Upload
letu
View
224
Download
2
Embed Size (px)
Citation preview
Seal & Signature of the Contractor
TENDER DOCUMENT
NAME OF WORK:
INTERIOR FURNISHING, ELECTRICAL FURNISHING,
LAN CABLING & CIVIL WORKS PROPOSED AT HEAD OFFICE WITH ATM SPACE
OF CENTRAL MADHYA PRADESH GRAMIN BANK, 854, WARD NO. 35,
KULBAHARA, NAGPUR ROAD, CHHINDWARA.
OWNERS:
CENTRAL MADHYA PRADESH GRAMIN BANK
Website:www.centralmpgraminbank.com
ARCHITECT/ CONSULTANTS
Gupta & Associates
Architect-Manish Gupta
Urban Planners ,Architects, Engineers & Interior Designers
M-101,P.No.-150,Manorama Complex,
Zone-I, M.P.Nagar,Bhopal,(M.P.) -11
Mob.:94250-09255,Ph./Fax No.: 0755-4260818
E-Mail: [email protected]
Seal & Signature of the Contractor
SUB : PROPOSED INTERIOR FURNISHING ,ELECTRICAL, LAN CABLING & CIVIL WORKS (WITH A.T.M. SPACE) WORKS AT PROPOSED HEAD OFFICE OF
CENTRAL MADHYA PRADESH GRAMIN BANK AT 854, WARD NO. 35,
KULBAHARA, NAGPUR ROAD, CHHINDWARA
ISSUE OF TENDERS FROM : 02/06/16 TO 16/06/16 (In office hours between 10:30 A.M. to 5:30 P.M.)
LAST DATE OF SUBMISSION : 17/06/2016 UPTO 3.00 PM HOURS AT CHHINDWARA.
TENDER OPENING DATE : 17/06/2016
(TENDERS WILL BE OPENED IN PRESENCE OF CONTRACTING AGENCIES AFTER 4:00PM )
COST OF TENDER FORM : Rs 2000/-( To be deposited by D.D. payable at Bhopal, in the favor of M/s Gupta & Associates, Bhopal.)
PROBABLE AMOUNT OF
CONTRACT : Rs. 47.29 lacs
(Rs. In Figure) : Rs. 47,29,000/-
(Rs. In Words) : Forty Seven Lac Twenty Nine Thousand Only
E.M.D : Rs. 70,000 /- [To be payable in the form of D.D. in favor of GENERAL MANAGER, CENTRAL MADHYA PRADESH GRAMIN BANK, CHHINDWARA.(M.P.) PAYABLE AT CHHINDWARA)]
PLACE OF SUBMISSION :Tender box at CENTRAL MADHYA PRADESH GRAMIN
BANK, HEAD OFFICE – 800 / 19, South Civil Lines, Chhindwara. - 480001. TENDER ISSUED TO: M/S -----------------------------------------------------------
Seal & Signature of the Contractor
TENDER NOTICE
SUB : INTERIOR FURNISHING, ELECTRICAL FURNISHING, LAN CABLING & CIVIL WORKS PROPOSED AT HEAD OFFICE WITH ATM SPACE OF CENTRAL
MADHYA PRADESH GRAMIN BANK, 854, WARD NO. 35, KULBAHARA,
NAGPUR ROAD, CHHINDWARA.
Sealed item rate tenders are invited by CENTRAL MADHYA PRADESH GRAMIN BANK, HEAD OFFICE – 800 / 19, South Civil Lines, Chhindwara. - 480001.
The work to be completed within 30 days from 2nd day of the date of acceptance of work order placed by CENTRAL MADHYA PRADESH GRAMIN BANK.
1. The tenderers are required to complete form of tender, FILL Rate in the schedule of
quantities and sign each page of tender documents before submission. The completed set is to be enclosed in a sealed envelope addressed to :
The GENERAL MANAGER (GAD) CENTRAL MADHYA PRADESH GRAMIN BANK, HEAD OFFICE – 800 / 19, South Civil Lines, Chhindwara. - 480001
2. Tender form can be purchased by the architect’s office at Bhopal.
3. Tenders will be received up to 3.00 PM hours on 17/06/2016 4. No tender will be received after the expiry of the time notified for receiving tenders
under any circumstances whatsoever.
5. The tender will be opened after 4.00 PM hours on 17/06/2016, at above address in the presence of authorized representative of contracting agency.
6. Tender shall remain valid for acceptance for a period of 10 days from the notified last date of tender submission.
7. The Bank reserves the right to reject any or all tender received without assignment of any reasons thereof.
8. The tender rate against each item of work / price indicated in the schedule of
quantities and rates / price should be indicated both in words and figures. In case of any discrepancy, the rates indicated in words would prevail.
9. The rates quoted against each item of work / price should be for the complete finished item of work and include all labor, material, taxes, overhead, duties, etc. The Bank as
per shall reimburse any statutory change in the tax structure after opening of the
tender actual.
Seal & Signature of the Contractor
10.All tenders in which any of the prescribed conditions are not fulfilled or incomplete in any respect are liable to be rejected.
11.This tender notice shall form part of the contract documents.
APPENDIX TO THE CONTRACT DOCUMENTS
1. Defect liability period : 24 month from the date of virtual Completion of work.
2. Date of commencement : 2 days after the contract is accepted by the contractor 3. Time of completion : 45 days from the date of commencement.
4. Liquidated damages : 1% of contract amount per Week / day of delay
subject to the ceiling of 10% of the estimated cost of work/contract.
5. Period of honoring final certificate: 30 days 6. Retention money : 10% (Ten percent) from each running bill and final bill.
(From over all payments for the work/contract)
Note: -All the works shall be completed as per the satisfaction of Project Architect/Bank’s
Architect/Engineer or Competent Authority of Bank. - Materials shall be used strictly as per approved brand of materials.
- Rate shall be inclusive of all the taxes.
- The contractor shall visit the site before quoting the rates.
Seal & Signature of the Contractor
PRE-QUALIFICATIONS CRITERIA
The bidder should have: A. Financial
i. Experience of having successfully executed:
a) Three similar works, each costing not less than the amount equal to 20% of the probable amount of contract during the last 5 years; or
b) Two similar works, each costing not less than the amount equal to 30% of the
probable amount of contract during the last 5 years; or
c) One similar work of aggregate cost not less than the amount equal to 50% of the
probable amount of contract during the last 5 years;
ii. Average annual construction turnover on the construction works not less than 100% of the probable amount of contract during the last 5 financial years.
iii. Executed similar items of work in any one financial year during the last 5 financial years,
which should not be less than the minimum physical requirement and 100% of the probable amount of contract.
iv. Bid Capacity – Bidder shall be allotted work up to his available Bid Capacity, which shall
be worked out as given in format I-2 of Annexure I.
Note: Above criteria are indicative, subject to suitable stipulations by the
departments and specific Bid.
Seal & Signature of the Contractor
Annexure - H (See clause 12 of Section 2 –ITB & clause 4 of GCC)
ORGANIZATIONAL DETAILS (To be Contained in Envelope - A)
S. No.
Particulars Details
1. Valid Registration of bidder in appropriate class in M.P.PW.D./ BANKS/ OTHER GOVT. ORGANIZATIONS (in the required category).with Proof of
registration.
Registration No. _________ Date_________ (Scanned copy of
Registration to be uploaded)
2. Name of Organization / Individual / Proprietary Firm / Partnership Firm
3. Entity of Organization Individual / Proprietary Firm / Partnership Firm (Registered under Partnership Act) / Limited Company (Registered under the
Companies Act–1956) / Corporation / Joint Venture
4. Address of Communication
5. Telephone Number with STD Code
6. Fax Number with STD Code
7. Mobile Number
8. E-mail Address for all communications
Details of Authorized Representative
9. Name
10. Designation
11. Postal Address
12. Telephone Number with STD Code
13. Fax Number with STD Code
14. Mobile Number
15. E-mail Address
16. P.A.N. Number
17. Service Tax Number
18. T.I.N. Number
Note: In case of partnership firm and limited company certified copy of partnership deed/ Articles of Association and
Memorandum of Association along with registration certificate of the company shall have to be enclosed.20
Signature of Bidder with Seal
Date: _____________
Seal & Signature of the Contractor
Annexure – I
(See clause 14 of Section 2 -ITB)
Envelope – B, Technical Proposal
Technical Proposal shall comprise the following documents:
Sno Particulars Details to be
submitted
1 Experience – Financial & Physical Annexure - I (Format:
I-1)
2 Annual Turnover Annexure - I (Format:
I-2)
Seal & Signature of the Contractor
Annexure - I (Format: I-1) (See clause 14 of Section 2 -ITB)
FINANCIAL & PHYSICAL EXPERIENCE DETAILS22
A. Financial Requirement:
The bidder should have completed either of the below:
a) three similar works each costing not less than the amount equal to 20% of the probable amount of
contract during the last 5 financial years; or
b) two similar works each costing not less than the amount equal to 30% of the probable amount of
contract during the last 5 financial years; or
c) one similar work of aggregate cost not less than the amount equal to 50% of the probable amount
of contract in any one financial year during the last 5 financial years;
d) Average annual turnover on the SITC of fire fighting works not less than 100% of the probable
amount of contract during the last 5 financial years.
To be filled in by the contractor:
i. Details of successfully completed similar works shall be furnished in the following format.
ii. Certificate duly signed by the employer shall also be enclosed for each completed similar work.
Agreement
Number &
Year
Name of Work
Date of
Work
Order
Date of
Completion
Amount of
Contract
Employer's Name
and Address
Existing commitments – (Value of ‘C’ for Bid Capacity formula)
Agreement Number &
Year Name of Work
Date of Work Order
Date of
Completion
Amount of
Contract
Amount of Balance Work
Employer's Name and Address
Note: 1. Certificate duly signed by the employer shall be enclosed for the
actual quantity executed in any one year during the last 5 financial years.
Seal & Signature of the Contractor
Annexure - I (Format: I -2) (See clause 14 of Section 2 -ITB)
ANNUAL TURN OVER
Requirement:
Average annual turnover on the INTERIOR FURNISHING, ELECTRICAL FURNISHING, LAN CABLING &
CIVIL WORKS not less than 100% of the probable amount of contract during the last 5 financial years.
To be filled in by the contractor:
S.
No.
Financial Year Payments received for contracts in progress or completed
1
2
3
4
5
Note:i. Annual turnover on the INTERIOR FURNISHING, ELECTRICAL FURNISHING, LAN CABLING &
CIVIL WORKS should be certified by the Chartered Accountant.
ii. Audited balance sheet including all related notes, and income statements for the above financial years
to be enclosed.
Seal & Signature of the Contractor
PROJECT INFORMATION & GENERAL CONDITIONS
1.1 (i) Owner : CENTRAL MADHYA PRADESH GRAMIN BANK, HEAD OFFICE – 800 / 19, South Civil Lines, Chhindwara. - 480001.
(ii) Site : PROPOSED HEAD OFFICE OF CENTRAL MADHYA PRADESH
GRAMIN BANK AT 854, WARD NO. 35, KULBAHARA,
NAGPUR ROAD, CHHINDWARA (iii) Work : INTERIOR FURNISHING, ELECTRICAL FURNISHING, LAN
CABLING & CIVIL WORKS PROPOSED AT HEAD OFFICE WITH ATM SPACE OF CENTRAL MADHYA PRADESH GRAMIN BANK, 854, WARD NO. 35, KULBAHARA, NAGPUR ROAD, CHHINDWARA.
