REQUEST FOR PROPOSAL
FOR SELECTION OF A FACILITY MANAGEMENT SERVICE PROVIDER
FOR MANTRALAYA MAHANADI BHAWAN, CCIID, RAJDHANI-SAROVAR & ITS CAMPUS
AT CAPITOL COMPLEX, SECTOR-19, NAYA RAIPUR (CHHATTISGARH)
RFP No.: 88/ FMS-MD/EEC1/CE(E)/NRDA/2016-17(3rd Call) , Naya Raipur dated. 27/7/2016
NAYA RAIPUR DEVELOPMENT AUTHORITY Utility-Block, Near Mantralaya Mahanadi Bhawan, Capitol Complex, Sector-19, Naya Raipur-492002, Chhattisgarh, INDIA PH.NO.0771-2511500, FAX 0771-2511400, e-mail. [email protected]
RFP for SELECTION OF FACILITY MANAGEMENT SERVICE PROVIDER FOR MANTRALAYA MAHANADI BHAWAN, CCIID, RAJDHANI SAROVAR, BUILDINGS AND ITS CAMPUS AT NAYA RAIPUR, CHHATTISGARH.
2
DISCLAIMER
The information contained in this Request for Proposal ("RFP") document provided to the
Bidder(s), by or on behalf of Naya Raipur Development Authority (NRDA) or any of its employees
or advisors, is provided to the Bidder(s) on the terms and conditions set out in this RFP document
and all other terms and conditions subject to which such information is provided.
The purpose of this RFP document is to provide the Bidder(s) with information to assist
the formulation of their Proposals. This RFP document does not purport to contain all the
information each Bidder may require. This RFP document may not be appropriate for all persons,
and it is not possible for NRDA, its employees or advisors to consider the business/investment
objectives, financial situation and particular needs of each Bidder who reads or uses this RFP
document. Each Bidder should conduct its own investigations and analysis and should check the
accuracy, reliability and completeness of the information in this RFP document and where
necessary obtain independent advice from appropriate sources. NRDA, its employees and
advisors make no representation or warranty and shall incur no liability under any law, statute,
rules or regulations as to the accuracy, reliability or completeness of the RFP document.
NRDA may, in its absolute discretion, but without being under any obligation to do so,
update, amend or supplement the information in this RFP document or modify it by uploading the
same in the website www.nayaraipur.gov.in.
RFP for SELECTION OF FACILITY MANAGEMENT SERVICE PROVIDER FOR MANTRALAYA MAHANADI BHAWAN, CCIID, RAJDHANI SAROVAR, BUILDINGS AND ITS CAMPUS AT NAYA RAIPUR, CHHATTISGARH.
3
INDEX
1 Disclaimer 2
2 NOTICES A] PRESS-NOTE 5
B] CORRIGENDUM 6
C] DATA-SHEET 7
A] RFP & DRAFT AGREEMENT
1 SECTION 1: INVITATION TO SUBMIT PROPOSALS AND INSTRUCTION TO
BIDDERS
8 to 12
2 SECTION 2 : EVALUATION, AWARD AND SIGNING OF AGREEMENT 13 to 16
3 SECTION 3: APPENDIXES, TECHNICAL AND FINANCIAL PROPOSAL STANDARD
FORMS - for
17
APPENDIX A: LETTER OF PROPOSAL 18 to 19
APPENDIX B: POWER OF ATTORNEY FOR SIGNING OF PROPOSAL 20
TECHNICAL-PROPOSAL
FORM TECH-1: DETAILS OF BIDDER 21
FORM TECH-2: DESCRIPTION OF EXPERIENCE OF BIDDER TO
ILLUSTRATE QUALIFICATIONS
22
FORM TECH-3: AVERAGE ANNUAL TURN OVER IN LAST THREE
FINANCIAL YEARS FROM FACILITY MANAGEMENT SERVICES
23
FORM TECH-4 UNDERTAKINGS 24
FORM TECH-5 GENERAL APPROACH AND ETHODOLOGY, WORK
AND STAFFING SCHEDULE [BASED ON STANDARD CPWD
MAINTENANCE MANUAL 2012]
25
FORM TECH 6:- FORMAT OF BANK GUARANTEE FOR EARNEST
MONEY DEPOSIT
26 to 29
FINANCIAL-PROPOSAL
FORM FIN-I FORMAT FOR FINANCIAL PROPOSAL 30
FORM FIN-2QUOTE OF MONTHLY BILLING AMOUNT FOR
MANPOWER CHARGES IN YEAR-1
31 to 32
FORM FIN-3THE BIDDERS AGAINST THE LUMPSUM QUOTE
TOWARDS SUNDRY EXPENSES IN THE FINANCIAL PROPOSAL
33 to 50
APPENDIX C:TERMS OF REFERENCE OR SCOPE OF FACILITY
MANAGEMENT SERVICES
51
I. SCOPE OF WORK / TOR 51 to 52
II. DETAILED SCOPE OF TECHNICAL SERVICES 53 to 56
SLAs 57 to 61
III. DETAILED SCOPE OF HOUSEKEEPING SERVICES 62 to 70
IV. DETAILED SCOPE OF SUPPLY OF ITEMS/MATERIALS 71 to 105
APPENDIX D:LIST OF ABBREVIATIONS 106 to 107
APPENDIX-E: DRAFT CONTRACT AGREEMENT 108 to 126
RFP for SELECTION OF FACILITY MANAGEMENT SERVICE PROVIDER FOR MANTRALAYA MAHANADI BHAWAN, CCIID, RAJDHANI SAROVAR, BUILDINGS AND ITS CAMPUS AT NAYA RAIPUR, CHHATTISGARH.
4
B] SCHEDULE OF SERVICES UNDER CONTRACT & DRAWING 1 to 11
C] INVENTORY OF INVENTORY : 1 to 125
D] SUPPLY ITEMS / MATERIALS REQUIRED FOR ANNUAL MAINTENANCE & REPAIRS 1 to 59
E & F FORMATS FOR COMMISSIONING & TAKING OVER OF ASSETS FOR FACILITY
MANAGEMENT SERVICES & FORMATS FOR HELP-DESK, INSPECTION, MONITORING
& REPORTING
1 to 51
RFP for SELECTION OF FACILITY MANAGEMENT SERVICE PROVIDER FOR MANTRALAYA MAHANADI BHAWAN, CCIID, RAJDHANI SAROVAR, BUILDINGS AND ITS CAMPUS AT NAYA RAIPUR, CHHATTISGARH.
5
NOTICE OF REQUEST FOR PROPOSAL
A] PRESS-NOTE
RFP for SELECTION OF FACILITY MANAGEMENT SERVICE PROVIDER FOR MANTRALAYA MAHANADI BHAWAN, CCIID, RAJDHANI SAROVAR, BUILDINGS AND ITS CAMPUS AT NAYA RAIPUR, CHHATTISGARH.
6
REQUEST FOR PROPOSAL
RFP FOR SELECTION OF FACILITY MANAGEMENT SERVICE PROVIDER FOR
MANTRALAYA MAHANADI BHAWAN, CCIID, RAJDHANI SAROVAR, BUILDINGS
AND ITS CAMPUS AT NAYA RAIPUR, CHHATTISGARH. RFP No.: 88/ FMS-MD/EEC1/CE(E)/NRDA/2016-17(3rdCall), Naya Raipur dated- 27/7/2016
NRDA invites proposal (RFP) from qualified and experienced firm who fulfill the Pre-
Qualification criteria for the works as detailed below:
Name of the work RFP for SELECTION OF FACILITY MANAGEMENT
SERVICE PROVIDER FOR MANTRALAYA MAHANADI
BHAWAN, CCIID, RAJDHANI SAROVAR, BUILDINGS
AND ITS CAMPUS AT NAYA RAIPUR, CHHATTISGARH.
Pre-proposal meeting 12.08.2016 Time: 12.30 hrs Venue: NRDA Hall, 1st
floor, Utility Block, Capital-Complex, Sector-19, Naya
Raipur.
Due date and time for
submission of proposal
24.08.2016 up to 15.00 hrs.
Opening of technical proposal 24.08.2016 after 16.00 hrs.
The Pre-qualification criteria and other details could be seen in the RFP documents can be
downloaded from www.nayaraipur.gov.inModifications/Amendments/corrigendum, if any,
shall not be advertised in the Newspaper but shall be published in the website only.
Naya Raipur Development Authority,
Utility Block – Near Mantralaya,
Capital Complex Sectr-19, Naya Raipur 492002,
Chhattisgarh T- 91.771.2511500
Chief Executive Officer
B] CORRIGENDUM
NIL.
RFP for SELECTION OF FACILITY MANAGEMENT SERVICE PROVIDER FOR MANTRALAYA MAHANADI BHAWAN, CCIID, RAJDHANI SAROVAR, BUILDINGS AND ITS CAMPUS AT NAYA RAIPUR, CHHATTISGARH.
7
C] DATA-SHEET
Sl. No.
Description
1 Method of Selection Lowest Financial Proposal
2 Date of issue of RFP Date: 27.7.2016
3 Last Date of Receipt of Pre-proposalQuery, if any.
Date: 10.8.2016
4 Date of Pre-Proposal Meeting Date:12.8.2016 [Time: 12.30 hrs] Venue: Conference Hall, Client Office, Utility-Block, Capitol-Complex, Sector-19 Naya Raipur.
5 Last date and time of Submission of Proposal (Technical & Financial both) (Proposal Due Date)
Up to 15:00 hours (IST); Date 24.8.2016
6 Opening of Technical proposal At 16:00 hours (IST) or thereafter; Date 24.8.2016
7 Date of opening of Financial proposals
To be intimated later
8 Duration of services: Initially for 3 years from the date of commencement of services, which may be extended by another two terms of one year each, at the discretion of the Client.
9 Earnest Money Deposit Rs. 5,00,000/- (Rupees Five Lakhs Only ) in the form of Demand Draft, in favour of Chief Executive Officer, Naya Raipur Development Authority or Bank Guarantee from Nationalised / Scheduled bank in favour of “Chief Executive Officer, Naya Raipur Development, Authority operable and encashable at Raipur.
10 Validity of proposal 180 days from due date of submission of proposal.
11 Representative/Contact Person of Client Naya Raipur Development Authority (NRDA)
1] Mr S. R. Shrivastava, Chief Engineer, NRDA Email:[email protected] Contact No: Phone-0771 2971000 2] Mr. V. K. Ratrey, EEC1, NRDA Email:[email protected] Contact No: Mobile-09479276803
12 Name and Address where Queries/correspondence concerning this RFP is to be sent
The Chief Engineer (Engineering-Section) Naya Raipur Development Authority (NRDA) Near Naya Rakhi Police Station, Sector-25, Naya Raipur-492002 (CHHATTISGARH) FAX : 0771-2511400, Email. [email protected]
13 Address where Bidders must submit his proposal
Office of the Chief Executive Officer (CEO) Naya Raipur Development Authority (NRDA) Utility-Block, Capitol Complex, Sector-19, Naya Raipur-492002, Chhattisgarh, PH.NO.0771-2511500, FAX 0771-2511400, e-mail. [email protected]
RFP for SELECTION OF FACILITY MANAGEMENT SERVICE PROVIDER FOR MANTRALAYA MAHANADI BHAWAN, CCIID, RAJDHANI SAROVAR, BUILDINGS AND ITS CAMPUS AT NAYA RAIPUR, CHHATTISGARH.
8
SECTION 1
INVITATION TO SUBMIT PROPOSALS AND INSTRUCTION TO BIDDERS
1 INTRODUCTION
1.1 Naya Raipur Development Authority (NRDA) is a Special Area Development Authority established under
the Chhattisgarh Nagar Tatha Gram Nivesh Adhiniyam, 1973 by Government of Chhattisgarh, for
development and management of a new city “Naya Raipur”.
1.2 NRDA acted as nodal agency for maintenance of MANTRALAYA MAHANADI BHAWAN, CCIID,
RAJDHANI-SAROVAR & ITS CAMPUS AT CAPITOL COMPLEX, SECTOR-19, NAYA RAIPUR. As per
the instruction of the State Government, NRDA is inviting this RFP for selection of an agency for providing
Facility Management Services for the MANTRALAYA MAHANADI BHAWAN, CCIID, RAJDHANI-
SAROVAR & ITS CAMPUS and its landscaping, Horticulture, Road and Parking in the campus within the
campus of the MANTRALAYA MAHANADI BHAWAN, CCIID & RAJDHANI-SAROVAR AT CAPITOL
COMPLEX, SECTOR-19, NAYA RAIPUR (Project Area).
1.3 Here in this document the word “CLIENT” may be NRDA or any other agency / department, nominated by
the Government of Chhattisgarh on behalf of NRDA for execution of this contract.
2 INVITATION TO SUBMIT PROPOSALS
Client invites detailed proposals from eligible Facility Management Service Providers (“Bidders”) for providing
Facility Management Services for the Project Area. (“the Assignment”), in prescribed formats set out in this
RFP.
3 MINIMUM EGIBILITY CRITERA
The Bidders, participating in the Assignment shall be a single Business Entity, shall fulfill the following
minimum eligibility conditions:
3.1 The bidder should have provided experience certificate of similar facility management services in
India, as envisaged in this RFP, at least for a continuous period of one year for a building having at
least 30,000 Sq. M. (Thirty Thousand Square meter) of carpet area in single location within last five
years preceding the date of publication of this RFP for IT-Parks, SEZ, OFFICE / COMMERCIAL
Facilities, Institutional Buildings, and Shopping Malls in India. Eligible experience should be
supported by submission of notarised copy of certificate of client and work order / agreement,
showing the scope of work and date of appointment. For submitted work-done, necessary
Clearance certificate from concerning ESI & PF department is required to enclose.
3.2 The Average Annual Turnover of last 3 Financial Years (FY 2013-14, 2014-15, 2015-16) of the
bidder should be at least INR 10.00 Crores (Indian Rupees Ten Crores) from providing through
Facility Management services in India.
3.3 The bidder must be using an effective SERVICE MANAGEMENT SOFTWARE for Help Desk
Operations, Monitoring & Quality Control System in place for more than one year. He shall submit a
proof of successfully using such software at any of the facilities as mentioned in para 3.1
above. A certificate to that effect shall be mandatory require from the client. It is require to be
submitted the software & certificate with Technical proposal in CD & Hard copy.
3.4 Submission of Undertaking by the Bidder on the following:
a) No existing litigation
b) Never blacklisted, terminated by any client in India
c) The bidder never filed any law suits or requested arbitration with regard to any contract within
the last five years
d) No judgment, claim, arbitration proceeding or suit pending or outstanding against the bidder or
its officers
e) Bankruptcy was never filed by the bidder, its subsidiaries or its parent companies
f) The bidder was never cited by any regulatory agency for a safety violation in the last five years
RFP for SELECTION OF FACILITY MANAGEMENT SERVICE PROVIDER FOR MANTRALAYA MAHANADI BHAWAN, CCIID, RAJDHANI SAROVAR, BUILDINGS AND ITS CAMPUS AT NAYA RAIPUR, CHHATTISGARH.
9
4. For the purpose of this RFP document, a Business Entity shall mean a sole proprietorship firm1 / registered
partnership firm1/ a company2 registered in India under the Companies Act 1956.
5. Client intends to appoint a single entity for the assignment. Submission of Proposals by consortia shall not be
eligible.
6. Experience of a bidder as a member of consortia, for any project/work shall not be considered.
7. Any entity, which has earlier been barred by the Client, Government of Chhattisgarh (GoC), or any other state
government in India (SG) or Government of India (GoI), or any of the agencies of GoC/SG/GoI from participating
in its projects and the bar subsists as on the Proposal Due Date, shall not be eligible to submit a Proposal.
8. The RFP document can be downloaded from the web site www.nayaraipur.gov.in.and be used provided that
while submitting the proposal it should be accompanied with a non refundable processing fee in the form of a
crossed Bank Draft for Rs. 10,000 (Indian Rupees Ten Thousand only) from a scheduled bank of India, in favour
of the Chief Executive Officer, Client, payable at Raipur. The proposal without the processing fee shall not be
considered for evaluation.
9. Client shall have the discretion to increase or decrease the scope of work under the assignment and also to
appoint other services providers for providing services which is not in the scope of this RFP.
10. Client intends to adopt a single stage bidding process for selection of Technical Service Provider for the
Assignment. The ToR and the scope of services as set out in Appendix C.
11. The Proposals received from eligible technical Service Providers shall be evaluated on the basis of the criteria
set out in this RFP document. Each Bidder shall submit a maximum of one (1) Proposal for the Assignment. Any
Bidder who submits more than one Proposal for the Assignment shall be disqualified. The Bidder shall also be
responsible and shall pay for all of the costs associated with the preparation of its Proposal and its participation
in the bidding process.
12. The Successful Bidder is required to enter into a Contract Agreement with Client and the draft of the same is set
out in Appendix C. The fees shall be paid by Client in the manner as set out in the Draft Contract Agreement.
13. The Agreement period shall be initially for three years which may be extended by another two terms of one year
each, at the discretion of the Client. The agreement period may further be extended by mutual consent on
negotiated terms However, the Facility Management Service Provider of the given Project Area shall continue to
work till the handing over of charges to the other appointed agency by Client. The Billing Rates quoted by the
Service Provider shall be increased by 5% per year (the year shall mean completion of one year of
services from the date of actual deployment) over and above the Billing Rates of previous year.
14. The Proposal shall remain valid for a period not less than 180 days from the Proposal Due Date (Proposal
Validity Period). Client reserves the right to reject any Proposal, which does not meet this requirement. The
proposal validity period may further be extended on mutual consent.
15 EARNEST MONEY DEPOSIT (EMD)
15.1 Proposal should necessarily be accompanied by an Earnest Money Deposit for an amount of
Rs.5,00,000/- (Rs. Five Lacs only) in the form of a Demand Draft in favour of the Chief Executive
Officer, Naya Raipur Development Authority, on any scheduled bank, payable at Raipur or in the form of
1A Sole Proprietorship firm should furnish either the Sales/VAT/Service tax or IT returns for the last two financial years
as proof of identity. 2.A registered partnership firm should furnish registration certificate under the registrar of firms and the partnership deed executed between the partners as proof of identity. 3A company should furnish certificate of incorporation and memorandum of association as proof of identity.
RFP for SELECTION OF FACILITY MANAGEMENT SERVICE PROVIDER FOR MANTRALAYA MAHANADI BHAWAN, CCIID, RAJDHANI SAROVAR, BUILDINGS AND ITS CAMPUS AT NAYA RAIPUR, CHHATTISGARH.
10
Bank Guarantee, issued by one of the Scheduled Nationalised Banks in India in favour of the Client
operable in Raipur, and if invoked, be encashable at any branch of Raipur. The EMD shall be valid for
210 days from the Proposal Due Date.
15.2 EMD shall be returned to the unsuccessful Bidders within a period of two (2) weeks from the date of
issue of letter of acceptance to the Successful Bidder. EMD submitted by the Successful Bidder shall be
converted to a part of Performance Security and shall be retained by Client.
15.3 EMD shall be forfeited in the following cases:
a) if any information or document furnished by the Bidder turns out to be misleading or untrue in any
material respect; and
b) if the successful Bidder fails to execute the Contract Agreement within the stipulated time or any
extension thereof provided by Client.
16 CLARIFICATIONS AND AMENDMENTS TO RFP DOCUMENTS
16.1 Bidders may request a clarification of any of the issue related to the RFP document up to the date
indicated in the Data Sheet. Any request for clarification must be sent in writing to the address indicated
in the Data Sheet. The responses of Client will be uploaded in the website (www.nayaraipur.gov.in),
without identifying the source of inquiry.
16.2 At any time before the proposal due date the Client may, whether at its own initiative, or in response to a
clarification requested by a firm, amend the RFP by issuing an amendment. The amendment shall be
uploaded in the website (www.nayaraipur.gov.in) only. The amendments shall be binding on the
bidders. To give bidders reasonable time to take an amendment into account in their proposals, the
Client may at its discretion, if the amendment is substantial, extend the deadline for the RFP submission
by uploading a notice in the website of Client only. In case there is a substantial change in RFP, Client
will publish the revised RFP. Revised RFP will be uploaded in the website (www.nayaraipur.gov.in.)
and the same should be submitted.
17 CONFLICT OF INTEREST
17.1 Client policies require that selected bidders under contracts provide professional, objective, and
impartial advice and at all times hold the Client’s interests paramount, avoid conflicts with other
assignments or their own corporate interests and act without any consideration for future work. Bidders
shall not be engaged for any assignment that would be in conflict with their prior or current obligations
to other Clients, or that may place them in a position of not being able to carry out the assignment in the
best interest of Client. Without limitation on the generality of the foregoing, bidders, and any of their
associates shall be considered to have a conflict of interest and shall not be engaged under any of the
circumstances set forth below:
a) If a Service Provider combines the function of service with those of contracting and/or supply of
equipment; or
b) If a Service Provider is associated with or affiliated to a contractor or manufacturer; or
c) If a Service Provider is owned by a contractor or a manufacturing firm for the projects(s) under
assignment. Offering services as bidders for the Service Provider should include relevant
information on such relationships along with a statement in the Technical proposal cover letter to
the effect that the Service Provider will limit its role to that of a Service Provider and disqualify
itself and its associates from work, in any other capacity or any future project within the next five
years (subject to adjustment by Client in special cases), that may emerge from this assignment
(including bidding or any part of the future project). The contract with the Service Provider
selected to undertake this assignment will contain an appropriate provision to such effect; or
12) If there is a conflict among consulting assignments, the Service Provider (including its personnel) and any
subsidiaries or entities controlled by such Service Provider shall not be engaged for the relevant
assignment.
18 FRAUD AND CORRUPTION
Client requires that bidders to observe the highest standard of ethics during the selection process and in
execution of contracts. In pursuance of this policy, the Client:
18.1 defines, for the purposes of this provision, the terms set forth below as follows:
RFP for SELECTION OF FACILITY MANAGEMENT SERVICE PROVIDER FOR MANTRALAYA MAHANADI BHAWAN, CCIID, RAJDHANI SAROVAR, BUILDINGS AND ITS CAMPUS AT NAYA RAIPUR, CHHATTISGARH.
11
(a) “corrupt practice” means the offering, giving, receiving, or soliciting, directly or indirectly,
of any thing of value to influence the action of any party in the Service Provider selection
process or in contract execution;
(b) “fraudulent practice” means a representation or omission of facts in order to influence a
selection process or the execution of a contract;
(c) “collusive practices” means a scheme or arrangement between two or more bidders,
designed to influence the action of any party in a Service Provider selection process or
the execution of a contract;
(12) “coercive practices” means harming or threatening to harm, directly or indirectly, persons or their property
to influence their participation in a Service Provider selection process, or affect the execution of a contract;
and
18.2 Client will reject a proposal for award if it determines that the Service Provider
recommended for award has directly, or through an agent, engaged in corrupt, fraudulent,
collusive, or coercive practices in competing for the contract in question;
18.3 Client will sanction a party or its successor, including declaring ineligible, either indefinitely
or for a stated period of time, such party or successor from participation in Client-financed
activities if it at any time determines that the Service Provider has, directly or through an
agent, engaged in corrupt, fraudulent, collusive or coercive practices in competing for, or
in executing, an Client-financed contract; and
18.4 Client will have the right to require that, in Service Provider selection documentation and
in contracts financed by the Client, a provision be included requiring bidders to permit the
Client or its representative to inspect their accounts and records and other documents
relating to Service Provider selection and to the performance of the contract and to have
them audited by auditors appointed by the Client.
19 PREPARATION OF THE PROPOSAL
19.1 The proposal shall be in English language. The original proposal (Key submissions, Technical and
Financial proposals) shall contain no interlineations or overwriting, except as necessary to correct errors
made by bidders themselves. Any such corrections, interlineations or overwriting must be initialled by
the person(s) who had signed the proposal. The authorized representative of the bidder shall initial all
pages of the original hard copy of the Key Submissions, Technical and Financial proposal. All the
documents should be Hard Bound.
19.2 a. Bidder’s proposal (the proposal) shall consist of three (3) envelopes –
Envelope-1 Key submissions
Envelope-2 Technical proposal
Envelope-3 Financial proposal
b). The bidder shall submit Original hard bound document in each of the above envelopes and shall
also submit a soft copy in CD ROM of all the contents of “Key Submission” and “Technical
Proposal” in a separate cover in Envelope – 2
c). The contents of the envelopes are set out below:
20 Envelope 1: “Key Submissions”
The following documents shall be submitted in Envelope 1 –
a) Letter of proposal in the prescribed format (Appendix A);
b) A non-refundable processing fee as a crossed demand draft is required to be enclosed for an
amount of Rs. 10,000 (Rupees Ten Thousand only) drawn in favor of CEO, Naya Raipur
Development Authority (Client) on any scheduled bank, payable at Raipur, Chhattisgarh.
c) Earnest Money Deposit for an amount of Rs.5,00,000/- (Rs. Five Lacs only) in the form of a Demand
Draft in favour of the Chief Executive Officer, Naya Raipur Development Authority, on any scheduled
bank, payable at Raipur or in the form of Bank Guarantee, issued by one of the Scheduled
Nationalised Banks in India in favour of the Client operable in Raipur, and if invoked, be encashable
at any branch of Raipur. The EMD shall be valid for 210 days from the Proposal Due Date
d) Power of Attorney for signing the proposal in the prescribed format (Appendix – B).
e) RFP and draft Service Agreement duly signed in blue indelible ink and stamped by the
RFP for SELECTION OF FACILITY MANAGEMENT SERVICE PROVIDER FOR MANTRALAYA MAHANADI BHAWAN, CCIID, RAJDHANI SAROVAR, BUILDINGS AND ITS CAMPUS AT NAYA RAIPUR, CHHATTISGARH.
12
12uthorize12 representative of the bidder.
20.1 Envelope 2: “Technical Proposal”
The following documents shall be submitted in Envelope 2 –
a) A brief description of the organization supported by a certified copy of registration of the Firm
and details of contact person in Form TECH-1.
b) Description of Experience of Bidder to illustrate Experience (Not to exceed A-4 size Three
page for each Project) in Form TECH-2. Experience of Facility Management Services (from
commencement to Completion) should be supported by a certificate from an authority of the
rank of General Manager of the client. The certificate should clearly set out the name of the
project, activities undertaken, carpet area under facility management, assignment fees, date
of commencement and date of completion of facility management services. In case the
Project Carpet Area is not set out in the certificate from the client, the bidders can submit a
certificate from Statutory Auditor indicating the same. For submitted work-done, necessary
Clearance certificate from concerning ESI & PF department is required to enclose.
c) Average Annual Turn Over in last three Financial Years from Facility Management Services in
Form TECH-3. The Turn Over should be certified by the Statutory Auditor/Chartered
Accountant. Turn Over not certified by Statutory Auditor/Chartered Accountant or not clearly
stating that the turn over relate to revenue received from Facility Management Services shall
not be considered for evaluation.
3.5 The bidder must have an effective SERVICE MANAGEMENT SOFTWARE for Help Desk Operations,
Monitoring & Quality Control System (ISO 9001 certified) in place. It is require to be submitted with
Technical proposal in CD & Hard copy. Presentation of this software shall be done before the
committee and effective performance of this software is evaluated by the committee. A certificate to
that effect shall be mandatory require from the client. It is require to be submitted the software &
certificate with Technical proposal in CD & Hard copy.
In the SERVICE MANAGEMENT SOFTWARE the provision to log in the complaint shall be form at
least the following nodes :- a) Physical, b) Phone, c) email, d) sms
SERVICE MANAGEMENT SOFTWARE: is a centralized solution for logging the calls and
complaints, establish job priorities, generate work orders, assign, track the progress of work,
close and intimate and generate various reports. Help Desk Software facilitates to manage
Work Orders from submission to resolution and ensure delivery of service that is measurable.
It brings in work flow automation and helps in the delivery of service as a management and
operational tool for the effective and efficient control of all tasks. This Software module, the
flexible and automated communication process save time and the inclusion of data
information on Service Level Agreements (SLA) and other performance metrics. The software
helps to generate bills by calculating the daily reading differences with the unit fixed rates or
with any applicable formulas depending upon requirements, reference of main bills details
and previous month details can also be generated. As per the task scheduled and as per the
compliance requirements alerts will be generated on time period through mail and flash on
helpdesk terminal and ticket can also be generated if the task is not completed on due date.
d) Submission of undertakings of following using Form TECH-4.
i. No existing litigation
ii. Never blacklisted, terminated by any client in India
iii. The bidder never filed any law suits or requested arbitration with regard to any
contract within the last five years
iv. No judgment, claim, arbitration proceeding or suit pending or outstanding against
the bidder or its officers
v. Bankruptcy was never filed by the bidder, its subsidiaries or its parent companies
vi. The bidder was never cited by any regulatory agency for a safety violation in the
last five years
e) General approach and methodology, work and staffing schedule in from TECH-5. It should be
in maximum ten (10) pages inclusive of charts and graphs. Comments, if any, on the TOR to
RFP for SELECTION OF FACILITY MANAGEMENT SERVICE PROVIDER FOR MANTRALAYA MAHANADI BHAWAN, CCIID, RAJDHANI SAROVAR, BUILDINGS AND ITS CAMPUS AT NAYA RAIPUR, CHHATTISGARH.
13
improve performance in carrying out the assignment. Innovativeness will be appreciated,
including workable suggestions that could improve the quality/effectiveness of the
assignment.
f) The bidder shall submit a soft copy in CD ROM of all the contents of “Key Submission” and
“Technical Proposal” in a separate cover in Envelope – 2
20.3 The Technical proposal shall not include any financial information and any Technical proposals
containing financial information shall be declared non-responsive.
20.4 Envelope 3:”Financial Proposal”
a) The Financial proposal must be submitted in hard copy using Form FIN – 1Bidders shall use
only Indian currency in preparation of Forms FIN-1 and FIN-2. The billing rate shall be inclusive
of –
i. Billing of personnel, including all out-of pocket expenses, uniform, overtime, other
overheads, cost of lodging, boarding, travel, transportation, documentation overhead, all
the taxes, cost to company, profits etc.
ii. The Remuneration corresponding to personnel should also include all the taxes, all out of
pocket expenses, their lodging and boarding and local travel etc.
iii. The lumpsum Sundry Expenses/ Overheads.
iv. The Management Fees
v. The service tax shall only be reimbursed separately.
b) The Financial proposal shall be placed in a sealed Envelope –3 clearly marked by red felt pen
“FINANCIAL PROPOSAL” and with a warning “DO NOT OPEN WITH THE TECHNICAL
PROPOSAL.” If the Financial proposal is not submitted by the bidder in a separate sealed
envelope and not duly marked as indicated above, this will constitute grounds for declaring both
Technical and Financial proposals non-responsive.
