You are on page 1of 33

ASSAM STATE TRANSPORT CORPORATION

Paltanbazar, Guwahati-781008
Ph: 0361-2739552, Fax- 0361-2730726
Email id:- astc2009@gmail.com
Website:- www.astc.assam.gov.in

Tender Document
for
Installation and Construction of Electric Vehicle Charging Station
(Fast Charger)

NIT No. ASTC/FAMEi/1730/17-18/1190 dtd:-19.03.2019

Price of Tender Document Rs. 500.00

1
OFFICE OF THE MANAGING DIRECTOR
ASSAM STATE TRANSPORT CORPORATION, PALTANBAZAR
GUWAHATI-781008

NIT No:- ASTC/FAMEi/1730/17-18/1190 dtd:-19.03.2019

Short Tender Notice

ASTC invites sealed tenders in two bid system for installation and construction of
electric vehicle charging station at different places of the Corporation.

Interested tenderers having knowledge of installation of electrical vehicle charging


station may collect the tender document from the office of the undersigned on any working
day during office hours on payment of Rs. 500.00 (Rupees Five Hundred) only in cash at the
cash counter of ASTC, H.O.

The tender document can also be downloaded from our website:


www.astc.assam.gov.in w.e.f. 20.03.2019 up to 26.03.2019. Any new information related to
the tender document will be published in the website only. In case the tender document is
downloaded from the website and tender is submitted, the tender document fee of Rs.500.00
(Rupees Five Hundred) only in the form of bank draft drawn in favour of the Managing
Director, ASTC, payable at SBI, South Guwahati, Assam shall have to be submitted along
with the Technical Bid.

-Sd/-
(A. P. TIWARI, IPS)
Managing Director,
A.S.T. Corporation, Guwahati

2
ASSAM STATE TRANSPORT CORPORATION
Paltanbazar, Guwahati-781008

NIT No:- ASTC/FAMEi/1730/17-18/1190 dtd:-19.03.2019

IMPORTANT DATES

1. Last date of sale of tender documents : 26.03.2019


2. Last date & time of submission of tender : 27.03.2019 up to 1.00 PM
3. Date & time of opening of technical bid : 27.03.2019 at 3.00 PM

N.B.

1. Only the technical bids will be opened on 27.03.2019 at 3.00 PM which will be
reviewed by a Technical Committee.
2. Technical Committee may visit the bidder’s firm if it is felt necessary.
3. On receiving the Technical Committee report, the financial bids of only technically
qualified bidders shall be opened on a subsequent date, which will be informed to the
qualified bidders in due time.
4. The tenderers or their authorized representative may remain present at the time of
opening of bids.
5. Special Note For Goods & Service Tax (GST)
The Goods & Service Tax (GST) is implemented with effect from 1 st’July, 2017 in
India. Accordingly VAT/Sales Tax will be discontinued and these taxes will be
subsumed to GST. GST will be payable on all goods. Hence, all bidders having VAT
Registration (TIN) need to register with GST for continuing any transaction with
ASTC. Copy of certificate mentioning GST registration number needs to be submitted
with the tenders in the technical bids. Tender submitted without GST registration will
be liable for rejection.

-Sd/-
Chief Engineer (A&T)
Assam State Transport Corporation
Guwahati-08

3
ASSAM STATE TRANSPORT CORPORATION
Paltanbazar, Guwahati-781008
NIT No:-ASTC/FAMEi/1730/17-18/1190 dtd:-19.03.2019

GENERAL INSTRUCTION TO TENDERERS

1. The tenderers should submit tenders in sealed envelope superscribing the Tender
Notice No. ASTC/FAMEi/1730/17-18/1190 dtd:-19.03.2019. and “Tender for
installation and construction of electric vehicle charging station (fast charger)”
on the top of the envelope and it should be addressed to the Managing Director,
ASTC.
2. Tenders received late will not be considered and postal delay will not be entertained in
case the bidder sends his/her tender through post or courier.
3. The tenderer is requested to go through the instructions, terms and conditions carefully
before quoting the rates in the tender schedule and comply with the same.
4. The tenderer should satisfy & comply with all the terms and conditions and
instructions, which are mentioned in the tender notice and in this tender document
5. The Corporation reserves the right to delete any item/work or to increase/decrease the
quantity of any item/work from the tender schedule.
6. The Corporation reserves the right to accept/reject any/all the tenders without
assigning any reason thereof.
7. The Corporation reserves the right to cancel the tender process at any stage without
assigning any reason thereof.
8. Any company/firm which has been blacklisted either by the Tender Inviting Authority
or by any State Government or Central Government organization should not
participate in the tender during the period of blacklisting.

9. Tender document fee:- Interested tenderers may collect the tender document from the
office of the Managing Director, ASTC, Paltanbazar, Guwahati-08, Assam on any
working day during office hours on payment of Rs. 500.00 (Rupees Five Hundred)
only in cash at the cash counter. The tender document can also be downloaded from
our website: www.astc.assam.gov.in till 26.03.2019. In case, the tender document is d-
ownloaded from the website and tender is submitted, the tender document fee of
Rs.500.00 (Rupees Five Hundred) only in the form of bank draft drawn in favour of
the Managing Director, Assam State Transport Corporation, payable at SBI,
South Guwahati, Assam shall have to be submitted along with the technical bid. The
tender document fee is non refundable.

10. Procedure for submission of Tender:-


Tenderer should note that they will have to submit 2 (Two) separate sealed envelopes
as mentioned below:
4
A. Envelope No 1 [TECHNICAL BID]: The first envelope shall be addressed to
the Managing Director, ASTC, Paltanbazar, Guwahati-08. The tenderer should
mention bidder’s address on the same envelope & clearly mark as
“ENVELOPE NO. 1 -Technical Bid for installation and construction of
electric vehicle charging station (fast charger)” and shall superscribe
technical bid & tender notice number and should furnish and submit the
following information and documents as per the format of technical bid.

a) Earnest Money Deposit:-


The Technical Bid must be accompanied by EARNEST MONEY
DEPOSIT (EMD) in the form of Demand Draft/ Bankers Cheque in
favour of “Managing Director, ASTC” payable at SBI, South
Guwahati, Assam. EMD submitted in any other form or bids submitted
without EMD shall not be entertained. The amount of EMD shall be Rs
50,000.00 (Rupees Fifty Thousand) only. The EMD of the successful
bidder shall be retained till the completion of the process but shall not carry
any interest. If the successful bidder fails to execute the agreement and/or
fails to deposit the performance security amount within the specified time
or withdraws his/her bid within the validity period of the bid, the EMD
shall be forfeited.

