Seal & Sign of the Tenderer Page 1 TIME SCHEDULE OF THE TENDER NOTE : All bid related activities (process) like tender download, bid preparation , bid submission and bid opening shall be governed by the time schedule under the key dates mentioned in the above schedule. The venue for opening of tenders will be at the Office of Jt. Managing Director, MSSIDC Ltd., Head Office, Mumbai. 1 TENDER NO. MSSIDC/MRK/DISH-BKC/E-TENDER/2015-16/04 2. Name of Work Providing & fixing modular furniture & Allied works for Office of Upper Director, Industrial Safety & Health, Pune Div. PUNE. 3 Estimated cost of work Rs.23,72,815/- 4 COST OF TENDER FORM 1. Rs.2250/- Non-refundable cost of tender form should be deposited through online payment gateway. 2. SSI registered with Dy. Director Inds. For tendered items are exempted from payment of cost of tender fee. 5 DATE OF TENDERDOCUMENTS DOWNLOAD From 02.02.2016 to 10.02.2016 upto 17.00 Hrs. The prospective bidders will be authorized to download the blank tender form from the website https://mssidc.maharashtra.etenders.in . 6 Completion Period 90 Days 7 Pre Bid Meeting 04-02-2016 at 12.00 am at HO, Mumbai 8 SCHEDULE OF E-TENDERING ACTIVITY Sr. No. Activities Start Expiry Date Time Date Time 1 Release of Tender 02.02.2016 10.00 03.02.2016 11.50 1 Online Tender document download 03.02.2016 11.51 10.02.2016 17.00 2 Online Bid preparation 03.02.2016 11.51 10.02.2016 17.00 3 Online Technical bid closing 10.02.2016 17.01 11.02.2016 17.00 4 Online Commercial bid closing 10.02.2016 17.01 11.02.2016 17.00 5 Online submission of Bid 11.02.2016 17.01 16.02.2016 17.00 6 Online Tender opening (Technical bid) 17.02.2016 11.00 18.02.2016 17.00 7 Online Tender opening (Commercial bid) 17.02.2016 11.00 18.02.2016 17.00
59
Embed
TIME SCHEDULE OF THE TENDER · TIME SCHEDULE OF THE TENDER NOTE : All bid related activities (process) like tender download, bid preparation , ... Managing Director, MSSIDC Ltd.,
This document is posted to help you gain knowledge. Please leave a comment to let me know what you think about it! Share it to your friends and learn new things together.
Transcript
Seal & Sign of the Tenderer Page 1
TIME SCHEDULE OF THE TENDER
NOTE : All bid related activities (process) like tender download, bid preparation , bid submission and bid
opening shall be governed by the time schedule under the key dates mentioned in the above schedule. The
venue for opening of tenders will be at the Office of Jt. Managing Director, MSSIDC Ltd., Head Office,
Name of Work Providing & fixing modular furniture & Allied works for
Office of Upper Director, Industrial Safety & Health, Pune
Div. PUNE.
3 Estimated cost of work Rs.23,72,815/-
4 COST OF TENDER FORM 1. Rs.2250/- Non-refundable cost of tender form should be deposited through online payment gateway.
2. SSI registered with Dy. Director Inds. For tendered items are exempted from payment of cost of tender fee.
5 DATE OF TENDERDOCUMENTS
DOWNLOAD
From 02.02.2016 to 10.02.2016 upto 17.00 Hrs. The prospective bidders will be authorized to download the blank tender form from the website https://mssidc.maharashtra.etenders.in.
6 Completion Period 90 Days
7 Pre Bid Meeting 04-02-2016 at 12.00 am at HO, Mumbai
8 SCHEDULE OF E-TENDERING ACTIVITY
Sr.
No.
Activities Start Expiry
Date Time Date Time
1 Release of Tender 02.02.2016 10.00 03.02.2016 11.50
1.1 The Tenders shall be submitted online through “e” tendering process only. No tender will be accepted manually or through fax etc.
1.2 The Tender form will be available online only. No tender form shall be sold/issued manually from any of the office of the MSSIDC.
1.3 The tender document will be uploaded / released on Govt. of Maharashtra e-tendering website
https://mssidc.maharashtra.etenders.in . The tenderer is required to download the tender document from this
website as per the schedule of activities for online tender document download.
1.4 The tenderer has to pay the cost of the tender document through payment gateway tender document during tender document download stage, same way tenderer has to pay EMD through online payment gateway during online bid preparation stage.. The tender documents downloaded without payment through gateway towards cost of tender cost shall not be considered as valid tender document.
1.5 At the time of downloading the tender, the tenderer has to fill the details of payment towards the cost of the tender documents and generate e-receipt. If e-receipt is not generated, then tenderer will not be able to upload the tender document and the Corporation will not be responsible , if the tenderer fails to upload the tender document due to non generation of e-receipt.
1.6 The tenderer is required to download the tender document within the schedule of activity for online tender
document download. After expiry of the date and time for tender document download, the Corporation shall not be responsible for any failure on the part of tenderer for not downloading the document within the scheduled time even though he has paid the cost of the tender to the Corporation. In such case, the cost of the tender paid by the tenderer shall not be refunded.
1.7 During the activity of bid preparation, the tenderer is required to upload all the documents mentioned in
the terms & conditions of the technical bid by scanning the documents and uploading it in the PDF format or Zip file. This activity of uploading the documents as well as preparation of commercial bid and other Appendices enclosed with the tender, shall be completed within the schedule given for bid preparation. The tenderer will not be able to submit the technical as well as commercial documents after closing of bid preparation as per time schedule.
1.8 After bid preparation, the tenderer is required to submit the bid again during the activity of submission of bid without which the tender will not be submitted.
1.9 The tenders submitted online will be opened on the schedule date before the participants. At the time of
opening of the technical bid the tenderer should bring all the original documents which has been uploaded along with the technical bid so that same can be verified at the time of opening of technical bid, if required by the tender opening committee. If the tenderer fails to produce the original documents at the time of opening of technical bid then the decision of the committee taken on the basis of document uploaded will be final and binding on the tenderer
1.10 As the tenders are invited online, tenderers are required to upload tender as per the schedule given. The Corporation is not responsible for failure on the part of tenderer to upload tender within the time schedule. In case of any help required for this purpose the tenderer shall contact to help line of e-tendering agency M/s. SifyNex Tenders on telephone nos. 020- 3018 7500
Tenderers are requested to go carefully through the process of e-tendering given on the website of
https://mssidc.maharashtra.etenders.in , to avoid disqualification of their tender on any ground.
1.11 The tenderer is required to pay tender processing fee of Rs.1054.00 per tender to e-tendering agency, M/s. SifyNex Tenders, at the time of filing of their tender through e-payment (through credit cards/debit card/net banking). Details of different modes of online payment to e-tendering service provider is as per Appendix No.03 . Non payment of fees will result in non submission of the tender and Corporation will not be responsible if the tenderer is not able to submit their offer due to non payment of processing fees to the e-tendering agency.
1.12 Any amendment to the tender will be placed on the e-tendering website of the Govt. of Maharashtra and MSSIDC Website. The tenderer will not be communicated separately regarding the amendment. The tenderer should download the amendment. The signed and sealed copy of amendments shall be uploaded during uploading of technical bid as it is being a part of technical documents. However, if the tenderer fails to upload these amendment then it will be presumed that the tenderer has quoted his/ her rates by taking the note of these amendments.
2. SUBMISSSION OF TENDER
The tender is divided in two parts and required to be submitted online only
Technical Bid (PART I) - Contains technical information such as detail drawing and technical
specifications, terms & conditions of the tender, documents required to be submitted to become
qualified for opening of commercial bid, special terms & conditions of the tender, general terms &
conditions of the tender, instructions to the tenderer for submission of the tender, other Appendices
required to be submitted by the tenderer along with the technical bid, confirmation to tender terms &
conditions. Detailed specification & drawing of the tendered items shall be as per Appendix No.01
Mandatory information required for Providing & fixing modular furniture & Allied works for Office of Upper
Director, Industrial Safety & Health, Pune Div. PUNE.
