Sie sind auf Seite 1von 70

(  )

 

 ,

MAZAGON DOCK LIMITED


(A Government of India Undertaking)
Shipbuilders to the Nation

Dockyard Road, Mazagon,


Mumbai 400 010.
INDIA
-'  *, e-TENDER ENQUIRY FORM (TEF) Two-Bid System
:
DIVISION: CORPORATE

':

DEPARTMENT: CAPITAL WORKS

'  :

TENDER NO: 4000000088

' 2 *: 2,

2
nd
TENDER DATE: 02 January, 2014

' * : .
. .
. .
CLOSING DATE & TIME: 12.02.2014 at 1430Hrs
- 7 8; *, ()
) ? @ : .
. .
.
Online Opening of Part-I (Techno-commercial Bid): 12.02.2014, 1431Hrs IST
onwards

B C ' / ' F 8  B

' *, - ( - 7 8; *, - I
*,)

-BL
-  https:\\mdl.nprocure.com NO Q
MAZAGON DOCK LIMITED INVITES ONLINE COMPETITIVE BIDS from reputed
Bidders / Vendors in TWO BID SYSTEM (Part-I Techno-Commercial Bid and Part-II
Price Bid) on our e-procurement portal https:\\mdl.nprocure.com for the following
Work:
1. DESCRIPTION OF WORK:
1.1. Furnishing & Renovation of Mazagon Dock Recreational & Health Club
(MDRC) at MDL, Mumbai.
2. GENERAL TECHNICAL SPECIFICATIONS & SCOPE OF WORK:

Page 1 of 70

Tender no. 4000000088

2.1. The General Technical Specifications and the Scope of Work are attached as
Enclosure-6. The Detailed Bill of quantities are at Enclosure-10.
2.2. The works included in the scope of work have been broadly categorised into 04
Sections detailed as under:
SECTION
I.
II.
III.
IV.
V.

NATURE OF WORKS
CIVIL WORKS
GYM EQUIPMENTS
ELECTRICAL WORKS
AC WORKS
FURNITURE

3. IMPORTANT NOTE FOR BIDDERS:


3.1. This is an e-tender and bids have to be submitted online ONLY. It is the
sole responsibility of the bidders to submit their bids online in time.
Bidders are, therefore, advised to commence the bidding process on the eprocurement portal WELL IN ADVANCE (preferably 3-4 days prior to tender
closing date) and not wait for last minute submission of their bids.
Bidders failure to complete submission of their online bids in time on
account of reasons such as SLOW SPEED OF SERVER, TECHNICAL
PROBLEMS etc. will not be entertained and EXTENSION OF SUBMISSION
TIME will not be granted on this account.
3.2. In case any bidder intending to respond against the tender and is not
having the DSC to facilitate uploading of his bid, should approach the
Service Provider at least 10 working days in advance of the tender closing
date requesting for DSC. The request so made to the Service Provider
should simultaneously be forwarded to MDL Dealing Officer. In case the
DSC is not received within 3 to 4 working days of the request by the
bidder, the Head of the concerned Commercial section be informed
immediately. If the DSC is not received from the Service Provider three
working days prior to the tender closing date, suitable extension to the
tender closing date shall be considered if requested by the concerned
bidder.
3.3. Bidders desirous of modifying their bids may do so online prior to the
tender closing date & time.
3.4. In case of any descrepencies between Hindi and English Versions of the
Tender Clauses, English Version will prevail.
4. INSTRUCTIONS TO THE BIDDERS:
4.1. Bidders permanently registered with Mazagon Dock Limited should upload
a scanned image of the following documents along with their e-(Part-I) bid:
4.1.1. Valid Registration Certificate duly self attested and stamped with their
company seal along with their e-(Part-I) bid.
4.1.2. CA certified Average Audited Annual financial turnover during the last 3
years ending 31st March, 2013 for at least `76.93 lakhs duly self attested
and stamped with their company seal. Audit Certified Balance Sheet and
Profit & Loss A/c for the last 3 years.
4.2. Bidders not registered with Mazagon Dock Limited should upload a scanned
image of the following documents along with their e-(Part-I) bid:
4.2.1. Bidders Company Profile
4.2.2. Valid Bidders Shop & Establishment Registration Certificate.

Page 2 of 70

Tender no. 4000000088

4.2.3. CA certified Average Audited Annual financial turnover during the last 3
years ending 31st March, 2013 for at least `76.93 lakhs duly self attested
and stamped with their company seal.
4.2.4. List of Equipment with its Model / Year / working status alongwith details
of Manufacturing facilities duly self attested and stamped with their
company seal.
4.2.5. List of Personnel with their designations, Qualification & Experience duly
self attested and stamped with their company seal.
4.2.6. Audit Certified Balance Sheet and Profit & Loss A/c for the last 3 years.
4.3. The online bid can be submitted by the authorized representative of the
bidder as detailed below:
4.3.1. By the Proprietor, in case of a proprietary firm; or
4.3.2. By a Partner, in case of a partnership firm and/or a limited liability
partnership; or
4.3.3. By a duly authorised person holding the Power of Attorney, in case of a
Limited Company or a corporation.

4.4.  S V X  


? F 8  *:

Experience of having successfully completed similar works during last 7


years ending on 31st March, 2013 should be either of the following:
4.4.1. X Y  7 .
]
Three similar* completed works each costing not less than `76.93 lakhs
OR
4.4.2. X Y  7 .
. ]
Two similar* completed works each costing not less than `96.16 lakhs
OR
4.4.3. X Y  7 .
. ]
One similar* completed work costing not less than ` 153.85 lakhs
OR
4.4.4. X Y  ? 2 @ - 7 , .
.

]
Similar Jobs completed (Interior works of Buildings/Offices/
Malls/Shopping Complex/Recreational Clubs/Commercial Complex ) in a
span of 12 Months totaling to not less than `128.21 lakhs
*Similar Work:

Interior works of Buildings/Offices/Malls/Shopping


Complex/Recreational Clubs/Commercial Complex

4.5. Similar completed works referred at 4.4.1., 4.4.2. & 4.4.3 above means each
work and not all works put together. It is clarified that the work executed by the
bidders for their in-house or capital use will not be considered for the purpose
of bidders experience of completion of similar works.
4.6. Bidders shall fill in the details of similar works executed in the relevant form
appearing online. Documentary evidence in support of the same viz., copies of
Work Order(s), Work Completion Certificate(s) and other relevant documents, if
any, issued by the Party for whom the work is done, duly signed & stamped
with company seal shall be scanned and uploaded online.
Page 3 of 70

Tender no. 4000000088

4.7. Bids from Joint Venture / Consortium are not acceptable. Bidders should have
requisite experience in their own name and not as partner of any Joint
Ventures/Consortia.
4.8. Bidders seeking qualification under Clause 4.4.4 above shall upload
scanned image(s) of relevant documents / interim certificate(s), issued by
the Client(s) as a documentary proof of cumulative value of similar jobs
carried out within a continuous span of 12 months during the last 7 years
ending on 31st March, 2013.
Note: MDL reserves the right to demand hard copy(s) of any of the
above documents along with originals to verify / cause
verification of authenticity of the same, whenever felt
necessary.
5. SITE VISIT:
5.1. The site for the work is located in the residential area of Mazagon Dock Limited.
5.2. It is considered necessary that the Bidder(s) visit the site and get clear idea
about the work involved, before quoting. The Bidder(s) are therefore advised to
visit the site and study all the particulars of the site and the nature of the work.
5.3. Bidder(s), if required, may contact on telephone no. 2376 4225/ 2376
4221/2376 4224/2376 4226 or email: cwcomm@mazagondock.gov.in for any
doubts /clarifications / site visits.
6. EARNEST MONEY DEPOSIT (EMD) / BID BOND:
6.1. Bidders shall furnish EMD of ` 3.85 lakhs (Rupees Three Lakh Eighty Five
Thousand Only), in the form of crossed DD / Pay Order or Bid Bond / Bank
Guarantee drawn in favour of MAZAGON DOCK LIMITED.
6.2. The Bid Bond / Bank Guarantee should be valid for 4 more weeks beyond the
offer validity period indicated in the Tender. Either of these instruments should
be drawn on reputed International / Nationalized / Scheduled Banks excluding
Co-operative Banks, payable at Mumbai and should essentially be enclosed in
the Part-I viz. Techno-commercial Bid. Crossed DD / Pay Order issued by Cooperative Banks, however, may be accepted subject to its realization.
6.3. The details of EMD/Bid Bond viz., EMD Amount, Mode of Payment, Instrument
Number, Instrument Date & Bank Details are to be filled in the relevant form
appearing online. Scanned Copy of the instrument towards EMD is to be
uploaded.
6.4. Bidder shall send the original of the instrument towards Earnest Money Deposit
(EMD) / Bid Bond by Registered Post/Speed Post/Courier so as to reach the
designated addressee within 07 Days from the closing date of the tender during
office working hours i.e. up to 1730 hrs. Timely submission of the original
EMD/Bid Bond instrument is the responsibility of the bidders and no reasons /
excuses in this regard will be entertained by MDL.
6.5. If the original of EMD/Bid Bond is NOT RECEIVED within the stipulated
period of 07 Days from the closing date of the tender, the Bids / Offers will
not be considered.
6.6. EMD of unsuccessful bidders will be returned after finalization of the tender
and shall be interest free.
6.7. EMD of successful bidder(s) will be returned after submission of Performance
Bank Guarantee and shall be interest free.
6.8. The Earnest Money Deposit shall be forfeited by MDL in the following events:

Page 4 of 70

Tender no. 4000000088

6.8.1. If the bidder withdraws, amends, impairs or derogates from the tender,
agreed conditions of TNC / PNC in any respect within the period of validity
of his offer.
6.8.2. If the successful bidder declines acceptance of order.

7. EXEMPTION FROM SUBMISSION OF EMD:


7.1. State & Central Government Of India Departments & Public Sector
Undertakings
7.2. Firms registered with MDL. To qualify for EMD exemption, firms should
necessarily submit valid copy of the Registration Certificate issued by MDL in
Part-I offer/bid. Firms in the process of obtaining MDL registration will not be
considered for EMD exemption.
7.3. Firms registered with NSIC under its Single Point Registration Scheme.
(Exemption will apply only to items/services & value up to which bidders are
registered with NSIC). To qualify for EMD exemption, firms should necessarily
submit valid copy of the Registration Certificate along with the list of items /
services for which they are registered, as issued by NSIC, in Part-I offer / bid.
Firms in the process of obtaining NSIC registration will not be considered for
EMD exemption.
7.4. All Micro & Small Enterprises (MSEs). To qualify for EMD exemption, firms
should necessarily submit valid copy of the Registration Certificate alongwith
the list of items / services for which they are registered, issued by the
Competent Authority regarding their Micro/Small Industry status, in Part-I offer
/ bid. Firms in the process of obtaining MSE registration will not be considered
for EMD exemption.

8. VALIDITY PERIOD:
8.1. Bids / Offers shall remain valid for a period of not less than 150 Days after the
deadline date of submission.
8.2. Technically accepted bidder shall be given opportunity to accept validity as per
the tender in case of shorter validity quoted by him. Non acceptance thereafter
shall be rejected by MDL as non-responsive.
9. ONLINE SUBMISSION OF OFFER IN TWO-BID SYSTEM:
9.1. Offer must be submitted in Two parts i.e. Part-I (Techno-Commercial Bid) and
Part-II (Price Bid) as appearing online on the portal https:\\mdl.nprocure.com.
9.1.1. Techno-Commercial (Part-I) Bid:
i)
Bidders details in the form as appearing online.
ii)
Acceptance on clauses of Tender Enquiry (TEF) in the Prescribed Format
appearing online stating Accepted OR Not Accepted as applicable for
each of the clause.
iii)
Acceptance on clauses of Standard Terms & Conditions (STACS) in the
Prescribed Format appearing online stating Accepted OR Not
Accepted as applicable for each of the clause.
iv)
Acceptance on clauses of General Terms & Conditions (GT&C) in the
Prescribed Format appearing online stating Accepted OR Not
Accepted as applicable for each of the clause.
v)
BLANK Price Bid indicating QUOTED / NOT QUOTED as applicable
against each of the listed item but clearly indicating the applicable
taxes included in the quote in the prescribed format as appearing in
online Part-I bid.

Page 5 of 70

Tender no. 4000000088

vi)

vii)

viii)

ix)

x)

xi)

xii)

xiii)
xiv)

xv)

Deviations, if any, from Terms, Conditions & Technical requirements


specified in the Tender Enquiry, GT&C, STACS and Technical
Specifications with reasons thereof shall be clearly indicated against the
relevant clause(s) in the form appearing online in Part-I bid.
Documentary evidence in support of Past experience and Performance
on Similar work during the last 7 years, stipulated at Clauses 4.4.1 or
4.4.2 or 4.4.3 or 4.4.4, as applicable shall be uploaded in online Part-I
bid.
Bidders shall fill the details of their annual turnover in the form
appearing online and upload scanned copies of Audit certified Balance
Sheets & Profit/Loss Accounts for the relevant years in Part-I bid.
Bidders Undertaking at Enclosure-1 shall be duly filled in, signed &
stamped with company seal and scanned copy of the same shall be
uploaded in online Part-I bid.
Scanned copy of Bank details for payment by NEFT/RTGS/ECS at
Enclosure-2, duly filled in, signed & stamped by the bidder and
authenticated by the Banker shall be uploaded in online Part-I bid.
Scanned copy of Service Tax Registration Certificate for Works
Contract Service & Permanent Account Number (PAN) duly signed &
stamped with company seal shall be uploaded in online Part-I bid.
Bidders not permanently registered with MDL shall comply with the
following:
a) Upload a scanned image of Bidders company profile duly self
attested and stamped with their company seal in online Part-I bid.
b) Upload a scanned image of Valid Bidders Shop & Establishment
Registration Certificate self attested and stamped with their
company seal in online Part-I bid.
c)
Upload List of Equipment with its Model / Year / working status
along with details of Manufacturing facilities duly self attested and
stamped with their company seal in online Part-I bid.
d) Upload List of Personnel with their designations, Qualification &
Experience duly self attested and stamped with their company seal
in online Part-I bid.
Bidders registered with Mazagon Dock Limited shall upload scanned
copy of Valid Registration Certificate issued by MDL.
Bidders registered with NSIC in the relevant category as defined in the
similar work shall upload scanned copy(s) of Valid Registration
Certificate along with the list of items / services for which they are
registered with NSIC. Similarly, Bidders registered as Micro / Small
Enterprises (MSEs) in the relevant category as defined in the similar
work shall upload scanned copy(s) of Valid Registration Certificate,
issued by the Competent Authority, along with the list of items /
services for which they are registered.
The scanned image of DD / BG towards Earnest Money Deposit (EMD) /
BID BOND as stipulated in TEF clause no. 6 shall be uploaded. The
original of the above DD / BG towards Earnest Money Deposit (EMD) /
BID BOND shall be sent by Registered Post/Speed Post/Courier to
AGM(CW-Comm) in a sealed envelope super scribing Tender Enquiry No.
and Due date, so as to reach within 07 Days from the closing date of the
tender during office working hours i.e. up to 1730 hrs, addressed To,
B (
 ;),

;),

 ',

',
*2 ,
, B NI,
I , ,
Page 6 of 70

Tender no. 4000000088

 ,
,
)
()
Additional General Manager (CW-Comm),
Capital Works Department,
1st Floor, Admin Building,
Alcock Yard,
Mazagon Dock Limited,
Dock Yard Road,
Mumbai 400010 (INDIA))

9.1.2.
i)
ii)
iii)
iv)

v)

vi)

10.

Price Bid (Part-II):


Price Bid as appearing in the format are to be filled ONLINE ONLY by
the bidder.
The estimated rates for various items in the Bill of Quantities (BOQ) are
as appearing online in the Price Bid (Part-II).
The quantities of individual items in the BOQ are approximate and may
vary.
Bidders after considering the estimated rates of individual items in the
BOQ, shall quote their percentage above, below or at par the estimated
rates for each of the sections separately.
The percentage quoted/agreed by the bidder shall be applied to the
estimated rates of individual items in the BOQ, without rounding off to
two decimal places, to arrive at the agreed rates.
The Lowest Bidder (L1) shall be determined on the overall price arrived
at by applying the percentages quoted for individual sections.

OPENING OF BIDS:
10.1. Part-I (Techno-commercial Bid): Part-I bid will be opened online on the
tender closing date from 1431hrs onwards in Capital Works Department.
Bidder(s), who wish to remain present during the tender (Part-I) opening, should
nominate on their company letterhead the name and designation of one
person authorised to remain present at the time of opening the bid and send
this letter so as to reach the undersigned at least one working day prior to the
closing date of the tender.
10.2. Part-II (Price Bid): After completion of Technical scrutiny, intimation for
opening of Part-II bid will be communicated only to technically accepted
bidders. Such intimation may be given at a short notice by Fax, E-mail or even
by telephone, only to the technically accepted bidder(s). If any such technically
accepted bidder wishes to remain present at the time of opening the Price Bid,
he may depute one representative with proper authorization letter on their
company letterhead. Alternatively, bidder can witness the opening of their bid
online
from
their
location
by
logging
on
to
the
portal
https:\\mdl.nprocure.com with their Class-IIIB digital signature certificate.

11.

BID REJECTION CRITERIA:


11.1. Following bids shall be categorically rejected:
11.1.1. Bids received after tender closing date and time.
11.1.2. Bidders not submitting Original EMD within the stipulated period of 07
Days from the closing date of the tender during working hours i.e. up to
1730 hrs, other than those who are exempt from payment of EMD, as
specified in the tender.

