing over

Date : (Signature) _______________________ Place : (Printed Name) ___________________ (Designation) _____________________

Page 123: Tender No. AO/ 2887/3-45/14-15 Date 02.01.2015 For ... · 1.2 Pre-qualifying Requirements 1.2.1 The Bidder should have manufactured, supplied, erected and commissioned minimum 3 numbers

299

(Common Seal) ___________________

Page 124: Tender No. AO/ 2887/3-45/14-15 Date 02.01.2015 For ... · 1.2 Pre-qualifying Requirements 1.2.1 The Bidder should have manufactured, supplied, erected and commissioned minimum 3 numbers

300

2. BID SECURITY FORM

BANK GUARANTEE

(To be stamped in accordance with Stamp Act, if any)

Bank Guarantee No. _____________ Date : To, Owners Name and Address Dear Sirs, In accordance with Invitation for Bids under your Bid Document No. _________ M/s. _____________________________________________ having its Registered / Head Office at ________________________________________________ (hereinafter called the Bidder) wish to participate in the said bid for (Name of Contract Package) _________________________________. As an irrevocable bank guarantee against bid security for an amount of Rs. _____________ valid for ___________ days from __________ (**) _____________ required to be submitted by the Bidder as a condition precedent for participation in the said bid which amount is liable to be forfeited on the happening of any contingencies mentioned in the Bidding documents. We, the________________________________________ (Name and Address of the Bank) _________________________ have our Head office at _____________________________(#) guarantee and undertake to pay immediately on demand by _______________________ (Name of the Owner) ____________________ the amount of __________ (*) __________ without any reservation, protest, demand and recourse. Any such demand made by the Owner shall be conclusive and binding on us irrespective of any dispute or difference raised by the Bidder. This Guarantee shall be irrevocable and shall remain valid upto ______ (@) ______ if any further extension of this guarantee is required, the same shall be extended to such required period (not exceeding one year) on receiving instructions from M/s. ____________________ (Contractor’s Name) _________________________ on whose behalf this guarantee is issued. It witness where of the bank, through its authorized office, has set its hand and stamp on this ____________________ day of _____________ 2011 ___________ at ______________

Page 125: Tender No. AO/ 2887/3-45/14-15 Date 02.01.2015 For ... · 1.2 Pre-qualifying Requirements 1.2.1 The Bidder should have manufactured, supplied, erected and commissioned minimum 3 numbers

301

WITNESS : ____________________________ __________________________ (Signature) (Signature) ____________________________ __________________________ (Name) (Name) ____________________________ __________________________ (Official Address) (Designation with

Bank Stamp) Attorney as per Power of Attorney No. _____________ Date __________________ Note : 1. (*) The amount shall be as specified in the Instructions to Bidders (**) This shall be the date of opening of bids. (#) Complete mailing address of the Head Office of the Bank to be given.

(@) This date shall be Ninety (90) days after the date set for opening of Part – II Price Bid.

2. The Bank Guarantee shall be from any nationalized bank. 3. The stamp paper of appropriate value shall be purchased in the name of guarantee

issuing Bank.

Page 126: Tender No. AO/ 2887/3-45/14-15 Date 02.01.2015 For ... · 1.2 Pre-qualifying Requirements 1.2.1 The Bidder should have manufactured, supplied, erected and commissioned minimum 3 numbers

302

3. FORM OF NOTIFICATION OF AWARD OF CONTRACT FOR SUPPLY AND ERECTION OF TELESCOPE ENCLOSURE AND EQUIPOMENT

NOTE : INSTRUCTIONS INDICATED IN ITALICS IN THIS NOTIFICATION OF AWARD ARE TO BE TAKEN CARE OF BY THE ISSUING AUTHORITY. Ref. No. Date : _____ (Contractor’s Name and Address) ________ _________________________________________ _________________________________________ Attn. : Mr. _____________________ Sub : Notification of Award of Contract for Supply, Erection and Commissioning of

Telescope Enclosure and Equipment for International Liquid Mirror Telescope Project at Devasthal, Nainital.