I. Full Name & address of the bidder.


II. Contact/Telephone No.
III. FAX No.
IV. Email ID.
V. GST registration certificate and latest GST return filed.
VI. Income tax return certificate.
VII. Documents in support of address proof.
VIII. Tender document fee submission record/money receipt/demand draft.
IX. Earnest Money Deposit (EMD) demand draft/banker’s cheque.
X. A copy of tender document duly sealed & signed by authorized
signatory of the bidder on each page should be submitted along with
the technical bid.
B. Envelope No.2 [Financial bid/Envelope for Rates]:-
The Second Envelope shall be clearly addressed to the Managing Director
ASTC, Paltanbazar, Guwahati-08. The tenderer should mention bidder’s
address on the same envelope and clearly mark as “Envelope No. 2 -
Financial Bid for Quotation of installation and construction of electric
vehicle charging station (fast charger)” and shall contain only the “rates of
installation and construction of electric vehicle charging station (fast charger).”
b) Rates quoted:-
The bidder shall submit the Financial Bid (Envelope 2) as per the given
formats in the tender document. The rates quoted shall be inclusive of excise

5
duty, packing & forwarding charge, freight, transit insurance and any other
charges. The amount of Tax (GST) should be indicated separately.
c) The two envelopes i.e. Envelope 1 & Envelope 2 are to be enclosed in a
common envelope super scribing the NIT No., NIT subject and address of the
bidder. The common envelope should be addressed to the Managing Director,
ASTC, Paribahan Bhawan, Paltan Bazar, Guwahati-08. The common sealed
envelope should be submitted in the tender drop box in the office of the
Managing Director, ASTC, Paltan Bazar, Guwahati-08.
d) The tenderer should note that in case Envelope No. 1 does not contain copies
of GST registration certificate, latest GST return filed and income tax return
certificate, Envelope No. 2 will not be opened and the offered tender will be
liable for rejection.
e) The tenderer should quote the rates duly signed with date and seal of the firm
in the financial bid only. He/She should not quote the rates anywhere directly
or indirectly in Envelope No.1. The rates should be quoted in both digits and
letters and should not be overwritten. If done so, the tender will be rejected.
The rates should be quoted in INR only.
f) If there is any correction in tender, every correction/s in the rates should be
initiated by the tenderer or his/her authorized signatory.
g) The tenderer should clearly specify the installation and construction costs of all
civil and electrical works required as per the formats given in the tender
document.
h) Tenderer must follow all terms and conditions. If he/she fails to follow any of
the terms and conditions, his/her tender will be liable for rejection.
i) The tenderer who meets our specifications as well as quality of the items/work
will be considered as successful bidder.
j) Tenderer whose rates are accepted as per specifications & quality will be
informed about the same.
k) All correspondences shall have to be made in English only.

-Sd/-
Chief Engineer (A&T)
Assam State Transport Corporation
Guwahati-08

6
ASSAM STATE TRANSPORT CORPORATION
Paltanbazar, Guwahati-781008

NIT No:- ASTC/FAMEi/1730/17-18/1190 dtd:-19.03.2019

TERMS AND CONDITIONS FOR INSTALLATION AND


CONSTRUCTION OF ELECTRIC VEHICLE CHARGING STATION
(FAST CHARGER)

1. The rates should be quoted as F.O.R. Destination at ASTC Central Workshop,


Rupnagar, Guwahati-32 and Swagat RO, NH-37, Betkuchi, Guwahati-35.
2. In the first phase, the installation and construction will be carried out at the above
mentioned locations of the Corporation. Subsequently, the same work may be
extended to other locations of the Corporation in a phased manner as and when
required.
3. Bidder should have knowledge of installation and construction of electrical vehicle
charging station.
4. The proprietor or any of the partner/s of the bidder should have graduation degree in
Electrical/Civil engineering.
5. Bidder must be a registered contractor of Assam Power Distribution Company
Limited (APDCL).
6. The GST rates, if any, whether inclusive or not, must be clearly stated in percentage
and calculated in amount.
7. The validity period for the rates offered should be clearly mentioned and it should be
minimum 1 (One) year from the date of opening of tender & should conform to our
specifications.
8. COMPLETION PERIOD
a) Installation and construction of electric vehicle charging station (fast charger) at
ASTC Central Workshop, Rupnagar, Guwahati-32 and Swagat RO, NH-37,
Betkuchi, Guwahati-35 has to be completed within 30 (Thirty) days from the date
of issue of work order. In case of any delay in completion of work, price reduction
as indicated in the “General Contract Conditions” (GCC) shall be applicable.
b) In case the selected contractor fails to execute the said work or related obligations
within stipulated time, the Tender Inviting Authority will be at liberty to get the
work executed through an alternative agency at the complete risk and cost of the
contractor.
c) If the cost of executing the work as aforesaid exceeds the balance payments due to
the selected contractor and the contractor fails to make good the ‘additional cost’,
the Tender Inviting Authority may recover it from the contractor’s pending claims
against any work in ASTC in any other lawful manner.
d) The calculation of aforesaid ‘additional cost’ will be finalized by the Tender
Inviting Authority at its sole discretion. The selected contractor shall have no right
to challenge the mode or amount relating to calculation at any forum.

