Bids Are Invited For Custom Bid For Services - A) Scope Of Work 1) Supply, installation, testing and commissioning of 9 M swaged street light poles as per 410SP16. 2) Fixing of 120W LED Street Light (Non FLP) to all the newly installed light poles. 120W LED Street light will be supplied by BPCL. 3) Laying of cable by using cable tray. All cables except mentioned in BOQ will be supplied by BPCL. Cable tray to be supplied by bidder as mentioned in the BOQ. 4) All civil works excavation, PCC, RCC, coping of the pole base, fixing of foundation bolt and others as required. B) Detailed Scope of Job 1) S/I FP 9M SWAG POLE - Supply, installation, testing and commissioning of swaged street light poles with the sizes of the poles and the diameters and thickness of each of the sections given clearly in the attached drawings including provision of holes for cable entry, earthing points on poles, base plate, all civil works like excavation, PCC, coping of the pole base as per drawing, supply and fixing of cable protection pipes as shown in drawing, painting with two coats of aluminium primer and two coats of aluminium paint and fixing of supplied fitting with loop in loop out terminals, fixing of FLP JB along with gland, lamp fuse HRC and laying of armoured cable as required. All light poles, JBs, Glands will be supplied by bidder. Also, any facility not mentioned in this scope, but which is vital to installation of street light poles is assumed to be included in the scope of work. 2) S/I FLP JUNCTION BOX 4- Supply and installation of Ex-D Gas Group IIA, IIB FLP and WP Junction box: 100 dia 4 way Junction box with maximum entry three on three sides (top entry not to be given). Dummy Plug also to be provided along with JB. No separate payment will be done for supply of dummy plug. 3) S/I FLP ET 32MMGLAND- Supply and installation of Ex-D Gas Group IIA/B/C FLP glands double compression brass nickel of size 32 Sq mm ET including termination with suitable size of Copper/ Aluminium lugs and Ferrules. 4) S/I GI PERF TRAY CVR 4 (100X 50X 2MM)- Supply and installation of PERFORATED TYPE CABLE TRAYS WITH GI COVER :Supplying and Installation of GI Perforated (Perforation not more than 17.5%) Cable Trays with GI cover (Hot Dipped Galvanised : Less than 2mm thick : @45 to 50 microns; 2 mm thick and less than 5 mm thick @ 55-60 Microns; 5mm thick and above : @ 85 to 90 microns) of following sizes with accessories and GI Hardware (Coupler Plates, Nuts, Bolts, Washers) . The scope also involves Supply, Fabrication and installation of all Cable Tray accessories like Bends, Tee Joints, Elbow Up/Down, Reducers, Fishplates, Splices, Cross Member, Connectors, etc. and no separate charges will be applicable, even though only straight Lengths are indicated in BOQ. Cable Tray Bends shall be fabricated or modified at site wherever required. Design of Structural supports should be submitted by vendor and approved by BPCL prior to installation. 5) S/L CAB 4CX4 MM2 (Copper) :Supplying, Laying; Testing and Commissioning Of 1.1 Kv Grade Cables ;PVC Insulated (Fire Retardant Low Smoke) ; PVC Sheathed; Armoured copper Conductor Cables of Following Sizes As Per Is:1554 (Part-I), and Sealed properly with Pvc Caps In Built-Up Ready Made Trenches; Overhead Cable trays; Pull through Pipes Or Exposed On Wall .Beam/Rakes; Trusses Tie/Beamer Embedded In Floor Or buried Directly Underground (Excavation, sand and bricks shall be paid under separate item of BOQ) Or Through G.I. Pipe. Unit Rates Quoted For Installation of Cables Shall Be Same Irrespective Of Route and Method Of Laying. The rates Shall Include Laying, Pulling Of Cables, Proper Dressing Of Cables on Cable Trays, Racks, Vertical Raceways and Supply and Installation Of saddles, Spacers and Nylon Chord For Tying As Required, Identification Tags At Strategic Points/ Every 50 Meter Intervals, aluminium Clamps. etc. Cable Identification Tags At Strategic Points/ Every 50 Meter Interval for Identification of Cable; Etc. Complete. The Straight through Joints/ tying with armour In the Cables Should Be avoided. 6) EXCV<1.5 ORD DIS IN (Depth upto 1.5 M normal soil )- Earth work in excavation up to required depth below existing ground level up to required depth including removal of vegetation, shrubs and debris cutting and dressing the sides in slopes and bottom, levelling, grading and ramming of bottoms, bailing out of water , supplying of Temporary supports to existing services line like water pipes, sewage pipes, electric overhead and u/g cables etc all if encountered, shoring, strutting and disposal of excavated earth anywhere inside BPCLs premises as directed by the Engineer in Charge, complete. Payment shall be made as per the actual measurement but not more than excavation plan. Also no payment would be made for extra excavation for making slopes etc. The excavated earth to be spread in loose 150 mm thick layers, watered, rolled and well consolidated using suitable compactors. The density to be achieved shall not be less than 90% of the density obtained in the laboratory (modified proctor method) (Payment against this item shall be released only for the earth being disposed inside BPCL premises). 