Seal & Sign of the Tenderer Page 4
Important: 1. Please type or handwrite in capital letters
2. Attach copies of the supporting documents. 3. Please use additional sheets if required. 4. All additional sheets shall have seal & signature of the tenderer.
Name of the Bidder :
Email address :
Telephone number Office :
Telephone number Mobile :
Fax No. :
Address 1 :
Address 2 :
City :
Pin code :
Year of Establishment :
Status of the Firm : Proprietary/Partnership/Pvt. Ltd./Pub. Ltd.
Names of the directors/Partners/Proprietor :
Name and address of the Bankers -1 :
Name and address of the Bankers -2 :
Name and address of the Bankers-3 :
Registration number and date with Registrar
Of Companies/Firms : Attach copy
A/c No. IFS code Branch
code
Seal & Sign of the Tenderer Page 5
PAN Card number : Attach copy
VAT Number with latest clearance : Attach copy
Certificate up to 30.9.2011
Copies of the Balance Sheet : 3 years. Attach copy
Current solvency certification from your
Banker for not less than Rs. Fifty lakhs : Attach copy
Details of Empanelment with the
Other Companies/PSUs : Attach copy
Field of activities : (1) (2) (3) (4)
Main activity :
Value of the total work done till date :Attach copies of experience certificates
(Last 3 years) if any
List/Number of Technical staff working
in the organization :
(Tenderer must have minimum one graduate
and one diploma engineer with sufficient
experience in the organization)
List / Number of other staff working in the
Organization :
(The tenderer must have other staff such
as draftsman, surveyor and other technical
staff )
Have you been ever disqualified or penalized
by MSSIDC in past for non Fulfillment
Seal & Sign of the Tenderer Page 6
of the contractual obligations.
If yes, please provide details in brief :
Have you been ever put on a holiday list/ blacklisted
Or banned by any Public Sector Undertaking/
Government ?
If yes Please provide details in brief :
3 references of whose work has been
successfully completed :
(Certificates issued by public authority
shall be enclosed)
I/We confirm that to the best of our knowledge this information is authentic and accept that any deliberate
concealment will amount to disqualification at any stage.
Seal and Signature of the Bidder/s
Date:
Place :
SECTION-1
INVITATION TO TENDERERS
Seal & Sign of the Tenderer Page 7
1.1 Online tenders on Percentage rate basis are invited in the prescribed
form by the Jt. Managing Director, M.S.S.I.D.C, Krupanidhi 9 Walchand
Hirachand Marg, Ballard Estate, Mumbai-400001 for Providing & fixing modular
furniture & Allied works for Office of Upper Director, Industrial Safety & Health, Pune Div.
PUNE.. from eligible and competent SSI units registered as Small Sale
Industries with Government of Maharashtra.
TENDER NO NAME OF WORK VALUE OF WORK EARNEST
MONEY
TIME OF
COMPLETION
MSSIDC/MRK
/DISH-
pune/E-
YENDER/15-
16/04
Providing & fixing modular furniture & Allied works for Office of Upper Director, Industrial Safety & Health, Pune Div. PUNE.
Rs. 23,75,048/-
(approx.)
Rs.24,000/-
Three
months
1.2 The successful tenderer has to pay the security deposit@ 2% towards
initial security deposit and enter into an agreement in prescribed
format with MSSIDC within 5 days of issue of letter of intent/order,
failing which Earnest Money Deposit deposited by the tenderer along
with tender shall be forfeited.
1.3 The work as detailed in this tender shall be executed and completed in
all respect within a period of 4 months from the 3rd day of signing of
agreement or from the day on which the contractor is given the site
whichever is earlier in accordance with the tender Documents,
Instructions to tenders, Technical specification, Bill of Quantities,
conditions of contract, Schedules & drawings, to the satisfaction of
Architect/ MSSIDC.
1.4 EARNEST MONEY DEPOSIT :The Tenderer is required to deposit Rs.24,000/-
as Earnest Money through online payment gateway. No EMD will be
accepted manually henceforth. Earnest Money will be refunded without
any interest to be unsuccessful tenders after award of contract.
1.5 Tender documents can be downloaded from Govt. Of Maharashtra E-tender
website https://maharashtra.etenders.in as per schedule above. The
relevant drawings are available within the tender form along with
specifications and other details of items to be executed.
1.6 Rates must be quoted for complete work at site inclusive of :
(i) All costs, taxes and charges, including MVAT, Service tax, recall
tax, etc. All taxes and duties including sales Tax, E.S.I.
charges etc. As applicable. Central or octroi/LBT, Royalties etc.
On works and materials required for use in this project shall be
entirely borne & payable by the contractor. The MSSIDC will not
entertain any claim whatsoever in this respect.
(ii) MSSIDC service charges @8% of value of the work.
(iii) Contingencies @ 3% of value of the work.
Seal & Sign of the Tenderer Page 8
(iv) Architecture/ Project management Consultant Charges @3% of value
of the work.
[v] The tender shall remain valid for acceptance by MSSIDC, for a
period of 90 days from the date of opening of tender.
1.7 Total Security deposit(towards performance guarantee of the work)
shall comprise of :
a) Initial security deposit 2% (The EMD paid shall be adjusted
towards part of Initial Security Deposit).
b) Retention Money
1.8 Initial Security Deposit:
The amount of Initial security Deposit shall be 2% of the accepted
value including earnest money. The balance amount of Initial security
Deposit is to be deposited by the contractor/successful bidder with
M.S.S.I.D.C.Ltd. within 5 (five) days of intimation to him about the
acceptance of the tender by MSSIDC in the form of Demand Draft,
failing which earnest money deposited with tender shall be forfeited.
1.9 Retention Money:
The contractor/successful bidder shall be paid 92% of the verified
running bill. The 8%deduction from each running bill shall be treated
as retention money and form second part of total security deposit.
50% of the total security deposit shall be refunded to the
contractor/successful bidder after MSSIDC’s Project Management
Consultant/ Architect certifies the actual completion of work and
after the payment of final bill.
The retention money (i.e. 8% of contract value) may be refunded 14
(fourteen) days after the end of defect liability period of 12 months,
provided he has satisfactorily carried out all the work and attended
to all defects in accordance with the conditions of the contract,
including site clearance and after submission of “Defects Liability
period satisfactory Completion” Certificate from supervising
Architect/PMC and also certification of no complaints for work from
the consignee.
1.10 Earnest money of the successful tenderer will be liable to be
forfeited in the event of refusal or delay on his part in depositing
initial security deposit and signing the agreement within 5(Five)
days, of the issue of letter of award of the work.
1.11 The M.S.S.I.D.C does not bind itself to accept the lowest or any
tender, or to assign any reason for rejecting a tender thereof and
also reserves the right of accepting the whole or part of the tender
and the tenderer shall in such an event be bound to perform the
Seal & Sign of the Tenderer Page 9
contract at the same rates quoted in the tender for the various items
of the work.
1.12 Canvassing in any form in connection with the tender is strictly
prohibited and the tenders submitted by the contractors who resort to
canvassing in any form should be liable for
rejection/disqualification/ blacklisting.
1.13 The tendering firms, in case the tenderer is a partnership firm,
should upload the tender signed by all the partners. In the event of
absence of signature of any partner, it must be signed on his behalf
by a person holding power of attorney authorising him to do so and
such power of attorney should be uploaded along with the tender.