Dear Sir, 1.0 This has reference to the following :

i) Our Invitation for Bids (IFB) No. _________________ dated ____________.

ii) Bidding documents for the subject work issued to you vide our Letter No. ___________________ dated _______________ comprising the following :

______________ (List out all the Sections / Volumes of the Bidding Documents along with Bid Drawing etc. as issued to the Bidder) _________ Errata / Amendment No. _______________ to _____________ (Name of Section / Volume of the Bidding document to which Errata / Amendment pertains) ____________ to you vide our Letter No. ___________________ dated ______________ . (Applicable only if any Errata / Amendment to the Bidding Documents has been issued subsequently).

iii) Clarifications furnished to you on the bidding documents vide our Letter No. ______________________ dated _______________ based on the query raised by you / one of the prospective bidders. (Use as applicable).

(Applicable only if any clarification to the Bidding Documents has been issued subsequently).

Page 127: Tender No. AO/ 2887/3-45/14-15 Date 02.01.2015 For ... · 1.2 Pre-qualifying Requirements 1.2.1 The Bidder should have manufactured, supplied, erected and commissioned minimum 3 numbers

303

iv) Your proposal for the subject package submitted vide your Letter No. ______________ dated ______________ .

v) Our fax message / Letter No. _________________________ dated _______

regarding extension of validity of bid and that of the Bank Guarantee towards Bid Security.

(Applicable only if any extension has been sought subsequently).

vi) Post bid discussions and meetings we had with you from ____________ to ___________________ resulting into the following Minutes of Meeting enclosed herein with this Notification of Award :

2.0 We confirm having accepted your proposal submitted vide Letter No. ____________

___________________ dated _______________ read in conjunction with all the specifications, terms and conditions of the Bidding Documents and agreed Minuets of Meeting referred to in para 1.0 above and award on you the Contract for the work of _______________________________ (Indicate brief Scope of Work) __________ __________________________ of ________________________ (Name of work) ____________________________________ Specification No. _________________ (Hereinafter referred to as the ‘Contract’).

3.0 The total Contract price excluding taxes and duties for the entire scope of work under

the Contract shall be ____________________________ (Specify the amount) ________ __________________________ as per the following break up.

i) Ex-manufacturing works of ____________________________

dispatch price for Telescope Enclosure Structure & Equipment

ii) Price for Erection and Commissioning Including Insurance Charges _____________________________

iii) Transportation ______________________________ iv) Transit Insurance ______________________________ ------------------------------------------------ Total (i) + (II) + (III) + (IV) -----------------------------------------------

(_________ (Specify the total amount in words) _________________ )

4.0 You shall prepare and finalise the Contract Documents for signing of the formal Contract Agreement and shall enter into the Contract Agreement with us, as per the proforma enclosed with the Bidding Documents, on non-judicial stamp paper of appropriate value with ________ (Specify) _____________ days from the date of this Notification of Award.

5.0 This Notification of Award is being issued to you in duplicate. We request you to return its duplicate copy duly signed and stamped on each page by the authorized signatory of your company as a proof of your acknowledgement and confirmation.

Page 128: Tender No. AO/ 2887/3-45/14-15 Date 02.01.2015 For ... · 1.2 Pre-qualifying Requirements 1.2.1 The Bidder should have manufactured, supplied, erected and commissioned minimum 3 numbers

304

Please take the necessary action to commence the work and confirm action. Yours faithfully, For and on behalf of (Name of the Owner ) _______ (Authorized Signatory) Encl : As above

Page 129: Tender No. AO/ 2887/3-45/14-15 Date 02.01.2015 For ... · 1.2 Pre-qualifying Requirements 1.2.1 The Bidder should have manufactured, supplied, erected and commissioned minimum 3 numbers