7) PCC PLIN 1:2:4 CS (1 Cement: 2 coarse sand: 4 graded stone aggregate 20 mm nominal size) -Providing and laying PLAIN CEMENT CONCRETE for all depths below and up to plinth level in foundations, drains, fillings, non-suspended floors, pavements & ramps or any other works etc. including the cost of position cement concrete of specified grade including the cost of centring and shuttering, tamping, ramming, vibrating, curing, in any shape, position, thickness and finishing the top surface rough or smooth etc. all complete as per directions of Engineer-in-charge. - All work up to plinth level. 8) RCC AB PL 1:1.5:3 CS- Supplying and laying in position RCC of specified nominal mix using 20mm and down size graded crushed stone aggregate for columns, beams slabs and soffits, staircases, lintels etc. of all types including placing of concrete, supplying pockets, openings, recesses, rendering if reqd. to give a smooth and even surface etc. all complete(excluding the cost of reinforcement, but including the cost of centring and shuttering)for all heights above plinth level in any shape, position, thickness etc. all complete as specified and directed. Only steel shuttering will be used so as to obtain required finish. The height of shuttering shall not exceed 1.5 m per lift of concrete: 1:1.5:3 (1 cement: 1.5 coarse sand: 3 grade stone aggregate 20 mm nominal size). 9) STEEL REINFORCEMENT- Supplying and placing HYSD steel reinforcement of Grade 500 (TMT) conforming to IS 1786 in position for RCC works including straightening, cutting, bending, placing in position and binding with 16 SWG black soft annealed binding wire at every intersection, supplying and placing appropriate cover block all complete including cleaning and making it free from oil, grease etc. complete-for all heights and depths and conforming to relevant IS code (Make: SAIL,TATA, JSW, ESSAR, VIZAG STEEL or approved equivalent make conforming to IS code). C) Other Details related to Work 1) Light Pole DetailsHeight- 9 m Pole Type- Single-Arm Material- Steel Usage/Application- Street Shape- Tubular Manufactured as per Indian Standard of IS 2713 of 1980 Part (I, II & III). The poles should made from High Quality Steel of Ultimate Tensile Strength 42 kgf/mm2 . The arm length of the light pole= 2 M Light in 1 light pole= 1 no. Length of each light pole is 9 M. Distance between 2 light poles= 30 M 2) MISCELLANEOUS CIVIL JOB REQUIRED PER POLE Excavation= 1.3X1.3X1.5= 2.5 M3 PCC= 1.3X1.3X0.1= 0.169 M3 RCC= (1.2X1.2X0.25) + (0.6x0.6x1.2)= 0.792 M3 Steel Reinforcement= As required Foundation Bolt= As required D) PROJECT EXECUTION METHODOLOGY /GENERAL CONDITIONS This execution methodology defines the procedures and methods that shall be followed by vendor in order to achieve efficient preparation of Good Engineering deliverables and completion of the stipulated Project Scope of Work, within the defined project schedule and budget and also in compliance with the best Industrial engineering standards. • Upon project award confirmation, vendor management team will nominate a Project Manager to lead the project. • Upon award of the project, vendor will immediately mobilize the engineering team from all disciplines who will review the available technical inputs to start the Project activities. They will also prepare a detailed plan for safe execution of the entire project in concurrence with the site approval of EIC. Vendor must supply all the materials as per tender requirement, specifications as directed by engineering In-charge/Location In-charge (mentioned above). • Freight, Packing & forwarding charges for the Supply of the materials at site if applicable to be included in price bid. No additional payment will be made on these heads i.e., Freight, Packing & forwarding charges. • The Company has right to disqualify any quotation without giving reasons for the same. All the conditions mentioned in the BPCL General Terms & Conditions of Tender are also applicable. • For carrying out location visits, vendor is required to send his authorized personnel with authority letter & aadhaar card & any other ID proof. Existing safety & security procedure of BPCL to be duly followed by visiting personnel. BPCL reserves the right to deny entry to personnel deemed not fit to visit hazardous area of installation. Adequate number of visits need to be carried out by vendor in order to collect all field details