7
9. Extension of Completion Period: The completion period mentioned in work order may be
extended:
I. If the completion period is delayed due to reasons such as Act of God, Act of Public
Enemy, Wars, Act of Government, Fires, Floods, Quarantine, Restrictions, Strikes and
Freight Embargoes, the completion period may be extended.
II. Bidder will have to give notice within 10 days to this Corporation in writing in his/her
claim for an extension of the completion period. After receipt of such notice and
verification, if necessary, the completion period will be extended but without
prejudice to other terms and conditions of the work order and the tender document.
III. If the bidder does not complete the work even after expiry of extended completion
period, then ASTC will be entitled to recover liquidated damages from the bidder.
10. The Corporation reserves the right to accept/reject any/all quotation/s without assigning any
reasons and is not binding to accept the lowest rate. The Corporation reserves the right to
delete any item/work from the tender enquiry.
11. PAYMENT CONDITIONS:- Payment will be done after the completion of the work and
due approval by the Corporation.
12. Inspection of Work:- The work will be inspected by our officials/representatives after the
completion of work. The bidder should inform the date of completion of work.
13. Road Permit:-
ASTC will not be responsible for arranging road permits for shipment of goods. It will be the
responsibility of the successful bidder to obtain road permits from the concerned authority.
14. Cancellation of Work Order: Corporation reserves the right to cancel the work order on
following grounds:
a) If the bidder fails to complete the work within the completion period or even during
the extension period granted by ASTC or in case the bidder has not completed the
work and has not applied for extension of completion period.
b) If the bidder fails to follow the terms and conditions as mentioned in the tender
document or conditions mentioned in the work order.
c) If the bidder is found defaulter.
15. The Corporation reserves the right to place an order to any party who is ready to complete
the work at the accepted rate for the work cancelled. The Corporation reserves the right to
place an order at 2nd lowest rate if any bidder is not ready to complete the work at 1st lowest
rate for work whose order is cancelled (which was placed on 1 st lowest rate but party failed to
complete the work).
16. Disputes: - If any dispute or difference, question what so ever arises, the same shall have to
be settled within jurisdiction of Guwahati, Assam.

Enclo: 1. Tender Schedule (Technical Bid).


2. Tender Schedule (Financial Bid).

-Sd/-
Chief Engineer (A&T)
Assam State Transport Corporation
Guwahati-08

8
ASSAM STATE TRANSPORT CORPORATION
Paltanbazar, Guwahati-781008

NIT No:- ASTC/FAMEi/1730/17-18/1190 dtd:-19.03.2019


[Format for Technical Bid]

Dept. Purchase Section, HO, ASTC, Guwahati

Sl. Particulars Remarks


No.

1. Full Name & Address of Bidder Documents submitted


(Yes/No)

2. Mobile/ Telephone No. of Bidder

3. FAX No

4. Email ID

5. Documents in support of address proof Documents submitted


(Yes/No)
6. Tender document fee submission record/money Documents submitted
receipt/demand draft (Yes/No)
7. Earnest Money Deposit (EMD) demand draft Documents submitted
(Yes/No)
8. GST No. with GST registration certificate Documents submitted
(Yes/No)
9. PAN Card Documents submitted
(Yes/No)
10. Registration with govt. & semi govt./ASRTU approved Documents submitted
certificate (Yes/No)
11. Trade License Documents submitted
(Yes/No)
12. Latest GST return filed Documents submitted
(Yes/No)
13. Income tax return certificate Documents submitted
(Yes/No)
14. Experience of work in Govt./STU/ASTC (in years). Documents submitted
(Yes/No)

9
N.B.

a) Copy of Trade License, GST registration certificate and latest GST return filed should be
enclosed.
b) Any other information the bidder desires to furnish.
c) Experience of supplying to any STU/Govt/Semi Govt. department.

I/We agree to all terms and conditions of Tender document as per Tender notice
No:…………….………………………………………………dtd:……………………….

Name of the Firm: Signature of the Tenderer:

Seal of the Firm: Date:

10
ANNEXURE I :- DRAWING OF OFFICE SITE (RUPNAGAR & SWAGAT, R.O.)

NIT No:- ASTC/FAMEi/1730/17-18/1190 dtd:-19.03.2019

11
ANNEXURE II :- DRAWING OF EQUIPMENT ROOM (RUPNAGAR & SWAGAT R.O.)

NIT No:- ASTC/FAMEi/1730/17-18/1190 dtd:-19.03.2019

12
ANNEXURE III :- DRAWING OF EQUIPMENT PAD

NIT No:- ASTC/FAMEi/1730/17-18/1190 dtd:-19.03.2019

13
ASSAM STATE TRANSPORT CORPORATION
Paltanbazar, Guwahati-781008

TENDER SCHEDULE [Financial Bid]


NIT No:- ASTC/FAMEi/1730/17-18/1190 dtd:-19.03.2019

Dept. Purchase Section, HO, ASTC, Guwahati


NB: Please read carefully all instructions, terms & conditions before quoting the rates.

I. Full Name and address of the Bidder :

II. Office address :

III. Telephone No :

IV. Telex No :

V. Fax No. :

VI. Email ID :

VII. Passport size photograph of :


owner of the firm

N.B.
a) Rate of discount/rebate etc. offered-
b) Any other information the bidder desires to furnish.

I/We agree to all terms and conditions of tender documents as per tender notice
no:…………………………………………………………………...dtd:………………………
.

Name of the Firm: Signature of the Tenderer

Seal of the Firm: Date:

14
ANNEXURE IV :- BOQ for Civil Work for making Electric Vehicle charging shed in
connection with Electrical Vehicle at Swagat R.O

NIT No:- ASTC/FAMEi/1730/17-18/1190 dtd:-19.03.2019

Sl. DESCRIPTION OF ITEM QTY UNIT RATE AMOUNT

No

`1. Earth work in excavation of foundation trenches ordrains, in 5.00 M3


all sorts of soil (including mixed soil butexcluding laterite or
sandstone) including removing,spreading or stacking the
spoils within a lead of 75 m. as directed. The item includes
necessary trimming the sides of trenches, levelling, dressing
and ramming thebottom, bailing out water as required
complete. Depth of excavation not exceeding 1,500 mm.

2. Single Brick Flat Soling of picked jhama bricks including 12.00 M2


ramming and dressing bed to proper level and filling joints
with local sand.

