Standard Bidding Document

Name of Work Construction of Additional transit accommodation at Vessu

Block-1A

Unit JKPCC Ltd. Unit 5th, .

Time of Completion 365 Days

Deputy General Manager, JKPCC Ltd. Unit 5th, Anantnag.

(A J&K State Govt. Undertaking)

------OFFICE OF DEPUTY GENERAL MANAGER, UNIT 5th, ANANTNAG NOTICE INVITING e-TENDERS

NIT No:- 03 /e-Tendering/DGM/5TH /ANG/JKPCC OF 2015-16 DATED:

For and on behalf of the Managing Director JKPCC Ltd, e-tenders (In Two cover system) are invited on item rate basis from approved and eligible Contractors registered with J&K State Govt., CPWD, Railways and other State/Central Governments for the following works:-

Cost of Earnest Time & Date Est. Cost T/Doc. Money Time of of Opening Class of S.No Name of Work (Rs. In Lacs) completion of Contractor (Rs. In Lacs) (Rs. In Lacs) Technical Bid

1 2 3 4 5 6 7 8 Construction of Additional 1. transit accommodation at 366.00 0.06 7.32 365 Days 22-03-2016. AAY Vessu Qazigund (Block-1A)

Construction of Additional 2. transit accommodation at 366.00 0.06 7.32 365 Days 22-03-2016. AAY Vessu Qazigund (Block-2A)

Construction of Additional 3. transit accommodation at 366.00 0.06 7.32 365 Days 22-03-2016. AAY Vessu Qazigund (Block-3A)

Construction of Additional 4. transit accommodation at 366.00 0.06 7.32 365 Days 22-03-2016. AAY Vessu Qazigund (Block-4A)

Construction of Additional 5. transit accommodation at 366.00 0.06 7.32 365 Days 22-03-2016. AAY Vessu Qazigund (Block-5A)

Construction of Additional 6. transit accommodation at 366.00 0.06 7.32 365 Days 22-03-2016. AAY Vessu Qazigund (Block-6A)

Construction of Additional 7. transit accommodation at 366.00 0.06 7.32 365 Days 22-03-2016. AAY Vessu Qazigund (Block-7A)

Construction of Additional 8. transit accommodation at 366.00 0.06 7.32 365 Days 22-03-2016. AAY Vessu Qazigund (Block-8A)

Deputy General Manager, JKPCC Ltd. Unit 5th, Anantnag. Position of AAA/TS :-Submitted Position of funds:- Demanded

The Bidding documents consisting of qualifying information, eligibility criteria, specifications, Drawings, bill of quantities (B.O.Q) Set of terms and conditions of contract and other details can be seen/ downloaded from the website www.jktenders.gov.in as per schedule of dates given below:

1. Date of Issue of Tender Notice 18/02/2016 2. Period of downloading of bidding documents From 23/02/2016 10:00 A.M to 08/03/2016 4:00 P.M 26/02/2016 at 11:00 A.M in the Office of the Managing 3. Date, Time and place of pre-bid meeting Director JKPCC Ltd . 4. Bid submission Start Date 29/02/2016 From 10:00 A.M 5. Bid Submission End Date 14/03/2016 upto 4:00 P.M Deadline for receiving the Hard Copy (Original DD & 18/03/2016 at 4:00 P.M in the Office of the Managing 6. EMD) Director, JKPCC Ltd Jammu 22/03/2016 at 11:00 A.M in the Office of the Managing 7. Date & time of opening of Technical Bids (Online) Director, JKPCC Ltd Jammu 8. Date & time of opening of Financial Bids (Online) To be notified after technical bid evaluation Scope of Work: Construction of Additional transit accommodation at Vessu Qazigund (Block 1A, Block 2A, Block 3A, Block 4A, Block 5A, Block 6A, Block 7A & Block 8A) (As per drawing provided by the consultant and BOQ enclosed with the document separately for each Block).

1) Bids must be accompanied with cost of Tender document in shape of demand draft in favour of Financial Controller, JKPCC Ltd., Jammu and Earnest money / Bid security in shape of CDR/FDR pledged to Financial Controller, JKPCC Ltd., Jammu Payable at Jammu.

2) The date and time of opening of Financial-Bids shall be notified on Web Site www.jktenders.gov.in conveyed, to the bidders automatically through an e-mail message on their e-mail address.

The Financial-bids of Responsive bidders shall be opened online on same Web Site at the Office of Managing Director, JKPCC Ltd., Jammu at Rail Head Complex, Jammu.

3) All the required information for bid must be filled and submitted online. The bidder should recheck his online document before submission online otherwise damaged/corrupt file/corrupt document shall not be considered in any case.

4) The original instruments in respect of cost of bid Documents & EMD must be submitted to the Tender Inviting Authority by Registered Post/Courier as per time schedule specified otherwise bid shall be treated non responsive out rightly.

5) The details of hard copies of original instruments in respect of cost of bid Documents & EMD specified in the tender documents should be the same as submitted online otherwise tender will summarily be rejected.

6) Bidders are advised to scan their documents at 100 DPI (Dots Per Inch) resolution with Black and white, JPEG Scan property, convert scanned images to PDF.

Deputy General Manager, JKPCC Ltd. Unit 5th, Anantnag. 7) The bidder shall provide only the original instruments of cost of tender document, EMD, Form of Bid (Annexure-B) and affidavit (Annexure C) in the hardcopy.

8) Rest all the documents along-with scanned copies of cost of tender document, EMD and affidavit shall be uploaded on the website.

9) Bidders are advised to visit the site before quoting for the tender.

Dy. General Manager, JKPCC Ltd. Unit 5TH, Anantnag. No:- e-Tendering/DGM/5TH /ANG/JKPCC/1926-37 Dated: 18-02-2016.

Copy to the: -

1. Commissioner Secretary, Public Works (R&B) Department Civil Secretariat Jammu for information. 2. Commissioner Secretary, Relief & Rehabilitation Department Civil Secretariat Jammu for information. 3. Development Commissioner Works Civil Secretariat Jammu for information. 4. Managing Director JKPCC LTD. Jammu for information. 5. Chief Engineer PWD (R&B) Kashmir for information. 6. Financial Controller JKPCC LTD. Jammu for information. 7. General Manager (C), JKPCC Ltd Jammu for information. 8. General Manager (K), JKPCC Ltd for information. 9. Joint Director Information Deptt, J&K State Sgr for publishing the NIT in Newspapers, two leading dailies of J&K before due date. 10. Assistant Director ADV Srinagar for information. 11. Notice Board. 12. E-Tendering Cell JKPCC Ltd. Head Office Jammu for publication in website www.jkpcc.com & www.jktenders.gov.in

Deputy General Manager, JKPCC Ltd. Unit 5th, Anantnag. Instructions to Bidders

B. Qualification criteria for the work and other terms and conditions are as below:

1. Copies of original documents defining constitution/ legal status, place of registration and principal place of Business. 2. Valid TIN No. & PAN No. 3. The bidder at his own responsibility and risk should visit and examine the site of work and its surroundings before submission of bid. 4. Non-attendance of pre-bid meeting will not be cause of disqualification of the bidder. 5. All documents relating to the bid shall be in the English Language. 6. The Contractor shall arrange cement of Jhelum Brand (J&K Cements Ltd.)/Khyber/TCI Max 43 Grade only and Steel of SAIL/TATA Tiscon only of his own for usage at this work. 7. If the bidder does not quote rate for any item of the rate list/quantity schedule, cost of such item/ items shall be deemed to be part of the overall/total contract value. No rate shall be allowed for such item / items in the allotment of contract. 8. To qualify for award of contract, the bidder must demonstrate having experience and resources sufficient to meet the aggregate of the qualifying criteria for the individual contracts:- a. General Experience:- The bidder shall meet the following minimum Criteria:-