20.5 The Bidder is expected to examine carefully the contents of all the documents provided. Failure
to comply with the requirements of RFP shall be at the Bidder’s own risk.
20.6 It shall be deemed that prior to the submission of the Proposal, the Bidder has:
a. made a complete and careful examination of terms and conditions / requirements, and
other information as set forth in this RFP document;
b. received all such relevant information as it has requested from Client; and
c. made a complete and careful examination of the various aspects of the Project.
20.7 Client shall not be liable for any mistake or error or neglect by the Bidder in respect of the
above.
21 SUBMISSION , RECEIPT AND OPENING OF PROPOSALS
21.1 All The three envelopes shall be placed into an outer envelope and sealed. The outer envelope
shall bear the submission address, reference number and Title of the Project, Proposal Due Date
and other information indicated in the Data Sheet.
21.2 Proposals must be delivered at the indicated addresses on or before the time and date stated in
the Data Sheet or any new date extended by Client.
RFP for SELECTION OF FACILITY MANAGEMENT SERVICE PROVIDER FOR MANTRALAYA MAHANADI BHAWAN, CCIID, RAJDHANI SAROVAR, BUILDINGS AND ITS CAMPUS AT NAYA RAIPUR, CHHATTISGARH.
14
SECTION 2
EVALUATION, AWARD AND SIGNING OF AGREEMENT
1. From the time the proposals are opened till the time the contract is awarded, the bidder should not contact Client on any matter related to its Technical and/or Financial proposal. Any effort by a bidder to influence in examination, evaluation, ranking of proposals or recommendation for award of contract may result in rejection of the bidder’s proposal.
2. No request for alteration, modification, substitution or withdrawal shall be entertained by Client in respect of proposals already submitted by the bidder.
3. Prior to evaluation of proposals, Client will determine whether each proposal is responsive to the requirements of the RFP by opening the Envelop-1. A proposal shall be considered responsive only if:
a. It is received by the proposal Due Date including any extension thereof;
b. It is accompanied by the EMD of Rs. 5,00,000/- in the name of CEO, Client in accordance with the RFP document;
c. It is accompanied by demand draft of Rs 10,000/- non-refundable processing fee, in the manner as specified in this RFP document
d. It is signed, sealed, hard bound and marked as stipulated in this RFP document;
e. It is accompanied by the Power of Attorney, authorizing a representative of the bidder for signing the proposal;
f. It contains all the information (complete in all respects) as requested in the RFP;
g. It does not contain any condition or qualification;
4. Client reserves the right to reject any proposal which is non-responsive.
5. Client shall evaluate and rank the responsive Technical proposals on the basis of the evaluation criteria and points system specified hereunder. Each Technical proposal will receive a technical score.
6. Bidder who will be found eligible shall be called for presentation on a date and time fixed and intimated to them.
7. The Evaluation of the Technical Proposal shall be done based on the following scoring system –
7.1 Technical qualification of Bidder (400 points)
Experience for Eligible Projects included in the technical proposal shall be evaluated as given below -
No of Eligible Projects Points
One eligible project 300
Two eligible projects 350
Three or more eligible projects 400
7.2 Approach & Methodology (200 points)
a. Understanding of assignment (100points):General understanding of the project requirements; coverage of principal components as requested in TOR; and site visit assessment. Points shall be given as shown below based on these aspects-
Criteria Points
Excellent understanding of objectives, complete coverage of component, evidence of site visit
100%
Very good understanding of objectives, substantial coverage of component, site visit
90%
Good understanding of objectives, substantial coverage of component, no site visit
80%
Average understanding of objectives, general coverage of component 70%
Poor understanding of objectives, with reference to the TOR 50%
Repeat of TOR, no evidence of independent assessment 0%
RFP for SELECTION OF FACILITY MANAGEMENT SERVICE PROVIDER FOR MANTRALAYA MAHANADI BHAWAN, CCIID, RAJDHANI SAROVAR, BUILDINGS AND ITS CAMPUS AT NAYA RAIPUR, CHHATTISGARH.
15
b. Quality of Methodology (50 points): Points shall be awarded based on the assessment of the
inter-relationship of work program and methodology write-up in conformity with the ToR based on
an effective SERVICE MANAGEMENT SOFTWARE.
c. Innovativeness/Comments on Terms of Reference (25 points): Point shall be awarded based
on the evidence of an alternative and unique approach, which would improve the quality of the
project.
d. Work methodology (25 points): Work Programshould include organization chart; reporting /
monitoring structure and staffing schedule. Work Program shall be assessed on logical sequence
of events. The Staffing Schedule shall be assessed on suitability and phasing;
7.3 Average Annual Financial Turnover of last 3 financial years (FY 2013-14, FY 2014-15 & FY 2015-
16,) from providing facility Management Services in India: (250 points)
Description Points
Rs. 10 Crore 100
Rs. 15 Crore 150
Rs. 20 Crore 200
Rs. 25 Crore or more 250
7.4 Presentation: 150 Points: The duration of presentation shall be 15 mins and another 10 mins for
discussion. The Power Point Presentation should focus on the similar experience with
photographs/videos of completed projects, approach and methodology. The bidder must show in
presentation an effective SERVICE MANAGEMENT SOFTWARE for Help Desk Operations,
Monitoring & Quality Control System. Presentation of this software shall be done before the committee
and effective performance of this software is evaluated by the committee.
7.5 The Bidders whose Technical proposals, after technical evaluation, could secure aggregate
points 600 or more out of 1000 points shall be declared as Technically Qualified bidders.
Technically Qualified bidders shall be ranked as per the technical score obtained, in the order
from highest to lowest. Financial Proposal of Technically Qualified bidders shall be opened.
8. OPENING AND EVALUATION OF FINANCIAL PROPOSALS
8.1 All Technically Qualified bidders shall be invited to attend the announcement of result of
Technical Evaluation where, Technical score of all the Technically Qualified bidders shall be read
out loud. The bidders/their representatives may choose to attend the opening of financial
proposal.
8.2 After the announcement of result of Technical Evaluation, Financial Proposals of only 3 highest
ranked Technically Qualified bidders shall be opened. The bidders/their representatives, whose
Financial Proposal shall be opened, may choose to attend the opening of financial proposal.
a. Each Financial proposal will be inspected to confirm that it has remained sealed and
unopened.
b. The mark of each Technical proposal that met the minimum mark of 600 will be opened and
read out aloud.
8.3 Evaluation of Financial proposals
RFP for SELECTION OF FACILITY MANAGEMENT SERVICE PROVIDER FOR MANTRALAYA MAHANADI BHAWAN, CCIID, RAJDHANI SAROVAR, BUILDINGS AND ITS CAMPUS AT NAYA RAIPUR, CHHATTISGARH.
16
a. Financial proposals will be checked for computational errors or material omissions, and prices
will be corrected and adjusted as necessary. In the case of material omissions, the cost of the
relevant financial proposal will be increased by application of the highest unit cost of the
omitted item as provided in the other submitted financial proposals.
b. The Estimated Total Billing Amount (ETBA) for each financial proposal will be computed.
8.4 The proposal with the lowest ETBA will be ranked first and shall be declared Preferred Bidder, the
next lowest ETBA will be ranked second, and so forth.
9 The event of acceptance of the Proposal of the Preferred Bidder with or without negotiations, Client
shall declare the Preferred Bidder as the Successful Bidder. Client will notify the Successful Bidder
through a Letter of Acceptance (LoA) that its Proposal has been accepted.
10 The Successful Bidder(s) shall execute the Service Agreement within one week of the issue of LoA or
within such further time as Client may agree to in its sole discretion.
11 Failure of the Successful Bidder to execute the contract agreement within specified period shall
constitute sufficient grounds for the annulment of the LoA and forfeiture of the EMD.
12 Notwithstanding anything contained in this RFP, Client reserves the right to accept or reject any
Proposal, or to annul the bidding process or reject all Proposals, at any time without any liability or any
obligation for such rejection or annulment.
13 CONTRACT COMMENCEMENT DATE
The contract shall commence from the date of signing. However, the Facility Management Services
under the Agreement shall commence from the date of deployment of the team at Naya Raipur.
RFP for SELECTION OF FACILITY MANAGEMENT SERVICE PROVIDER FOR MANTRALAYA MAHANADI BHAWAN, CCIID, RAJDHANI SAROVAR, BUILDINGS AND ITS CAMPUS AT NAYA RAIPUR, CHHATTISGARH.
17
SECTION 3
APPENDIXES, TECHNICAL AND FINANCIAL PROPOSAL STANDARD FORMS
CONTENTS
TITLE APPENDIX/ FORM
Letter of proposal
APPENDIX A
Power of attorney for signing of proposal APPENDIX B
Details of bidder (on the letter head of the bidder) FORM TECH-1
Description of technical experience of bidder to illustrate qualifications FORM TECH-2
Average annual turnover in last three financial years from facility management services FORM TECH-3
Undertakings FORM TECH-4
General approach and methodology, work and staffing schedule
FORM TECH-5
Format for Bank-Guarantee for Earnest Money Deposit FORM TECH-6
Format for Financial proposal FORM FIN-I
Format for Estimated Monthly Billing Amount for Manpower Charges FORM FIN-2
Format for Sundry Expenses FORM FIN-3
Draft Agreement with Schedules APPENDIX C
Schedule of Services APPENDIX D
RFP for SELECTION OF FACILITY MANAGEMENT SERVICE PROVIDER FOR MANTRALAYA MAHANADI BHAWAN, CCIID, RAJDHANI SAROVAR, BUILDINGS AND ITS CAMPUS AT NAYA RAIPUR, CHHATTISGARH.
18
APPENDIX A
LETTER OF PROPOSAL
(On Applicant’s letter head)
Dated:
The Chief Executive Officer,
Naya Raipur Development Authority (Client)
Utility-Block, Capitol Complex Sector-19, Naya Raipur-492002
Sub: Selection of Facility Management Services of Mantralaya Mahanadi Bhawan, CCIID and
Rajdhani Sarovar Buildings & its Campus at Naya Raipur.
Dear Sir,
1 With reference to your RFP document dated *****, I/we, having examined the Bidding Documents and
understood their contents, hereby submit my/our proposal for the aforesaid Project. The proposal is
unconditional and unqualified.
2 All information provided in the proposal and in the Appendices is true and correct.
3 This statement is made for the purpose of qualifying as a bidder for undertaking the Project.
4 I/ We shall make available to the Authority any additional information it may find necessary or require to
supplement or authenticate the Bid.
5 I/ We acknowledge the right of the Authority to reject our proposal without assigning any reason or
otherwise and hereby waive our right to challenge the same on any account whatsoever.
6 We certify that in the last three years, we have neither failed to perform on any contract, as evidenced by
imposition of a penalty or a judicial pronouncement or arbitration award, nor been expelled from any project
or contract nor have had any contract terminated for breach on our part.
7 We certify that we have not been barred by the Client, Government of Chhattisgarh (GoC), or any other
state government in India (SG) or Government of India (GoI), or any of the agencies of GoC/SG/GoI from
participating in its projects.
8 I/ We declare that:
(a) I/ We have examined and have no reservations to the Bidding Documents, including any
Addendum issued by the Authority.
(b) I/ We do not have any conflict of interest in accordance the RFP document;
I I/We have not directly or indirectly or through an agent engaged or indulged in any corrupt
practice, fraudulent practice, coercive practice, undesirable practice or restrictive practice, as
defined in the RFP document, in respect of any tender or request for proposal issued by or any
agreement entered into with the Authority or any other public sector enterprise or any
government, Central or State; and
(d) I/ We hereby certify that we have taken steps to ensure that in conformity with the provisions of
the RFP, no person acting for us or on our behalf has engaged or will engage in any corrupt
practice, fraudulent practice, coercive practice, undesirable practice or restrictive practice.
9 I/ We understand that you may cancel the Bidding Process at any time and that you are neither bound to
accept any proposal that you may receive nor to invite the bidders to Bid for the Project, without incurring
any liability to the bidders, in accordance with the RFP document.
10 I/ We declare that we are not a Member of any other firm submitting a proposal for the Project.
RFP for SELECTION OF FACILITY MANAGEMENT SERVICE PROVIDER FOR MANTRALAYA MAHANADI BHAWAN, CCIID, RAJDHANI SAROVAR, BUILDINGS AND ITS CAMPUS AT NAYA RAIPUR, CHHATTISGARH.
19
11 I/ We certify that we have not been convicted by a Court of Law or indicted or adverse orders passed by a
regulatory authority which could cast a doubt on our ability to undertake the Project or which relates to a
grave offence that outrages the moral sense of the community.
12 I/ We further certify that in regard to matters relating to security and integrity of the country, we have not
been charge-sheeted by any agency of the Government or convicted by a Court of Law for any offence
committed by us or by any of our Associates.
13 I/ We further certify that no investigation by any regulatory authority is pending either against us or against
our Associates or against our CEO or any of our Directors/ Managers/ employees.
14 I/ We undertake that in case due to any change in facts or circumstances during the Bidding Process, we
are attracted by the provisions of disqualification in terms of the guidelines referred to above, we shall
intimate the Authority of the same immediately.
15 I/We hereby irrevocably waive any right which we may have at any stage at law or howsoever otherwise
arising to challenge or question any decision taken by the Authority in connection with the selection of the
bidder, or in connection with the Bidding Process itself, in respect of the above mentioned Project and the
terms and implementation thereof.
16 In the event of my/ our being declared as the successful bidder, I/We agree to enter into a Service
Agreement in accordance with the draft that has been provided to me/us prior to the proposal Due Date.
We agree not to seek any changes in the aforesaid draft and agree to abide by the same.
17 I/We have studied all the Bidding Documents carefully and also surveyed the project site. We understand
that except to the extent as expressly set forth in the Service Agreement, we shall have no claim, right or
title arising out of any documents or information provided to us by the Authority or in respect of any matter
arising out of or concerning or relating to the Bidding Process including the award of assignment.
18 The Service Charges has been quoted by me/us after taking into consideration all the terms and conditions
stated in the RFP, draft Service Agreement.
19 I/We offer and attach as specified (i) Non-refundable Processing fee of Rs.10,000/- (Rupees Ten Thousand
Only) in the form of Demand draft (ii)EMD of Rs. 5,00,000/- (Rupees five lacs only) to the Authority in
accordance with the RFP Document.
20 I/We agree to keep this offer valid for 180 (one hundred and eighty) days from the proposal Due Date
specified in the RFP.
21 I/We agree and undertake to abide by all the terms and conditions of the RFP document. In witness thereof,
I/we submit this proposal under and in accordance with the terms of the RFP document.
Yours faithfully,
Date: (Signature of the Authorised signatory)
Place: (Name and designation of the of the Authorised signatory)
Name and seal of bidder
RFP for SELECTION OF FACILITY MANAGEMENT SERVICE PROVIDER FOR MANTRALAYA MAHANADI BHAWAN, CCIID, RAJDHANI SAROVAR, BUILDINGS AND ITS CAMPUS AT NAYA RAIPUR, CHHATTISGARH.
20
APPENDIX B
POWER OF ATTORNEY FOR SIGNING OF PROPOSAL
Know all men by these presents, We, ________________________ (name of the firm and address of the
registered office) do hereby irrevocably constitute, nominate, appoint and 20uthorize Mr. / Ms (Name),
son/daughter/wife of ________________________ and presently residing at ________________________,
who is [presently employed with us/ and holding the position of ________________________], as our true and
lawful attorney (hereinafter referred to as the “Attorney”) to do in our name and on our behalf, all such acts,
deeds and things as are necessary or required in connection with or incidental to submission of our proposal for
selection of Service Provider for providing Facility Management Services in Mantralaya Mahanadi Bhawan,
CCIID and Rajdhani Sarovar Buildings & its Campus at Naya Raipur, by the Naya Raipur Development
Authority,(Client) (the “Authority”) including but not limited to signing and submission of all applications,
Proposal and other documents and writings, participate in bidders’ and other conferences and providing
information / responses to the Authority, representing us in all matters before the Authority, signing and
execution of all contracts including the Service Agreement and undertakings consequent to acceptance of our
Bid, and generally dealing with the Authority in all matters in connection with or relating to or arising out of our
proposal for the said Project and/or upon award thereof to us and/or till the entering into of the Service
Agreement with the Authority.
AND we hereby agree to ratify and confirm and do hereby ratify and confirm all acts, deeds and things lawfully
done or caused to be done by our said Attorney pursuant to and in exercise of the powers conferred by this
Power of Attorney and that all acts, deeds and things done by our said Attorney in exercise of the powers
hereby conferred shall and shall always be deemed to have been done by us.
N WITNESS WHEREOF WE, ________________________, THE ABOVE NAMED PRINCIPAL HAVE
EXECUTED THIS POWER OF ATTORNEY ON THIS __________ DAY OF __________, 20**.
For________________________
(Signature)
(Name, Title and Address)
RFP for SELECTION OF FACILITY MANAGEMENT SERVICE PROVIDER FOR MANTRALAYA MAHANADI BHAWAN, CCIID, RAJDHANI SAROVAR, BUILDINGS AND ITS CAMPUS AT NAYA RAIPUR, CHHATTISGARH.
21
FORM TECH-1
DETAILS OF BIDDER
(On the Letter Head of the Bidder)
1. (a) Name of Bidder
(b) Address of the office(s)
I Date of incorporation and/or commencement of business
2. Details of individual(s) who will serve as the point of contact / communication for Client with the
Bidder:
(a) Name :
(b) Designation :
(c) Company/Firm :
(d) Address along with Pin code :
(e) Telephone number :
(f) E-mail address :
(g) Fax number :
(h) Mobile number :
3. Company/Firm Profile, Locational Presence in India.
Enclosure:
Notarised copy of the following shall be enclosed with this Form:
1. Certificate of Incorporation
2. ISO certifications
3. P.F. Registration No., E.S.I. Registration No., Service Tax No., PAN No. and TAN No. and any other
regulations covering labour contract where applicable.
4. Enclose copy of any certification / accreditation / affiliation
5. Hard & Soft copy in CD of Service management software.
Date: (Signature of the Authorised signatory)
Place: (Name and designation of the of the Authorised signatory)
Name and seal of bidder
RFP for SELECTION OF FACILITY MANAGEMENT SERVICE PROVIDER FOR MANTRALAYA MAHANADI BHAWAN, CCIID, RAJDHANI SAROVAR, BUILDINGS AND ITS CAMPUS AT NAYA RAIPUR, CHHATTISGARH.
22
FORM TECH-2
DESCRIPTION OF EXPERIENCE OF BIDDER TO ILLUSTRATE QUALIFICATIONS
(NOT TO EXCEED THREE PAGE FOR EACH PROJECT)
(Please provide information only for a project for which your firm was legally contracted by the client as a Corporate
entity)
(1) Project Name:
(2) Project Location:
(3) Carpet Area under the scope of services for the Project (Sq.M):
(4) Name of Client:
(5) Start Date (Month/Year):
(6) Whether ongoing (Yes / No):
(7) If completed, date of completion: (DD/MM/YYYY)
(8) Detailed Narrative Description of Project Building:
(9) Detailed Description of Actual Services Provided by the firm:
(10) Professional Staff Provided by the Firm:
Number of and categories of Staff:
(11) Value of Services (INR) per year:
(12) Clearance certificate from concerning ESI & PF department.
(13) Copy of implemented Service management software in this project
Note: The following supporting documents should necessarily be submitted by the bidders without which
the submission shall not be considered for evaluation -
a. Above Experience should be supported by a certificate from the by the authorised signatory of the client.
The certificate from the client should clearly set out the name of the project, activities undertaken and the
carpet area in SqM. under the scope of services.
b. In case the Fee per year / value of services per year from assignment is not set out in the certificate from the
client, the bidders can submit a certificate from Statutory Auditor indicating the same.
Date: (Signature of the Authorised signatory)
Place: (Name and designation of the of the Authorised signatory)
Name and seal of bidder
RFP for SELECTION OF FACILITY MANAGEMENT SERVICE PROVIDER FOR MANTRALAYA MAHANADI BHAWAN, CCIID, RAJDHANI SAROVAR, BUILDINGS AND ITS CAMPUS AT NAYA RAIPUR, CHHATTISGARH.
23
FORM TECH-3
AVERAGE ANNUAL TURN OVER IN LAST THREE FINANCIAL YEARS
FROM FACILITY MANAGEMENT SERVICES
Financial Year Turn Over from Facility Management Services (Rs. in Lacs)
2013-14
2014-15
2015-16
Total
Average Annual Turn Over
Note:
1. The Audited Financial Statement of above years should be submitted by the bidder.
2. The Turn Over should be certified by the Statutory Auditor/Chartered Accountant. Turn Over not
certified by Statutory Auditor/Chartered Accountant shall not be considered for evaluation.
Date: (Signature of the Authorised signatory)
Place: (Name and designation of the of the Authorised signatory)
Name and seal of bidder
RFP for SELECTION OF FACILITY MANAGEMENT SERVICE PROVIDER FOR MANTRALAYA MAHANADI BHAWAN, CCIID, RAJDHANI SAROVAR, BUILDINGS AND ITS CAMPUS AT NAYA RAIPUR, CHHATTISGARH.
24
FORM TECH-4
UNDERTAKINGS
Submission of Undertaking by the Bidder on the following:
a) No existing litigation
b) Never blacklisted, terminated by any client in India
c) The bidder never filed any law suits or requested arbitration with regard to any contract within the last five years
d) No judgment, claim, arbitration proceeding or suit pending or outstanding against the bidder or its officers
e) Bankruptcy was never filed by the bidder, its subsidiaries or its parent companies
f) The bidder was never cited by any regulatory agency for a safety violation in the last five years
Undertakings shall be prepared by the bidder in its letter head and shall be notarised
Submission of above undertakings is mandatory.
Date: (Signature of the Authorised signatory)
Place: (Name and designation of the of the Authorised signatory)
Name and seal of bidder
FORM TECH-5
GENERAL APPROACH AND METHODOLOGY, WORK AND STAFFING SCHEDULE
[Based on standard CPWD Maintenance Manual 2012]
a) Brief outline of implementing Property Management services at site. Do you have a special start up team for transition?
Describe its role and composition.
b) Management structure and delivery mechanism you will put in place to deliver the required services to Client.
c) How you will implement this contract.
d) Implementation team and what functions each team will be responsible for.
e) Detailed implementation programme and what functions and interfaces you will require with Client.
f) Any services that would not be available on the start date, stating the reasons why.
g) Time line for recruitment and providing training to the human resources. Provide copy of selection procedure of the
personnel for all designation.
h) Methodology for maintaining hygiene in the service area and among the manpower deployed
i) Methodology for maintaining the environment
j) Methodology for maintaining energy management
k) Methodology for maintaining implementing safe working procedure and training of deployed manpower on safe working
practices
l) Methodology for maintaining & implementing service management software to this site.
Date: (Signature of the Authorised signatory)
Place: (Name and designation of the of the Authorised signatory)
Name and seal of bidder
RFP for SELECTION OF FACILITY MANAGEMENT SERVICE PROVIDER FOR MANTRALAYA MAHANADI BHAWAN, CCIID, RAJDHANI SAROVAR, BUILDINGS AND ITS CAMPUS AT NAYA RAIPUR, CHHATTISGARH.
26
FORM TECH 6
1] Earnest Money Deposit From ( Bank Guarantee)
(To be valid for minimum period of six months on Rs. 100/- (Rupees hundred only) Stamp Paper from a Nationalised Bank
operatable in Raipur, Chhattisgarh only )
To,
Naya Raipur Development Authority
Capitol complex, Sector – 19, Naya Raipur – 492 002, Chhattisgarh
1. In consideration of Naya Raipur Development Authority of Chhattisgarh Incorporated under Nagar Tatha Gram
Nivesh Adhiniyam – 1973 (no. 23, year 1973 ), Having its registered office near Mantralaya Mahanadi Dwar , Raipur 492 001, Chhattisgarh, Naya Raipur Development Authority , Capitol, Sector- 19, Naya Raipur- 492 002, Chhattisgarh (herein after called ‘NRDA’ which expression shall Unless it be repugnant to the subject or context on meaning thereof include its successors and assign or assigns) having invited tenders in connection with contract package no. ___________ for the execution of the work of ………………………………………………… …………………………………………………………………………………………………… And in future consideration of the NRDA having consented to permit M/S. _________________________________________________ ( Name of the Tenderer ) ( hereinafter called “ the tenderer” which expression shall unless it be repugnant on the context and meaning thereof include his heirs, executors, administrators and assign/assigns ) to deposit the Earnest money deposit deposit of Rs. ____________(Rupees ___________________ __________________ in the form of an unconditional and irrevocable Bank Guarantee furnished by a Nationalised Bank which shall be Opratable/Encashable at Raipur ___________________(Address of the specific local branch in Raipur/Naya Raipur in which bank guarantee shall be portable/Encashable) in accordance with requirement of tender package. we the Bank ________________constituted and established under the _____________________ banking companies Act. Acquisition and Transfer undertaking act 1970 a company incorporated under companies act 1956 and Nationalised Bank , within the meaning of Reserve bank Act 1934, clause (e) of section 2 having our Head office at ______________________________________do and hereby guarantee, undertake and agree to pay the NRDA a sum of Rs. _________________ (Rupees_____________________________________________) upon receipt by us of your first demand in writing accompanied by a written statement stating that the Tenderer is in breach of its obligation(s) under the tender conditions, because the Tenderer. (a) Has withdrawn its Tender during the period of tender validity specified by the Tenderer in the form of tender ; or (b) Having been notified of the acceptance of its Tender by the NRDA during the period of tender validity,
(i) fails or refuses to execute the Contract agreement as required, or (ii) fails or refuses to furnish the performance security, in accordance with the Detailed NIT clause 18 (iii) refuse to accept the correction of its Tender Price .
(c) Has given the false documents in support of qualification with the technical tender.
2. We, Bank of ______________________________________________ further agree that the NRDA shall be sole judge of and as to whether the Tenderer has committed any breach or breaches of any of the terms and conditions of the said Tender and the extent of loss, damage, costs, charges and expenses caused to or suffered by or that may be caused to or suffered by the NRDA on account thereof and the decision of the Chief Executive Officer, NRDA that the Tenderer has committed such breach or breaches and as to the amount or amounts of losses, damage, costs, charges and expenses caused to or suffered by or that may be caused to or suffered by the NRDA from time to time shall be final and binding on us.
3. We the said Bank further agree that the Guarantee herein contained shall remain in full force and effect during the period that the said tender shall be made valid for acceptance by the NRDA and till all the dues of the NRDA under the said Tender or by virtue of any of the terms and conditions governing the said Tender have been fully paid and It’s claims satisfied or discharged and till Chief Executive Officer, NRDA certifies that the terms and conditions of the said Tender have been fully and properly carried out by the Tender and accordingly discharge this guarantee subject, however, that the NRDA shall have no claim under this guarantee after completion of the work or from the date of cancellation of the said contract , as the case may be, unless a notice of the claim under this guarantee has been served on the Bank before the expiry of the said period of 3 (Three) month from the deadline for receipt of tender i.e. in which case the same shall be enforceable against the Bank notwithstanding the fact the same is enforced after the expiry of the said period of 3 ( Three)month from the date receipt of tender.
4. The Chief Executive Officer, NRDA shall the fullest liberty without affecting inany way the liability of the Bank under this Guarantee of Indemnity, from time to time vary any of the terms and conditions of the said Tender or to extend time
RFP for SELECTION OF FACILITY MANAGEMENT SERVICE PROVIDER FOR MANTRALAYA MAHANADI BHAWAN, CCIID, RAJDHANI SAROVAR, BUILDINGS AND ITS CAMPUS AT NAYA RAIPUR, CHHATTISGARH.
27
for performance by the contractor or to postpone for any time and from time to time any of the power exercisable by it against the Tenderer and either to enforce or forbear from enforcing any of the terms and conditions governing the said Tender or securities available to the NRDA and the said Bank shall not be relived from its liability under these presents by on exercise by the NRDA of the liberty with Reference to the matters aforesaid or by reason of time being given to the or any other forbearance act or omission on the part of NRDA or by indulgence by the NRDA to the Tenderer or of any other matter or thing whatsoever which under the law relating to sureties would but for this provision have the effect of so releasing the Bank from its such liability .
5. It shall not be necessary for the NRDA to proceed against the Tenderer before proceeding against the Bank and the Guarantee herein contained shall be enforceable against the Bank, notwithstanding any security which the NRDA may have obtained or obtain from the Tenderer shall at the time when proceeding are taken against the Bank hereunder be outstanding or unrealized .
6. We, the said Bank lastly undertake not to revoke this Guarantee during the currency except with the previous consent of the NRDA in writing and agree that any change in the constitution of the Tenderer or the said Bank shall not discharge liability hereunder .
7. This guarantee is valid till the ______________,Unless a suitable action to enforce the claim under this guarantee is made within 3 (Three) months from _______________ that date all your rights under the guarantee shall be forfeited and we shall be relived and discharged from all liability there under.
8. This guarantee will not be discharged due to the change in the constitution of bank the bank or the contributor.
9. The bank guarantee Number ……………………………………………………………dated shall be operative at Raipur and if inraked, be encashable at ……………………………………………………………………………… (Specific name of the bank and the branch in Raipur with Branch code) Dated this __________________the day of _______________________________ For and on behalf of the bank the above Guarantee is accepted by
Name of Bank
RFP for SELECTION OF FACILITY MANAGEMENT SERVICE PROVIDER FOR MANTRALAYA MAHANADI BHAWAN, CCIID, RAJDHANI SAROVAR, BUILDINGS AND ITS CAMPUS AT NAYA RAIPUR, CHHATTISGARH.