1.14 MODE OF SUBMISION OF TENDER:
The tender shall be submitted through e-tender in accordance with the
procedure detailed below:
1.14.1Envelope marked No-1 (Technical bid) shall contain following
documents/ certified copies uploaded -
Compulsory documents to be submitted alongwith the tender
A Undertaking on the letter head of tenderer unconditional acceptance of all
tender conditions.
Conditional tender shall be liable for rejection.
B Copy of SSI registration (complete set)
C Copy of VAT clearance certificates on 31.12.2014 in Form No.415.
D Copy of PAN card
E Solvency certificate up to Rs.15.00 lakh from the bankers.
F Copy of Balance sheet for last three years ending as on 31.03.2014.
G Self declaration pertaining to similar work executed in any one of consecutive
last 3 years to the tune of 50% of the tender value.
H EMD:- Exemption is granted for payment of EMD to SSI units registered with
Dy. Director (Inds.), Maharashtra for the tendered items as per Government
Purchase Manual dt.30.10.2015.
Additional documents to be submitted
1 Affidavit to be submitted on Rs.100/- Stamp Paper or Franked Paper certifying
Seal & Sign of the Tenderer Page 10
that list of machinery required for manufacturing tendered items are available at
factory side duly signed by the owner and attested by CA.
1.14.2 Envelope marked No-2(Price bid) shall contain the price schedule
i.e. bill of quantity should be uploaded with the tender.
1.15 Opening Of Tender
1.15.1 The tenders incomplete w.r.t.the compulsory documents specified in
1.16.1 shall be rejected. Their price bid will be considered for
opening.
1.15.2 The technical bid of the tender shall be opened in the office of
M.S.S.I.D.C MUMBAI at Ballard Estate in the presence of the
authorised officers of MSSIDC, Architect and tenderers or their
authorised representatives at schedule time. After opening of
technical bid of all tenderers, the price bid of eligible tenderer
will be opened.
APPENDIX SHOWING IMPORTANT TIME SCHEDULE
Seal & Sign of the Tenderer Page 11
1. ISSUE OF LETTER OF
INTENT
Within two days from the date of
opening of tender
2. PAYMENT OF INITIAL
SECURITY DEPOSIT
&SIGNING THE AGREEMENT
Within 5 days of the issue of
letter of intent/order.
3. ISSUE OF WORK/SUPPLY
ORDER
On the date of payment of security
deposit & signing the agreement.
4. DATE OF COMMENCEMENT Within 3 days of signing of the
agreement or the day on which the
contractor is given the site
whichever is earlier
5. PERIOD OF COMPLETION 4 months from the date of
Commencement of work.
6. LIQUIDATED DAMAGES 0.5% of contract amount per Week
of delay subject to the
max. of 5% of the accepted
contracted sum.
7. PENALTIES As per clause No.5.5.16
i) Interest @ 12% for delay beyond 4 Months form date of
order
ii)Interest @ 15% for delay
beyond 10 Months form date
of order
8. VALUE OF RUNNING/ON
ACCOUNT BILL
Not less than 1/5thofthe value of
the work of minimum Rs.1.00 lakh.
29. EMD Rs.24,000/-
10. INITIAL SECURITY
DEPOSIT
2% of the accepted value
of the Tender including
Earnest Money
11. TAX DEDUCTION MVAT and Income Tax will be
deducted at prevailing rates from
each bill.
12. DEFECT LIABILITY
PERIOD
12 Months after actual issue of
completion certificate.
13. PERIOD OF FINAL
MEASUREMENT
1 Week after actual
completion of work.
14 Payment of Running
Account Bill
Measurement for the work completed
to the value 20% of the total work
order shall be recorded by
Architect / PMC appointed by the
Corporation and the payment will
be released after deductions
subject to availability of funds
to Corporation from user
department i.e. Upper Director, Industrial
Safety & Health, Pune Div. PUNE.
Seal & Sign of the Tenderer Page 12
SECTION-2
INSTRUCTIONS TO TENDERERS
2.1 The tender shall examine carefully all the tender documents consisting
of:
- Invitation to Tenderers.
- Instructions to Tenderers.
- General and special conditions of contract.
- Bill of quantities.
These shall form part of the Agreement.
The tenderer is advised to visit and inspect the site at his own cost
and responsibility and to secure all necessary information which may
be required for completing the tender. Ignorance of site conditions is
notan excuse for non-performance of the contract. All costs, charges
and expenses that may be incurred by the tenderer in connections with
the preparation of his tender shall be borne by him and the
MSSIDC/Architect do not accept any liability whatsoever in this
regard.
2.2 Time is the essence of the contract and the successful tenderer is
required to complete the work in all respect within the stipulated
time of completion and hand over the same, complete in all respect to
the satisfaction of the Architect / PMC and Yashda Office, Pune.
2.3 The tender should contain Percentage rate above/below estimate basis.
All corrections in the tender shall be duly attested by initials of
the tenders. Corrections, if not attested, may entail rejection of
tender. The rates quoted by the tenders in words in “percentage rate “
will be the tender basis(and not the amounts in case of discrepancies)
in finalising the tender VIZ.
a) When there is a difference between the rates in figures & in
words, the rate in words quoted by the tenderer will be considered
as correct.
2.4 It shall be clearly understood that the rates quoted in the tender
are to be, for complete work at site, as per instructions to
Tenderers, conditions of contract, specifications and drawings, and
instructions from Architect / PMC appointed by the Corporation from
time to time, addenda referred to therein and also for all such
works as are necessary for the proper completion of the contract,
although specifications thereof may not have been made in the
specifications or drawings or tender documents. The rates shall be
firm and shall not be subject to cost escalation on account of labour
and material and, labour conditions or any other reason
whatsoever.
2.5 In the event of a tender being selected for acceptance, the
M.S.S.I.D.C. will inform the tenderer. The successful tenderer shall
also deposit the required amount of security deposit within the
prescribed time and if the tenderer fails to deposit the required
Seal & Sign of the Tenderer Page 13
amount of the security deposit within the prescribed period, the
MSSIDC may reject the tender and forfeit the Earnest Money deposited.
2.6 The tenderer shall fill up the complete form of article of agreement
before uploading of tender. Failure to comply may entail rejection
of the tender.
2.7The contract will be governed by the Indian contract Act, MVAT and all
other relevant laws, All payments due to the contractor under the
contract will be made in Indian Rupee currency.
2.8 The rates quoted shall be for complete work at site. The rates
should be inclusive of MVAT applicable, octroi Duty, Royalty, ESI or
any other tax or duty levied by any government or public bodies.
The rates shall be firm and shall not be subject to cost escalation
of labour and material and exchange variations, labour conditions and
other conditions whatsoever.
2.9 A schedule of approximate quantities for various items accompanies this
tender. It shall be clearly understood that neither the Architect/PMC
nor the MSSIDC do not accept any responsibility for the correctness
or completeness of this schedule in respect of items and quantities
and this schedule is liable to alterations by omission, deduction or
additions at the discretion of the MSSIDC in consultation with the
Architect without violating the terms of the contract.
2.10 It will be sold responsibility of contractor to get themselves
registered under Labour Law and it will be responsibility of
contractor to indemnify the Corporation in the event of prosecution
and punishments enforced by Labour Department [Central & State
Govt.].
2.11 Bill of quantity of Tender for works contained in section-5 shall be
completed and uploaded along with the tender in Price Bid. In case
of failure to do so the tender is liable to rejection.
2.12 The M.S.S.I.D.C does not bind itself to accept the
lowest or any tender, or to assign any reason for rejecting a tender
thereof and also reserves the right of accepting the whole or part of
the tender and the tenderer shall in such an event be bound to perform
the contract at the same rates quoted in the tender for the various
items of the work.
2.13 Income tax deductions will be made as per the prevailing rates from
the contractor's on running account bills and final bill.
2.14 No mobilisation advance or secured advance will be paid to the
contractor.