Page 7 of 70

Tender no. 4000000088

11.2.
Following bid rejection criteria may render the bids Liable for Rejection:
11.2.1. Bidders failure to submit sufficient or complete details for evaluation of
the bids even after given reasonable time by MDL.
11.2.2. Incomplete / misleading / ambiguous bids in the considered opinion of
MDL.
11.2.3. Bids with technical requirements and or terms not acceptable to MDL.
11.2.4. Bids received without pre-qualification documents where required as per
the tender.
11.2.5. Bids not meeting the pre-qualification parameters stipulated in the
tender enquiry.
11.2.6. Unreasonably longer delivery period quoted by the bidder.
11.2.7. Validity period indicated by bidders is shorter than that specified in the
tender enquiry.
11.2.8. Bidders not agreeing to furnish required Security Deposit / Required
Contract Performance Guarantee till completion of the supplies / services
as per contract.
11.2.9. Bidders not agreeing to furnish Performance Bank Guarantee for
Equipment supplied / Services rendered or not agreeing for retention of
equivalent amount by MDL up to the period till completion of contractual
& Guarantee / Warranty obligations.
12.

DELIVERY PERIOD/COMPLETION SCHEDULE:


12.1. The completion period for the entire work shall be 09 (NINE) MONTHS,
including monsoon period.

13.

PRICING:
13.1.
All materials shall be procured by the contractor as specified in the
Technical Specification/Bill of Quantities, at his own cost and the price
quoted shall be deemed to be inclusive of all applicable taxes, duties,
transportation, Octroi/ LBT, storage, royalties, handling, etc. The contractor
should produce challans / bills of the materials and its quantity brought to
the site as and when required by the EngineerIn-Charge / Client.

14.

EXECUTION OF WORK AND MEASUREMENT:


14.1.
All works shall be carried out and measured as per specifications and
standard Civil/ Electrical Engineering practice and mode of measurements,
conforming to the relevant IS code. The Contactor shall ensure that skilled
workmen in their respective trades, including electricians having valid PWD
License for electrical works, are employed. He shall also employ qualified
Engineer(s) / Supervisor(s) experienced in similar type of work, as required,
for execution of work(s) efficiently.
14.2.
Request for permission for working on Saturday / Sunday / holidays if
required, should be submitted 3 working days prior to the date of holiday, to
Personnel department and Security through Capital Works Department.
14.3.
All the quantities indicated in the Bill of Quantities are indicative but the
Contractor will be paid for the actual work carried out at site at the rates
quoted / negotiated, which will remain firm during the operations of the
contract.
14.4.
The work is to be carried out in the area where MDLs normal activities are
in progress. The Contractor has to plan his work in such a way as not to
disturb the normal activities of MDL. The contractor shall not be paid for
any compensation for idle period if generated due to any reason whatsoever.
Reasonable extension in time, however, may be considered on application in
writing.

Page 8 of 70

Tender no. 4000000088

14.5.

14.6.

14.7.

14.8.

All the works under or in course of execution or executed in pursuance of


the contract shall at all times be open to inspection and supervision of the
Engineer-in-charge and his authorized subordinates and the Contractor at
all times during the usual working hours, offer assistance for the inspection
of work. Orders given to the Contractors agent shall be considered to have
the same force as if they had been given to the contractor himself.
The Contractor shall submit supporting documents such as Delivery
Challan(s), Release note from the nominated Inspection Agency, Test reports
/ Certificates, Packing Lists, Invoice, Performance Guarantee, Storage /
Preservation / Installation / Commissioning / Maintenance Procedures &
other Technical documentation in requisite sets as relevant along with the
invoice for the purpose of certification by Engineer In-charge.
MDL reserves the right to take random samples from materials delivered by
the Contractor at site and send the same for testing at Govt. approved
laboratory(s). Cost towards the same shall be borne by the Contractor.
The Contractor shall comply with the sanitary requirements of the local
Medical Health Authorities and bear the cost of any charges levied by such
Authorities for the execution of work.

15.

HOUSEKEEPING:
15.1.
Debris generated during execution of work shall be promptly disposed off
outside MDL. The site will be maintained clean at all times and the
Contractor is expected to budget for the same.
15.2.
MDL has Designated Bins separately for Scrap Steel, Wood Scrap &
Rubbish. Contractor shall segregate unusable scrap steel, wood, rubbish, if
any, and deposit the same in the nearest respective bin.
15.3.
In case the site is not maintained clean, the clearing job shall be done by
MDL at Contractors risk and cost incurred for the same shall be recovered
from the Contractors bills.

16.

EXTRA ITEMS:
16.1.
Extra items of works, if any, shall be determined supported by a rate
analysis on the following basis:
16.1.1. Rates derived from Standard Schedule of Rates published by CPWD,
MCGM, MahaPWD, MbPT, MIDC etc., as applicable.
OR
16.1.2. Rates derived from similar items of this Contract.
OR
16.1.3. Rates for similar items of work executed through other agencies for MDL
recently.
OR
16.1.4. Rates Mutually agreed to.

17.

FINAL BILL AND TAKING OVER CERTIFICATE:


17.1.
Within 7 days of completion of work, the contractor shall apply in writing for
issue of work completion certificate. Taking Over certificate will be issued by
the Engineer-In-charge within one week of satisfactory completion of work
and recording of the joint measurement. Within one month after date of
issue of work completion certificate, the Contractor shall submit the Final
Bill along with a copy of Taking Over Certificate. Final bill submitted after
the expiry of the above said period is liable to be rejected.

18.

TERMS OF PAYMENT:
18.1.
MDL payment terms shall be as under:
Page 9 of 70

Tender no. 4000000088

18.1.1. The payment for work done will be made through RTGS/NEFT/ECS as
per the actual quantities of the work executed by way of running account
bills per item basis (R. A. R) on monthly basis. The bills must be
submitted in triplicate along with the joint measurement taken at site
with the designated representative of Capital Works department.
18.1.2. The gym equipments viz BODY FUEL (MULTY GUM), AEROFIT
(JUMBO CYCLE), J.K. EXER (STEEPER), SHARP BODIER (MANUAL
JOGGER), BODY JACK (GYM), PLATINUM CYCLE TOPPRO, TOPRO
CYCLE, EXER CYCLE (STEPPER), ROWING MACHINE, LEF (SLIPPER),
MASSAGER, AB KING BENCH, AQUA FIT TREADMILL, AQUA FIT
TREADMILL, AQUA FIT TREADMILL, PERSONAL GYM- one each is
available on buy back scheme. The Contractor has to take away
these gym equipments out of MDL premises. An amount of
Rs35000/- will be recovered towards rebate for taking out all the
above gym equipments from the Contractors invoices as applicable.
The contractor is expected to budget for the same.
18.1.3. The payment against R.A bills will be made within 30 days and the final
bill within 45 days of its receipt in MDL along with all the necessary
documents, copy(s) of invoices of materials etc. including Work
Completion Certificate duly certified by the designated representative of
Capital Works Department, required for processing the bills.
18.1.4. Before submission of the final bill, the Contractor should sign and
submit a "No Claim Certificate" indicating that he has no claim against
the company under the contract except as included in the final bill.
19.

DEFECT LIABILITY PERIOD:


19.1.
The defect liability period will be ONE YEAR from the date of actual
completion of entire work.
19.2.
The contractor will have to rectify any defects noticed in the work either by
way of bad material or workmanship during the Defect Liability Period at no
extra cost to MDL.

20.

CONTRACT PERFORMANCE GUARANTEE:


20.1.
Within 21 days after placement of order, the successful bidder shall submit
PERFORMANCE BANK GUARANTEE as per MDL format for 10% of
contract value valid till 30 days beyond the stipulated Defect Liability Period
of one year from actual completion of entire work.
20.2.
In case of delays in submission of the Performance Bank Guarantee, MDL
reserves the right to charge Interest @ SBAR+2% from the firm for such
period of delays.

21.

WATERPROOFING BANK GUARANTEE:


21.1.
The Contractor shall submit Waterproofing Bank Guarantee, as per MDL
format, for an amount of 10% of the total value for waterproofing work, valid
for a period of 5 years from the satisfactory completion of the entire work.

22.

INSURANCE:
22.1.
The successful bidder has to keep MDL indemnified against any claims by
purchasing CONTRACTORS ALL RISK insurance policy for the full value of
the Contract from any Insurance Company of repute.
22.2.
The policy shall be obtained in the joint names of MDL and the Bidder, with
MDLs name appearing first. The Policy should be of full value of the
Contract and shall be valid till the completion of the works.
22.3.
The original of policy shall be lodged with MDL.

Page 10 of 70

Tender no. 4000000088

23.

BIDDERS OBLIGATION:
23.1.
Bidder shall abide by all Terms of Tender Enquiry (TEF), Standard Terms
And Conditions (STACS) for Civil Works, General Terms And conditions (GT
and C) for Civil Works and respective acceptance formats are to be filled as
appearing online in e-Techno-Commercial (Part-I) bid. The bidder shall
also abide by the Statutory requirements, Official Secret Acts 1923, Safety
Code and Security Procedure, which can be downloaded from
www.mazagondock.gov.in-> Tenders-> Capital Works.

24.

TAXES AND DUTIES:


24.1.
The rates quoted in the Price Bid (Part-II) shall be inclusive of VAT (Works
Contract Tax), Service Tax, Labour Cess and other applicable taxes & duties,
if any.
24.2.
Bidders shall indicate the heads & extent of VAT and Service Tax,
considered in their quoted rates in the BLANK PRICE BID appearing online
in Part-I.
24.3.
Bidder(s) will not be entitled to any increase in rate of taxes occurring during
the period of extended delivery schedule, if there is delay in supply /
completion attributed to him. However, if there is a decrease in taxes, the
same must be passed on to MDL.
24.4.
Taxes and other levies shall be deducted at source wherever applicable (e. g.
Income tax, VAT, Service Tax, Labour Cess) from the invoices of the
Contractor/Bidder as per statutes.

25.

ASSISTANCE FOR INSTALLATION, TESTING, COMMISSIONING AND OTHER


SUCH TECHNICAL ACTIVITIES:
25.1.
Power: Power, if available and required by the Contractor, may be supplied
in single phase or three phases, at a single nearby source free of cost. The
contractor shall make his own arrangement for electrical fittings,
cables/wires, welding transformers, etc. at his own cost.
25.2.
Water: The contractor shall make his own arrangement for potable water &
storing arrangement, required for execution of the works at his own cost.
25.3.
Equipment/Machinery: The contractor shall make his own arrangement for
all equipment, machinery, tools and tackles etc.

26.

PRICE PREFERENCE:
26.1.
NO PRICE PREFERENCE SHALL
IRRESPECTIVE OF THEIR STATUS.

BE

GIVEN

TO

ANY

BIDDER

27.

MODIFICATION TO THE BIDS:


27.1.
Bidders desirous of modifying their bids prior to the closing date & time may
do so online in the e-Procurement Portal https://mdl.nprocure.com prior to
the tender closing date & time.

28.

PUBLIC GREIVANCE CELL:


28.1.
A Public Grievance Cell headed by General Manager (F-P&S) has been set
up in the Company. Members of public having complaints or grievances are
advised to contact him on Wednesday between 10:00 hours and 12:30 hours
in his office on 6th Floor, Mazdock House or send their complaints /
grievances to him in writing for redressal. His Telephone No. is 2378 2338/
2376 2106

29.

ESCALATION:
29.1.
If the prices of materials (not being materials supplied or services rendered
at fixed prices by MDL and/or wages of labour required for execution of the
Page 11 of 70

Tender no. 4000000088

work) increase, the Contractor shall be compensated for such increase as


per provisions detailed below and the amount of the contract shall
accordingly be varied, subject to the condition that such compensation in
prices shall be available only for the work done during the stipulated period
of the contract including such period for which the contract is validly
extended under the provisions of the contract. Such compensation for
escalation in the prices of materials and labour, when due shall be worked
out based on the following provisions:
29.1.1. The base date for working out such escalation shall be the last date on
which tenders were stipulated to be received.
29.1.2. The cost of work on which escalation will be payable shall be reckoned as
85% of the cost of work as per the bills, running or final, and from this
amount the value of materials supplied or services rendered at fixed
charges shall be deducted before the amount of compensation for
escalation is worked out. In the case of materials brought to site for
which any secured advance is included in the bill the final value of such
materials as assessed by the Engineer-In-Charge (and not the reduced
amount for which secured advance has been paid) shall be included in
the cost of work done for operation of this clause. Similarly, when such
materials are incorporated in the work and the secured advance is
deducted from the bill, the full assessed value of the materials, originally
considered for operation of this clause, should be deducted from the cost
of the work shown in the bill, running or final. Further the cost of the
work shall not include any work for which payment is made at prevailing
market rates.
29.1.3. The compensation for escalation for materials, labour and P.O.L. shall be
worked out as per the formula given below:
i)
Vm
where
Vm
W
Mi
Mio

W x 0.70 x (Mi Mio)/Mio

Variation in material cost i.e. increase or decrease


in the amount in rupees to be paid or recovered.
Cost of work done worked out as per para 29.1.2
above.
All
India
Wholesale Price
Index for
All
Commodities, for the period under reckoning as
published by the Economic Advisor to Government
of India, Ministry of Industry and Commerce, for the
period under consideration and that valid at the
time of receipt of tender, respectively.

:
& :

ii) Vl
where
Vl

W x 0.25 x (Li-L io)/Lio

Li & Lio

Variation in labour cost i.e. increase or decrease in


the amount in rupees to be paid or recovered.
Cost of work done worked out as per para 29.1.2
above.
Consumer Price Index for Industrial Labour (All
India) declared by Labour Bureau, Govt. of India) as
applicable for the period under consideration and
that valid at the time of receipt of tenders,
respectively.

Vf

W x 0.05 x (Fi-Fio)/Fio

ii)

Page 12 of 70

Tender no. 4000000088

where
Vf

Fi & Fio

Variation in cost of fuel, oil and lubricants, increase


or decrease in the amount in rupees to be paid or
recovered.
Cost of work done worked out as per para 29.1.2
above.
Average index number of whole sale price for group
(fuel, power, light and lubricants) - as published
by the Economic Adviser to Govt. of India, Ministry
of Industry & Commerce for the period under
reckoning and that valid at the time of receipt of
tenders, respectively.

29.1.4. The following principles shall be followed while working out the indices
mentioned in sub para 29.1.3 above:
i) The index relevant for any month will be the arithmetical average of
the indices relevant to the three calendar months preceding the
month in question.
ii) The base index will be the one relating to the month in which the
tender was stipulated to be received.
iii) The compensation for escalation shall be worked out at quarterly
intervals and shall be with respect to the cost of work done during
the previous three months. The first such payment will be made at
the end of six months excluding the month in which the tender was
submitted and thereafter at three months interval.
29.1.5. In the event the price of materials and/or wages of labour required for
execution of the work decrease/s, there shall be downward adjustment of
the cost of work so that such price of materials and/or wages of labour
shall be deductible from the cost of work under this contract and in this
regard the formula herein before stated under this para 29.1.3 shall
mutatis mutandis apply.
30.

LIQUIDATED DAMAGES:
30.1.
Time is the essence of the contract and therefore the job, as ordered, should
be completed on the dates mutually agreed upon in accordance with the
delivery schedule. In cases of delay not attributable to MDL beyond the
agreed schedule, the Contractor shall pay liquidated damages, a sum
representing 0.5% (Half percent) per week or part thereof, subject to
maximum of 5% of the final Order / Contract value.
30.2.
Supplier / Contractor (Seller) will also be liable to pay Liquidated Damages
for late delivery of Manuals, Drawings and Documentation as agreed to by
Purchaser and Supplier / Contractor (Seller) and as stated in the Purchase
Order. The amount of such damages will be clearly defined in the Purchase
Order and may extend up to 5% of the final Order/Contract Value.
30.3.
If the Contractor fails to complete the works within the time or extended
time as per the Order, then the contractor shall pay to MDL the sum stated
above as liquidated damages for such default and not as a penalty for every
day or part of a day which shall elapse between the time prescribed or
extended time as the case may be and the date of completion of works. MDL
may without prejudice to any other method of recovery deduct the amount of
such damages from any monies in his hands due or which may become due
to the contractor. The payment or deduction of such damages shall not
relieve the contractor from his obligation to complete the works or from any
other of his obligations and liabilities under the contract.

Page 13 of 70

Tender no. 4000000088

30.4.

31.

HINDRANCE:
31.1.
A Hindrance Register as per attached format at Enclosure-8 shall be
maintained with the Designated Representative from CW Department. The
Contractor shall submit schedule for completion of work and get it signed by
MDL executive. The Schedule shall list out the major milestones leading to
the completion of work as per final delivery date stipulated in the
PO/Contract.
31.2.

31.3.

31.4.

31.5.

31.6.

32.

If before the completion of the whole of the works any part of the works has
been certified by the engineer as completed and occupied or used by MDL
the liquidated damages for delay shall for any period of delay after such
certification be reduced in the proportion which the value of the part so
certified bears to the value of the whole of the works.