28
2] Draft Format for Performance Security
(On Rs. 100/- (Rupees hundred only ) stamp Paper from a Nationalised bank and operatable in Raipur, Chhattisgarh only)
To,
Naya Raipur Development Authority
Capitol complex, Sector – 19, Naya Raipur – 492 002, Chhattisgarh
1. In consideration of the naya Raipur Development Authority of Chhattisgarh Incorporated under Nagar Tatha Gram Nivesh Adhiniyam – 1973 (No, 23, Year 1973) , Having its registered office near Mantralaya Mahanadi Dwar Raipur 492 001, Chhattisgarh , Naya Raipur Development Authority , Capital Complex , Sector -19, Naya Raipur – 492 002 , Chhattisgarh ( hereinafter called “ NRDA” which expression shall unless repugnant to the subject or context include its succession and assigns ) having agreed under the terms and conditions of Contract awarded to ______________________ ( hereinafter called “ the Contractor” which expression shall unless repugnant to the subject or context include his heirs, executors administrators and assigns/its successors and assigns) and the NRDA in connection with ______________________ ( hereinafter called “ the Said Contract”) to accept a Performance security as herein provided for Rs. ___________________ form a Nationalised Bank which shall be Operatable/Encashable at Raipur, Chhattisgarh. _______________ (Address of the specific local branch in Raipur/Naya Raipur Which bank Guarantee shall be Operatable/Encashable) in lieu of the performance security deposit to be paid for the due fulfillment by the Contractor as per the terms and conditions contained in the said Contract, We the Bank________ _________constituted and established under the Banking Companies Acquisition and Transfer of Undertaking act 1970 ( hereinafter referred to as “the said bank “ ) and Having our Head Office at ___________________ at the Request of Contractor do hereby undertake to pay to the NRDA an Amount not exceeding Rs. _______________ against any loss or damage caused to or suffered or would be caused to or suffered by the NRDA by reason of breach or breaches by the said Contractor (s) of any of the terms and conditions contained in the said agreement, and to unconditionally pay the amount claimed by the NRDA on demand and without demur to the extent expressed .
2. We ____________________(Specific Name of Bank ) do hereby undertake to Pay the amounts due and payable under this guarantee without any demur , merely on a demand from the NRDA stating that the amount claimed is due by way of loss or damage caused to or would be caused to or suffered by the NRDA by reason of breach by the said contractor of any of the terms or conditions contained in the said Agreement or by reason of the contractor (s) failure to perform the said Agreement . Any Such Demand made on the bank shall be conclusive as regards the amount due and payable and by the Bank under this Guarantee . However, our liability under this guarantee shall be restricted to an amount not exceeding Rs. ________________.
3. We ________________________(Specific Name of Bank ) further agree that the Chief Executive Office, NRDA Shall be the sole judge of and as to whether the contractor has committed any breach or Breaches of any of the terms and conditions of the said contract and the extent of loss, damage , costs, charges and expenses caused to or suffered by or that may be caused to or suffered by the NRDA on account thereof and the decision of the Chief Executive Officer, NRDA that the Contractor has committed such breach or breaches and as to the amount or amounts of loss, damage , costs , charges and expenses caused to or suffered by or that may be caused to or suffered by the NRDA from time to time shall be final and binding on us’ .
4. We undertake to pay to the Chief Executive Officer, NRDA any money so demanded notwithstanding any dispute or dispute raised by the Contractor /supplier in any suit or proceeding pending before any court or Tribunal relating thereto our liability under this present being absolute and unequivocal .
The payment so made by us under this security bond shall be a valid discharge of our liability for payment there under and the contractor /supplier shall have no claim against us for making such payment.
5. We _______________________________(indicate the Specific Name of bank ) further agree that the guarantee herein contained shall remain in full force and effect during the period that would be taken for the performance of the said Agreement and that it shall continue to be enforceable till all the dues of the NRDA under or by virtue of the said Agreement have been fully paid and its claims satisfied or discharged or till the Chief Executive Officer , NRDA certifies that the terms and conditions of the said Agreement have been fully and properly carried out by the said Contractor(s) and accordingly discharges this Guarantee. Unless a demand or claim under this guarantee is made on us in writing on or before the ____________________ we shall be discharged from all liability under this guarantee thereafter.
6. We _________________________________ (indicate the Specific Name of the Bank ) further agree with the chief Executive officer, NRDA shall have the fullest liberty without our consent and without affecting in any manner our obligations hereunder to vary any of the terms and condition of the said Agreement or to extend time of performance by the said contractor from time to time or to postpone for any time or from time to time any of the powers exercisable by the NRDA against the said contractor and to forbear or enforce any of the terms and conditions relating to the said Agreement and we shall not be relieved from our liability by reason of any such variation, or extension being granted to the said Contractor or for any forbearance, act or commission on the part of the NRDA or any indulgence by the
RFP for SELECTION OF FACILITY MANAGEMENT SERVICE PROVIDER FOR MANTRALAYA MAHANADI BHAWAN, CCIID, RAJDHANI SAROVAR, BUILDINGS AND ITS CAMPUS AT NAYA RAIPUR, CHHATTISGARH.
29
NRDA to the said contractor or by any such matter or thing whatsoever which under the law relation to sureties would , but for this provisions have effect of so relieving us.
7. This guarantee will not be discharged due to the change in the constitution of the Bank or the Contractor/Supplier(s). 8. We, __________________________________________________ (indicate the Name of Bank) lastly undertake not to
revoke this guarantee during its currency except with the previous consent of the NRDA in writing . 9 This Guarantee is valid till __________________________unless a suitable action to enforce the claim under this
guarantee is made within 3 (Three) months from _____________________________ all your rights under this guarantee shall be forfeited and we shall be relieved and discharge from all liabilities there under .
10 The bank Guarantee number………………………………………………………………… dated …………………..…….shall be operative at Raipur and if invoked , be encashable at ………………………………………………………………….. (Specific Name of the bank and the branch in Raipur with branch code).
Dated this ___________day of __________ 2015 for and on behalf of the bank
The above Guarantee is accepted by the NRDA. for and on behalf of the NRDA .
Date :_________________
(Name and Designation)
RFP for SELECTION OF FACILITY MANAGEMENT SERVICE PROVIDER FOR MANTRALAYA MAHANADI BHAWAN, CCIID, RAJDHANI SAROVAR, BUILDINGS AND ITS CAMPUS AT NAYA RAIPUR, CHHATTISGARH.
30
FORM FIN-1
Format for Financial Proposal
(On the letterhead of the Bidder) Having gone through this RFP document and Draft Agreement and having fully understood the scope of work for the Project as set out in this RFP document; we
are pleased to quote the following Estimated Total Billing Amount for the Assignment: SUMMARY OF FINANCIAL PROPOSAL
NAME OF WORK- RFP for SELECTION OF FACILITY MANAGEMENT SERVICE PROVIDER FOR MANTRALAYA MAHANADI BHAWAN, CCIID, RAJDHANI SAROVAR, BUILDINGS AND ITS CAMPUS AT NAYA RAIPUR, CHHATTISGARH.
SL.
No.
Description Estimated Total Billing Amount
for 1st Year (in Rs.)
Estimated Monthly Billing Amount for
1st Year (in Rs.)
1 2 3 4
A Total of Management Services (Form Fin -2 )
B Total of Technical Services (Form Fin -2 )
C Total of Soft Service Support (Form Fin -2 )
D Total of Miscellaneous other Services (Form Fin -2 )
E Sundry expenses / overheads
[1] Cost of office Management for Office operations (Office expenses for Providing & regular monthly Opeartion of Management software, 3 Telephone connections, 6 Computers with 3 A4 & 3 A3 Laser Printers, 2 Photocopier, monthly Toners for all printers &
Photocopiers, 6 Computer operators, 20CDs, 20DVDs, 20 packets A4 & 10 packets A3 papers, 50 Files, 50 folders, 50 Registers, necessary other office stationery, Processing fees for Overtime, PF, ESI, maintain all site documents, PPMS, SOPs, Compliances,
Quality performance and reports, Checklists, Trackers etc. for safe and economical running of services). Detail component shall be decided in the Initial / inception report.
[2] Cost of Housekeeping Machineries & Equipment. Detail component
shall be decided in the Initial / inception report.
[3] Cost of Consumable for Cleaning, Housekeeping & Plumbing services. Detail component shall be decided in the Initial / inception
report.
[4] Cost of Tools & Plants deployed by the service provider. Detail component shall be decided in the Initial / inception report
[5] Cost of pest control services by deploying specialised agency
(having minimum 1 Pest control specialist, 2 Supervisor & 6 Pest controllers each months).
Total-E
F MONTHLY TOTAL (A+B+C+D+E), RS.
Estimated Total Billing Amount (ETBA) for the first year (in words): ------------------------------------------------------------------------------------
---------------------------------------------------------------------------------------------------------------------------------------------------------------------------
We confirm that the rate quoted above is inclusive of all applicable taxes, cess and levies, except service tax which shall be
reimbursed separately.
NOTE- All the consumable as required for day to day operation & housekeeping etc. as mentioned in E[3] above as determined in the RFP shall have to be
monthly procured by the Facility Management Service Provider . For these material/items nothing extra shall be payable as the same is detailed/quoted at item no.
[3] of FIN-1. However, the items of permanent nature required to be replaced as a part of maintenance/repair shall be paid for separately. The list of such
items/materials is detailed at Annex-D. Such items/materials are mentioned at annexure along their purchase/supply rates. Theselected bidder shall be paid for
these items/material over and other than the quoted amount, based on their consumption. These rates shall be valid for 1st year of contract. The rates shall be
increased by 7% per annum on the previous year`s rates. All the cost of labour and other consumable shall be deemed to be included in the overall quote of the
selected bidder and NRDA shall not be liable for any other cost other than the item mentioned in the Material/consumable list of RFP. These items/material at the
rates as mentioned in the list shall be paid for in each monthly bill.
Yours faithfully,
Date: (Signature of the Authorised signatory)
Place: (Name and designation of the of the Authorised signatory)
Name and seal of bidder
RFP for SELECTION OF FACILITY MANAGEMENT SERVICE PROVIDER FOR MANTRALAYA MAHANADI BHAWAN, CCIID, RAJDHANI SAROVAR, BUILDINGS AND ITS CAMPUS AT NAYA RAIPUR, CHHATTISGARH.
31
FORM FIN-2
As per agreement clause 1.4 Service Provider shall submit correct invoices including key deliverables as per clause 1.6 with
Overtime, PF, ESI details as required in clause 26.13 otherwise Liquated Damages for delay as per clause 2.2 will be
imposed and as per clause 2.4 & 2.7 Penalty for deficiency in Services shall also be deducted from the bill. As per agreement
clause 26.10 The Service Provider shall visit installations under operation daily in every shift and ensure PPM is followed
strictly. He shall also ensure proper manning of each installation by authorized Technician and by organizing the operators
engaged by the Service Provider in such a manner that all services are manned, operated by 24 X 7 hrs basis or as ordered
by management. Service Provider shall provide and maintain all site documents, SOPs, Compliances, Quality performance
and reports, Checklists, Trackers etc. as per engineering best practice for safe and economical running of services, shall be
followed. Draft SOPs, Check Lists, PPM Schedules shall be forwarded to Management for approval before they are placed at
site for application within month of acceptance of LOI. All personnel shall be as per As per agreement clause 26.13.
Quote of Monthly Billing Amount for Manpower Charges in year-1
NAME OF WORK- RFP for SELECTION OF FACILITY MANAGEMENT SERVICE PROVIDER FOR MANTRALAYA MAHANADI BHAWAN, CCIID, RAJDHANI SAROVAR, BUILDINGS AND ITS CAMPUS AT NAYA RAIPUR, CHHATTISGARH
SL. No.
POSITION Unit No. of person
MONTHLY RATE, Rs.
in Fig
MONTHLY RATE, Rs. in Words
Monthly AMOUNT, Rs. For Yr-1
(Col 3 x Col 5)
Remark
1 2 3 4 5 6 7 8
[1] MANPOWER
A Management Services
1 Coordinator / Team Leader No. 1
Monthly rate shall
inclusive of PF,
ESI, Employees
welfare, Dress,
Laundry charges,
all taxes inclusive
explicable
Service taxes &
all allowances
with Overtime
allowance
applicable to this
contract.
2 Property Manager No. 1
3 Fire Officer No. 1
4 Contract Manager, Executive Legal &
Compliances (HR)
No. 1
5 Quantity Surveyor/Estimator/Bill
Engineer
No. 1
6 Chief Technical Supervisor No. 1
7 Chief Housekeeping Supervisor No. 1
8 Shift Supervisor for E/M services No. 4
9 Customer Care / Helpdesk persons No. 7
10 Computer Data Entry Operator No. 5
Sub-total Management Services No. 23
B Technical Services
1 BMS Supervisor No. 2
2 HT Electrician No. 5
3 LT Electrician No. 10
4 HVAC Supervisor No. 2
5 DG Operation supervisor No. 4
6 Lift Operation supervisor No. 2
7 Fire Technician No. 8
8 Technical Helper No. 16
9 Plumbers No. 11
10 Carpenter No. 4
11 Painter No. 4
12 Masson No. 4
Sub-total Technical Services No. 72
RFP for SELECTION OF FACILITY MANAGEMENT SERVICE PROVIDER FOR MANTRALAYA MAHANADI BHAWAN, CCIID, RAJDHANI SAROVAR, BUILDINGS AND ITS CAMPUS AT NAYA RAIPUR, CHHATTISGARH.
32
SL.
No.
POSITION Unit No. of
person
MONTHLY
RATE, Rs. in
Fig
MONTHLY RATE, Rs. in
Words
Monthly AMOUNT,
Rs. For Yr-1
(Col 3 x Col 5)
Remark
1 2 3 4 5 6 7 8
C Soft Service Support
1 Housekeeping Supervisor No. 13
Monthly rate shall
inclusive of PF,
ESI, Employees
welfare, Dress,
Laundry charges,
all taxes inclusive
explicable
Service taxes &
all allowances
with Overtime
allowance
applicable to this
contract.
2 Housekeepers (Male & Female both) No. 129
3 Sweepers for Toilet cleaning (Male & Female both)
No. 44
4 Office Boy No. 8
5 Horticulture Supervisor No. 3
6 Gardeners No. 13
Sub-total Soft Service Staff No. 210
D Miscellaneous other Services No. 12
MONTHLY TOTAL (A to D) No. 317
E Sundry expenses / overheads
[1] Cost of office Management for Office operations (Office expenses for Providing &
regular monthly Opeartion of Management software, 3 Telephone connections, 6 Computers with 3 A4 & 3 A3 Laser Printers, 2 Photocopier,
monthly Toners for all printers & Photocopiers, 6 Computer operators, 20CDs, 20DVDs, 20 packets A4 & 10 packets A3 papers, 50 Files, 50 folders, 50 Registers, necessary other office stationery,
Processing fees for Overtime, PF, ESI, maintain all site documents, PPMS, SOPs, Compliances, Quality performance and reports, Checklists, Trackers etc. for safe and economical running of
services). Detail component shall be decided in the Initial / inception report.
Ls
[2] Cost of Housekeeping Machineries & Equipment. Detail component shall be decided in the Initial / inception report.
Ls
[3] Cost of Consumable for Cleaning, Housekeeping & Plumbing services. Detail component shall be decided in the Initial / inception report.
Ls
[4] Cost of Tools & Plants deployed by the service provider. Detail component shall be decided in the Initial / inception report
Ls
[5] Cost of pest control services by deploying specialised agency (having minimum 1 Pest control specialist, 2 Supervisor & 6 Pest controllers each months).
Ls
Total-E
F MONTHLY TOTAL (A+B+C+D+E), RS.
Estimated Total Monthly Amount (ETMA) for the first year (in words): -------------------------
We confirm that the rate quoted above is inclusive of all applicable taxes, cess and levies, except service tax which shall be
reimbursed separately.
Yours faithfully,
Date: (Signature of the Authorised signatory)
Place: (Name and designation of the of the Authorised signatory)
Name and seal of bidder
RFP for SELECTION OF FACILITY MANAGEMENT SERVICE PROVIDER FOR MANTRALAYA MAHANADI BHAWAN, CCIID, RAJDHANI SAROVAR, BUILDINGS AND ITS CAMPUS AT NAYA RAIPUR, CHHATTISGARH.
33
FORM FIN-3
If required and in empty space, Format to be filled by the bidders against the lumpsum quote towards Sundry Expenses
in the financial proposal
a] Housekeeping Machineries to be deployed by the service provider-
[A] Housekeeping Machineries to be deployed by the service provider in BRAND-NEW condition-
SI. No. Machineries Make Specifications Unit Qty. Images for ref. only
1 2 3 4 5 6 7
1 Auto Scrubber Johnson Diversey / taski /Karcher or equivalent
1500 Wt 17 to 20 inch 250 volt
Nos. 7
2 Single Disc Scrubbing M/C Johnson Diversey / taski /Karcher or equivalent
1500 Wt 17 inch RPM 165 Nos. 7
3 Wet & Dry Vacuum Cleaner Johnson Diversey / taski /Karcher or equivalent
1200 Wt Suction – 2550 AirFlow – 200 Rank – 22ltr
Nos. 7
4 Manual Walk Behind Sweeper Johnson Diversey / taski /Karcher or equivalent
700 mm 35ltr 150059 m/ltr
Nos. 7
5 Pressure Washer Johnson Diversey / taski /Karcher or equivalent
3000 Wt 30-130 ltr Discharge -300 t0 600 ltr
Nos. 7
6 Telescopic Rod Unge or equivalent Suitable size Nos. 15
7 Glass cleaning kit Unge or equivalent Suitable size Nos. 10
8 Garbage Trolley Sullow/ Equivalent 200 ltr capacity (tri-color) Nos. 20
9 Dust Bins (Big 80 ltr. capacity) Cello or equivalent Suitable make Nos. 200
10 Dust Bins (Medium 30 ltr. capacity)
Cello or equivalent Suitable make Nos. 300
RFP for SELECTION OF FACILITY MANAGEMENT SERVICE PROVIDER FOR MANTRALAYA MAHANADI BHAWAN, CCIID, RAJDHANI SAROVAR, BUILDINGS AND ITS CAMPUS AT NAYA RAIPUR, CHHATTISGARH.
34
11 Safety Ladder 6ft. Suitable make Nos. 15
12 Safety Ladder 8ft. Suitable make Nos. 10
13 Safety Ladder 12ft. Suitable make Nos. 8
14 Alluminium Tower Ladder 17-50' Suitable make Nos. 2
15 Tower Ladder 4-16' Suitable make Nos. 3
16 Wringer Trolley Suitable make Nos. 30
17 Wet Floor signage’s Suitable make Nos. 50
18 Vehicle for Disposal of soild waste
Kam-Arida/TPS/USHA
Garbage Tippor 2 cum coverail
Nos. 1
19 Other Machineries, if Proposed by the bidder
Cycle Rikshwa Nos. 5
20 Tool set for Technical Suitable make Nos. 20
Other Machineries, if necessary to be specify by the bidder:
21
22
23
24
RFP for SELECTION OF FACILITY MANAGEMENT SERVICE PROVIDER FOR MANTRALAYA MAHANADI BHAWAN, CCIID, RAJDHANI SAROVAR, BUILDINGS AND ITS CAMPUS AT NAYA RAIPUR, CHHATTISGARH.
35
[B] Technical tools and tackles to be provided by the service provider in BRAND-NEW condition-
1. LAND-SCAPING
SI. No. Machineries/Tools Make Specifications Unit Qty. Images for ref. only
1 2 3 4 5 6 7
1 Lawn Mover Standard make Nos. 3
2 Shears big Standard make Nos. 6
3 Hand cutter Standard make Nos. 6
4 Curring pipe Standard make Rmt 200
5 Rake big Standard make
Nos. 8
6 Rake small Standard make
Nos. 8
7 Showel Standard make
Nos. 15
8 Hoe Standard make
Nos. 15
9 Scissors Standard make
Nos. 15
10 Gardener's knife Standard make
Nos. 15
11 Digging fork Standard make
Nos. 10
12 Heavy-duty leather gloves Standard make
Nos. 20
13 Spray machine Standard make
Nos. 4
14 Hand Spray Standard make
Nos. 10
15 Gaity Standard make
Nos. 10
16 Sabbal Standard make
Nos. 10
RFP for SELECTION OF FACILITY MANAGEMENT SERVICE PROVIDER FOR MANTRALAYA MAHANADI BHAWAN, CCIID, RAJDHANI SAROVAR, BUILDINGS AND ITS CAMPUS AT NAYA RAIPUR, CHHATTISGARH.
36
17 Axe/Kulhadi (Big/Medium/Small)
Standard make
Nos. 15
18 Gardner Trolly (3 wheeler) Standard make
Nos. 6
19 Gardner Trolly (1 wheeler) Standard make
Nos. 6
20 Other Machineries/Tools, if necessary to be specify by the bidder:
[B] Technical tools and tackles to be provided by the service provider in BRAND-NEW condition for technicians-
2. MASSON`S TOOLS
SI NO.
Tools Make Specifications Unit Qty. Images for ref. only
1 2 3 4 5 6 7
1 Kandi With Plastic Handle Standard make No. 20
2 Manjola ( Small Kandi ) Standard make No. 20
3 Gumala With Plastic Handle Standard make No. 10
4 Basuli ( Tesi ) Without Handle Standard make No. 10
5 Rawl Pluge Holder Standard make No. 10
6 Gunia /Tailor Scale (Masson\'s Scale) Joint Walla Heavy
Standard make No. 10
7 Rawl Bit For Rawl Pluge Holder Standard make No. 20
8 Sahul Rajasthan Type (Bright Finish ) With Round Kanda
Standard make No. 10
RFP for SELECTION OF FACILITY MANAGEMENT SERVICE PROVIDER FOR MANTRALAYA MAHANADI BHAWAN, CCIID, RAJDHANI SAROVAR, BUILDINGS AND ITS CAMPUS AT NAYA RAIPUR, CHHATTISGARH.
37
9 Chisel Octagonal Alloy Steel Standard make No. 10
10 Shovels TATA/equialent No. 10
11 Kassi with Handle TATA/equialent No. 10
12 Trolly (3 wheeler) Standard make
Nos. 6
13 Trolly (1 wheeler) Standard make
Nos. 6
Other Tools, if necessary to be specify by the bidder:
14
15
16
[B] Technical tools and tackles to be provided by the service provider in BRAND-NEW condition for technicians-
3. CARPENTRY TOOLS
SI NO. Tools Make Specifications Unit Qty. Images for ref. only
1 2 3 4 5 6 7
1 Hammer (Framing Hammers,Trim Hammers,Sledge Hammer)
Standard make Various sizes No. 15
2
Tape Measure
Standard make 3m No. 6
3 Standard make 5m No. 6
4 Standard make 30m No. 6
5 Chalk Line Standard make No. 8
RFP for SELECTION OF FACILITY MANAGEMENT SERVICE PROVIDER FOR MANTRALAYA MAHANADI BHAWAN, CCIID, RAJDHANI SAROVAR, BUILDINGS AND ITS CAMPUS AT NAYA RAIPUR, CHHATTISGARH.
38
6 Carpenter's Pencil Standard make Set 10
7 Utility Knife Standard make No. 10
8 Tin Snips Standard make No. 10
9 Wood Chisel (2 inch) Standard make No. 10
10 Torpedo Level Standard make No. 10
11 Nail Puller Standard make No. 10
12 Speed Square Standard make No. 10
13 Framing Square Standard make No. 10
14 Wood Chisel (1 inch) Standard make No. 10
17 Circular Saw Standard make No. 5
18 Wooden/Metal Drill (3/8" to 1/2" chuck)
Standard make No. 5
19 Reciprocating Saw Standard make No. 5
20 Extension Cords Standard make No. 10
RFP for SELECTION OF FACILITY MANAGEMENT SERVICE PROVIDER FOR MANTRALAYA MAHANADI BHAWAN, CCIID, RAJDHANI SAROVAR, BUILDINGS AND ITS CAMPUS AT NAYA RAIPUR, CHHATTISGARH.
39
21 Welding Machine (For welding of Steel & SS)
Standard make No. 3
22 Trolly (3 wheeler) Standard make
Nos. 2
23 Trolly (1 wheeler) Standard make
Nos. 2
24 Tool Box Standard make
Nos. 6
Other Tools, if necessary to be specify by the bidder:
25
26
RFP for SELECTION OF FACILITY MANAGEMENT SERVICE PROVIDER FOR MANTRALAYA MAHANADI BHAWAN, CCIID, RAJDHANI SAROVAR, BUILDINGS AND ITS CAMPUS AT NAYA RAIPUR, CHHATTISGARH.
40
[B] Technical tools and tackles to be provided by the service provider in BRAND-NEW condition for technicians-
4. PLUMBING TOOLS
SI NO. Tools Make Specifications Unit Qty. Images for ref.
only
1 2 3 4 5 6 7
1 Mini pipe cutter Standard make
Nos. 6
2 Medium copper pipe cutter 2" Standard make
Nos. 6
3 POX cinch ring crimper Standard make
Nos. 6
4 PEX Crimpers Standard make
Nos. 6
5 Steel pipe cutter Standard make
Nos. 6
6 PVC Hand saw Standard make
Nos. 6
7 Spud wrench Standard make
Nos. 6
8 Flaring tool kit Standard make
Nos. 6
9 Pipe wrenches 6"/10"/14"/18"/24" Standard make
Nos. 10
10 Offset pipe wrench 14" Standard make
Nos. 10
11 Offset hex wrench Standard make
Nos. 10
12 Strap wrench Standard make
Nos. 10
13 Cast iron snap cutter Standard make
Nos. 10
14 Basin wrench / telescopic Standard make
Nos. 5
15 Torpedo level Standard make
Nos. 5
RFP for SELECTION OF FACILITY MANAGEMENT SERVICE PROVIDER FOR MANTRALAYA MAHANADI BHAWAN, CCIID, RAJDHANI SAROVAR, BUILDINGS AND ITS CAMPUS AT NAYA RAIPUR, CHHATTISGARH.
41
16 Pipe extractors Standard make
Nos. 5
17 Pipe tapping tools Standard make
Nos. 5
18 Ratcheting pipe threading set Standard make
Nos. 5
19 Internal pipe wrench Standard make
Nos. 5
20 Plastic tube cutter/ scissor type Standard make
Nos. 5
21 Internal pipe cutter Standard make
Nos. 5
22 Spring benders various size Standard make
Nos. 5
23 Pipe reamer Standard make
Nos. 5
24 Torch head / Turbo torch Standard make
Nos. 5
25 Sparking igniter Standard make
Nos. 5
26 Gasket cutter / punches tool Standard make
Nos. 5
27 Faucet seat extractor Standard make
Nos. 5
28 Faucet handle puller Standard make
Nos. 5
29 Plunger Standard make
Nos. 25
30 PO wrench Standard make
Nos. 5
Other Tools, if necessary to be specify by the bidder:
31
RFP for SELECTION OF FACILITY MANAGEMENT SERVICE PROVIDER FOR MANTRALAYA MAHANADI BHAWAN, CCIID, RAJDHANI SAROVAR, BUILDINGS AND ITS CAMPUS AT NAYA RAIPUR, CHHATTISGARH.
42
[C] Monthly Consumables to be provided by the service provider
1. Monthly Consumable for CLEANING & HOUSEKEEPING
SI. No.
Machineries Make Specifi cations
Unit Qty.
(approximate)
Images for ref. only
1 2 3 4 5 6 7
1 Acid Ltr 50
2 Air Freshener Odonil-50gm Nos/Pcs 300
3 Air Freshener-Nature 300 ml. Nos/Pcs 30
4 Air Freshener-Premium '125 ml. Nos/Pcs 30
5 Air Freshener-Airwick/ Rajnigandhe -250 ml Nos/Pcs 30
6 Airwick machene Nos/Pcs 30
7 Airwick Refill 250ml/180gm. Nos/Pcs 30
8 Ala Bleach-500ml Nos/Pcs 30
9 Allout Refill Nos/Pcs 50
10 Bamboo Brush 20'' PVC Nos/Pcs 30
11 Bamboo Stick Nos/Pcs 30
12 Baygon all insect killer Nos/Pcs 30
13 Baygon spray pump 150 ml. Nos/Pcs 30
14 Black Pad Nos/Pcs 30
15 Black phenyl Ltr 30
16 Bleaching Powder Kg 30
17 Breeze Soap -100 G Nos/Pcs 20
18 Broom Compound with 5' Rod Nos/Pcs 20
19 Broom Hard-450 gm Nos/Pcs 50
20 Broom Soft -400 Gm. (Thukral) Nos/Pcs 50
21 Brush Cobweb with Telescopic Rod Nos/Pcs 15
22 Brush Floor Nylone Nos/Pcs 15
23 Brush hand Scrubber Nos/Pcs 15
24 Brush Toilet SingleSided Nos/Pcs 30
25 Brush Toilet Double Sided Nos/Pcs 30
26 Bucket 20 Ltr Pooja Nos/Pcs 30
27 Castic Soda Kg 30
28 Colin -500 Ml. (R.C.I) Nos/Pcs 30
29 Corpet Brush Nos/Pcs 30
30 Corpet Brush Nylone Nos/Pcs 30
31 Dettol Liquid Hand wash Nos/Pcs 60
32 Drain Pump Medium Nos/Pcs 20
33 Drainex Pouch -50 Grms Nos/Pcs 150
34 Dust Pan Plastic Nos/Pcs 50
35 Dust Pan Small Nos/Pcs 50
36 Dustbin with Paddle Medium-10ltr. Nos/Pcs 200
37 Duster Check-20x20 (Green) Nos/Pcs 60
38 Duster Check-20x20 (Red) Nos/Pcs 30
39 Duster Floor-30x30 Nos/Pcs 60
40 Duster Floor-26x26 Nos/Pcs 60
41 Duster Yellow-18x25 Nos/Pcs 60
42 Emerel RTU Ltr 60
43 Face Mask Nos/Pcs 60
32
RFP for SELECTION OF FACILITY MANAGEMENT SERVICE PROVIDER FOR MANTRALAYA MAHANADI BHAWAN, CCIID, RAJDHANI SAROVAR, BUILDINGS AND ITS CAMPUS AT NAYA RAIPUR, CHHATTISGARH.