1.2 SITE CONDITION: Tenderer shall visit the site to check the actual site condition prevailing at site. The
tenderer shall visit the site and acquaint himself fully of the conditions and no claims what so ever will be entertained on the plea of ignorance or difficulties involved in the execution of work or for carriage of materials, storage, stacking etc. , of material. The contractor shall also acquaint himself with existing electrical layout and position of electrical point.
1.3 SCOPE:
The work consists of Interior furnishing at Bank premises, Electrical Fixtures i/c Electrification work and Fixing of Modular Switches/ MCB etc and LAN cabling and data work. All work during its progress and upon completion shall confirm to the lines, elevation and grades, as shown on the drawings furnished by Architect, should any detail essential for completion of work be comitted from the drawings and specifications, it shall be the responsibility of contractor to inform the Owner/ Architect and to furnish and install such details with and ready for use. Owner/Architect may in their absolute discretion issue further drawings & or written instructions, directions in regard to: (a) The variation, alteration, modifications of the design, quality or quantity of work or
substitution of any work. (b) The removal from site of any defective material brought thereon by the contractor.
(c) The demolition, removal and/or re execution of any work executed by the contractor. (d) The rectification & making good of any defects under clauses hereinafter mentioned and
defects arising during the maintenance period.
(e) The rates of items not mentioned in the schedule of quantities shall be fixed by the "Owner in construction" with the Architect as provide in the clause of variation.
(f) The contractor should consult Architect before commencement of any product at the site.
Seal & Signature of the Contractor
LETTER SUBMITTING TENDER
To THE GENERAL MANAGER (GAD) CENTRAL MADHYA PRADESH GRAMIN BANK, HEAD OFFICE – 800 / 19, South Civil Lines, Chhindwara. - 480001
Sub: INTERIOR FURNISHING, ELECTRICAL FURNISHING, LAN CABLING & CIVIL
WORKS PROPOSED AT HEAD OFFICE (WITH ATM SPACE) OF CENTRAL MADHYA PRADESH GRAMIN BANK, 854, WARD NO. 35, KULBAHARA,
NAGPUR ROAD, CHHINDWARA. Dear sir , Having examined the drawing ,specification, schedule of quantities relating to works Specified in the memorandum here in after set and having visited and examined the site of the Works specified in the said memorandum and having acquired the requisite information relating there to as affecting the tender. I/We hereby offer to execute the work specified in the said Memorandum within the time specified in the said memorandum at the rates mentioned in the Attached schedule of quantities and in accordance with the specification in all respect, designs, Drawing and instructions in writing referred to in condition of tender the articles of agreement Special conditions, schedule of quantities and respects in accordance with such conditions so far as they may be applicable. MEMORANDUM
Description of work : Interior Furnishing, Electrical Furnishing, Lan Cabling & Civil Works proposed at Head Office with ATM space Of Central Madhya Pradesh Gramin Bank, 854, Ward No. 35, Kulbahara, Nagpur Road, Chhindwara.
(B) Completion time : 45 Days
1. Should this tender be accepted , I/We hereby agree to abide by and fulfill the terms and provisions of the said conditions of contract here annexed here to so far as they are applicable or in case of default will pay to bank the amount mentioned in the said conditions.
2. The name of partners of our firm are:
Dated : (Sig. of the contractor & seal)
Seal & Signature of the Contractor
AGREEMENT: The successful contractor may be required to sign agreement as may be drawn up to suit local conditions and shall pay for all stamps & legal expenses, etc. GOVERNMENT AND LOCAL RULES: The contractor shall confirm to the provisions of all the local bye-laws and act relating to the work and to the regulations etc., of the government and local authorities and of any company with whose system the structure is proposed to be connected. The contractor shall give all notices required by the said Act, Rules, regulations and Bye-laws and pay all fees payable to such Authority/Authorities for execution of the work involved. The cost, if any shall be deemed to have been included in his quoted rates, taking in account all liabilities for licenses, fees for footpath encroachment and restoration etc., and shall indemnify the Employer against such liabilities and shall defend all actions arising from such claims or liabilities. TIME OF COMPLETION: The total work shall be completed as per the stipulated period, in all respect. The work shall not be considered as complete until the Owner/Architect has certified in writing and the defect liability period shall commence from the date of such certificate. EXTENSION OF TIME: If in the opinion of the Employer/Architect the works be delayed (a) by reason of any exceptionally inclement weather, or (b) by reasons of instruction from the Employer in consequences of proceedings taken or threatened by or disputes, with adjoining or neighboring owners or (c) by the works, or delay , of other contractors or trade men engaged or nominated by the Employer and not referred to in the specification or (d) by reason or authorized extra additions or (e) by reasons of any combination of workmen or strikes or lock out affecting any of the building traders or (f) from the causes which the employer may consider are beyond the control of contractor, the employer at the completion of the time allowed for the contract shall make fair & reasonable extension of time for completion in respect thereof. In the event of the Employer failing to give possession of the site upon the day specified above, the time of completion shall be extended suitably and no claim or extra rate shall be given. REMOVAL OF IMPROPER WORK: The employer shall during the progress of work have power to order in writing from time to time the removal of work within such reasonable time or times as may be specified, in the order of any materials which in the opinion of the employer/Architect are not in accordance with specification or instructions, the substitutions or proper re-execution of any work with materials or workmanship not in accordance with the drawings and specifications or instructions. In case the contractor refuses to comply with the order the employer shall have the power to comply and pay other agencies to carry out the work and all expenses consequent thereon or incidental there to as certified by the employer/architect shall be borne by the contractor. No certificate which may be given by the architect shall relieve the contractor from his liability in respect of unsound work or bad materials. 02 Before energizing, measure insulation resistance of the cable from phase to phase and that from phase to ground. Insulation resistance of the bus bars at the lightening panel from phase to phase and from phase to ground shall be measured before energizing the panel and should comply latest IS codes. 03 Current and voltage of all phase shall be measured at the lighting panel bus bars with all circuits on the fixtures and also in all switch boards.
Seal & Signature of the Contractor
04 Check the earth continuity for all socket outlets. A fixed relative position of the phase and neutral connection inside the socket shall be established for the socket. 05 The earth electrodes shall be tested for earth resistance by means of standard earth tester. The resistance between the earthing system and the general mass of earth shall not be greater than 1 ohm. 06 While crossing the expansion joints of building, conducts shall be provided with flexible pipe and shall not be more than 250 mm, at both the end of conduct, proper flexible couplings shall be provided and earth wire shall be properly connected to earthing terminal of coupling. 07 Contractor should quote after site visit only. In case of cable trench, street light poll, pit, earthing pit, etc. or any place where contractor has to dig the earth in hard strata or rock he has to do so at quoted rates only for item. No blasting shall be allowed for such digging. 08 For earthing of street light tubular pole earth spirit shall be used & 8 SWG G.I. wire as per standard specifications. 1.14 VARIATION/ DEVIATION: The contractor may when authorized and shall when directed in writing by the employer add and or omit, or vary the works given in the drawings or described in the specification of included in the priced schedule or quantities. The contractor on his own accord shall make no addition, omission or variation without such authorization or direction. A verbal authorization or direction by the employer shall when confirmed correctly by the contractor in writing within 3 days shall be deemed to have been given in writing. The price of all such additional items will be worked out on basis of rates quoted for similar items in the contract wherever existing or on engineering rate analysis based on prevalent fair price of labor, material and other components as required. 2.0 COMMERCIAL TERMS: 2.1 PAYMENTS: All bills shall be prepared by the contractor in the form prescribed by the owner / architect, accompanied by detailed measurement in support of the quantities of the work done. The architect shall issue a certificate after due scrutiny of contractor’s bill. The owner shall make the payment within 7 days of the date of certified bill of the architect, after making deduction as per clauses. All running bill shall be treated as advance payment only. However each running bill shall not be of value less than Rs.10,00,000/- 2.2 RETENTION AMOUNT: Retention money shall be deducted from progressive running bill @ 10% of the gross value of each running bill. Which will be refunded after satisfactorily completion of Defect Liability Period of 24 Months on the recommendation of the Architect/Bank officials. 2.3 INCOME TAX: (item 2.3 (a) not applicable for empanelled contractors.) (a) The contractor shall furnish income tax clearance certificate along with tender. (b) 2.24% or prevailing rate of income tax shall be deducted from the payment of each running bill for which required certificates shall be issued by the own. 3.0 INSTRUCTION TO CONTRACTOR’S & GENERAL TERMS & CONDITIONS: (Item 3.1 to 3.7 not applicable for empaneled contractors) 3.1 Each contractor has to furnish the following details with proof regarding their financial capacity and experience along with the tender.
Seal & Signature of the Contractor
3.2 Class of registration of firm and the registration year ( enclose photocopy of the registration certificate). 3.3 Agency with whom registered. 3.4 Value of work for which registration has been made ( if registered with various agencies giving details or registration to above in case all agencies). 3.5 The name of partners and detailed bio-data of each partner ( enclosed copy of partnership deed in case of firm. In case of company, its memorandum of Article of Association Is to be enclosed. In case of Proprietary, bio-data of proprietor is to be enclosed. 3.6 Date of registration of firm. 3.7 Details of number of technically qualified employees engaged by your firm and their bio-data. 3.8 Architect will undertake periodic supervision of interior decoration work and will ensure the quality of work and will check measurement of the running bills. 3.9 The architect will check all running bills submitted by the contractor within a period of 15 days from the receipt of the same & will recommend for payment. 3.10 All the finishing materials like laminates, tapestry, resin, colors for color scheme, lighting fixtures will have to be got approved by the architect before implementation. 3.11 EXPERIENCE: (Item 3.11 not applicable for empaneled contractors) The contractor should have minimum 3 years Interior decoration experience and should have decorated similar type of work in the name of company on whose behalf the contractor is holding this tender. The contractor should submit the details of works executed and works in hand. 3.12 Each and every page of the specification and schedule of quantities etc., should be signed by the contractor before submission, as a token of acceptance, correction if any should be attested. 3.13 Rates quoted should be in figures as well as in words and there should not be any over writing as far as possible. 3.14 Bank shall not be responsible in any way for an interruption, failure of power supply and the same shall not be considered as a reason for the delay in the completion of the work awarded. 3.15 The quantities specified are indicated for the purpose of estimate only. During the actual execution of interior decoration work specified Bank shall be at liberty to vary (delete/ reduce/ increase) the quantum of any item of work or execute through any other agencies, as per their discretion, and the contractor shall have to carry the work as per rates quoted by them, and the contractor shall be not entitled for any extra compensation. 3.16 No escalation on any account of labor, material or any enhancement of statutory forces by the Government to employees of the contractor etc., shall be allowed. No enhancement in case of any type of levy imposed by the Government on any of the raw material used for Interior decoration work shall be allowed. 3.17 The rates should be inclusive of all taxes like sales tax, entry tax, or of any nature and no claim on this account what so ever shall be entertained by the Bank.