2.15 Power and water connection if required is to be arranged by the
contractor and all expenses at actual pertaining to electricity and
Seal & Sign of the Tenderer Page 14
water used during the course of work shall be borne by the contractor
at actual. Employer will not be responsible for providing power &
water to the contractor for execution of the work and no excuse
regarding non-availability of power and water will be entertained.
2.16 The contractor/successful bidder shall be responsible to make good
and remedy at his own expenses within such period as may be stipulated by
the MSSIDC any defect which may develop or may be noticed before the
expiry of 12 months from the certified date of completion and
intimation of which has been sent to the contractor/successful
bidder within seven days of the expiry of the said period. If in
default, the MSSIDC may get the repairs done and deduct the expenses (of
which the certificate of the MSSIDC shall be final) from any sums
that may be then or at the time thereafter may become, due to the
contractor/successful bidder, or from his security deposit, or the
proceeds of sale thereof, or of a sufficient portion thereof.
2.17 As per IBA guidelines freak rates analysis will be conducted against lower and higher rates observed in any tender and contractor will have
to submit rates analysis for such items for which freak rates have
been observed. Higher freak rates can be lowered by the Site to bring
them at par with Architect’s standard rates.
2.18The tenderer must have executed work of similar nature and have
expertise and be registered for the said work.
2.19 If the price bid of the tenderer is 15% below the estimated cost or
even lesser, in such case the successful tenderer shall be required
to pay additional security deposit of 10% of the price bid quoted by
tenderer, before signing the agreement.
2.20 The contractor will be required to submit stagewise time schedule for
completion of work awarded to him, giving the specific date of
completion of the particular stage along with the agreement duly
(vii)Personal injuries (Compensation insurance) act 1963 and any other
modifications
(viii)Employees provided fund and miscellaneous provisions Act 1952 and
amendment thereof
(ix) Shop and establishment act
(x) Any other act or enactment relating there to and rules framed there
under from time to time.
5.9.8 :ACCIDENTS :
The contractor/successful bidder shall immediately on occurrence of
any accident at or about the site or in connection with the execution
of the work report such accident to the MSSIDC / consultant. The
contractor/successful bidder shall also such report immediately to the
competent authority whenever such report is required to be lodged by
the law and take appropriate actions thereof.
5.9.9. INSURANCE IN RESPECT OF DAMAGE TO PERSONS AND PROPERTY;
The contractor/successful bidder shall be responsible for all injury
to persons, animals or things and for all structural and decorative
damage to property, which may arise from the operation or neglect of
himself or of any approved sub-contractor/successful bidder’s or
Employees, whether such injury or damage arise from carelessness,
accident or any other cause whatsoever in any way connected with the
Seal & Sign of the Tenderer Page 36
carrying out of this contract. The contractor/successful bidder
shall indemnify the MSSIDC and hold him harmless in respect of all and
any expenses arising from any such injury or damage under any Acts of
Government or otherwise and also in respect of any compensation of
damages consequent upon such claims.
NOTE:
The above terms and conditions are only suggestive, finalization of
terms and conditions will be done only at the time of or after issuing
letter of intent.
*********************
Seal & Sign of the Tenderer Page 37
COMMERCIAL BID
ENVELOP II
Providing & fixing modular furniture & Allied works for Office
of Upper Director, Industrial Safety & Health, Pune Div. PUNE.
We hereby quote our rates__________% Below/Above the estimated
cost mentioned above, which is inclusive of all taxes/duties, MSSIDC 8%
service charges, 3.% Architect charges, 3% contingency charges etc.
(Percentage in words…………………………………………………………
…………………………………………………………………………………………..
………………………………..Below/Above)
Seal & Sign of the Tenderer Page 38
PROPOSED INTERIOR WORKS FOR DISH OFFICE AT PUNE
Architect - Ar. Design Ideas
SUMMARY OF ESTIMATED COST OF INTERIOR ,ELECTRICAL MODULAR WORKS
SEC. DESCRIPTION OF ITEM AMOUNT(Rs.)
A INTERIOR WORK ( PARTITION) Rs. 11,14,037.14
B MODULAR FURNITURE Rs. 6,09,927.36
C ELECTRICAL WORK Rs. 6,51,083.42
TOTAL COST Rs. 23,75,047.92
NOTE :-
5. Rates are inclusive of taxes.
Authorised Signatory
Seal & Sign of the Tenderer Page 39
PROPOSED INTERIOR WORKS FOR DISH OFFICE AT PUNE
Architect - Ar. Design Ideas
SUMMARY OF INTERIOR WORK
SEC. DESCRIPTION OF ITEM AMOUNT(Rs.)
1 DISMANTLING AND DIMOLITION WORK Rs. 19,827.80
2 BRICK WORK AND CONCRETE WORK Rs. 0.00
3 CARPENTARY WORK Rs. 7,39,893.50
4 DOOR Rs. 1,40,656.76
5 FALSE CEILING AND WALL FINISHING
WORK
Rs. 76,847.50
6 PAINTING Rs. 27,201.67
7 IRON WORK Rs. 0.00
TOTAL - (A to C) Rs. 10,04,427.23
NOTE :-
5. Rates are inclusive of taxes.
Authorised Signatory
Seal & Sign of the Tenderer Page 40
INTERIOR WORK AT DISH OFFICE AT PUNE
Rate Reference:PWD Pune Region 2014-15
SR. NO
DSR Ref No
DESCRIPTION QTY. UNIT RATE (Rs.)
AMOUNT (Rs.)
A DISMANTLING AND DEMOLITION WORK
1a Dismantling 6” thk, brick wall carefully by using chisel to cut & making good wall edges with 1:4 cement plaster including removal of debris from site.
1b DSR 15.7.4
8.37 CU.M
761.54 6374.09
3 Dismantling existing Electrical fittings, wires, Data cables, fittings etc. including removal of debris from site 1.00 LS
10000.00 10000.00
4 DSR 15.12
Dismantling and removing doors, windows wherever required in a manner which facilitates easy fixing of new doors and windows without undue expense. the rate shall include removal of debris from site. 17.64 Smt
195.79 3453.71
TOTAL FOR DISMANTLING & DEMOLITION
19827.80
C CARPENTARY WORK
Seal & Sign of the Tenderer Page 41
3a MARKET RATE
Providing & fixing full height Partition/low height partition with 8mm clear glass in Fast Track Dry wall construction in sandwhich panels of 3000 x 600 x 50 mm thick made out of light weigth concrete core sandwhiched between two fibre reinforced cement facing sheets. The boards to be minimum 39 kg per sqm weight, flexural strength 58 kg/sqcm, Thermal conductivity 0.21 Sound transmission co efficient 33 db, Fire rating of 1 hour, Fire propogation index 3.7 & class P inginitability. The boards to be fixed in top & bottom proprietory GI channels & to be tongue & grooved into each other. The joints to be finished with proprietory jointing compound & jointing tape as per manufacturers instructions, finished complete as per satisfaction of the engineer in charge.
A 2ND FLOOR 36.20
Sqm
2500.00 90487.50
B 3 RD FLOOR (LHS) 43.82
Sqm
2500.00 109550.00
C 3 RD FLOOR (RHS) 63.04
Sqm
2500.00 157605.00
3b Providing & fixing full height Partition/low height partition with 8mm clear glass in Fast Track Dry wall construction in sandwhich panels of 3000 x 600 x 50 mm thick made out of light weigth concrete core sandwhiched between two fibre reinforced cement facing sheets. The boards to be minimum 39 kg per sqm weight, flexural strength 58 kg/sqcm, Thermal conductivity 0.21 Sound transmission co efficient 33 db, Fire rating of 1 hour, Fire propogation index 3.7 & class P inginitability. The boards to be fixed in top & bottom proprietory GI channels & to be tongue & grooved into each other. The joints to be finished with proprietory jointing compound & jointing tape as per
Seal & Sign of the Tenderer Page 42
manufacturers instructions, finished complete as per satisfaction of the engineer in charge.