43
44 Face Tissue Paper Platinum Nos/Pcs 300
45 Feather Bruse Nos/Pcs 10
46 Garbage Bag -30" X 40" Black Kg 40
47 Garbage Bag -Small Kg 50
48 Ghari Powder Kg 25
49 Good Night Machine Nos/Pcs 30
50 Glass Combie 35'' Nos/Pcs 20
51 Gumboot Nos/Pcs 15
52 Gum Pad Nos/Pcs 20
53 Hand Gloves Cotton Pair 15
54 Hand Gloves Rubber Pair 25
55 Harpic Flushmatic Nos/Pcs 50
56 Harpic 500 Ml (RCI) Nos/Pcs 50
57 Hit Spray (Red+Black)200ml/12kg Nos/Pcs 1
58 Iron Patti Nos/Pcs 50
59 Kitchen Wiper / Roll Nos/Pcs 20
60 Mop Dry 24" Blue Set with Rod Nos/Pcs 15
61 Mop Dry Frame Nos/Pcs 15
62 Mop Dry Stick Nos/Pcs 15
63 Mop Dry Refill Nos/Pcs 15
64 Mop Wet frame Nos/Pcs 15
65 Mop Wet Refill Nos/Pcs 15
66 Mop Wet Stick Nos/Pcs 15
67 Mop Wet Set with Rod Nos/Pcs 15
68 Mortien All Inseet Killer Nos/Pcs 15
69 Mug Plastic Nos/Pcs 100
70 Naphthalene Ball Nos/Pcs 100
71 Napkin Paper Premium Nos/Pcs 200
72 Nose Mask Nos/Pcs 50
73 Phenyl Ltr 100
74 Rat Killer 100gm Nos/Pcs 1
75 Red Pad Nos/Pcs 1
76 Scotch Brite Nos/Pcs 50
77 Scrubber Plastic Nos/Pcs 50
78 Signage Board Nos/Pcs 25
79 Spray Bottle Nos/Pcs 30
80 Steel Scrubber Nos/Pcs 50
81 Taski A5-2 suma Sout Ltr 15
82 Taski D 7.1 Suma Inox Ltr 15
83 Taski F71 TR 101 Carpet Shampw Ltr 15
84 Taski F73TR 103 Carpet Detorgent Ltr 15
85 Taski Jentee Terranove Ltr 15
86 Taski Spiral F 11 y Ltr 15
87 Taski Spiral HD Ltr 25
88 Taski R-1 Bathroom Cleaner Ltr 25
89 Taski R-2 Hardsurface Cleaner Ltr 25
90 Taski R-3 Glass Cleaner Ltr 25
91 Taski R-4 Furniture polisher Ltr 25
92 Taski R-5 Air Fresher Ltr 25
93 Taski R-6 Toilet Bowl Cleaner Ltr 25
94 Taski R-7 Floor Cleaner Ltr 25
95 Taski R-9 Floor Cleaner Ltr 25
RFP for SELECTION OF FACILITY MANAGEMENT SERVICE PROVIDER FOR MANTRALAYA MAHANADI BHAWAN, CCIID, RAJDHANI SAROVAR, BUILDINGS AND ITS CAMPUS AT NAYA RAIPUR, CHHATTISGARH.
44
96 Taski R-20 Ltr 25
97 Taski Rowalex Ibdustrical - Hqqy Ltr 25
98 Thinner . Ltr 50
99 Tissue Paper Nos/Pcs 200
100 Toilet Paper Roll Nos/Pcs 100
101 Tooth Brush Nos/Pcs 25
102 Urinal Cube Packets 500
103 Vim Powder Kg 20
104 White Pad Nos/Pcs 15
105 Wiper H/D-18'' Nos/Pcs 15
106 Wiper National 20''+32 Nos/Pcs 15
107 Wiper Sticks Nos/Pcs 15
108 Zoe Soap Nos/Pcs 15
Any other-Proposed by bidder
109
110
111
112
113
RFP for SELECTION OF FACILITY MANAGEMENT SERVICE PROVIDER FOR MANTRALAYA MAHANADI BHAWAN, CCIID, RAJDHANI SAROVAR, BUILDINGS AND ITS CAMPUS AT NAYA RAIPUR, CHHATTISGARH.
45
2. Monthly Consumable for PLUMBING WORK
SI. No. Machineries Make Specifi cations
Unit Qty.
(approximate) Images for ref. only
1 2 3 4 5 6 7
1 Teflon tape Standard make
Nos. 30
2 Lead free solder Standard make
Nos. 30
3 Sand cloth Standard make
Rmt 30
4 Flux / soldering paste Standard make
Packet 30
5 Gasket material Standard make
Rmt 30
6 Silicone Standard make
Nos. 30
7 Fitting brush Standard make
Nos. 30
8 Nails/ screws Standard make
Packet 30
9 Copper strapping Standard make
Rmt 5
10 Pipe dope Standard make
Nos. 2
11 Plumbers putty Standard make
Kg 5
Other Consumables, if necessary to be specify by the bidder:
RFP for SELECTION OF FACILITY MANAGEMENT SERVICE PROVIDER FOR MANTRALAYA MAHANADI BHAWAN, CCIID, RAJDHANI SAROVAR, BUILDINGS AND ITS CAMPUS AT NAYA RAIPUR, CHHATTISGARH.
46
3. Monthly Consumable for Gardening & Horticulture & Landscaping.
SI NO. Tools Make
Specifi cations
Unit Qty. Images for
ref. only
1 2 3 4 5 6 7
1 SAAF powder Standard make Kg 10
2 Macrofert 20:20 Standard make Kg 10
3 Dantesu Standard make Kg 10
4 Sujata 19:19 Standard make Kg 10
5 Bavistin powder Standard make Kg 10
6 Confidor Standard make Ltr 10
7 Uriya Standard make Kg 200
8 DAP Standard make Kg 200
9 Jarmi Compost Khad Standard make Kg 200
10 Caw-Dung/Gobar Khad /Manure Standard Kg 200
Other Consumables, if necessary to be specify by the bidder:
RFP for SELECTION OF FACILITY MANAGEMENT SERVICE PROVIDER FOR MANTRALAYA MAHANADI BHAWAN, CCIID, RAJDHANI SAROVAR, BUILDINGS AND ITS CAMPUS AT NAYA RAIPUR, CHHATTISGARH.
47
4. Monthly Consumable for Pest control.
SI NO. Tools Make
Specifi cations
Unit Quantity Images for
ref. only
1 2 3 4 5 6 7
1 Liquid Soap Dettol /Fem or Equivalent
Nos 50
2 Phenyl Sunny or Equivalent
Ltr 20
3 All Other Chemicals and Consumables for rodent, rat, fly, insects, Bee, ants etc. control.
Taski or Equivalent
Ltr 30
4 Naphthalene Standard make Packet 50
5 Room Freshener Premium 250 ml Nos 50
6 Mosquito repellent Hit/Good Night Nos 40
7 Rat Killer 100gm Standard make Nos/Pcs 50
8 Red Pad Standard make Nos/Pcs 50
9 Hit Spray (Red+Black)200ml/12kg Hit/ Standard make Nos/Pcs 50
10 ANY OTHER CONSUMABLES PROPOSED BY THE BIDDER
Standard make
RFP for SELECTION OF FACILITY MANAGEMENT SERVICE PROVIDER FOR MANTRALAYA MAHANADI BHAWAN, CCIID, RAJDHANI SAROVAR, BUILDINGS AND ITS CAMPUS AT NAYA RAIPUR, CHHATTISGARH.
48
b] Tool & Plants for Painting & Electrical maintenance works to be deployed by the service provider
1] Painting-
SI NO.
Tools Make Specifications Unit Qty.
1 2 3 4 5
1 Paint scraper Suitable make No. 12
2 Drop cloths Suitable make No. 50
3
Brush of all required size
Suitable make 1" No. 24
4 Suitable make 2" No. 24
5 Suitable make 4" No. 24
6 Roller Suitable make No. 24
7 High-Density Polyester Roller Cover Suitable make No. 48
8 Sand paper Suitable make No. 100
9 Emery Paper Suitable make No. 100
10 Putty applicator Suitable make No. 20
11 Others
2] Electrical-
S.N. DISCRIPTION MAKE MODEL/RANG/ SIZE/TYPE
QUNTITY
1 NEON TESTER TAPARIA MO.--813 20
2 COMBINATION PLIER TAPARIA
20
3 NOSE PLIER TAPARIA 14216-N 10
4 CUTTER TAPARIA 11216-N 5
5 STRIPPER TAPARIA WS-06 10
6 KNIFE Speedwav T16SPW1690 10
7 SCREW DRIVER TAPARIA 934 I 20
8 SCREW DRIVER TAPARIA 824 I 15
9 SCREW DRIVER TAPARIA 827 I 10
10 SCREW DRIVER TAPARIA 928 I 5
11 SCREW DRIVER SET TAPARIA MO.- 812 20
12 TEST LAMP TAPARIA 817 & 1431 Ext. Cord 10
13 MULTI METER FLUKE FLUKE -101 3
14 CLAMP METER HTC HTC CM -2030 3
15 MAGGER MEGGER AV0410 1
16 EARTHING TESTER MOTWANE MET-10 1
17 RECHARD SET TAPARIA S1/4H 2
18 D SPENER SET TAPARIA DEP- 12 /DEP 9 1
19 RING SPENER SET TAPARIA 1812 1
20 PIPE SPENER SET TAPARIA TS- 12 1
21 ALANKY SET INCH TAPARIA KBHI10L 3
22 ALANKY SET M.M. TAPARIA KBHM9L
23 ADJESTABLE SPANNER (8MM)
TAPARIA
1694-4 5
24 ADJESTABLE SPENER (15MM) TAPARIA 1176-24 2
RFP for SELECTION OF FACILITY MANAGEMENT SERVICE PROVIDER FOR MANTRALAYA MAHANADI BHAWAN, CCIID, RAJDHANI SAROVAR, BUILDINGS AND ITS CAMPUS AT NAYA RAIPUR, CHHATTISGARH.
49
S.N. DISCRIPTION MAKE MODEL/RANG/ SIZE/TYPE
QUNTITY
25 HAND GLOVS 33 KV JYOT ELECTRICAL
INDJYOT-ELECTRIKEWA716475D6C9048 1
26 HAND GLOVS 415 V SAMRATH ELECTRICAL
N
1
27 PULLER FOR FAN OTC 4421 1
28 PULLER FOR MOTER TAPARIA BP 308 1
29 CRIMPING TOOL STANLY AHHY-70 A 1
30 CRIMPING TOOL MULTITECH MT-106F 2
31 DISCHARGE ROD NATIONAL T14NAT0065 1
32 BLOWER Bosch GBL 800E 1
33 DRILL MACHINE NORMAL Bosch GBM6 1
34 DRILL MACHINE HAMRING Bosch GSB 1300 1
35 PANEL CUTTER (Set) Tapadia 1
36 DRILL BIT SET ( CON. HAMMER) Bosch Hss-R 1
37 DRILL BIT SET Bosch T04BOS0005 1
38 HAMMER Taparia WH200 B / C 4
39 HAMMER Taparia SFH 30 2
40 MEASURING TAPE Freemans SN10 1
41 MEASURING TAPE Bizinto T04BZT0031 1
42 PUNCH SET Taparia DCLP7 1
43 RAULPLUG Taparia NA 5
44 CHISEL Taparia 1046 2
45 CHISEL Taparia 1048 2
46 CHISEL Taparia 1059 2
47 SOLDRING IRON (WIRE &PEST) TNT T14TNT0013 2
48 SCREW DRIVER BITS SET Taparia BS 80 1
49 GREASE GUN JCB 22025947 1
50 BENCH VISE Carolus 7905.125 1
51 HAND VISE Taparia 1263-6
1
52 ROUND FILE SET Taparia RD 1501 , RD 2501 , RD 3501 1
53 FLAT FILE Taparia FL 1501 , FL 2501 , FL 3501 1
54 HECK SAW FRAME JCB HF/12/YB 3
55 COUNTINUTY TESTER SCIN : 73898170 5
56 RJ-11 RJ- 45 CRIMPING TOOL TAPARIA SDL867532480 1
57 RJ-11 RJ- 45 TESTER TECHBERI B00ZNOM84E 1
58 HAND CUTTER M/C KPT SAG6-100 1
59 CIRCLIP PLIER TAPARIA 1441-5S 2
RFP for SELECTION OF FACILITY MANAGEMENT SERVICE PROVIDER FOR MANTRALAYA MAHANADI BHAWAN, CCIID, RAJDHANI SAROVAR, BUILDINGS AND ITS CAMPUS AT NAYA RAIPUR, CHHATTISGARH.
50
APPENDIX- C
TERMS OF REFERENCE OR SCOPE OF FACILITY MANAGEMENT SERVICES
I. SCOPE OF WORK / TOR
1 Objective
The purpose of this document is to lay down the scope of work for Facility Management Services for its property of approximately
65000 m2 of Office space, at Mantralaya Mahanadi Bhawan, Capitol Complex Integrated Infrastructure Development [CCIID] &
Rajdhani Sarovar at Naya Raipur, including the area of the campus of the building, in terms of management and maintenance of landscaping, parking. Detail of service area is as below-
Sl. No.
Main Features SERVICE AREA Remarks
Mahanadi Bhawan
CCIID Rajdhani Sarovar
Total
1 Gross Area of services including premises, Hectare
20.00 40.00 30.00 110.00
2 Area of building including courtyard, Hectare
4.00 2.00 1.00 7.00
3 No. of story G+5 of 4.20m ht. floor
G+1 of 4.2m ht. floor
Single story -----
4 Max. Ht. of the building, Meter 37.50m. 4.50m. -----
5 Floor area, SQM 65000.00 2500.00 67500.00
6 Total Built-up Area SQM 68000.00 2500.00 70500.00 7 Waterbody 250.00 Sqm 1000.00 Sqm 19.00 Hectare 19.125
8 Landscaping Area (inside), Hectare 1.50 0.25 0.00 1.75
9 Landscaping Area (outside), Hectare 0.00 12.00 5.00 17.00
10 STP/Septic Tank 0.00 1.00 1.00 2
11 Parking Area, Hectare 4.20 4.20 1.50 9.90
12 Details attached Annex-A Annex-B Annex-C
2 Scope of services
a. Integrated Facility Management Services of Building & Premises
b. Operation & Maintenance of Utilities, Services, and Furnitures
c. Helpdesk Management with Reporting by Service management software
d. Housekeeping of Building & Premises including Hospitality & Meeting management
e. The Solid Waste Collection, Segregation and Disposal-The disposal of all the waste collected under this bid shall have to
be made by the Facility Management Service Provider at his cost to the designated disposal area of Raipur Municipal
Corporation.
f. Pest Control of Building, Premises & Landscaping area - Pest Control is a specialised job, therefore it is required that
specialised Pest control agency shall be deployed by the selected Facility Management Service Provider for Pest
Control Services in this work. The specialised agency shall be a reputed one and shall have executed Pest control
service in bigger Govt. / Semi-Govt. projects like FCI Godowns etc. The agency, like Pest Control of India Or equivalent
shall be engaged by the selected Facility Management Service Provider. If service provider fails to deploy specialised
Pest control agency, then NRDA shall be at liberty to deploy specialised Pest control agency at the RISK & COST of the
Facility Management service provider.
g. Horticulture & Landscaping of Building & Premises- In mantralaya annual maintenance of landscaping is done by a
separate landscaping contractor, hence for this part only monitoring & reporting expected from the service provider.
However, for CCIID & Rajdhani sarovar, the landscape & horticulture shall be maintain by the Facility Management
service provider only.
h. Operation & Maintenance of all equipments (Excluding LV, HVAC, Elevators & AV systems).
i. Operation & Maintenance of all electrical fittings, pumps, valves, pipes, fiitings, water coolers, filteration units, fountains,
WTP, RO, water supply lines & fittings, sewer lines & fittings, firefighting lines & fittings and furnitures with supply of
maintenance materials
j. General Administration of all equipments & AMC contracts (Including WTP, LV, HVAC, Elevators & AV systems)
k. If required, Insurance of Man, Machine & Building
RFP for SELECTION OF FACILITY MANAGEMENT SERVICE PROVIDER FOR MANTRALAYA MAHANADI BHAWAN, CCIID, RAJDHANI SAROVAR, BUILDINGS AND ITS CAMPUS AT NAYA RAIPUR, CHHATTISGARH.
51
l. Liaison with local and state authorities
m. Value Engineering for Energy saving, better services and cost reduction.
3 Operation & Maintenance of utilities, services, and equipment-Broad Outline
This scope of work essentially indicates Operations & Maintenances services pertaining to upkeep & smooth working of
the equipment’s. Required Preventive Maintenance will be carried out for the equipment’s at the facility as per
benchmarked maintenance practices / OEM manuals of CPWD maintenance manual 2012 (with all amendments
in time to time). For all inspections, Maintenance & Reportings, procedure laid down in the CPWD maintenance
manual 2012 (with all amendments in time to time) is applicable in this contract. The report shall be submitted
by the Team Leader of the Facility Management Service Provider to NRDA, as per CPWD Maintenance Manual.
3.1 Manpower
i. To provide and maintain efficient engineering services in the premises by deploying sufficient number of trained
experienced and competent technical personnel.
ii. All statutory requirements like PF, ESIC will be met with.
iii. Necessary training to staff will be provided by Service Provider on site as per the schedule prepared well in advance
and also as and when required in between.
iv. Carry out day to day activities that include operations and monitoring of utility services equipment, logging of all
related parameter pertaining to the equipment, assessing the data and initiating necessary actions depending on the
analysis of data/records.
v. Carry out maintenance services at specified intervals as per the OEM service / operations manuals.
vi. Coordinate with AMC contractors for scheduled and Break down maintenance & follow up as required. Continuous
efforts will be made to minimize the down time of equipment. Payment to the AMCs shall be made by the Client
directly.
vii. The manpower will be trained in soft skill and good manners. The manpower shall maintain good hygiene, cleanliness
and clean uniforms.
3.2 Materials, Consumables & Spares
i. Service Provider shall monitor the stock and regularly report Client on the requirement of the material & consumables
based upon the inventory levels as per the site requirement.
ii. Minimum stock of all maintenance material & consumables is required to be maintained always at the site by the
Service Provider.
iii. All the consumable as required for day to day operation & housekeeping etc. as mensioned in Annex….. as
determined in the RFP shall have to be monthly procured by the Facility Management Service Provider . For thses
material/items nothing extra shall be payable as the same is detailed/quoted at item no. [4] of FIN-1. However, the
items of permanent nature required to be replaced as a part of maintenance/repair shall be paid for separately. The
list of such items/materials is detailed at Annex-…..
iv. Such items/materials are mentioned at annexure along their purchase/supply rates. Theselected bidder shall be paid
for these items/material over and other than the quoted amount, based on their consumption. These rates shall be
valid for 1st year of contract. The rates shall be increased by 7% per annum on the previous year`s rates.
v. The Facility Management Service Provider shall procure these items/materials as per specification/make/cat.
No./model no. mentioned in Annex-…… on issue of separate JOB-ORDER for each procurement. The service
provider is required to maintain a minimum stock of all such items/materials, so that in case of urgency the same
could be replaced/repaired in one working day. Any replacement shall only be done after issue of separate JOB-
ORDER by NRDA.
vi. All the cost of labour and other consumable shall be deemed to be included in the overall quote of the selected bidder
and NRDA shall not be liable for any other cost other than the item mentioned in the Material/consumable list of RFP.
These items/material at the rates as mentioned in the list shall be paid for in each monthly bill.
RFP for SELECTION OF FACILITY MANAGEMENT SERVICE PROVIDER FOR MANTRALAYA MAHANADI BHAWAN, CCIID, RAJDHANI SAROVAR, BUILDINGS AND ITS CAMPUS AT NAYA RAIPUR, CHHATTISGARH.
52
vii. Whatever unserviceable material/item is obtained after repair/replacement, the same shall be handed-over to NRDA
alongwith a list of the items/materials every month along with the bill.
3.3 Annual Maintenance Contracts
i. For Operation & Maintenance of LV, HVAC, Elevators & AV systems separate AMC contracts shall be made by the
Client directly. AMCs to be maintained for critical equipment depending on the nature of equipment after defect liability
period. Co-ordination, monitoring & reporting to NRDA required for the Annual Maintenance contractors will be done
by Service Provider. Payment to the AMCs shall be made by the Client directly.
ii. Efforts & suggestions will be made to reduce the AMC costs through alternate arrangements such as operation
through trained manpower, quality audits, and planned preventive maintenance.
iii. Assist Client in select AMC agencies.
iv. Service Provider will provide the list of spares and consumables required for all major equipment’s during AMC
operations which is subject to approval from Client. Necessary inventory will be created as per Client
recommendations.
3.4 Equipment’s
i. All equipment’s will be maintained at optimum operating levels. All scheduled maintenance required for the upkeep of
the equipment will be carried out.
ii. Tools & tackles required for the services will be supplied by the Service Provider.
iii. Consumables, fuel, lubricants, spares, shall be provided by Client, excluding for Lifts and DG sets, which will be
maintained by the supplier of those equipment’s.
3.5 Providing 24/7 Operations & Technical Support
Manning and operation for the Engineering services, continuous monitoring of calls and complaints, work allocation to shift
technicians and follow up on work progress.
i Generation of reports for Maintenance, maintaining & analyzing equipment operation logs for equipment.
ii Implementing Preventive maintenance as per schedules & Manuals.
iii Co-ordination & Monitoring of AMC; Payment to the AMCs shall be made by the Client directly.
3.6 Working Hours
Business hours of the building on average will be 12 hours on all working days of the Government of Chhattisgarh. For this
contract all working days means all days in a month excluding Sundays, 15 August, 01 November, 26 January & 1 May. After
hours and on holidays there will only be skeleton staff and / or Plant Preventive Maintenance staff.
1. Office Hours of the building 10.00 am to 5.00 pm
2. Housekeeping services Hours A] On all working days-
General shift - 8.00 am to 4.00pm
Evening shift - 4.00 to 10.00 pm
B] On all Sundays-
General shift - 10.00 am to 6.00pm
3. Technical services Hours
(Electrical, HVAC, Water supply & FF works)
Shift-1 : 6.00am to 2.00pm
Shift-2 : 2.00pm to 10.00pm
Shift-3 : 10.00pm to 6.00am
RFP for SELECTION OF FACILITY MANAGEMENT SERVICE PROVIDER FOR MANTRALAYA MAHANADI BHAWAN, CCIID, RAJDHANI SAROVAR, BUILDINGS AND ITS CAMPUS AT NAYA RAIPUR, CHHATTISGARH.
53
II. Detailed Scope of Technical Services
1. Sub Station
i. Service Provider shall provide and deploy license holder staff including Shift In-charge / Sub Station In-charge /
Operator who is authorized to handle, operate and maintain HV / EHV system.
ii. Shift In-charge / Sub Station In-charge / Operator on duty will receive HT supply of electricity and tap supply from
secondary side of transformer.
iii. Shift In-charge / Sub Station In-charge / Operator will maintain distribution network through various panels and
controls relays 24X7 hrs basis, charged, unless there is planned shutdown which will be notified well in advance to all
concerns.
iv. In case of any power break down / failure of the system repairs shall be immediately attended to, under the
supervision of Shift In-charge / Sub Station In-charge / Operator. All parameters and load details shall be recorded in
log sheets including details of tripping and failures. In case of differential relay tripping no second trial will be taken
unless faults are identified and rectification done.
v. It will be Service Provider’s liability to check the state of oils, temperatures, IR values, Silica-gel, Joints, Earth
healthiness, Safety and protection control devices grading, auxiliary power supply state, Metering, Monitoring of the
parameters as per PPM schedule and recommend list of manufacturers.
vi. Service Provider will be responsible to maintain switch yard free from grass, dust free control room, oil spill free area
near transformers, metering units sealed and intact, Moisture free and dust free panels, cable joints and well
ventilated and well lit control room.
vii. Service Provider’s staff will follow all safety rules and use protective clothing’s, tools, aids and equipments to ensure
safe working without any chance of accidents/electrocution. Service Provider will be responsible for all liabilities as he
will be the principal employer for his staff.
viii. Service Provider will carry out trouble shooting and replacement of faulty equipments, spares, and consumables
required for sub station and distribution systems, at the same time Service Provider will be responsible to keep it
operational upto user end
ix. Service Provider will ensure power back up from alternative feeder available at site and if same also fails then through
DG Sets
x. Service Provider shall enforce line clearance permit with tag-in tag-out (login logout system) for all repairs that are
carried out.
2. DG Sets
It will be responsibility of Service Provider to supervise the maintenance and operation of DG Sets Service Provider.
3. Operation & Maintenance – HVAC System
i It will be responsibility of Service Provider to co-ordinate and manage the annual maintenance contract (AMC);
Payment to the AMCs shall be made by the Client directly.
ii Operation & Maintenance of HVAC System has been awarded to contractor of the same by Client for ensuring
interruption free services for the duration, as specified herein.
iii It will be responsibility of Service Provider to ensure that all planned preventive maintenance programs as per
approved schedule are attended and AMC contract is executed in true spirit, record of which will be maintained for
further perusal. The pre-summer maintenance, topping up of oils and gases and repairs to equipment will be
planned only with due permission and after all consumables are made available at site.
iv Air distribution System - Service Provider will ensure that complete air distribution system is maintained
serviceable including complete supply air and return air system?
RFP for SELECTION OF FACILITY MANAGEMENT SERVICE PROVIDER FOR MANTRALAYA MAHANADI BHAWAN, CCIID, RAJDHANI SAROVAR, BUILDINGS AND ITS CAMPUS AT NAYA RAIPUR, CHHATTISGARH.
54
6. Operation & Maintenance – Fire Detection and Fighting System
i. Service Provider will ensure that fire hydrant and sprinkler lines are always (24 X 7 hours) remain charged with
designed pressure but not less than 7.0 Kg/cm² at tail end. All hydrants will be maintained serviceable and sprinklers
line charged with the pressure as applicable. He will be responsible to operate fire pumps as per requirement on
auto/manual modes.
ii. The selector switches of all the pumps will always be on auto mode and tested for its serviceability by releasing the
pressure for activation of Jockey Pump once in a week and
iii. Main pump once in a month. The cut on pressure for jockey pump shall not be less than 6kg/cm² and main pump at
5kg/cm². Cut off pressure shall not be less than 7.0 Kg/cm² for all pumps.
iv. All fire detection system shall be wired to fire panels and interfaced through BMS for parallel action of fire fighting,
closing of ventilation system and operation of fire/smoke exhaust system as applicable. He will carry out exercise
and record maintained for the same.
v. Service Provider will be responsible for all types of maintenance of as per approved program whenever required
including all fire hydrants and extinguishers.
8. Maintenance and Operation of Water Pump House
i It will be responsibility of Service Provider that water supply to building is maintained available with adequate
pressure in 24 X 7 hrs basis including for fire fighting system. He will maintain and operate all equipments installed in
pump room and isolating valves / controls provided at various places in the building. He will maintain updated
drawing of layout of distribution diagram of system, displayed appropriately for reference and action.
ii It will be his duty to ensure that water is tested for its safe usage as per IS norms and records of various PPM tests
and chlorination level achieved is maintained for verification.
iii He will ensure that adequate protections to handle hazardous gases used in the system are available and
maintained serviceable at site.
iv Before start of installation, operator will ensure that adequate power and water is available for distribution system
before pumps are put on. He will record all parameters in the log sheet including any failures and breakdowns
occurred.
9. Maintenance of Pump House
i It will be duty of Service Provider to ensure that equipments installed in the pump house including pump house building
is maintained safe for operation through planned and predictive maintenance. He will check all sumps and overhead
tanks for suspended and bacterial impurities; action taken to clean them with adequate advance notice to conserve
water and shutdown of supply is planned to bare minimum period.
ii All tools, tackles, scaffoldings and test kits required to attend various repairs, operations shall be deemed to be included
in Service Provider’s offer.
10. Internal & External Electrical/Plumbing fittings and Controls
It will be responsibility of Service Provider to clean and maintain electrical and plumbing fitting and controls/switches,
distribution boards and panels etc. serviceable. Any consumable required for such repairs will be forecasted for
procurement and adequate stock maintained for reducing response time of such complaints.
11. Solid waste collection and disposal
It will be responsibility of bidder to collect solid waste and dispose the non-recyclable part in the designated land fill site,
which will be within 3km from the SSB Building, using its own manpower and vehicle deployed by it..
12. Building Management System
i It will be responsibility of Service Provider to operate and maintain BMS system on 24 X 7 hrs basis. All parameters of
operations, monitoring interfaced in BMS for various services will be monitored, checked and record maintained.
RFP for SELECTION OF FACILITY MANAGEMENT SERVICE PROVIDER FOR MANTRALAYA MAHANADI BHAWAN, CCIID, RAJDHANI SAROVAR, BUILDINGS AND ITS CAMPUS AT NAYA RAIPUR, CHHATTISGARH.
55
Interfacing of various emergency controls during disaster management will be periodically checked for its serviceability
and records of checks maintained.
ii The AMC contract managementsof this system will be responsibility of Service Provider to ensure that all periodical
preventive maintenance schedules are attended in true spirit. Payment to the AMCs shall be made by the Client directly.
13. Lifts and Elevators
It will be responsibility of Service Provider to supervise the maintenance and operation.
14. Maintenance
Salient systems to be checked are ARD, emergency light, alarm-bell and intercom system in the car. Periodical training
for security and E/M staff on rescue operations and use of fireman switch shall be organized and feedback recorded. He
will ensure that in car Do(s) & Don't(s) & Emergency contact Nos are displayed appropriately inside the car.
15. Management of repair / renewal during the DLP / AMC Management
a. During defect liability period all premature failure of the service equipments, machinery shall be referred to contractor
for repair renewal. If same is not attended in reasonable time it can be repaired / replaced through third party at the
cost of the contractor after due approval from Client. The failures due to fair wear and tear as per life span could be
at Client cost.
b. All such repairs / renewals generated after defect liability period shall be then attended through AMC management.
16. Planned Preventive Maintenance
a. A Planned Preventative Maintenance(PPM) program must be maintained at all times. Outstanding PPM’s must be
addressed with Client on a monthly basis.
b. Planned Schedule must be submitted to Client at least 3 weeks in advance to ensure all actions required have been
identified.
c. All PPM work is subject to approval from Client.
17. Other Equipment
Break down Maintenance / major repairs of other equipment like Security equipment, Solar Photo-Voltaic Panels, Solar
Water Heaters, Card Readers, PA system; all equipments of conference halls will be coordinated through AMC
contractors.
18. Other Services
Tracking and submitting inventory reports of on monthly basis / as and when required.
Tracking and submitting and costs on monthly basis.
RFP for SELECTION OF FACILITY MANAGEMENT SERVICE PROVIDER FOR MANTRALAYA MAHANADI BHAWAN, CCIID, RAJDHANI SAROVAR, BUILDINGS AND ITS CAMPUS AT NAYA RAIPUR, CHHATTISGARH.