Seal & Signature of the Contractor
3.18 POWER OF ATTORNEY: The quotation should be signed by any authorized person/partner who has the power of attorney to sign the contract as also for entering into an agreement with the respect, to the above, should be submitted along with the quotation. Submission of quotation shall be treated as the acceptance of these terms and conditions and any counter terms shall not be accepted. 4.0 DRAWINGS INSTRUCTION AND MEASUREMENT: All work shall be done according to the detailed drawings of the Architect. Measurement shall be taken of actual work done, as per schedule of items. DRAWINGS: The drawings as listed under the schedule of drawings are the part of the tender and the contractor shall strictly adhere to the same. The contractor shall read the working drawings carefully while quoting the rates. If necessary additional details, drawings shall be issued at the time of execution. The contractor shall provide the furnishing items as per the drawings, deviations shall be paid on the basis of the analysis approved by the architect. 4.1 SAMPLES: Samples of material used in each item of work shall be submitted by the contractor at his own cost for the approval of the architect, and the contractor will be required to perform all work under this contract in compliance with the samples at his own cost. 4.2 STORAGE: Safe, dry and proper storage and security shall be the responsibility of the contractor. 5.0 RIGHT TO REJECT BIDS: Bank reserves the right to accept or reject any or all the tenders in full or part or to waive any informally, minor deviation and omissions without assigning any reasons, right to reject conditional tenders and also relax any contract condition at its discretion. 5.1 RIGHT TO ACCEPT: Bank is not any way bound to accept the lowest or any quotation and reserves to itself, the right to accept any or in whole or any part of the quotation or portion of the quantity offered and reserves the right to negotiate with any/all the contractors. 5.2 RIGHT OF OWNER TO DETERMINE/TERMINATE CONTRACT: Bank shall at any time be entitled to determinate the contract if in the opinion of the owner, session of the work becomes necessary owing to paucity of funds or from any other cause whatsoever. The cost of approved material at the site at the current market rates or original purchase rates whichever is lower as verified and decided by Bank and the value of such work done to date by the contractor shall be paid in such occurrence.
5.3 FORCE MAJOR: Any delay or failure of the performance of either party here to shall not constitute default hereunder or give rise to claims for damages if any to the extent such delay or failure of performance is caused by occurrence such as acts of God or the public enemy, expropriation or confiscation of facilities by government authorities, Act of war, rebellion or sabotage or fire, flood, explosion or illegal strikes. 6.0 SITE ORDER BOOK : The contractor shall maintain site order book at site and will have to submit the same at the time of applying for completion certificate.
Seal & Signature of the Contractor
All instruction changes, deviations, additions or alteration be recorded and duly signed by contractor, In charge officer of the Bank, and Architect in the site order book of contractor which will form a part of document. 6.1 COMPLETION CERTIFICATE: On completion of entire interior decoration work the contractor shall be eligible to apply for completion certificate. The in charge officer of the Bank, shall issue the completion certificate within 15 days after receiving the letter from the contractor along with the following documents on recommendation of the Architect. The total working drawings issued to the contractor according to which the work is executed. Site order book if any duly signed by the Architect and In-charge officer of the Bank and the contractor or his representative. Any other drawing issued by Architect during execution. All measurement books/bills dully signed by In-charge officer of the Bank. 6.2 DEFECT LIABILITY PERIOD: On completion of the work at site as certified by the Architect and the Engineer In charge the contractor shall be responsible against the manufactured and installation for the furnishing and decoration as executed by him for a period of 24 months. He shall rectify any defects pointed by In charge Officer of the Bank & ensure proper performance of the job done by him till such time. 7.0 EXTRA ITEMS: If necessary of the contractor shall executed any other item of work not covered up by the schedule of quantities of item and the working drawing which shall be paid to the contractor as extra item. Rates of such extra item shall be settled on the basis of (a) on the basis of market rate and (b) decision of General Manager of Bank will be final and binding on the recommendation of the Architect. Before execution of such extra item prior approval of item and rate must be taken by the contractor from the In-charge officer / Architect. 8.0 COMPENSATION FOR DELAY: The times allowed for carrying out work as entered in the contract shall be strictly observed by the contractor and shall be reckoned from the date on which the order to commence work is given to the contractor. The work shall throughout the stipulated period of the contract be proceeded with all due diligence (time being deemed to the essence of the contract of the part of the contractor) and the contractor shall pay as compensation an amount of Rs.10000/- or such smaller amount as the General Manager may decide, on the amount of the estimated cost of the whole work as shown in the contract, every week, that the work remains un commenced or unfinished after the proper dates, provided always that the entire amount of compensation to be paid under the provision of this clause 1% of contract amount per Week / day of delay subject to ceiling of 10% of the estimated cost of work. 9.0 ARBITRATION: All disputes or difference of any kind whatsoever which shall at time arise between the parties here to touching or concerning the works or the execution or maintenance there of this contract or the construction remaining. Operation or effect thereof or to the rights or liabilities of the parties or arising out of or in relation there to whether during or after determination fore closure or breach of contract (other than those in respect of which the decision of any person is by the contract expressed to be final and binding) shall after written notice by either party to the contract to the other of them and to Employer herein after mentioned be referred for adjudication to a sole Arbitrator to be appointed as herein after provided.
Seal & Signature of the Contractor
For the purpose of appointing sole Arbitrator referred to above, the employer will send within thirty days of receipt of the notice, to the contractor a panel of three names who shall be presently unconnected with the organization for which the work is executed. The contractor shall on receipt of the names as aforesaid select any one of the persons name to be appointed as sole Arbitrator and communicate the name to the employer within thirty days of receipt of the names. The employer shall there upon without any delay appoint the said person as sole arbitrator. If the contractor fails to communicate such selection as provided above within the period specified, the competent authority shall make the selection and appoint the selected person as sole arbitrator. If the employer fails to send to the contractor the panel of three names as aforesaid within 30 days of receipt of the panel and inform the contractor accordingly, the contractor shall be entitled to appoint one of the persons from the panel as the sole Arbitrator and communicate his name to the Employer. If the Arbitrator so appointed is unable or unwilling to act or resigns his appointment or vacates his office due to any reason what so ever another sole Arbitrator shall be appointed as aforesaid. The work under the contract shall, however, continue during the arbitration proceedings and no payment due or payable to the contractor shall be withheld on account of such proceedings. The Arbitrator may from time to time, with the consent of parties, enlarge the time for making and publishing the award. The Arbitrator shall give a separate award in respect of each dispute in accordance with the terms of the contract and give a reasoned award. The venue of arbitration shall be such place as may be fixed by the Arbitrator in his sole discretion. The fees if any of the Arbitrator shall, if required to be paid before the award is made and published, be paid half and half by each parties. The cost of the reference and of the award including the fees, if any, of the Arbitrator who may direct to and by whom and in what manner, such costs or any part thereof shall be paid and fix or settle an amount of costs to be paid. The award of the Arbitrator shall be final and binding on both the parties. Subject to aforesaid the provisions of the Arbitration Act 1940 or any statutory modification or re-enactment thereof and the rules made there under, and for the time being in force, shall apply to the Arbitration proceedings under this clause. The employer and the contractor hereby also agree that arbitration under clause shall be a condition precedent to any right to action under the contract with regard to the matters hereby expressly agreed to be so referred to Arbitration.
The successful agreement contractor may be required to sign agreement as may be drawn up to suit local conditions and shall pay for all stamps and legal expenses etc. The contractor shall confirm to the provisions of all the local bye-laws and act relating to the work and to the regulations etc., of the government and local authority and of the company with whose system the structure is proposed to be connected. The contractor shall give all notices required by the said Act, Rules, Regulations and bye-laws and pay all fees payable to such Authority/Authorities for execution of the work involved. The cost, if any shall be deemed to have been included in his quoted rates, taking in account all liabilities for licenses, fees for footpath encroachment and restoration etc., and shall indemnify the employer against such liabilities and shall defend all actions arising from such claims and liabilities. The total work shall be completed as per the stipulated period, in all respect. The work shall not be considered as complete until the owner/ architect has certified in writing and the defect liability period shall commence from the date of such certificate.
Seal & Signature of the Contractor
If in the opinion of the employer/ architect the works be delayed (a) by reason of any exceptionally inclement weather, or (b) by reasons of instruction from the employer in consequence of proceedings taken or threatened by or disputes, with adjoining or neighboring owners or (c) by the works, or delay, of other contractors or trademen engaged or nominated by the employer and not referred to in the specification or (d) by reason or authorized extra additions or (e) by reasons of any combination of workmen or strikes or lock out affecting any of the building trades or (f) from other causes which the employer may consider are beyond the control of contractor, the employer at the completion of the time allowed for the contract shall make fair and reasonable extension of time for completion in respect thereof. In the event of the employer failing to give possession of the site upon the day specified above, the time of completion shall be extended suitability and no claim or extra rate shall be given. The employer shall during the progress of work have power to order in writing from time to time the removal of work within such reasonable time or times as may be specified, in the order of any materials which in the opinion of the employer/architect are not in accordance with specification or instructions, the substitution or proper re-execution of any work with materials or workmanship not in accordance with the drawings and specifications or instructions. In case the contractor refuses to comply with the order the employer shall have the power to comply and pay other agencies to carry out the work and all expenses consequent thereon or incidental thereto as certified by the employer/architect shall be borne by the contractor.
Seal & Signature of the Contractor
LIST OF APPROVED MATERIAL AND MAKES OF ITEMS
(THE MAKE LISTED BELOW SHOULD BE FIRST APPROVED BY THE BANK BEFORE USE IN CONSTRUCTION)
01. BLOCK BOARDS & PLYWOOD SHEETS : ‘KITPLY’ /‘ARCHIDPLY’ / ‘DURO’/ OZONE / VRINDA/ CROMA.or CORBETT
02. LAMINATED SHEETS : ‘DELTA’ or ‘FORMICA’ or ‘ARCHIDLAM’ OR OLIVE, AIROLAM.BELADOOR OR EQUIVALENT
03. HINGES, MAGNETIC CATCHERS, SLIDING CHANNEL, HANDLES, TOWER BOLTS : ‘EARL BIHARI’ or ‘HATTICH
04. LOCKS & CUPBOARD LOCKS : ‘GODREJ’ or ‘DOORSET’ or ‘ZOOM’
05. FLOOR SPRINGS & DOOR CLOSERS : ‘EVERITE’ or ‘SEVAX’ or ‘DOORWAY’/ DORMA
06. GLASS & MIRRORS : ‘MODIFLOAT’ or ‘SAIN GOBAIN’ or “ASAHI” (Branded)
07. MELAMINE POLISH & SEALER : ‘M.R.F.’ or ‘NEROLAC’ or ‘ASIAN’
08. SCREWS, NUTS & BOLTS ETC. : ‘NETTLE FOLD’ or ‘GKW’
09. ADHESIVE & GLUE : ‘FEVICOL’ or ‘PIDILITE’ or ‘ARALDITE’
10. HARDWARE FITTINGS : ‘EVERTITE’ or ‘ABRO’ or ‘GKW’ 11. WALL PUTTY : ‘BIRLA WALL CARE’ OR ‘MODI WALL PUTTY’ 12. ACRYLIC EMULSION PAINT : ‘NEROLAC’ or “ASIAN’ or ‘BERGER’
13. SYNTHETIC ENAMEL PAINT : ‘NEROLAC’ or “ASIAN’ or ‘BERGER’
14. P.O.P. FALSE CEILING : ‘GYPBORD’ of INDIA GYPSUM LTD
15. RUBBERIZED FOAM & EDGES : ‘MANGALAM’ or ‘M.M. FOAM’
16. TAPESTRY & UPHOULSTERY CLOTH : In the Price range of Rs. 350/- per R. Mt.
17. VERTICAL BLINDS : ‘VISTA LEVOLOR’ or ‘ROYAL TOUCH’
18. VITRIFIED TILES (I.S.I.) : Premium Quality of ‘NITCO’ or ‘SOMANI’ or ‘RAK’ or ‘MARBITO’,JOHNSON, ORIENT BELL
19. CAST IRON PIPES & FITTINGS : ‘KAFI’ or ‘B.P.L.’ or ‘NICO’
20. GALVANIZED IRON PIPES (Heavy Duty) : ‘TATA’ or ‘SWASTIK’ or ‘JINDAL’
21. GALVANIZED IRON FITTINGS (Heavy Duty) : ‘UNIQUE’ or ‘D.G.’ or ‘JET’
22. VITREOUS CHINA SANITRY WARES : ‘HINDUSTAN’ or ‘JOHNSON’ or ‘CERA’ brand
23. C.P. BRASS TOILET ACCESSORIES (ISI) : ‘RUFFIN’ or ‘PARCO’ or ‘ESCO’ brand 24. GLAZED CERAMIC WALL TILES : ‘SOMANI’ or ‘NAVEEN’ or ‘NITCO’ brand. 25. CEMENT (53 Grade) : LAFARGE, JAYPEE, DIAMOND, ACC, MODI.