The Hindrance Register shall document the following aspect post placement
of the PO/ Contract:31.2.1. Reasons for the delay vis--vis the mutually agreed schedule
31.2.2. Delay in MDL inputs (Drawings/ Documents/ Site Clearances/
Services/ Inspection Call)
31.2.3. Delay by Inspection Agency/ Customer
31.2.4. Delay on account of specialist services
31.2.5. Non performance by the Contractor
31.2.6. Delinquency by the vendor
31.2.7. Force Majeure
31.2.8. Any other relevant reason
All the hindrances with date of occurrence and removal are to be noted in
the hindrance register. The Hindrance Register will be signed by both the
parties i.e Designated Representative from CW Department and the
authorized Signatory from the Contractor side.
The Contractor may record their observations in the hindrance register. Any
objections raised by the contractor shall be attended to and resolved without
any delay.
In case the contractor has a different opinion for hindrance and a dispute
arises, then the matter shall be referred to next higher authority in MDL and
the decision shall be communicated to the Contractor within 15 days. The
Contractor shall note that the decision of the next higher authority
from MDL in case of dispute in respect of hindrances during the course
of executing an order/ contract shall be final and binding on the
contractor.
In case, MDL is unable to remove the hindrance immediately and if it is
likely to take some time, the contractor shall be informed accordingly by the
user. In such cases the contractor may reduce manpower deployed on the
work. The Contractor shall also note that Under no circumstances
Contractor shall be paid for idle manpower.

LOADING CRITERIA FOR RANKING OF BIDS:


32.1.
It is desirable that the bidders accept the tender terms & conditions without
any deviation. In case of deviations sought by bidders against Payment
Terms/other Commercial Terms, the Price Bids of such bidders shall be
loaded for ranking of bids to judge the Lowest (L1) bidder as detailed below:
32.1.1. It is desirable that the bidder accepts the Terms of Payments
indicated in the tender enquiry above. Varied payment terms quoted
by indigenous bidders as compared to the terms stated in the Tender
document shall be normalized by adopting the Prime Lending Rate of

Page 14 of 70

Tender no. 4000000088

State Bank of India plus 2% thereon on the amount (s) at variation


and / or for the period (in no. of days) at variation.
32.1.2. For the additional delivery period sought by the bidder over the
stipulated date of delivery as per Tender, 0.50% per completed week
may be loaded to the quoted price.
32.1.3. Deviations sought in respect of rate per week and / or maximum
ceiling in respect of liquidated damages shall be loaded to the quoted
price. For example, the maximum ceiling towards liquidated damages
stipulated in the Tender is 5% and the bidder seeks to limit it to, say
3.50% then the price quoted will be loaded by 1.5%. If the rate of LD
per week is 0.50% per week or part thereof as per tender and the
bidder seeks it as, say, 0.40% per week or part thereof, the
maximum ceiling on LD as per tender will first be equated to weeks
(10 weeks in this case) and the rate proposed by the bidder i.e.
0.40% will be multiplied by the so equated maximum period (which
works out to 4%) and the quoted price will be loaded accordingly by
1%. Delivery being the essence of the contract, it is desirable that the
bidder(s) adhere to the stipulated clause.
32.1.4. Bidder(s) are advised to peruse the loading criteria thoroughly and
understand the same. In case of doubt, bidders are required to get
clarification on the same prior to submission of their bid(s). Revision
of price bids due to reason of lack of clarity on loading factors shall
not be allowed.

33.

POLICE VERIFICATION OF CONTRACTORs EMPLOYEES:


33.1.
The successful bidder shall have to obtain Police Verification Report (PVR) of
their Employees prior to deployment at MDL site for execution of the work.
A Detailed procedure for Entry Passes for Contractors Employees is
displayed on MDLs website www.mazagondock.gov.in  Tenders  Capital
Works. BIDDERS ARE REQUESTED TO NOTE THE SAME. NO
RELAXATION SHOULD BE ASKED FOR.

34.

CLARIFICATION FOR E-TENDERING:


34.1.
In case of any clarifications, bidders are requested to contact the
undersigned, before the closing date of the tender. Bidders can also contact
toll-free
customer
help
line
of
e-procurement
portal
https://mdl.nprocure.com. User guide is available on the home page of the
above-referred web site. In addition to this, it has 24x7 Customer Help Desk,
Toll free number 1-800-233-1010 (Extn: 501, 512, 516, 517 and 525).
Training programme for online tendering is conducted in MDL Premises on
working Fridays between 1400 1600 hrs for prospective/willing Bidders.
Interested bidders/vendors may forward their request for training on the
following email id: cwcomm@mazagondock.gov.in.

35.

PARTICIPATION IN ONLINE BIDDING:


35.1.
Bidders can participate in online bidding
35.1.1. By registering with above referred portal for User ID and password.
35.1.2. By obtaining class III B DSC (Digital Signature Certificate) for secured
bidding.

36.

IMPROPER ONLINE FILLING:


36.1.
In case of improper on-line filling of Acceptance Formats for Tender Enquiry
Form, General Terms and Conditions (GT and C) and Standard Terms and

Page 15 of 70

Tender no. 4000000088

Conditions (STACS), it shall be presumed that all our tender terms &
conditions are acceptable to bidder.
37.

MDLs RIGHT:
37.1.
MDL reserves the right to consider placement of Order / Contract in part or
in full against the tendered quantity or reject any or all tenders without
assigning any reasons thereof.
We look forward to your participation in on-line bidding by offering your most
competitive and reasonable bid against this tender.
Yours faithfully,
For MAZAGON DOCK LIMITED,

Manager (CW-Comm)
Capital Works Department
Enclosures:
1.
2.
3.

Enclosure-1
Enclosure-2
Enclosure-3

4.
5.
6.

Enclosure-4
Enclosure-5
Enclosure-6

7.

Enclosure-7

8.
9.
10.
11.

Enclosure-8
Enclosure-9
Enclosure-10
Statutory requirements &
Safety clause
12. Procedure for security passes

Form of undertaking to be furnished by the bidder


RTGS/NEFT/ECS Mandate Authorisation Form
Proforma Bank Guarantee format for Bid Bond /
EMD
Proforma for Performance Bank Guarantee
Extract of Official Secrets Act, 1923
Scope of Work & Technical Specifications
--Civl
--Electrical (uploaded separately)
Drawing Sheets (uploaded separately)
Drg No-03 viz Layout Plan Gr. Floor
Drg No-04 viz Layout Plan 1st Floor
Hindrance Format
Proforma for Waterproofing Bank Guarantee
Bill of Quantities (to be submitted online)
To be downloaded from our website
www.mazagondock.gov.in
To be downloaded from our website
www.mazagondock.gov.in

Page 16 of 70

Tender no. 4000000088

Enclosure-1
FORM OF UNDERTAKING TO BE FURNISHED BY THE BIDDER
To,
The Additional General Manager (CW-Comm),
Mazagon Dock Limited,
Dockyard Road, Mumbai-400 010.
Sir,
Sub:

Ref:

Furnishing & Renovation of Mazagon Dock Recreational & Health Club


(MDRC) at MDL, Mumbai.
MDL Tender Enquiry No. 4000000088 dated 02.01.2014

1. Having visited the site and having examined the General Conditions of Contract,
Technical Specifications, Drawings and Bill of Quantities for the above named work, we
offer to construct, complete and maintain the whole of the said works in conformity with
the said General Conditions of Contract, Technical Specifications, Drawings and Bill of
Quantities for the sum stated in Bill of Quantities included in this Tender Document for
such other sum as may be ascertained in accordance with the said conditions of
Contract.
2. We undertake to complete and deliver the whole of the works comprised in the Contract
within the time stated in this tender.
3. We have independently considered the amount of Liquidated damages indicated in the
tender and agree that it represents a fair estimate of the loss likely to be suffered by you
in the event of the work(s) not being completed in time.
4. If our Tender is accepted, we will, when required, obtain the guarantees from a Bank (to
be approved by you) to be jointly and severally bound with us for the sum named in the
tender for the due performance of the Contract under the terms of a Bond to be approved
by you.
5. The Contractors All Risk Policy for the full value of the Contract valid till the completion
period will be obtained by us in the joint names of Mazagon Dock Limited and ourselves.
6. We agree to abide by this Tender for the period of 150 days from the date fixed for
receiving the same and it shall remain binding upon us and may be accepted at any time
before the expiry of this period.
7. Unless and until a formal Agreement or Order is prepared and executed, this tender
together with your written acceptance thereof, shall constitute a binding Contract
between us.
8. We understand that if our Tender-Bid is accepted, we are to be jointly and severally
responsible for the due performance of the Contract.
9. We hereby confirm that no extra payment towards taxes & duties over and above
considered by us in the Price Bid will be claimed from MDL.
10. We understand that you are not bound to accept the lowest or any Tender you may
receive.
Dated this ______________________________ day of ___________________(year)
Signature_______________________________ in the capacity of ________________________
duly authorised to sign Tenders for and on behalf of_____________________________________
_______________________________________________________________________________
(IN BLOCK CAPITALS)
Witness:
Signature_____________________________ Address of Witness____________________________
Name ____________________________
Occupation _______________________________

Page 17 of 70

Tender no. 4000000088

Enclosure-2
RTGS/NEFT/ECS MANDATE AUTHORISATION FORM
1. Suppliers / Vendors Name:
2. Suppliers / Vendors Name as per Bank Records:
3A. Suppliers Code

3B. Suppliers PAN Number: #

# Quoting PAN No. in all the e-returns has become 100% mandatory w.e.f. 14-02-2008 hence, ensure
to fill- up this and also send a photocopy of PAN duly self-attested. If there is any difference between
the name given in the suppliers name and name given in the PAN card, then a note to explain the
reason for the difference and the correlation between both.
4. Suppliers / Vendors Complete Postal
Door No.
Location:
City:
5. Suppliers / Vendors E-mail ID:

Address:
Street:
District:
State

PIN

6. Suppliers / Vendors Telephone Number & Mobile Phone Number:


M
7. Name of the Bank:
8. Bank (Branch) Postal Address:

9. RTGS*/NEFT** /MICR- Code of the Branch:


RTGS:
NEFT:
MICR:
RTGS* - Real Time Gross Settlement, NEFT**-National Electronic Fund Transfer. MICR-Magnetic
Ink Recognition Character
These IFSC Codes are unique numbers of each Branch Indian Financial Services Code. For
some Branches both the codes are the same and some Banks, may maintain one Code No. for RTGS
and another Code No. for NEFT. Hence, please fill-up both the rows, even if it is the same.
10. Nature of the Account:(Tick whichever is applicable & put x mark for the balance two
accounts)
Saving Bank Account:
Cash Credit Account:
Current Account:
11. Bank Account Number of the Supplier:
Fill up from the 1st column. For the balance left out blank columns, please mention x mark.
We hereby declare that the particulars given above are correct and complete. If the transaction is
delayed for reasons of incomplete or incorrect information, we would not hold MDL responsible.

Date:

Suppliers Seal:

Authorized Signature of the Supplier:

Certified that the particulars as per Serial Numbers 2, 7 to 11 are correct as per our records.

Date:

Authorized Signature of the Officer of the Bank.


Banks Stamp

Page 18 of 70

Tender no. 4000000088

Enclosure-3
PROFORMA BANK GUARANTEE FOR BID BOND / EMD
WHEREAS M/s __________________________________ intend to submit a tender (herein
after called the Tender) to M/s Mazagon Dock Limited (MDL, hereinafter named
Company) for the invitation to tender by MDL vide reference no.: ____________
dated:_____________ for the requirement of _____________ (items/services/civil works etc.)
Now, by this letter, we the undersigned (Banks Name and address) whose registered
office
is
at:
_______________________________________________bind
ourselves
unconditionally and irrevocably for payment to M/s Mazagon Dock Limited of the sum of
`____ Crore (Rupees ________________ Only) as Earnest Money Deposit to indemnify MDL
in case of default. The conditions of the above obligations are such that if
M/s____________________________ shall not keep their Bid being submitted to Mazagon
Dock Limited as set forth in the instructions to Bidder valid and unaltered until ***
months from the due date __________ of the tender, viz._____________ refused to sign a
formal agreement in accordance with the terms of the tender or after having signed the
agreement does not perform the ORDER / CONTRACT, then this obligation remains in
full force and effect, Other wise to be null and void.
In case this obligation is effective, we, (Banks Name) undertake to pay to M/s.Mazagon
Dock Limited any amount upto the above indicated sum, upon written request, without
any
demur
or
protestation
and
without
reference
to
M/s__________________________within 15 days from the date of such demand in any
manner in which the Company may direct and also without the necessity of instituting
and proceeding whether judicial or otherwise, at any time upon the ORDER /
CONTRACT committing any one or more of the following:
(a) Withdraws his tender during the validity period or any extension sought /granted
thereof, or
(b) If the ORDER / CONTRACT varies or modifies his bid in a manner not conforming to
Tender Conditions and / or not acceptable to MDL during the validity period or any
extension of the validity duly agreed to by the bidder, or
(c) If a bidder whose offer has been accepted fails to furnish Performance Bank
Guarantee within Twenty one days of award of the ORDER / CONTRACT or by the date
Mutually agreed to whichever is later.
We, (Banks Name), agree that our liability to pay is not dependant on conditions on
your proceedings against the ORDER / CONTRACT and we shall be liable to pay an
amount not exceeding the aforesaid amount as and when demanded by you merely on
claim being raised by you and even before any legal proceedings are taken against the
ORDER /CONTRACT.
We, (Banks Name) , undertake not to revoke this guarantee during its currency except
with the previous consent of the Purchaser in writing. The guarantee herein contained
shall not be revocable by notice or by reasons of dissolution or winding up of the
business of the ORDER / CONTRACT or any change in the constitution or composition
of the ORDER / CONTRACT.
This guarantee shall remain valid, in case the Tender is accepted, until the due
performance of the ORDER / CONTRACT resulting from such acceptance inclusive of
furnishing Security Deposit in a manner specified by MDL and in any other case
until_____________ unless a claim or demand is made on us in writing on or before
(validity + ---- weeks), we will be relieved and discharged from all liability thereunder.

Page 19 of 70

Tender no. 4000000088

We, (Banks name) have power to issue guarantee in your favour under Memorandum
and Articles of Association and the undersigned has full power to do so under the Power
of Attorney dated ____________ granted to him by the Bank.
After the here above mentioned date, the Guarantee shall lapse automatically without
necessity to be returned to the Bank.
This guarantee shall be governed by Indian laws and the Courts at Mumbai, India alone
shall have the jurisdiction.

Date:

Signature of a person duly authorized to sign On


behalf of the Bank, with Seal of the Bank

Page 20 of 70

Tender no. 4000000088

Enclosure-4
PROFORMA FOR PERFORMANCE BANK GUARANTEE
1. In the consideration of Mazagon Dock Ltd., Mumbai, a company registered under
the Indian Companies Act, 1913 (Hereinafter called The Company) which
expression shall include, unless otherwise stated, its successors and assigns
having
entered
into
a
contract
for
the
work
of
_______________________________________________at
_______________________________________(hereinafter referred to as the said
Contract) with M/s. __________________an existing company / Firm within the
meaning of the Companies Act, 1956 / Partnership Act -------, and having its
registered / Principal office at ______________(address) _______________ (hereinafter
called The Contractors which expression shall include its successors and
assigns)
and
whereas
at
the
request
of
the
Contractor,
We
______________________________(Bank)_____________________________Hereby
unconditionally agree to pay upto a sum of (Specify Currency Rs. etc)____________
(Specify
Currency
Rs
etc.
________________________________________________________)
to
the
Employer
against all losses, damages, expenses or otherwise that may be caused to or
suffered by the Employer by reason of any breach by the Contractor of any of the
terms and conditions of the said contract and / or the performance thereof. We
agree that the decision of the Company, whether any breach of the terms and
conditions of the said contract and / or any failure in contract performance
thereof has been committed by the contractor and the amount of loss, damage
cost, expenses or otherwise that has been caused or suffered by the Company
shall be final and binding on us and the amount of the said loss, damages, costs
and expenses or otherwise shall be paid by us forthwith on demand to the
Company without any demur or protest.
2. We, ____________(Bank)_________________________ further agree that the guarantee
herein contained shall remain in full force and effect during the period that would
be taken for satisfactory performance and fulfilment in all respects of the said
contract which consists of the work of _______________________________ provided
always that before the expiry of the date of validity of the guarantee herein
contained, we shall, from time to time on being called upon by the contractor only
with the mutual consent of all the parties to the guarantee, extend the date of
validity thereof for a period of six months on each occasion and that if any claim
accrues or arises against us, by virtue of this guarantee before the said date as
extended from time to time, the same shall be enforceable against us.
Notwithstanding the fact that the same is enforced after the said date as extended
from time to time, provided that notice of any such claim has been given by the
Company before the expiry of six months from the said extended date, payment
under this Letter of Guarantee shall be made promptly upon our receipt of notice
to that effect from the Company. We further agree that any notice / demand
signed by the authority who has signed the contract on behalf of the Company
shall be accepted as a valid demand / notice for the purpose of this guarantee.
3. It is fully understood that this guarantee is effective from _________to
___________and that we, ________________(Bank)______________ Undertake not to
revoke this guarantee during its currency including the extended period without
the consent in writing of the Company.
4. We ________(Bank)_________________ further agree that the Company shall have
the fullest liberty, without affecting in any manner our obligations hereunder to
vary any of the terms and conditions of the said contract or to extend time of
Page 21 of 70

Tender no. 4000000088

performance by the contractor from time to time or to postpone for any time or
from time to time any of the powers exercisable by the Company against the said
contractor and to forebear or enforce any of the terms and conditions relating to
the said contract and we ______(Bank)___________ shall not be released from our
liability under this guarantee by reason of any such variation or extension being
granted to the said contractor or for any forbearance and / or enforcement on the
part of the Company or any indulgence by the Company or by any other matter or
thing whatsoever which under the law relating to sureties, would but for this
provision have the effect of so releasing us from our liability under this guarantee.
5. We, __________(Bank)_________________________ further agree that the guarantee
herein contained shall not be affected by any change in the constitution of the
said contractor or the Bank.
6. This guarantee will remain in force till _________________200-- or the extended
date. Our liability under this guarantee is restricted to Rs. ________(Rupees
_____________________________________________) and it will remain valid upto
_________________ unless a claim or demand is made on us in writing on or before
(validity + 3 months), we will be relieved and discharged from all liability
thereunder.
7. We, ____________(Bank)_______________ further agree that the Employer shall be at
liberty at its discretion to treat us, in all respect as though we were jointly and
severally liable to the extent of the said sum of Rs.________________ with the
contractor or debtors to the Employer instead of merely sureties for the
Contractors.
8. This Bank guarantee is subject to Mumbai jurisdiction.
This _____________ day of ______________ Two Thousand __________
The Duly Constituted Attorney.
Witness:
1)
2)
Manager: ________________
For:

Page 22 of 70

Tender no. 4000000088

Enclosure-5
EXTRACT OF PROVISIONS OF THE OFFICIAL SECRETS ACT, 1923
SECTION 2(B) ; PROHIBITED PLACE
It is defined as the place of any work of Defence Dockyard and other so belonging
or occupied and used for the purpose of building, repairing, making or storing
any ammunitions of war.
For the purpose of the above definition, sketch includes any photograph or other
mode of representing any place or thing.
SECTION 3 : PENALTIES FOR SPYING
If any per unlawfully a)
b)
c)

approaches, inspects, passes over or is in the vicinity of any clear place; or


make any sketches intended to be directly or indirectly useful to an enemy ;
or
obtains, collects, records or communicates to any other person any secret
official code.