Nature of Amount Financial Turnover Similar Nature of works as S. No. Works (in lacs) required Prime contractor 1. Construction of Additional 366.00 50% of advertised amount Should have completed at least transit accommodation at in any one year during one work Vessu Qazigund (Block-A1) last 5 years. The turnover (contract) of similar shall be indexed @ 8% nature of 80% of per annum (financial advertised amount or two works turnover in all cases of of 50% of advertised amount or 3 Civil Engineering works works of 30% of advertised executed should be amount as a certified by Charted prime contractor during Accountant). last 5 years (The certificate should be certified by Executive Engineer concerned). b. Bid Capacity Applicable above Rs. 2.00 Crores.

c. Bidders who meet the minimum qualification criteria will be qualified only if their bid capacity is more than the total value of advertised amount. The available bid capacity will be calculated as under:-

Assessed Available Bid Capacity = (A x N x M - B), Where

A = Maximum value of Civil Engineering works executed in any one year during the last five years

(Updated to the current price level @ 8% per annum) taking into account the completed as well as works in progress. N = Number of years prescribed for completion of the works for which bids are invited. M=2 B = Value at current price level of the existing commitments and on-going works to be completed during the next years (Period of completion of the works for which bids are invited).

d. Report of financial standing of bidder such as profit and loss statement, Balance sheet & Auditors report.

e. Availability (either owned or leased or hired) of key items of contractor's equipment essential for carrying out the works Deputy General Manager, JKPCC Ltd. Unit 5th, Anantnag. S.No. Type of equipment Nos

1 Tipper 02

2 Excavator 01

3 Mixer 01

4 Generator (125 KVA) 01

5 Dewatering Pump 100 mm 01

6 Shuttering 2000 Sqm

f. Qualifications and experience of key personnel required for administration and execution of the contract with bio-data. S.No. Personnel Qualification Nos.

1 Civil Engineer Degree Holder 01

2 Works Supervisor I.T.I/10+2 02

3 Engineering laboratory Technician I.T.I 01

g. Evidence of access to line (s) of credit and availability of other financial resources / facilities ten percent (10%) of proposed contract value] certified by bankers (Scheduled / Nationalized Bank). h. Proposed programme (work method, schedule and charts). i. Affidavit and undertakings:- a. Authority to seek references from Bidders bankers. b. That the bidder would be able to invest a minimum of 25% of Contract Value. c. Information regarding any litigation current or during the last five years, in which the bidder is involved, the parties concerned and disputed amount. d. That the bidder is not black listed/debarred by any Govt. or Semi-Govt. Departments from participation in tendering. e. That bid will remain valid for a period of one hundred and twenty (120) days from the date of opening of Technical bids. f. Affirming that the information submitted by the bidder with the bid / supporting documents is true & correct to the best of his knowledge and belief. Note:- Even though the bidders meet the above qualifying criteria, they are subject to be disqualified if they have made misleading or false representation in the forms, statements and attachments submitted in proof of the qualification requirement and / or record of poor performance such as abandoning the works, not properly completing the contract, inordinate delays in completion, litigation history, or financial failures etc and/or participated in the previous bidding for the same work and has quoted unreasonably high bid prices and could not furnish rational justification to the employer.

9. Penalty for delay in completion:- In case of delay in completion of work beyond stipulated period of completion, penalty @ Rs. 50000/day (Rupees Fifty Thousand per Day) of delay subject to maximum of 10% of contract value shall be imposed. 10. Time extension:- Suitable time extension shall be granted in case of increase in scope of work and in the event of delay beyond control of contractor to be determined by the department. The tender receiving authority reserves the right to accept or reject any tender or all tenders without assigning any reason thereof.

Deputy General Manager, JKPCC Ltd. Unit 5th, Anantnag. 11. Restoration of work: - On completion of contract the contractor shall be responsible to remove all un-used material and restore the site in its original position at his own cost. 12. Defect Liability period:- The DLP shall be calculated from date of certified completion of work and period shall be 18 months from the certified date of completion by JKPCC Ltd.

13. Safety The contractor shall be responsible for safety of all men, material and machinery at site of work. He shall submit the insurance certificates in this regard within One month of date of allotment. 14. Discoveries Anything of historical or other interest or of significant value unexpectedly discovered on the site shall be the property of the Govt. 15. Tests The contractor shall be solely responsible for carrying out the mandatory tests required for the quality control at his own cost and shall submit a test report regarding the physical/ chemical properties as well as structural strength of material. 16. Termination The employer may terminate the contract if the contractor causes a fundamental breach of the contract. Fundamental breach of contract will include:- i. Continuous stoppage of Work for a period of 15 days without authorization of Engineer in-charge. ii. Contractor is declared bankrupt. iii. Any evidence of involvement of contractor in corrupt practices. iv. Contractor delays the completion of work beyond stipulated time of completion. v. If In case contractor fails to start /complete the work, within the stipulated time period, his CDR/Earnest Money shall be forfeited after termination of the contract. Besides, defaulting contractor shall be debarred from taking works in JKPCC Ltd., at least for two years and shall be recommended for blacklisting as well.

Pursuant to the process of termination of defaulted contract, the employer reserves the right to invite fresh tender for the balance work at the risk and cost of defaulter contractor

The date of start of the work shall be reckoned within 07 Days from the date of issuance of LOI/Contract allotment as the case may be.

17. MAJOR LABOUR LAWS APPLICABLE TO ESTABLISHMENT ENGAGED IN BUILDING AND OTHER CONSTRUCTION WORK:-

a) Compliance with Labour Regulation Laws of J&K State.

18. Specification/Quality Control:- All items of works shall conform to specifications as per BOQ

19. Insurance:- Insurance cover to Labour / Machinery / Work / Plant material / Equipment by the contractor shall be mandatory.

20. Laws Governing the Contract:-The contract shall be governed by Laws of the land.

21. Court’s Jurisdiction:-In case of any disputes/differences between contractor and Department the jurisdiction shall be J&K State 22. All other terms and conditions are as same as are in vogue in JKPCC Ltd.

Deputy General Manager, JKPCC Ltd. Unit 5th, Anantnag. 23. Other conditions: i. The contractor/ agency failing to execute the work in part or in full. Action will be taken against him according to the following conditions:- a. A registered notice or notices sent through special messenger by the Manager I/c to the contractor for non-start of work will amount to breach of contract. b. The corporation may execute the work left by the contractor at his risk and cost. Any additional amount involved for execution of work will be recovered from other claims/resources of the contractor available with the corporation. c. Incase contractor evades the receipt of notice or deliberately gives wrong address for the communication where it is not possible to deliver registered letter, the notice will be pasted on the entry gate of his premises in presence of a witness. This will be treated as notice being served upon the contractor. ii. Tenderer shall not be entitled for any claim what so ever on account of expenses incurred by him on submission of the tender. iii. All terms and conditions of NIT/ Agreement to be drawn by the contractor/ agencies shall be binding upon the contractor/ agencies as soon as the allotment of contract is awarded in favour of contractor/ agency. The terms and conditions contained in other similar nature of contracts of this corporation shall also be applicable.

iv. Misconduct/ Misbehavior observed during the tender opening process, during the execution of work with any officer / official shall be dealt under rules. He shall be disqualified in the tendering process / his contract shall be liable for termination.

v. The accepting authority reserves the right to accept or reject any or all the tender before or after their opening after assigning reason thereof. The allotting authority in view of exceptional circumstances reserves the right of granting the contract to any of the tenderer it deems proper in the interest of the work.

vi. The successful tenderer will abide by all labour laws and will be personally responsible for any casualty/ eventuality/ accident during the period of contract. For such eventualities he will have to insure his all workmen and machinery deployed on the work.

vii. The rates should be quoted on the rate list on prescribed form forming annexure to the tender document & should be inclusive of all taxes i.e., Service Sales tax, Municipality tax, Octroi, Labour Cess or any other local taxes, carriage upto site of work. Mandatory deduction on account of Service Sales tax, Income Tax and Labour Cess shall be made from each running bill of the contractor as per the prevalent rates at the time of payment. Any change in type of tax during execution of work/validity of contract, shall be borne by the contractor and no changes on this account will be entertained.