3. Cement concrete with graded stone ballast (40 mm size 1.00 M3


excludingshuttering)In ground floor [Pakur Variety] 1:3:6
proportion

4. Ordinary Cement concrete (mix 1:1.5:3) with graded stone 6.00 M3


chips (20 mmnominal size) excluding shuttering and
reinforcement if any, in ground flooras per relevant IS
codes.Pakur Variety

5. Reinforcement for reinforced concrete work in all sorts of 582.50 Kg.


structures including distribution bars, stirrups, binders etc
initial straightening and removal of loose rust (if necessary),
cutting to requisite length, hooking and bending to correct
shape, placing in proper position and binding with 16 gauge
black annealed wire at every intersection, complete as per
drawing and direction. For works in foundation, basement and
up to roof of ground floor/up to 4 m Tor steel/Mild Steel

6. M.S. structural works in columns, beams etc. with simple 1150.0 Kg


rolled structural members (e.g. joists, angle, channel sections 0
conforming to IS: 226, IS: 808 & SP (6)- 1964 connected to
one another with bracket, gussets, cleats as per design,
direction of Engineer-incharge complete including cutting to
requisite shape and length, fabrication with necessary bolting,
metal arc welding conforming to IS: 816- 1969 & IS: 1995
using electrodes of approved make and brand conforming to
IS:814- 2004, haulage, hoisting and erection all complete. The
rate includes the cost of rolled steel section, consumables such
as electrodes, gas and hire charge of all tools and plants and

15
labour required for the work including all incidental chages
such as electricity charges, labour insurance charges etc.For
Structural Works in Roof Trusses etc. using joists, channels
and angles of specified section weighing less than 22.5 kg/ m

7. M.S. structural works with hollow sections (square or 1750.0 Kg


rectangular shape) conforming to IS: 806-1968 & IS:1161- 0
1998) connected to one another with bracket, gusset, cleat as
per design, drawing & direction of Engineer-in-Charge
complete including cutting to requisite shape & size,
fabrication including metal arc welding conforming to IS:
816-1969 & IS: 9595 using electrodes of approved make and
brand conforming to IS:814- 2004, haulage, hoisting and
erection all complete. For roof truss works, Span up to 12 Mtr

8. Priming one coat on steel or other metal surface with 65.00 M2


synthetic oil bound primer of approved quality including
smoothening surfaces by sandpapering etc.

9. Painting with best quality synthetic enamel paint of 65.00 M2


approved make and brand including smoothening surface by
sand papering etc. including using of approved putty etc. on
the surface, if necessary :On steel or other metal surface
:With super gloss (hi-gloss) - Two coats (with any shade
except white)

10. Supplying, fitting & fixing Zn-Al alloy (55% Al & 45% 75.00 M2
Zn)coating of 150 grams per sq. metre (followed by
colourcoated on both side) steel sheet work having minimum
yieldstrength of 550 Mpa of trapizoidal profile of approved
make(excluding the supporting frame work) fitted and fixed
with55 mm & 25 mm self tapping screw, EPDM Washer 16
mmdia& 3 mm th.washer etc. complete with 150 mm end
lapand one corrugation minimum side lap. (Payment to be
madeon area of finished work). (i) In Roof:- With 0.5 mm
thick sheet

11. Removal of rubbish,earth etc. from the working site and 20.00 M3
disposal of the same beyond the compound, in conformity
with the Municipal / Corporation Rules for such disposal,
loading into truck and cleaning the site in all respect as per
direction of Engineer in charge

12. 125 mm. thick brick work with 1st class bricks in cement 11.00 M2
mortar (1:4) in ground floor.

16
13. Holding down bolt with nut including 100 x 100 x 6 mm 36.00 Each
plate washer at bottom fitted complete and packing the hole
with cement concrete or cement grout as directed. 16 mm
dia bolt. 300 mm long

14. Hire and labour charges for shuttering with centering and 10.50 M2
necessary stagingupto 4 m using approved stout props and
thick hard wood planks of approvedthickness with required
bracing for concrete slabs, beams and columns,lintels curved
or straight including fitting, fixing and striking out after
completion of works (upto roof of ground floor) 25 mm to 30
mm thick wooden shuttering as per decision & direction
ofEngineer-In-Charge.

15. Tin Sheets for Roof (3.5 X 10 FT) 20 No


Total

GST Amount: ……………………………………………………………………………………….

Total Amount (in words): ……………………………………………………………………………...

Note: The BOQ is for 1 (One) no. shed. Total no. of shed required are 2 (Two). Rates
to be quoted for 2 (Two) identical shed considering the BOQ.

17
ANNEXURE V :- BOQ for Civil work for making Electric Vehicle charging shed in
connection with Electrical Vehicle at Rupnagar

NIT No:- ASTC/FAMEi/1730/17-18/1190 dtd:-19.03.2019

Sl. DESCRIPTION OF ITEM QTY UNIT RATE AMOUNT

No

`1. Earth work in excavation of foundation trenches ordrains, in 5.00 M3


all sorts of soil (including mixed soil butexcluding laterite or
sandstone) including removing,spreading or stacking the
spoils within a lead of 75 m. as directed. The item includes
necessary trimming the sides of trenches, levelling, dressing
and ramming thebottom, bailing out water as required
complete. Depth of excavation not exceeding 1,500 mm.

2. Single Brick Flat Soling of picked jhama bricks including 12.00 M2


ramming and dressing bed to proper level and filling joints
with local sand.