Shall be liable for imprisonment of 14 years in case of Defence Installation.


SECTION 4 : COMMUNICATION WITH FOREIGN AGENTS
If Any person has been in communication with or attempted to communicate with
foreign agents regarding the vital information of any PROHIBITED PLACE would
be guilty of violating the provisions of this Act.
SECTION 5 : WRONGFUL COMMUNICATION OF INFORMATION
If any person having in his possession or control any official document;
a) Willfully communicates to any person, other than a person, who is authorised
to communicate it.
b)
Used the information in his possession for the benefit of any foreign power.
c)
Retain in his possession when he has no power to retain it
d)
Fails to take reasonable care of it.
Shall be guilty of an offence under this Act.
SECTION 6 : UNAUTHORISED USE OF UNIFORMS
If any person for the purpose of gaining admission or of assisting any other
person to gain admission to a PROHIBITED PLACE wears uniforms without
lawful authority shall be guilty of offence under this Section.
SECTION 7 : INTERFERING WITH OFFICERS OF POLICE
No person in the vicinity of any PROHIBITED PLACE shall obstruct any Police
Officer engaged on guard, sentry or similar duty. If any person move in the
provisions of this section, shall be punishable with imprisonment, which may
extend up to 3 years.
Page 23 of 70

Tender no. 4000000088

SECTION 8 : DUTY OF GIVING INFORMATION


It shall be duty of every person to give on demand to a superintendent of Police or
any other Police Officer not below the rank of Inspector, any information in his
power relating to an offence under this Act.
If any person fails to give such information, shall be punishable with
imprisonment to 3 years or fine or with both.
SECTION 9 : INCITEMENT
Any person who attempts to commit or debate the commission of an offence
under this Act shall be punishable with the same punishment and be liable to be
proceeded against in the same manner as if he had committed such offence.
SECTION 10 : PENALTY FOR HARBOURING SPIES
If any person whom he knows or has reasonable grounds for supposing to be
person who is about to commit or who has committed offence under this Act shall
be guilty of offence under this Section.
SECTION 11 : SEARCH WARRANTS
If a presidency Magistrate, Magistrate First Class or Sub-Divisional magistrate is
satisfied with the information that there is reasonable ground for suspecting that
an offence under this Act has been or is about to be committed, he may grant
search warrant to any Police Officer to enter at any time any premises to force to
search premises or the places.

-***********-

Page 24 of 70

Tender no. 4000000088

Enclosure-8

Page 25 of 70

Tender no. 4000000088

Enclosure-9

PROFORMA FOR WATERPROOFING BANK GUARANTEE


1. In the consideration of Mazagon Dock Ltd., Mumbai, a company registered under the
Indian Companies Act, 1913 (Here in after called The Company) which expression
shall include, unless otherwise stated, its successors and assigns having entered
into
a
contract
for
the
work
of____________________________________________________________________at
____________________________________________________________ (hereinafter referred to
as
the
said
Contract)
with
M/s.___________________________________________________________________ an existing
company / Firm within the meaning of the Companies Act, 1956 / Partnership Act
and
having
its
registered
/
Principal
office
at
___________________________________________________________________________________
____________________________ (herein after called The Contractors which expression
shall include its successors and assigns) and whereas at the request of the
Contractor, We ________________(Bank)_________________________________
hereby unconditionally & irrevocably agree to pay upto a sum of (Specify Currency `
etc.) ____________________(Specify Currency ` etc___________ only) being ten percent
of the waterproofing work price to the Company against all losses, damages,
expenses or otherwise that may be caused to or suffered by the Company by reason
of any defects in waterproofing work done by the Contractor, as per the terms and
conditions of the said contract. We agree that the decision of the Company in case of
defects noticed in waterproofing work done by the Contractor as per terms and
conditions of the said contract and the amount of loss, damage, cost, expenses or
otherwise that has been caused or suffered by the Company, shall be final and
binding on us and the amount of the said loss, damages, costs and expenses or
otherwise shall be paid by us forthwith on demand to the Company without any
demur or protest.
2. We, ______________(Bank)_______________________ further agree that the guarantee
herein contained shall remain in full force and effect during the period that would be
taken for satisfactory performance and fulfilment in all respects of the said contract
which consists of 05 years after completion of the entire work provided always that
before the expiry of the date of validity of the guarantee contained, we shall, from
time to time on being called upon by the contractor only with the mutual consent of
all the parties to the guarantee extend the date of validity thereof for a period of six
months on each occasion and that if any claim accrues or arises against us, by
virtue of this guarantee before the said date as extended from time to time, the same
shall be enforceable against us. Not withstanding the fact that the same is enforced
after the said date as extended from time to time, provided that notice of any such
claim has been given by the Company before the expiry of six months from the said
extended date, payment under this letter of Guarantee shall be made promptly upon
our receipt of notice to that effect from the Company. We further agree that any
notice / demand signed by the authority who has signed the contract on behalf of
the Company shall be accepted as a valid demand / notice for the purpose of this
guarantee.
3. It is fully understood that this guarantee is effective from ______ to _____ and that we,
______________(Bank)___________________undertake not to revoke this guarantee
during its currency including the extended period without the consent in writing of
the Company.

Page 26 of 70

Tender no. 4000000088

4. We _______(Bank)________________ further agree that the Company shall have the


fullest liberty, without affecting in any manner our obligations hereunder to vary any
of the terms and conditions of the said contract or to extend time of performance by
the contractor from time to time or to postpone for any time or from time to any of
the powers exercisable by the Company against the said contractor and to forebear
or enforce any of the terms and conditions relating to the said contract and we
_____(Bank)____________ shall not be released from our liability under this guarantee
by reason of any such variation or extension being granted to the said contractor or
for any forbearance and / or enforcement on the part of the Company or any
indulgence by the Company or by any other matter or thing whatsoever which under
the law relating to sureties, would but for this provision have the effect of so
releasing us from our liability under this guarantee.
5. We, ___________(Bank)________________________ further agree that the guarantee
herein contained shall not be affected by any change in the constitution of the said
contractor or the Bank.
6. This guarantee will remain in force till _______ or the extended date. Our liability
under this guarantee is restricted to ` (Rupees only)_____________ and it will remain
valid upto ___________unless a claim or demand is made on us in writing on or before
__________, we will be relieved and discharged from all liability there under.
7. We, ________(Bank)__________ further agree that the Company shall be at liberty at its
discretion to treat us, __________(Bank)_________ in all respects as though we were
jointly and severally liable to the extent of the said sum of `_______________ with the
contractor to the Company instead of merely sureties for the Contractors.
8. This Bank guarantee is subject to ______(Mumbai) _______ jurisdiction.
This _____________ day of ______________ Two Thousand
The Duly Constituted Attorney.
Witness:
1)
2)
Manager: _________________
For:

Page 27 of 70

Tender no. 4000000088

Enclosure-10

PRICE BID (PART-II)


BILL OF QUANTITIES
(To be submitted online)
Sub:
Ref:
Sr.
No.

I.
A
1

Furnishing & Renovation of Mazagon Dock Recreational & Health Club


(MDRC) at MDL, Mumbai.
MDL Tender Enquiry No. 4000000088 dated 02.01.2014
Description

Qty

Unit

Estimated
Rate
(`
`)

Estimated
Amount
(`
`)

55000

55000.00

SECTION I: CIVIL WORKS


DISMANTLING & DEMOLITION
1. Dismantling 150mm thick
brick / siporex wall carefully by
using chisel to cut & making
good wall edges with removal of
existing
cement
plaster
including removal of debris from
site.
2. Dismantling existing steel
structure
with
MSpipes,
girders,
angles,
tees
etc..
Complete including removal of
debris from site as directed.
3.Dismantling marble, granite,
kota, marble mosaic, ceramic tile
or other flooring & skirting etc
upto bare rcc slab (including
cleaning of existing cement
morter & concrete/brick bat
coba waterproofing) in a manner
which facilitate laying of new
flooring without undue extra
expense.the rate shall include
removal of debris from site.
4. Dismantling marble, granite,
kota, marble mosaic, ceramic tile
or other tile dado etc.with the
existing backing plaster in a
manner which facilitate fixing of
new dado without undue extra
expense.the rate shall include
removal of debris from site.
5. Dismantling kitchen/pantry
platform & wash basin counters
of
marble,granite
or
other
materials etc.wherever required
in a manner which facilitate

01

Page 28 of 70

LS

Tender no. 4000000088

fixing of new dado without


undue extra expense.the rate
shall include removal of debris
from
site.
6.
Dismantling
existing
doors/windows/m.s
grillwork,false
ceiling,air
conditioning ducts, electrical
cables
/
fittings,existing
plumbing
fittings,pipes,m.s.jali,ci pipes &
aquaguard
&
insectocutors
fittings,mirrors,towel rods,soap
dispensers,picture
frames,all
fixed
furnitures
such
as
partitions
etc. All existing
unused lines for waste water
etc. To be removed,the rate shall
include
all
incidental
work,cutting & making good
walls & floors etc.complete. As
directed by architect/project-incharge.

B
2

3-a

7. The rate shall include


stacking of usable materials
other than debris inside m.d.l.
premises as per instruction of
incharge m.d.l. engineer and
debris to be carried away from
site.
CIVIL WORKS
Providing & fixing in position the
20 mm thk. Approved coloured
granite jamb in two levels of
300 mm wide for windows in
1:4 cement morter & complete
the
same
with
edge
polishing.(basic rate of granite
slab = rs. 1850 per sqm).
Supply & fixing of GI colour
coated
trapezoidal
silicon
modified high durable polyester
roofing sheets of 0.70mm tct.
Top coat 18 to 20 micron over
epoxy primer of 5 to 7 micron,
back coat 5 to 7 micron epoxy
primer sheets having 120 gsm
zinc coating, including packing,
transportations,
necessary
required hardware, i.e. self
tapping and drilling screws as
per as 3566 including stitching

150.00

Rm

3551.45

532717.50

410.00

Sqm

1244.99

510444.22

Page 29 of 70

Tender no. 4000000088

3-b

of vertical (side lap) joints with


special double action aluminium
roofing rivets (4.2/16 mm) and
washers at approx 500mm
distance
including
wastage,
overlap complete. Measurement
as per laid area after completion
of work to roof, side, gable end.
Supply width of sheet should
have minimum 6 corrugation
with anti capillary groove return
lag and two stitching + rib in
between
each
corrugation.
Additional glass wool sheet
fixing to the bottom of the g.s.
sheet with help of g.i wire mesh
supporting with existing purlin.
Also
providing
and
fixing
thermal insulation of ceiling with
resin bonded fibre glass wool
confirming to i.s :8193 density
16kg/m3,
Providing flashing of 40cm over
all width in plain, g.s. sheet fixed
with polymer coated J, or L
hooks, bolts and nuts, g.i. limpet
and bitumen washer complete,
bent and fixed in wall with
cement morter 1:3 (1 cement: 3
coarse
sand)
-1.00 mm thick with zinc coating
not less than 275gm/m2 .
Providing & laying kitchen
platform
of
675-750
mm
depth(clear) and at 700mm to
800 mm ht(top)above ffl. Of
approved 20 mm thk granite
slab laid on 20 mm thk white
marble support with required
cement morter base & 40 mm
thk champhered and machine
polished edge facia.it shall be
supported on side walls & with
white marble vertical supports
as shown in the drawing. Rate
shall include the profile cutting
and fixing of
undercounter
s.s.sink
and
polishing the
exposed edges of granite. A 100
mm granite facia shall be
provided below the chamfered
edge.(Basic
granite
rate=rs
1850 per sm)
Providing
&
laying
basin
platform of 675mm depth(clear)

75.00

Rm

507.17

38037.75

6.00

Rm

11942.91

71657.46

5.00

Rm

8171.46

40857.30

Page 30 of 70

Tender no. 4000000088

7-a

7-b

and at 700mm to 800 mm


ht(top)above ffl.of approved 20
mm thk granite laid on 20 mm
thk
white
marble
vertical
support with required cement
morter base &
40 mm thk
champhered
and
machine
polished edge facia.rate shall
include the profile cutting and
fixing of countertop wash basin
and polishing the exposed edges
of
granite.
(Basic
granite
rate=Rs 1850 per sm)
Providing and applying 20 mm
thick waterproof cement plaster
(1:4) in two coats for external
sponge finish surface mixed with
standard waterproofing material
as
per
manufacturer
specification, curing etc; upto 13
m height etc. All complete as
directed. Make sunanda, pidilite
or approved equivalent.
Providing
&
laying
water
proofing treatment to the toilet
flooring by giving injections with
cement
solution
with
waterproofing compound into
the floor slab so as to make it
consistent, homogenous and
impervious
against
leakage,
seepage etc. The sunk portion
shall then be covered with
necessary brick bat waterproof
coba in c.m.(1:5) of 100mm
average thickness in required
slope mixed with approved
waterproofing compound as per
manufacturer's
specifications
finished rough with jointless
waterproof cement plaster in
c.m.(1:3) 12mm to 15mm thk in
all positions extending the water
proofing upto 300 mm height,
curing,
leakage
test
after
impounding the water for 7
days, etc. Complete with 5 years
guarantee etc.(measurement in
plan area ).
Extra for providing additional
thickness of brick bats over
average thickness of 100mm in
1:5 cement mortar mixed with
waterproofing
compound
of

760.00

Sqm

317.53

241322.80

40.00

Sqm

842.84

33713.60

8.00

Cum

6356.65

50853.20

Page 31 of 70

Tender no. 4000000088

9-a

9-b

9-c

9-d

9-e

9-f
10

approved
make
as
per
manufacturers specification as
directed.
Terrace
water
proofing:
providing and laying waterproof
treatment including chemical
treatment on terrace slope with
brick bat coba in cm 1:4 with an
average thickness 112 mm and
slab toward rain water down
take
pipe
consisting
of
manufactures
specification
including making waterproof
watas (rounding) upto height of
30 cm at junction of parapet &
slab with fixing of 605 x605
mm x 12mm thk approved
brand exterior grade anti-skid
tiles finish at all level. The
height including scaffolding,
curing and carrying out ponding
test & covering ten year
warranty
on
stamp
paper
directed
by
complete.as
architect.
Porta
cabin
prefabricated
cabins with partitions. As per
layout plan
Roofing: comfia roof panel
with trapezoidal sheet top side
(external) 0.35m TCT colour
coated GI sheet and internal
bottom side (flat ribbed) 0.25
mm gi sheet with P.U.F as
insulation material sandwich in
between
Wall panels (P.U.F.) : wall panel
with external 0.35 mm TCT
colour loaded g.i.sheet
and
internal 0.35 mm tct colour
coated GI sheet with P.U.F as
insulation material sandwich in
between.
Roof trapezoidal end cap made out of 0.45mm TCT PPGI
sheet
Roof side cap - for gable side,
made out of 0.45 mm TCT PPGI
sheet.
C-channel - for wall bottom and
for door and window cutout,
made out of 0.45mm TCT PPGI
sheet
UPVC window (sixe - 39"x 48")
Steel staircase & covered

20.00

Sqm

3771.44

75428.80

85.00

Sqm

1717.26

145967.10

88.00

Sqm

1885.72

165943.36

18.00

Sqm

188.57

3394.26

16.00

Sqm

251.43

4022.88

68.00
6.00

Sqm
No.