26. WHITE CEMENT : BIRLA WHITE, JK WHITE 27. STEEL FOR REINFORCEMENT : TESTED STEEL OF RATHI, TATA OR MAGNUM (TMT STEEL)
28 BRICKS : GHOLE BRICKS OF METRIC SYSTEM
29. WOOD FOR JOINERY FRAMES, PARTITIONS, : NATURALLY SEASONED, FIRST CLASS PINE PANELLING, DOORS, SHUTTERS, FURNITURE, WOOD, WITHOUT BLACK MARKS/PATCHES COUNTERS, CABINETS, TABLES ETC. OF FUNGUS AND SHALL BE GOT APPROVED
FROM THE ARCHITECT & BANK’S ENGINEER
BEFORE BRINGING THE SAME AT SITE.
SECTIONAL SIZES STATED IN DESCRIPTION OF SPECIFICATIONS OF ALL THE TENDER ITEMS ARE FINISHED SECTIONAL SIZES.
Seal & Signature of the Contractor
NOTE:
1. The contractor should obtain prior approval from Employer / Consultants before placing order for any
specific materials. Employer may / delete any of the makes or brands out of the above list.
2. All materials should conform to relevant standards and codes of BIS.
3. Materials with I.S.I. mark shall be used duly approved by the Banks Engineer /Architect.
Note: - If any material is found to be not up to the mark, the contractor will have to produce original
bills/certificate from the manufacturer or his authorized Distributor for authenticity and genuineness of the
material for consideration and as per make approved by the Bank. The same will not be considered for
payment.
Seal & Signature of the Contractor,
Dated: Address:
Seal & Signature of the Contractor
LIST OF APPROVED MATERIAL AND MAKES OF ITEMS
Electrical
1. MCBc / DB’s MDS Legrand(Double Door DB’s) /Hager/Havells MCB- C Curve, DBs –IP 54 protection
2. Cable / Wire Finolex, Kalinga make conforming to IS 1554
(Part -I) Grade to be 1100 volts FRLS
3. TPN-SFU L & T Type FN
4. Switches except computer Anchor Roma with modular boards/MK
5. Switchboard for computers Anchor Roma/MK/ L&T/ Havells 6. Light Fittings Wipro, Phillips, Crompton/havells
7. Telephone cable Delton, Finolex, National (conductor dia -0.61
sqmm)
8. PVC pipe / conduit with bends AKG, Setia, BEC (ISI), Kalinga – 2 mm thick
9. Industrial Socket with box MDS Legrand – 32 amp/ Hager L&T
10. Changeover switches Havells- On Load (euro load)
11. MCCB L&T – DH series /Havells
12. Panel Board 16 swg CRCA sheet steel fabricatd and vermin
proof and dust proof with necessary stifferners with indicators of Telemechenique /L&T and
Input / Output Volt & Ampere Meter
13. CTS and Meters L&T / CSG/
14 Ceiling fan/Exhaust Fan/Wall fan
Crompton/Usha/Bajaj/Havells
At the time of starting of the work print of wiring diagram is to be submitted. After completio n of
the work –work completion report with wiring diagram is to be submitted.
NOTE: - Electrical wiring shall be colour coded as follows:
For phase Red/ Yellow / Blue - Uniformly through out
For neutral Black
For Earth Green
NOTE : * The above approved makes are to be used in electrical furnishing and civil works.
. ** Wherever makes are not indicated or equivalent makes are to be used, the prior written
Permission from the Project Architects needs to be taken before execution of work.
*** ONLY APPROVED MATERIALS SHALL BE DELIVERED TO SITE.
Seal & Signature of the Contractor
List of Approved Makes /Materials for Air Conditioner Installation
S.No. Specification Make 1 A.C. (Cassette Type) Godrej , Voltal ,L.G.,Blue Star,Career,
Panasonic.
2 Refrigerat Copper Pipe Totalline 3 Electrical Wire Cabelling 1.5mmx6 Core PolyCab/Phinolex 4 Electrical Wire Cabelling 6.0mmx4 Core PolyCab/Phinolex 5 Outdoor Steel Stands Tata 6 Drain Pipe 25 mm.th. Kisan
P R E A M B L E T O S C H E D U L E O F Q U A N T I T I E S
NOTE: 1) If the Make of Material /Items with Specifications related to the Items in Bill of Quantity of Price Bid of
Tender Form are not mentioned in List of approved Items then Make of Material /Items with
Specifications mentioned in Price Bid are to be Followed .
2) The contractor should obtain prior approval from Employer / Consultants before placing order for
any specific materials. Employer may / delete any of the makes or brands out of the above list.
3) All materials should conform to relevant standards and codes of BIS.
4) Materials with I.S.I. mark shall be used duly approved by the Banks Engineer / Architect.
5) If any material is found to be not up to the mark, the contractor will have to produce original
bills/certificate from the manufacturer or his authorised Distributor for authenticity and genuineness of
the material for consideration and as per make approved by the Bank. The same will not be considered
for payment.
6). While quoting rates for each item of work, the contractor shall include for the following irrespective
whether it has been mentioned or not in the description of the item without any extra claim / payment.
Seal & Signature of the Contractor,
Dated: Address:
Seal & Signature of the Contractor
NAME OF WORK:
INTERIOR FURNISHING, ELECTRICAL FURNISHING,
LAN CABLING & CIVIL WORKS PROPOSED AT HEAD OFFICE WITH ATM SPACE
OF CENTRAL MADHYA PRADESH GRAMIN BANK, 854, WARD NO. 35,
KULBAHARA, NAGPUR ROAD, CHHINDWARA.
DRAWINGS
OWNERS:
CENTRAL MADHYA PRADESH GRAMIN BANK
Website:www.centralmpgraminbank.com
ARCHITECT/ CONSULTANTS
Gupta & Associates
Architect-Manish Gupta
Urban Planners ,Architects, Engineers & Interior Designers
M-101,P.No.-150,Manorama Complex,
Zone-I, M.P.Nagar,Bhopal,(M.P.) -11
Mob.:94250-09255,Ph./Fax No.: 0755-4260818
E-Mail: [email protected]
Seal & Signature of the Contractor
PRICE BID
NAME OF WORK:
INTERIOR FURNISHING, ELECTRICAL FURNISHING,
LAN CABLING & CIVIL WORKS PROPOSED AT HEAD OFFICE WITH ATM SPACE
OF CENTRAL MADHYA PRADESH GRAMIN BANK, 854, WARD NO. 35,
KULBAHARA, NAGPUR ROAD, CHHINDWARA.
OWNERS:
CENTRAL MADHYA PRADESH GRAMIN BANK
Website:www.centralmpgraminbank.com
ARCHITECT/ CONSULTANTS
Gupta & Associates
Architect-Manish Gupta
Urban Planners ,Architects, Engineers & Interior Designers
M-101,P.No.-150,Manorama Complex,
Zone-I, M.P.Nagar,Bhopal,(M.P.) -11
Mob.:94250-09255,Ph./Fax No.: 0755-4260818
E-Mail: [email protected]
Seal & Signature of the Contractor
GUPTA & ASSOCIATES
M-101,P.No.-150 , Manorama Complex, ARCHITECTS
,Zone-I ,M.P.Nagar ,Bhopal - 11 INTERIOR DESIGNERS
PH. 0755-4260818, 9425009255 URBAN PLANNERS
SCHEDULE FOR INTERIOR FURNISHING, ELECTRICAL FURNISHING, LAN CABLING & CIVIL WORKS PROPOSED AT HEAD OFFICE WITH ATM SPACE OF CENTRAL MADHYA
PRADESH GRAMIN BANK, 854, WARD NO. 35, KULBAHARA, NAGPUR ROAD, CHHINDWARA.
SUMMARY OF ABSTRACT AMOUNT
S.No. ITEM OF WORK AMOUNT ( Rs.)
A TOTAL AMOUNT OF INTERIOR FURNISHING WORKS .
B TOTAL AMOUNT OF ELECTRICAL WAORKS
C
TOTAL AMOUNT OF LAN CABLING IN ALL TABLES & TRANINING HALL ( TRAINING HALL TABLE WITH POP UP BOX ) WORKS .
D
TOTAL AMOUNT OF CIVIL, INTERNAL WATER SUPPLY AND SANITARY WORKS .
TOTAL AMOUNT OF PROPOSED INTERIOR FURNISHING , ELECTRIFICATION, LAN CABLING & CIVIL WORKS ( A+B+C+D ) =
DISCOUNT
Grand Total =
Say Rs. =
(IN WORDS)
Seal & Signature of the Contractor
GUPTA & ASSOCIATES M-101,P.No.-150 , Manorama Complex,
ARCHITECTS
Zone-I ,M.P.Nagar ,Bhopal - 462011
INTERIOR DESIGNERS
PH. 0755-4260818, 9425009255 URBAN PLANNERS SCHEDULE FOR PROPOSED INTERIOR FURNISHING WORKS AT HEAD OFFICE WITH
ATM SPACE OF CENTRAL MADHYA PRADESH GRAMIN BANK, 854, WARD NO. 35, KULBAHARA, NAGPUR ROAD, CHHINDWARA.
S.N. DESCRIPTION OF ITEM UNIT QTY RATE AMOUNT
1 VERTICAL BLINDS
Providing & fixing Vertical Venation Blinds
100 mm wide complete of reputed brand. Sq.Ft. 520
2 SUGGESTION BOX: P&F in position laminated
cheque drop box made of 19mm thick block board and
will have locking arrangement. All internal exposed
surface of block board will be finished with 0.8mm
thick laminate. All exposed T.W. beading to be
polished All hardware to be of superior quality.
Nos. 2
3 Frameless Fully Glazed Main Entrance Door (Toughened Glass with Patch Fittings)
Providing and fixing at site Main entrance Full glazed
Door. The door shall be 4' wide single leaf Glass
shutter.Door shutter shall be made up of 12 mm. thick
SGG SECURIT/AIS STRONGLAS impact resistance
glass (toughened glass) with pencil polish edges all
around.Etching details for glass door as per design or
direction of Architect. Door shall be fixed with PATCH
FITTING ASSEMBLY inclusive of Top & Bottom
Patches,Floor spring,Bottom Lock,SS Brushed Handle
of 2' Long & 1" dia. on both sides. (Door Size -
4'x7').The cost shall include all necessary fittings, all
labor, materials, etc. complete.