305

4. FORM OF CONTRACT AGREEMENT THIS CONTRACT AGREEMENT is made the ________________ day of ________ 20 ___. BETWEEN (1) (Name of Owner and Institute), having its principal place at (Address of Owner) (Hereinafter called “The Owner”), and (2) (Name of Contractor), having its principal place of business at (Address of Contractor) (Hereinafter called “The Contractor”). WHEREAS the Owner desires, to engage the Contractor to manufacture, test, deliver, erect and commission Telescope Enclosure Structure and Equipment for International Liquid Mirror Telescope and the Contractor have agreed to such engagement upon and subject to the terms and conditions hereinafter appearing. NOW IT IS HEREBY AGREED as follows : Article 1. : Contract Documents 1.1 Contract Documents

The following documents shall constitute the Contract between the Owner and the Contractor, and each shall be read and construed as an integral part of the Contract : a) This Contact Agreement and the Appendices hereto b) Notification of Award of Contract c) Special Conditions of Contract d) Erection Conditions of Contact e) General Conditions of Contract f) Scope of Work g) Technical Specifications and Drawings h) Quality Assurance Plan i) Completion Schedule j) The Bid and Price Schedules submitted by the Contractor k) Procedures (as listed) l) Project Description

1.2 Order of Precedence

In the event of any ambiguity or conflict between the Contract Documents listed above, the order of precedence shall be the order in which the Contract Documents are listed in Article 1.1 (Contract Documents) above.

1.3 Definitions

Capitalized words and phrases used herein shall have the same meanings as are ascribed to them in the General Conditions of Contract.

Article 2 : Contract Price and Terms of Payment 2.1 Contact Price

The Owner hereby agrees to pay to the Contractor the Contract Price in consideration of the performance by the Contractor of its obligations hereunder. The

Page 130: Tender No. AO/ 2887/3-45/14-15 Date 02.01.2015 For ... · 1.2 Pre-qualifying Requirements 1.2.1 The Bidder should have manufactured, supplied, erected and commissioned minimum 3 numbers

306

Contact Price shall be (Amount in Rupees in Words) (Amount in figures), or such other sums as may be determined in accordance with the terms and conditions of the Contract.

2.2 Terms of Payment (Reference SCC)

The terms and procedures of payment according to which the Owner will reimburse the Contractor are given in Special Conditions of Contract.

Article 3 : Effective Date for Determining Time for Completion 3.1 Effective Date

The Time of Completion of the facilities shall be determined from the date of Notification of Award provided all of the following conditions have been fulfilled within a period of One (1) month from the date of said Notification of Award : a) This Contact Agreement has been duly executed for and on behalf on the

Owner and the Contractor. b) The Contractor has submitted to the Owner the contract performance

guarantee, and the advance payment guarantee. c) The Owner has paid the Contractor the Advance Payment.

Each party shall use its best efforts to fulfill the above conditions for which it is responsible as soon as practicable.

3.2 If the conditions listed under 3.1 are not fulfilled within One (1) month from the date of Notification of Award because of reasons attributable to the Owner the Contract would become effective only from the date of fulfillment of all the above mentioned conditions and. The parties shall discuss and agree on an equitable adjustment to the contract price and the time of completion and/or other relevant Conditions of the Contract.

3.3 However, if any of the conditions listed under 3.1 above are not fulfilled within two (2)

months from the date of notification of Award because of the reasons attributable to the contactor, the contract will become effective from the date of Notification of Award. In this case, contract price and / or time of completion shall not be adjusted.

Article 4 It is expressly understood and agreed by and between the Contractor and the Owner that the Owner is entering into this Agreement solely on its own behalf and not on behalf of any other person or entity. In particular it is expressly understood and agreed that the Government of India is not a party to this Agreement and has no liabilities, obligations or rights hereunder. It is expressly understood and agreed that the Owner is an independent legal entity with power and authority to enter into contracts solely on its own behalf under the applicable laws of India and the general principles of Contract Law. The Contractor expressly agrees, acknowledges and understands that the Owner is not an Agent, representative or Delegate of the Government of India. It is further understood and agreed that the Government of India is not and shall not be liable for any acts, omissions, commissions, breaches or other wrongs arising out of the Contract.