Deputy General Manager, JKPCC Ltd. Unit 5th, Anantnag. viii. The watch & ward of the material during execution shall be sole responsibility of the successful tenderer.

24. Performance security (unbalanced bids)

If the bid of the successful bidder is seriously unbalanced in relation to the Engineer’s estimate of the cost of work to be performed under the contract the employer may require the bidder to produce detailed price analysis for any or all items of the bill of quantities to demonstrate the internal consistency of these prices with the construction methods.

25. Deviation items:

No deviation items shall be executed by the contractor unless until it is approved in writing by the engineer-in-charge (i.e., Dy. General Manager).

26. Security Deposit

a) The earnest money of the successful tenderer shall be retained and released after the successful completion of work.

b) 10% security deposit deductions shall be made from all interim bills including final bill.

c) The security deposit at the credit of the contractor shall be refunded to the contractor after the date of expiry of defect liability period of 18 months from the date of taking over of the work and removal of defects after conducting necessary repair to the entire satisfaction of the Engineer-in-charge.

d) The security deposit shall not bear any interest.

e) The security deposit shall be liable to forfeit as per the discretion of the Engineer-in-charge if the contractor fails to carry out work or perform/ observe any of the conditions of the contract.

27. Time of completion

The time being essence of any contract, the work is to be completed within 365 days period reckoned after 07 day from the date of issue of allotment order or letter of intent.

28. Replacement of defective work and material

The contractor shall also be personally liable for civil and criminal prosecution under law if the specifications of the materials used are found in contravention to the specification prescribed during execution of the work even after completion and finalization of the contract i.e., at any stage during the prescribed life of the structure.

Deputy General Manager, JKPCC Ltd. Unit 5th, Anantnag. The tenderers shall in their own interest examine the conditions of the contract and specifications of the work. They shall also inspect the site and satisfy themselves (on their own) as to the climate and other conditions prevailing at the site. The nature and extent of the work, all existing and required roads and other mean of communication and access to site, availability of housing and other facilities, availability of different material, labour and probable sites, for labour camps, stores and godowns etc. They shall themselves obtain all necessary information as to the risks, contingencies and other circumstances which may effect of influence their tender, No extra charges consequent to any misunderstanding or otherwise no on this account shall be allowed. 29. Fundamental breach of contract will include:- a. Continuous stoppage of Work for a period of 15 days without authorization of Engineer in-charge. b. Contractor is declared bankrupt. c. Any evidence of involvement of contractor in corrupt practices. d. Contractor delays the completion of work beyond stipulated time of completion. e. Pursuant to the process of termination of defaulted contract, the employer reserves the right to invite fresh tender for the balance work at the risk and cost of defaulting contractor. f. If in case contractor failed to start /complete the work, within the stipulated time period, his CDR/Earnest Money shall be forfeited after termination of the contract. Besides, defaulting contractor shall be debarred from taking works in JKPCC Ltd. at least for two years. g. Major Labour Laws applicable to establishment engaged in building and other construction Work:- i. Workmen compensation act 1923. ii. Payment of Gratuity Act 1972. iii. Employees P.F. and Miscellaneous Provision Act 1952. iv. Maternity Benefits Act 1951. v. Contract Labour (Regulation & Abolition) Act 1970. vi. Minimum Wages Act 1948. vii. Payment of Wages Act 1936. viii. Equal remuneration Act 1979. ix. Payment of bonus Act 1965. x. Industrial disputes Act 1947. xi. Industrial employment standing orders Act 1946. xii. Trade Union Act 1926. xiii. Child Labour (Prohibition & Regulation) Act 1986. xiv. Inter State Migrant workmen’s (Regulation of employment & Conditions of service) Act 1979. xv. The Building and other Construction workers (Regulation of employment and Condition of service) Act 1996 and the Census Act of 1996. xvi. Factories Act 1948. Compliance with Labour Regulation Laws of J&K State.

2. PAYMENTS SCHEDULE:-

All the payments during execution of work shall be based on the actual measurement.

Dy. General Manager, JKPCC Ltd. Unit 5TH, Anantnag.

Deputy General Manager, JKPCC Ltd. Unit 5th, Anantnag. SCOPE OF WORK:

Construction of Additional transit accommodation at Vessu Qazigund.

S. Particulars Qty No Unit 1 Earthwork in excavation by mechanical means (Hydraulic excavator) in foundation 480.00 Cum trenches, drains, pipes and cables etc.(not exceeding 1.5 m in depth or 10 Sqm on plan, including dressing of sides and ramming of bottoms including all lifts and leads up to 50 meters using mechanical means.

2 Soling:- Providing and laying of hand packed stone soling (size 150mm-230mm) before laying of 50.00 Cum mud mat compacted consolidated rammed filling the voids compacting all complete carriage upto site of work all head loads complete job. 3 Mud-mat Providing and laying in position cement concrete of specified grade excluding the cost of 50.00 Cum centring and shuttering all work upto plinth level: 1:4:8 (1 cement : 4 coarse sand : 8 graded stone aggregate 40 mm nominal size) 4 Back Filling Filling available excavated earth (excluding rock) in trenches, plinths, sides of foundation 150.00 Cum etc. Layers not exceeding 20cm in depth, consolidating each deposited layer by ramming and watering lead upto 50m and lift upto 1.5m. 5 Plain Cement Concrete Providing and laying in position cement concrete of specified grade excluding the cost of 90.00 Cum centring and shuttering all work upto plinth level: 1:2:4 (1 cement : 2 coarse sand : 4 graded stone aggregate 20 mm nominal size) 6 M20 : Reinforced Cement Concrete Reinforced Cement concrete work in walls (any thickness), including attached pilasters, 310.00 Cum buttresses, plinth and string courses, fillets, columns, pillars, piers, abutments, posts and struts, etc upto floor five level excluding cost of centring, shuttering, finishing and reinforcement in 1:1.5:3 ( 1 cement: 1.5 course sand: 3 graded crushed stone aggregate 20 mm nominal size). 7 Supplying, filling with river sand /nallah muck in 20 cm layers including watering, 425.00 Cum compacting and dressing under flooring in ground floor. Form work 8 Centring and shuttering including strutting, propping etc. And removal of form for: 8a Foundation, footing bases of columns etc for mass concrete 675.00 Sqm 8b Columns, pillars, piers, abutments, posts and struts 1275.00 Sqm

8c Lintels, beams, plinth beams, girders, bressumers and cantilevers 210.00 Sqm

8d Suspended floors, roofs, landings, balconies and access platform (Floor and roof beams) 750.00 Sqm

8e Suspended floors, roofs, landings, balconies and access platform (Slabs) 1200.00 Sqm

Reinforcing Steel 9 Reinforcement for R.C.C work including straightening, cutting, bending, placing in 62.00 Ton position and binding all complete: Thermo-Mechanically- Treated bars.

Brick Masonry Deputy General Manager, JKPCC Ltd. Unit 5th, Anantnag. 10 Brick Work with common burnt clay F.P.S. (non-modular) bricks of class designation 75 420.00 Cum in foundation / Plinth and superstructure in Cement Mortar 1: 6.