correctly. Vendor should collect all details from field by visiting location & only those details, which cannot be collected by making field visits, shall be provided by BPCL. Normal working hours of location are 08:30 Hrs to 17:00 Hrs (Except for Sundays/ holidays). Vendor to quote his rates considering the quantum of work involved and the specs of the materials to be supplied along with requisite documents/certificates/warranty etc. Vendor to plan his works & resources accordingly. • Entire works carried out during the execution of Project i.e. excavation, PCC/RCC, Supply/fabrication/welding etc. shall confirm to the Quality Assurance Plan (QAP) attached in Scope of work. E) PROJECT SCHEDULE Start date of the work is date of issue of LOI by BPCL to vendor. Scheduled completion period for the job is 60 days. This includes time required to visit location, collection of field details, deployment of materials at site, carrying out the welding, fabrication, fittings, civil works, Mandatory test etc. as mentioned in the Scope of work above. Submission of testing certificate/ reports of the cable/JB/light is also under Vendor Scope of Work. Vendor to quote his rates considering all above-mentioned terms, conditions. F) Payment Terms: • 90% on completed individual item of Work • 10% on completion of all Jobs and final acceptance by Site In-charge G) Special Terms & Conditions: 1. The tenderer shall take into account basic price, cost of labour, T & P, CGST/SGST as applicable, conveyance / cartage etc. before quoting the rates. No extra claim what so ever in this regard shall be entertained. Parties are required to quote their Pan No., CGST no. , SGST no. and PF Code. 2. The tenders should have completed minimum three works of similar nature of minimum value of 7.80 lakhs or two works of 9.75 lakhs or one work of 15.60 lakhs in their name, during last 3 years. Photocopies of the completion certificates/award letters should be submitted along with the tender. Completion certificate issued by the reputed organization / MNC shall also be accepted. In case of certificates issued by the private party, copies of TDS should also be enclosed. Similar natures means that bidder should have executed the work of design, supply, erection, testing and commissioning of street Lighting / Transformers / HT/LT Panels/ DG sets/ HT /LT Cabling work. 3. Work of similar nature means “design, supply, erection, testing and commissioning of street Lighting / Transformers / HT/LT Panels/ DG sets/ HT /LT Cabling work. 4. While applying for the tender document, the intending tenderers shall furnish proof of, experience certificates, works completed/awarded, valid work contract as applicable. 5. The tenderer must confirm their acceptance of the terms and conditions mentioned herein and the enclosed documents. Each page of the original quotation document should be signed and returned back and this will form a part of the contract. 6. Any facility not mentioned in this scope, but which is vital to installation of street light poles is assumed to be included in the scope of work. 7. The contractor shall ensure quality control measures on different aspects of construction including materials, workmanship and correct construction methodologies to be adopted. 8. Contractor has to ensure safety and provide adequate supervision. 9. During working at site, some restrictions may be imposed by Engineer-in Charge/Security staff of Corporation or Local Authorities regarding safety and security etc., the contractor shall be bound to follow all such restrictions/instruction & nothing extra shall be payable on this account. 10. No compensation shall be payable to the contractor for any damage caused by rains lightening, wind, storm, floods Tornado, earth quakes or other natural calamities during the execution of work. He shall make good all such damages at his own cost; and no claim on this account will be entertained. 11. The tender shall be based on Conditions of Contract and tenderers are required to quote their own rates against each item in schedule of quantities, which is enclosed. All rates shall remain firm for the contract period/extended contract period. 12. All the works to be carried out in accordance with latest CPWD/BIS Specifications and as per the directions of Engineer-in-charge. 13. COST OF TESTS- The contractor is bound to carry out the tests as per the CPWD/BIS/Applicable codes guidelines for ascertaining the quality of the works executed/ materials used as and when directed by the Engineer-in-charge. The cost of preparing samples and carrying out tests for quality of material or workmanship will be borne by the contractor except for such exclusions as are specifically mentioned in the specifications laid down in the contract. ---- Total Quantity :