Page 131: Tender No. AO/ 2887/3-45/14-15 Date 02.01.2015 For ... · 1.2 Pre-qualifying Requirements 1.2.1 The Bidder should have manufactured, supplied, erected and commissioned minimum 3 numbers

307

IN WITNESS WHEREOF the Owner and the contractor have caused this Agreement to be duly executed by their duly authorized representatives the day and year first above written. Signed by for and on behalf of the Owner ______________________________________________________ (Signature) ______________________________________________________ (Title) in the presence of _______________________________________ Signed by for and on behalf of the Contractor ______________________________________________________ (Signature) ______________________________________________________ (Title) in the presence of _______________________________________ CONTRACT AGREEMENT Dated the ______________ day of _______________, 20 _______ BETWEEN _____________________________________________________ (“The Owner”) and _____________________________________________________ (“The Contractor”)

Page 132: Tender No. AO/ 2887/3-45/14-15 Date 02.01.2015 For ... · 1.2 Pre-qualifying Requirements 1.2.1 The Bidder should have manufactured, supplied, erected and commissioned minimum 3 numbers

308

5. FORM OF CONTRACT PERFORMANCE BANK GUARANTEE

Bank Guarantee No. _______________ Date _______________

To, (Owner’s Name and Address) Dear Sirs, In consideration of the __________ (Owners Name) ________ (hereinafter referred to as the Owner which expression shall unless repugnant to the context or meaning thereof, include its successors, administrators and assigns) having awarded to M/s. ________ (Contactor’s Name) ________________ with its Registered / Head Office at _______________ (hereinafter referred to as the “Contractor”, which expression shall unless repugnant to the context or meaning thereof, include its successors, administrators, executors and assigns), a contract by issue of Owners Notification of Award No. ____________ dated _________ and the same having been unequivocally accepted by the Contractor, resulting into a Contract Bearing No. ___________ dated _____________ valued at _______ for __________ (Name of the Contract) _____________________________ (hereinafter called the Contract) _________________________________ and the Contractor having agreed to provide a Contract Performance Guarantee for the faithful performance of the entire Contract equivalent to ______ (*) _____ % (______ percent) of the said value of the Contract to the Owner. We ______________ (Name and Address of the Bank) ________ having its Head Office at _____________________ (hereinafter referred to as the “Bank”, which expression shall , unless repugnant to the context or meaning thereof, include its successors, administrators, executors and assigns) do herby guarantee and undertake to pay the Owner on demand any and all monies payable by the Contractor to the extent of ______ (*) ________ as aforesaid at any time upto ___________ (@) ___________ (days / month / year) without any demur, reservation, contest, recourse or protest and/or without any reference to the Contractor. Any such demand made by the Owner on the Bank shall be conclusive and binding notwithstanding any difference between the Owner and the Contractor or any dispute pending before any Court, Tribunal, Arbitrator or any other authority. The Bank undertakes not to revoke this guarantee during its currency without previous consent of the Owner and further agrees that the guarantee herein contained shall be enforceable till ninety (90 days) after expiry of its validity. The Owner shall have the fullest liberty, without affecting in any way the liability of the Bank under this guarantee, from time to time to extend the time for performance of the Contract by the Contractor. The Owner shall have the fullest liberty, without affecting this guarantee, to postpone from time to time the exercise of any powers vested in them or of any right which they might have against the Contractor, and to exercise the same at any time in any manner, and either to enforce or to forbear to enforce any covenants, contained or implied, in the Contract between the Owner and the Contactor or any other course or remedy or security available to the Owner. The Bank shall not be released of its obligations under these presents by any exercise by the Owner of its liberty with reference to the matters aforesaid or any of them or by reason of any other act or forbearance or other acts of omission or commission on the part of the Owner or any other indulgence shown by the Owner or by any

Page 133: Tender No. AO/ 2887/3-45/14-15 Date 02.01.2015 For ... · 1.2 Pre-qualifying Requirements 1.2.1 The Bidder should have manufactured, supplied, erected and commissioned minimum 3 numbers