138.29
5782.88

9403.72
34697.28

Page 32 of 70

Tender no. 4000000088

10-a

10-b

11

12

13

14

15

areas.
Rear staircase leads to first
floor & entrance porch . Existing
metal structure to be painted
with 1 coat of red oxide zinc
chromate primer & approved
colour shade synthetic enamel
paint in two coats as directed &
shown in drawing.
Providing and fixing 18mm thk
marine ply as base with bolts to
existing m.s. treads with finish
of oil paint/laquer finish to
supports and exposed wooden
surfaces. Thereafter fixing of
edge moulded 20 mm thk
granite
treades on marine
plywith help of adhesive as per
design
&
directed
by
architect.(for
rear
staircase
thatleads to first floor) - (Basic
granite rate: Rs 1850 per sqm)
Brick wall 6" : providing &
laying half brick masonary
work (6") in cement morter 1:4 (1
cement
:
4
course
sand)includingcuring
all
complete in super structure
above plinth level as directed.
Siporex
brick
wall
6"
:
providing & laying sporex block
masonary work (6") in cement
morter 1:4 (1 cement : 4 course
sand)includingcuring
all
complete in super structure
above plinth level as directed.
Providing & laying full brick
masonary work (9") in cement
morter 1:4 (1 cement : 4 course
sand)includingcuring
all
complete in super structure
above plinth level as directed.
Providing & applying finished
plastering
on
rcc/brick
masonary work with 12 mm thk
cement morter 1:4 (1 cement : 4
course sand) including curing
all complete in super structure
above plinth level as directed.
Providing & casting in situ
cement concrete M20 of trap
metal for arched R.C.C. canopy
100 mm thk slab as per detailed
design & drawing including
centering,plywood/steel

90.00

Sqm

108.90

9801.00

16.00

Sqm

6600.03

105600.48

52.00

Sqm

856.12

44518.24

41.00

Sqm

1204.93

49402.13

5.00

Cum

5737.69

28688.45

770.00

Sqm

628.57

483998.90

13.00

Cum

4743.41

61664.33

Page 33 of 70

Tender no. 4000000088

C
16

17

18

19

formwork
compacting
,roughning the surface and
special
approved
external
textured plastering with cornice
edge finish to be provided and
curing complete ( including steel
reinforcement/
shutteirng/
excavation
as
directed
by
architect)
FLOOR / SKIRTING/ WALL
DADO FINISHES
Providing & fixing 20 mm
thk.granite slab
of approved
colour flooring with pattern &
design in 1:4 cement morter
bedding of average 25 mm thk.in
proper line and level.rate shall
be inclusive of providing and
laying
necessary
backing
material and grout joint filling
compound of the same shade of
the tiles.(Basic cost of granite =
Rs.1850/ sq.mt) as directed
Providing & laying polished
vitrified floor tiles in sizes
810mm x 810mm laid on 25mm
thick cement mortar 1:4 (1
cement : 4 coarse sand)
including grouting the joints
with color grout and matching
pigments etc., complete.(Basic
cost of tile: Rs 1500/ sq.mt)
Providing & laying anti skid
vitrified floor tiles in different
sizes (thickness to be specified
by the manufacturer) with
water absorpiton's less than
0.08 % and conforming to is :
15622 of approved make in all
colours and shades, laid on
25mm thick cement mortar 1:4
(1 cement : 4 coarse sand)
including grouting the joi9nts
with white cement and matching
pigments etc., complete.(Basic
cost of tile: Rs 1500/ Sq.mt)
Providing & fixing 20 mm thk
granite slab 150mm high
skirting /riser of matching &
approved shade and make in cm
1:4 in proper line & level.the
skirting should be flushed with
level of p.o.p.punning on wall
with 4 mm groove. Rate shall be
inclusive of providing and laying

233.00

Sqm

4400.02

1025204.66

116.00

Sqm

3457.16

401030.56

27.00

Sqm

3457.16

93343.32

103.00

Rm

618.52

63707.56

Page 34 of 70

Tender no. 4000000088

20

21

22

23

necessary backing material and


joint filling compound(bal) of the
same shade of the tiles.(Basic
cost of granite = Rs.1850/
Sq.mt)
Providing & laying vitrified tile
150mm high skirting /riser of
approved shade and make in cm
1:4 in proper line & level.the
skirting should be flushed with
level of p.o.p.punning on wall
with 6 mm groove .rate shall be
inclusive of providing and laying
necessary backing material and
joint filling compound(bal) of the
same shade of the tiles.(Basic
cost of tile: Rs 1500/ Sq.mt)
Providing & fixing 250mm x
400mm of approved shade and
quality for ceramic tile dado as
per approved pattern from ffl
and in cm 1:4 in proper line &
level as directed by the architect
as shown in drawings.rate shall
be
inclusive
of
necessary
backing
material,plaster
waterproofing and joint filling
compound(bal) of the same
shade of the ceramic tiles for
kitchen,
toilet.(Basic
cost
Rs.700/ Sq.mt)
Providing & fixing in position the
20 mm thk. Approved coloured
granite slab
dado as per
approved pattern from FFL and
in cm 1:4 in proper line & level
as directed by the architect as
shown in drawings.rate shall be
inclusive
of
machine
polishingedges,
necessary
backing material,waterproofing
and joint filling compound(bal) of
the same shade of the ceramic
tiles. (Basic cost of granite :
Rs.1850/ sq.mt)
Providing & fixing approved
make 12mm rubberised tile
floor
covering should be
durable, flexible, hard-wearing
and fairly resilient, a spongy
comfort cushioned tiles, cold to
touch. Colour, patterned effects.
Stick tiles to semi smooth,
even
sub-floor
follow
manufacturers
instructions .

297.00

Rm

1237.03

367397.91

204.00

Sqm

2200.01

448802.04

147.00

Sqm

3786.53

556619.91

82.00

Sqm

1443.21

118343.22

Page 35 of 70

Tender no. 4000000088

24

25

26

The joints should be perfect.


Flooring should be water proof,
resistant to oil, fat and greese
and most domestic chemicals.
finish
& slip
A
textured
resistant cushioned.as directed
by architect.(Basic cost of
granite : Rs.850/ sq.mt)
Providing textured stone grit
plaster with grooves of approved
colour and dressing with base
coat of 12mm - 25mm thick in
cement
mortar
1:3
using
approved
water
proofing
compound at the rate of
1kg/50kg
of
cement
to
brick/stone/concrete surface in
all position including final coat
for stone create facing of
thickness not less than 6mm in
white cement mortar using
coloured pigment and white
marble powder (with features)
including racking out joints,
scaffolding
and
cleaning
complete as per design and
detail drawimg attached.
Anti
skid
durato/endura/durastone tile
12" x 12" external passage
providing & laying approved
make 1'0" x 1'0" in size & about
6mm to 8mm thk first quality
non slippery design for flooring
laid on 2"thk bed of cement
mortar (1:4) with approved make
water proofing compound & as
per
the
manufacturer's
specification with neat cement
slurry of matching color ,
cement float , curing , cleaning
etc. Complete as per detail
flooring layout & instructions of
architect.(Basic cost of
tile:
Rs. 485/- per sq.mt).
Providing & fixing 100x600 mm
antiskid
approved
wooden
pattern - vitrified
floor tiles
with water absorpiton's less
than 0.08 % and conforming to
is : 15622 of approved make in
all colours and shades, laid on
29mm thick cement mortar 1:4
(1 cement : 4 coarse sand)
including grouting the joi9nts

31.00

Sqm

594.86

18440.66

151.00

Sqm

1885.72

284743.72

125.00

Sqm

3457.16

432145.00

Page 36 of 70

Tender no. 4000000088

27

28

29

30

with white cement and matching


pigments etc., complete.(Basic
cost of tile: Rs.1500/ sq.mt)
PAINTING
WORKS
This work includes removing
existing paint finishes & filling
the dents with approved filler
putty gypsum /or
approved
crack filler,binder,cleaning and
making
the
surface
dust
free,preparing surfaces,applying
a sealer or primimng coat as per
the
manufacturer's
specifications,applying
two
under coats and one finished
coat of paint to achieve the
required finish as per the
specifications etc.complete.
Providing and applying new 3
coats
of
luxury
acrylic
emulsion
paints
asian/ici/nerolac
make
of
aproved shade to surface as per
manufacturer's specifications &
including staging or scaffolding
,preparing the surface with one
coat of primer on walls ,columns
& ceiling etc.final coat should be
finish with roller and complete
as specified & directed.
Providing and applying 3 coats
of luxury designers paints
(iokos / royale play make) of
aproved shade to surface as per
manufacturer's specifications &
including staging or scaffolding
,preparing the surface with one
coat of primer on walls & ceiling
etc.
As
specified
&
directed.(Basic cost = Rs.650/
sq.mt)
Providing and applying 3 coats
of luster paint asian/ici/nerolac
of aproved shade/make to
surface as per manufacturer's
specifications
&
including
staging or scaffolding ,preparing
the surface with one coat of
primer on ceiling etc.final coat
should be finish with roller and
complete as specified & directed.
Providing and applying 3 coats
of premium acrylic smooth
exterior
paint
sandtex
/nitcotex/berger weathershield

780.00

Sqm

226.29

176506.20

91.00

Sqm

942.86

85800.26

145.00

Sqm

251.43

36457.35

760.00

Sqm

188.57

143313.20

Page 37 of 70

Tender no. 4000000088

E
31

32

33

of aproved shade/make to
surface as per manufacturer's
specifications
&
including
scaffolding,scrapping
the
existing surface with wire brush
,preparing the surface with one
coat of primer on walls &
columns etc.final coat should be
finish with roller and complete
as specified & directed by
engineer-incharge/ architect.
CEILING & POP PUNNING
Providing & fixing the CP teak
wooden
50mm
x
50mm
framework with 12mm thk
commercial ply, 1.5 mm thk
laminated false ceiling including
edge melamine finish on edge
t.w. matching beading ,supports
,hangers and making provision
for electrical fittings and air
conditioning diffuser,grills etc.as
required
in
different
levels/heights/patterns and as
per detail drg.& directed.
Providing and fixing gypsum
board false ceilings made up of
GI frames as specified by
manufacturer and 12mm thick
gypsum board with suitable
suspenders fixed to the ceiling.
Ceiling
section,
perimeter
channel, suspenders etc. Shall
be standard sections supplied by
manufacturer.spacing
of
intermediate channels shall be
at 1200 c/c and ceiling section
at 457 mm c/c. The work
includs finishing of joints,
necessary
offsets,
applying
primer, two or more coats of
plastic emulsion paints, making
cutout for light fixtures, A. C.
Grills, diffusers etc., providing of
perimeter
channels/teak
beading etc.
Modular
false
ceiling
:
armstrong
modular
ceiling
grid(hot dipped galvanized steel
section) will have 595 x 595 mm
x 15mm fine fissured tiles(lay-in
type) in true horizontal level
using a 15mm t bar section
suspended from the ceiling slab
using 2 mm wire at every

25.00

Sqm

4058.07

101451.75

145.00

Sqm

1082.15

156911.75

460.00

Sqm

2209.66

1016443.60

Page 38 of 70

Tender no. 4000000088

34

35

F
36

37

38

1200mm interval. And will have


fire rating of 60 minutes as per
bs 476/23 of 1987, noise
reduction coefficient (nrc) of
0.50-0.60, to resist temperature
and humidity conditions up to
40 degree (104deg. F) and
humidity of 99% rh.
Providing and applying P.O.P.
punning on walls & columns
(avg.12 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 as directed.
Providing and fixing armstrong
make 600 mm x 600 mm
aluminium
powder
powder
coated false ceilings made up
of GI frames as specified by
manufacturer
with
suitable
suspenders fixed to the ceiling.
Ceiling section, perimeter al
channel, suspenders etc. Shall
be standard sections supplied by
manufacturer.spacing
of
intermediate channels shall be
at 1200 c/c and ceiling section
at 457 mm c/c. The work
includs finishing of joints,
necessary offsets,
making
cutout for light fixtures, a. C.
Grills, diffusers etc., providing of
perimeter channels/aluminium
powder coated beading etc.
MISCELLANEOUS ITEMS
Providing & laying in place
synthetic door mats as per
approved sample of size 900mm
x 450mm
Providing & fixing MS grills for
windows/ventilators
etc.using
12 mm ms.round or square bar
grills @ 150mm c/c in pattern
fixed
as
per
architect's
design.the
rates
shall
be
inclusive
of
all
fittings
etc.complete and with 1 coat of
yellow zinc chromate & synthetic
enamel
paint
in
two
coats.complete.
Providing
& fixing approved
make vertical blinds
shade.

866.00

Sqm

338.18

292863.88

6.00

Sqm

1352.69

8116.14

16.00

No.

1508.58

24137.28

45.00

Sqm

1669.74

75138.30

58.00

Sqm

1100.01

63800.58

Page 39 of 70

Tender no. 4000000088

39

40

40-a
40-b
40-c
40-d
40-e
40-f
40-g
40-h
40-i
40-j

41

The
blinds to be fixed &
commissioned
as
per
manufacturers
specifications.
(Basic cost : Rs.700/-- per
sq.mtr.) Rate including cost of
transportation,
loading,
wastage,taxes etc. Nothing will
be paid extra.workability should
be satisfactory to
the owner
/architect/ consultant. Anything
defective or not accepted by
owner / architect/consultant
should
be
removed/rectified
without delay & with the cost
and risk of contractor.
Providing pest control and antitermite treatment by appointing
a specialised agency ,such as
PCI as per the specifications
mentioned by the bureau of
indian standards and agencies
specifications
(whichever
is
higher),for
general
civil,plumbing,drainage,timber/c
arpentry works & gypsum
related works,including a 02years guarantee under suitable
undertaking on stamp paper
etc.complete as directed.(mode
of measurement to be on carpet
-area of floor & not the area of
surface treated.)
Providing and fixing CURTAIN
WATER
FALL
including
transportation,
labour
etc
complete
Water fall nozzles
Submersible pump 1hp, makecrompton.
SS hedder 3.73 meter long.
Submersible light SL 12v 50w
Transformer 12v 300w
Electrical panel
Necessary pvc 10kg pressure
plumbing, fitting etc
Necessary electrical wiring.
Conduiting submersible joint
Installation, supervision charges
P/F.12 mm thk toughned glass
panel with required support &
fixing with steel studs as per
drawing
&
instructions
of
architect.
Providing and fixing Fixed
Awnings as per the following

582.00

Sqm

67.64

39366.48

148.00

No.

129.52

19168.96

1.00
1.00
5.00
1.00
1.00

No.
No.
No.
No.
No.

10485.28
5551.03
2590.48
3700.69
3700.69

10485.28
5551.03
12952.40
3700.69
3700.69

1.00

LS

4934.25

4934.25

1.00
1.00

LS
LS

6167.81
8634.93

6167.81
8634.93

12.00

Sqm

3981.94

47783.28

20.00

Sqm

8375.89

167517.80

Page 40 of 70

Tender no. 4000000088

details:Width: : Fixed Awning: 8 ft.x 20


ft, in one-foot increments with
light-weight woven acrylic
fabrics/laminated fabrics).
Projection: extends out up to 10
feet 2 inches from wall .
Fabric and Color : fabric Woven
acrylic fabric with color choices
Minimum vertical height under
overhangs needed for
installation: 7 ft. 6 in.
Warranty: 5 years

42

43

43-a

Accessories:
- Protective Aluminum Hood
- Awning Cover
- Weatherbreaker Panels
- Cleaning Kit
SOFT
BOARDS
Providing & fixing pin-up boards
,consist of 12mm thk.soft board
of good density to be mounted
over 12mm thk.ply.the soft
board will be covered with a
plain
fabric(approx.rs.150/rmt)from
the front & edges.suitable
moulding
(as
directed
by
engineer-incharge/architect)will
be fixed on all four sides & will
be finished in approved shade
melamine polish.note:only soft
boards provided on other than
the partitions will be measured
and soft board made in the
partitions will be the part of the
partition measurement(rate) and
not consider separately.
Providing & fixing of signages
for various sizes and shapes
using brushed stainless steel of
min.18 guage thk brush steel
finish
includingengraving/etching
of
letters of reqd sizes filled with
colours as per design & to be
fixed with ss screws on wall.
Porch signage with logo ( 8'-0" x

5.00

Sqm

2705.38

13526.90

1.00

No

21837.61

21837.61

Page 41 of 70

Tender no. 4000000088

43-b
43-c
G
44

45

46

3'-0" aprox.)
Main entrance door (approx size
900 x 300mm)
Other areas ( size 450 x 150mm)
CARPENTARY WORKS
Providing and fixing 10mm thk
plain
Toughened
Glass
Partition with glazed door made
out of 8mm thk plain glass
finish with designed garware film
and machine polish at all
exposed sides as per site
requirement fixed with 6"x 2"
1st qlty b.t.c.wood & bottom
runner finish with 1 mm thk
laminate upto 9'-0" height with
brush finish stainless steel
patch fitting & above 7'-0" height
shall have partition (both side
laminate partition) or as per the
site requirement with 8mm thk
glass it self. (Basic rate of film
Rs.36 /sq.ft) all expose surface
of partition shall be finish with
approved
colour
melamine
polish along with approved
brush finish s.s. handles of 16"
in height, push & pull plate,
heavy duty approved make floor
spring , top & bottom 8 lever
locks etc. Complete as per detail
drawing
&
instructions
of
architect.
Providing and fixing 9 mm thk
size 1200mm x 2400 Acoustic
Panel
chamfered
edge
of
(m/s.chanakya
technologiesindia
pvt.ltd.)As
directed by architect for wall,
columns etc. Made out of 2" x
1.5" c.p.t. wood frame work at
every
2'-0"
c/c
(vertical
/horizontal) both ways with
glass wool filling in cavities
covered
with
6mm
thk
commercial ply. All exposed
edges/surface of the paneling
shall be covered with 6 mm thk
t.w. beading & finished with
matching melamine polish as
per detail drawing / instruction.
Aluminium sliding / openable
window
with
anodised
sections coating of grade ac
15.providing
and
fixing