Tender Notice

44912141

Indian


Bihar

September 03, 2024

Key Value

19.49 Lakhs

19.49 Lakhs

19.49 Lakhs

To Download Tender Document Click on the below link

Bids Are Invited For Custom Bid For Services - A) Scope Of Work 1) Supply, installation, testing and commissioning of 9 M swaged street light poles as per 410SP16. 2) Fixing of 120W LED Street Light (Non FLP) to all the newly installed light poles. 120W LED Street light will be supplied by BPCL. 3) Laying of cable by using cable tray. All cables except mentioned in BOQ will be supplied by BPCL. Cable tray to be supplied by bidder as mentioned in the BOQ. 4) All civil works excavation, PCC, RCC, coping of the pole base, fixing of foundation bolt and others as required. B) Detailed Scope of Job 1) S/I FP 9M SWAG POLE - Supply, installation, testing and commissioning of swaged street light poles with the sizes of the poles and the diameters and thickness of each of the sections given clearly in the attached drawings including provision of holes for cable entry, earthing points on poles, base plate, all civil works like excavation, PCC, coping of the pole base as per drawing, supply and fixing of cable protection pipes as shown in drawing, painting with two coats of aluminium primer and two coats of aluminium paint and fixing of supplied fitting with loop in loop out terminals, fixing of FLP JB along with gland, lamp fuse HRC and laying of armoured cable as required. All light poles, JBs, Glands will be supplied by bidder. Also, any facility not mentioned in this scope, but which is vital to installation of street light poles is assumed to be included in the scope of work. 2) S/I FLP JUNCTION BOX 4- Supply and installation of Ex-D Gas Group IIA, IIB FLP and WP Junction box: 100 dia 4 way Junction box with maximum entry three on three sides (top entry not to be given). Dummy Plug also to be provided along with JB. No separate payment will be done for supply of dummy plug. 3) S/I FLP ET 32MMGLAND- Supply and installation of Ex-D Gas Group IIA/B/C FLP glands double compression brass nickel of size 32 Sq mm ET including termination with suitable size of Copper/ Aluminium lugs and Ferrules. 4) S/I GI PERF TRAY CVR 4 (100X 50X 2MM)- Supply and installation of PERFORATED TYPE CABLE TRAYS WITH GI COVER :Supplying and Installation of GI Perforated (Perforation not more than 17.5%) Cable Trays with GI cover (Hot Dipped Galvanised : Less than 2mm thick : @45 to 50 microns; 2 mm thick and less than 5 mm thick @ 55-60 Microns; 5mm thick and above : @ 85 to 90 microns) of following sizes with accessories and GI Hardware (Coupler Plates, Nuts, Bolts, Washers) . The scope also involves Supply, Fabrication and installation of all Cable Tray accessories like Bends, Tee Joints, Elbow Up/Down, Reducers, Fishplates, Splices, Cross Member, Connectors, etc. and no separate charges will be applicable, even though only straight Lengths are indicated in BOQ. Cable Tray Bends shall be fabricated or modified at site wherever required. Design of Structural supports should be submitted by vendor and approved by BPCL prior to installation. 5) S/L CAB 4CX4 MM2 (Copper) :Supplying, Laying; Testing and Commissioning Of 1.1 Kv Grade Cables ;PVC Insulated (Fire Retardant Low Smoke) ; PVC Sheathed; Armoured copper Conductor Cables of Following Sizes As Per Is:1554 (Part-I), and Sealed properly with Pvc Caps In Built-Up Ready Made Trenches; Overhead Cable trays; Pull through Pipes Or Exposed On Wall .Beam/Rakes; Trusses Tie/Beamer Embedded In Floor Or buried Directly Underground (Excavation, sand and bricks shall be paid under separate item of BOQ) Or Through G.I. Pipe. Unit Rates Quoted For Installation of Cables Shall Be Same Irrespective Of Route and Method Of Laying. The rates Shall Include Laying, Pulling Of Cables, Proper Dressing Of Cables on Cable Trays, Racks, Vertical Raceways and Supply and Installation Of saddles, Spacers and Nylon Chord For Tying As Required, Identification Tags At Strategic Points/ Every 50 Meter Intervals, aluminium Clamps. etc. Cable Identification Tags At Strategic Points/ Every 50 Meter Interval for Identification of Cable; Etc. Complete. The Straight through Joints/ tying with armour In the Cables Should Be avoided. 6) EXCV<1.5 ORD DIS IN (Depth upto 1.5 M normal soil )- Earth work in excavation up to required depth below existing ground level up to required depth including removal of vegetation, shrubs and debris cutting and dressing the sides in slopes and bottom, levelling, grading and ramming of bottoms, bailing out of water , supplying of Temporary supports to existing services line like water pipes, sewage pipes, electric overhead and u/g cables etc all if encountered, shoring, strutting and disposal of excavated earth anywhere inside BPCLs premises as directed by the Engineer in Charge, complete. Payment shall be made as per the actual measurement but not more than excavation plan. Also no payment would be made for extra excavation for making slopes etc. The excavated earth to be spread in loose 150 mm thick layers, watered, rolled and well consolidated using suitable compactors. The density to be achieved shall not be less than 90% of the density obtained in the laboratory (modified proctor method) (Payment against this item shall be released only for the earth being disposed inside BPCL premises). 