309

other matter or thing whatsoever which under law would, but for this provision, have the effect of relieving the Bank. The Bank also agrees that the Owner as its option shall be entitled to enforce this Guarantee against the Bank as a principal debtor, in the first instance without proceeding against the Contractor and notwithstanding any security or other guarantee that the Owner may have in relation to the Contactor’s liabilities. Notwithstanding anything contained hereinabove our liability under this guarantee is restricted to ___________ (*) ___________ and it shall remain in force upto and including _________________________ (@) ___________ and shall be extended from time to time for such period (not exceeding one year), as may be desired by M/s. __________________ (Contractor’s Name) ________________ on whose behalf this guarantee has been given. Dated this ________________ day of ______________ 20 ________ at _______________ WITNESS _______________________ Signature _________________________ (Signature) _______________________ Name ____________________________ (Name) _______________________ _________________________________ (Official Address) (Designation with Bank Stamp) Authorized Vide Power of Attorney NO. _________________________ Dated ________________ Notes : 1. (*) This sum shall be ten percent (10%) of the Contract Price.

(@) This date will be ninety (90) days after the end of Defect Liability Period as specified in the Contract.

2. The Bank Guarantee shall be from a Nationalized Bank. 3. The stamp papers of appropriate value shall be purchased in the name of guarantee

issuing Bank or the Party on whose behalf the BG is being issued. The Bank Guarantee shall be issued on a stamp paper of value as applicable in the State of India from where BG has been issued or the State of India from where the BG shall b operated, whichever is higher.

Page 134: Tender No. AO/ 2887/3-45/14-15 Date 02.01.2015 For ... · 1.2 Pre-qualifying Requirements 1.2.1 The Bidder should have manufactured, supplied, erected and commissioned minimum 3 numbers

310

6. FORM OF BANK GUARANTEE FOR ADVANCE PAYMENT

Bank Guarantee No. _______________ Date _______________

To, (Owner’s Name and Address) Dear Sirs, In consideration of the __________ (Owners Name) ________ (hereinafter referred to as the Owner which expression shall unless repugnant to the context or meaning thereof, include its successors, administrators and assigns) having awarded to M/s. ________ (Contactor’s Name) ________________ with its Registered / Head Office at _______________ (hereinafter referred to as the “Contractor”, which expression shall unless repugnant to the context or meaning thereof, include its successors, administrators, executors and assigns), a contract by issue of Owners Notification of Award No. ____________ dated _________ and the same having been unequivocally accepted by the Contractor, resulting into a Contract Bearing No. ___________ dated _____________ valued at _______ for __________ (Name of the Contract) _____________________________ (hereinafter called the Contract) and the Owner having agreed to make an advance payment to the Contractor for performance of the above Contact amounting _________________ (in words and figures) as an Advance against Bank Guarantee to be furnished by the Contractor. We ______________ (Name and Address of the Bank) ________ having its Head Office at _____________________ (hereinafter referred to as the “Bank”, which expression shall , unless repugnant to the context or meaning thereof, include its successors, administrators, executors and assigns) do herby guarantee and undertake to pay the Owner, immediately on demand any or, all monies payable by the Contractor to the extent of ______ (Advance amount) ________ as aforesaid at any time upto ___________ (@) ___________ without any demur, reservation, contest, recourse or protest and/or without any reference to the Contractor. Any such demand made by the Owner on the Bank shall be conclusive and binding notwithstanding any difference between the Owner and the Contractor or any dispute pending before any Court, Tribunal, Arbitrator or any other authority. The Bank undertakes not to revoke this guarantee during its currency without previous consent of the Owner and further agrees that the guarantee herein contained shall be enforceable till ninety (90 days) after expiry of its validity. The Owner shall have the fullest liberty, without affecting in any way the liability of the Bank under this guarantee, from time to time to vary the advance or to extend the time for performance of the Contract by the Contractor. The Owner shall have the fullest liberty, without affecting this guarantee, to postpone from time to time the exercise of any powers vested in them or of any right which they might have against the Contractor, and to exercise the same at any time in any manner, and either to enforce or to forbear to enforce any covenants, contained or implied, in the Contract between the Owner and the Contactor or any other course or remedy or security available to the Owner. The Bank shall not be released of its obligations under these presents by any exercise by the Owner of its liberty with reference to the matters aforesaid or any of them or by reason of any other act or forbearance or other acts of omission or commission on the part of the Owner or any other