2.00
21.00

No
No

2729.70
1257.15

5459.40
26400.15

28.00

Sqm

4734.42

132563.76

146.00

Sqm

3990.19

582567.74

53.00

Sqm

6087.11

322616.83

Page 42 of 70

Tender no. 4000000088

47

48

aluminium section shall be


heavy duty (116 x 36.5mm. In
1.60 mm thick for bottom frame
and 116 x 25mm. In 1.60 mm
thick for top & side frames ) of
approved make with 6 mm
thk.modiguard / saint gobain /
asahi make tinted float glass
and imported beading shall be
used.heavy
duty
50mm
thk.frame of 14 guage .complete
the same as directed & as per
details attached.note:rate shall
be
inclusive
of
necessary
fittings,locks,
handles,
best
quality
rollers,
necessary
hardware items etc. Jindal series "d"section no.20673 with
1.619 kg/m / indal / hindalco
make & as per details shown.
Entrance door (in seasoned
teak wood wood) providing &
fixing partly glazed pivoted
double leaf doors at the main
entrance as shown in the
drg.door shall consist of wooden
section 5" x 21/2" for vertical
styles with 12mm thk. Modigard
toughened glass with machine
polish. Glass shall beprovided
and fixed in the framing with
11/2" thk beading and complete
the same with malamine polish.
The rate shall include necessary
froasting and sand blasting,
approved looking systems, 1 pair
of 36" long s.s.handles, floor
springs,
doop
stopper
&
miscellaneous hardware iteams.
Complete as per detail &
pecification. (opening size 8'-10"
x 12'-06")
Providing & fixing in position 35
mm thk solid core approved
brand flush door (with 6 mm
thk glass window),finished with
1.0 mm thk. Laminate of
approved pattern from bothside
and with steel plate at bottom
inclusive of heavy duty brass
hinges of 100 x 25mm along
with approved make cylindrical
lock
and t.w.biding wherever
required for the internal door
shutter of kitchen and complete

6.00

Page 43 of 70

Sqm

15085.78

90514.68

Tender no. 4000000088

all as per drg.,details and as


directed. Complete. (Basic cost
Rs.1350/
per
sheet)
48-a
48-b
48-c
48-d
49

50

51

52

53

Double shutter (1.2 x 2.1m to


1.5 x 2.1m)
Door (1.05 x 2.1m)
Door (0.9 x 2.1m)
Door (0.75 x 2.1m)
TOILET DOOR - Providing &
fixing 4mm thk
Backelite
Hylum Doors Shutter (size 2'6"x 7'-0") with cpvc hard frames
or aluminium powder coated
heavy duty frames, rubber
gaskets as approved with all
fixturea & hardwares. Complet.
Providing and fixing glass door
(7' x3') providing and fixing
12mm thick plain glass main
door made out of 4" x2"
c.p.t.wood frame for top. Bottom
& sides with 1"x 1" c.p.t.wood
mouldings of approved design to
fix the glass & finish with french
polish etc. Complete. The 12mm
thk plain glass with garware film
(ice dot) (Basic cost Rs. 36/
sq.ft) or "v" cut engraving fixed
in the frame work along with
brush finish stainless steel 1"
dia 2'-0" height approved design
handles with 8 lever locks, pull
and push plate, dorma make
heavy duty floor spring. Brass
stopper etc. Complete as per the
detail drawing & instructions of
the architect.
Stage/dias of 6" height
with
16mm thk nuwood mdf board
covered with armstrong 2mm
thk pvc floor with required
wood/ metal framework below
as directed.
Mirror frames in wash basin
areas :providing & fixing in
position 6 mm thk 25mm
bevelled edge clear mirror fixed
with 9 mm thk marine ply
backing with wooden designer
frame to be finished with natural
matching french polish and
complete all as per drg.,details
and as directed.
Providing and fixing 6 mm thk

6.00
4.00
6.00
3.00

No
No
No
No

26400.11
20827.18
17860.55
14893.88

158400.66
83308.72
107163.30
44681.64

4.00

No

8800.04

35200.16

1.00

No

23760.10

23760.10

18.00

Sqm

6763.46

121742.28

11.00
30.00

Sqm
Sqm

4058.07
4058.07

44638.77
121742.10

Page 44 of 70

Tender no. 4000000088

54

mirror of modi guard/ saint


gobain as directed by architect
for wall, columns etc. Made out
of 2"x 1.5" c.p.t. wood frame
work at every 2'-0" c/c (vertical
/horizontal) both ways complete
as
per
detail
drawing
/
instructions covered with 6mm
thk mirror and marine ply. All
exposed surface of the paneling
shall be finish with melamine
polish complete.
LAMINATED
PARTITIONProviding & erecting in position
approx 8'-0" to 8'-6" high or as
per the actual sitecondition
partitions to be made out of 2" x
2" c.p.t.wood frame work 1'-6"
/2'-0" c/c both ways with
antitermite chemicals covered
with 9mm thk commercial ply
with proper joinery with 3/4" x
3/4" mouldings at both end
finish with approved color french
polish
etc.
Complete.
The frame work shall be coated
with antitermite treatments or
chemicals.teak wood members of
partitions shall be rigidly fixed to
the
existing
ceiling,
floors,beams, doors & the side
walls, whichever is applicable &
as
directed.
9mm x 9mm grooves shall be
provided
as
directed.
All the exposed surfaces of the
partition including grooves as
required / directed on the site,
upto false ceiling height shall be
finish
with
1.00mm
thick
laminate in 2 or 3 shades. 4"
teak wood skirting with french
finish shall be provided at
bottom
level.
The partition to have hollow
flush doors as per the thickness
of the partition teak wood thick
wooden sections for locks,
fittings etc. With 4" x 2"
c.p.t.wood frame around with
teak wood bracers 2" x 2" at 2'0" at 2" x 2" c/c both ways with
6mm thick commercial ply
covering on both sides finish
with 1.00mm thk laminate of

21.00

Page 45 of 70

Sqm

5342.88

112200.48

Tender no. 4000000088

approved shade make along with


approved brass hinges, powder
coated brass stopper & isi floor
spring of dorma make, approved
make brass 8 lever locks and
brush finish stainless steel
handles, cylindrical lockable
handles
etc
complete as per detail drawing &
instructions of the architect.
The necessary openings in the
partitions shall be provided for
a.c. grill, electrical conduits,
electrical switches, light fixtures,
painting, a.c. opening, running
display, speaker, fire detectors,
electric fixtures, wall paintings,
planter boxes,mirror, fixtures as
per
requirements
or
instructions.
Note: Rate shall be inclusive of
necessary fittings,locks, handles,
best quality pivots, necessary
hardware items etc. Jindal series "D"/ indal / hindalco
make & as per details shown.
H

55

56

SANITARY
FITTINGS
&
FIXTURES
(concealed
plumbing
works)
with
necessary
materials
includingconnecting
the
existing water supply lines &
drainage lines.complete.
Removal
of
existing
and
providing& fixing of new vitrous
chinaware WC. - Wall Hung with
CI chair brackets and cover
(glazed
earthernware
water
closet pan) ofJaquar make code
: SLS-WHT-0117 white colour
with trap supplying and fixing
pvc
flush
tank
(slim)of
commander .p/f with 32 mm
g.i.waste pipes from flush tank
to
water
closet
including
Cutting, grooving,making the
good walls & floor etc.complete.
Providing and fixing Conceal
Cistern Jaquar make code :
CIB-WHT-31801011kfd
the
details of the concealed portion
of the cistern with slim body,
floor mounting frame, drain pipe
kit and installation with control

3.00

No

13569.18

40707.54

3.00

No

17269.87

51809.61

Page 46 of 70

Tender no. 4000000088

57

58

59

60

61

62

plate white code : CIS-CHR312040219/ chrome finish as


approved by architect/ bank
engineer.
Providing & fixing of new wall
type glazed earthnwear flat back
urinals of Jaquar make code :
URS-WHT-0702 including ,ci
bracket
with
auto
closing
concealed urinal flush valve with
wall flange code : PRS -073
button valve with regulator , cp
brass flush pipe with cp clamp &
screws , cp spreader , waste
coupling , 32mm dia cp brass
bottle trap and pipe to wall cp
flange all of Jaquar make
including Cutting , grooving ,
making the good walls & floor
etc. Complete.
Providing & fixing of new
aprox.size 495 x 365 x 160 mm
glazed vitreous earthernware
Wash Hand Basin (counter-top
mounted)of
aproved
Jaquar
make code : SLS-WHT-0558
cutting counter top,drilling holes
in the walls & making good the
damages etc. Complete as per
the direction of the architect.
Providing & fixing of new 15mm
dia CP Angle Cock
(KUB35053f) of Jaquar with cp wall
flange of Jaquar with connector
braided hose pipes of Jaquar
make of for wash hand basins
/pvc cistern for wc/kitchen sink
with
material
and
labour
etc.complete.
Providing & fixing of 15mm dia
CP Bib Cock (kub-35037f)with
cp wall flange of Jaquar with
material
and
labour
etc.complete.
Providing & fixing of 15mm dia
CP Piller Cock of Jaquar make
code:(KUB-35021f) with cp wall
flange of Jaquar with material
and labour etc.complete
Providing
and
fixing
CP
Stainless
Grating
with
Cockroach Trap for nahani trap
round or square , 100 mm CI
nahani trap heavy soil quality
including frame with fixing of

3.00

No

11718.84

35156.52

5.00

No

8634.93

43174.65

9.00

No

2066.22

18595.98

4.00

No

2282.09

9128.36

5.00

No

3885.72

19428.60

10.00

No

431.69

4316.90

Page 47 of 70

Tender no. 4000000088

63

64

65

66

67

68

69

69-a
69-b
70

71

72

73

74

tiles cement finishing of trap


,material
&
labour
etc.
Complete.
Providing & fixing new CP
concealed Stop Cock of Jaquar
make code:(KUB-35081f) with
material
and
labour
etc.complete.
Providing and fixing Hand
Shower of Jaquar make code :
ALD-CHR-583
with material
and labour complete.
Providing and fixing 32mm CP
type Bottle Trap of with 300mm
wall connection pipe of Jaquar
make
code
:ALD
:769b
including cp waste coupling of
Jaquar code : ALD-729 drilling
holes in the walls & making good
the damages etc. Complete as
per the direction of the architect.
Providing
and
fixing
floor
matching colour pvc Nahani
Trap with cover of approved
colour & make.
Providing and fixing Robe Hook
two way in toilet of Jaquar make
(code : AKB - 357614)
Providing
and
fixing
Soap
Dispenser of Jaquar make (code
: AKB - 35735)
Providing and fixing CI adapters
with material & labour etc.
Complete.
75mm dia.
100mm dia
Providing & fixing CP Towel
Ring of Jaquar make (code :
AKB-35721) with material &
labour etc.complete.
Providing & fixing CP Toilet Roll
Holder of Jaquar make (code :
AKB - 35753) with flap of
Jaquar with material & labour
etc.complete.
Providing & fixing CP Soap Dish
of of Jaquar make (code : AKB 35731) with material & labour
etc.complete.
Providing & fixing Kitchen Sink
Tap of kohler make (code :
KOHLER - K- 37314 IN - 4)
etc.complete.
Providing & fixing satin finish
range Sink by Nirali (Glister -

3.00

No

3392.30

10176.90

3.00

No

1295.24

3885.72

6.00

No

3207.26

19243.56

10.00

No

337.25

3372.50

15.00

No

851.16

12767.40

3.00

No

1850.34

5551.02

7.00
3.00

No
No

303.53
323.76

2124.71
971.28

4.00

No

1541.95

6167.80

3.00

No

1541.95

4625.85

5.00

No

1356.92

6784.60

1.00

No

4317.47

4317.47

1.00

No

10793.67

10793.67

Page 48 of 70

Tender no. 4000000088

I
75

75-a
75-b
75-c
76

77

77-a
77-b
78

Super), over all size: 585mm x


485mm.
EXTERNAL
&
INTERNAL
WATER SUPPLY
Providing materials & labour for
fixing concealed in the wall
including making grooves by
machine following sizes of cpvc
heavy aproved make ,screwed
and threaded joints with supply
of necessary gi specials of
aproved "r"brand etc. Specials
like sockets, unions, elbow,
bends, reducers, plugs, tees
etc.including Supply of clamps
and enamel paints,hemp yarn
for water tight joints including
Hydraulic testing as per iss
including Making holes, grooving
in walls and roof and making
good the damages .complete.
15 mm dia CPVC pipe
20 mm dia CPVC pipe
32 mm dia CPVC pipe
Providing materials & labour for
fixing 0n the exposed wall faces
including labour, following sizes
of gi heavy c-class tata or
equivalent make ,screwed and
threaded joints with supply of
necessary gi specials of approved
brand
etc.
Specials
like
sockets,unionnuts,elbow,bends,r
educers,plugs,tees etc.including
Supply of clamps,nails and
enamel paints,hemp yarn for
water tight joints including
Hydraulic testing as per iss
including Making holes, grooving
in walls and roof and making
good the damages are bringing
to good as the original including
one coat of primer & 2 coats of
enamel paints asdirected by the
architect for flush valvesof the
wcs.complete.
--32 mm dia
Providing & fixing brass ball
valve
ISI
make-zoloto
or
equivalent make with material &
labour complete.
15 mm dia
20 mm dia
Provision of additional water
supply
connection
with

10.00
20.00
18.00

Rm
Rm
Rm

502.86
565.72
754.29

5028.60
11314.40
13577.22

10.00

Rm

1508.58

15085.80

2.00
4.00

No
No

600.31
762.19

1200.62
3048.76

1.00

No

9476.73

9476.73

Page 49 of 70

Tender no. 4000000088

79

80

81

II.
J

82

83

Aquaguard
(high
flow
model)/kent/zero-b
(water
purifire) equipped with e-boiling
+&
waterflow
rate
of
3
litres/minute for special usage &
reqd.plumbing works including
fittings & fixtures at kitchen /
pantry platform.etc.complete.(for
water cooler)
Provision of Additional Water
Supply Connection with gas
operated geyser of 5 ltrs of
capacity
(spherehot/racold/venus/bajaj)
or equivalent with
plumbing
works including fittings &
fixtures in kitchen etc.complete.
Providing and fixing 75mm /
100mm PVC Pipe of Superme/
Prince or equivalent in position
of required size with special
fitting, traps, bends, y's, floor
and nahni traps etc. Including
chemical
sealed
joints
as
required
at
site
making
necessary
connections
with
existing line for west water lines
wherever necessary.
Structural steel work riveted,
bolted or welded in buit up
sections, truss and framed work,
including
cutting,
hoisting,
fixing in position and applying a
priming coat of approved steel
primer all complete:
TOTAL OF SECTION I (CIVIL
WORKS):

1.00

No

10057.18

10057.18

40.00

Rm

472.15

18886.00

687.00

Kg

90.21

61974.27
11628892.71

SECTION II: GYM EQUIPMENTS


SPORTS ACCESSORIES OF
APPROVED
MAKE
(PROFESSIONAL SERIES)
Carrom Board english ply (20
mm)with
stand,
lamp
&
accessories (Basic cost: rs
4750)with coin+ striker ashwin
make or approved equivalent
Card Table as per design : the
playing card table features a
hexagon table top which seats 8,
measuring 1320mm from point
to point. (1220mm straight
across) height of the table is
762mm. The pedestal base of the

2.00

No

6510.01

13020.02

1.00

No

39481.20

39481.20

Page 50 of 70

Tender no. 4000000088

84
85

86

87

88

89

90
91
92

poker table is made of rich solid


wood. Poker table colour can be
made of your choice. Table top
reverses and is configured for
poker and card games. (Basic
cost: Rs. 40000)
Chess Table as per design
(Basic cost: Rs.6000)
TT Table -Amco International
Super
or
approved
equivalent(Basic cost: Rs.21800)
Motorized Treadmill : home
light commercial . Max. User
weight 120 kg. Motor : 2 hp ac .
Speed : 10-16 km/hr (increment
0.1). Max : incline 16%.. Screen :
dot matrix +4 led windows, one
touch button : speed incline.
Total programs: 33 (including
user mode) present programme:
4 program (each program : 8
modes) belt size: 19" x 55". Dual
button on handlebar : yes
(incline, speed). Quick start -yes.
Others : 2 bottle holder. Folding
: yes. Wheels: yes. Dimension
installed : l-187 x b-81 x h135cm. Folded : l-90 x b-81 x h170 cm. Weight: 115kgs.(Basic
cost: Rs.138500)
Upright Bike : Friction Free
magnetic resistance, motorised
adjustable workout tension for 8
fitness levels. Built in hand grip
pulse sensor. Smooth and quiet
belt-drive system. Programmable
computer with 2 windows lcd
readout and features 10 preset
programs & 2 heart rate
programs. Two year machine
warranty.(Basic cost: Rs. 48000)
Incline, Decline & Flate Bench
with lex curl and extn. (Basic
cost: Rs. 15000)
Multy Gym (leg extn., peck deck
with reverse fly, arm pulley and
lat
pully
with
rowing)
(Basic cost: Rs. 175000)
Super Bench (Basic cost: Rs.
22000)
Dumbbells With Stand (2.5kg
to 15kg (Basic cost: Rs. 29700)
Gym Ball (size: 75cm) make
cosco
or
approved
equivalent.(Basic cost: Rs.750)

2.00

No

5736.06

11472.12

2.00

No

21517.25

43034.50

4.00

No

136703.66

546814.64

3.00

No

47377.44

142132.32

1.00

No

14805.45

14805.45

1.00

No

172730.25

172730.25

1.00

No

21714.66

21714.66

1.00

No

29314.79

29314.79

5.00

No

740.27

3701.35

Page 51 of 70

Tender no. 4000000088

93
94

III.
K
95

96

Gym Mats (size: 6'-0"x 2'-0")


(Basic cost: Rs.650)
Steam Bath (capacity: 12k.w,
106875):-unit will be rectangular
in shape with s.s buffed sheet
screwed on a m.s. angle frame.
S.s water tank will be mounted
inside the angle frame, which
will be insulated with asbestos
sheet on all sides. Electrical
contractor will be housed inside
the unit and the electronic
control panel will be housed
separatelty inside a plastic box.
An electrically operated solenoid
values will control water inlet
and the drain function for the
unit. Control panel will consist
of 4 module feather touch plate
having display controls for time
and temperature. Steam ceiling
with anodised aluminium frame
work and fiber sheet. 3 phase
power supply with m.c.b. and
earthing from mains to our
electrical contactor and control
wiring and specified will be
provided by you. You will also
have to provide water inlet near
the unit gate value. (Basic cost:
Rs. 110000)
TOTAL OF SECTION II (GYM
EQUIPMENTS):

5.00

No

641.57

3207.85

1.00

No

108573.30

108573.30
1150002.45

SECTION III: ELECTRICAL WORKS


PART-A
Medium Voltage Switchgear
supplying, installation, testing &
commissioning of 250 amps 4
pole dpx mccb with 50 ka
breaking
capacity
in
ms
enclosure box, link terminals,
cable entry at both ends etc in
ht room mounted on angle frame
fixed on wall with anchor fastner
etc complete.
Main Lt Panel/ Power Control
Centre
.
Supply,installation, testing, &
commissioning
of
fully
compartmentalised,cubicle panel
thickness of crca sheet 16 swg
painting with 7 tank process
before powder coating, free

No.