A 2ND FLOOR 46.97 Sqm
3000.00 140895.00
B 3 RD FLOOR (LHS) 8.48 Sqm
3000.00 25452.00
C 3 RD FLOOR (RHS) 16.97 Sqm
3000.00 50904.00
3c Providing & fixing Toughened Glass Partition with 8 mm thick toughened clear glass fixed on a TW frame of size 65 x 38 mm of height varying from 900 to 2100mm. The cost to include that for TW verticals at max 900mm c/c and horizontals at about 1050mm c/c. The glass to be fixed with TW beading of size 12 x 12mm. All exposed wood work to be finished in melamine polish of approved shade and colour. The glass partition to have frosting pattern in film about 30 % of glass area.
2ND FLOOR 0.00 Sqm
6000.00 0.00
3d Providing & fixing Modular Partition with 60 mm thick Aluminum frame of height 1200mm. The partition shall be panel bsed and shall have raceways for the provision of electrical and data wiring separately. All sections and end caps to be powder coated in aproved colour. The cost to include that for white marking boards, soft boards, glass, etc.
30.00 Sqm
5500.00 165000.00
TOTAL FOR CARPENTARY
739893.50
Seal & Sign of the Tenderer Page 43
D DOOR
1 8 / 18 BDT 34 PAGE NO-120
SOLID DOORS
a 0.9m x 2.1m 30.00 Sqm
2126.05 63781.50
Providing & Fixing solid core flush door in single leaf 35 mm thickcommercial type of exterior grade as per detailed drawings, approved commercial plywood facing on both side s without glazing and venetians ,all necessary beads,moulding and lipping ,chromium plated fixtures and fastenings,handles on both sides and finishing with one coat of primer complete without frame.
2 1a / 18 BDT PAGE NO-119
DOOR FRAME WITH JAMB LINING
Providing and fixing frame with / without ventilator of size as specified with Ghana teakwood for doors and windows including chamfering, rounding, rebating, iron holdfast of size 300mm x 40mm x 5mm with oil painting, etc. complete. Spec. No.: As directed by Engineer in charge.
Country Teak wood frame
Size 0.90m x 2.10m Ht 0.79 Cum
97092.31 76875.26
TOTAL FOR DOORS
140656.76
E FALSE CEILING & WALL FINISHING WORK
Seal & Sign of the Tenderer Page 44
2 12/17 BDR PAGE NO-113
providing and fixing in position gypsum board false ceiling with 12.5mm thick gypsum boards screwed /fixed to the under structure of suspended G.I grid constructed and suspended from the main ceiling consisting of ceiling sections of size 25x50mm maximum center to centre distance of 600mm perimeter channel and intermediate channels at maximum center to center distance 1 200 mm galvanized grid should be fixed to reinforced cement concrete slab . the gypsum board should be fixed to galvanized iron grid with necessary screws. the boards should be taped and fill from under side to give smooth, seamless ceiling .The rate should include necesary additional ceiling sections and intermediate channels .Additional intermediate channels should be fixed to straps hangers for additional support to prevent strapping at every 1200mm item to be completed in all respect including neccessary sleeves for ducts finishing of all joints cut out and including labour ,material ,lifts etc complete
29.81
Sqm
817.09
24359.50
3 MARKET RATE
Providing and fixing tiled false ceiling of approved materials of size 595x595 mm in true horizontal level, suspended on inter locking metal grid of hot dipped galvanized steel sections ( galvanized @ 120 grams/ sqm, both side inclusive) consisting of main "T" runner with suitably spaced joints to get required length and of size 24x38 mm made from 0.30 mm thick (minimum) sheet, spaced at 1200 mm center to center and cross "T" of size 24x25 mm made of 0.30 mm thick (minimum)
Seal & Sign of the Tenderer Page 45
sheet, 1200 mm long spaced between main "T" at 600 mm center to center to form a grid of 1200x600 mm and secondary cross "T" of length 600 mm and size 24x25 mm made of 0.30 mm thick (minimum)sheet to be interlocked at middle of the 1200x600 mm panel to form grids of 600x600 mm and wall angle of size 24x24x0.3 mm and laying false ceiling tiles of approved texture in the grid including, required cutting/making, opening for services like diffusers, grills, light fittings, fixtures, smoke detectors etc. Main "T" runners to be suspended from ceiling using GI slotted cleats of size 27 x 37 x 25 x1.6 mm fixed to ceiling with 12.5 mm dia and 50 mm long dash fasteners, 4 mm GI adjustable rods with galvanised butterfly level clips of size 85 x 30 x 0.8 mm spaced at 1200 mm center to center along main T, bottom exposed width of 24 mm of all T-sections shall be pre-painted with polyester paint, all complete for all heights as per specifications, drawings and as directed by Engineer-in-charge. 58.32 sqm
900.00 52488.00
F PAINTING
1 6b / 15 BDP 6A PAGE NO-107
PLASTIC EMULSION
345.2865 Smt
78.78 27201.67
Providing & applying plastic emulsion
paint on walls, columns & ceilings. The
rate shall include scrapping, levelling &
preparing the surface. Primer coat +
(minimum) 2 coats to get evenly
spread quality finish (roller finish) of
approved make , quality & finish shall
be provided.
Seal & Sign of the Tenderer Page 46
TOTAL FOR FALSE CEILING AND WALL FINISHING
76847.50
TOTAL FOR INTERIOR FURNISHING
977225.56
Add 8% MSSIDC charges
78178.04
Add 3% Consultants Fees
29316.77
Add 3% contingencies
29316.77
TOTAL COST
1114037.14
General Notes for Interior Work
1 The cost of items in the schedule of quantities to include that for Adhesive for paasting laminate or any other material otherwise mentioned to be pasted.
2 Where ever Glass has to be fixed & requires to be glued, the cost to include that for necessary adhesive like Araldite or equivalent.
3 Where ever Plastic, Rubber, Cork Sheets have to be pasted the cost to include that for necessary Rubber Solution.
4
All exposed surfaces in Loose Furniture to be finished with Laminate 1.5mm thick laminate & all hidden surfaces to be finished with 0.8 mm thk laminate. All other surfaces without laminate finish such as edges of ply, which are finished with TW lippings, rear surfaces of loose furnitures abutting against a partition, etc to be finished with French Polish.
5 All exposed edges of Plywood to be finished with TW Lippings 6 mm thick of width matching the thickness of the plywood as required.
6 All hidden Wood/ Plywood surfaces to be painted with Anti Termite Paint of approved manufacturer & specifications.
7 All drawers & Keyboards to be mounted on Telescopic Channels of required length.
8 Cost for Plumbing fittings & fixtures to include that for all necessary hardware, glues, comounds, etc as required.
9 All rates are inclusive of Taxes
10
The site shall be cordoned off by the contractor using metal sheets.Also safety measures such as covering of external sides of building with hessian cloth shall be considered as part of contract.
11 The cost to include that for all necessary scaffolding, centering, staging & all necessary hardware wherever required.
Seal & Sign of the Tenderer Page 47
12 The rate are inclusive of taxes.
Seal & Sign of the Tenderer Page 48
RATE ANALYSIS OF DISH OFFICE AT PUNE
Item Description Nos L B H Qty Remarks
A DISMANTLING AND DEMOLITION WORK
1a Dismantling 6” thk, brick wall carefully by using chisel to cut & making good wall edges with 1:4 cement plaster including removal of debris from site.
1b
Specification same as above but for 9” thk and above Brick walls.
1 0.9 2.1 1.89
Required for door opening
3 0.9 2.4 6.48
8.37
8.37 (Additional 10%)
2 Dismantling and removing doors and windows wherever required in a manner which facilitates easy fixing of new doors and windows without undue expense. the rate shall include removal of debris from site.