Page 135: Tender No. AO/ 2887/3-45/14-15 Date 02.01.2015 For ... · 1.2 Pre-qualifying Requirements 1.2.1 The Bidder should have manufactured, supplied, erected and commissioned minimum 3 numbers

311

indulgence shown by the Owner or by any other matter or thing whatsoever which under law would, but for this provision, have the effect of relieving the Bank. The Bank also agrees that the Owner as its option shall be entitled to enforce this Guarantee against the Bank as a principal debtor, in the first instance without proceeding against the Contractor and notwithstanding any security or other guarantee that the Owner may have in relation to the Contactor’s liabilities. Notwithstanding anything contained hereinabove our liability under this guarantee is limited to ___________ (advance payment) ___________ and it shall remain in force upto and including _________________________ (@) ___________ and shall be extended from time to time for such period (not exceeding one year), as may be desired by M/s. __________________ (Contractor’s Name) ________________ on whose behalf this guarantee has been given. Dated this ________________ day of ______________ 20 ________ at _______________ WITNESS _______________________ Signature _________________________ (Signature) _______________________ Name ____________________________ (Name) _______________________ _________________________________ (Official Address) (Designation with Bank Stamp) Authorized Vide Power of Attorney NO. _________________________ Dated ________________ Notes : 1. (@) This date will be thirty (30) days beyond the date of Completion of the works

covered under the Contract.

2. The Bank Guarantee shall be from a Nationalized Bank. 3. The stamp papers of appropriate value shall be purchased in the name of guarantee

issuing Bank or the Party on whose behalf for BG is being issued. The Bank Guarantee shall be issued on a stamp paper of value as applicable in the State of India from where BG has been issued or the State of India from where the BG shall b operated, whichever is higher.

Page 136: Tender No. AO/ 2887/3-45/14-15 Date 02.01.2015 For ... · 1.2 Pre-qualifying Requirements 1.2.1 The Bidder should have manufactured, supplied, erected and commissioned minimum 3 numbers

312

PART - II

PRICE BID

Page 137: Tender No. AO/ 2887/3-45/14-15 Date 02.01.2015 For ... · 1.2 Pre-qualifying Requirements 1.2.1 The Bidder should have manufactured, supplied, erected and commissioned minimum 3 numbers

313

PART - II

INDEX

Bid form 3 Sheets

Price Schedule – Summary of Annexure – ‘A’ 3 Sheets

Price Schedule – Annexure ‘A’ 1 Sheet Supply and Erection of Telescope Enclosure

Structure and Equipment

Page 138: Tender No. AO/ 2887/3-45/14-15 Date 02.01.2015 For ... · 1.2 Pre-qualifying Requirements 1.2.1 The Bidder should have manufactured, supplied, erected and commissioned minimum 3 numbers

1

BID FORM (TO BE ENCLOSED WITH PART – II PRICE BID) Name of Work : Manufacture, Supply, Erection and Commissioning of

Telescope Enclosure Structure and Equipment for International Liquid Mirror Telescope Project at Devasthal, Nainital

To, The Director Aryabhatta Research Institute of Observational Sciences (ARIES) Manora Peak, Nainital – 263 002, Uttarakhand Sir, 1.0 Having examined the Bidding Document No. _____________ including subsequent

amendments ____________________ and clarifications ____________________, if any (Insert Numbers), the receipt of which is hereby acknowledged, we the undersigned, offer to manufacture, test, supply, erection and commission (including carrying out Performance Guarantee Test) the Telescope Enclosure and Equipment under the above named Contract in full conformity with the said Bidding Documents for the sum of (excluding all taxes and duties indicated by us in the price schedule grand summary) Rs. _________________________________________ (__________________________________________________________________)