56
SLA - Technical Services
S. No
SERVICES SERVICE LEVEL DESCRIPTION SERVICE LEVEL BENCHMARK
KPI PARAMETERS
Internal Service Provider
1 Diesel generators
Planning, detailing and formation of processes, and supervision of O&M monitoring and contracts, AMCs, get and react on customer feedback, periodic communications with the OEM and other Service Providers.
Routine Operation & maintenance, follow-up with OEM / third party Service Provider, maintain scheduled check lists, formats, routine site rounds, attain customers service requisition, handling and controlling of all contract workers, various periodic MIS
Instant power supply in case of mains failure, right voltage and frequency, noise level < 40 DB outside plant room, room temperature < 50 deg Centigrade while in operation, Immediate response and resolution time should be less than 24 hrs, Zero down time,
No report of non compliance
100 % Compliance, All business disruptions due to lack of maintenance are to be documented. If a disruption of service to the building/ department due to Management Team negligence as per the report will result in 0% conformance
2 Electrical system
Planning, detailing and formation of processes, O&M, supervision of monitoring and contracts, AMCs, get and react on customer feedback, periodic communications with the OEM and other Service Providers.
Routine Operation & maintenance, follow-up with OEM / third party Service Provider, maintain scheduled check lists, formats, routine site rounds, attain customers service requisition, handling and controlling of all contract workers, various periodic MIS
Zero down time, uninterrupted, distortion free, stabilized power supply round the clock.
No report of non-compliance
100 % Compliance, All business disruptions due to lack of maintenance are to be documented. If a disruption of service to the building/ department due to Management Team negligence as per the report will result in 0% conformance
3 Lifts
No interruption due to ACVVVF
No report of non compliance
90 % Compliance, All business disruptions due to lack of maintenance are to be documented.
4 Sanitary repairs
Leak proof, odourless / stink less installation, constant water supply as desired, 100% functional flushing and drainage systems
No report of non compliance
% of Non-compliance = (PM not done for the month/ Total No. of scheduled PM for the month)x100%
5 Civil repairs / Waterproofing
Response time two hrs. Coordination activity, ensure quality and completeness of work.
No report of non compliance
% of Non-compliance = (PM not done for the month/ Total No. of scheduled PM for the month)x100%
6 UPS and Batteries
Ensure 100% uptime round the clock for 24 x 7 x 365 operation.
No report of non compliance
100 % Compliance, All business disruptions due to lack of maintenance are to be documented. If a disruption of service to the building/ department due to Management Team negligence as per the report will result in 0% conformance
7 Energy Management
Monitoring, implementing and achieving energy saving. Suggest actions to be adopted for energy optimization
Record keeping and analysis of various electrical parameters. Recommendations and execution of Client sures for energy conservation.
Timely Monitoring and Reporting to the authorities.
No report of non complian ce
% of Non-conformance= (No. of escalations for major incidents for the month to Management Team for which response>2 hours/ Total no. of Major incidents for the month)x100%
8 Energy / consumables
To provide proper document/payment as per statute
9 Electricity To provide proper
Monthly Bill payments
Timely Payment to the
No report of
% of Non-conformance= (No. of escalations for
RFP for SELECTION OF FACILITY MANAGEMENT SERVICE PROVIDER FOR MANTRALAYA MAHANADI BHAWAN, CCIID, RAJDHANI SAROVAR, BUILDINGS AND ITS CAMPUS AT NAYA RAIPUR, CHHATTISGARH.
57
S. No
SERVICES SERVICE LEVEL DESCRIPTION SERVICE LEVEL BENCHMARK
KPI PARAMETERS
Internal Service Provider
document/pay ment to monitor rates and contract with Oil company.
authorities.
non complian ce
major incidents for the month to Management Team for which response>2 hours/ Total no. of Major incidents for the month)x100%
10 Diesel Supply Ordering, payment to the vendor.
Stock management, contracts and payments, under ground diesel tank operations, renewal of approvals.
To maintain minimum required level at all the times.
No report of non complian ce
100% compliance
11 Water supply Ordering, payment to the vendor
Co-ordination for tanker water supply arrangement.
100% compliance
12 Lamps & Ballast
Ordering, payment to the vendor
Stock management, purchasing and ordering activities.
80 % Compliance
13 Carpentry Ordering, payment to the vendor. Repairs, as and when required, contract management, coordination with AMCs
Same as above 80 % Compliance
13 Sanitary hardware
Ordering, payment to the vendor.
Same as above 80 % Compliance
SLA - Energy Management
S. No. SERVICELEVEL DESCRIPTION
STANDARDS PERFORMANCE STANDARD
1 Provide an energy monitoring service for all premises including IBMS
To achieve annual targets as agreed with the Company Level of service to be agreed with the Company according to performance standards
80% compliance
2 Provide monthly reporting of Energy Management initiatives
Monthly reports to include:
90% compliance
Energy usage information
Water usage information
CO2 emission information
Statement on awareness campaign
3 Implement 'Energy Saving awareness Strategy'
Provide ongoing awareness initiatives to include:
100% compliance Energy saving techniques
Appropriate signage as agreed with the company
Instructions for correct use of equipment
RFP for SELECTION OF FACILITY MANAGEMENT SERVICE PROVIDER FOR MANTRALAYA MAHANADI BHAWAN, CCIID, RAJDHANI SAROVAR, BUILDINGS AND ITS CAMPUS AT NAYA RAIPUR, CHHATTISGARH.
59
SLA - Health, Safety and Environment (Including Fire and Emergency)
No SERVICE LEVEL DESCRIPTION STANDARDS KPI PERFORMANCE STANDARD
Fire
1
Facilities to be in compliance with testing regimes at all times and maintenance programmes to be reported
No reports of non compliance by agreed audit procedure
Non compliance to be reported monthly
100% compliance on agreed inspection and maintenance programme.
Current fire certificate in place
Site fire log updated to show the following
Fire detection and alarm checks
Fire fighting equipment checked as appropriate by site and local working instructions.
Emergency lighting checks
ClientUser escape routes checked
Risers checked
2 Staff to be fully trained and aware of H&S procedure for use of equipment and evacuation
No reports of non-conformance by agreed audit procedure Successful exercise
to be conducted at least once per year
Successful evacuation
3 Fire drills and bomb threat exercises to be undertaken in Operation with site arrangements
No reports of non-conformance by agreed audit procedure
4 Appropriate emergency evacuation plans to be reviewed in conjunction with client
Twice annual review to take place in light of drills/exercises
All reviews to be held
5
First Aid facilities to be in compliance with agreed levels by site and notices maintained. Inspection program reported
No reports of non-conformance by agreed audit procedure
Non compliance by agreed audit procedure
100% compliance
6
Occupational Health and Safety -adequate and appropriate facilities, equipment and trained staff are available and maintained for Management Team 'S operations
Audits at least quarterly intervals 100% compliance with
implementation of improvement NRD Asures with agreed time frame
7 Risk assessments to be undertaken, control NRD Asures identified and implemented
Annual review unless significant changes (eg new equipment, new service) occurs in which case review instigated
8 Accident book to be kept and statistics reported monthly
Book available on request 100% compliance
9 Safety culture assessment surveys Conducted half yearly Continual improvement on H&S
>85% satisfaction
10 H&S Management System review Yearly audit/review Non compliance by agreed audit procedure
100% compliance with implementation of improvement NRD Asures within agreed time frame
RFP for SELECTION OF FACILITY MANAGEMENT SERVICE PROVIDER FOR MANTRALAYA MAHANADI BHAWAN, CCIID, RAJDHANI SAROVAR, BUILDINGS AND ITS CAMPUS AT NAYA RAIPUR, CHHATTISGARH.
60
III. Detailed Scope of Housekeeping Services
1. Housekeeping Services – Broad Outline
The Scope of Services outlined below should be referred to as indicative type & not comprehensive type; this implies the scope
can be well enhanced as deemed to be. With the help of mix of man, machine, chemicals & standard operating procedures
Service Provider will ensure efficient, clean, eco-friendly & quality housekeeping service.
i. Definitions
Wherever these words occur in this specification, the following meanings shall apply:
Specifications: General information, general requirements, specific requirements, and any supplements, drawings,
sketches and data sheets, attached or referenced, comprise the complete specification.
Work: All janitorial maintenance work specified, implied or directed.
As Directed: Instructions from Manager’s representative.
By Others: Work by others is not a part of this contract.
Indicated: Where the word appears in the Specification, it shall signify that the term or items referred to are indicated
on the drawing
Approved/Approval: Satisfactory to the Manager’s representative.
Manager’s representative: The person designated as the project representative for administration of the Janitorial
Maintenance contract.
Extra Work: Work above Service Provider’s normal Scope of Services. Such “extra work” shall require prior written
approval from Manager’s representative. Compensation for approved extra work will be made by Client.
ii. General Requirement
Hours of Service: Janitorial services are to be provided on a daily basis, along with relievers. Twenty-four hour
emergency service must be available throughout the year, without regard to daily schedules.
Reporting: The supervisor will submit a signed and dated daily report noting corrections, contacts with lessees,
special problems, and other information as requested. The account supervisor shall also be responsible for all day
porter schedules and job duties.
Facilities: A small on-site storage facility will be provided by Client. Scheduling shall be so as to optimize utility
conservation. Janitorial closets and storage space will be used for janitorial supplies and equipment only. Service
Provider is responsible to maintain these areas in a clean and orderly state.
Protection and Damage: Service Provider shall, without additional expense to the Client, be responsible for all
damages to persons or property that occurs in connection with the contracted work performed. Breakage, loss or
damage of any office equipment or other property which may occur in or about the building as a result of Service
Provider’s operations or of the actions of its agents or employees shall be made good by Service Provider at its
expense. Service Provider shall take all precautions necessary for the protection against injury of all persons engaged
in the performance of the Agreement. Service Provider shall observe all safety practices and comply with any
applicable safety regulations, including but not limited to all regulations.
RFP for SELECTION OF FACILITY MANAGEMENT SERVICE PROVIDER FOR MANTRALAYA MAHANADI BHAWAN, CCIID, RAJDHANI SAROVAR, BUILDINGS AND ITS CAMPUS AT NAYA RAIPUR, CHHATTISGARH.
61
iii. Scope of work
a. To ensure the cleanliness free ambience of the premises.
b. Staffing as per Scope of Work to ensure optimum service as per scope of work.
c. Preparation and submission of various checklists/Inspections reports as schedules in the approved formats.
d. Activity reports regarding works handled.
e. Uniforms & Identity cards.
f. All statutory obligations such as PF, ESI, Minimum Wages, etc.
g. Provide necessary and adequate equipment and implements to ensure optimum service as per scope of work.
h. Adequate training of staff especially any specific requirements for this building (eg. the Jalli cleaning, roof cleaning).
iv. Cleaning Process by the staff
a. Wet/Dry mop for cleaning in the designated areas.
b. Wet/Dry Vacuum cleaner for cleaning in the designated areas.
c. Use of Wet/Dry Scrubber machine for cleaning in the designated areas.
d. To use Mechanical Sweeper for sweeping in the designated areas.
e. To use Single disk scrubber for cleaning in the designated areas.
f. To use the rubber squeezers to remove excess water from various areas.
g. To clean the various surfaces in the estate as per the specifications.
h. To clean the various fittings/fixtures in the premises as per the specifications.
i. To clean all the lift cabins as per the specifications.
j. To clean the parking areas.
k. To clean the Mechanical Electrical areas (premises only) in the presence of respective operators. No equipment should
be touched for any reason. These premises to be cleaned only in the presence of the M & E area operator or
supervisor.
l. High dusting of corners, ledges, ceiling fixtures etc. will be performed on an as-needed basis, not less frequently than
every 60 days.
m. Empty and clean the trash receptacles.
n. Clean and stock all the toilets in the premises.
o. Sweep the staircases, landings and other related areas.
p. Clean the various signages of the areas.
q. Sweep clean and dusting of entire internal and external area of building space including moveable and immoveable
furniture, office equipment and Tools and Plants.
r. All walls, doors and windows (exterior & interior) to be cleared of all easily removable stains, smudges and hand marks.
Any such marks, which cannot be removed easily without affecting the surface or existing paint, should be brought to
the notice of the Supervisor.
s. General floor areas maintained free from scraps of paper, cigarette butts, etc.
t. Any condition of the building requiring repair or attention should be brought to the notice of the Supervisor as soon as
possible.
u. To be alert and observe any discrepancies in the fittings, fixtures and other such items in the designated areas. To
report any discrepancy to their supervisor and promptly initiate the incident report.
RFP for SELECTION OF FACILITY MANAGEMENT SERVICE PROVIDER FOR MANTRALAYA MAHANADI BHAWAN, CCIID, RAJDHANI SAROVAR, BUILDINGS AND ITS CAMPUS AT NAYA RAIPUR, CHHATTISGARH.
62
v. Report any lights failure, etc. to the Supervisors.
w. At least once per shift, the staff will police his particular area, picking-up cigarette butts, papers, leaves and any other
debris, sweeping up the standing water and leaving the area in a neat, orderly condition. Any discrepancies or clean-up
required beyond normal policing will be reported to the Supervisor immediately.
x. The supervisor should be notified when restroom supplies and light inventories need reordering.
y. Scour, wash and clean all basins, bowls and urinals, including tile walls and partitions near urinals. Special attention
must be taken to inspect and clean areas of difficult access, such as the underside of toilet bowl rings and urinals, to
prevent building up of calcium and iron oxide deposits. Wash both sides of all toilet seats and wipe dry. Toilet seats to
be left in an upright position.
z. Pest Control twice in a year and thereafter if required will be paid on pro-rata basis.
aa. Polishing of metal / Brass handles, pots, and railing etc. minimum once a week. Frequency will be increased if required.
bb. Cleaning of Solar Panels and Solar Water Heaters installed in the roof of the building.
v. Cleaning Supervisor
a. To monitor and ensure proper Housekeeping activities are conducted at the site as per specifications
b. To brief all staff regarding their duties, designated areas and special instructions if any.
c. To create awareness and train all staff regarding methods and the specifications and to inform them of any changes
in routines or specifications.
d. To submit the various checklists, at the frequency instructed in the suggested formats.
e. To de-brief all supervised staff at the end of each shift.
f. To monitor that the staff is cleaning in proper manner in order to ensure that the surfaces are maintained in the best
possible way and enhance their longevity.
g. To inform all discrepancies and maintenance requirements brought to his notice by his staff and his own
observations to management promptly.
h. Ensure discipline, proper attire and etiquette in the staff under them.
i. To police all the designated areas to ensure effective housekeeping.
j. To maintain the daily attendance record, absentees list and list of stand-by personnel called for duty.
k. Janitor closets and storage areas to be maintained in a neat and orderly manner at all times
l. Method Statement of the Basic Housekeeping Process
m. To organise training for Housekeeping Boys on use of various consumables , equipment and machinery
vi. Internal House-Keeping Services
Activity Process
Spot cleaning Dip a sponge into appropriate Solution mild and give a gentle wipe on the spots of the surface. The wiping
should be done horizontally first and then vertically. Keep repeating the process till the spots disappear.
Damp cleaning
Give a complete dry mop to the surface and make sure that there are no solid dust particles. Then the mop
has to be dipped in mild R2 solution or clean water and it has to be squeezed to avoid water flooding. Then it
has to be run on the surface to one half part first and then the other half of the entire area
Dry Mopping
The aim of dry mopping is to control the dusts so the mop should be handled in a straight position by the left
hand near the handle and it has to be run in one direction ie. forward and then the backwards moping is done
after covering some distance
RFP for SELECTION OF FACILITY MANAGEMENT SERVICE PROVIDER FOR MANTRALAYA MAHANADI BHAWAN, CCIID, RAJDHANI SAROVAR, BUILDINGS AND ITS CAMPUS AT NAYA RAIPUR, CHHATTISGARH.
63
Scrubbing
Initially the entire surface should be given a complete dry moping such that there are no solid dust particles.
Then the diluted R2 solution has to be used with a scrubbing machine having a red pad (in case of hard
surfaces brushes shall be used). The water has to be sprinkled initially and the scrubbing is done parallel, at
the end of the process the water has to be squeezed out by using vaccumisers and then a complete dry
mopping has to be given.
Buffing This is the next process for scrubbing and preferably to use white pads to make the surface shining and glossy
Vacuuming Vacuuming should be done for both hard and soft surfaces where in the floor tool has to be adjusted to keep
out the brush and the vacuuming should not be done some big solid particles are there
Shampooing
Stain Removers shall be used to remove small stains on the carpet, the foam is generated by the machine
and it has to be run on a circular motion, in case of deep stains good concentrated stain removers shall be
used and a complete Vacuuming has to be done after the process and it should be allowed to dry naturally.
a. That the routine housekeeping activities including but not limited to dusting, mopping, cleaning, vacuuming, carpet
shampooing are carried out on regular basis in estate office.
b. To maintain all areas including but not limited to car park, entrance floor, passages, lobbies, staircase & locations including
but not limited to office space, pantry, washrooms, utility rooms as per schedule
c. Cleaning of window grills & glass up to 20ft height from in/ out side on regular & scheduled basis.
d. Management the stationary inventory & supply for estate office for day to day activities.
e. Provision of sufficient number of office boys.
f. Provision of office related support including but not limited to photocopying documents, record keeping, dish & cup
washing, cabin arrangement, conference room arrangement.
vii. Lobby and Corridors: Daily Service
a. Sweep and clean building entrances.
b. Clean and sanitize all public telephones and enclosures. (neatly arrange and replace as needed all phone books)
c. Clean and remove smudges from entry door glass.
d. Polish all entry handles, door plates and metal trim.
e. Wipe clean all glass, wood or metal doors and door jambs.
f. Empty all ashtrays, wipe clean, and polish.
g. Screen all sand urns of cigarette butts and debris. Clean container and add sand as needed. (Service Provider supplies
sand.)
h. Empty all trash receptacles, clean container with clean, damp cloth, and replace plastic liner. (Manager supplies liners).
i. Remove all debris from landscaped pots and planters. (report any thefts, broken pots or missing plants).
j. Dust and clean all horizontal surfaces under seven feet.
k. Vacuum all carpet areas completely and remove spots.
l. Dust mop and damp mop entry floors.
m. Clean and remove smudges and marks on walls, wall coverings, and artwork.
n. Clean, polish and straighten all furniture as needed.
o. Wipe clean all directory boards (exterior) with clean, soft cloth using glass cleaner that is considered safe and not labelled
as hazardous.
p. Wipe clean all fire extinguisher cabinets and glass. (Report broken glass or missing extinguishers).
RFP for SELECTION OF FACILITY MANAGEMENT SERVICE PROVIDER FOR MANTRALAYA MAHANADI BHAWAN, CCIID, RAJDHANI SAROVAR, BUILDINGS AND ITS CAMPUS AT NAYA RAIPUR, CHHATTISGARH.
64
q. Clean and polish all elevator doors, jambs, call plates, and hall buttons.
r. Dust and clean all lobby and corridor signage.
s. Report any lights burned out.
t. Secure all doors and turn off appropriate lights upon completion of work assignments.
iv. Lobbies and Corridors - Weekly Service
a. Clean and polish all entry metal and sills.
b. Dust and clean or polish all baseboards.
c. Spot clean all carpeted areas.
d. Dust all ledges and exit signs.
e. Dust all walls above seven feet.
f. Clean inside of directory board with clean soft cloth.
v. Lobbies and Corridors - Monthly Service
a. Clean all ceiling vents and grills.
b. Dust high ceiling corners and entry ways.
c. Dust and clean light fixtures and covers (interior and exterior).
d. Clean and treat all wood panelling and furniture as required.
e. Strip, reseal or re-wax floors as necessary.
f. Shampoo carpet areas as necessary.
g. Clean, detail and sanitize public phones, office T&P, work stations and enclosures.
h. Dust and clean all fire lobby doors inside and out.
i. Polish door floor plates.
vi. Offices - Daily Service:
a. Remove hand spots or smudges from entry doors.
b. Using a dustless mop, damp mop all non-carpeted areas.
c. Vacuum and spot clean carpets in all traffic areas, removing staples and other debris.
d. Properly position furniture, books and magazines in reception areas, workstations ,offices .
e. Properly position furniture in offices and conference rooms.
f. Display boards will be cleaned upon request only.
g. Remove fingerprints and smudges from all walls.
h. Spot clean all partition glass and mirrors.
i. Remove all fingerprints and smudges from light switch covers, electrical outlet cover plates and doorknob handles.
j. Dust windows sills and ledges.
k. Dust all horizontal surfaces under seven feet, furniture, and equipment. DO NOT dust desks, conference tables or
counters which are cluttered with paperwork unless it is ordered and shall be attended in presence of concerned staff.
l. Dust and replace all desk ornaments, phones and machines in their original position.
m. Clean furniture fabric with a whisk broom to sweep off any dust, paper bits, and erasures as needed. (remove all staples)
n. Empty all ashtrays and wipe clean.
RFP for SELECTION OF FACILITY MANAGEMENT SERVICE PROVIDER FOR MANTRALAYA MAHANADI BHAWAN, CCIID, RAJDHANI SAROVAR, BUILDINGS AND ITS CAMPUS AT NAYA RAIPUR, CHHATTISGARH.
65
o. Empty all wastebaskets and carry trash to designated areas for removal; replace plastic liners as needed.
p. Empty large recycling bins from offices into separate container to be disposed of into specially designated recycling
dumpsters.
q. Clean and wash all lunchroom table tops, counters, sinks, cabinets, refrigerator, and stove (exterior only) surfaces. (report
any insect problems)
r. Report all burned-out lights.
s. Before leaving any suite, shut off lights, electrical appliances, close drapes and blinds and lock all entrance doors and only
interior doors as requested.
t. Telephone cleaning
u. Room freshener at all rooms
v. Providing bouquet, cost of which will be paid by the Client
vii. Offices - Weekly Service
a. Damp wipe all interior doors with a treated cloth.
b. Detail vacuum entire carpet areas; remove staples and other debris.
c. Polish all desk tops that are cleared of paperwork.
d. Dust all ledges, files, baseboards, and sills under seven feet.
e. Vacuum all furniture or wipe vinyl furniture clean.
f. Dust all lower parts of furniture.
g. Detail and clean all kitchen or wet bar areas.
viii. Offices - Monthly Service
a. Completely clean all partitions and doors, door jambs, door floor plates, glass and mirrors from floor to ceiling.
b. Dust all ledges, wall, mouldings, pictures, shelves, etc. over seven feet.
c. Dust clean or vacuum all drapes and blinds.
d. Brush down and clean all vents and grills.
e. Strip, clean and apply floor dressing to all composition, hardwood and parquet floors.
f. Scrub and wax all tile floors.
g. Detail all desks and office furniture.
h. Dust and clean all light fixtures and covers.
i. Detail and clean all lunch room areas.
j. Clean all baseboards.
k. Detail and vacuum chairs and upholstered furniture.
l. Shampooing of chairs, where ever and whenever required
ix. Restrooms - Daily Service
a. 4 services daily for common rest rooms / toilets / wash rooms
b. 2 services daily for rest rooms / toilets / wash rooms attached to cabins / chambers of officers / executives
c. Dust and clean restroom signage and doors.
d. Vacuum all restrooms vestibules and remove spots.
e. Wet mop and disinfect tile floor, paying particular attention to areas under urinals and toilet bowls.
RFP for SELECTION OF FACILITY MANAGEMENT SERVICE PROVIDER FOR MANTRALAYA MAHANADI BHAWAN, CCIID, RAJDHANI SAROVAR, BUILDINGS AND ITS CAMPUS AT NAYA RAIPUR, CHHATTISGARH.
66
f. Clean alkaline deposits and soap spills from floor tile grout.
g. Wash and disinfect all basins, urinals, and toilet bowls.
h. Clean underside rims of urinals and toilet bowls.
i. Wash both sides of toilet seats with soap and water and disinfect.
j. Empty, clean, sanitize, and polish all paper dispensers, replacing liners as necessary.
k. Clean and polish all mirrors.
l. Dust ledges and base boards.
m. Damp wipe, polish, and shine all chrome, metal fixtures, hand plates, kick plates, utility covers, plumbing, clean-out covers,
and door knobs.
n. Spot clean with disinfectant all partitions and tile walls. (report any graffiti and remove if possible)
o. Fill all toiletries in the rest room and track record of consumption.
p. Report all burned out lights, leaking faucets, running plumbing, or other maintenance needs.
q. Janitor carts will not be brought into restroom areas or used to prop open doors.
r. Restroom doors will be propped open with a rubber stop, and a sign indicating “restroom closed for cleaning”, will be
placed outside.
x. Restrooms - Semi Weekly (twice per week)
Pour clean water down floor drains to prevent sewer gas from escaping.
xi. Restrooms - Weekly Service
a. Wash down all enamel walls.
b. Wash all waste containers and disinfect.
c. Clean and polish all doors, door plates, and hardware.
xii. Restrooms - Monthly Service
a. Wipe clean all ceilings, lights, and fixtures.
b. Strip wax and apply new wax to tile floors.
c. Shampoo, as needed and clean vestibule carpet if any.
d. Detail all toilet compartments and fixtures.
e. Brush and clean all grills and vents.
xiii. Elevators - Daily Service
a. Vacuum and clean all spots and stains from carpet.
b. Dust and clean granite baseboards.
c. Dust and polish all metal with approved polish (no abrasives).
d. Damp wipe and remove all spots and fingerprints from doors and walls (interior and exterior).
e. Dust and clean elevator ceilings and lights.
f. Remove gum, stains or debris from ceilings, handrails and elevator tracks.
g. Dust, disinfect and clean emergency phone and security compartments.
RFP for SELECTION OF FACILITY MANAGEMENT SERVICE PROVIDER FOR MANTRALAYA MAHANADI BHAWAN, CCIID, RAJDHANI SAROVAR, BUILDINGS AND ITS CAMPUS AT NAYA RAIPUR, CHHATTISGARH.
67
h. Clean all call buttons, call plates, and signage.
i. Report any burned-out lights or malfunctions of elevator.
j. Clean and polish elevator tracks.
xiv. Stairwells - Daily Service
a. Police entire stairwell, removing all trash, cigarette butts, etc.
b. Report any exit signs that are burned out.
c. Report any lights burned-out.
xv. Stairwells - Weekly Service
a. Sweep down all stairs and landings.
b. Dust all handrails, banisters, and ledges.
c. Clean all walls of fingerprints and smudge marks, etc.
d. Dust and clean all stairwell signage.
e. Dust and clean all emergency phones.
xvi. Stairwells - Monthly Service
a. Wipe clean all stairwell doors and door jambs.
b. Wet mop all stairs and staff landing. (clean base boards if necessary)
c. Dust and clean all lights and fixtures.
d. Dust and clean all emergency fire equipment and plumbing.
xvii. Canteens
Two canteens will be operated by canteen operators within the SSB building, layout of which is shown in Appendix D15
and Appendix D16. Housekeeping and cleaning services of these two canteens shall also be in the scope of the Facility
Management Service Provider. Solid waste generated by these canteens shall be picked up by the Facility Management
Service Provider for each of the canteens, and shall be disposed in the way mentioned in this RFP.
xviii. Gate Office & Security Cabin within the campus within the boundary wall- Weekly
Service Provider shall ensure
a. That the routine housekeeping activities including but not limited to dusting, mopping, cleaning, vacuuming, carpet
shampooing are carried out on regular basis in gate office & security cabin.
b. To maintain all areas including but not limited to car park, entrance floor, passages, lobbies, staircase & locations including
but not limited to office space, pantry, washrooms, utility rooms as per schedule
c. Cleaning of security gate.
d. Cleaning of window grills & glass up to 30ft height from in/ out side on regular & scheduled basis.
e. Management of the stationary inventory & supply for gate office for day to day activities
f. Service Provider will provide office boy service for daily office activity.
RFP for SELECTION OF FACILITY MANAGEMENT SERVICE PROVIDER FOR MANTRALAYA MAHANADI BHAWAN, CCIID, RAJDHANI SAROVAR, BUILDINGS AND ITS CAMPUS AT NAYA RAIPUR, CHHATTISGARH.
68
g. Service Provider shall provide office related support like dish & cup washing, cabin arrangement, conference room
arrangement.
xix. External Cleaning - Weekly
i. Cleaning of Roads and pathways within the campus within the boundary wall
a. Cleaning all roads.
b. Clearing storm drain from all sort of garbage in drainage like but not limited to plastic bags, dry leaves, debris etc.
c. Cleaning roads from any oil spills & assure safe & secure traffic flow.
d. Cleaning street lights- poles & lamp fixtures including but not limited to glass covers.
ii. Parking Area management within the campus within the boundary wall- Weekly
a. Cleaning the common parking area for assuring maximum & efficient parking facility.
b. Parking management by smart attendent.
iii. Fencing/ Compound
a. Cleaning all grills & compound wall regularly
b. Checking for any repair work required & reporting it to management team.
xx. Reports
a. Reporting for routine activity ( Daily report, monthly report, staff deployment, shift schedule)
b. Incidental reports
c. Observation reports
xxi. Training
a. Maintaining a training schedule on routine basis for housekeeping & soft skills including but not limited to induction,
grooming, behaviour, HK Chemicals, HK machineries & all HK activities.
b. All housekeeping staff well trained in respective areas & responsibilities.
c. Logging & maintenance of training records & submission of the same on frequent basis e.g. monthly.
xxii. Inspection (Supervision)
a. Supervision & monitoring of activities of their staff to insure that housekeeping is acceptable.
b. Development of an inspection checklist that is tailored to the individual work area.
c. Noting of all deficiencies during the inspection & documenting in sufficient detail to allow the use of the checklist as a
cleanup guide.
d. During inspections, any safety related deficiencies that constitute hazardous conditions must be given priority attention.
Hazardous conditions that constitute imminent danger shall be immediately reported to the respective manager who in turn,
will notify the management.
RFP for SELECTION OF FACILITY MANAGEMENT SERVICE PROVIDER FOR MANTRALAYA MAHANADI BHAWAN, CCIID, RAJDHANI SAROVAR, BUILDINGS AND ITS CAMPUS AT NAYA RAIPUR, CHHATTISGARH.