Sq.Ft. 110
4 Providing & fixing access lock pillar made out of
12mm (BWR: IS 303 grade ) ply finished with 1 mm
thick laminate. Slot to be provided for fixing access
lock & switch.
Sq.Ft. 16
5 Providing & fixing in position 12 mm Modi float clear
toughened glass with aluminum top,bottom & vertical
side members 100 x 50 mm ( 16G 0 black (or as per
approve shade) powder coated. Rates to include glazing clip.gasket. Etc. complete.
Sq.Ft. 60
6 Providing & fiving 6" powder coated aluminum
louvers in partitions of approved make. Sqft 3
Seal & Signature of the Contractor
CHAIRMAN TABLE
7 C.M. TABLE(Size- 8'0"X3'0"X2'6")-Supplying &
fixing in position Manager table made out of 19mm
block board finished with 1.0mm thick laminate on top
and vertical surfaces . Top will also have 8mm thick
float glass with edge polish. Table will have storage
unit on one side with 1 nos. drawer on sliding drawer
channel with locking arrangement & one cabinet below
drawer with shutter . Facia of drawer & shutter shall be
finished with 1.0mm thick laminate.On opposite Side
of storage unit below the Table Top a space for
keeping CPU on pedestal 1' wide & 4" Ht. from floor is
provided. Table will be provided with Keyboard tray
(Ebco), unit will also have cable manager for wires &
cables.Foot rest made out of 19mm block board (box
type with top inclined) to be provided. All exposed
edges of block board will have 6mm T.W. beading. All
internal exposed surface of block board will be finished with 0.8mm thick laminate. All exposed T.W. beading
to be polished . All hardware fitting of superior quality.
Nos. 1
CHAIRMAN SIDE TABLE
8 C.M.. SIDE TABLE( 5’0” x 1’6” x 2’6” ht.)Supplying
& fixing in position side units made out of 19mm block
board & 8mm ply back. Top & side finished with
1.0mm thick laminate. Table will have storage unit on
one side with 4 nos. drawer on sliding drawer channel & 2 nos cabinet with flap door with locking
arrangement . All exposed edges of Block board will
have 6mm T.W. beading. All internal exposed surface
of block board will be finished with 0.8mm thick
laminate. All exposed T.W. beading to be polished. All
hardware fitting will be of superior quality.
Nos. 1
GENERAL MANAGER, CHAIRMAN SECRETARY TABLE
9 G.M. TABLE -(5’6” X 2’6” X 2’6”HT.)
Supplying & fixing in position table made out of 19
mm block board finished with 1.0mm thick laminate on
top and vertical surfaces . Top will a have 6mm thick
float glass with edge polish. Table will have space for
keeping CPU on pedestal 4" Ht. from floor is
provided. Table will be provided with Keyboard tray
(Ebco), unit will also have cable manager for wires &
cables.Foot rest made out of 19mm block board (box
type with top inclined) to be provided . Facia of drawer
& shutter shall be finished with 1.0mm thick laminate . All exposed edges of block board will have 6mm T.W.
beading. All internal exposed surface of block board
will be finished with 0.8mm thick laminate. All
exposed T.W. beading to be polished . All hardware
fitting of superior quality.
Each 3
Seal & Signature of the Contractor
SIDE TABLE G.M.
10 G.M. SIDE TABLE( 3’0” x 1’4” x 2’6” ht.)Supplying
& fixing in position side units made out of 19mm block board & 8mm ply back. Top & side finished with
1.0mm thick laminate. Table will have storage unit on
one side with 4 nos. drawer on sliding drawer channel
& 2 nos cabinet with flap door with locking
arrangement . All exposed edges of Block board will
have 6mm T.W. beading. All internal exposed surface
of block board will be finished with 0.8mm thick
laminate. All exposed T.W. beading to be polished. All
hardware fitting will be of superior quality.
Nos. 3
11 Credenza for G.M. (3'9"x1'4"x2'6") Each 2
12 Credenza for G.M. (7'2"x1'4"x2'6") Each 1
13 Credenza for Chairman secretary (3'3"x1'4"x2'6") Each 1
RECEPTION
14 RECEPTION TABLE -(8’6” X 2’0” X 2’6”HT.)
Supplying & fixing in position table made out of 19
mm block board finished with 1.0mm thick laminate on
top and vertical surfaces . Top will a have 6mm thick
float glass with edge polish. Table will have space for
keeping CPU on pedestal 4" Ht. from floor is
provided. Table will be provided with Keyboard tray
(Ebco), unit will also have cable manager for wires &
cables.Foot rest made out of 19mm block board (box
type with top inclined) to be provided . Facia of drawer
& shutter shall be finished with 1.0mm thick laminate . All exposed edges of block board will have 6mm T.W.
beading. All internal exposed surface of block board
will be finished with 0.8mm thick laminate. All
exposed T.W. beading to be polished . All hardware
fitting of superior quality.
Each 1
RECEPTION SIDE TABLE
15 RECEPTION SIDE TABLE( 4’8” x 1’4” x 2’6”
ht.)Supplying & fixing in position side units made out
of 19mm block board & 8mm ply back. Top & side
finished with 1.0mm thick laminate. Table will have
storage unit on one side with 4 nos. drawer on sliding drawer channel & 2 nos cabinet with flap door with
locking arrangement . All exposed edges of Block
board will have 6mm T.W. beading. All internal
exposed surface of block board will be finished with
0.8mm thick laminate. All exposed T.W. beading to be
polished. All hardware fitting will be of superior quality.
Each 1
16 WALL PANELLING: (4'6"' hight)
P&F wall paneling (wall / column) with 6mm ply fixed
on wall over 2" x 1" kailwood framing at 16" c/c both
ways finished with 1mm thick laminate.
SQ.FT. 900
17 WALL PANELLING: (8'6" height)
P&F wall paneling (wall / column) with 6mm ply fixed
on wall over 2" x 1" section kailwood framing (at 16"
c/c both ways), finished with 1mm thick laminate on
exposed surface complete i/c Hardware,Material,labour
etc.
SQ.FT. 1200
Seal & Signature of the Contractor
TEACHER'S TABLE
18 TEACHER'S TABLE -(5’0” X 2’0” X 2’6”HT.)
Supplying & fixing in position table made out of 19
mm block board finished with 1.0mm thick laminate on
top and vertical surfaces . Table will have space for
keeping CPU on pedestal 4" Ht. from floor is
provided. Table will be provided with Keyboard tray
(Ebco), unit will also have cable manager for wires &
cables.Foot rest made out of 19mm block board (box type with top inclined) to be provided . Facia of drawer
& shutter shall be finished with 1.0mm thick laminate .
All exposed edges of block board will have 6mm T.W.
beading. All internal exposed surface of block board
will be finished with 0.8mm thick laminate. All
exposed T.W. beading to be polished . All hardware
fitting of superior quality.
Each 1
19 P/f Podium (Size- 2'x2'x4'/4'6") Made out of 19mm.
Thick Ply board laminated with 1mm. Thick Mica
Laminate of approved quality & Colour on all exposed
surfaces as per design
Each 1
20 WORK STATIONS Supplying fixing and keeping in position Staff work
station made out of 19mm Ply(Make-
Ozone/Corbett/Archid). The cost shall be inclusive of
the following.
Working top with 1.0mm thick laminate (Make-
Airolam/Olive/Corbett) & provision for keyboard tray
fixed below working top with the help of telescopic
channel. Cable manager to be provided for wires &
cables.
Each wokstation will have 1 no. drawer unit 400mm.
wide made of 19mm Ply sides & 6mm ply bottom on
sliding drawer channels with locking arrangements
drawer will also have internal (removable) partition in
drawer . A pedestal below 300mm. wide at 75 mm.ht.
from floor to be provided for keeping CPU. Facia of drawer & top of pedestal to be finished with 1.0mm
thick laminate. Front panel shall be finished with
1.0mm thick laminate.All internal surface of shutters
,drawers and cabinet is to be laminated with 0.8mm
thk.Mica laminate (Make- Airolam/Olive/Corbett).
All exposed edges of Ply will have 6mm thick
Teak/Steam wood Beading. All fitting like handles,
knobs, lock, hinges, etc. will be superior quality of ( ss
). All wood work & exposed surface of Ply will be
Malamine Polished or painted as per the approval of
the E.Incharge.. Workstation shall have footrest made
out of 75x50mm. T.W. section duly polished complete
up to the satisfaction of Architect/Engineer- in-charge
A Cluster of Two - L SHAPE WKS
SIZE : 4'0"L x 4'0" x 2'6"Ht. As per above
specification
Nos 15
B Linear Single Seater workstation:
SIZE : 4'0"L x2'0"W x 2'6"Ht. As per above
specification
Nos 41
Seal & Signature of the Contractor
21 FILING CABINET
P&F Filing Cabinet ( storage cabinets) 1'4" deep made out of 19mm block board with 6mm ply back. All exposed vertical & horizontal surfaces to be laminate with 1mm thick laminate. Shelves of 19mm block board to be provided at 1'3" c/c and vertical partition at 3'0" c/c. Shutters will have locking arrangement and S.S. handels. All hard ware fittings of superior quality. All internal exposed surface of block board will be finished with 0.8mm thick laminate. All exposed T.W. beading to be polished/Painted as per approved colour. All hardware fitting will be of superior quality.
Sq.Ft. 240
22 FLAP DOOR P & F at site Flap door 3'x4'6"Ht. with 12mm
1' wide Eatched glass fixed on top, (with Eatching and lower structure similar to the low ht partition) & shall have 60x20mm solid portion with 2 nos steam each members properly sand witched with 4mm ply & laminated finish to be hanged at site with heavy duty Hinges . The door shall have 300mm steel brush finished "D" type handle ,all exposed edges have to matching steam beach wood finished polish the cost shall i/c al material ,labour etc. compete .
Sq.Ft. 60
23 3 SEATER DESKTOP/ LAPTOP TABLE ( TRAINING HALL)
3 SEATER CPU / LAPTOP TABLE : Table Tops (9'W x 2'D x 2'6''H) are made of 19mm thick block board with 1mm thk. laminate & all exposed edge sealed by 6mm thick T.W. Beading. Supported on : 19mm thk Gable end & 19mm thk Modesty panel. : Modesty Panel is made of 19mm thick laminated block board with all exposed edge sealed by 6mm thick T.W. Beading. Gable end : Gable Ends are made of 19mm thick block board with all exposed edge sealed by 6mm thick T.W. Beading complete up to the satisfaction of Architect/Engineer- in-charge.
Each 11
24 MEETING ROOM TABLE
Meeting Room Table : Table Tops (Size- 12'
X 4'X 2'6''H) are made of 19mm thick block board with 1mm thk. laminate & all exposed edge sealed by 6mm thick T.W. Beading. Supported on : 19mm thk Gable end & 19mm thk Modesty panel. : Modesty Panel is made of 19mm thick laminated block board with all exposed edge sealed by 6mm thick T.W. Beading. Gable end : Gable Ends are made of 19mm thick block board with all exposed
Sq.Ft. 48
Seal & Signature of the Contractor
edge sealed by 6mm thick T.W. Beading complete up to the satisfaction of Architect/Engineer- in-charge.