(Amount in Words) (Rs. ___________________________) (Amount in Figures)

2.0 Attachment to Price Bid

In line with the requirement of the Bidding Documents we have enclosed following attachments to the Bid form in Part – I – Technical Bid. a) Attachment – 1 : Bid Security in the form of _______________________ for

a sum of __________________________________________________ (amount in Rs. in words and figures) valid for a period of 90 days from the date set for opening of Part – II Price Bid).

b) Attachment – 2 : A Power of Attorney duly authorized by a Notary Public

indicating that the person(s) signing the bid has/have the authority to sign the bid and thus that the bid is binding upon us during the full period of its validity in accordance with the ITB.

c) Attachment - 3 : The documentary evidence establishing in terms of Section

– II ITB, that we are qualified to perform the Contract if our bid is accepted. d) Attachment – 4 : The variations and deviations from the requirements of the

General Conditions of Contract, Special Conditions of Contract, Scope of Work, Technical Specifications and Drawings, in your format enclosed with the Bidding documents, indicating, interalia, the cost of withdrawal of the variations and deviations indicated therein.

Page 139: Tender No. AO/ 2887/3-45/14-15 Date 02.01.2015 For ... · 1.2 Pre-qualifying Requirements 1.2.1 The Bidder should have manufactured, supplied, erected and commissioned minimum 3 numbers

2

e) Attachment – 5 ; Confirmation and clarification to important technical aspects. f) Attachment – 6 : Drawings as specified in Bid document. g) Attachment – 7 : Quality Assurance Programme containing the overall

quality management and procedures which we propose to follow during various phases of execution of the contract.

h) Attachment – 8 : Additional Information provided by us.

i) Attachment – 9 : Completion Schedule

3.0 PRICE SCHEDULE 3.1 In line with the requirements of the bidding documents, we enclose herewith the

following Price Schedule, dully filled in as per your proforma :

Price Schedule : Summary of Annexure – “A” plus price

towards transportation, insurance and

taxes and duties

Price Schedule Annexure – “A”: Ex-work Supply, Erection,

Commissioning and Testing of

Telescope Enclosure Structure and

Equipment

3.2 We are aware that the Price Schedules do not generally give a full description of the

work to be performed under each item and we shall be deemed to have read the Technical Specifications, Drawings and other Sections of the Bidding Documents to ascertain the full scope of work included in each item while filling in the prices. We agree that the entered prices shall be deemed to include the full scope as aforesaid, including overheads and profit.

3.3 We declare that as specified in the Special Conditions of Contract, prices quoted by

us in the Price Schedules shall remain firm till completion of works. 3.4 We understand that in the price schedule, where there are errors between the total of

the amounts given under the column for the Price Breakdown and the amount given under the total price, the later shall prevail and all the former prices will be corrected proportionately. We further understand that where there is discrepancy between amounts stated in figures and amounts stated in words, the amount stated in words shall prevail.

3.5 We declare that prices left blank in the Schedules will be deemed to have been

included in the prices of other items. The Total of each schedule and the Total of grand summary shall be deemed to be the total price for executing the facilities in complete accordance with the Contract, whether or not each individual item has been priced.

4.0 We confirm that except as otherwise specifically provided, our Bid Prices include all

taxes, duties, levies and charges as may be assessed on us, our Sub-Contractor / Sub-Vendor by all municipal, state or national government authorities.

Page 140: Tender No. AO/ 2887/3-45/14-15 Date 02.01.2015 For ... · 1.2 Pre-qualifying Requirements 1.2.1 The Bidder should have manufactured, supplied, erected and commissioned minimum 3 numbers

3

4.1 100% of applicable taxes and duties which are payable by the Owner under the

Contract shall be reimbursed by the Owner to the Contractor after receipt of equipment / spares at site and on production of satisfactory documentary evidence by the Contractor.