18911.31

18911.31

set

136161.00

136161.00

Page 52 of 70

Tender no. 4000000088

97

98

standaing, sheet steel totally


enclosed, dust and vermin proof
power
centre
as
specified
comprising
of
:
Incoming
1 no. 250 a, tpn, 35 ka mccb
with adjustable over current &
short circuit trips & under
voltage release 3 nos - 250/5,
15
va
cts
class-1,
1 no. Load manager , 3 nos
ndicating lamps - led type , 3
nos - control fuses ,
1 no.
250/5, class - 1, 15 va
cts
tpn copper busbars 250 to 300
ammeter/voltmeter with selector
switch
Outgoing
1 nos -100 amps tpn mcb for ac
power
d.b.
2 nos -40 amps tpn mcb for .
And
2x11
tr
2 nos -40 amps mccb for 3
phase raw power d.b. (3-phasekitchen
equipments)
2 nos -40/63 amps tpn mcb for
single phase raw power d.b.for
utility
2 nos -40/63 amps tpn mcb for
lighting
db
1
and
2
2 nos -40 amps tpn mcb for
spare
300mm top to bottom cable
chamber
with
connectors.(outgoing).
S/I/T/C of lighting/raw power
main
distribution
board
mounted on angle iron frame
with
paint
6 way tpn ldb ip42 protection
(confirming to:-601418) consist
of
:
incoming : 40 amps tpn elcb
with
300
ma
1
no
outgoing : 10/16/20/25 amps
sp
mcb
18
nos.
(make: - mds legrand / merlin
gerin / siemens)
S/I/T/C of 3 phase raw power
DB mounted on angle iron
frame with paint 8 way vtpn
vertical
d.b.
consist of
:
incommer :
100 amps mccb 1
no
outgoing :
32 amps sp mcb -

set

13639.00

27278.00

set

47908.65

47908.65

Page 53 of 70

Tender no. 4000000088

24 nos
Supplying, installation, testing &
commissioning of 4way tpn
distribution board containing 40
amps tpn mcb 1 nos, and 12
nos. Of spmcb with necessary
connection and require material.
Mounted on angle iron frame
with paint (make: - mds legrand
/ merlin gerin / siemens)
100 Supplying, installation, testing &
commissioning of 40 amps sp
mcb
with
25 amps single phase metal
top/socket in m.s enclosure box.
(make: - mds legrand / merlin
gerin / siemens)
101 Supplying, installation, testing &
commissioning of 40 amps tpn
mcb with in m.s enclosure box.
(make: - mds legrand / merlin
gerin / siemens)
L
PART - B
102 Power Cable & Termination
providing erecting testing and
commissioning of heavy duty
armoured cable 1100 volts grade
with isi mark of (polycab / rr
kable / finolex) cable should be
fitted on wall / ms tresses
ceiling by beam of gi spacers and
gi saddles or clamp of 18 / 22
swg 25mm with gi strip at
300mm apart. The cable shall be
terminated through lugs only.
Complete as directed.
102-a 3.5
core
x
185
sq.mm.
Aluminum armoured cable from
meter room to recreation club
main power panel with 10 swg x
2 gi wire.
102-b 3.5 core x 25 sq.mm 10 swg x 1
swg
gi
wire.
Aluminum
armoured cable from main panel
to 11 tr ac unit.
102-c 3.5 core x 50 sq.mm. Aluminum
armoured cable from main panel
to raw db.
102-d 4 core x 16 sq.mm. Copper
armoured cable with 2 nos. Of
12 swg copper earth wire from
main panel to ldb 1 and ldb 2.
102-e 3 core x 4 sq.mm. Copper
flexible cable with pvc hms
25mm conduit pipe for single
99

No.

8252.21

16504.42

16

No.

2269.36

36309.72

No.

3782.26

7564.52

100

Rm

1308.89

130889.19

150

Rm

298.00

44699.46

110

Rm

288.83

31771

100

Rm

790.84

79083.66

415

Rm

224.64

93227.03

Page 54 of 70

Tender no. 4000000088

phase utility power points.


4 core x 4 sq.mm. Copper
armoured cable with 1 nos.of 16
swg bare copper earth wire for 3
phase utility power points.
102-g 4 core x 6 sq.mm. Copper
armoured cable with 1 nos.of 2.5
sq mm wire copper earth wire for
3 phase utility power points.
102-h 4 core x 4 sq.mm. Copper
armoured cable with 1 nos. Of
2.5 sq mm wire copper earth
wire for ac units.
102-i 2 nos. X 2.5 + 1 no. 1.5 sqmm
pvc insulated copper wire in
25mm
pvc
pipe for raw power points for sub
main wiring from db to switch
board.
102-j 2 nos. X 2.5 + 1 no. 1.5 sqmm
pvc insulated copper wire in
25mm
pvc
pipe for raw power points.(15 / 5
amps) for individual switch
socket point wiring.
103 S/I/T/Commissioning of lt cable
termination
with
double
compressed copper brass cable
gland and termination of each
core with necessary required
copper lugs etc. Complete as per
instructions
of
the
architect/consultant. (gland and
lugs make: - dowells / braco)
103-a 3.5
Core
X 185
Sq.mm.
Aluminum Armoured cable.
103-b 4 Core X 6 Sq.mm. Copper
Armoured cable.
103-c 4 Core X 4 Sq.mm. copper
Armoured cable.
103-d 2 Core X 4 Sq.mm. Copper
Armoured cable.
103-e 3.5
Core
X
16
Sq.mm.
Aluminum Armoured Cable
103-f 3.5
Core
X
25
Sq.mm.
Aluminum Armoured Cable 3
phase power panel input
103-g 3.5
Core
X
50
Sq.mm.
Aluminum Armoured Cable 3
phase AC panel input
M
PART - C
104 Light
Point
Wiring
Supplying, Installation, Testing
& Commissioning of light point
wiring using 1100 volts grade 3
102-f

160

Rm

361.03

57765.46

10

Rm

429.80

4298.03

415

Rm

389.69

161720.35

500

Rm

89.40

44699.46

600

Rm

71.06

42636.41

No.

378.23

1512.9

No.

151.29

605.16

16

No.

201.72

3227.53

12

No.

126.08

1512.90

No.

114.61

458.46

No.

171.92

687.68

No.

201.72

806.88

Page 55 of 70

Tender no. 4000000088

104-a
104-b
104-c
104-d
104-e
104-f
104-g

104-h

N
105

nos. Of 1.5 sq.mm. Pvc insulated


copper wire fr grade pulled
through 20mm pvc conduit mms
grade with required capacity of
wires as per mentioned below.
--All the wiring below false
ceiling or on wall must be
concealed with back filling of the
same upto finish level with sand,
cement
etc.
Complete.
--All the drops from the junction
box to the light of the proposed
light point must be drop in pvc
flexible pipe with ball socket,
gland at the junction box.
--Rate is including the cost of
modular
switches,
modular
sockets, metal concealed box,
modular plate with cover &
required
accessories
etc.
--(switch make - mk india /
anchor
roma/mds)
--(wire make: - polycab /
R.R.Kable / Finolex Fr)
Primary light point
Secondary light point looped
from above primary light point.
Half socket point on lighting
board.
Fan point with fan regulator of
650 watts step type electronic
Exhaust fan point
Bell point with bell indicator
type with reset button
Do - do as above but 5amps
switch & 5amps socket plug
point
Do - do as above but 3x2.5 wire
15amps switch & 15amps socket
power point
PART - D
Raw Power Point Excluding
Wiring
Supplying, Installation, Testing
& Commissioning of raw power
socket point on skirting, walls,
tables using pvc flexible / pvc
conduits run concealed within
walls / partition / work station
etc.
The rate shall be inclusive of ms
concealed box, modular surface
plate, modular switch, modular
socket, pipe from junction to
point &
required accessories

108

No.

599.43

64738.57

26

No.

320.92

8343.90

15

No.

378.23

5673.39

11
7

No.
No.

693.41
599.43

7627.56
4196.02

No.

630.38

1260.75

No.

859.61

5157.63

41

No.

1031.53

42292.57

Page 56 of 70

Tender no. 4000000088

105-a
105-b
106

106-a

106-b

107

108

O
109

etc. Complete as per instructions


of
the
architect/engineer
incharge
(switch make MK India /
Anchor Roma / Vinay)
16 amps switch & 16 amps 3/5
pin socket point.
10 amps 3 pin or 5 pin socket
and 10 amps switch point.
Computer
Socket
Point
Excluding
Wiring:
Supplying, Installation, Testing
& Commissioning of computer
socket point on skirting, walls,
tables using pvc flexible / pvc
conduits run concealed within
walls / partition / work station
etc. The rate shall be inclusive of
ms concealed box, modular
surface plate, modular switch,
modular socket, pipe from
junction to point &
required
accessories etc. Complete as per
instructions
of
the
architect/consultant.
(switch make MK India /
Anchor Roma/MDS)
3 nos. Of 6 amps socket below
work station on 6 module plate
& 1 no. Of 16 amps sp switch on
1 module plate with indicator
above work station.
1 no. Of 5/16 amps socket with
1 nos. Of 16 amps sp indicator
switch.
Circuit Wiring For Ups & Raw
Power
Supplying, Installation, Testing
& Commissioning of circuit
wiring using 3 nos. X 2.5 sq.mm
pvc insulated copper wire in
already laid floor raceways /
pvc pipe. (make - finolex /
polycab / r r kable)
S/I/T/C cat - 6 d-link surface
mounted information outlet (i.o)
forcomputers
and
laptop
(provisional for presentation)
PART - E
Light
Fixture
Supplying, Installation, Testing
& Commissioning of following
light
fixtures
complete
of
approved
make
as
per
specification with all fitting,

12

No.

642.98

7715.81

12

No.

532.96

6395.46

No.

882.53

2647.58

No.

642.98

642.98

200

Rm

103.15

20630.52

No.

481.38

2888.27

Page 57 of 70

Tender no. 4000000088

109-a

109-b

109-c
109-d
109-e
109-f

109-g
109-h
109-i
109-j

109-k

109-l

109-m

P
110
110-a

110-b

110-c

110-d

accessories such as junction


box,
chain
for
suspending,hardware,
starter,
connector, lamps, tube etc.
(Before installation sample must
be shown to
architect /
engineer)
S/I/T/C of light fixture 24"x 24"
led
power
saver
recess mounted mirror optics
light
fixture
with
louvers.
(make - philips / wipro )
S/I/T/C of 9 watts down lighter
led
fixture.
(make - philips / wipro )
S/I/T/C of chandeliars large
S/I/T/C of chandeliars medium
S/I/T/C of 1 x 36 watts minolta
fixture of wipro/philips make
S/I/T/C of supply & fixing 9"
exhaust fan light duty (gec /
crompton make.)
S/I/T/C of 48'' ceiling fan of
crompton/orient make.
S/I/T/C of 16" pedestial fan of
remi/almonard make
S/I/T/C of 16" wall fan of
remi/almonard make
S/I/T/C of providing & fixing
hood lights for snooker table as
per specification
S/I/T/C of providing & fixing
carrom board down lighter as
per specification
S/I/T/C of providing & fixing of
1x28 watt t5 fittings with tube
(philips /wipro/crompton)
S/I/T/C of supply and fixing of
wall mounted bracket light (
Basic cost: Rs 800 )
PART - F
TELEPHONE CABLING , DATA
CABLING & TV cable
S/I/T/Commissioning
of
telephone point with 1 no. Of rj
11 socket, 1 module plate, box
etc. For telephone point.
S/I/T/Commissioning
of
telephone point with 2 pair
telephone cable in already laid
pipes and raceways.
S/I/T/Commissioning of 10 pair
telephone main cable in already
laid pipes and raceways.
S/I/T/Commissioning of cat 6

57

No.

12034.47

685964.79

24
1
7

No.
No.
No.

2865.35
11461.40
8596.05

68768.40
11461.40
60172.35

No.

756.45

3025.81

No.

2464.20

17249.41

11

No.

2063.05

22693.57

10

No.

3209.19

32091.92

No.

2750.74

16504.42

No.

14326.75

28653.50

No.

744.99

2234.97

75

No.

756.45

56733.93

No.

1375.37

8252.21

No.

252.15

1008.60

150

Rm

18.34

2750.74

40
100

Rm
Rm

103.15
36.68

4126.10
3667.65

Page 58 of 70

Tender no. 4000000088

110-e

110-f

110-g

110-h

110-i

110-j

110-k

110-l
Q
111
111-a

111-b
111-c

111-d

111-e

cable in already laid pipes and


raceways.
S/I/T/Commissioning of i/o
with face plate & box complete
as directed
S/I/T/C of cat 6 patch panel 8
port necessary connection and
required materail etc.
S/I/T/C of 8 port switch cat 6
necessary
connection
and
required materail etc.
S/I/T/C
of 6 u rack with
necessary
connection
and
required materail etc.
S/I/T/C of cat 6 3 feet patch
cord necessary connection and
required materail etc.
S/I/T/C of cat 6 7 feet patch
cord necessary connection and
required materail etc.
S/I/T/C of co axail rg6 tv cable
in already laid pipes and
raceways.
S/I/T/C of tv socket complete
with box
PART - G
MUSIC CUM PUBLIC ADDRESS
SYSTEM
Supplying, Installation, Testing
& Commissioning of 8 ohms 4
watts 6" dia speaker of bosch
make recessed on the false
ceiling
complete
with
line
matching transformer.
S/I/T/Commissioning of volume
controller unit
S/I/T/Commissioning of point
wiring of speaker with 1 no. Of 2
core 14/36 swg or 0.2m
stranded tin copper flexible wire
run in 20/25mm dia pvc
conduits. All conduits shall run
above false ceiling fixed to ceiling
with pvc spacers, clamps etc.
Complete. (make - polycab /
finolex)
S/I/T/Commissioning
of
4
channels/ways amplifire of 80
watts suitable for 20 nos. 6
watts
speakers.
(make
ahuja/bosch)
S/I/T/Commissioning of dvd
player. (make - samsung / sony
/ panasonic) 5.1 ch -dvd player
with
in-built

No.

441.26

1765.06

No.

3667.65

3667.65

No.

3438.42

3438.42

No.

6647.61

6647.61

No.

212.04

848.14

No.

269.34

1077.37

150

Rm

68.77

10315.26

No.

217.77

653.30

12

No.

1260.75

15129.05

No.

630.38

1891.13

12

No.

859.61

10315.26

No

14899.82

14899.82

No.

6876.84

6876.84

Page 59 of 70

Tender no. 4000000088

111-f

111-g

111-f

R
112

113

114
115

amplifier,disc/usb,radio,tv,aux/
di and mp3 line -in (Basic cost of
not less then dvd player
rs.5000/-)
S/I/T/Commissioning
of
tv
tuner splitter 1 x 2way for lcd
connectivity
S/I/T/Commissioning
of
microphone cordless (ahuja /
philips make)
S/I/T/Commissioning
of
microphone collertype (ahuja /
philips make)
PART H
-MISCELLANEOUS WORK
Supplying, installation, testing
and Commissioning of Earthing
Station with 600 x 600 x 6mm
thick GI plate as per IS 643.
Rate shall be inclusive of supply,
installation of GI plate, 25mm
dia GI pipe with funnel for water
and 450mm Cast Iron cover with
its frame. Necessary digging of
earth pit, excavation, backfilling
of earth, electrode, charcoal, salt
laver ad brick masonry work in
proper manner.
The rate shall be inclusive of
submission of test report of each
earth pit and testing shall be
carried out in front of officials /
consultant.
Supplying/Installation/Testing
& Commissioning of earthing
station with 600 x 600 x 3mm
thick cu plate as per is 3043.
Rate shall be inclusive of supply
installation of gi plate, 25mm dia
gi pipe with funnel for water and
450mm cast iron cover with its
frame. Necessary digging of
earth pit, excavation, back filling
of earth, electrode, charcoal, salt
layer & brick masonary work in
proper
manner.
(The rate shall be inclusive of
submission of test report of each
earth pit & testing shall be
carried out in front of officials /
consultant.)
S/I/T/Commissioning of 25mm
x 3mm GI earthing strip.
S/I/T/Commissioning of 1 no.
Of 10 sq.mm. Single core PVC

SET

693.41

693.41

SET

3667.65

3667.65

SET

3323.81

3323.81

No.

8939.89

8939.89

No.