FLOORING 11 Cement concrete flooring 1:2:4 (1 Cement: 2 coarse sand: 4 graded stone aggregate) 460.00 Sqm finished by a floating coat of neat cement including cement slurry but excluding the cost of nosing of steps etc. Complete: 50mm thick with 20mm nominal size stone aggregate Crushed aggregate

12 Providing & Laying of 40mm thick levelling course under flooring to cover the conduits 1200.00 Sqm (1:2:4) mix. 13 Providing and fixing glass strips in joints of cement concrete floor. 875.00 RM 40mm wide and 4mm thick

14 Providing and laying of vitrified floor tiles in different sizes (thickness to be specified by 550.00 Sqm the manufacturer) with water absorption less than 0.08% & conforming to IS:15622 of approved make in all colours and shades, laid on 20mm thick cement mortar 1:4 (1 cement : 4 coarse sand) including grouting the joints with white cement and matching pigments etc. complete size of tile 60 X 60 cm 15 Providing and fixing of Kota stone slab flooring over 20mm (average) thick base laid over 110.00 Sqm and jointed with grey cement slurry mixed with pigment to match the shade of the slab including rubbing and polishing complete with base of cement mortar 1:4 (1 cement : 4 coarse sand) 25 mm thick

16 Providing and laying Black granite 20 mm above kitchen top , floor or vertical surfaces as 55.00 Sqm per requirement with moulding& granite polish including supply of all materials &labour etc. as per approved by engineer. 17 Providing and fixing of Kota stone skirting/dado with 18mm thick Kota stone(sample to 75.00 Sqm be approved by the engineer I/C)laid over 20mm thick base of cement mortar1:4ratio(1cement:4coarse sand )laid and jointed with grey cement slurry including rubbing and polishing , moulding complete job.

18 Providing and laying water proofing treatment in sunken portion of WCs, bathroom etc., 325.00 Sqm by applying cement slurry mixed with waterproofing cement compound consisting of applying : a) First layer of slurry of cement @ 0.488 kg/sqm mixed with water proofing cement compound @ 0.253 kg/sqm. This layer will be allowed to air cure for4 hours. b) Second layer of slurry of cement @ 0.242 kg/sqm mixed with water proofing cement compound @ 0.126 kg/sqm. This layer will be allowed to air cure for 4 hours followed with water curing for48 hours. The rate includes preparation of surface, treatment and sealing of all joints, corners, junctions of pipes and masonry with polymer mixed slurry.

PLASTER WORK 19 i) 12 mm thick cement plaster in 1:6 cement mortar in walls using coarse sand. 4844.00 Sqm ii ) Plastering upto 6mm on ceiling and soffits of stairs up to any level of mix 1:3 (1 1063.00 Sqm cement: 3 fine sand). 20 Providing and applying P.O.P Putty of 2mm thickness over plastered surface to prepare 4305.00 Sqm the surface even and smooth complete.

21 P.O.P Cornice in ceilings 75mm wide with required thickness in specified areas as per 1640.00 RM specified pattern.

Deputy General Manager, JKPCC Ltd. Unit 5th, Anantnag. 22 Internal painting with special effects with asian paints, nerolac or equivalent (Texture) on 150.00 Sqm one wall of Living area of approved make and shade with putty (Asian wall / Birla white) and P.O.P, punning, cornice, moulding etc.

23 Painting of internal walls and ceilings with two or more coats of emulsion paint of 4305.00 Sqm specified shade and quality (brand)to an even shade over and including priming coat, preparation of base surface with oil based filling, complete job. 24 Finishing external walls with Wall putty of Standard Brand in two coats to make surfaces 1621.00 Sqm even including a coat of cement water primer including apex spectrum or equivalent finish including scaffolding costs and removal of same after the completion of job.

25 Finishing of external facade with specified pattern of dajjidewari of deodar wooden 2600.00 RM planks 12mm thick 100 mm wide fixed with wall by way of drilling of screws / nails and finishing of the wooden planks by way of sand papering machine grinding, priming with two or more coats including a coat of fevicol and wood filler where necessary including painting two or more coats of wood paint of approved shade and a coat of black japan on the inner side , complete job.

26 Painting with synthetic enamel paint of approved brand and manufacture of required 1200.00 Sqm colour to give an even shade. Two or more coats on new work including priming coat of approved brand.

TILES IN BATHROOMS 27 Providing and fixing of 1st class ceramic glazed tiles conforming to IS:13753 of minimum 990.00 Sqm thickness 5mm of approved make like KAJARIA/SOMANY/RAKS or equivalent make in all colour, shades except burgundy, bottle green, black of any size as approved by Engineer-in-charge in skirting, risers of steps and dados over 12mm thick bed of cement Mortar 1:3 (1 Cement : 3 coarse sand) and joining with grey cement slurry @3.3 kg per sqm including pointing in white cement mixed with pigment of matching shade complete.

28 Providing and fixing of ceramic glazed floor tiles 300 X 300 mm (thickness to be specified 122.00 Sqm by the manufacturers) of 1st quality conforming to IS:13755 of KAJARIA/ SOMANY/RAKS or equivalent make in colour such as white, ivory, grey, fume red, brown laid on 20mm thick bed of cement mortar 1:4 (1 cement : 4 coarse sand) including pointing the joints with white cement and matching pigment etc. complete.

WOOD WORK 29 P/F of 40 mm thick 300 mm wide eaves boarding of best quality kailwood, with moulded 125.00 RM edge as per specifications. 30 Providing and fixing of 19mm thick soffit of Budloo wood including Jamb work of 2" X 90.00 Sqm 3" Section (Budloo wood) including two coats of touch wood or varnish

31 Providing/Fixing of false ceiling on wooden budloo joists 3' X 2' Section @2.6" C/C with 360.00 Sqm 12mm ply board with a top of laminate teak veneer in 2' X 2' tile form including two or more coats of touch wood/varnish. 32 Providing and fixing of 50mm thick thermal bonded polyester non-woven wadding 300.00 Sqm micron fibre of 1000gms/sqm including all necessary allied items.

ROOFING 33 Providing and Fixing of Colour coated normal corrugations CGI 0.60 mm thick class-3 540.00 Sqm sheets fixed to the supporting structure with 8mm dia GI J/L hooks , GI limpet and bituminous felt washers, including plain ridges, valleys etc, all included, but excluding cost of supporting structure.

Deputy General Manager, JKPCC Ltd. Unit 5th, Anantnag. 34 Supplying and erecting welded steel built up or rolled sections in trusses/trussed purlins / 16.00 Ton beams/rafters up to desired span and height confirming to specified code including cost of priming coats. 35 P/F of 16 mm dia holding down anchor bolts 500 mm long along with nuts for holding of 250.00 No steel trusses.