69
2. Housekeeping activities
i. Dustbin cleaning/disposal
a. Replacement of liners
b. Emptying of all dustbins
ii. Toilet cleaning
a. Thorough cleaning of Basins
b. Thorough cleaning of WC(s)
c. Thorough cleaning of Urinals
d. Cleaning of fittings
e. Removal of Graffiti
f. Supply/Replenish of consumables
g. Thorough cleaning of showers
h. Thorough cleaning of bathroom fittings/Furniture
i. Thorough cleaning of exhaust fans/vents
j. Moping with neutral detergents
k. Cleaning of wall area up to sill level
l. Thorough Cleaning of mirrors for any finger prints/dirt
iii. Hard Floor-(Concrete) cleaning
a. Thorough Sweeping to remove all dirt
b. Pressure cleaning for sticky dirt & stains
iv. Door/Frames/Surrounds
a. Spot cleaning and removal of all marks
b. Thorough cleaning of all doors/including fire doors
v. Windows
Spot cleaning including damp wiping of sills
vi. Walls
a. Spot cleaning of walls up to reachable height
b. Wipe all low level surfaces up to 1.8 m by neutral detergent cloth to remove all stains if any
vii. Glass cleaning in partitions/doors
Thorough cleaning of both sides of glass &spot cleaning if needed
viii. Vitrified tile/vinyl floor cleaning
RFP for SELECTION OF FACILITY MANAGEMENT SERVICE PROVIDER FOR MANTRALAYA MAHANADI BHAWAN, CCIID, RAJDHANI SAROVAR, BUILDINGS AND ITS CAMPUS AT NAYA RAIPUR, CHHATTISGARH.
70
a. Complete mopping both dry/wet by neutral detergents to remove all spills and marks
b. Scrubbing to be done on need basis particularly on edges and corners
c. Buffing with a filtered suction polisher
ix. Fire hose boxes/security cabins
i. Furniture/fixings
a. Wipe all hard furniture with neutral detergents & cloth and spot cleaning of stains
b. Vacuum cleaning of soft furniture
c. Full cleaning of soft furniture to remove all soils & stains
ii. Stairwell cleaning
Removal of cob-webs, wiping of handrails& removal of reachable height wall smudges
iii. Lifts
a. Spot cleaning of walls, polishing of vacuum door tracks if needed
b. Sweeping and removal of dirt
iv. Cleaning of facades, claddings and glass block works
Cleaning of facades, claddings and glass block works will be the responsibility of the Service Provider. Equipment with
operation guideline and a guideline on methodology and frequency of cleaning of glass block works and glass facade
shall be provided by the Client, though the consumable cleaning agents shall be provided by the Service Provider. The
Service Provider shall arrange training of its persons for operation such equipment. Cost of maintenance of such
equipment shall be borne by the Client.
v. Sweeping of terrace and roofs
Once a week
vi. Pre-monsoon Checks
Check all drainage pipes and remove blockages
vii. Removal of Bee-hives
Immediately after formation or when noticed
viii. Balconies/ Veranda
� Sweep to remove all dirt, butts and leaves
RFP for SELECTION OF FACILITY MANAGEMENT SERVICE PROVIDER FOR MANTRALAYA MAHANADI BHAWAN, CCIID, RAJDHANI SAROVAR, BUILDINGS AND ITS CAMPUS AT NAYA RAIPUR, CHHATTISGARH.
71
� Wipe and clean the railings, light switches, exterior panes of glass windows and damp mop of tiled floor
ix. Entry/foyer/lobby
� Damp wipe of counters, removal of cobwebs
� Thorough cleaning of glass doors, window ledges, visible glass etc.
� Floor cleaning by moping
x. Training of Cleaning Personnel
� All management and supervisory personnel are responsible for training the cleaning operatives to use recognized safe
working methods.
� The general safety working practices recommended are as follows;
xi. Protective clothing
a. The appropriate clothing issued includes a uniform and, if appropriate (but not limited to), gloves, safety helmet, safety
glasses, safety shoes, and safety harness. The cleaning operatives should also be informed to wear no jewellery, keep
their hair tied back from the face, and to wear closed in shoes.
b. The provision of the protective clothing and the rules addressed serve two purposes:
c. To protect the cleaning operative and his/her personal clothing from damage;
d. To prevent cross infection for the protection of him/herself and others.
xii. Electrical equipment
The cleaning operative should:
a. Clean equipment thoroughly after each use;
b. Always switch off at the mains before connecting or disconnecting attachments to equipment or cleaning the machinery;
c. Handle plugs without touching pins;
d. Visually check equipment for faults both before and after use;
e. Report any faults to electrical equipment to the supervisor and not use the equipment if faulty. A broken/faulty machine
should be removed to the store area and arrangements made for its return to the engineering workshop;
f. Ensure that his/her hands are dry when touching electrical sockets or plugs;
g. Never allow cables to become taut at ankle height;
h. Ensure that cables are not trailing across corridors or traffic ways;
i. Ensure that equipment does not clutter up corridors, block fire escapes, or fire escape routes;
j. Always use caution signs when carrying out cleaning duties.
RFP for SELECTION OF FACILITY MANAGEMENT SERVICE PROVIDER FOR MANTRALAYA MAHANADI BHAWAN, CCIID, RAJDHANI SAROVAR, BUILDINGS AND ITS CAMPUS AT NAYA RAIPUR, CHHATTISGARH.
72
xiii. Manual equipment
The cleaning operative should ensure that when mopping floors he/she:
a. Does not over-wet the floor;
b. Always leaves a dry area for people to walk over;
c. Uses caution signs when carrying out cleaning duties;
d. Rinses all floors thoroughly.
xiv. Cleaning agents
a. The cleaning operative should:
b. Ensuring that the agents are always kept in a sealed container;
c. Ensure that the lid is securely fitted to the container;
d. Always keep the container under lock and key when not in use;
e. Always wear rubber gloves when physically handling cleaning agents;
f. Follow the instructions on the container of each agent;
g. Never mix two types of cleaning agent together;
h. Ensure that the oldest agents are always used first;
i. Know the Safety Symbols shown on containers;
j. Be aware that the Product Data Safety Sheet for all chemicals are held in the site office/appointed location.
xv. Safety Equipment
The cleaning operative should:
a. Follow safe lifting and carrying techniques by lifting with his/her knees bent and arms straight;
b. Be concerned with his/her own personal hygiene by:
c. Bathing and washing hair regularly;
d. Washing hands after each cleaning task;
e. Wearing clean clothing every day.
f. Not get distracted during cleaning operations as this may result in injury to self or others;
g. Ensure that he/she does not engage in any ‘horseplay’ as this may result in injury to self or others;
h. If applicable, follow the colour code system for cleaning equipment which is;
Blue – Offices/ General areas
Red – Toilets
Yellow – Meeting/ Conference Rooms
RFP for SELECTION OF FACILITY MANAGEMENT SERVICE PROVIDER FOR MANTRALAYA MAHANADI BHAWAN, CCIID, RAJDHANI SAROVAR, BUILDINGS AND ITS CAMPUS AT NAYA RAIPUR, CHHATTISGARH.
73
This is to prevent cross-infection from one area to another and this policy is mandatory for all employees where the system is
implemented. On completion of training, the supervisor should ensure that each cleaning operative follows the training given and
continues to work in a safe manner. A training checklist is completed for each employee and held on his or her personal file. The
employee initials against each skill trained in and signs the form confirming that they have been trained in the safe working
method indicated in the form.
xvi. SLA - Housekeeping
Sr.No SERVICE LEVEL DESCRIPTION
STANDARDS MEASUREMENT PARAMETERS
A Routine cleaning and housekeeping
1 Executive Staff Provide tea/coffee service as requested for customer/ VIP meetings
Zero complaints to facilities hotline
1 or more documented complaints=0% conformance
2 Daily Cleaning Daily Not more than 5 reasonable complaints per month through facilities hotline
6 or more documented complaints=0% conformance
3 Emptying of waste bins
All areas to be kept clean and tidy at all times
Not more than 5 reasonable complaints per month
through facilities hotline
6 or more documented complaints=0%
conformance
4 Vacuuming of carpet areas
5 Cleaning of all tables, chairs, cabinet tops and conference room furniture
6 Cleaning of glass doors, partitions and workstation partition
7 Cleaning of toilets
Hourly inspection. Areas to be kept clean and stocked up with adequate consumables
Not more than 5 reasonable complaints per month through facilities hotline
6 or more documented complaints=0% conformance
8 Road cleaning Daily Not more than 5 reasonable complaints per month through facilities hotline
6 or more documented complaints=0% conformance
9 External Area including culverts and installations
Daily Not more than 5 reasonable complaints per month through facilities hotline
6 or more documented complaints=0% conformance
B Periodic Cleaning
1 corners scrubbing weekly
90% achievement of schedule
1 or more non-compliance to schedule = 0% conformance
2 change of consumables weekly
3 floor scrubbing weekly
4 Descaling weekly
5 Fixed workstation cleaning weekly
6 Meeting room deep cleaning
fortnightly
7 Carpet shampooing half yearly
8 Internal windows, sills, blinds
half yearly
9 Base of white boards half yearly
RFP for SELECTION OF FACILITY MANAGEMENT SERVICE PROVIDER FOR MANTRALAYA MAHANADI BHAWAN, CCIID, RAJDHANI SAROVAR, BUILDINGS AND ITS CAMPUS AT NAYA RAIPUR, CHHATTISGARH.
74
Sr.No SERVICE LEVEL DESCRIPTION
STANDARDS MEASUREMENT PARAMETERS
10 Air-conditioning grill cleaning
fortnightly
11 Floor polishing half yearly
12 Spring cleaning of toilets weekly
13 Maintenance of wooden furniture
weekly
14 Pest Control Monthly/ as and when required by eco-friendly chemicals only.
15 Health & Safety Zero housekeeping related H&S incidents
RFP for SELECTION OF FACILITY MANAGEMENT SERVICE PROVIDER FOR MANTRALAYA MAHANADI BHAWAN, CCIID, RAJDHANI SAROVAR, BUILDINGS AND ITS CAMPUS AT NAYA RAIPUR, CHHATTISGARH.
75
xvii. Meeting Room Services
Meeting room services shall be provided which shall have the video conference facility. These rooms shall be available to the
respective departments on first come first serve basis.
xviii. SLA - Meeting Room Management
Sr.No SERVICE LEVEL
DESCRIPTION STANDARDS
Client
SUREMENTS PARAMETERS
1 Maintain all meeting rooms, including seminar rooms, conference rooms etc, in
proper and ready-to -use conditions.
% of Non-conformance= ( No. of
documented instances service not
available/no. of working days for
the month)x100%
2
Table & chairs arrangement
(clean table, empty bins, chairs
tucked in).
Checks of all meeting
rooms completed on
hour in advance
Routine audit by
Management
Team
3
Request for specific table &
chair rearrangement at Clients
room
As per agreement with
the user
Statistics provided
in monthly report
4
Report requirement of
Replenishment consumables
(i.e. markers, flipcharts pads,
erasers) in advance
Checks of all meeting
rooms completed as
agreed
5 Switching off of lights, audio-
visual devices, projectors
RFP for SELECTION OF FACILITY MANAGEMENT SERVICE PROVIDER FOR MANTRALAYA MAHANADI BHAWAN, CCIID, RAJDHANI SAROVAR, BUILDINGS AND ITS CAMPUS AT NAYA RAIPUR, CHHATTISGARH.
76
xix. Garbage Collection
a. Collection & disposal of all garbage on regular basis at least once in a day. Responsibility of primary disposal shall be
within the campus of the SSB Building
b. Maintain hygiene in the premises by routine garbage collection & disposal by safe & secured manner.
c. Elevators will not be locked off or held on any floors to remove trash or equipment; only designated Stair case will be used.
d. Building entrance doors will not be used to remove trash from the building.
e. Prior to removal, trash will be properly protected against spillage or staining of carpet and floors.
f. All trash will be brought down in an inconspicuous manner. All trash will be inspected by security officer prior to emptying
into trash compactor.
g. Building supervisor will train and coordinate selected personnel in the operating procedures of the trash compactor.
h. Recycling Documents - Security officer will ensure that all papers, CDs, memory devices will be shredded before they are
disposed and then he will escort janitor to recycling bins located in the parking structure. Security officer will have key to
locked bins.
i. Any spills or debris should be cleaned up prior to leaving this area.
j. Any defects or improper working conditions must be reported to the Manager.
k. The waste collected in the common area shall be segregated & collected in different colour bags for organic & inorganic
waste & dumped to the dumping point by the house keeping boys, where as the waste from the individual unit holders shall
be collected and segregated & dumped to the dumping point by the house keeping staff of the unit holders.
l. The waste from the dumping point shall collected by the agency finalised for collection who in term shall pick up the waste
and dispose it off to the corporation disposal point through their vehicles.
m. Implementation of following steps ensure waste management to the highest standards:
n. Service Provider would implement the effort through
i. Systematic & Periodic Waste collection
ii. Segregation of wastes
iii. Salvaging of recyclable waste
iv. Scientific & Environment friendly means of disposing the waste
v. Waste Minimization under the aegis of a Waste Minimization Advisory Committee through
vi. Source Reduction
vii. Standards
viii. Purchasing
ix. Recycling
x. Education
xi. Coordination
RFP for SELECTION OF FACILITY MANAGEMENT SERVICE PROVIDER FOR MANTRALAYA MAHANADI BHAWAN, CCIID, RAJDHANI SAROVAR, BUILDINGS AND ITS CAMPUS AT NAYA RAIPUR, CHHATTISGARH.
77
o. A “Refuse Collection Division” would be constituted with the housekeeping supervisor at the helm who would coordinate
the entire effort of waste management.
p. A monthly planner for the work schedule would be planned, for the entire premises. Bulky refuse, rags which otherwise
would be specifically banned from being consigned to the cans on normal days.
q. The waste can be in terms of its susceptibility to purification, divided into two categories i.e. Wet (Organic) and Dry
(Inorganic). The dry waste would categorize as recyclable and non-recyclable. All forms of dry waste wouldn’t be allowed in
the garbage can.
r. The recyclable category of the dry waste can be either salvaged or disposed to a contractor at appropriate rates, after due
precautions like crushing of plastic bottles and other such obligations. The money so obtained can be used to partly fund
the Waste Collection effort.
s. The waste so collected at each of these dumps would be collected by the garbage trucks. The wet and the dry waste would
be collected separately, and taken to the respective disposal site.
t. The dry waste that would have recyclable and non-recyclable components, of this the recyclable waste would be salvaged
and the non-recyclable consigned to the location designated by NRDA.
u. The collected non-recyclable solid waste shall be handled by the Facility Management Service Provider, as per MS Solid
waste Handling Rules. It will transport the solid waste using the vehicle deployed by it, to the designated site and shall
dispose using its own manpower. The site for disposal shall be within 3 kilometres from the subject building under
responsibility. All cosrs, including the cost of POL for operation of the vehicle for transportation of solid waste shall be
botne by the Facility Management Service Provider.
v. There will be two canteens functioning within the SSB Building under responsibility, layout of which has been shown in
Appendix D15 and Appendix D16. Collection, transportation and disposal of solid waste of the two canteens shall be under
the responsibility of the Facility Management Service Provider. Solid waste shall be collected by the canteen operators,
such accumulated solid waste shall be picked up by the Facility Management Service Provider from a single point for each
of the canteens.
xx. Pest Control
In view of the fact that Pest Control is a specialised job, therefore it is required that specialised Pest control agency shall be
deployed by the selected Facility Management Provider for Pest Control Services in this work. The specialised agency shall be
reputed and shall have executed bigger Govt. / Semi-Govt. projects like FCI Godowns etc. The agency, like Pest Control of India
Or equivalent shall be engaged from the selected Facility Management Provider. They shall be duly got approved from NRDA,
before starting the execution. Defined Task & Service Level Agreement (SLA) for Pest Control Services is same as mentioned in
the various section of the RFP. The toughest pest-control challenge is the growing public pressure to get rid of pests and
pesticides at the same time. The public is keenly aware that both present potential health risks. Some of common pests includes
ants, bees, birds, cats, crickets, flies, ground squirrels, mice, mosquitoes, pill bugs, rats, silverfish, spiders, stored-product pests,
termites, wasps etc.
RFP for SELECTION OF FACILITY MANAGEMENT SERVICE PROVIDER FOR MANTRALAYA MAHANADI BHAWAN, CCIID, RAJDHANI SAROVAR, BUILDINGS AND ITS CAMPUS AT NAYA RAIPUR, CHHATTISGARH.
78
The groundwork Stepsshould be considered that help ensure that any pest-control program implemented will achieve the
desired results and ensure the safety and health of employees as follows:
Assess the built-up property for signs of insects, such as flies, mosquitoes, spiders, ants, rodents and external areas for stray
animals as well as weed infestations that threaten to overwhelm flowerbeds and grass areas.
Get information on treatments locally used or other authorities use, such as mosquito abatement or the introduction of one insect
to control another. The goal is to make certain the treatment plan a manager selects is compatible with other programs in the
area.
Select the appropriate control methods customized to the classes and combinations of pests detected within each class.
Treatment locations and frequencies can become part of an annual preventive maintenance program.
Once the controls are in place, maintenance staff will have to check devices and areas regularly as recommended by the
supplier to determine the results, whether that is the declining presence of pests or further action required due to changing
conditions, seasons or weather patterns.
For example, termites look for food constantly. So when pest control personnel find termites in a detection device, one solution is
to transfer them to a bait device. The termites burrow out of the bait device and return to their colony, leaving a scent trail to the
bait device. Other termites from the colony follow the scent trail to the device, where they eat the bait.
If the pest control program requires hazardous chemicals, such as some insect sprays, the Service Provider will have to keep
material safety data sheets available to all who handle or use them and provide information and training in handling and use
each time a new substance is purchased.
Service Provider also should make sure all products are properly labelled and contain appropriate warnings about hazards, use
and handling as well as what to do in an emergency. If pest controls require hazardous chemicals, other solutions can be
considered, such as ultrasonic devices that repel rodents and require no chemicals, and continuously upgrade the program to
more environmentally safe methods.
xxi. Common pests and strategies
Biting insects: One common class of pests includes biting insects — flies, mosquitoes. A number of pesticides and chemical
fogs work well to combat these insects. A newer, more environmentally friendly approach involves a device that attracts the
insects, vacuums them into a net and dehydrates them, causing them to die.
Termites: Termite control requires use of a class of pesticides called termicides.
Rodents: Rodents can be trapped or poisoned with a number of toxic pesticides.
RFP for SELECTION OF FACILITY MANAGEMENT SERVICE PROVIDER FOR MANTRALAYA MAHANADI BHAWAN, CCIID, RAJDHANI SAROVAR, BUILDINGS AND ITS CAMPUS AT NAYA RAIPUR, CHHATTISGARH.
79
Pest-control strategies: Developing a comprehensive, integrated pest-control program, after analyses of pest-control programs
help maintenance team develop knowledge bases that will lead to more efficient, cost-effective programs that also are
environmentally friendly.
Analysis also will establish a sound basis for continuous improvement as new, more effective solutions become available.
xxii. SLA – Pest Control
In view of the fact that Pest Control is a specialised job, therefore it is required that specialised Pest control agency shall be
deployed by the selected Facility Management Provider for Pest Control Services in this work. The specialised agency
shall be reputed and shall have executed bigger Govt. / Semi-Govt. projects like FCI Godowns etc. The agency, like Pest
Control of India Or equivalent shall be engaged from the selected Facility Management Provider. They shall be duly got
approved from NRDA, before starting the execution. Defined Task & Service Level Agreement (SLA) for Pest Control
Services is same as mentioned in the various section of the RFP.
Parameters to observe Rating Score (%) Parameters
Planned site assessments are undertaken at the frequency and time agreed with
the Client
90% achievement of schedule
1 or more non-compliance to schedule = 0% conformance
Emergency requests are attended and rectified in a reasonable response time
Urgent requests are attended and rectified within a short period of time
Routine requests are attended and rectified as per schedule
Food preparation and food storage areas are free from pest infestations
Toilet areas / shafts are free from pest infestations
Common areas are free from pest infestations
Pest deterrents and capture and disposal methods are efficient and humane
Procedures are comply with infection control policies of the hospital
Safety requirements and procedures relating to the use of pest control chemicals
are clearly complied.
Service reports are delivered to the Client as per schedule
Overall Efficiency (average value)
Landscape Management
i. Landscape Maintenance - Broad Outline
The work which will be performed includes, but is not limited to the maintenance of all common areas including slopes, lawns,
flowerbeds and pathways. Service Provider or his vendor will furnish all necessary labour, supervision, equipment, tools,
transportation, permits, insurance and taxes in his performance of these specifications. He will perform maintenance in
accordance with the highest horticultural standards. All landscaping debris will be removed from the premises by Service
Provider at his cost.
ii. Manpower
RFP for SELECTION OF FACILITY MANAGEMENT SERVICE PROVIDER FOR MANTRALAYA MAHANADI BHAWAN, CCIID, RAJDHANI SAROVAR, BUILDINGS AND ITS CAMPUS AT NAYA RAIPUR, CHHATTISGARH.
80
a. Working hours will be 8:00 a.m. to 5:00 p.m. Monday through Saturday. The supervisor may be contacted in case of any
emergency on site.
b. Service provider’s representative / expert will make at least twelve (12) general inspections of the premises per year.
c. Service Provider will maintain on a continuing basis a competent English speaking foreman who should have thorough
knowledge of landscaping and its maintenance. All employees must operate effectively and follow the standards of good
horticultural practice.
d. All personnel will appear on site uniformed, in a neat and clean manner at all times.
e. The Gardeners provided by Service Provider for the services shall be supervised by a qualified Horticulturist as and when
required. Service Provider will provide certificate / documentary evidence of the Horticulturist’s credentials.
iii. Equipments and Consumables
a. Service Provider will be responsible for maintaining a high level of safety in equipment and work conditions and will provide
evidence of liability insurance in an amount deemed sufficient by the Client.
b. Maintenance of complete landscaping area including Lawns, maintenance of Potted plants (Outdoors and Indoors), Trees,
shrubs, Hedges, Creepers, Ground corner, Hard scaping, water bodies etc.
c. Supply of seasonal plants to maintain the aesthetics of the landscape as and when required at an additional cost.
d. Supply of seasonal plants includes supplying of Saplings of seasonal plants in beds and pots. These supplies will be to
maintain the aesthetics of the landscape floral and beautiful. The choice and quantity of plants will be done by Service
Provider in consultation with Client.
e. The maintenance includes timely cutting, pruning, watering, manure, spray of insecticide and Pesticides, Proper dose of
Fertilization, Cleaning of Landscape Areas, and Plantation of Seasonal flowers as and when required.
f. To carry out the maintenance work the following material will be provided by the Service Provider at its cost, as and when
required.
i. Manure
ii. Urea
iii. Chemicals
iv. Insecticides and Pesticides
v. Good Earth, Soil etc.
vi. Replacement of casualties
g. The quantities of the above material will be adequate and sufficient for the landscaping requirement at the premises and
will be of superior quality. Client reserves the right to inspect the quality and quantity of such material.
h. Service Provider should take permission from Client before planting any fresh plants in premises. Failure to do so may
result in non-payment by Client for such plants.
RFP for SELECTION OF FACILITY MANAGEMENT SERVICE PROVIDER FOR MANTRALAYA MAHANADI BHAWAN, CCIID, RAJDHANI SAROVAR, BUILDINGS AND ITS CAMPUS AT NAYA RAIPUR, CHHATTISGARH.
81
Detailed Scope of Work
i. General Maintenance
a. Complete daily policing (litter pick-up) of all trafficked areas, including landscaping, pathways, flowerbed and driveways.
b. Cleaning and maintenance of all drainage lines and catch basins on an as-needed basis.
c. Complete weekly sweeping or vacuuming of all walks. This does not include any carports, garages or driveways.
ii. Grassed Areas
This section shall include but not be limited to the following: -
a. All grassed areas shall be maintained in a neat, tidy and usable condition appropriate to the designated use/ location;
b. All grassed areas shall be kept free of weeds, moss or extraneous growth;
c. All grassed areas shall be kept in healthy growth at a reasonable length;
d. Following grass cutting operations, all adjoining surfaces shall be free of any arising cuttings etc.
e. All landscaped grassed areas shall be kept neatly cut to the edge of the borders, fence lines, building lines, path edges,
hedge bases, tree bases etc.;
f. All grassed areas shall be kept free of large accumulations of litter and foreign matter such as stones, animal faeces, bricks
and glass.
iii. Horticultural Works
This scope shall include but shall not be limited to the following: -
a. All horticultural works shall be undertaken in a manner so as to maintain a pleasing, tidy appearance;
b. All trees, perennial plants and shrubs shall be maintained so that they are in healthy growth;
c. Trees and shrubs shall be kept to an acceptable height and form and are to be pruned in accordance with good
horticultural practice;
d. Plants or shrubs shall not obstruct or encroach pedestrian or vehicular traffic routes;
e. All rose beds, shrubberies, herbaceous borders, hedgerows, other garden areas etc. shall be clear of litter, weeds, leaves,
suckers, dead flower heads, rubbish, animal faeces and other debris, and remain in a neat and tidy condition at all times;
f. All plants/ trees and shrubs etc., which have or appear to be dying, should be removed and replaced as soon as possible
following removal of dead plant(s) by a suitable replacement.
iv. Lawn or Turf Area Maintenance
a. Service Provider shall mow and edge lawn areas weekly during peak growing season and as frequently as needed during
the winter months or periods of excessive rainfall.
b. All cuttings from mowing and edging shall be promptly collected and disposed of of-site, the same day as mowing.
c. Complete fertilization of all lawns shall be at a minimum of four times per year in accordance with subsequent fertilization
specifications.
RFP for SELECTION OF FACILITY MANAGEMENT SERVICE PROVIDER FOR MANTRALAYA MAHANADI BHAWAN, CCIID, RAJDHANI SAROVAR, BUILDINGS AND ITS CAMPUS AT NAYA RAIPUR, CHHATTISGARH.
82
d. Service Provider shall provide labour for complete chemical weed, fungus, and insect control as necessary.
v. Tree, Shrub and Flowerbed Maintenance
a. Trees and shrubbery shall be manicured regularly to contain their size in respect to species, size of planter or relative
surrounding landscaping and for the best health of the plant.
b. All flowerbeds and ground cover shall be trimmed, edged and cultivated as needed.
c. Service Provider shall provide labour to continually inspect all tree ties and stakes to insure that they are properly
supported.
d. Service Provider shall provide labour for insect, disease and weed control as necessary.
e. Complete fertilization shall be at a minimum of four times per year in accordance with subsequent fertilization specifications
with no additional charge.
vi. Plants and Flowers
This section shall include but not be limited to the following: -
a. All planting works shall be undertaken in a manner so as to maintain a pleasing, tidy appearance;
b. All plant specimens shall be maintained so that they are in healthy growth;
c. All plant specimens shall be kept to an acceptable height and form and shall be pruned in accordance with good
horticultural practice;
d. A fully detailed asset register detailing all plant specimens shall be kept by the Service Provider detailing type, location,
condition and frequency of visit for all plants on display at each location;
e. All pots/ containers shall be cleaned and replaced where necessary;
f. All plant specimens, which have or appear to be dying shall be removed and replaced as soon as possible following
removal of dead plant(s) by a suitable replacement.
g. The plant and flowers chosen shall be of a kind that is known not to cause any allergic reactions.
Landscape Maintenance Tasks
a. Aeration
b. Fertilization
c. Mowing
d. Mulching
e. Pest and Plant Disease Control
f. Pruning
g. Soil Amendments
h. Trimming
i. Weed Control
RFP for SELECTION OF FACILITY MANAGEMENT SERVICE PROVIDER FOR MANTRALAYA MAHANADI BHAWAN, CCIID, RAJDHANI SAROVAR, BUILDINGS AND ITS CAMPUS AT NAYA RAIPUR, CHHATTISGARH.
83
j. Removal of dead plants, shrubs and grass carpets
vii. Aeration
Aeration - The process of improving the gas and air exchange capabilities of soil being utilized for growing plant material.
Compacted or water-logged soil conditions limit plant growth. Aeration reduces shallow rooting, improves nutrient infiltration, and
increases overall plant vigour. Turf grass is the most commonly aerated in landscape element.
viii. Fertilization
Programmed fertilization of all areas shall be as specified herein and shall be at Service Provider’s expense. The Service
Provider shall notify the Client’s representative five days in advance of each fertilization. An analysis of the soil shall be made a
minimum of four times a year. Tests shall be conducted at Service Provider’s sole expense by government approved Soil and
Plant testing Laboratories only. A minimum of six samples shall be taken on each trip to produce a cross-section of soil condition
for analysis of deficiencies and recommendations for feeding program as well as corrective measures that are found necessary.
Fertilizing procedure for all landscaped areas on the site shall be based upon the soil laboratory report. Copies of the soil reports
shall be distributed to Client and to Service Provider. Additional tests shall be made at Client’s discretion.
It is anticipated that fertilizer will be required eight (8) times per year to keep lawns in first class condition. Two (2) of these
applications will be made with a slow-release material.
Service Provider shall apply proper fertilizer to established ground cover areas, shrubs and vines at least four (4) times per year
or as required.
Service Provider shall apply proper slow-release material to established trees at least two (2) times per year (March and June) or
as required.
ix. Mowing
Proper mower and height of cut, sharp blades, and low moisture content are the main requisites for a successful mowing
operation. In addition, not more than one-third of the grass should ever be removed in any one mowing operation. Some turf
grass types require special mowers. Most grasses can be cut with standard rotary mowers. Heavy textured utility grasses can be
mowed with flail type mowers.
x. Mulching
Mulching is the placement of organic material over a plant's root zone. Mulch keeps the soil near plant roots cool and moist
longer than soil exposed to the sun and drying wind. Mulch provides insulation during winter, discourages weed germination,
reduces soil erosion, impedes soil compaction, and protects plants from the damage caused by mowers and trimmers. Mulching
should be accomplished annually as it decomposes, breaks down, and shifts. Depth should be 2-4 inches depending on plant
type and geographical location.
xi. Pest and Disease Control
Pest and disease control - The logical process of minimizing or eliminating damaging insects, animals, and pathogens. Many
pests are cyclic and their actual damage to the landscape is minimal. Some are thwarted through natural processes. Some
pests, such as ground squirrels, termites, and particular varieties of blight should receive immediate attention and treatment.
RFP for SELECTION OF FACILITY MANAGEMENT SERVICE PROVIDER FOR MANTRALAYA MAHANADI BHAWAN, CCIID, RAJDHANI SAROVAR, BUILDINGS AND ITS CAMPUS AT NAYA RAIPUR, CHHATTISGARH.