2 1.8 2.5 9 2 Door
2 2.4 1.8 8.64 2 WINDOW
TOTAL 17.64
17.64 (Additional 10%)
B BRICK AND CONCRETE WORK
1 9" THK BRICK WALL
Providing second class burnt brick masonry with conventional/ IS type bricks in cement mortar 1:6 in super structure including striking joints racking out joints, watering and scaffolding etc. complete as per the instructions of the engineer in charge. Cost to include that for erection in Arches (Flat & circular) & including the neceaasry cutting/ shearing of bricks in shape.
6 1 2.5 15 multipurpose hall
TOTAL 3.45
3.45 (Additional 10%)
2 Providing & fixing full height Partition/low height partition with 8mm clear glass in Fast Track
Seal & Sign of the Tenderer Page 49
Dry wall construction in sandwhich panels of 3000 x 600 x 50 mm thick made out of light weigth concrete core sandwhiched between two fibre reinforced cement facing sheets. The boards to be minimum 39 kg per sqm weight, flexural strength 58 kg/sqcm, Thermal conductivity 0.21 Sound transmission co efficient 33 db, Fire rating of 1 hour, Fire propogation index 3.7 & class P inginitability. The boards to be fixed in top & bottom proprietory GI channels & to be tongue & grooved into each other. The joints to be finished with proprietory jointing compound & jointing tape as per manufacturers instructions, finished complete as per satisfaction of the engineer in charge.
(2nd floor) 1 4.6 2.8 12.88
1 3.2 2.8 8.96
3 3.75 2.8 31.5
1 7 2.8 19.6
1 4.8 2.8 13.44
1 2.9 2.8 8.12
6 0.9 2.1 11.34 (-DOOR)
TOTAL 83.16
(3rd floor) (LHS)
1 5.05 2.8 14.14
1 2.27 2.8 6.356
1 4.55 2.8 12.726
1 2.8 2.8 7.84
2 2.57 2.8 14.392
1 2.25 2.8 6.3
5 0.9 2.1 9.45 (-DOOR)
TOTAL 52.304
(3rd floor) (RHS) 2 2.58 2.8 14.42
2 2.35 2.8 13.16
1 2.58 2.8 7.21
1 5 2.8 14
1 6.8 2.8 19.04
2 4.2 2.8 23.52
6 0.9 2.1 11.34 (-DOOR)
TOTAL 80.01
3b Providing & fixing Glass Partition with 8 mm thick clear glass fixed on a TW frame of size 65 x 38 mm of height varying from 900 to 2100mm. The cost to include that for TW verticals at max 900mm c/c and horizontals at about 1050mm c/c. The glass to be fixed with TW beading of size 12 x 12mm. All exposed wood work to be finished in melamine polish of approved shade and colour. The glass partition to have frosting pattern in film about 30 % of glass area.
(2nd floor) 5 1.5 3 22.5
1 4 3 12
1 6 2 12
TOTAL 46.5
Seal & Sign of the Tenderer Page 50
3rd floor LHS ) 2 1.4 3 8.4
TOTAL 8.4
(3rd floor RHS) 4 1.4 3 16.8
TOTAL 16.8
5
Providing & fixing Vertical Blinds / roller blinds 100 mm wide fixed on Aluminum powdercoated track with approved fabric of approved shade & colour as per manufacturers specifications and as per the directions of the engineer in charge.
3 2.4 1.5 10.8 2nd floor
window
4 1.15 1.8 8.28 3 rd floor
(LHS)
2 2.4 1.8
8.64 Back side window ( 3 RD FLOOR)
3 1.15 1.8 6.21 3 rd floor
(RHS)
TOTAL 33.93
I Providing and applying POP Punning on walls and columns (average 10 mm thk). The rate shall include scrapping, levelling and preparing the surface. The rate shall be inclusive of all types of grooves above the skirting, around the window and door frames.
1 3.8 3 11.4 2nd floor
1 13 3 39 2nd floor
1 7 3 21 2nd floor
1 13 3 39 2nd floor
3 2.4 1.5 10.8 (-2nd floor
WINDOW)
1 6.7 3 20.1 3rd floor
1 7.6 3 22.8 3rd floor
2 10 3 60 3rd floor
1 15 3 45 3rd floor
7 1.2 1.8 15.12 (-3rd floor
window)
2 2.4 1.8 8.64 (-3 rd floor
window)
4 0.9 2.1
7.56 (- 2nd and 3rd floor door)
2 9 3.5 63 3rd floor
storage area
2 8 3.5 56 3rd floor
storage area
2 2.4 2
9.6 (-3rd floor storage window)
2 1.8 2.4
8.64 (- 3rd floor storage door)
TOTAL 316.94
2 gypsum false ceiling
2 4.8 0.6 5.76
2 nd floor main 120sq.ft cabin
2 2.9 0.6 3.48 2 nd floor main
Seal & Sign of the Tenderer Page 51
120sq.ft cabin
2 5.4 0.15 1.62
2 nd floor main 120sq.ft cabin (vertical)
6 4.45 0.4 10.68
3rd floor 120sq.ft cabin
6 2.2 0.4 5.28 3rd floor 120 sq.ft cabin
3 6.65 0.15 2.9925
3rd floor 120 sq.ft cabin ( vertical)
TOTAL 29.8125
3 modular ceiling
3 3 1.8 16.2
2 nd floor 100 sq.ft cabin
1 3.6 1.8 6.48
2 nd floor 120 sq.ft cabin
3 3 1.8 16.2
3nd floor 100 sq.ft cabin
3 3.6 1.8 19.44
3nd floor 120 sq.ft cabin
TOTAL 58.32
Providing& Fixing as pper drawing for second class doors, windows, fan lights, etc including all mouldings, rebating, holdfasts, and finishing with one coat of primer complete.
Country Teak wood frame
Size 0.90m x 2.1m Ht,
18 5.1 0.79178
TOTAL 0.79178
0.79 (Additional 10%)
Seal & Sign of the Tenderer Page 52
RETROFITTING & INTERIOR WORK(MODULAR FURNITURE )DISH OFFICE AT PUNE
SR. NO.
DESCRIPTION ESTI. QTY.
UNIT
RATE AMOUNT
A Ground floor
1 Straight Work Station
Providing & Installing Straight type work stations of size 1050 x 600 mm x 750 mm ht, made out of 18mm thick edge banded Laminate finish ply top/ 25 mm thick edge banded particle board fixed on the modular partitions as specified above including the cost of fixing brackets, screws, hardware, etc. The cost to include that for 1 nos drawer box of overall size 450 mm x 450 mm x 650 mm (ht) with 3 nos drawers on telescopic channels, central lock, 1 nos key board & CPU trolley & wire manager as per drawings & directions.
23 Nos. 9000 207000
2 Full Ht Storage- Size 400 mm/375mm deep
Providing and fixing storage units of full height/ Low height as per drg. They shall consist of ¾” thk.comm. ply top, sides, bottom, shelves and shutters. The bottom of the storages shall be at 3” from FFL. The top of storages shall touch the false ceiling level or 7'-0" ht. A back side of ¼” thk. Marine ply shall be provided. ¾” thk. Marine. Ply shutter with self closing hinges of hafele make(full ovel open) & PVC lipping /T.W Lipping matching with approved laminate on all the edges. Division of the shutters shall be made equally according to the length of the storages. All the external surfaces shall be finished with 1.0mm thk. Laminate (suede finish) of approved make.
¾” thk. Comm. Ply shelves supported on battens at 16” interval shall be provided.Alternatively three drawers 8" deep will be provided alongwith shelves as per drawing and directions. All inner surfaces shall be finished with 0.8 mm white laminate of approved make including the shutters. Rate shall be inclusive of all necessary approved fittings like hinges(Hafele make), locks(Godrej make/Vijayan), 6" long brushed finish handles(kich -neki make-CHR103),tower bolts,magnets ,Steel strips ,S.S rods for hangers (2 nos) etc and any miscellaneous hardware items.