DOOR AND WINDOW 36 Providing wood work in frames of doors , windows, clerestory windows and other 14.50 Cum frames, wrought framed and fixed in position with holdfast lugs or with dash fasteners of required dia and length ( holdfast lugs or with dash fasteners shall be paid for separately). First class Silver/Saal/Mirinda wood (Seasoned)

37 Supply and fixing of flush door of 38 mm. thick one side teak finish including fixing of 70.00 Sqm wooden cleats and stoppers and including fixing and adjustment of anodised aluminium hinges, bolts, locks, handle, springs and other fittings and including painting with two coats of black japan paint on all iron fittings Fitting with necessary steel screws. ( Rates to include cost of cleats, stoppers, hinges, lockable handle sets of Godrej make, springs as per requirement including the cost towards aluminium sliding / tower bolts and aluminium handle as specified in drawings

38 Supply and fixing of 38 mm thick ISI marked termite proof phenol bonded flush door 80.00 Sqm with decorative teak veneering on both faces of suitable pattern including beadings, clipping’s etc. including fixing of wooden cleats and stoppers and including fixing and adjustment of anodised aluminium hinges, bolts, locks, handle, springs and other fittings and including painting with two coats of black Japan paint on all iron fitting if necessary. Fitting with necessary screws and hold fast. ( Rates to include cost of cleats, stoppers, hinges, lockable handle sets of Godrej make ,springs as per requirement but including cost towards aluminium sliding / tower bolts and aluminium handle as specified in drawings

39 Supply and fixing of 38 mm thick frame of Silver/Saal/Mirinda wood (Seasoned) 85.00 Sqm panelled shutter with panelling of teak wood 18mm. thick termite proof phenol bonded board with decorative teak veneering on both faces of suitable pattern including beadings clippings etc fixing of wooden cleats, door stoppers and adjustment of anodized aluminium hinges, bolts, locks, handle, springs, etc. complete with all the fittings as per drawing and specifications. (Rates to include cost of cleats, stoppers, hinges, lockable handle sets of Godrej make, springs as per requirement but including cost towards aluminium sliding / tower bolts and aluminium handle as per drawings specified.

40 Supply and fixing of 38 mm thick frame of Silver/Saal/Mirinda (Seasoned) wood 85.00 Sqm panelled shutter with wire gauze standard gauge hard drawn steel wire fabric of wire dia 0.63 mm and aperture size 1.4 mm as mosquito jail” for doors including beadings clippings etc fixing of wooden cleats, door stoppers and adjustment of anodized aluminium hinges, bolts, locks, handle, springs, etc. complete with all the fittings as per drawing and specifications. ( Rates to include cost of cleats, stoppers, hinges, lockable handle sets of Standard make, springs as per requirement including cost towards aluminium sliding / tower bolts and aluminium handle as per drawings specified

Deputy General Manager, JKPCC Ltd. Unit 5th, Anantnag. 41 Supply and fixing of 38 mm thick frame of Silver/Saal/Mirinda wood (Seasoned) 7.00 Sqm panelled shutter with panelling of teak wood 18mm. thick termite proof phenol bonded board with decorative teak veneering on both faces of suitable pattern including cost of glazing 5mm thick os standard make like saint gobain beadings clippings etc fixing of wooden cleats, door stoppers and adjustment of anodized aluminium hinges, bolts, locks, handle, springs, etc. complete with all the fittings as per drawing and specifications. ( Rates to include cost of cleats, stoppers, hinges, lockable handle sets of Standard make, springs as per requirement but including cost towards aluminium sliding / tower bolts and aluminium handle as per drawings specified.

42 Providing and fixing wardrobe shutters including all shelves of laminated 19mm thick 220.00 Sqm board and all hardware's like channels etc as per drawing and specification. (Face Area)

43 Providing and fixing modular kitchen cabinets above and below counter along with 85.00 Sqm hardware's like channels ,knobs etc as per drawing and specification. (Face Area)

44 P/F of 5mm sheet glass of saint gobain or equivalent including cost of kail wood beading 220.00 Sqm & nails etc. Complete job.

45 P/F of 35mm thick glazed shutter for window of first class Silver/Saal/Mirinda wood 150.00 Sqm (Seasoned) including cost of hinges hardware fittings tower bolts handles stays of standard quality for the same all complete job as specified in the drawings . 46 P/F of 35mm thick wire gauze shutter for window of first class Silver/Saal/Mirinda 150.00 Sqm wood (Seasoned) including cost of hinges, hardware fittings tower bolts & handles & wire gauze of standard quality complete job. 47 Providing and fixing Dash Fasteners of appropriate size to door and window frames 1300.00 No including cost of material complete job. 48 P/F of MS grill of 16 mm square bars and design vertical and horizontals as per design, 2176.00 Kg including the cost of fixtures fittings priming coat and two or more coats of painting including the cost of screws /bolts complete job 49 P/F of M.S. Pipe rail with all screws fittings painting polishing all complete job 140.00 RM

50 Providing & Fixing of Curtain rods with Powder coated sophia rod Complete job. 290.00 RM 51 Steel structural work with mild steel of small sizes and sections such as holding down 1162.00 Kg bolts hold fast tie rods gratings MS grill etc. wrought to required form including supply of steel and its wastage including cost of bolts, nuts, if required for and welding grinding and making holes as required completion of work fabrication of holes doors, chaukhats nosing.

52 Providing under layer for plinth protection including preparation of ground 75mm thick 120.00 Sqm (un-compacted) layer of dry stones aggregates (40mm nominal size) well rammed and grouted with sand. 53 Providing Plinth protection 50mm thick of M-10 nominal mix (max agg. size 20mm) 120.00 Sqm concrete including smooth finishing the top surface.

SANITARY

1 Providing & fixing water closet squatting pan (Indian Type W.C pan) with 100 mm P or 16.00 No S trap, 10 litre low level P.V.C flushing cistern including flush pipe ( hindware) manually controlled device (handle lever) conforming to IS:7231, with all fittings and fixtures complete, including cutting and making good the walls and floors wherever required: Orissa pattern white vitreous china W.C. Pan of size 580 X 440 mm with integral type foot rests.

Deputy General Manager, JKPCC Ltd. Unit 5th, Anantnag. 2 Providing & fixing Ivory White Vitreous China pedestal type water closet (European type 16.00 No W.C. Pan) with seat and lid, 10 litre low level white P.V.C flushing cistern including flush pipe with manually controlled device (handle lever) conforming to IS:7231, with all fittings and fixtures, complete including cutting and making good the walls and floors wherever required (hindware): W.C. Pan with ISI marked white solid plastic seat and lid 3 Providing and fixing wash basin with C.I/M.S brackets, 15mm C.P. Brass waste of 32.00 No standard pattern, including painting of fittings and brackets, cutting and making good the walls wherever required: Ivory White Vitreous China Wash Basin (hindware) size 630x450 with a pair of 15mm C.P. brass pillar taps 4 Providing fixing of Vitreous china Pedestal (Hindware) of standard pattern for wash 32.00 No basins completely recessed at the back for the reception of pipes and fittings

5 Providing & fixing Salem Stainless Steel A ISI 304(18/8) Kitchen Sink as per IS:13983 16.00 No with C.I. Brackets and stainless steel plug 40 mm including painting of fittings and brackets, cutting and making good the walls wherever required: 610 X 510 mm bowl depth 200 mm 6 Providing & fixing PVC Flexible waste Pipe, of 40mm dia. for sink or wash basin 48.00 No coupling etc. complete.

7 Providing & fixing Stainless Steel Jali (Grating) with or without hole for waste pipe for N. 80.00 No Trap. Weight not less than 70 gms.

8 Providing & fixing Mirror of size 600 mm x 400 mm of superior size with bevelled edge 32.00 No with 6mm thick hard board back fixed to wall with wooden cleats and C.P. brass screws & washers complete. 9 Providing and fixing 600 X 120 X 5 mm glass shelf with edges round of supported on 32.00 No anodised aluminium angle frame with C.P. Brass fittings guard rail complete fixed with 40 mm long screw, rawl plug, etc. Complete. 10 Providing & fixing Mirror of superior quality of Rectangular shape 1500x450mm with 32.00 No plastic moulded frame of approved make and shade with 6mm thick hard board back complete. 11 Providing & fixing C.P. brass Toilet paper holder of complete. 32.00 No

12 Providing & fixing C.P. Brass Towel rail with C.P. Brass brackets fixed to wooden cleats 48.00 No with C.P. brass screws.