7) PCC PLIN 1:2:4 CS (1 Cement: 2 coarse sand: 4 graded stone aggregate 20 mm nominal size) -Providing and laying PLAIN CEMENT CONCRETE for all depths below and up to plinth level in foundations, drains, fillings, non-suspended floors, pavements & ramps or any other works etc. including the cost of position cement concrete of specified grade including the cost of centring and shuttering, tamping, ramming, vibrating, curing, in any shape, position, thickness and finishing the top surface rough or smooth etc. all complete as per directions of Engineer-in-charge. - All work up to plinth level. 8) RCC AB PL 1:1.5:3 CS- Supplying and laying in position RCC of specified nominal mix using 20mm and down size graded crushed stone aggregate for columns, beams slabs and soffits, staircases, lintels etc. of all types including placing of concrete, supplying pockets, openings, recesses, rendering if reqd. to give a smooth and even surface etc. all complete(excluding the cost of reinforcement, but including the cost of centring and shuttering)for all heights above plinth level in any shape, position, thickness etc. all complete as specified and directed. Only steel shuttering will be used so as to obtain required finish. The height of shuttering shall not exceed 1.5 m per lift of concrete: 1:1.5:3 (1 cement: 1.5 coarse sand: 3 grade stone aggregate 20 mm nominal size). 9) STEEL REINFORCEMENT- Supplying and placing HYSD steel reinforcement of Grade 500 (TMT) conforming to IS 1786 in position for RCC works including straightening, cutting, bending, placing in position and binding with 16 SWG black soft annealed binding wire at every intersection, supplying and placing appropriate cover block all complete including cleaning and making it free from oil, grease etc. complete-for all heights and depths and conforming to relevant IS code (Make: SAIL,TATA, JSW, ESSAR, VIZAG STEEL or approved equivalent make conforming to IS code). C) Other Details related to Work 1) Light Pole DetailsHeight- 9 m Pole Type- Single-Arm Material- Steel Usage/Application- Street Shape- Tubular Manufactured as per Indian Standard of IS 2713 of 1980 Part (I, II & III). The poles should made from High Quality Steel of Ultimate Tensile Strength 42 kgf/mm2 . The arm length of the light pole= 2 M Light in 1 light pole= 1 no. Length of each light pole is 9 M. Distance between 2 light poles= 30 M 2) MISCELLANEOUS CIVIL JOB REQUIRED PER POLE Excavation= 1.3X1.3X1.5= 2.5 M3 PCC= 1.3X1.3X0.1= 0.169 M3 RCC= (1.2X1.2X0.25) + (0.6x0.6x1.2)= 0.792 M3 Steel Reinforcement= As required Foundation Bolt= As required D) PROJECT EXECUTION METHODOLOGY /GENERAL CONDITIONS This execution methodology defines the procedures and methods that shall be followed by vendor in order to achieve efficient preparation of Good Engineering deliverables and completion of the stipulated Project Scope of Work, within the defined project schedule and budget and also in compliance with the best Industrial engineering standards. • Upon project award confirmation, vendor management team will nominate a Project Manager to lead the project. • Upon award of the project, vendor will immediately mobilize the engineering team from all disciplines who will review the available technical inputs to start the Project activities. They will also prepare a detailed plan for safe execution of the entire project in concurrence with the site approval of EIC. Vendor must supply all the materials as per tender requirement, specifications as directed by engineering In-charge/Location In-charge (mentioned above). • Freight, Packing & forwarding charges for the Supply of the materials at site if applicable to be included in price bid. No additional payment will be made on these heads i.e., Freight, Packing & forwarding charges. • The Company has right to disqualify any quotation without giving reasons for the same. All the conditions mentioned in the BPCL General Terms & Conditions of Tender are also applicable. • For carrying out location visits, vendor is required to send his authorized personnel with authority letter & aadhaar card & any other ID proof. Existing safety & security procedure of BPCL to be duly followed by visiting personnel. BPCL reserves the right to deny entry to personnel deemed not fit to visit hazardous area of installation. Adequate number of visits need to be