84
Application methods for the control of pests and plant diseases are numerous and include attachments to garden hoses, hand-
held pump sprayers, tractor-mounted tank sprayers, foggers, and hand or machine broadcasted granules shall be followed. The
periodicity shall be of minimum twice in a month.
xii. Pruning
Pruning - The selective removal of foliage or branches from plant material. It contributes to the quality, attractiveness, and
longevity of installation trees and shrubs. Few landscape maintenance tasks are more important than pruning. Workers must be
trained in the proper methods and then be supervised in the field by an experienced person. Pruning will only be done to remove
dead or diseased branches, reduce foliage density or crossing branches, or to improve the beauty of the plant through selective
removal of a few branches. Proper pruning is not difficult.
xiii. Trees
Proper pruning is paramount to long term tree health and vitality and their aesthetic and energy conservation value. Many trees
are incorrectly topped or pollard, forever destroying their natural shape and size while greatly shortening their lives. It is better to
leave a tree alone than to prune it improperly. Topping a tree removes the terminal bud and results in irregular and oddly-shaped
trees. Pruning should restore a tree to a healthier condition and a more attractive shape, making it stronger and better able to
withstand storms and disease. Service Provider will ensure that pruning is done under strict supervision to avoid accident and no
excess pruning is done.
xiv. Shrubs
Over pruning of shrubs is common. Most of the shrubs receiving regular pruning probably don't need to be pruned at all. When
they are pruned improperly or unnecessarily, the labour and associated costs are wasted, the plant suffers, and the aesthetic
quality of the landscape declines.
Shrubs have distinct shapes; weeping, rounded, oval, upright, spreading, and irregular shaped. Allow shrubs to take on their
natural shape, pruning only to reduce crowded foliage, crossed branches, an asymmetrical shape, or branches growing into the
heart of the shrub.
Selective pruning restores a shrub to a healthy condition and an attractive shape. Trimming or pruning screening plants
increases the maintenance activity and expends valuable resources.
Very few shrubs should ever be sheared, and then only the fine textured or small leafed varieties. Artificial shaping of shrubs
should be minimized. If a shrub continually needs pruning due to safety or pedestrian clearance near a walkway, then removal
should be considered. Generally, shrub pruning should result in soft, natural shapes and be performed a maximum of once or
twice a year.
Pruning tools cover a large choice of available products. It is important to choose the correct tool for each operation. Tools range
from hand-held prunes and bypass loppers to curved hand-held saws to power chain saws could be used.
xv. Soil Amendments
Soil amendments of any materials added to the soil to improve or maintain its texture, pH, or friability to encourage healthy plant
growth. They are vital to the viability of all soils, especially those composed largely of sand or clay or those lacking sufficient
organic matter.
RFP for SELECTION OF FACILITY MANAGEMENT SERVICE PROVIDER FOR MANTRALAYA MAHANADI BHAWAN, CCIID, RAJDHANI SAROVAR, BUILDINGS AND ITS CAMPUS AT NAYA RAIPUR, CHHATTISGARH.
85
Organic matter is the decaying remains of plants and animals. Because organic matter is a desirable component of all soils, and
since organic materials are continually being decomposed by soil bacteria, even the best of soils benefit from periodic application
of organic soil amendments. They can improve aeration and drainage in clay and compacted soils. In sandy soil, they help retain
moisture and available plant nutrients.
xvi. Trimming
Trimming - Removal of excess or unwanted turf grass or similar plant material on the edge of a turf area, walkway, or planter
bed, and along fence lines and building foundations. These areas are generally trimmed at each mowing. There are a variety of
trimming tools available and selecting the proper one depends upon the area being trimmed, plant material involved, and desired
final affect. Tools include gas or electric powered nylon-monofilament trimmers and gas powered bladed edger(s). Monofilament
trimmers allow for rapid and efficient removal of unmovable grass around steel edging, concrete mowing strips, sidewalks,
foundations, and poles.
Weed Control methods to be adopted by Service Provider
xvii. Chemicals
Chemical application will be accomplished using small screw-on applicator bottles on garden hoses, hand-held pump sprayers,
rotary or drop spreaders, tractor-mounted tank sprayers, and hand or machine broadcasted granules.
xviii. Non-selective systemic
Non-selective systemic chemicals will be applied to the foliage of unwanted plant material. The chemical works through the
chlorophyll in plant leaves and bark and moves inside the plant to the roots. Although somewhat slow-acting, these chemicals
will severely damage or kill almost anything they are sprayed on.
xix. Selective systemic
Selective systemic weed control chemicals will be used to kill specific classes of plants. Plants are classified as either
monocotyledons, which include palms and grasses, or dicotyledons, which include all broadleaf plants such as willows, oaks,
dandelions, and privet. Chemicals can be selected to control broadleaf weeds in turf grass or grasses in broadleaf ornamentals.
xx. Pre-emergent
Pre-emergent weed control kills seeds during germination. The well-timed use of pre-emergent herbicides will eliminate the need
for large scale systemic chemical or mechanical weed removal operations. These chemicals are extremely valuable when used
to treat inert material areas. Depending on the climate, two to three annual applications may be required.
xxi. Mechanical
Mechanical weed control will be accomplished using shovels, hoes, spades, or by hand.
Maintenance Guidelines for all Seasons
a. Spring
b. Summer
c. Monsoon
Spring Maintenance Guidelines
RFP for SELECTION OF FACILITY MANAGEMENT SERVICE PROVIDER FOR MANTRALAYA MAHANADI BHAWAN, CCIID, RAJDHANI SAROVAR, BUILDINGS AND ITS CAMPUS AT NAYA RAIPUR, CHHATTISGARH.
86
i. Leaves
Clean up any leaves left over from the fall, especially around the base of plants.
ii. Weeds
Apply a pre-emergent herbicide to reduce the number of annual weeds in planting beds. Spray or pull any weeds that emerge
throughout the season. (If pull them by hand, make sure get the roots, not just the top of the plant).
iii. Fertilizer
Fertilize plants early in the spring with a balanced fertilizer (14-14-14 or 10-10-10). Follow the directions for the proper application
and concentration rates.
iv. Edging
Re-edge existing planting beds to maintain a 2" v-shaped edge. This will improve the appearance, help to contain mulch, and
maintain separation between the lawn and the planting beds.
v. Mulch
Apply additional organic mulch as necessary to maintain a 2" thickness. Do not exceed 2". Mulch helps to prevent weeds and
retain soil moisture.
vi. Watering
Newly planted material should be checked periodically for proper moisture. These plants (1-2 years old) require 1" of water per
week. A simple way to check soil moisture is to stick finger through the mulch, into the soil 3". If the soil feels dry, water the plant.
If it's wet, hold off on the water. Don't just check the soil in one place and assume that all of the plants need water or don't need
water. If the plants do require watering, place a hose with a slow trickle of water at the base of each shrub for 10-15 minutes.
Trees can be watered up to 30 minutes, using the same method. Normal rains should take care of the watering of established
plants (older than 2 years) (Native species can sustain Summers also but exotic species need proper care).
vii. Pruning
Spring pruning will include summer flowering trees and shrubs, broadleaf evergreens, and evergreen or deciduous hedges.
Spring blooming shrubs should not be pruned until they have finished flowering. By pruning them before their bloom time, you
can greatly reduce the amount of blooms on the plants. However, make sure you prune them within a month after they finish
flowering. Prune needled evergreens in late spring. Pinch or cut 1/2 of the new candle growth. Cut ornamental grasses down to
the ground if you didn't in the fall. You will see the green new growth starting at the base of the plant. Note: Remove any stakes
from trees one year after planting.
Summer Maintenance Guidelines
i. Weeds
Continue to control weeds in the planting beds. Carefully spray them with a post-emergent herbicide. Follow product directions.
Another option is to pull them out by hand. Make sure to pull the roots out too.
ii. Water
RFP for SELECTION OF FACILITY MANAGEMENT SERVICE PROVIDER FOR MANTRALAYA MAHANADI BHAWAN, CCIID, RAJDHANI SAROVAR, BUILDINGS AND ITS CAMPUS AT NAYA RAIPUR, CHHATTISGARH.
87
Light summer rain showers do not provide adequate moisture for new material. Newly installed plants should be watered twice a
week, using the method described previously. Check the soil moisture on established plants weekly, and water roughly every two
weeks. However, over watering can lead to oxygen deficiency in the soil, causing root injury, and eventually death. Just check
the soil before adding any water. Be careful not to spray the tops of trees and shrubs in the heat of the day. It is possible to
scorch the leaves. Water before noon will be preferred.
iii. Pruning
There are a few things that can be pruned in the summer. Prune summer flowering shrubs as they finish blooming. Mature
climbing roses can be pruned. Also, evergreen and deciduous hedges can be pruned as needed.
iv. Disease
Plants will be monitored throughout the summer for signs of disease or insect infestation. If there are signs of a damaged plant,
contact local horticulture department for help.
Monsoon Maintenance Guidelines
i. Excess Water
a. There will be excessive water accumulated/ stagnated in the flower beds and landscapes which can spoil delicate
flowers as well as create health hazards which requires being directional slope and draining out.
b. There will be fast growth of shrubs, trees etc. which can marry around with electrical poles, lighting fixtures etc. hence
shall be monitored for necessary training to avoid accidents.
c. The monsoon season leads to frequent movement of snakes in the open area since their shelters are filled with water
hence while working on the landscape; workers will be trained adequately to follow all safety norms to avoid any
accidental snake bites.
ii. Irrigation System
a. Service Provider shall continually inspect, repair and adjust all sprinkler heads for full coverage or to prevent overspray
on buildings, sidewalks or other un-landscaped areas. Should poor coverage or localized areas become evident,
Service Provider shall rectify them upon approval of written proposal.
b. Service Provider shall be responsible for reporting any damage to the irrigation system to the Client.
c. Service Provider shall be responsible for setting the starting time of the controllers, skipping days of the week as
needed, and for changing the timing and individual vales. Water is to be supplied by Client.
d. Service Provider shall be responsible for hand operation of the controller whenever necessary and shall supplement
the automatic watering with hand watering by hose when necessary.
e. Water shall be carefully applied and in quantities required by the different plantings. The effect of the watering program
shall be regularly checked and adjusted whenever required.
f. Watering basins shall be constructed and maintained around newly planted trees and shrubs, etc., except ground
covers, with the edges at least four (4) inches high and following the shape of the planting pit area.
RFP for SELECTION OF FACILITY MANAGEMENT SERVICE PROVIDER FOR MANTRALAYA MAHANADI BHAWAN, CCIID, RAJDHANI SAROVAR, BUILDINGS AND ITS CAMPUS AT NAYA RAIPUR, CHHATTISGARH.
88
g. Service Provider recognizes the necessity to keep all watering under definite control to preclude the soil drying to the
extent that salts will rise from the subsoil’s and infringe into the planting depths.
h. Particular attention shall be paid to adequate irrigation during the first six months following installation of new plant
material, as more frequent watering will be necessary during this period when the plant are taking hold.
i. Trees will require additional deep soaking in order to get the water to the root system. This shall be done by slow
soaking or by means of a subsoil irrigator as required.
j. All shrubs and ground covers shall be hosed off twice monthly to keep them free from accumulations of soot, chemicals
and dirt. All trees shall be hosed off at thirty (30) day intervals. This shall be done in accordance with customary
horticultural practices.
k. Watering shall be carried on in such a manner as to avoid excessive erosion by sprinklers or hand watering and
prevent run-off into adjacent walks and roadways. Each section shall be irrigated for the appropriate time based on the
condition of the soil and plant materials and water will not be wasted.
l. The irrigation system will be maintained, not including the well serving the irrigation system. Irrigation repairs shall
extend only to heads, nipples, valves and underground lines. Controllers shall be charged at an additional cost to the
Client.
m. The irrigation system will be programmed to deliver adequate soil moisture, as determined by weekly personal
inspection. During the main growing season at least one (1) inch of water per week shall be applied.
iii. Irrigation Sprinkler System Maintenance
a. Once in every week of operation Service Provider shall, after turning on all valves, visually inspect each sprinkler head
in all sections to make sure that heads, connector and lines are not plugged by soil, rock particles or otherwise, and
make any and al such repairs as may be necessary.
b. Damaged heads and lines will be repaired immediately. All repairs shall be made by Service Provider at its expense.
Irrigation control valves shall be kept in working order. Service Provider shall replace washers when necessary.
c. Service Provider shall familiarize itself with the location of existing underground utilities prior to commencement of any
form of excavation work. The Service Provider shall be held responsible for any damage thereto caused by its
operation.
iv. Guarantee and/or Replacement Policy
Service Provider shall guarantee installation of all new plant materials or irrigations systems for a period of six (6) months. Such
installation shall be replaced by Service Provider at no charge if they fail during the guarantee period. Service Provider shall be
exempt from this provision if damage occurs as a result of an act of God. Acts of God are defined as those caused by
windstorm, hail, fire, flood, earthquake and freezing. Vandalism and theft are considered as other wilful acts over which the
Service Provider has no control and are therefore exempt.
v. Description of Work
RFP for SELECTION OF FACILITY MANAGEMENT SERVICE PROVIDER FOR MANTRALAYA MAHANADI BHAWAN, CCIID, RAJDHANI SAROVAR, BUILDINGS AND ITS CAMPUS AT NAYA RAIPUR, CHHATTISGARH.
89
a. Service Provider shall be responsible for the furnishing of all materials, equipment and labour required to carry out the
scope of these specifications, the quality and sufficiency of all materials so furnished (whether by Service Provider or
sub Service Providers), and the organization and operation of the various divisions of the work.
b. Service Provider shall maintain the landscaped areas of the premises in a first class condition as may be determined
from time to time by Client’s representative. In the absence of detailed drawings or specifications pertaining to specific
items, Service Provider shall perform such work in accordance with accepted horticultural practice.
vi. Drainage
Service Provider shall inspect existing surface and underground drainage system once a month, and adjust, if necessary, to
facilitate surface flow of water to catch basin or other drainage facilities provided to planted areas.
vii. Replacement of Dead Plantation
a. All plant material is the responsibility of Service Provider, at Service Provider’s expense. Service Provider shall be
liable for replacement of plants, including but not limited to, loss through negligence or improper cultivation such as
improper fertilization, careless use of chemical weed controls, lack of water or mechanical damage from the equipment
of Service Provider or its employees, or otherwise.
b. Service Provider shall not be responsible for plant loss due to Clients construction or operational activities, vandalism,
or acts of God.
c. Plant sizes for replacement shall be recommended by Service Provider and authorized by Client.
d. Damage repair to the irrigation system, not resulting from the Service Provider’s operation and negligence, will not be
included. All repairs to the system shall be done according to irrigation details supplied as part of this contract.
Repairs so provided would include normal wear and tear of the system, vandalism, accidental breakage by others, so
called acts of God, etc. This work will be performed under separate agreement with proper authorization. Breakage or
damage to any of the systems caused by the Service Provider’s neglect shall be repaired or replaced at the Service
Provider’s expense.
viii. Cleanup
All rubbish, waste or surplus material shall be removed from the job site at the close of each day’s work. Sidewalks and
roadways shall be swept clean as required to remove debris resulting from work under this contract. All planted and unplanted
areas will be policed daily for miscellaneous paper, cardboard, etc., which will be deposited in Service Provider’s trash
containers. Service Provider shall, at all times, keep the premises free from accumulation of waste materials or debris caused by
the employees, to the satisfaction of Client.
No burning of waste materials shall be permitted on the premises.
ix. Control of Work
Client shall decide all questions which may arise as to the quality or acceptability of materials furnished and work performed and
as to the manner or performance and rate of progress of the work, all questions which may arise as to the interpretation of these
specifications, and all questions as to the acceptable fulfilment of the agreement on the part of Service Provider.
RFP for SELECTION OF FACILITY MANAGEMENT SERVICE PROVIDER FOR MANTRALAYA MAHANADI BHAWAN, CCIID, RAJDHANI SAROVAR, BUILDINGS AND ITS CAMPUS AT NAYA RAIPUR, CHHATTISGARH.
90
Service Provider shall permanently assign to this project an English speaking foreman (to be supervised by Service Provider)
satisfactory to Client. The foreman shall be permanently assigned to this project, working on a full-time basis for the duration of
this agreement. The foreman shall represent Service Provider, and all directions given to him shall be as if given to Service
Provider.
Upon written request, Client shall be furnished with all reasonable evidence ascertaining that the materials and workmanship are
in accordance with the requirements of these specifications. The inspection of the work shall not relieve Service Provider of any
of its obligations to fulfil this agreement as prescribed and defective work shall be made well at no expense to Client,
notwithstanding that such defective work and materials have been previously overlooked and accepted or estimated for payment.
Service Provider shall commence maintenance work immediately upon receiving instructions to proceed and shall diligently and
continuously perform said work to the satisfaction of Client.
x. Use of Premises
Service Provider shall confine all temporary staging of materials and use of spaces on the site to areas designated by Client.
Materials and equipment not in use shall be removed from the site.
The bringing in, use and disposal of gasoline, benzene, or like combustible materials shall be handled in accordance with Client’s
requirements or regulations as directed by Client.
Service Provider’s employees shall be allowed the use of designated toilet facilities in the project.
Service Provider shall not store any noxious, combustible or dangerous material on the premises.
xi. First Aid Facilities
Service Provider shall provide on-site first aid facilities, conveniently located and adequately equipped to render first aid
treatment to any injured workman employed under this agreement, all in accordance with applicable laws.
xii. Responsibilities of the Service Provider
It is the responsibility of the Service Provider to provide gardeners and a supervisor to be available on site in general shift and
they have to look after the landscaping activities of the entire premises. Other than this it’s essential for the Service Provider to
arrange of horticulture specialists visits at least once a month to look after landscaped areas of the premises and formulates new
designs that enhance the aesthetic value of the premises.
The Service Provider should bring all facilities up to the expected aesthetic standards established within the first three months of
the first contract year. On complete satisfaction of the management team, the Service Provider will be eligible for payment of the
fee provided.
The Service Provider should provide a weekly inspection to the landscaped/vegetated areas of the premises, and make sure that
the weeding and removal of moss has been carried out on a routine weekly schedule
Trimming shall be done to remove the dead growths along the edges of the turfs on a weekly basis and more frequently during
the growing season and ensure that the following standards are met:
a. Remove dead, damaged and diseased portions of plants
b. Prune trees and shrubs to retain their natural shape
RFP for SELECTION OF FACILITY MANAGEMENT SERVICE PROVIDER FOR MANTRALAYA MAHANADI BHAWAN, CCIID, RAJDHANI SAROVAR, BUILDINGS AND ITS CAMPUS AT NAYA RAIPUR, CHHATTISGARH.
91
c. Trees and shrubs are not to be allowed to grow together unless designed to do so as a hedge
d. Trees will be kept pruned to allow at least 2 feet of unobstructed space between the ground and the lowest limb
e. Trees will be pruned to avoid conflict with vehicular or pedestrian traffic and will not be allowed to interfere with site lighting
along the front areas especially near the main entrance gateways and along the walkways inside the premises.
f. Shrubs (potted) around the premises will be kept pruned not higher than the building windowsills and not touching building
walls. This is holds good for the potted shrubs near the main entry to the tower blocks such that it does not obstruct the
way and accessibility.
g. Other hedges around the periphery of the blocks shall be kept trimmed to no more than 3 feet in height
h. Other shrubs will be kept pruned to no higher than 2-½ feet above the ground
Make sure that the trees, shrubs and ground cover must be kept off fire hydrants, signs, and fences, walls, sitting areas,
walkways and driveways especially the turf in front of each tower block has to be trimmed properly such that it doesn’t obstruct
the vehicular and pedestrian movement along the access ways
Lawns, bedded areas, fence lines, concrete pads/planter boxes shall be kept of weed, grass and moss free by hand or use of
herbicides approved by the management team. Usage of disinfectants should be minimized.
NOTE: The Service Provider shall be responsible for removing weeds, grass or moss in entry and parking areas. He takes the
full responsibility of controlling any unwanted growths in some moist areas especially in the basement and in corners of the
premises as well as along the surface of the building.
Rake all bedded areas weekly twice to ensure a fresh bark appearance. Re-barking of any location will be at the discretion of the
management team.
The Service Provider is responsible for sweeping or blow cleaning of all sidewalks and/or concrete areas affected by gardening
work. All debris shall be removed from the site in an effective way without spoiling the cleanliness of the premises. Its the
responsibility of the Service Provider to co-ordinate with the house-keeping team to get rid of the debris effectively
Fertilize all plants at least once in a half year. Care is to be taken not to burn the plants. Proper schedule as to be maintained for
fertilizing/manuring and has to be submitted to the management team at any point of time. The billing towards fertilizing and
manuring charges shall be raised separately and shall be claimed from the management team by producing a clear
documentation of the schedule and the fertilizer/manure used.
xiii. Trees, shrubs and ground cover: weed, pest and disease control
Client encourages environmentally sensitive maintenance practices. Provide Client a minimum of 48 hours notice prior to
"blanket" applications of herbicides, fungicides or insecticides. All chemicals must be approved and applied by a licensed State
Pesticide Applicator as per the manufacturer's recommendations. Provide a Material Safety Data Sheet (MSDS) to the
management team for any chemicals used.
Apply insecticide or fungicide to trees, shrubs and ground covers only when significant plant damage would result from not
addressing the infestation. Base pest and disease control program on site historical data.
Keep planter beds and tree wells free of weeds and debris on a weekly basis throughout the year. Control weeds with contact
spray herbicide, hand-weeding and selective use of pre-emergent herbicides. Apply only at manufacturers approved areas to
RFP for SELECTION OF FACILITY MANAGEMENT SERVICE PROVIDER FOR MANTRALAYA MAHANADI BHAWAN, CCIID, RAJDHANI SAROVAR, BUILDINGS AND ITS CAMPUS AT NAYA RAIPUR, CHHATTISGARH.
92
avoid soil toxicity. Verify that herbicide is appropriate for use with various plant materials. The Service Provider is responsible for
any damages incurred as a result of herbicide application and must repair or replace any such damage at no cost.
Control of major disease and insect infestations for trees, shrubs and ground covers is a part of the Contract. Regularly monitor
all plant material and immediately notify the management team of any need for such control. The Service Provider is responsible
for any damage to plant material incurred as a result of failure to immediately notify Client of correctable disease and/or insect
problems, and must replace any such damaged plant material at no additional cost.
Prune trees, vines, and shrubbery, after the typical growing season especially during the months of April, May and June.
Pick up and remove all leaves and debris in bedded/landscaped areas, loading areas/entry porches and parking lots and along
the access ways around the periphery of the building (concrete paved zone) starting in autumn (when leaves on surrounding
trees start to fall) and perform this service once a week until leaves cease falling.
Establish the watering schedule for the site and make sure that the Service Provider brings his own watering devices and the
watering has to be done at least once a day either during late evening or early morning. The management team shall provide the
water supply connection.
Lawns in the turfs near the main entry and the entrance porches of the tower blocks have to be mowed every 7 days once. Grass
shall not be cut closer than 1" nor shall it be longer than 1-1/2 inches in height after each cutting. The mower blades shall be kept
sharp to prevent shredded grass tips that turn brown. When too wet to mow, the grass must be cut to four inches (4") or less with
a nylon cord trimmer or equipment. The erosion control grass areas will be cut to 4” or less at all times.
xiv. Edging around turf perimeters, sidewalks, and bedded areas shall be done with each mowing.
Fertilize landscape turf areas with a well-balanced, slow release fertilizer as required to provide vigorous deep rooting and a
healthy green appearance year around. Determine fertilizer application rates and materials from soil test results. Submit a
fertilizer schedule listing proposed materials, application rates and application times prior to performing work. Provide four
applications per year as part of the base contract.
Apply agricultural grade pellet form lime to all turf areas once annually as recommended by soil tests.
Aerate all compacted areas of formal turf areas once annually in the month of December. Aerate with a vertically operating core
aerator utilizing shaft mounted 1/2" hollow tines. Cores shall be made 4" on center to a 3" depth. Vacuum plugs. The Service
Provider ensures the availability of all the necessary equipments on site.
Remove any thatch over 1/2 inches in depth from turf areas once annually. Control broadleaf weeds in all landscape turf areas
by spot applications of contact herbicide.
Monitor all turf areas for infestation of crane fly and other harmful insects. Apply pesticides only to specific areas where insect
infestations have been identified by the Service Provider and pose significant risks to the health and appearance of turf.
xv. Inspect and repair areas showing signs of erosion.
a. Replace dead and dying vegetation.
b. Plant materials such as seeds, bulbs, saplings of annuals / perennials/ shrubs and trees, etc shall be arranged by the
Service Provider, however, the cost of these materials will be paid separately, as per current market rates
c. The Service Provider should ensure the payment of his workers as per Minimum Wages Act
RFP for SELECTION OF FACILITY MANAGEMENT SERVICE PROVIDER FOR MANTRALAYA MAHANADI BHAWAN, CCIID, RAJDHANI SAROVAR, BUILDINGS AND ITS CAMPUS AT NAYA RAIPUR, CHHATTISGARH.
93
d. The manpower deployed by the Service Provider should turn up in neat and clean uniform.
xvi. Indoor plants
a. Maintenance shall be provided on an as required basis, including the following services as they become necessary:
b. Watering for each plant
c. Pruning and trimming to provide a pleasing shape, control growth, and remove old or unsightly debris
d. Leaf cleaning to remove dust, grease or other deposits and to provide a neat, clean appearance
e. Fertilizing to ensure strong healthy growth
f. Inspection and treatment for insect and disease control
g. Leaching soil to remove harmful chemical accumulations
h. Aerating to loosen soil and provide additional air to roots
i. Re-potting and staking to provide additional root space and/or support
j. Cleaning of all areas under and around each plant. This includes file tops, floors, tables and any other areas where loose
soil, bark or plant debris may fall
k. Service Provider is required to ensure the vendor complies with the following requirements:
l. All replacement plants shall be of the same quality and height as those being replaced, or those originally in place at the
time of the agreement. Client shall have final approval of all replacement plants.
m. Plants that become diseased, damaged, or unattractive due to factors under the control of the vendor shall be replaced at
no charge to Client.
n. Whenever additional plants or services may be required, i.e., relocation of plants or when environmental conditions
affecting the plants may change, vendor shall provide consultation services to Client for the resolution of such problems at
no charge.
xvii. Ensure Statutory Compliance (e.g. Labour Laws)
Client shall provide access to running water, during normal working hours, and access to all plants during these same hours.
Prior permission must be obtained for after-hours access.
Client employees may have personal plants in individual offices or open plan offices. IFM team is not responsible for maintaining
or checking the condition of such.
Should any guaranteed plant fail to thrive in a particular location due to unpredicted conditions such as drafts, heat pockets,
traffic, lighting, etc., Vendor may substitute varieties which shall be more appropriate for the location or to move the plant to a
more appropriate area, while still performing the original design function, subject to Client approval.
RFP for SELECTION OF FACILITY MANAGEMENT SERVICE PROVIDER FOR MANTRALAYA MAHANADI BHAWAN, CCIID, RAJDHANI SAROVAR, BUILDINGS AND ITS CAMPUS AT NAYA RAIPUR, CHHATTISGARH.
94
xviii. SLA - Landscaping
Parameters to observe Rating Score (%)
Overall aesthetic value of the landscaping 90% achievement of schedule
1 or more non-compliance to schedule = 0%
Weeding process as per schedule
Trimming process as per schedule
Form of the landscape
Texture of the landscape
90% achievement of schedule
1 or more non-compliance to schedule = 0% conformance
Order of the landscape
Rhythm of the landscape/ horticultural plants
Watering of plants on routine daily basis
Traces of mosses
Horticulture specialists visits as per schedule
No Sign of dead and disease/infections in plants
Visual aspects of the entire landscape
Cleanliness of the neighbouring areas
Mowing of lawns at least weekly once
Soil testing and formulation of fertilizing schedule
Fertilizing/manuring as per schedule
Signs of debris/dried leaves in the paved areas
Horticulture specialists visits and the records of the same
Availability of the gardeners in the site for 6 days a week
Overall Efficiency (average value)
xix. Helpdesk Management
a. The Helpdesk Services of IFM pertain to the problems on Helpdesk and resolving the problems to closure, which occur on
day to day basis. Service Provider will be required to manage Helpdesk at the in the building wherein the problems will be
logged either on telephone, in person or through email. Helpdesk will classify all such calls and would forward / allocate to
the concerned departments, i.e. Engineers / Technicians, Supervisor or any concerned operational staff for resolution. For
each type of problem, the response time would be defined and Service Provider will adhere to it.
b. This helpdesk will receive, log and track all calls related to the end users in the premises. For calls / services it is not
directly responsible, these would be informed and escalated to the concerned Client personnel as decided and
communicated to the helpdesk from time to time.
c. Helpdesk will be manned and managed on a 24/7 basis by qualified computer literate Helpdesk Operators.
d. Helpdesk will be allotted a dedicated Telephone Extension No. by Client
e. An email ID will be provided for Helpdesk by Client
f. Any problem logged in Helpdesk either telephonically or through mail will be registered by Helpdesk operator in a
Complaint Register and allotted a Unique No. on that date.
g. Work orders will be made by Helpdesk operator and handed over to respective attendant to attend to the problem.
RFP for SELECTION OF FACILITY MANAGEMENT SERVICE PROVIDER FOR MANTRALAYA MAHANADI BHAWAN, CCIID, RAJDHANI SAROVAR, BUILDINGS AND ITS CAMPUS AT NAYA RAIPUR, CHHATTISGARH.
95
h. Any Complaint lodged in Helpdesk will be responded depending on nature of the problem but not later than 1 hour and
resolved within 2 hours (routine Complaint) of logging the complaint.
i. Once the call is closed the respective attendant will get the signature of the complainant on the work order. Helpdesk
operator will counter check before closure of any problems assigned.
j. Resolution of the problem will be reconfirmed by the Helpdesk operator with the complainant and then will close in the
register.
k. At the end of each day, the unattended and pending problems will be carried forward to the next day and a report of such
problems will be prepared and forwarded to the respective facility team in premises.
xx. Escalations
All routine problems, Helpdesk related problems, Operations related problems, will be handled by the Service Provider without
any intervention of Client.