13 Providing & fixing PVC pipe heavy duty, Water or Vent pipe 110 mm internal diameter 550.00 RM with cowl. And necessary bends, junctions, inclusive of rubber washers, adhesives, complete job. 14 Providing & fixing of health faucet lever type to control the discharge Including all 32.00 No fixtures complete job.

15 Providing & fixing of gysers of standard 50lts make like Havells or Racold including all 32.00 No fixtures and fittings.

16 Providing & fixing of gysers of standard 25lts make like Havells or Racold including all 16.00 No fixtures and fittings.

17 Providing & fixing of ventilating fan self closing shutter type ISI marked like khaitanusha 48.00 No etc.

Deputy General Manager, JKPCC Ltd. Unit 5th, Anantnag. 18 Providing & fixing of C.P ellipsoidal towel holder including the cost of screws complete 16.00 No job

19 Providing and fixing soap cases of C.P. Brass of standard quality 48.00 No

WATER SUPPLY 20 Providing and fixing G.I. Pipes complete with G.I fittings and clamps, including cutting 975.00 RM and making good the walls etc. 15 mm dia. Nominal bore (Medium) jindal / tata make. 21 Providing and fixing G.I. Pipes complete with G.I fittings and clamps, including cutting 60.00 RM and making good the walls etc. 32 mm dia. Nominal bore (Medium) jindal/tata make. 22 Providing and fixing gun metal Gate Valve with C.I. wheel of approved quality (screwed 32.00 No end): 32mm nominal bore 23 Providing and fixing ball valve (brass of approved quality complete: 16.00 No 20mm nominal bore 24 Providing and fixing15mm dia. Nominal bore Plasticized P.V.C. connection pipe with 224.00 No brass union 45 cms Length. 25 Providing and fixing C.P. Brass Shower Rose with 15 or 20 mm inlet. 32.00 No 150mm diameter 26 Providing and fixing brass bib cock ( jaquar/marc) 48.00 No 15mm nominal bore 27 Providing and fixing brass stop cock (jaquar/marc): 16.00 No 15 mm nominal bore. 28 Providing and fixing 15mm dia. Nominal bore C.P. Brass Angle Valve (Jaquar/marc). 224.00 No

29 Providing and fixing 15mm dia. Nominal bore C.P. Brass close whole Basin Mixer Pillar 32.00 No Cock (jaquar/marc). 30 Providing and fixing 15mm dia. Nominal bore C.P. Brass Wall Mixer of approved quality 32.00 No weighing not less than 197 gms. Confirming to IS: 8931 (jaquar/marc). 31 Providing and fixing of 15mm nominal C.P. Mixer for kitchen sink with swinging spout 16.00 No complete job (jaquar/marc). 32 Providing and placing on terrace 1000ltrs. Capacity high density polyethylene water 16.00 No storage tank of approved brand and manufacturer e.g. Sintex or equivalent with cover and suitable locking arrangement and making necessary holes for inlet, outlet and overflow pipes and the base support for tanks and including heavy duty float ball valve of standard quality. 33 Supply and fixing 150x100mm size square mouth S.W. Gully Trap P type, with C.I. 16.00 No grating, brick masonry chamber and water tight C.I. cover frame 300x300mm size inside The wt. of cover & frame to be not less than 7.2 kg. 34 Painting G.I Pipes and fittings chased/buried with two coats bit-mastic paint, wrapping 1035.00 RM two layers of polyethylene tape if overlap applying a final coat of bit-mastic paint and holded with G.I 16 SWG-Gauge wire. 35 Painting of exposed pipes with two or more coats of synthetic enamel paint of approved 600.00 RM quality over a coat of red oxide zinc chromate primer including painting of legends in English with direction arrows 36 Providing and fixing thermal insulation tubing (for hot water pipes chases/buried 600.00 RM locations), elastomeric flexible material having hermetic blister closed cell structure of expanded synthetic rubber over pipes of nominal bores and thickness including all required accessories complete as per specification. 15 mm/32 mm dia POINT WIRING AND SUB MAINS

Deputy General Manager, JKPCC Ltd. Unit 5th, Anantnag. 1 Wiring for 1 way light points with 1.5sqmm,1100 volts grade stranded copper FRLS wires in minimum 25mm dia and 2mm wall thickness PVC conduit including laying in RCC slab or fixing in wall recessed or surface as required with grid plate 230V,AC,1No, 5/6A SP modular switch mounted on modular plate and min.1.6mm thick G.I outlet box and 3 way 5A terminal shrouded good quality connector complete for following combination of light points with 1X1.5 sqm FRLS green PVC insulated stranded copper 1100v,wire for earth upto switch box and light fixture and fans with lugs. a One Light controlled by 5 amp switch. 250 No

2 Wiring for light point as in item No. 1 above but controlled by SP MCB provided in 4 Ckt. the DB. (Cost of MCB not to be included here) a).Five points controlled by one MCB. 3 Wiring for light point as in item No. 1 above but controlled by SP bell push provided 16 No near the door including GI box and plate modular type.

4 Wiring for 250 volts single phase and neutral 16 amps switched socket outlet with 4 96 No sq.mm PVC insulated copper conductor 1100 volts grade stranded flexible FRLS wires in concealed or surface mounted 25 mm dia 2mm thick PVC conduit, including providing and fixing of 16 amps 3 pin switched socket of approved make and design in 1.6 mm thick GI boxes with grid plates and earthing the third pin of socket outlet with 2.5 Sq. mm PVC insulated copper conductor stranded flexible FRLS wire.( (2 no’s power plug shall be looped in one circuit from DB) 5 Wiring for exhaust fan points same as above in item no. 1. but with 230v ac,3 pin 5/6 48 No amps modular socket near the exhaust fan and controlling 230 v , 5/6A switch, SP grid plate mounting switch away from exhaust fan and wiring as follows with 1X1.5sqmm FRLS insulated stranded green copper conductor for earth with lugs 6 Wiring for ceiling/wall Fan points same as above in item No 1. but controlled by modular 64 No electronic stepped regulator 200 watts and 5A control switch and 15mm dia circular or hexagonal in 1.6mm thick MS zinc passivity sheet steel body and 12mm dia MS bar hook complete with white ,3mm thick 200mm dia laminated circular cover 7 Wiring for 230v ac, 5pin 5/6 amps modular socket outlets for light duty power with 230v 96 No ac 5/6amps, SP switch, on same modular grid plate mounting with 2x2.5sqmm stranded copper conductor FRLS insulated 1100v grade wire in 25mm dia, 2mm thick PVC conduit with earthing of 3rd pin by 1/1.5 sq mm stranded copper conductor FRLS insulated green 1100v grade wire with lug complete. including circuit in 2x2.5mmsq &1x1.5mmsq cu wire PVC insulated FRLS (circuit included) 8 Supply and fixing of PVC conduit with conduit accessories ,recessed or surface including cutting chases, fixing with J hooks, refilling with mortar and making good in approved manner or providing saddles, screws for fixing on surface or above false ceiling complete for electrical for circuit wiring. The below mentioned conduit sizes are to be used as per the site/floor thickness and requirement of the site Engineer. a 32mmdia ,2mm thick 300 Mtr.

b 25mm dia ,2mm thick 1500 Mtr. 9 Wiring for circuits for light/fan/bells/exhaust fans etc with following size FRLS pvc insulated 1100v grade multi strand copper conductor wire, FRLS green insulated multi strand copper conductor for earth wire in the existing conduits complete including connections all the three wires for phase, neutral and earth shall have to be taken to switch board and then distributed further. a 2x2.5sqmm +1x1.5sqmm stranded copper FRLS PVC insulated. 870 Mtr. b 2x4sqmm +1x2.5sqmm stranded copper FRLS PVC insulated. 960 Mtr. FIXING OF LIGHTING FIXTURES & FANS

1 Supply and installation, testing and commissioning of the following lighting fixtures and fans with all fixing accessories etc. as required.

a Providing and fixing of batten holders/angle holders 260 No

Deputy General Manager, JKPCC Ltd. Unit 5th, Anantnag. 2 Supply at 12” dia 1400 RPM exhaust fan complete with all accessories as required 48 No 3 48” dia 1400 RPM ceiling fan complete with all accessories as required 64 No 4 Providing and fixing of bell buzzer 16 No

MAKING OF EARTH STATION

1 Providing earthing stations at locations as called for with 600 x 600 x 6 mm, thick G. I. 3 No electrode 20 mm dia medium class G. I. pipe (Indian Tube Company) make or approved equal. G. I. funnel with 20 gauge G.I. wire mesh masonry chamber with concrete base, G.I. manhole cover with frame (300 mm x 300 mm) and bit-mastic paint and packing the mixture of Charcoal and salt around plate electrode complete (one earth station for LA) 2 Supplying and laying of 8 SWG GI wires along with sub-mains for loop earthing of all 1000 Mtr. boards.