4.2 We confirm that we shall get registered with the concerned Sales Tax Authorities in

the State where the project is located. 4.3 We confirm that all taxes, duties and levies in respect of local transportation and

insurance, other local costs incidental to delivery of plant and equipment and erection and commissioning and also taxes, duties and levies used for such construction works and erection and commissioning shall be to our account and no separate claim in this regard will be entertained by the Owner.

5.0 We undertake, if our bid is accepted, to commence work on the facilities immediately

upon your notification of award to us and to achieve completion of works and conduct performance tests within the time specified in the Bidding Documents.

6.0 If our bid is accepted, we undertake to provide Advance Payment Guarantee,

Contact Performance Guarantee in the form and amounts and within the times specified in the Bidding Documents.

7.0 We agree to abide by this bid for a period of 90 days from the date of opening of Part

– II : Price bid as stipulated in the bidding documents and it shall remain binding upon us and may be accepted by you at any time before the expiration of that period.

8.0 Until a formal contract is prepared and executed between us, this bid, together with

your written acceptance thereof in the form of your Notification of Award shall constitute a binding contract between us.

9.0 We understand that you are not bound to accept the lowest or any other bid you may

receive. Dated this ____________________ day of _____________ 200______________ Thanking you, we remain Yours faithfully, Date : Signature ________________________ Place : Printed Name ____________________ Designation ______________________ Common Seal ____________________ Business Address : Fax No. : Phone No. :

Page 141: Tender No. AO/ 2887/3-45/14-15 Date 02.01.2015 For ... · 1.2 Pre-qualifying Requirements 1.2.1 The Bidder should have manufactured, supplied, erected and commissioned minimum 3 numbers

1

MANUFACTURE, SUPPLY, ERECTION & COMMISSIONING OF TELESCOPE LIFTING CRANE AND OTHER ENCLOSURE EQUIPMENT FOR

INTERNATIONAL LIQUID MIRROR TELESCOPE PROJECT AT DEVASTHAL - NAINITAL

PRICE SCHEDULE - SUMMARY OF ANNEXURE 'A'

Amount on which

Sr. Description Taxes / Duties / Rate Amount Total Amount

No. Levies Applicable % in Rs. in Rs.

in Rs.

1 2 3 4 5 6

A) Price for Supply of Telescope Enclosure Structure & Equipment

1 Price for Ex-works supply of Telescope Enclosure Structure and ---- ---- ----

equipment as per Annexure - 'A'

2 Taxes and Duties on A-1

i) Excise Duty ----

ii) Special Excide Duty ----

iii) Education Cess ----

iv) CST ----

v) VAT ----

vi) Octroi ----

Sub Total (i) to (vii) ---- ---- ----

3 Inland Transport Charges for entire supply ---- ---- ----

4 Taxes and Duties on A-3

i) Service Tax ----

ii) Education Cess ----

Page 142: Tender No. AO/ 2887/3-45/14-15 Date 02.01.2015 For ... · 1.2 Pre-qualifying Requirements 1.2.1 The Bidder should have manufactured, supplied, erected and commissioned minimum 3 numbers

2

Sub Total (i) + (ii) ---- ---- ----

5 Transit Insurance for entire supply ---- ---- ----

6 Taxes and Duties on A-5

i) Service Tax ----

ii) Education Cess ----

Sub Total (i) + (ii) ---- ---- ----

Sub Total of 'A' (1 to 6) ---- ---- ----

B) Price for Erection and Commissioning and Testing including Insurance

Charges

1 Price for Erection and Commissioning (Basic Price) of Telescope ---- ---- ----

Enclosure Structure and Equipment

2 Taxes and Duties applicable on B – 1

i) Service Tax ----

ii) Education Cess ----

iii) CST ----

iv) VAT ----

v) Works Contract Tax ----

Sub Total of (i) to (v)

---- ---- ----

Page 143: Tender No. AO/ 2887/3-45/14-15 Date 02.01.2015 For ... · 1.2 Pre-qualifying Requirements 1.2.1 The Bidder should have manufactured, supplied, erected and commissioned minimum 3 numbers

3

Sub Total of 'B' (1 to 2)

Total "A" + "B" In Figure In Words