3. Cement concrete with graded stone ballast (40 mm size 1.00 M3


excludingshuttering)In ground floor [Pakur Variety] 1:3:6
proportion

4. Ordinary Cement concrete (mix 1:1.5:3) with graded stone 6.00 M3


chips (20 mmnominal size) excluding shuttering and
reinforcement if any, in ground flooras per relevant IS
codes.Pakur Variety

5. Reinforcement for reinforced concrete work in all sorts of 582.50 Kg.


structures including distribution bars, stirrups, binders etc
initial straightening and removal of loose rust (if necessary),
cutting to requisite length, hooking and bending to correct
shape, placing in proper position and binding with 16 gauge
black annealed wire at every intersection, complete as per
drawing and direction. For works in foundation, basement and
up to roof of ground floor/up to 4 m Tor steel/Mild Steel

6. M.S. structural works in columns, beams etc. with simple 1150.0 Kg


rolled structural members (e.g. joists, angle, channel sections 0
conforming to IS: 226, IS: 808 & SP (6)- 1964 connected to
one another with bracket, gussets, cleats as per design,
direction of Engineer-incharge complete including cutting to
requisite shape and length, fabrication with necessary bolting,
metal arc welding conforming to IS: 816- 1969 & IS: 1995
using electrodes of approved make and brand conforming to
IS:814- 2004, haulage, hoisting and erection all complete. The
rate includes the cost of rolled steel section, consumables such
as electrodes, gas and hire charge of all tools and plants and

18
labour required for the work including all incidental chages
such as electricity charges, labour insurance charges etc.For
Structural Works in Roof Trusses etc. using joists, channels
and angles of specified section weighing less than 22.5 kg/ m

7. M.S. structural works with hollow sections (square or 1750.0 Kg


rectangular shape) conforming to IS: 806-1968 & IS:1161- 0
1998) connected to one another with bracket, gusset, cleat as
per design, drawing & direction of Engineer-in-Charge
complete including cutting to requisite shape & size,
fabrication including metal arc welding conforming to IS:
816-1969 & IS: 9595 using electrodes of approved make and
brand conforming to IS:814- 2004, haulage, hoisting and
erection all complete. For roof truss works, Span up to 12 Mtr

8. Priming one coat on steel or other metal surface with 65.00 M2


synthetic oil bound primer of approved quality including
smoothening surfaces by sandpapering etc.

9. Painting with best quality synthetic enamel paint of 65.00 M2


approved make and brand including smoothening surface by
sand papering etc. including using of approved putty etc. on
the surface, if necessary :On steel or other metal surface
:With super gloss (hi-gloss) - Two coats (with any shade
except white)

10. Supplying, fitting & fixing Zn-Al alloy (55% Al & 45% 75.00 M2
Zn)coating of 150 grams per sq. metre (followed by
colourcoated on both side) steel sheet work having minimum
yieldstrength of 550 Mpa of trapizoidal profile of approved
make(excluding the supporting frame work) fitted and fixed
with55 mm & 25 mm self tapping screw, EPDM Washer 16
mmdia& 3 mm th.washer etc. complete with 150 mm end
lapand one corrugation minimum side lap. (Payment to be
madeon area of finished work). (i) In Roof:- With 0.5 mm
thick sheet

11. Removal of rubbish,earth etc. from the working site and 20.00 M3
disposal of the same beyond the compound, in conformity
with the Municipal / Corporation Rules for such disposal,
loading into truck and cleaning the site in all respect as per
direction of Engineer in charge

12. 125 mm. thick brick work with 1st class bricks in cement 11.00 M2
mortar (1:4) in ground floor.

19
13. Holding down bolt with nut including 100 x 100 x 6 mm 36.00 Each
plate washer at bottom fitted complete and packing the hole
with cement concrete or cement grout as directed. 16 mm
dia bolt. 300 mm long

14. Hire and labour charges for shuttering with centering and 10.50 M2
necessary stagingupto 4 m using approved stout props and
thick hard wood planks of approvedthickness with required
bracing for concrete slabs, beams and columns,lintels curved
or straight including fitting, fixing and striking out
aftercompletion of works (upto roof of ground floor) 25 mm
to 30 mm thick wooden shuttering as per decision & direction
ofEngineer-In-Charge.

15. Tin Sheets for Roof (3.5 X 10 FT) 20 No


Total

GST Amount: ……………………………………………………………………………………….

Total Amount (in words): ……………………………………………………………………………...

Note: The BOQ is for 1 (One) no. shed. Total no. of shed required are 2 (Two). Rates
to be quoted for 2 (Two) identical shed considering the BOQ.

20
ANNEXURE VI:- Electrical BOQ for EV Charging Station at Swagat R.O

NIT No:- ASTC/FAMEi/1730/17-18/1190 dtd:-19.03.2019

Sl No. Description UoM Qty Rate Amount

1 Supply of 95 Sqmm Armoured CU Wire-1 Core (4 Wire) Mtr 400


Pipe Earthing with 40 mm earth pipe,charcoal & salt, including Earth
2 Nos. 3
Pit and Pit Cover Etc.
3 Supply of 185 sq mm 1.1 KV Grade 3.5 core XLPE insulated Al cable Mtr 800
Laying of 2 nos. 185 sq. mm. 1.1 KV Grade 3.5 core XLPE insulated
4 Mtr 800
Al cable through GI Pipe

Construction of underground trench in single tier formation the trench


5 size : 915mm wide x 760mm average depth with brick protection on top Mtr 300
of each cable and brick as seperator for laying of 3 cables

6 Supply of 200 sq mm GI Pipe Mtr 775


7 Supply of 200 MM GI Bend Nos. 20
Laying of single cable on wall including MS clamps with earthing
8 attachment in 2 x 10 SWG GI(Hot Dip) wire making holes etc.as Mtr 100
necessary for 90 sq mm cu cable
9 Guthka+Screw+Shaddle+PVC Tape+ Aluminum Lug of required size LS
Supply of Flexible pipe for 95 Sqmm Armoured CU Wire-1 Core (4
10 Mtr 400
Wire)
Earth Work Excacavation upto 1.5 Mtrs depth from average ground
11 lavel, proving brick and sand for underground cable laying & back Mtr 250
filling of surplus earth in layers duly compacted with rammers.
12 Cu Strip for Pipe Earthing-1 inch Mtr 150
13 GI wire 4sqmm for Pipe earthing Mtr 150
Supply of LED Tube and accessories along with flexible cable and PVC
14 Nos. 4
duct pipe
Supply & fixing compression gland complete with brass gland brass
15 Set 8
ring & rubber ring of above cable
Finishing of above cable by crimping method including supplying and
16 fixing of solderless socket(Dowels make), tapes,anti corrosive paste & Each 8
jointing materials .