32 sqm 7532 241024
Seal & Sign of the Tenderer Page 53
4 Working Table for Officer
a Providing & Installing Officer Table in 18 mm thick BWR grade plywood for top, verticals, drawer fronts, shelves, shutters, aprons, 12 mm thk BWR grade ply for drawer sides, 6mm thick BWR plywood drawer bottom. The exposed surfaces of plywood finished with laminate 1 mm thick finish. The internal surfaces to be finished with 0.6mm thick laminate. The exposed edges of plywood to be finished with 1 mm thick PVC edge band of width matching the thickness of the ply and shade matching the positive side laminate. The cost to include that for all necessary hardware such as telescopic channels, handles, hinges, locks, etc and also that for 1 nos metal key board tray and 1 nos CPU trolley. Overall size of table to be 1800 x 750 x 750 mm (ht) and . Cost to include that for side credenza of size 1000 x 375 x 750mm(ht).
1 No. 18000.00 18000
b Providing & Installing Officer Table in 18 mm thick BWR grade
plywood for top, verticals, drawer fronts, shelves, shutters, aprons, 12 mm thk BWR grade ply for drawer sides, 6mm thick BWR plywood drawer bottom. The exposed surfaces of plywood finished with laminate 4 mm thick with melamine polish finish. The internal surfaces to be finished with 0.6mm thick laminate. The exposed edges of plywood to be finished with 6 mm thick TW lipping of width matching the thickness of the ply. The cost to include that for all necessary hardware such as telescopic channels, handles, hinges, locks, etc and also that for 1 nos metal key board tray and 1 nos CPU trolley. Overall size of table to be 1500 x 600 x 750 mm (ht). Cost to include that for side credenza of size900 x 375x 750mm(ht).
3 No. 15000.00 45000
4 Chairs
Providing & Supplying Revolving chairs with height adjustment on Gas
DISH OFFICE OF ELECTRICAL ESTIMATE (Rate Reference PWD DSR 2012-13)
Sr No DSR Ref Item Description Qtty Unit Rate Amount
1 1-1-7
Supplying & erecting I.S.I. mark Rigid P.V.C. conduit 20 mm. dia. with necessary accessories in wall/floor with chiselling appropriately as per specification No: WG-MA/CC, para no. 1.2.1 250 Rm 93.93 23482.50
2 1-1-9
Supplying & erecting I.S.I. mark Rigid P.V.C. conduit 25 mm. dia. with necessary accessories in wall/floor with chiselling appropriately as per specification No: WG-MA/CC, para no. 1.2.1 40 Rm 109.08 4363.20
3 1-1-11
Supplying & erecting I.S.I. mark Rigid P.V.C. conduit 32 mm. dia. with necessary accessories in wall/floor with chiselling appropriately as per specification No: WG-MA/CC, para no. 1.2.1 20 Rm 140.39 2807.80
4 1-1-13
Concealing of provided ISI mark G.I. pipe/H.G. screwed conduit/PVC pipe in wall/floor/false ceiling complete as per specification No:WG-PW/CW 185 Rm 52.52 9716.20
6 1-3-4
Supplying & erecting mains with 2x1.5 sq.mm F.R.L.S copper PVC insulated wire laid in provided conduit/trunking/inside pole/Bus bars or any other places as per specification No: WGMA/BW 414 Rm 37.37 15471.18
7 1-3-6
Supplying & erecting mains with 2x2.5 sq.mm F.R.L.S copper PVC insulated wire laid in provided conduit/trunking/inside pole/Bus bars or any other places. as per specification No: WGMA/BW 500 Rm 54.54 27270.00
8 1-3-8
Supplying & erecting mains with 2x4 sq.mm F.R.L.S copperPVC insulated wire laid in provided conduit/trunking/inside pole/Bus bars or any other places. as per specification No: WG MA/BW 396 Rm 77.77 30796.92
9 1-6-4
Supplying & erecting mains with 2x2.5 sq.mm.and earth wire 1.5 sq.mm FRLS PVC copper wire in rigid PVC conduit min.20mm dia. as per specification No: WG-MA/PC, para no. 1.4.1 260 Rm 130.29 33875.40
10 1-6-6
Supplying & erecting mains with 2x4 sq.mm.and earth wire 2.5 sq.mm FRLS PVC copper wire in rigid PVC conduit min.20mm dia, as per specification No: WG-MA/PC, para no. 1.4.1 580 Rm 158.57 91970.60
11 1-8-1
Supplying and erecting modular type switch 6A / 10A ISI mark approved make duly erected on provided plate and box with wiring connections complete. 139 Nos 86.86 12073.54
12 1-8-2
Supplying and erecting modular type switch 16A ISI mark approved make duly erected on provided plate and box with wiring connections complete. 20 Nos 123.22 2464.40
Seal & Sign of the Tenderer Page 55
13 1-8-3
Supplying and erecting modular type bell-push 6A / 10A ISI mark approved make duly erected on provided plate and box with wiring connections complete 4 Nos 110.09 440.36
14 1-8-10
Supplying and erecting modular type 3 pin 6A multi socket with safety shutter ISI mark approved make duly erected on provided plate and box with wiring connections complete. 110 Nos 101.00 11110.00
15 1-8-11
Supplying and erecting modular type 3 pin 6 / 16A multi socket with safety shutter ISI mark approved make duly erected on provided plate and box with wiring connections complete. 20 Nos 158.57 3171.40
16 1-8-15
Supplying and erecting modular type telephone socket one gang with safety shutter ISI mark approved make duly erected on provided plate and box with wiring connections complete. 26 Nos 81.81 2127.06
17 1-8-17
Supplying and erecting modular type computer Jack RJ 45 with safety shutter ISI mark approved make duly erected on provided plate and box with wiring connections complete. 45 Nos 135.34 6090.30
18 1-8-19
Supplying and erecting modular type buzzer 230 / 250V ISI mark approved make duly erected on provided plate and box with wiring connections complete 1 Nos 112.11 112.11
19 1-8-23
Supplying and erecting modular type electronic step regulator for fan two module ISI mark approved make duly erected onprovided plate and box with wiring connections complete. 6 Nos 401.98 2411.88
20 1-8-25
Supplying and erecting modular type blanking plate one module ISI mark approved make duly erected on provided plate & box. 20 Nos 23.23 464.60
21 1-8-26
Supplying and erecting modular type blanking plate two module ISI mark approved make duly erected on provided plate & box 10 Nos 32.32 323.20
22 1-8-35
Supplying and erecting unbreakable concealed type modular switch box with double mounting plate for 1/2 module duly erected flush to wall with required chiseling and finishing with cement morter / POP as per required to match the backgroundin an approved manner. 10 Nos 195.94 1959.40
23 1-8-37
Supplying and erecting unbreakable concealed type modular switch box with double mounting plate for 3 module duly erected flush to wall with required chiselling and finishing with cement morter / POP as per required to match the background in an approved manner. 10 Nos 227.25 2272.50
Seal & Sign of the Tenderer Page 56
24 1-8-38
Supplying and erecting unbreakable concealed type modular switch box with double mounting plate for 4 module duly erected flush to wall with required chiselling and finishing with cement morter / POP as per required to match the background in an approved manner. 40 Nos 257.55 10302.00
25 1-8-39
Supplying and erecting unbreakable concealed type modular switch box with double mounting plate for 6 module duly erected flush to wall with required chiselling and finishing with cement morter / POP as per required to match the background in an approved manner. 40 Nos 349.46 13978.40
26 1-8-40