25 SOFA
S & F sofa frame work with 19mm plywood seat size 600X550mm and 400mm high made of 100mm thk.rubberised foam (40 density with pinfoles) & 550mm high back in sloping form as per drawing shall be made of 75mm thk. rubberised foam fixed in basic frame made of second class T.W.of cross section 50x50mm and 12mm ,1mm thk. water proof plywood ,seat and back and sides shall be be fully covered and cusioned with upholstry leather finish of approved pattern ,texture, color and shade including all fixtures, fasteners, nails, screw, adhesive, gunny cloth etc. complete up to the satisfaction of Architect/Engineer- in-charge Single Seater Sofa ( Each Seat Size- 550x650x400/750 ht.)
Each 25
26 SOFA SIDE TABLE P & F of Sofa side Table (As per design) made out of
19mm ply (Make- Ozone/Shivshakti/Archid) in a form
of Box open from bottom as per design .All exposed
vertical & horizontal surfaces to be laminated with
1mm thk.Mica laminate. All hardware fittings of
superior quality. All internal surfaces to be painted with
Wood primer and 25mm P.V.C. Shoes are to be
provided at bottom complete up to the satisfaction of
Architect/Engineer- in-charge
Size -(2'0"x2'0"x1'6") Each 2
Size -(1'6"x2'0"x1'6") Each 16
27 FALSE CEILING
27A Providing & fixing in position false ceiling in Gyp
board 12mm thick for horizontals & verticals fixed
over G.I. framework as specified by India Gypsum Co.
ltd. including cutout for light fittings and finishing to
proper line & level and finishing with white plastic
paint etc., complete. (Measurement : For Vertical drop
exposed height will only be considered.)
Sq.Ft. 1281
Seal & Signature of the Contractor
27B Providing and fixing tiled false ceiling of approved
material of size 595x595mm in true horizontal
level,suspended in ceilingmake 15mm black groove
inter locking metal grid of hot dipped galvanised
steelsections consisting of main "T" runner with
suitably spaced joints to get required length and of size
15x38mm matt from 0.30mm thick minimum sheet
spaced at 1200mm c/c and cross T of size 15x38 mm.
made of 0.30mm. thick(min.) sheet 1200 mm long
spaced between main T at 600mm.c/c. to form a grid of
1200x600mm and secondary cross T of length 600mm.
and size 15x38mm.made of 0.30 mm. thick min sheet
to be interlocked at middle of the 1200x600mm. panel
to form grid of 600x600mm and wall angle of size
20x15x0.40mm.and laying flush ceiling tiles of
approved texture in the grid i/c,required cutting making
opening for service like diffusers ,grills,light
fittings,fixtures ,smoke detectors etc.Main T runners to
be suspended from ceiling using GI slotted cleats of
size 27x37x25x1.6mm. fixed to ceiling with 12.5mm
dia and 50mt. long dash fastener 4mm GI adjustable
rod with galvanized butterfly level clips of size
85x30x0.8mm spaced at 1200 mm. c/c along main T.
The bottom of all T section having exposed width of
15mm. shall be pre-painted with polyster paint and a
black groove running in length at centre. The
specification shall be complete for all heights as per
specifications,drgs and as directed by engineer
incharge. Laying of Tiles 6mm. thick pre-painted with
acrylic emulsion white coloured calcium cilicate false
ceiling Tiles of size 595mm.x595mm. of Calsi Ceiling-
Make as manufactured by M/s Bharat Steel
Rolls,having density 900/950 kg. per Cu.Mt.Water
resistant,non combustable as per B.S. 476 part-
IV,Termite Resistant in approved design (Micro square
or Equivalent) to be laid over Grid Frame work
complete.
Sq.Ft. 2886
28 FULL HEIGHT PARTITION (8'6" ht.)
P&F partly glazed partition with 6mm ply fixed on
both sides of 2" x 2" kailwood frame work @ 2'0" c/c
both ways finished with 1mm thick laminate. The
partition shall have 10 mm thick float glass with
Etching/ Frosting work fixed with T.W. beading. Doors
shall be flush type fitted with 6mm thk. float glass
finished with 1mm thick laminate on both sides
inclusive of mortice lock, hinges, S.S. Handles,door
stopper, door closer etc complete. Door frame shall be
made out of 4” x 2” teak wood with ½” rebate all over
for door. Doors shall be measured in partition area, all
wood work to be polished.
Sq.Ft. 1350
Seal & Signature of the Contractor
29 LOW HEIGHT PARTITION (4'6" ht.)
S & F partition with 6mm ply on both sides of kailwood frame 2” x 2” @ 16” c/c both ways finished with 1mm thick laminate up to 3’0” height. Rest 1’6” will have 12mm float glass with etching/Frosting work set in wooden frame with T.W. beading/ “D” section (as required), all exposed woodwork to be polished/Painted .Flap Doors shall be flush type finished with 1mm thick laminate on both sides inclusive of Door Latch, Heavy duty S.S.Hinges,and S.S. Handle .(Flap door shall be measured in partition area,)
Sq.Ft. 580
30 PAINTING:
30a Painting with oil bound distemper rate inclusive of scrapping, primer, applying Birla white putty & putty,POP Punning & paint (Make- Asian/Berger or Equivalent)
Sq.Ft. 3350
30b Synthetic enamel paint on grills, channel gate, rolling shutter etc.
Sq.Ft. 1000
31 SHUTTER BOXING -Providing & fixing wooden
paneling for shutter boxing i/c of trap door for rolling
shutter made out of 19mm ply wood ( BWP: IS 710
grade ) finished with synthetic enamel /1 mm. th Mica
Laminate on all external exposed surfaces Sq.Ft. 60
32 Providing & fixing notice board made out of 19mm block board finished with 1.0mm thick laminate
externally. Back will be 8mm thick ply with blazer
cloth finish fixed on 12mm thick celotax board. Front
shall be 6mm thick float glass fitted in Aluminum
double channel for smooth sliding. All exposed edges
of Block board will have 6mm T.W. beading duly
polished. All hardware to be of superior quality. Sq.Ft. 48
33 FLUSH DOOR ITEM
a P & F of 1.0MM. Thk. Laminate (Airolam/Olive) on
the face of flush door with fevicol S.H. I/c Labour etc.
complete. Sq.Ft. 385
b P & F bright finished brass / S.S. handles of approved
make & quality with screw complete i) 150mm Each 22
c P & F bright finished approved brass/ S.S. door latch
with necessary screws etc. complete (250X16X5mm) Each 9
TOTAL Rs.
Seal & Signature of the Contractor
SCHEDULE OF QUANTITIES
B. TOTAL ELECTRIFICATION & ELECTRICAL FURNISHING WORKS.
Seal & Signature of the Contractor
GUPTA & ASSOCIATES
M-101,P.No.-150 , Manorama Complex, ARCHITECTS Zone-I ,M.P.Nagar ,Bhopal - 462011 INTERIOR DESIGNERS
PH. 0755-4260818, 9425009255 URBAN PLANNERS
SCHEDULE FOR ELECTRICAL FURNISHING, WORKS AT HEAD OFFICE WITH ATM SPACE OF CENTRAL MADHYA PRADESH GRAMIN BANK, 854, WARD NO. 35, KULBAHARA, NAGPUR ROAD, CHHINDWARA.
S.No Item Qty. Unit Rate Amount
1 LIGHT POINTS FROM UPS POWER SUPPLY INCLUDING
WIRES-
Supply installation, testing & commissioning of point wiring for light &
Fan points from UPS Power supply with 2x1.5 Sqmm + 1x1.5 Sqmm
PVC insulated multi strand copper wire/ conductor, recessed in wall,
above ceiling, under counter in 25mm (1.5mm thick)PVC pipe, flexible
pipe, casing caping as required complete from switch board ,D.B. to
points i/c Switches (Modular type) Socket Holder,Roses,M.S. Box, base
plate & cover plate, wiring etc. in all respect as per requirement and all
connections (Medium point upto 10m).
a) 1 light control points i/c 5amp switch (Modular) with box, base & front
plate.
20 Each
b) 2 light point control points i/c 5 amp switch (Modular) with box, base &
front plate.
18 Each
c) For light plug point i/c 5 amp switch & 5amp 5 pin socket ( Modular)
with box, base & front plate on same board..
15 Each
d) For bell point with buzzer i/c 5 amp bell push(Modular) with box, base &
front plate. (manager table & counters)
5 Each
2 LIGHT POINTS FROM RAW POWER SUPPLY INCLUDING
WIRES-
Supply installation, testing & commissioning of point wiring for light &
Fan points from Raw Power supply with 2x1.5 Sqmm + 1x1.5 Sqmm
PVC insulated multi strand copper wire/ conductor, recessed in wall,
above ceiling, under counter in 25mm (1.5mm thick)PVC pipe, flexible pipe, casing caping as required complete from switch board ,D.B. to
points i/c Switches (Modular type) Socket Holder,Roses,M.S. Box, base
plate & cover plate, wiring etc. in all respect as per requirement and all
connections (Medium point upto 10m).
a) 1 light control points i/c 6 amp switch (Modular) with box, base & front
plate. 45 Each b) 2 light point control points i/c 6 amp switch (Modular) with box, base &
front plate. 30 Each c) For light plug point i/c 6 amp switch & 6 amp 5 pin socket ( Modular)
with box, base & front plate on same board.. 35 Each d) For Fan point i/c 6A switch & step regulator 44 Each
3 Circuit wiring -Circuit wiring by 2x1.5sqmm + 1X1.5sqmm earth
conductor wire in PVC insulated multi strand copper wire/ conductor in
Casing Caping and all accessories from switch Board to D.B./Panel
Box/UPS, complete with testing,commessioning and all respect as per the
required specification (maximum length 25M ) 6 Each
Seal & Signature of the Contractor
4 ELECTRICAL RAW POWER POINT -Supply installation, testing & commissioning of Raw power point wiring by 3x4sqmm PVC insulated
multistrand copper wire/conductor, recessed in wall, above ceiling, under
counter in 25mm (1.5thick) PVC pipe, flexible pipe, casing capping as
required complete with 1 No. 16 Amp. Switch & Socket combined (5-in-
1) mounted on Modular Plate complete with Complete Modular type
switch,M.S. Box, base plate & cover plate, wiring etc. in all respect as per
requirement and all connections complete. (Long point-15M) . 25 Each
5 ELECTRICAL SUB-MAINS WIRING FROM UPS DB TO MAIN
PANEL:
30 R.M.
Supplying and laying of Wiring FROM UPS DB TO MAIN PANEL,
With 4 x 10.00 sq.mm, + 1 x 4 sq. mm. PVC insulated cu wire ( copper
conductor) in PVC conduit/flexible pipe/casing caping and with all accessories from D/B to the location of UPS/ UPS room for input and
output power supply as required.
6 ELECTRICAL SUB-MAINS WIRING FROM LIGHT & POWER DB TO MAIN PANEL:
30 R.M.
Supplying and laying of Wiring FROM LIGHT & POWER DB TO
MAIN PANEL, With 4 x 6.00 sq.mm, + 1 x 2.5 sq. mm. PVC insulated
cu wire ( copper conductor) in PVC conduit/flexible pipe/casing caping
and with all accessories from D/B to the location of UPS/ UPS room for
input and output power supply as required.
7 ELECTRICAL SUB-MAINS WIRING FROM AC DB TO MAIN
PANEL:
30 R.M.
Supplying and laying of Wiring FROM AC DB TO MAIN PANEL, With
4 x 16.00 sq.mm, + 1 x 2.5 sq. mm. PVC insulated cu wire ( copper conductor) in PVC conduit/flexible pipe/casing caping and with all
accessories from D/B to the location of UPS/ UPS room for input and
output power supply as required.