21
Earthing installation with copper plate electrode: (610 X 610 X 3mm
size) and 1 no 25 X 5 mm copper strip (3.20 mt long) & 1 no 6 sq mm
PVC insulated standed Cu. Wire (4 mt long) including S &F 15mm dia
G.I. pipe (ISI-Medium) protection (4 mt long) to be filled with
bitumen,partly under GL & partly above GL to an average depth of 3.65
Mts below the GL and restoring surface duly rammed including
17 providing 30mt long, 25mm dia GL pipe (ISI-medium) for periodic Nos. 1
treatment,including providing masonary enclosure on the top of the
earth electrode of over all size 86.36 X 86.36 X 46 cm deep (below GL)
complete with cemented brick work (1:6) of 25cm width,duly plastered
with current morter (inside) CI hinged inspection cover of size 36.56 X
36.56 cm with locking arrangement G.I. reducer and treatment of soil by
using salt & charcoal or coke for plate Electrode.

Earth busbar
Supplying & fixing earth busbar of galvanized (Hot Dip) MS Flat 40mm
18 X 6mm on wall having clearance of 6mm from wall including providing Nos. 1
drilled holes on the busbar complete with GI bolts,nuts,washers spacing
insulators etc. as reguired.

Connecting the equipments to earth busbar including supply & busbar


including supply & fixing GI (Hot Dip) wire of size as below or
wall/floor with staples buried inside floor/wall as required and making
19 Mtr 150
correction to equipments with bolts nuts washers,cables luge etc. no
required and mending good damages.
From earth pit to LT panels with 8 SWG x 2ms solid GI wire
20 Concrete cutting for laying of cables and good mending of surface Mtr 300
Total

GST Amount: ……………………………………………………………………………………….

Total Amount (in words): ……………………………………………………………………………...

22
ANNEXURE VII :- Electrical BOQ for EV Charging station at Rupnagar

NIT No:- ASTC/FAMEi/1730/17-18/1190 dtd:-19.03.2019

Sl
Description UoM Qty Rate Amount
No.
1 Supply of 95 Sqmm Armoured CU Wire-1 Core (4 Wire) Mtr 400
Pipe Earthing with 40 mm earth pipe,charcoal & salt, including
2 Nos. 3
Earth Pit and Pit Cover Etc.
Supply of 185 sq mm 1.1 KV Grade 3.5 core XLPE insulated Al
3 Mtr 900
cable
Laying of 2 nos. 185 sq. mm. 1.1 KV Grade 3.5 core XLPE
4 Mtr 900
insulated Al cable through GI Pipe
Construction of underground trench in single tier formation the
trench size : 915mm wide x 760mm average depth with brick
5 Mtr 300
protection on top of each cable and brick as seperator for laying
of 3 cables
6 Supply of 200 sq mm GI Pipe Mtr 850
7 Supply of 200 MM GI Bend Nos. 15
Laying of single cable on wall including MS clamps with
8 earthing attachment in 2 x 10 SWG GI(Hot Dip) wire making Mtr 100
holes etc.as necessary for 90 sq mm cu cable
Guthka+Screw+Shaddle+PVC Tape+ Aluminum Lug of required
9 LS
size
Supply of Flexible pipe for 95 Sqmm Armoured CU Wire-1
10 Mtr 100
Core (4 Wire)
Earth Work Excacavation upto 1.5 Mtrs depth from average
ground lavel, proving brick and sand for underground cable
11 Mtr 200
laying & back filling of surplus earth in layers duly compacted
with rammers.
12 Cu Strip for Pipe Earthing-1 inch Mtr 150
13 GI wire 4sqmm for Pipe earthing Mtr 150
Supply of LED Tube and accessories along with flexible cable
14 Nos. 4
and PVC duct pipe
Supply & fixing compression gland complete with brass gland
15 Set 8
brass ring & rubber ring of above cable
Finishing of above cable by crimping method including
16 supplying and fixing of solderless socket(Dowels make), Each 8
tapes,anti corrosive paste & jointing materials .

23
Earthing installation with copper plate electrode: (610 X 610 X
3mm size) and 1 no 25 X 5 mm copper strip (3.20 mt long) & 1
no 6 sq mm PVC insulated standed Cu. Wire (4 mt long)
including S &F 15mm dia G.I. pipe (ISI-Medium) protection (4
mt long) to be filled with bitumen,partly under GL & partly
above GL to an average depth of 3.65 Mts below the GL and
restoring surface duly rammed including providing 30mt long,
17 25mm dia GL pipe (ISI-medium) for periodic treatment,including Nos. 1
providing masonary enclosure on the top of the earth electrode of
over all size 86.36 X 86.36 X 46 cm deep (below GL) complete
with cemented brick work (1:6) of 25cm width,duly plastered
with current morter (inside) CI hinged inspection cover of size
36.56 X 36.56 cm with locking arrangement G.I. reducer and
treatment of soil by using salt & charcoal or coke for plate
Electrode.
Earth busbar
Supplying & fixing earth busbar of galvanized (Hot Dip) MS Flat
18 40mm X 6mm on wall having clearance of 6mm from wall Nos. 1
including providing drilled holes on the busbar complete with GI
bolts,nuts,washers spacing insulators etc. as reguired.
Connecting the equipments to earth busbar including supply &
busbar including supply & fixing GI (Hot Dip) wire of size as
below or wall/floor with staples buried inside floor/wall as
19 Mtr 100
required and making correction to equipments with bolts nuts
washers,cables luge etc. no required and mending good damages.
From earth pit to LT panels with 8 SWG x 2ms solid GI wire
20 concrete cutting for laying of cables and good mending of surface Mtr 300
Total

GST Amount: …………………………………………………………………………….