Supplying and erecting unbreakable concealed type modular switch box with double mounting plate for 8 module duly erected flush to wall with required chiselling and finishing with cement morter / POP as per required to match the background in an approved manner. 5 Nos 416.12 2080.60
27 1-8-41
Supplying and erecting unbreakable concealed type modular switch box with double mounting plate for 12 module duly erected flush to wall with required chiselling and finishing with cement morter / POP as per required to match the background in an approved manner. 2 Nos 469.65 939.30
28 1-8-46
Supplying and erecting 6 to 32 A SPMCB suitable to fix in 1 module of modular switch in provided box complete & dulyconcealed with necessary material and connected. 22 Nos 173.72 3821.84
29 1-10-2
Supplying & erecting telephone cable 2 pair with 0.5 mm dia. laid in provided PVC casing / conduit asper specification No. WG-TW 520 Rm 19.19 9978.80
30 1-110-6
Supplying & erecting telephone cable 10 pair with 0.5 mm dia. laid in provided PVC casing / conduit asper specification No. WG-TW 25 Rm 59.59 1489.75
31 1-11-1
Supplying, erecting & commissioning Main Distribution Frame (MDF) Box 50x50 pairs as per specification No. WG-TW 1 Nos 1875.57 1875.57
32 1-11-12 Supplying, erecting & commissioning Junction box suitable for 10 pairs as per specification No. WG-TW 1 Nos 582.77 582.77
33 1-12-1
Supplying & installing UTP networking Cat-6 cable suitable for LAN / WAN Computer net-working as per specification No. WGCOC/NC 810 Rm 43.43 35178.30
34 1-12-8
Supplying and erecting FR grade, PVC armoured multimode armoured multimode Optical Fibre Cable with 6 fibres, with core dia 50/125 μm (OM3) suitable for 1 GBps ethernet distance at 850 nm of wavelength, on wall/ceiling or laid in provided pipe/trench as per specification No. WG-COC/OFC LSZH 25 Rm 243.41 6085.25
Seal & Sign of the Tenderer Page 57
35 1-15-1
Dismantling the existing light, fan, bell, clock, independent plug point, wiring including circuit mains of all types along with accessories etc.complete as per specification No: WG-DM/PW 10 Nos 6.06 60.60
36 1-15-2
Dismantling the existing Telephone / Lan / Wan / TV cables and wires of all sizes along with casing-capping / conduit complete as per specification No: WG-DM/PW 10 Rm 3.03 30.30
37 1-15-3
Dismantling the existing Aluminium/copper mains,submains wiring upto 10 sq.mm. along with accessories etc.Complete as per specification No: WG-DM/PW 10 Rm 2.02 20.20
39 2-4-30
Supplying and erecting approved make recessed / surface PLL mirror optic square / rectangular fitting suitable for 2 x 11 to 18W compact fluo.lamp with PL Wings with electronic ballast having pf > 0.9 , fixed in false ceiling / on ceiling as per specification no. FG-IDF/MOF 20 Nos 891.83 17836.60
40 2-1-12 Supplying and erecting T5 14/18 W energy efficient fluroscent tube. 12 Nos 136.35 1636.20
41 2-1-17 Compact flou lamp 18 W 230V to be used with provided ballast 40 Nos 148.47 5938.80
42 2-4-5
Supplying & erecting approved make 1 x 36/40W white stove enamelled / powder coated, decorative end caps box type fluo.fitting with 40 W electronic ballast having pf>0.9 fixed at ceiling or on wall as per specification No. FG-IDF/BFF 2 Nos 606.00 1212.00
43 2-1-10 Supplying and erecting T8 Fluroscent tube day light 1200mm 36 W 2 Nos 57.57 115.14
44 2-12-5
Supplying and erecting fan hook box of 10 mm M.S. round bar bounded to the R.C.C. bars upto 50 mm length each side and pierced through a 16 S.W.G. thick aluminium/M.S. Bowl 100 mm dia. or equivalent square size and having depth upto 75 mm complete erected with duly painted by one coat of red oxide paint and two coats of paint erected in position and without any leakage of slurry of cement concrete on either side of the box and positioned to the bottom level of the slab. 24 Nos 138.37 3320.88
45 2-12-6
Supplying and erecting ‘B’ grade G.I.pipe/M.S. pipe down rod duly painted for fan complete erected with PVC two core flexible cable 24/0.2 mm copper PVC wire. 24 Nos 194.93 4678.32
46 2-13-3
Supplying and erecting regular/ standard model Ceiling fan of 1200 mm. sweep complete erected in position as per specifcation no. FG-FN/CF 24 Nos 1811.94 43486.56
Seal & Sign of the Tenderer Page 58
48 5-2-11
Supplying and erecting metal clad distribution board approved make 415/500V, 6 way, 32A. per way & neutral bar connector complete erected on iron frame/ wooden plank or Board as per specification No. SW-SWR/MDB 2 Nos 4369.26 8738.52
49 5-2-13
Supplying and erecting metal clad distribution board approved make 415/500V, 8 way, 32A. per way & neutral bar connector complete erected on iron frame/ wooden plank or Board as per specification No. SW-SWR/MDB 1 Nos 5620.65 5620.65
50 5-3-2
Supplying, erecting & marking SPMCB 6A to 32A, C-series (for motor/power) in provided distribution board as per specification No. SW-SWR/MCB 50 Nos 174.73 8736.50
51 5-3-3
Supplying, erecting & marking SPMCB 6A to 32A, B- series (for lighting) in provided distribution board as per specification No. SW-SWR/MCB 10 Nos 163.62 1636.20
52 5-3-18
Supplying, erecting & marking TPN MCB 40A to 63A, C- series in provided distribution board as per specification No. SW-SWR/MCB 3 Nos 1300.88 3902.64
53 5-4-20
Supplying & erecting original 1.25 mm CRCA sheet metal enclosures with 20A. 2 pin plug & earth socket and 20A. 3 pin plug top with 20A/30A single pole MCB complete erected on angle iron frame. 15 Nos 883.75 13256.25
54 5-5-1
Providing & erecting 3 Pole MCCB upto 100A, 415V capacity with S.C. rating 25 kA (Ics=100% of Icu), thermal setting with provided leads on iron frame/wooden board as per specification No. SW-SWR/MCCB 1 Nos 6403.50 6403.50
55 7-1-20
Supplying, erecting & terminating PVC armoured cable 3½ core 70 sq mm aluminium conductor with continuous 8.35 sq mm (10 SWG) G.I. earth wire complete erected with glands & lugs, on wall/ trusses/pole or laid in provided trench/ pipe as per specification no. CB-LT/AL 20 Rm 486.82 9736.40
56 7-7-6
Supplying & erecting Siemens type brass cable glands for 3½ core 70 sq mm for PVC armoured cable as per specification No. CB-GL 2 Nos 95.95 191.90
57 7-10-5
Supplying & erecting crimping type aluminium lugs for cable 70 sq mm complete as per specification No. CB-CL/AL 1 Nos 16.16 16.16
58 9-1-6
Providing earthing with Copper earth plate size 60 x 60 x 0.315 cm with funnel with a wire mesh for watering and brick masonry block C.l. cover with minimum 25 kg of maintenance free earth conductivity enhancing mineral earthing compound complete with all materials, testing & recording the results as per specification no ESE -LA 1 Nos 20004.06 20004.06
Seal & Sign of the Tenderer Page 59
59 9-2-3
Supplying and erecting G.I. strip of required size used for earthing on wall and/or any other purpose with necessary GI clamps fixed on wall painted with bituminous paint in an approved manner with joint required. as per specification No (EA-EP). 20 Kg 159.58 3191.60
60 9-2-4
Supplying and erecting Annealed bare copper wire of high purity of different sizes used for earthing on wall with necessary copper clamps fixed on wall/cable/conduit with screws in an approved manner. 45 Kg 894.86 40268.70