MAINS/SUB MAIN CABLING 1 Supply ,laying, testing and commissioning of multi strand copper conductor 1100v grade FRLS PVC insulated sub main wires in PVC conduit of required sizes including multi strand copper conductor FRLS green insulated earth wire 2 No’s for 3 phase and neutrals and 1 no. for 1 phase and neutrals supply system. a 2 R x 16Sq.mm PVC insulated copper 700 Mtr.

b 1 R x 4Sq.mm PVC insulated copper for earth 400 Mtr.

2 Supplying & laying of following 1100 volt grade XLPE insulated PVC sheathed 100 Mtr. aluminium conductor armoured cables as per specification in existing trenches, cable trays, ducts, over bed of sand, clamped to wall with suitable clamps including, saddles fixing bolts, connecting testing and commissioning.(along with cable end terminates) 3.1/2 core 185 sq. mm. DISTRIBUTION BOARDS 1 Design, fabrication, assembling, supply, installation, testing and commissioning of MAIN PANEL suitable for 415 V, 3 phases, 50 Hz, 4 wire power supply system. Panels shall be fabricated out of 2 mm thick CRCA sheet steel in cubical formation, compartmentalized in Form 3b Construction, floor mounted, free standing and shall be dust and vermin proof. 3 mm thick cable gland plate shall be provided both at the top and the bottom of the panel. a MAIN PANEL 2 Set INCOMING: 250A 25 KA TPN MCCB 1 No 300A TPN AL.BUS BAR 1SET INDICATION LIGHTS 1SET VOLTMETER (0-500V) 1No. AMMETER (0-300A) 1No. CT 300/5A RATIO 1SET SELECTOR SWITCHES 2No. O/G: 63 A DP MCB 9No. Energy meter single phase 8nos

2 Sub distribution panels shall be fabricated out of 1.6 mm thick CRCA sheet steel and shall be wall mounted. All large panels shall be provided with lifting hooks. Distribution panels shall be fabricated in accordance with the specifications.(AS PER DRAWING) ( 12 Way SPN)

a Incoming: 63A DP MCB, 1No 16 Set Outgoing: 10A SP MCB, 6Nos Outgoing: 16A SP MCB, 3nos

3 Providing and fixing of the following size medium class PVC hume pipe sleeves. 40 Mtr. 100 mm dia ID

Deputy General Manager, JKPCC Ltd. Unit 5th, Anantnag. LIGHTENING PROTECTION SYSTEM 1 Mounting Mast (Pole) 1 No Supply of GI pipe fabrication support structure providing with suitable base plate, should have provision for Guy wire clamping system, termination arrangement for the Down- Conductor 2 Down Conductor & Accessories 80 RM Supply and Installation of 25 x 3mm GI down conductor with suitable mounting accessories. The mounting clamps should be conductive material.

Dy. General Manager, JKPCC Ltd. Unit 5th, Anantnag.

Deputy General Manager, JKPCC Ltd. Unit 5th, Anantnag. ANNEXURE-B

TENDER PROFORMA OF BID

To

Managing Director, JKPCC Ltd., Jammu.

Sub: Construction of Additional transit accommodation at Vessu Qazigund (Block ______).

Sir, This has reference to above mentioned NIT and our subject offer against the same.

1. I/We hereby affirm that I/We have read and have fully understood all terms, conditions and technical specifications of tender document. 2. I/We hereby offer to supply genuine goods and material at the rates and quantities as described in our subject offer and shall execute the work(s) truly and faithfully within the time specified and set forth in the aforesaid offer. The goods and material to be supplied will be of the quality answerable in every respect with our offer / tender quoted above. 3. I/We shall be responsible for all complaints as regard the quality of material and all material and equipment shall comply in all respects with the requirement of quoted standard specifications. 4. I/We do hereby certify that the material and equipment offered are free from legal encumbrances and any claim regarding infringement and any patent of country of origin or and shall be defended by us at our own cost and damages/ cost, if forwarded against purchaser in such a suits shall be borne by us. 5. I/We shall be hereby responsible for all complaints as regards quality of the material/ bad workmanship and for all such complaints the decision of the Corporation will be final and binding on us. 6. I/we enclosed a DD No. :______dt:______for the prescribed amount of Rs:______(Rs:______drawn in favour of “______“as Cost of Tender Document and CDR/FDR:______dt:______for the prescribed amount of Rs:______(Rs:______drawn in favour of “______“as earnest money and as required in terms of tender

Deputy General Manager, JKPCC Ltd. Unit 5th, Anantnag. specification. I/we fully understand that in the event of my / our tender being accepted, the earnest money shall be returned back to me after successful completion of the work. 7. I/we shall have no claims to the refund of the earnest money prescribed against this tender in the event of my / our non-compliance of the work order, provided such order is placed within the period of validity of my / our tender as indicated in paragraph 10 below. 8. I/we further understand that my earnest money will stand forfeited even if I withdraw my tender at any stage during the currency of the period of validity.

9. My/our tender shall remain valid for a period of 120 days from the date of opening of the tender against the NIT No:- 03 e-tendering /DGM/5th /ANG/JKPCC of 2015-16 Dated: 18-02-2016. 10. My/our tender along with the terms and conditions with relevant columns and annexure duly filled in under my / our attestation and with each page of the tender papers including the enclosed terms and conditions signed by me / us (in the capacity of sole owner / general or special / attorney, in proof of which power of attorney is attached) is submitted for your favorable consideration. 11. I/we have read the enclosed terms and conditions carefully and have signed the same in token of their absolute and unqualified acceptance. My/our tender constitute a “firm” offer under the J&K contract Act and is open to an acceptance, in whole or in part. My/our offer, if accepted on the attached terms and conditions will constitute a legal binding contract and shall operate as contract as defined in the J&K Contract Act and the Sales of Goods Act. 12. I/We understand that Managing Director, JKPCC Ltd., reserves the right to accept or reject the tender without giving any reason thereof.

Thanking you,

Yours faithfully

Signature

Name & Full address of tenderer with stamp

Place …………………

Date …………………..

N.B Please sign and stamp each page

Deputy General Manager, JKPCC Ltd. Unit 5th, Anantnag.

ANNEXURE-C

AFFIDAVIT

1. I, the undersigned, do hereby certify that all the statements made in the required statements are true & correct.

2. The undersigned also hereby certifies that neither our firms M/s ______have abandoned any work in JKPCC Ltd. or any other Department nor any contract awarded to us for such works have been rescinded, during last five years prior to the date of this bid.

3. The undersigned hereby authorizes (s) and request (s) any bank, person, firm or corporation to furnish pertinent information deemed necessary & requested by the department to verify this statement or regarding any (our) competence and general reputation.