8 Supplying , unloading , storing , laying , testing and commissioning of 3.5
core x 50 sq. mm, Aluminium armoured cables in PVC/ XLPE insulated (
Heavy duty) Alu. Conductor Armoured cables (as per IS : 1554 ) suitable
for wrking voltage upto and including 1100 volts, laid and tied on existing
overhead cable trays; or laid and tied over MS supports in masonry
trenches including , ens termination with single compression glands, lugs,
providing Ms support and clamps, etc. for fixing to support; or buried in
ground complete as required and as per specifications:- 30 R.mt.
9 CABLE: Supplying , unloading , storing , laying , testing and commissioning of 3.5 core x 700 sq. mm, Aluminium armoured cables in
PVC/ XLPE insulated ( Heavy duty) Alu. Conductor Armoured cables (as
per IS : 1554 ) suitable for wrking voltage upto and including 1100 volts,
laid and tied on existing overhead cable trays; or laid and tied over MS
supports in masonry trenches including , ens termination with single
compression glands, lugs, providing Ms support and clamps, etc. for
fixing to support; or buried in ground complete as required and as per
specifications:-
30 R. mt. 10 TELEPHONE POINTS -Supplying, I testing and commissioning of
Telephone point with Two pair, 0.61 mm dia, Telephone cabel tinned
copper conductor, PVC insulated and sheathed, fire retarding, anti termite,
colour coded twisted pairs and ripp cord. (make - Anchor, MK, Havells)
and with C jack- Double outlet with shutter modular type Telephone outlet ( RJ - 11 ) with suitable size M.S. / PVC modular boxes complete
as requied. . (make - Anchor roma , MK, Havells) 45 Each
11 Supplying, I testing and commissioning 20 PAIR krone TAG BLOCK
with enclosure (for telephone ) 1 Each 12 MAIN PANEL AND DISTRIBUTION BOX- 1 Each
Seal & Signature of the Contractor
Design Manufacturing ,Supply , inginstallation, of effective proper connection, testing & commissioning of 1.62/2. o mm thick sheet steel
fabricated surfaces / recessed mounted, main panels complete with
Aluminium bus bars , separate neutral linksfor each phase connectors
earht bus phase barriers cover interconnecting copper wires, including
epoxy powder coating as per technical specifications as required.
(a)Incomer 160 amp TP MCCB- 1no. , 0-500 V CTs - 3 nos. inducatoin
lamps with fuses -1 set, 200 amp 4p copper bus bar - 1 set, 100 amp 4p
copper Bus Bar - 1 set, and
(b)Outgoing 100 a 4p COS - 2 nos., 63 A 4P MCB - 6nos. 63 A DP MCB
- 6 nos. ( The cost is inclusive of connections, all fittings, testing, etc,
complete.)
13 CHANGE OVER- Supply and fixing of 415 Voilts 100/200 amp. 4-Pole
changeover switch of approved brand and make fixed on Iron frame on
wall including all fixing materials,wire,connections as per
direction.(Make- Havells/HPL) 1 Each
14 MAIN SWITCH FUSE UNIT- Supply, installation ,testing and
commissioning of 200 amp. MCCB in swg. sheet cubicle box of L 7 T
DH - 200 25 KA (Near Meter) complete with incoming & outgoing
connections, etc, complete with switch fuse Unit with HRC , Complete
with cable termination ,lugging,hardware and accessories ( Make-
L&T/Havells/Legrand) 1 Each
15 D.B. FOR UPS CIRCUIT- Supply, installation ,testing and
commissioning of Double Pole MCB Metal Powder Coated Box with 2
Pole MCB mounted on frame and complete with circuit wiring &
termination,luging and all respect as per your required specification for
UPS ,D.B.(MCB and D.B. - Havells/L&T/MDS/HPL-Make) (1) One no.-
2-Way SP&N DB with 40/63 Amp.D.P. for UPS incoming (near UPS one No. 12 way SP&N D.B. for UPS outgoing controlled by 40/63 amp. DP
(near UPS) 2 Each 16 D.B. FOR AC CIRCUIT- Supply, installation ,testing and commissioning
of 4-Way TPN Distribution Box (Load Line D.B. ) with incoming of 1-
Nos.63 amp. 4-Pole MCB and as per requirement,with out going of 12
Nos.- 1 Pole MCB (6 amp. to 32 amp.) with cable termination ,required
hardwares and accessories etc. complete.( Havells/L&T/MDS/HPL-
Make) 2 Each 17 D.B. FOR NORMAL LIGHTING & POWER CIRCUIT- Supply,
installation ,testing and commissioning of 4-Way TPN Distribution Box
(Load Line D.B. ) with incoming of 1-Nos.40 amp. 4-Pole MCB and as
per requirement,with outgoing of 12 Nos.- single Pole MCB (6 amp. to
32 amp.) with cable termination ,required hardwares and accessories etc.
complete.( Havells/L&T/MDS/HPL-Make) 1 Each
ELECTRICAL FIXTURES & FITTINGS
18 P&F recess mounting luminaries with led (2'x2'-Size) –Box type panel -
36W LED (Make –Halonix,Crompton,Philips Havells)
97 Each
19 P&F recessed mounted down lighters(6" dia.) (LED: 6 watt ) (Make –
Halonix,Crompton,Philips Havells)
60 Each
20 P& F 15 W. CFL lamp with holder on Wall/Column with fittings,Bulbs
etc. complete.
10 Each
21 P&F 1x36 /40W FTL true strip light tube with electronic Choke etc.
complete. (MAKE- WIPRO,PHILIPS)
15 Each
22 Supplying & fixing 1200mm Sweep ,Ceiling Fan of approved make and
Colour with fitting on roof ceiling Complete. (Make –
Halonix,Crompton,Philips Havells)
44 Each
22 P&F 400mm sweep Wall /Bracket fan (Make –
Halonix,Crompton,Philips Havells)
6 Each
Seal & Signature of the Contractor
23 Supplying & fixing 300mm Sweep ,900 R.P.M.,Heavy Duty , low noise Plastic ventilation fans with louvers., including all fittings, cutting holes
and fixing fans as required. (Make - Havells or Usha )
10 Each
24 UPS POINTS /COMPUTER POINTS: 80 Each P/Laying computer /Ups Point Wiring for computer terminal
points,Prienters etc, with 3x2.5Sqmm PVC insulated multi strand copper
conductor recessed in wall/under counter in PVC pipe/flexible pipe/casing
caping as required with Switch & Socket mounted on Modular plate
complete with Modular switch i/c ,M.S. Box, base plate & cover plate,
wiring etc. in all respect as per requirement and all connections complete.
(Each set having 4 nos. Switch 5/15 Amp.and 4 No. Universal Socket
5/15 Amp.)( Average length 15M )
25 A.C.POINT: 9 Each Power Point Wiring by 3x6 Sqmm PVC insulated Multi strand copper
conductor in PVC pipe/flexible pipe casing caping as required for A.C. including metra plug & socket with 20 amp /32 amp SP MCB & making
all connections with Neon indicator with plate Box, etc,complete. and
making good all demages.
26 EARTHING : 1 Each Supply , Installation Testing and commissioning of earth stations ( as per
rules confirming to IS : 3043 1987 or its latest ammendment) (for
UPS/Computer system with 600mm x 600mm x 3m thick copper earth plate with G.I. water pipe , with 10 SWG copper earth wire from earth
station to UPS distribution panel and required earth strip complete with
termination , luging in all respect, etc. complete, with funnel refilling and
filling of earth pit (deep 8 ft. to 10 ft. ) with charcoal, salt earth solution ,
chambers, C.I. lid, and complete with bolt, connecting lid and complete
with all respect as per the required specifications.
27 COPPER STRIP: 20 R.M. Supply and laying of copper strip 25x3 mm for earthing. (pit to meter) as
per specification complete including connection to earth electrode
riveting/ sweating/ soldering, burying 30cms below in all type of soils etc
complete as required.
TOTAL Rs.
Seal & Signature of the Contractor
SCHEDULE OF QUANTITIES
C. TOTAL LAN CABLING WORKS IN ALL TABLES &
TRANINING HALL (WITH POP UP BOX ) .
Seal & Signature of the Contractor
GUPTA & ASSOCIATES
M-101,P.No.-150 , Manorama Complex,
ARCHITECTS
Zone-I ,M.P.Nagar ,Bhopal - 462011
INTERIOR DESIGNERS
PH. 0755-4260818, 9425009255 URBAN PLANNERS
SCHEDULE FOR NETWORK CONNECTIVITY AT HEAD OFFICE WITH ATM SPACE OF CENTRAL MADHYA PRADESH GRAMIN BANK, 854, WARD NO. 35, KULBAHARA, NAGPUR ROAD, CHHINDWARA.
COMPONENTS (A)
SN Item Description QTY Unit Price/Rate Amount
1 4 Pair CAT 6 UTP Cable (mtr) D- LINK 6000
2 Information Outlet D- LINK 100
3 24-port Patch Panel D- LINK 6
4 Patch Cords – 1 Mtr 108
5 Patch Cords – 2 MtrsD- LINK 100
6 Network Rack 6 U D- LINK 1
6 Network Rack 9 U D- LINK 2
7 24 PORT Network Switch CISCO (10/100/1000)
6
8
Supply installation, testing & commissioning for 4
modules matt aluminiium finished pop up boxes with soft opening to be equipped with legrand / SNIDER make arteor i/c 6amp switch (Modular),
i/c 6amp socket (Modular) & i/c RJ 45 33
9 Supply installation kits for raised access floors or
table top. 33
SERVICES (B) 10
Charges of Laying of Cables IN PVC Pipe
includes:
Lump Sum
���� Supply of Pipe/Trenches
���� Cable Pulling
���� Ferruling and dressing of cable
���� Jack Panel and Switch Mounting
���� Patching of Patch Cords
���� IO marking and fixing
���� Cable termination
���� Wall/Floor Cutting with Refurnishing
���� Cable Connectivity Testing
TOTAL Rs. =
Seal & Signature of the Contractor
SCHEDULE OF QUANTITIES
C. TOTAL CIVIL, INTERNAL WATER SUPPLY AND SANITARY WORKS .
Seal & Signature of the Contractor
GUPTA & ASSOCIATES
M-101,P.No.-150 , Manorama Complex, ARCHITECTS
Zone-I ,M.P.Nagar ,Bhopal - 462011 INTERIOR DESIGNERS
PH. 0755-4260818, 9425009255 URBAN PLANNERS
SCHEDULE FOR PROPOSED CIVIL, INTERNAL WATER SUPPLY AND SANITARY WORKS
OFAT HEAD OFFICE WITH ATM SPACE OF CENTRAL MADHYA PRADESH GRAMIN BANK,
854, WARD NO. 35, KULBAHARA, NAGPUR ROAD, CHHINDWARA.
A
NO PARTICULARS OF ITEM QTY. UNIT RATE AMOUNT
BRICK WORK
1 Providing half brick masonary with well burnt chimney
bricks in bull patent trench klin crushing strength not less
than 25 kg /cm2 and water absorption not more than 20% in superstructure above plinth level and up to floor two level
Cement mortar 1:4 (1 cement : 4 sand) 213.39 sqm
2 Extra for providing and placing in position 2 Nos. 8mm dia.
M.S. bars at every
third course of half brick masonry (with M.S. bricks )
213.39 sqm
INTERNAL PLASTER
3 12 mm cement plaster
1:6 (1 cement: 6 sand) 434.04 sqm
3.a 6mm cement plaster of mix.