Total Amount (in words): ……………………………………………………………………

24
ANNEXURE VIII :- Civil Works BOQ for making small office at Charging Station for Electric
Vehicle at Rupnagar

NIT No:- ASTC/FAMEi/1730/17-18/1190 dtd:-19.03.2019

Sl. Amount
Description UOM Total Rate
No.
1 Excavation-Footing CUM 19.456
2 PCC (Footing-Plinth Beam) CUM 1.291
3 RCC CUM 5.0707
413.99
KG
4 Reinforcement 23
5 Shuttering Sq. M 40.2
6 Brick Work CUM 10.028
7 Plastering Sq. M 27.16
4.2904
CUM
8 Sand Filling in Plinth Area 8
Painting (Column, Plinth Beam Sq. M 23.25
9 Side, Lintel)
Painting (Walls without 12.477
CUM
10 window, Door) 5
Flat Brick Work for 3.2893
CUM
11 Flooring 68
Tin Sheets for Roof (3.5X
Nos. 6
12 10 FT)
Miscellaneous for Roof
Work including pipe structure for LS 1
13 roof.
Total

Bar Binding Schedule:

Sl No Description UOM Total Rate Amount


1 Coulumn Main KG 78.32
2 Beam Bottom KG 58.74
3 Beam Top KG 27.28
116.06
4 Footing (Top + Bottom) KG 4
5 Lintel Main KG 12.896
6 Lintel Stirrups KG 5.6485
7 Column Stirrups KG 55.458
8 Beam Stirrups KG 38.947
20.638
9 Chairs KG 75
413.99
Total 23
Total
GST Amount: ………………………………………………………………………………………

Grand Total Amount (in words): ……………………………………………………………………


25
ANNEXURE IX :- Civil Works BOQ for making Electric Charger room for Electric Vehicle
at Rupnagar
NIT No:- ASTC/FAMEi/1730/17-18/1190 dtd:-19.03.2019

Sl.
Description UOM Total Rate Amount
No.
1 Excavation-Footing CUM 7.488
2 PCC (Footing & PlinthBeam) CUM 0.653

RCC (Footing, Column,Plinth


3 Beam, Lintel) CUM 3.5022
294.784
4 Reinforcement KG
8
Shuttering (Footing, Column, Plinth
5 Beam Side, Plinth Beam Bottom, Sq. M 36.04
Lintel)
Brick Work(Front Side,
6 CUM 8.142
Remaining 3 Sides)
Plastering (Column, Plinth
7 Beam Side, Plinth Beam Bottom, Sq. M 32.44
Lintel)
8 Sand Filling in Plinth Area CUM 1.55448
Painting (Column, Plinth Beam
9 Side, Lintel, Front Wall, Remaining 3 Sq. M 60.75
Sides)
1.19176
10 Flat Brick Work for Flooring CUM
8
11 Tin Sheets for Roof Nos. 3
Miscellaneous for Roof Work
12 including pipe structure for roof. LS 1

Total

Bar Binding Schedule for Equipment room


Sl Total
No Description UOM Weight Rate Amount

1 Coulumn Main Kg 86.864


2 Beam Bottom Kg 40.05
3 Beam Top Kg 18.6
4 Footing (Top + Bottom) Kg 47.616
5 Lintel Main Kg 9.92
6 Lintel Stirrups Kg 2.5675
7 Column Stirrups Kg 55.458
8 Beam Stirrups Kg 22.4518
9 Chairs Kg 11.2575
Total
GST Amount: ………………………………………………………………………………...

Total Amount (in words): ………………………………………………………………………

Note: The BOQ is for 1 (One) no. equipment room. Total nos. of equipment room required are 2 (Two). Rates to be quoted for 2
(Two) identical equipment room considering the BOQ.
26
ANNEXURE X :- Civil Works BOQ for making Charging Equipment Pad in
connection with Electric Vehicle at Swagat R.O and Rupnagar

NIT No:- ASTC/FAMEi/1730/17-18/1190 dtd:-19.03.2019

Sl. No. Description UOM Quantity Rate Amount


1 Excavation CUM 2.904
2 PCC
3 Slab Plus Footing CUM 0.3295
4 RCC CUM 0.18
5 Reinforcement KG 34.72
Brick Work- Pedestal
CUM 1.3409
6 1
7 Sand Filling CUM 0.07992
8 Plastering Sq. M 1.76
9 Painting Sq. M 1.76
10 Shuttering Sq. M 0.66
Total

GST Amount: …………………………………………………………………………….

Total Amount (in words): …………………………………………………………………..

Note: The BOQ is for 1 (One) no. equipment pad. Total no. of required equipment
pads are 4 (Four). Rates to be quoted for 4 (Four) identical pads considering the
BOQ.

27
ANNEXURE XI :- Civil Works BOQ for making small office at Charging Station in
connection with Electric Vehicle at Swagat R.O

NIT No:- ASTC/FAMEi/1730/17-18/1190 dtd:-19.03.2019

Sl. Amount
Description UOM Total Rate
No.
1 Excavation-Footing CUM 19.456
2 PCC (Footing-Plinth Beam) CUM 1.291
3 RCC CUM 5.0707
413.99
KG
4 Reinforcement 23
5 Shuttering Sq. M 40.2
6 Brick Work CUM 10.028
7 Plastering Sq. M 27.16
CUM 4.2904
8 Sand Filling in Plinth Area 8
Painting (Column, Plinth Beam Sq. M 23.25
9 Side, Lintel)
Painting (Walls without 12.477
CUM
10 window, Door) 5
Flat Brick Work for CUM 3.2893
11 Flooring 68
Tin Sheets for Roof (3.5X
Nos. 6
12 10 FT)
Miscellaneous for Roof
Work including pipe structure for LS 1
13 roof.
Total

Bar Binding Schedule:

Sl No Description UOM Total Rate Amount

1 Coulumn Main KG 78.32


2 Beam Bottom KG 58.74
3 Beam Top KG 27.28
116.06
4 Footing (Top + Bottom) KG 4
5 Lintel Main KG 12.896
6 Lintel Stirrups KG 5.6485
7 Column Stirrups KG 55.458
8 Beam Stirrups KG 38.947
20.638
9 Chairs KG 75
413.99
Total 23
Total
GST Amount: ………………………………………………………………………………………

Total Amount (in words): ………………………………………………………………………….