carried out by vendor in order to collect all field details correctly. Vendor should collect all details from field by visiting location & only those details, which cannot be collected by making field visits, shall be provided by BPCL. Normal working hours of location are 08:30 Hrs to 17:00 Hrs (Except for Sundays/ holidays). Vendor to quote his rates considering the quantum of work involved and the specs of the materials to be supplied along with requisite documents/certificates/warranty etc. Vendor to plan his works & resources accordingly. • Entire works carried out during the execution of Project i.e. excavation, PCC/RCC, Supply/fabrication/welding etc. shall confirm to the Quality Assurance Plan (QAP) attached in Scope of work. E) PROJECT SCHEDULE Start date of the work is date of issue of LOI by BPCL to vendor. Scheduled completion period for the job is 60 days. This includes time required to visit location, collection of field details, deployment of materials at site, carrying out the welding, fabrication, fittings, civil works, Mandatory test etc. as mentioned in the Scope of work above. Submission of testing certificate/ reports of the cable/JB/light is also under Vendor Scope of Work. Vendor to quote his rates considering all above-mentioned terms, conditions. F) Payment Terms: • 90% on completed individual item of Work • 10% on completion of all Jobs and final acceptance by Site In-charge G) Special Terms & Conditions: 1. The tenderer shall take into account basic price, cost of labour, T & P, CGST/SGST as applicable, conveyance / cartage etc. before quoting the rates. No extra claim what so ever in this regard shall be entertained. Parties are required to quote their Pan No., CGST no. , SGST no. and PF Code. 2. The tenders should have completed minimum three works of similar nature of minimum value of 7.80 lakhs or two works of 9.75 lakhs or one work of 15.60 lakhs in their name, during last 3 years. Photocopies of the completion certificates/award letters should be submitted along with the tender. Completion certificate issued by the reputed organization / MNC shall also be accepted. In case of certificates issued by the private party, copies of TDS should also be enclosed. Similar natures means that bidder should have executed the work of design, supply, erection, testing and commissioning of street Lighting / Transformers / HT/LT Panels/ DG sets/ HT /LT Cabling work. 3. Work of similar nature means “design, supply, erection, testing and commissioning of street Lighting / Transformers / HT/LT Panels/ DG sets/ HT /LT Cabling work. 4. While applying for the tender document, the intending tenderers shall furnish proof of, experience certificates, works completed/awarded, valid work contract as applicable. 5. The tenderer must confirm their acceptance of the terms and conditions mentioned herein and the enclosed documents. Each page of the original quotation document should be signed and returned back and this will form a part of the contract. 6. Any facility not mentioned in this scope, but which is vital to installation of street light poles is assumed to be included in the scope of work. 7. The contractor shall ensure quality control measures on different aspects of construction including materials, workmanship and correct construction methodologies to be adopted. 8. Contractor has to ensure safety and provide adequate supervision. 9. During working at site, some restrictions may be imposed by Engineer-in Charge/Security staff of Corporation or Local Authorities regarding safety and security etc., the contractor shall be bound to follow all such restrictions/instruction & nothing extra shall be payable on this account. 10. No compensation shall be payable to the contractor for any damage caused by rains lightening, wind, storm, floods Tornado, earth quakes or other natural calamities during the execution of work. He shall make good all such damages at his own cost; and no claim on this account will be entertained. 11. The tender shall be based on Conditions of Contract and tenderers are required to quote their own rates against each item in schedule of quantities, which is enclosed. All rates shall remain firm for the contract period/extended contract period. 12. All the works to be carried out in accordance with latest CPWD/BIS Specifications and as per the directions of Engineer-in-charge. 13. COST OF TESTS- The contractor is bound to carry out the tests as per the CPWD/BIS/Applicable codes guidelines for ascertaining the quality of the works executed/ materials used as and when directed by the Engineer-in-charge. The cost of preparing samples and carrying out tests for quality of material or workmanship will be borne by the contractor except for such exclusions as are specifically mentioned in the specifications laid down in the contract. ---- Total Quantity :