1:6 (1 cement: 6 sand) 16 sqm
WATER PROOFING
4 Providing and laying water proofing treatment to vertical
and horizontal surfaces of depressed portions of W.C.,
kitchen and the like consisting of :
a) Ist course of applying cement slurry @ 4.4 Kg/sqm mixed
with water proofing compound conforming to IS 2645 in
recommended proportions including rounding off junction
of vertical and horizontal surface.
b) IInd course of 20mm cement plaster 1:3 (1 cement : 3
sand) mixed with water proofing compound in
recommended proportion including rounding off junction of
vertical and horizontal surface.
c) IIIrd course of applying blown or residual bitumen
applied hot at 1.7 Kg. per sqm of area.
d) IVth course of 400 micron thick PVC sheet. (Overlaps at
joints of PVC sheet should be 100 mm wide and pasted to
each other with bitumen @ 1.7 Kg/sqm.) (with 5 years
service guarantee)
SOR Item No. 22.3 P/371
Common Toilets 16 Sqm
Seal & Signature of the Contractor
5 Providing and fixing 18mm thick gang saw cut mirror
polished (premoulded and prepolished) machine cut for
kitchen platforms, vanity counters, window sills , facias and
similar locations of required size of approved shade, colour
and texture laid over 20mm thick base cement mortar 1:4 (1
cement : 4 sand) with joints treated with white cement,
mixed with matching pigment, epoxy touch ups, including
rubbing, curing moulding and polishing to edge to give high
gloss finish wherever required etc. complete at all levels.
samples approved by Engineer-in-charge
Granite of any color and shade
Kitchen Platform 3.07 sqm
6 Providing and laying Ceramic glazed floor tiles 300x300
mm or more (having thickness 6 to 7mm) of 1st quality
conforming to IS : 15622 of approved make in all colours, shades, except White, Ivory, Grey, Fume Red Brown laid on
20mm thick bed of Cement Mortar 1:4 (1Cement : 4 sand)
including pointing the joints with white cement and
matching pigments etc., complete.
Common Toilets /Wash 16 sqm
7 Providing and fixing 1st quality ceramic glazed wall tiles
conforming to IS : 15622 (having thickness 6 to 7mm) of
approved make in all Colors shades, such as burgundy,
Bottle green, Black of size300x450mm or more in
skirting, risers of steps and dados over 12 mm thick bed of
cement Mortar 1:3 (1 cement : 3 sand) and jointing with
grey cement slurry@ 3.3kg per sqm including pointing in
white cement mixed with pigment of matching shade
complete.
80 sqm
8 Providing and fixing pressed steel door frames conforming
to IS: 4351 manufactured from commercial mild steel sheet
including hinges, jamb, lock jamb, bead and if required
angle threshold of mild steel angle of section 50x25mm, or
base ties of 1.60 mm pressed mild steel welded or rigidly
fixed together by mechanical means, including M.S. pressed
butt hinges, 2.5mm thick with mortar guards, lock strike-
plate and shock absorbers as specified filling the frame with
Cement Concrete 1:3:6 at site before fixing (cost of concrete
to be paid separately) and applying a coat of approved steel
primer after pre-treatment of the surface as directed by
Engineer-in-charge
Profile C of 1.25mm thick single rebate of size
100mmx50mm
Fixing with adjustable lugs with split end tail to each jamb. 66.3 Rmtr
DOOR SHUTTER
9 Providing and fixing ISI marked flush door shutters
conforming to IS: 2202 (Part I) non-decorative type, core of block board construction with frame of 1st class hard wood
and well matched commercial 3 ply veneering with vertical
grains or cross bands and face veneers on both faces of
shutters of such as duro board, century or equivelant make.
Seal & Signature of the Contractor
30 mm thick including ISI marked Stainless Steel butt
hinges with necessary screws.
24.57 sqm
10 Providing and fixing aluminium work for doors, windows,
ventilators and partitions with extruded built up standard
tubular sections/ appropriate Z sections and other sections of
approved make conforming to IS: 733 and IS: 1285, fixing
with dash fasteners of required dia and size, including
necessary filling up the gaps at junctions, i.e. at top, bottom and sides with required EPDM rubber/ neoprene gasket etc.
Aluminium sections shall be smooth, rust free, straight,
mitred and jointed mechanically wherever required
including cleat angle, Aluminium snap beading for glazing /
paneling, C.P. brass / stainless steel screws, all complete as
per architectural drawings and the directions of Engineer-in-
charge. (Glazing, paneling and dash fasteners to be paid for
separately) :
.
Powder coated aluminium (minimum thickness of powder
coating 50 micron) 243.68 Kg
11 Providing and fixing glass panes/ steel sheet/ Fibre sheet
with putty and glazing clips in steel doors, windows,
clerestory windows all complete.
With 4.0 mm thick glass panes. 42.75 Sq. Mt.
12 Steel work welded in built up sections/ framed work
including cutting, hoisting, fixing in position and applying a
priming coat of approved steel primer using structural steel
etc. as required.hoisting, fixing in position and applying a
priming coat of approved steel
In gratings, frames, guard bar, ladder, railings,brackets,
gates and similar works.
wt = 15Kg/sqm 56.6 kg
PAINTING
13 Distempering with oil bound washable distemper of
approved brand and manufacture to give an even shade
New work (two or more coats) over and including priming
coat with cement primer
Qty same as internal plaster & ceiling plaster 93.63 sqm
FITTINGS
14 Providing and fixing aluminium sliding door bolts ISI
marked anodised (anodic coating not less than grade AC 10
as per IS : 1868) transparent or dyed to required colour or
shade with nuts and screws etc. complete
250x16mm 32 no
Seal & Signature of the Contractor
15 Providing and fixing aluminium tower bolts ISI marked
anodised (anodic coating not less than grade AC 10 as per
IS : 1868 ) transparent or dyed to required colour or shade
with necessary screws etc. complete :
250x10mm 32 no
16 Providing and fixing aluminium handles ISI marked
anodised (anodic coating not less than grade AC 10 as per
IS : 1868) transparent or dyed to required colour or shade
with necessary screws etc. complete:
.b) 100mm
32 no
17 CHANNEL TRAY M.S. 4''X2'' 20 RMT.
Water Supply
18 Providing and fixing G.I. pipes complete with G.I.
fittings and clamps including cutting and making good
the walls etc. concealed pipe including painting with
anti corrosive bitumastic paint, cutting chases and
making good the wall.
18a 15 mm dia nominal bore
SOR Item No. 18.11.1/P317
30 Meter
18b 20 mm dia nominal bore
SOR Item No. 18.11.2/P317
30 Meter
19 Providing and fixing G.I. pipes complete with G.I.
fittings and clamps, including cutting and making good
the walls etc.
Internal work - Exposed on wall
19a 20 mm dia. nominal bore
SOR Item No.18.10.2/P317
18 Meter
19b 25 mm dia. nominal bore
SOR Item No.18.10.3/P317
15 Meter
19c 40 mm dia. nominal bore
SOR Item No.18.10.5/P317
12 Meter
20 Providing and fixing C.P. brass bib cock of approved
quality conforming to IS:8931
15 mm nominal bore.
SOR Item No. 18.52.1/P330
3 Each
Seal & Signature of the Contractor
21 Providing and fixing C.P. brass long nose bib cock of approved quality conforming to IS standards and
weighing not less than 810 gms.SOR Item No.
18.53.1/P330
2 Each
22 Providing and fixing C.P. brass shower rose with 15 or 20 mm inlet :
100 mm diameter
SOR Item No.18.64.1/p 331
1 Each
SANITARY FITTINGS
23 Providing and fixing white vitreous china pedestal type
water closet (European type W.C. pan) with seat and
lid, 10 litre low level white P.V.C. flushing cistern,
including flush pipe, with manually controlled device
(handle lever), conforming to IS : 7231, with all
fittings and fixtures complete including cutting and
making good the walls and floors wherever required :
W.C. pan with ISI marked white solid plastic seat and lid
SOR Item No. 17.2.1/p290
3 Each
24 Providing and fixing white vitreous china flat back half
stall urinal of size 580x380x350mm with white PVC
automatic flushing cistern, with fittings, standard size
C.P. brass flush pipe, spreaders with unions and clamps
(all in C.P. brass) with waste fitting as per IS : 2556,
C.I. trap with outlet grating and other couplings in C.P.
brass including painting of fittings and cutting and
making good the walls and floors wherever required : Single half stall urinal with 5 litre P.V.C. automatic
flushing cistern.
SOR Item No. 17.7.1/P291
3 Each
25 Providing and fixing wash basin with C.I. brackets, 15
mm C.P. brass pillar taps,32 mm C.P. brass waste of
standard pattern, including painting of fittings and
brackets, cutting and making good the walls wherever require :
White Vitreous China Wash basin size 630x450 mm with a single 15 mm C.P. brass pillar tap.
SOR Item No. 17.11.2/p292
3 Each
Seal & Signature of the Contractor
26 Providing and fixing Stainless Steel A ISI 304 (18/8) kitchen sink as per IS 13983 with C.I. brackets and
stainless steel plug 40 mm including painting of fittings and brackets, cutting and making good the
walls wherever required :Kitchen sink without drain board610x510 mm bowl depth 200 mmSOR Item No.
17.14.2.1 p/293
1 Each
27 Providing and fixing P.V.C. waste pipe for sink or
wash basin including P.V.C. waste fittings complete.
27a Semi rigid pipe
i 32 mm dia .
SOR Item No. 17.64.1.1/p302
2 Each
ii 40 mm dia .
SOR Item No. 17.64.1.2/p 302
1 Each
27b Flexible pipe
i 32 mm dia .
SOR Item No. 17.64.2.1/p302
2 Each
ii 40 mm dia .
SOR Item No. 17.64.2.2/p 302 - 303
1 Each
28 Providing and fixing uPVC trap of self cleaning design
complet. Including cost of cutting and making good the
wall and floors.
100 mm inlet and 75 mm outlet
SOR Item No. 17.61.1 P/302
3 Each
29 Providing and fixing 600x450 mm beveled edge mirror
of superior glass (of approved quality) complete with 6
mm thick hard board ground fixed to wooden cleats
with C.P. brass screws and washers complete.
SOR Item No. 17.67 P/303
2 Each
30 Providing and fixing mirror of superior glass (of
approved quality) and of required shape and size with
plastic moulded frame of approved make and shape
with 6 mm thick hard board backing :
Rectangular shape 1500x450 mm
SOR Item No. 17.68.4 P/303
1 Each
31 Providing and fixing toilet paper holder : C.P. brass
SOR Item No. 17.70.1/p 303
3 Each
Seal & Signature of the Contractor
32 Providing and fixing CP brass towel ring of approved
quality and make
200mm dia ring
SOR Item No. 17.74.1/p 303
3 Each
33 Providing and fixing CP brass soap dish of approved quality and make
SOR Item No. 17.75/p 304
3 Each
34 Providing and fixing CP jet assembly to including
connection etc complete.
SOR Item No. 18.82/p 334
3 Each
35 Providing and fixing uplasticised PVC connection pipe
with brass unions :
45 cm length.
15 mm nominal bore
SOR Item No. 18.38.2.1/p 327
3 Each
TOTAL Rs.