28
ANNEXURE XII :- Civil Works BOQ for making Elecric Charger room for Electric
Vehicle at Swagat R.O
NIT No:- ASTC/FAMEi/1730/17-18/1190 dtd:-19.03.2019

Sl.
Description UOM Total Rate Amount
No.
1 Excavation-Footing CUM 7.488
2 PCC (Footing & PlinthBeam) CUM 0.653

RCC (Footing, Column,Plinth


3 CUM 3.5022
Beam, Lintel)
4 Reinforcement KG 294.784
8
Shuttering (Footing, Column, Plinth
5 Beam Side, Plinth Beam Bottom, Sq. M 36.04
Lintel)
Brick Work(Front Side,
6 CUM 8.142
Remaining 3 Sides)
Plastering (Column, Plinth
7 Beam Side, Plinth Beam Bottom, Sq. M 32.44
Lintel)
8 Sand Filling in Plinth Area CUM 1.55448
Painting (Column, Plinth Beam
9 Side, Lintel, Front Wall, Remaining 3 Sq. M 60.75
Sides)
10 Flat Brick Work for Flooring CUM 1.19176
8
11 Tin Sheets for Roof Nos. 3
Miscellaneous for Roof Work
12 including pipe structure for roof. LS 1

Total
Bar Binding Schedule for Equipment room

Sl Total
Description UOM Rate Amount
No Weight
1 Coulumn Main Kg 86.864
2 Beam Bottom Kg 40.05
3 Beam Top Kg 18.6
4 Footing (Top + Bottom) Kg 47.616
5 Lintel Main Kg 9.92
6 Lintel Stirrups Kg 2.5675
7 Column Stirrups Kg 55.458
8 Beam Stirrups Kg 22.4518
9 Chairs Kg 11.2575
Total

29
GST Amount:
……………………………………………………………………………………………

Total Amount (in words):


………………………………………………………………………………..

Note: The BOQ is for 1 (One) no. equipment room. Total no. of required equipment room
are 2 (Two). Rates to be quoted for 2 (Two) identical equipment room considering the
BOQ.

30
Annexure XIII :- General Contract Conditions (GCC)
(Form of Contract Agreement)

NIT No:- ASTC/FAMEi/1730/17-18/1190 dtd:-19.03.2019

THIS CONTRACT AGREEMENT is made

This ................ day of month .................................... year...................................

BETWEEN
(1) Name and Address of the Purchaser

AND

(2) Name and Address of the Contractor.

WHEREAS the Purchaser invited bids for certain works and ancillary services, viz., [insert: brief
description of works and services] and has accepted a bid by the Contractor for the completion of
works and services in the sum of [ insert: contract price in words and figures] (hereinafter called “the
Contract Price”)

NOW THIS AGREEMENT WITNESSETH AS FOLLOWS:

1. In this Agreement words and expressions shall have the same meaning as are respectively assigned to them
in the Condition of Contract referred to.
2. The following documents shall constitute the Contract between the Purchaser and the Contractor, and each
shall be read and constructed as an integral part of the Contract:
a) This Contract Agreement
b) Special Conditions of Contract
c) General Conditions of Contract
d) Technical Requirements (including Technical Specification and Scope of Work)
e) The Contractor’s Bid and original Price Schedules
f) The Purchaser’s Notification of Award/Work Order
g) [Add here: any other documents]

3. In consideration of the payments to be made by the Purchaser to the Contractor as hereinafter mentioned,
the Contractor hereby covenants with the Purchaser to complete the works and services and to remedy
defects therein conformity in all respects with the provisions of the Contract.

4. The Purchaser hereby covenants to pay the Contractor in consideration of the provision of the works and
services and the remedying of defects therein, the Contract price or such other sum as may become payable
under the provisions of the Contract at the times and in the manner prescribed by the Contract.

For and on behalf of the Purchaser

Signed:________________________________________________________
In the capacity of [insert: title or other appropriate designation]

In the presence of _______________________________________________

For and on behalf of the Contractor

Signed:________________________________________________________
In the capacity of [insert; title or other appropriate designation]

In the presence of ______________________________________________

31
ANNEXURE-XIV

NIT No. ASTC/FAMEi/1730/17-18/1190 dtd:-19.03.2019

DECLARATION BY THE BIDDER

We hereby declare that we have made ourselves thoroughly conversant with local
conditions regarding all materials and labour of which we have based our rates for this
work. The specifications and conditions for this work have been carefully studied and
understood by us.

We hereby agree that the work will be executed within the cost mentioned in our
financial bid and there will be no escalation in cost for any reason whatsoever. We also
agree that if we fail to complete the work and drop the work in between, ASTC shall have
the right to recover the full amount from us. We shall accept any amendments made by
ASTC from time to time during total project completion period.

We are also committed to complete the work within the stipulated period specified in the
work order and will not ask for any further time extension.

We are bound to work as per Tender and work order issued by ASTC for this work.

We hereby declare that there is no vigilance/CBI or court case pending/contemplated


against us at the moment.

(Signature of Tenderer)

Date: Name:________________________________

Place: Designation:___________________________

Seal:

32
ANNEXURE-XV

NIT No:- ASTC/FAMEi/1730/17-18/1190 dtd:-19.03.2019

CHECK LIST

Sl.
No. Envelope 1 Yes No
1. Tender document fee record/money receipt/demand draft
2. EMD in the form of demand draft/banker’s cheque
3. Documentary evidence of Constitution of the Company/Firm
4. Copy of Manufacturing/Trade License issued by the competent
Licensing Authority
5. The instrument such as Power of Attorney, Resolution of Board etc.
6. Registration certificate with govt./semi govt./ASRTU
7. GST Registration Certificate & latest GST filed
8. PAN card
9. IT Return Certificate
10. Declaration as per Annexure XIV
11. Signed tender document with seal on each page
12. Experience of work in Govt./STU/ASTC

Envelope 2 Yes No
13. Financial Bid as per formats given (Annexure IV-XII)

33

You might also like