12836.77

12836.77

50

Rm

143.27

7163.38

90

Rm

166.19

14957.13

Page 60 of 70

Tender no. 4000000088

S
116

117

118

119

120

121

flexible copper wire for ups in


20mm pvc conduit with all
required accessories etc.
PART - I
Fire
Alarm
System
Supplying, Installation, Testing
& Commissioning of fire alarm
panel having soild state ics,
transistor led, smoke & fire
control. Panel to be design &
accept signal from all types of
automatic detector or manual
actuators.
Panel
shall
be
suitable for wall mounted &
shall be provided with front
glass lockable type. Each zone
shall
be
isolator
without
effecting
the
other
zone,
automatic
change
over
to
secondary power source i.e.
through sealed maintenance free
battery in case of an interrupting
in the incomming ac supply line.
Test facility of each zone shall be
provided & backup for 4 hours
rated sealed maintenance free
battery & battery charger shall
be provided make of, dry tape
battery, yuasa or hitachi. Fire
alarm panel shall be of 4 zone
Smoke
Detection
System
(Conventional (Optical) Type)
Supplying, Installation, Testing
& Commissioning of smoke
detection system below false
ceiling & above where trap door
is provided. Detector shall be
dual chamber, dual source with
led provision.
Heat
DetectorSupplying,
Installation,
Testing
&
Commissioning of Heat detector
Response
Indicator
supplying, installation, testing &
commissioning
of
response
indicator to the above smoke
detector having led provision.
Fire
Pill
Box:
Supplying, Installation, Testing
& Commissioning of fire pill box,
break glass pipe, wall recess
mounted in wall near exist.
Hooter
With
Sounder
S/I/T/Commissioning of hooter
with tone generator.

No.

22693.57

22693.57

25

No.

2292.28

57307.00

No.

2206.32

4412.64

No.

252.15

1260.75

No.

1323.79

2647.58

No.

1323.79

2647.58

Page 61 of 70

Tender no. 4000000088

122

123

124
125
126

127
128
129
130
131

IV.

132

132-a

S/I/T/Commissioning of 1.1
grade copper conductor, pvc
insulated armoured cable of
following size for fire alarm
system. (make - Polycab /
Finolex) 2 core x 1.5 sq.mm.
Copper cable with termination
PART-J
Access Control System For
Recreation
club
(ZICOM
MAKE)
Microprocessor based controller
with power supply module,
enclosure
Biometric Reader
Proximity
Reader
Cum
Controller
Electro magnetic lock (single
leaf) with power supply, led, door
sensor
Software for time & attendance
Proximity cards without printing
8 core x 0.8 sqmm cable for
reader armoured frls cable
23 x 36 2 core cable
Exit switch
TOTAL
OF
SECTION
III
(ELECTRICAL WORKS):

300

Rm

108.88

32664.99

1
1

No.
No.

6074.54
46991.74

6074.54
46991.74

No.

7449.91

7449.91

1
1
500

No.
No.
No.

3667.65
24068.94
40.11

3667.65
24068.94
20057.45

50
50
2

Rm
Rm
No.

85.96
85.96
573.07

4298.03
4298.03
1146.14
2566603.44

SECTION IV: AC WORKS


Supply, Installation, Testing &
Commissioning of wall mounted
Air Cooled Split Air Conditioning
Units
including
civil
work
(cutting wall, filling of plaster,
etc)
as
described
in
specifications. The unit shall be
complete with hi wall type fan
coil
unit
and
external
condensing unit, complete in all
respects, inclusive of copper
refrigerant piping, GI condensate
drain
piping,
valves,
with
cordless remote controllers and
insulation quoted price shall
include
cost
of
cooling
thermostat,
wiring,
control
wiring and earthing. Units
should function & perform for
capacity mentioned below at
tender design conditions. The
unit capacities shall be as
follows.
2.0 TR Split Air Conditioning

11

Page 62 of 70

No

63768.99

701458.89

Tender no. 4000000088

132-b

133

133-a

133-b
133-c

134

134-a
134-b

Units as described above for


Required space (4 Star Rating
AC Units)
1.0 TR Split Air Conditioning
Units as described above for
Required space (4 Star Rating
AC Units)
Supply, Installation, Testing and
Commissioning
of
ceiling
suspended ductable type Air
Cooled ductable Units each
complete
with
hermetically
sealed rotary (scroll) compressor,
motor, air cooled condenser,
refrigerant copper piping with
accessories, PVC condensate
drain piping, MS support, bower
with motor, filters, controls and
vibration isolators. Unit shall be
complete
with
thermostat,
internal wiring starters, unit
mounter
starter,
R-22
PREFILLED
gas
and
mocroprocessor-based controller
with UV lamp with ventilation
and Drain Pump assembly. The
refrigerant piping shall
be
insulated using closed cell
insulation.
Power
will
be
terminated in indoor unit. All
further distribution shall be
included. Units should function
&
perform
for
capacity
mentioned below at tender
design
conditions.
--11 TR Ductable AC unit (2
CIRCUITS AND WITH 2 X 5.5 TR
COMPRESSORS)
Soft Copper Pipe - 5/8", 1/4"
inch diameter - 18 gauge (for
Split ACs)
Hard Copper Pipe - 5/8", 1/2"
inch diameter - 18 gauge
(for Ductable ACs)
Electrical Cable (for A/C Unit) 2.5 sq.mm 3 core
AIR
DISTRIBUTION
Supply, Fabrication, Installation
and testing of sheet metal prefab ducting in accordance with
the approved shop drawings and
as required by the specifications.
Maximum Gauge 1-750 mm 24
G (180 GSM)
Maximum Gauge 751-1000mm

No

41645.05

83290.10

No

240760.46

481520.92

268

Rm

925.17

247945.56

20

Rm

1171.88

23437.60

288

Rm

185.03

53288.64

96
6

Sqm
Sqm

832.65
986.85

79934.40
5921.10

Page 63 of 70

Tender no. 4000000088

135

135-a

135-b
135-c
135-d

136

137

138
139

140

140-a
140-b
141

22 G (180 GSM)
Supply, Fabrication, Installation
and
Testing
the
flexible
connections constructed of fire
resistance flexible double canvas
sleeve as per the approved
drawings.
32 mm dia condensate drain
pipes - ISI make PVC plumbing
grade
25 mm dia condensate drain
pipes- ISI make PVC plumbing
grade
Velocity Control Damper of 18
guage Construction
Fusible link fire damper in
Supply Duct
Supply and
Installation of
External
Thermal
insulation
with protective coating on ducts
as
per
the
specificaitons
--13mm thick nitrile rubber
insulation for supply air ducts
Supply, Installation, Testing and
Commissioning
of
acoustic
insulation. Material shall be
nitrile rubber based fibre free
with 140-180 Kg/m3 density
and all accessories as per
specification.
--15mm thick
Supply & Installation of Powder
coated M.S. construction Stand
M.S. Stand For Ductable Units duly painted with metal primer
Supply, Installation Testing and
balancing of power coated
Extruded Aluminium Supply Air
Grilles with Volume Control
Dampers in accordance with the
approved shop drawings and
specifications.
Powder
coated
extruded
aluminium
construction
continous grill
Dampers for supply air grill
Removing and reinstallation of
existing AC units (including R22 charging)
TOTAL OF SECTION IV
(AC WORKS):

No

1480.27

2960.54

30

Rm

185.03

5550.90

260

Rm

154.20

40092.00

No

3083.91

6167.82

No

5551.03

11102.06

125

Sqm

740.14

92517.50

10

Sqm

986.85

9868.50

13

Nos

2220.41

28865.33

Nos

5551.03

11102.06

6
2.5

Sqm
Sqm

1726.99
1480.27

10361.94
3700.68

10

No

5607.10

56071.00

Page 64 of 70

1955157.54

Tender no. 4000000088

V.
142

SECTION V: FURNITURE
Reception Desk: Providing &
Fixing reception desk made out
of teak wood members & 19 mm
thk ply
with 1.5 mm thk
approved laminate
in proper
joinery & hardware as per drg.all
around finished with 1.5mm thk
laminate on all exposed ply
surfaces.all woodwork to be
finished ith 3 coats of melamine
polish.the top to be finished
with 12 mm thk.froasted glass
with bevelled edges. Item to
include all types of s.s.pipes
with
studs,hardwares,
screws,lock,hinges, ss handles,
tower
bolts,ball
catches,
telescopic
drawer
channels,
wooden lipping, bedding, inlay
patti & moulding etc. Size of
desk 1800mm x 900mm x 1200
mm height & made out of 19
mm thk ply
for top,sides &
bottom,back with 6 mm thk ply.
Complete as per architect's
direction.

Providing and making Sofa of


overall sizes as mentioned in the
drg.with back and armrests.the
sofa will consist of c.p.teakwood
frame.seat base provided with
flat springs and covered with
cloth from bottom as well as top
& back.the seat and back frame
work will be faced with 100mm
thk.approved high density foam
internally and 4mm thk ply from
outer side and covered with
approved upholstery .a 25mm
thk wooden member as shown in
the drg.shall be provided and
polished
in
melamine.rates
inclusive of all accessories and
scotch guard treatment for
upholstery. (Basic cost of fabric
Rs.450/ rmt)
143-a Three Seater Sofa
143-b Two Seater Sofa
143-c Single Seater Sofa
144 Book Storage with glazed
shutters (as per drawing &
specifications)

2.00

No.

26400.11

52800.22

4.00
1.00
4.00

No
No
No

22665.46
17628.69
10073.54

90661.82
17628.69
40294.16

23.00

Sqm

16908.64

388898.72

143

Page 65 of 70

Tender no. 4000000088

145

146

147

148

Librarian Chair: armed chair


with cusion seat and back made
of hard wood with quilted foam
leather/fabric and frame in well
seasoned teakwood frame of size
2"x1.5" with 3 coats of melamine
polish as per detail and design
Librarian Table :Providing and
Fixing staff table of size 4'x 2'
made
up
of
19mm
thk
commercial ply having key
boards having key board tray,
1nos. 4.5" height drawers and
storage unit. All external surface
finished with 1.5 mm thk
laminate & exposed wooden
members in melamine polish.
The table shall have 3"x1.5"
teak-wood foot rest and 1"x1.5"
teak
wood
beading
with
melamine polish. The work
includes supplying and fixing of
locks, hinges, ball catchers, keyboard tray, required hardware
etc. As per the direction of
architect.
Reading Table (10'-00"wx 3'00"dx
2'-6"h)providing
&
aranging in position meeting
room table is made out of 25
mm thk commercial ply for
top,12 mm for bottom,sides,
back. All exposed surfaces to be
finished with combination of
4mm thk combination of group
matching decorative 1.5mm thk
laminate of approved brand,top
of table to be finished with poly
coating of approved shade &
colour,other exposed surfaces
with melamine finish
& all
internal surfaces of the ply
finished with 2 coats of french
polish. Item to be completed as
per drg,specifications & site
directions.item to include all
types
of
hardwares,
screws,hinges,locks,ss handles,
tower bolts,ball catches,wooden
lipping, bedding, inlay patti &
moulding etc.
Providing and supplying Arm
Chair & back in foam leather(as
per sample) and frame in
s.steel.as per detail

1.00

No

6925.56

6925.56

1.00

No

22628.66

22628.66

1.00

No

25142.96

25142.96

35.00

No

9551.52

334303.20

Page 66 of 70

Tender no. 4000000088

149

150

151

152

Providing and supplying Low


Back
Chairs
with
pu
arms,syncrotilt and gas lift of
godrej/eurotech or any other
approved
make.(manager's
cabin)
Providing and supplying Low
Back
Chairs
with
pu
arms,syncrotilt and gas lift of
godrej/eurotech or any other
approved make. (reception)
Providing & making Center
Tables of mentioned sizes as per
drg.table top shall consist of 12
mm
thk.float
glass
with
chamfered edge with approved
design etching.the base shall be
made up of cp teak wood frame/
18 mm thk.comm.ply as directed
byengineer-incharge/
architect.all exposed wooden
faces finished with melamine
polish or with 1mm thk.sued
finish laminate for ply.all inner
surfaces will be finished with
natural matching french polish.
T.V. unit- Providing & fixing in
position
tw
cabinet
with
revolving platform with steel
square plate located on lower
cabinet which is made out of 19
mm thk commercial ply for
top,bottom,sides,6
mm
thk
comm.ply for back & 12 mm thk
comm.ply for shelf(1 no). All
exposed surfaces to be finished
with combination of 1.0mm thk
laminate of approved brand &
all internal surfaces of the ply
finished with 2 coats of french
polish.the shutters to be made
out of 15 mm thk comm.ply with
laminate finish with . Item to be
completed as per drg & site
directions. Item to include all
types of hardware melamine
polish
.res,
screws,locks,ss
handles,tower
bolts,ball
catches,wooden
lipping,bedding,inlay patti &
moulding
etc.
All
external
exposed woodwork to be finished
in melamine polish.all drawers
to have telescopic sliding drawer
fittings. Drawer unit shall be

3.00

No

7959.60

23878.80

2.00

No

7959.60

15919.20

3.00

No

7603.80

22811.40

1.00

No

22628.66

22628.66

Page 67 of 70

Tender no. 4000000088

153

154

155

with 12 mm thk comm.ply for


front & sides and 6 mm thk
comm.ply for back & bottom.
Officer Table (3'-0"x 6'-0"): Providing and fixing officer table
and side table made up of 18mm
thk comercial ply frame work
and necessary 2"x 2" & 2"x 1
1/2" c.p.t. wood supports and
bedding patti as required/
shown in the detail drawing
height of the table including side
table shall be 2'-6" deapth of the
table shall be 3' & side table
shall be 1'-6" the table shall
have 1'-6" wide drawer unit with
two drawers and one shutter
below the drawers at the right
side of the table along with two
drawers inside table and one
drawer for keyboard at the
corner of the table and side table
front apron shall be made in
12mm thk comercial ply covered
with 4"x 12mm thk comercial ply
finish with 1.5mm thk approved
laminate as shown in detail
drawing all expose surface of the
table and side table shall be
finish in 1.5mm thk approved
laminate. French polish from
inside of matching of the
laminate
shades
including
approved brush finish s.s.
handles bras ball catches, brass
locks, foot rest made out of
12mm thk comercial ply tapered
box finish with rubber matting
brass
powder
coated
wire
manager,
twin
telepscopic
drawer fittings, cpu mettle,
stand with casteres, necessary
t.w. round 2" moulding etc.
Complete instruction as per
architect.
Banquet Hall Chair : Armed
chair with cusion seat and back
made of hard wood with quilted
foam leather/fabric and frame in
well seasoned teakwood frame of
size 2"x1.5" with 3 coats of
melamine polish as per detail
and design
T.T. room Storage Cabinet as
per design - providing & erecting

1.00

No

26400.11

26400.11

94.00

No

6167.81

579774.14

4.00

Sqm

10821.53

43286.12

Page 68 of 70

Tender no. 4000000088

156

157

158

vertical storage 1'-6" deep made


out of 18mm thk commercial ply
frame work for sides, top &
bottom, shelves (1'-6" c/c),
verticals & shutter made out of
18mm thick commericial ply
shutters
with
necessary
c.p.t.wood
sections as per
required for storage.all exposed
surfaces shall be finish with
1.00mm thick approved color
laminate and internally 0.8mm
thk laminate including brass
hinges, 9"brush finish stainless
steel / handles, 6" tower bolts
magnetic catch etc.complete as
per detail drawing & instructions
of the architect / bank.
Providing
&
making
Corner/Side
Tables
of
mentioned sizes as per drg.table
top shall consist of 12 mm
thk.float glass with chamfered
edge with approved design
etching.the base shall be made
up of cp teak wood frame/ 18
mm thk.comm.ply as directed
byengineer-incharge/
architect.all exposed wooden
faces finished with melamine
polish or with 1mm thk.sued
finish laminate for ply.all inner
surfaces will be finished with
natural matching french polish
Janitor Box: Providing and
erecting vertical storage 1'-6"
deapth made out of 18mm thk
marine ply frame work for sides,
top & bottom, shelves ( 1'-6" c/c)
, vertical and shutters made out
of 18mm thk marien ply
shutters with necessary c.p.t.
wood section as per required for
storage. All expose surface shall
be finish with 1mm thk
approved colour laminate and
internally french
polish
of
laminate
matching
shade
including brass hinges, 9" brush
finish s.s./ powder coating
handles, 6" tower bolts etc.
Complete as per drawing &
instruction of the architect.
Shoe Rack with seating with
laminate finish (9"-0"x 3'-0"x 0'-

2.00

No

6285.74

12571.48

4.00

Sqm

6763.46

27053.84

1.00

No

6285.74

6285.74

Page 69 of 70

Tender no. 4000000088

159

Note:

16") as per design.


Full Ht Storage :Providing &
fixing 450mm deep 1800mm
ht.storage unit as per drg.and
details.the storage unit should
be
made
out
of
18mm
thk.marine ply for top, sides and
base
,6mm
thk.marine.ply
back,18mm
thk
marine.ply
shutters with autoclosing hinges
and t.w.lipping matching with
approved laminate on all the
edges.all external surfaces to be
finished in 1.0 mm laminate
(suede
finish)
of
approved
make.division
of
shutters
(aprox.450 x 600mm shall be
made equally according to the
length
of
the
storage,and
complete.rates shall be inclusive
of all necessary approved fittings
like hinges,locks,75mm long
s.s.brushed finish handles,tower
bolts and any miscellaneous
hardware items as per engineerincharge/architect's
instructions.
TOTAL
OF
SECTION
V
(FURNITURE):

18.00

Sqm

9468.84

170439.12
1930332.60

1. The amount towards rebate for taking away gym equipments shall be
recovered from the Contractors Running Account bill as applicable @ Rs
35000/-. (Refer TEF Clause 18.1.2).
2. The makes of Items are also specified in Technical Specifications at
Enclosure-6.

Page 70 of 70

Das könnte Ihnen auch gefallen