4. The undersigned understands and agrees that further qualifying information may be requested and agrees to furnish any such information at the request of the department/project implementing authority.

5. I, the undersigned, do hereby certify that there has been no litigation current or during the last five years, in which the bidder is involved. 6. I, the undersigned, certify that the information regarding any litigation current or during last five years in which the bidder is involved the parties concerned & disputed amount is submitted as under.

______

(Signed by an Authorized Officer of firm)

______

Title of Officer

______

(Name Firm)

______

(Date) Deputy General Manager, JKPCC Ltd. Unit 5th, Anantnag. LIST OF APPROVED MAKES FOR PLUMBING & SANITARY

S. No. Description. Make.

1. Sanitary ware such as EWS, Wash basin, Hindware Urinal, Urinal partitions, Toilet paper roll holder 2. W.C (Orissa Pan)/Europian/Anglo Hindware Indian 3. C.P brass fittings such as pillar cocks, Jaquar /Marc (Economy Range) stop cocks angular stop cocks. C.P flexible pipes, C.P brass waste. 4. G.I Fittings Pipes Jindal/TATA B Grade

5. P.V.C Pipes & Fittings Finolex

6. Flushing system for W.C Hindware

7. Water Storage tanks(Two layer) Sintex

8. Flooring Tiles in Washroom/Toilets etc. Kajaria, RAK, Somany

9. Wall tiles in Toilets etc. Kajaria, Somany, RAK

10. C.P Fittings. Jaquar Regular Series (Economy Range)

Deputy General Manager, JKPCC Ltd. Unit 5th, Anantnag.

LIST OF APPROVED MAKES FOR ELECTRIFICATION & FIRE ALARM

S. No. Description. Make.

1. PVC conduits & accessories. M/S: Polypack / AKG / Clipsal. 2. PVC insulated Copper conductor wires M/S: Finolex / Polycap / Havels / Anchor / 650/1100 volts grade. Grandlay. 3. PVC insulated Aluminum conductor M/S: Grandlay / Gloister / Skytone. armoured cables. 4. Cable glands. M/S: Siemens type brass compression glands. 5. Miniature Circuit Breakers. M/S: Hager / LEGRAND / Schneider. 6. Switches, plugs telephone outlets & M/S: LEGRAND / Roma Anchor. electronic regulators. 7. Distribution boards. M/S: Hager / LEGRAND 8. Call / Bell buzzers / indicators. M/S: Glolite make. 9. MCCB’s. M/S: Hager / LEGRAND / Schneider. 10. Current / Voltage Transformers. M/S: Automatic Electric. 11. Meters. A.E / H.P.L 12. Change over switch. L&T / H.P.L 13. Lighting Fixture. Philips / Bajaj. 14. Any other item. Sample to be approved by Engineer In-Charge. 15. Fan / Exhaust Fan. CG/Bajaj/USHA

Deputy General Manager, JKPCC Ltd. Unit 5th, Anantnag. 73'-0"

BED ROOM BED ROOM 12'-0"X12'-0" 12'-0"X12'-0"

BED ROOM BED ROOM 12'-0"X12'-0" 12'-0"X12'-0"

VARANDAH VARANDAH 5'-0"X5'-0" 5'-0"X5'-0"

BATH BATH 7'-0"X5'-0" 7'-0"X5'-0" KITCHEN KITCHEN 11'-0"X8'-0" 11'-0"X8'-0"

SITTING/LIVING SITTING/LIVING 10'-0"X14'-0" 10'-0"X14'-0"

BATH BATH 8'-0"X5'-3" 8'-0"X5'-3" BATH 8'-0"X5'-3"

V 65'-1" 3'-3"x2'-6" BATH BATH 8'-0"X5'-3" 8'-0"X5'-3"

SITTING/LIVING SITTING/LIVING KW 10'-0"X14'-0" 10'-0"X14'-0" V 3'-3"x2'-6"

KITCHEN KITCHEN 11'-0"X8'-0" 11'-0"X8'-0" BATH MD1 BATH 7'-0"X5'-0" 4'-0"x7'-6" 7'-0"X5'-0"

W3 MD W2 3'-11"x5'-0" 7'-6"x7'-9" 2'-1"x5'-0" VARANDAH VARANDAH 5'-0"X5'-0" 5'-0"X5'-0"

BED ROOM 12'-0"X12'-0" BED ROOM W2 12'-0"X12'-0" 2'-1"x5'-0"

W2 2'-1"x5'-0" BED ROOM BED ROOM 12'-0"X12'-0" 12'-0"X12'-0"

W1 W2 7'-7"x5'-0" 2'-1"x5'-0"

W1 7'-7"x5'-0"

Executing Agency:- CONSULTANTS:- Project title:- Dwg.title:- date:- 7-11-2015 Revision date:- notes scale:- GROUND FLOOR PLAN TO FIT PROPOSED 2BHK FLATS SIZE OF ROOMS ARE INCLUDING WARDROBES Dwg.no:- JAMMU AND KASHMIR CRE TIONS AT Discipline:- AR-DWG-MC/EXT/1 CHK.BY:- PROJECTS CONSTRUCTION CORPORATION rchitects Engineers Planners VESSU - QAZIGUND WASEEM QUADRI PRELIMINARY DRAWING FOR LIMITED. Tel:-0194-2312947 Fax:-O194-2310908 FOR APPROVAL Drawn by:- TENDER PURPOSE ONLY 134 Jawahar Nagar Srinagar Kashmir 190008(J&K) GOWHAR WAFAIE Email:[email protected], [email protected] PVT. LAND

ARMY CAMP

PARKING BAY PARKING BAY PARKING BAY EXISTING MIGRANT COLONY

EXISTING MIGRANT COLONY

18'-0" WIDE ROAD 18'-0" WIDE ROAD 22'-0" WIDEROAD

CHILDRENS PLAY AREA 80'X100' PARKING BAY PARKING BAY PARKING BAY

SECURITY 18'-0" WIDE ROAD 18'-0" WIDE ROAD

GATE GATE BUFFER

DRAIN

NATIONAL HIGHWAY 1A

Executing Agency:- CONSULTANTS:- Project title:- Dwg.title:- date:- 7-11-2015 Revision date:- notes

scale:- TO FIT PROPOSED 2BHK FLATS SITE PLAN Dwg.no:- JAMMU AND KASHMIR CRE TIONS AT Discipline:- AR-DWG-MC/VESSU/1 PROJECTS CONSTRUCTION CORPORATION rchitects Engineers Planners AT VESSU QAZIGUND CHK.BY:- WASEEM QUADRI MASTER PLAN Drawn by:- LIMITED. 134 Jawahar Nagar Srinagar Kashmir 190008(J&K) Tel:-0194-2312947 Fax:-O194-2310908 GOWHAR WAFAIE Email:[email protected], [email protected] 2'-9"

CONSULTANTS:- Project title:- Dwg.title:- date:- 12-12-2015 Revision date:- notes Executing Agency:- scale:- PROPOSED 2BHK FLATS FRONT ELEVATION TO FIT CRE TIONS Dwg.no:- AR-DWG-MC-ELE/03 Discipline:- PRELIMINARY DRAWING FOR JAMMU AND KASHMIR AT rchitects Engineers Planners CHK.BY:- WASEEM QUADRI TENDER PURPOSE ONLY PROJECTS CONSTRUCTION CORPORATION LIMITED. VESSU - QAZIGUND Drawn by:- 134 Jawahar Nagar Srinagar Kashmir 190008(J&K) Tel:-0194-2312947 Fax:-O194-2310908 GOWHAR WAFAIE Email:[email protected], [email protected]