If any call is not resolved within the agreed timelines, it will be escalated to the concerned as per the escalation matrix as
mutually decided after Contract is awarded.
iii. Requests and satistics : SLA Helpdesk Management
Sr.No SERVICE LEVEL DESCRIPTION
STANDARDS Client’s Requirement PARAMETERS
1
To provide a dedicated hotline and customer service facility to receive, co-ordinate and monitor service delivery and customer requirements
Service hours as agreed upon by the Client as well as Management Team
All calls are responded to during operating hours
% of Non-conformance= (No. of service request (SR)+Reactive requests(RR) not recorded in hotline. No. of SR+RR for the month)x100%
2 Maintain log of all requests
Manual and or electronic logging of all service requests to include; user request, date, time, action taken and completion details
All requests to be captured and reported in monthly report
100% of all requests to be recorded on the day of request if received by 17:00 hrs. Health and Safety to be given priority, followed by business critical
No complaints from the user
3 Prepare monthly report on service performance
All service statistics be issued to agreed timetable and to be 100% accurate
Quarterly audit of Electronic or manual records by Management Team
4 Prepare monthly report on service completion times
All request to be completed according to individual SLA's
Statistical analysis of user requests to be included in monthly report
% of Non-conformance= ( No of documented SR + RR not meeting response times / No. of SR+RR for the month)/100% Priority order -1. H&S, respond
straight away
RFP for SELECTION OF FACILITY MANAGEMENT SERVICE PROVIDER FOR MANTRALAYA MAHANADI BHAWAN, CCIID, RAJDHANI SAROVAR, BUILDINGS AND ITS CAMPUS AT NAYA RAIPUR, CHHATTISGARH.
96
Sr.No SERVICE LEVEL DESCRIPTION
STANDARDS Client’s Requirement PARAMETERS
Priority order -2. Business critical, respond within 30 min
Priority order -3. Normal requests: Respond same day if requested before 17:00 hrs
5 ClientClient’s satisfaction Monthly hotline job specification survey
Minimum overall rating achieved 90% satisfaction. To be included in monthly report
% of Non-conformance= ( No. of unsatisfied users as per job card/ No. of SR+RR for the month)x100% < 10%
The scope of services under the property management services is classified under following major categories:
i. Preventive Maintenance
Service Provider shall implement a predetermined program to maintain facilities equipment and systems according to
Client’s standards, industry best practices and manufacturer’s recommendations. The electrical preventive maintenance
program shall be designed to provide zero unscheduled downtime of building electrical services. The program shall
include, but not be limited to, preventive tasks and frequencies, and predictive maintenance techniques. Service Provider
will propose a detailed PM plan showing tasks and frequencies, which will be subject to the approval of the Client. Service
Provider will coordinate site maintenance shutdowns.
ii. Major Maintenance and Refurbishing
Service Provider shall submit to Client in advance any requirements for major maintenance or refurbishing of equipment.
Such work shall be performed on a project basis, upon approval of Client.
iii. Equipment Maintenance, Repair & Testing Requirements
a. Electrical measurements shall be taken using multi-meter of appropriate ratings.
b. Circuit test pens are not allowed as a testing instrument within Client premises.
c. The instruments shall be used within the mfg. range for that equipment.
d. All spanners, wrenches and required hand tools must be in good working order.
e. All powered tools must be equipped with individual ELCB to prevent main tripping.
f. All chemicals intended for cleaning or other purposes must first obtain approval by EHS.
g. All test equipment shall be calibrated to the manufacturer’s requirements or every year, whichever is stricter.
h. Date of calibration shall be displayed on the instrument with document available if required.
iv. Work Order Priorities
a. Contractor shall implement a planned work environment in which work is planned, scheduled, coordinated, and
documented by a work order control system and in coordination with the help desk processes. Service Provider will work
with Site management to ensure there is always a response appropriate for the severity of the situation or problem.
RFP for SELECTION OF FACILITY MANAGEMENT SERVICE PROVIDER FOR MANTRALAYA MAHANADI BHAWAN, CCIID, RAJDHANI SAROVAR, BUILDINGS AND ITS CAMPUS AT NAYA RAIPUR, CHHATTISGARH.
97
b. Service Provider will ensure it’s employees are versed in both interpreting and assigning work order priorities in a manner
consistent with Site’s program.
c. Work shall be prioritized and completed according to the following codes:
v. Priority Levels
a. Safety Related - An unsafe condition related to the facility or equipment which places an individual in danger or has the
potential of creating a dangerous situation. Indoor air quality issues are included.
b. Mission Critical - A condition based on a need to meet critical schedules, to complete other critical functions, to procure
critical information or to address code/regulatory requirements.
c. Asset Threatening - A condition which, if un-addressed, could lead to further damage to the facility, equipment, contents,
or site. Includes equipment and systems classified as critical with redundancy, and classified as non critical, as well as
Security issues.
d. Abnormal Symptom - A condition based on a reported anomaly that may have the potential to be Asset Threatening,
Mission Critical or Safety Related.
e. Corrective Maintenance - Unplanned maintenance to correct an abnormal condition which will restore the item to an
acceptable operating condition.
f. Preventive Maintenance - Planned maintenance which has a pre-planned schedule, pre-planned tasks and fixed duration.
Perform per mutually agreed schedule.
g. Special Projects - Improvements, alterations, adds, moves or changes which can be scheduled as a floating project not
defined within the above priorities. Complete per mutually agreed schedule.
vi. Shutdowns
Service Provider will be responsible for acquiring advance approval per site requirements and coordinating Building / Site
shutdowns with the Client. The coordination activity involves but not limited to selecting shutdown dates and conducting update
meetings with all affected business unit representatives, and communicating the shutdown plan to all customers. Service
Provider will support Client’s shutdown requirement under terms of this contract.
vii. Equipment Failure
a. Major and minor repairs or replacements due to Service Provider’s failure to perform maintenance and preventive
maintenance as prescribed herein will be the responsibility of the Service Provider. All equipment failures will be reviewed
to ensure the appropriate maintenance has been done as required
b. Cases of design inadequacy will be the responsibility of Client. Service Provider shall develop a list of equipment and
system devices that are non functional per design intent and incomplete work tasks or work in process, before execution of
this contract or any scope of work addendum. This list will serve as bases of backlog activities and marginal equipment that
the Client will pursue funding for to have repaired or finished. Intent is to indemnify the Service Provider against equipment
and system devices that are not up to normal operating standards and provide Client a comprehensive baseline of system
RFP for SELECTION OF FACILITY MANAGEMENT SERVICE PROVIDER FOR MANTRALAYA MAHANADI BHAWAN, CCIID, RAJDHANI SAROVAR, BUILDINGS AND ITS CAMPUS AT NAYA RAIPUR, CHHATTISGARH.
98
capability at the beginning of this contract. There will be no compensation provided to Service Provider for the development
of this list.
viii. Non-interruption of Client Business
a. All Service Provider work shall be pre planned and job plans shall be available for review by Client. Service Provider shall
schedule and attend work coordination meetings as necessary. Work that affects Client operations or the work of other
contractors shall be submitted to Client per site requirements.
b. Service Provider work shall be scheduled nights and weekends when necessary in order to affect a minimum number of
building occupants, as determined by Client.
c. Service Provider shall provide troubleshooting and correction to routine operations.
ix. Procurement of tools
Service Provider will acquire all tools and test kits necessary to perform work under this Agreement. In addition to standard hand
and power tools, the definition of “tools” includes ladders, electronic testing equipment (multi-meters, Meggar etc.), and PPE.
Service Provider is responsible for specifying tools that are of appropriate type, quality, and safety, in coordination with Client
policies.
x. Utility/ Energy Monitoring
a. Service Provider’s will track utility usage, including INR amounts, total litres, kilowatt-hours, tonnage and any other
pertinent unit of Client surement for benchmarking and process improvement tracking.
b. Reports and analysis will be required per Client’s needs.
c. In addition to the M&E activities, The Service Provider will be required to monitor the use of energy, producing reports and
recommendations on how to improve efficiency and reduce costs. This contractual service will be considered part of the
contract and as such there will be no additional payment. For avoidance of doubt - should Client request a separate
‘Energy Survey’ compiling an innovative solution for energy savings – this will be considered as not part of the contract and
thereby subject to a negotiated payment.
xi. General Requirements
a. Service Provider shall provide sufficient staffing coverage to provide services as documented in the base contract specs.
b. Service Provider employees are expected to be uniformed and present a professional appearance at all times. Service
Provider will provide labour, training and management of the staff at our locations. Service Provider will provide detailed job
descriptions for all positions as well as proposed manpower broken out overall and per shift.
c. Service Provider’s employees must be able to understand and respond to emergency instructions from Emergency
Response Team members and Public Address notifications.
d. Individuals tasked with responding to Help Desk calls must be able to communicate well enough to take verbal directions
from remote operator, interact with onsite customers when clarifications is needed and follow issues through to completion.
e. Service Provider shall strive to meet requests within the parameters established by the Client. Service Provider Service
Provider to jointly develop and meet Client’s expectations in the facilities appearance & cleanliness.
RFP for SELECTION OF FACILITY MANAGEMENT SERVICE PROVIDER FOR MANTRALAYA MAHANADI BHAWAN, CCIID, RAJDHANI SAROVAR, BUILDINGS AND ITS CAMPUS AT NAYA RAIPUR, CHHATTISGARH.
99
f. Service Provider must be able to respond to short notice for special projects or requests, as needed, construction clean-ups,
open houses or special events.
g. May be asked to provide a proposal to the Client Asset Manager, or his representative for any work outside the Scope of
Work identified herein. Service Provider may receive approval to proceed with any additional work.
h. While on site, breaks and lunch must be taken in designated areas only. Service Provider may use the on- site cafeterias at a
stated time identified by the Client.
i. Smoking is permitted only in designated smoking shelters. Decks and other outside areas are not to be used as smoking
areas. This policy is in effect at all times.
j. No radios, cameras, cassette/CD players, or any other electronic will be allowed while working outside.
k. Staff / personnel of Service Provider should not bring any electronic device that is a threat to the overall security of the
premises, this includes mobile phones with camera and / or Bluetooth, cameras, and pen drives, such devices if un-avoidable
will be declared at the security post.
l. Business telephone usage of employees will be limited. Exceptions will be made for emergencies.
m. There shall be NO IMPACT to any Client facility or system resulting from services rendered by Service Provider under this
Scope of Work.
n. Service Provider shall provide Client with schedule and area maps depicting time & days of services to be performed. Service
Provider shall adjust schedules as necessary to meet individual area security or access requirements.
o. Service Provider will maintain a log and track completion. Service Provider must maintain greater than 95% completion to
agreed upon closure dates. Completion dates may or may not be negotiable depending on circumstances.
p. Service Provider is expected to wear appropriate PPE during the performance of all tasks.
q. Service Provider must maintain limited access to concentrate chemicals. Service Provider is not authorized to mix daily use
chemicals by hand nor utilize non-diluted concentrates.
r. Service Provider may be required to assist in areas outside scope of work as related to custodial support, but not to affect
normal operations unless approved by Client.
xii. Preparedness for emergency & fire
The security staff shall be trained for the awareness to evacuate people in case of any emergency. The fire and safety officer
shall take the command post and coordinate the evacuation process.
xiii. General discipline
a. They should also watch and make Intelligence reports on suspicious characters and make necessary arrangements to
counter these elements with the help of CISF/Police.
b. All vehicles in parking area shall be monitored and adequate measures shall be made to protect to the extent possible with
the available manpower.
RFP for SELECTION OF FACILITY MANAGEMENT SERVICE PROVIDER FOR MANTRALAYA MAHANADI BHAWAN, CCIID, RAJDHANI SAROVAR, BUILDINGS AND ITS CAMPUS AT NAYA RAIPUR, CHHATTISGARH.
100
xiv. Key management
Service Provider shall liaison with CISF/Police for obtaining any keys. A detailed register must be kept up-to-date at all times.
Keys are to be issued to authorised persons only and must have Client Asset Manager’s written approval.
xv. First aid equipment
Service Provider will be responsible for ensuring First Aid kits are available within the Service Provider Office and other relevant
locations are correctly stocked at all times in accordance with legislative requirements. Service Provider will also ensure that
trained personnel in first aid will be available at sites throughout the day.
xvi. Workplace Handbooks
Service Provider will be required to review the existing workplace handbooks – asset service manual, etc and update the same
as required.
xvii. Maintenance of Site Documentation
Service Provider will be responsible for documenting and reporting every aspect related to the delivery of Service Provider
services. Site-specific documentation remains the property of Client at all times. This includes all reports, contracts, leases and
the like.
xviii. Reporting requirements
i. Management Reporting
All reports shall be provided in the prescribed formats attached in this document, which shall be modified/added time
to time. Within Seven days after the completion of the month, Service Provider is required to provide a Monthly Management
Report to Client outlining activities for that month. The format, which shall contain performance measurable, is to be agreed
between Client and Service Provider.
ii. Weekly Reports
Weekly Reports must be submitted by no later than next Tuesday for the last week.
iii. Incident Reporting
Service Provider will be required to report all Accidents (both EH&S and M&E) to Client immediately. A preliminary report is
required within six (6) hours for incidents/accidents involving any interruption to services / injury to employees. The report must
outline the following:
a. Root cause analysis
b. Impact
c. Business loss
d. Corrective Action (even if only temporary)
e. First level of investigation
f. The final report for critical load (M&E) is to be submitted within 48 hours, outlining in detail the following:
g. Nature of the Incident/ Accident
h. Time, Location
RFP for SELECTION OF FACILITY MANAGEMENT SERVICE PROVIDER FOR MANTRALAYA MAHANADI BHAWAN, CCIID, RAJDHANI SAROVAR, BUILDINGS AND ITS CAMPUS AT NAYA RAIPUR, CHHATTISGARH.
101
i. Injuries
j. Description of how the incident occurred
k. Witness descriptions
l. Rectification requirements/ investigation undertaken
m. Recommendations to ensure Incident does not re-occur
n. Risk mitigation strategy
iv. Information Systems
Service Provider will be responsible for the development and maintenance of an information system platform to support the
delivery of services to Client. As a minimum, the following Information Systems must be utilised:
a. A knowledge centre for all documents, procedures and management reports
b. Help Desk System
c. Documentation of documented PM related expenses
d. Expenses and Tracking
e. Performance Management System
General Requirements
i. Statutory Compliance
The Service Provider would need to ensure that the all the statutory requirements operating building are in force and adhered to.
These may include (but not limited to)
a. Contract labour
b. Pollution control board
c. Electrical Inspectorate
d. Any other aspect of occupying buildings and managing outsourced/vendor employees.
ii. Signage/ Internal Walls and Coverings
Service Provider will be responsible for the management of all Client signage and coverings, including but not limited to :
a. All building signage
b. All external signage (office directory name plates) as required
c. All statutory signage (e.g.; Exit signage/ Registered office signage)
d. Traffic signage
iii. Requirement of Fuel, Lubricants, Consumables
Service Provider will initiate requisition of various lubricants, consumables, fuel and fast moving spares for procurement by
Client, to ensure that at all time minimum limit of these inventories are maintained at site. The consumption of these items will be
tracked and Service Provider shall be liable to give justification if there is increase in consumption is noted in particular month.
iv. Budget Forecast
RFP for SELECTION OF FACILITY MANAGEMENT SERVICE PROVIDER FOR MANTRALAYA MAHANADI BHAWAN, CCIID, RAJDHANI SAROVAR, BUILDINGS AND ITS CAMPUS AT NAYA RAIPUR, CHHATTISGARH.
102
Service Provider will give requirement of annual budget forecast each month wise with detailed justification of each head and
item required to Ministry, for approval. The expenditure shall be tracked through MMR for continuous budget flow in whole year.
Service Provider will not incur any financial liability for Govt. unless funds are available for such expenditure.
v. System & Process Documentation
Service Provider will prepare SOPs, Job Descriptions, SLA/KPIs, Checklist, Reporting (Daily / Weekly / Monthly) templates for
operation and maintenance of various services based on schedule of items and specifications given in the tender. The copies of
the same shall be submitted to accepting office for approval within one month of acceptance of tender (i.e. transition period). The
lists of salient documents required at site are as under, which Service Provider may further add on for additional value services
as per site requirement and company standard.
vi. SOPs for operation of each equipment & machinery installed.
a. Preventive Maintenance checklists, time schedule basis (i.e. monthly, quarterly, annually), hours run based
and seasonal action plans (pre monsoon, pre summer and pre winter) as applicable.
b. 52 weeks Action Plan for PPM schedule.
c. Assets list and coding system.
d. MIS reporting Template (DMR, WMR, MMR, Energy Tracker, AMC, compliances Tracker and Complaints
tracker).
e. Evacuation Plan.
f. Fire Orders
g. Incident reporting system with escalation and remedial
h. Health and Safety Orders
i. Risk Management and Escalation Matrix
j. Fitout guideline and Work Permits
k. Help Desk and Control Room Manuals
l. Keys Management
m. Energy Consumption Record
n. Log Sheets, Log books for various plants machinery and maintenance record
o. Inventory Management
p. Garbage disposal plan
q. Emergency contact plans
r. Job descriptions and job cards for each trade and executive
s. Training Programme for various trades
t. Machinery History Sheets
vii. Commissioning & Taking Over of Assets
RFP for SELECTION OF FACILITY MANAGEMENT SERVICE PROVIDER FOR MANTRALAYA MAHANADI BHAWAN, CCIID, RAJDHANI SAROVAR, BUILDINGS AND ITS CAMPUS AT NAYA RAIPUR, CHHATTISGARH.
103
Integrated Facility Management Services provider (hereinafter Service Provider) shall detail a dedicated team of experts who will
associate with Client to assist in taking over of completed project consisting of all services. Team so detailed shall be in
attendance, to ensure that commissioning test of all completed services i.e. Electrical, DG sets, Water Supply, HVAC, Lifts,
Sewage treatment, Substations, Civil Work, Landscaping and distribution net work of various services is held in successful
manner, so that these assets are taken for the safe and economical operation thereafter. All test sheets as per contract provision
/ relevant IS Code of practice / engineering practice shall be followed and signed by all representatives. The taking over of assets
shall be based on repair / rectification / renewal noted for achieving designed conditions / efficiency and approval of
commissioning reports by Competent Authority. The general check list in addition to commissioning test report required for
various services to be attached with handing / taking over will be followed. Guide-lines of check lists are as per formats
in succeeding Paragraph.
RFP for SELECTION OF FACILITY MANAGEMENT SERVICE PROVIDER FOR MANTRALAYA MAHANADI BHAWAN, CCIID, RAJDHANI SAROVAR, BUILDINGS AND ITS CAMPUS AT NAYA RAIPUR, CHHATTISGARH.
104
LIST OF ABBREVIATIONS
AC Alternating Current ACB Air Circuit Breaker
ACVVVF
Alternating Current Variable Voltage
Variable Frequency AFM Assistant Facility Manager
AMC Annual Maintenance Contract AMF Automatic Mains Failure
APFC Active Power Factor Correction ARD Automatic Rescue Device
BCP Business Continuity Plan BMS Building Management System
BOD Biological Oxygen Demand BOQ Bill of Quantities
CBM Condition Based Monitoring CCTV Closed Circuit Tele-vision
CEMS
Computerised environment monitoring
system CFC Chloro-fluoro-carbon
CFM Cubic Feet Per Minute CI Cast Iron
CISF Central Industrial Security Force COD Chemical Oxygen Demand
CP Chrome Plated DB Distribution Board
DESU
Chhatisgarh Electric Supply
Undertaking DG Diesel Generator
DLP Defect Liability Period DOL Direct On-Line
E/M Electro-Mechanical ECHS
Ex-servicemen Contributory Health
Scheme
EH&S Environmental Health and Safety EHV Extremely High Voltage
ELCB Earth Leakage Circuit Breaker EMD Earnest Money Deposit
EPF Employees Provident Fund ESI Employee State Insurance
ESIC Employee State Insurance Corporation FAB Fluidised Aerobic Bed
FM Facility Manager / Management GI Galvanised Iron
H&S Health and Safety HK House-Keeping
HP Horse Power HSD High Speed Diesel
HT High Tension HV High Voltage
HVAC Heating, Ventilation, & Air Conditioning IFM Integrated Facility Management
INR Indian National Rupee IR Insulation Resistance
IS Indian Standards ISD International Subscriber Dialling
ISO
International Organization for
Standardization IT Information Technology
KPI Key Performance Indicator KV Kilo-Volt
KVA Kilovolt-Ampere KVAR Kilovolt-Ampere-Reactance
KW Kilo-Watt LT Low Tension
RFP for SELECTION OF FACILITY MANAGEMENT SERVICE PROVIDER FOR MANTRALAYA MAHANADI BHAWAN, CCIID, RAJDHANI SAROVAR, BUILDINGS AND ITS CAMPUS AT NAYA RAIPUR, CHHATTISGARH.
105
LED Light Emitting Diode LOA Letter of Award
LOI Letter of Intent LPM Litres per Minute
M&E Mechanical and Electrical Client
Client or any entity authorised or
appointed by Government of
Chhattisgarh
MMR Monthly Management Report MS Mild Steel
MSDS Material Safety Data Sheet
Client Naya Raipur Development Authority O&M Operation and Maintenance
OH Over-Head OEM Original Equipment Manufacturer
PA Public Address PC Personal Computer
PF Provident Fund PLC Programmable Logic Controller
PM
Property Management / Manager;
Preventive Maintenance
Service
Provider Facility Management Service Provider
PPE Personal Protective Equipment PPM Planned Preventive Maintenance
PVC Polyvinyl Chloride R2
A Cleaning agent made by “Johnson
Diversey’
SEZ Special Economic Zone SI
Système International d'Unités
(International System of Metric Units)
SLA Service Level Agreement STD Subscriber Trunk Dialling
T&P Tools and Plants TDS Total Dissolved Solids
TEFC Totally Enclosed Fan-Cooled TR Tons of Refrigeration
TV Tele-Vision UPS Uninterruptible Power Supply
VAT Value Added Tax VCB Vacuum Circuit Breaker
VIP Very Important Person VRF Variable Refrigerant Flow
VRV Variable Refrigerant Volume WC Water Closet; Water Cooled
WMR Weekly Management Report WS Water Supply
XLPE Cross Linked Polyethylene
Service
Provider Facility Management Service Provider
RFP for SELECTION OF FACILITY MANAGEMENT SERVICE PROVIDER FOR MANTRALAYA MAHANADI BHAWAN, CCIID, RAJDHANI SAROVAR, BUILDINGS AND ITS CAMPUS AT NAYA RAIPUR, CHHATTISGARH.
106
Appendix C
Draft Agreement
THIS AGREEMENT (“Contract Agreement”)is made on the ___ th day of ____, 2015 at Naya Raipur.
BETWEEN:
NAYA RAIPUR DEVELOPMENT AUTHORITY (NRDA), a statutory authority constituted by Government of Chhattisgarh under
Chhattisgarh Nagar Tatha Gram Nivesh Adhiniyam, 1973, having it's office at Gate No.2, DKS Bhawan, Mantralaya, Raipur-
492001
OR
Any Agency appointed by the Government of Chhattisgarh on behalf of NRDA for this contract agreement (hereinafter referred to
as “Client” which expression shall, unless it be repugnant to the context or meaning thereof, include its administrators,
successors and assigns) of One Part
AND
_____________ LIMITED, a company incorporated under the provisions of the Companies Act, 19563 and having its registered
office at ___________(hereinafter referred to as the “Service Provider”) which expression shall, unless it be repugnant to the
context or meaning thereof, include its administrators, successors and permitted assigns)of the Other Part
Client and the Service Provider are collectively referred to as 'Parties' and individually as “Party”.
WHEREAS:
A. ___________________________ (Client) is a _______________________________, nodal agency / department,
appointed by the Government of Chhattisgarh for this contract.
B. In response thereto proposals were received from several persons including the Service Provider. After evaluating
them, the Proposal submitted by the Service Provider has been accepted and Letter of Acceptance No. ____ dated
____ was issued.
3Necessary changes would be made in case the Service Provider is a Partnership Firm or sole proprietorship firm
RFP for SELECTION OF FACILITY MANAGEMENT SERVICE PROVIDER FOR MANTRALAYA MAHANADI BHAWAN, CCIID, RAJDHANI SAROVAR, BUILDINGS AND ITS CAMPUS AT NAYA RAIPUR, CHHATTISGARH.
107
NOW, THEREFORE, in view of the foregoing and in consideration of the mutual covenants and agreements hereinafter set forth,
the Parties agree as follows:
1. RELATIONSHIP BETWEEN THE PARTIES
Nothing contained herein shall be construed as establishing a relation of employer and employee or agent as between
Client and the Service Provider. The Service Provider, subject to this Agreement, has complete charge of personnel
performing the Services conforming to all statutory requirements with respect to the personnel deployed and providing
all appropriate benefits to them and shall be fully responsible for the Services performed by it or on its behalf. The
Agreement shall commence on the date it is executed by the Parties.
2. PAYMENT OF SERVICE CHARGE
2.1 The Service Provider covenants to undertake the Assignment as set forth in the Terms of Reference in Schedule I
(hereinafter referred to as “the Services”) and to perform, fulfil, comply with and observe all and singular
provisions, conditions and requirements of this Agreement.
2.2 In consideration thereof, Client will pay to the Service Provider Charges (hereinafter referred to as “the Service
Charge”) and more particularly described in Clause 2 and will perform, fulfil, comply with and observe all singular
provisions, conditions and requirements to the Agreement. The Service Charge set forth under this Agreement
is based on the current statutory minimum wage structure and is subject to change based on any change
in the statutory minimum wage structure and shall reflect in a corresponding change in the Service
Charge.
2.3 The contract period shall be initially for three years which may be extended by another two terms of one year
each, at the discretion of the Client. The contract period may further be extended by mutual consent on negotiated
terms. However, the Facility Management Service Provider of the Project Area, under this Agreement, shall
continue to work till the handing over of charges to the other appointed agency by Client. The Billing Rates quoted
by the Service Provider shall be increased by 10% per year (the year shall mean completion of one year of
services) over and above the Billing Rates of previous year.
2.4 Service Provider payments shall be made monthly for the services rendered in the preceding month. Billing cycle
will be 1st of the month to the last day of the month. The Service Provider shall submit correct invoices in terms of
quantity and commercial aspects within 10 days of the succeeding month and payments shall be released within
30 days of submission of commercially acceptable invoices.
2.5 The Service Provider shall also ensure that payments to vendors working under their contract are made within
reasonable time. The delay in submitting the invoices shall not affect the payments to vendors and all payments to
vendors shall be released not later than 45 days of the completion of service by them.
2.6 Deliverables
The key deliverables would be as per the following table:
Reports
i. The Service Provider shall submit 5 hard copies and 2 soft copies in CD ROM the following reports to the
Client
RFP for SELECTION OF FACILITY MANAGEMENT SERVICE PROVIDER FOR MANTRALAYA MAHANADI BHAWAN, CCIID, RAJDHANI SAROVAR, BUILDINGS AND ITS CAMPUS AT NAYA RAIPUR, CHHATTISGARH.
108
Sl No. Report Frequency Due Date/Time
1 Initial Review Report One time
Within 30 days after execution of the
Agreement
2 Progress Report (Monthly) Every month Before 10th day of the following month
3 Deployment Report One time Before 10th day of the actual deployment of
the human resources and equipments,
describing the actual numbers of
deployment
4 Attendance Report Daily at the end of the
day
At 17:00 hours every day showing shift
wise actual deployment of man power
during last 24 hours. The attendance
report should include signature / thumb
impression of individual human resources
and should be certified by the Authorised
Signatory of the Facility Management
Service Provider
5 Final Report One time Within 15 days of completion of
services/contract.
ii. The Initial Review Report shall contain the details of all meetings held with the Client, other agency
engaged by Client and the contractor and decisions taken therein, the handing over of entire charge from the
various contractors, the resources to be mobilised by the Service Provider and the Service Providers’
perception in the management and supervision of the works. The Report shall also include the Work
Programme and Deployment Schedule of Staff.
iii. The monthly Progress Report shall contain details of all meetings, decisions taken therein, mobilisation of
resources (Service Provider), detailed compliance report of each activity, progress and the projected
progress for the forthcoming periods. The Report shall clearly bring out the delays, if any reasons for such
delay(s) and the recommendations for corrective measures. The report shall also include the photograph of
the activities being done at the site. The report should also include safety audit and Environmental safeguard
audit report on the Service Provider’s performance on these aspects. The report shall also contain any other
aspect which Client may direct from time to time.
iv. Final Report
The Service Provider will prepare a comprehensive final handing over report after completion of the work.
The report shall incorporate the detailed description of handing over of assets, summary of the method of
RFP for SELECTION OF FACILITY MANAGEMENT SERVICE PROVIDER FOR MANTRALAYA MAHANADI BHAWAN, CCIID, RAJDHANI SAROVAR, BUILDINGS AND ITS CAMPUS AT NAYA RAIPUR, CHHATTISGARH.
109
supervision performed, problems encountered and solutions undertaken thereon and recommendations for
future projects of similar nature to be undertaken by the employer.
2.7 The Service Provider shall submit to Client five (5) hard copies and two (2) soft copies on separate CDs (all
drawings in AutoCAD) of all reports/documents to be delivered as per Clause 2.1 above.
2.8 The fee payable by Client to the Service Provider for the Services shall be computed and paid subject to the
conditions of service Agreement, by Client on the basis of actual time spent by the personnel in performance of
the services at the Estimated Billing rates approved by Client after adding a lump sum amount quoted by the
bidder for Sundry Expenses/Overheads and Management Fees (the Service Charge) and after deducting taxes at
source as per applicable law.
2.9 The Service Charges shall be inclusive of all applicable taxes, cess and levies except service tax and also
inclusive of all Sundry Expenses/Overheads and Management Fees which may be incurred by the firm and
personnel towards office equipments and automation, hardware, software, consumables, documentation, travel,
transportation, communication etc. not provided by the Client (“Sundry Expenses/ Overheads”)
2.10 The service tax shall be reimbursed by the Client separately producing on the service tax payment receipt by the
Service Provider at the applicable rates.
3. PERFORMANCE SECURITY, LIQUIDATED DAMAGES AND PENALTIES
3.1 Performance Security
The Authority shall retain by way of performance security (the “Performance Security”), 5% (Five percent) of all the
amounts due and payable to the Service Provider for 1st year, to be appropriated against breach of this Agreement or
for recover of liquidated damages as specified herein. The balance remaining out of the Performance Security shall be
returned to the Service Provider at the end of 3 (three) months after the expiration of this Agreement.
3.2 Liquated Damages for delay
In case of delay in submission of any deliverable, nspite of the Client giving a prior written notice of atleast 10 days as
cure period to the Service Provider, liquidated damages, not exceeding an amount equal to 0.2% (zero point two
percent) of the Service Charges per day, subject to a maximum of 5% (ten percent) of the Service Charges, shall be
imposed and shall be recovered from the payments due or by appropriation from the Performance Security or
otherwise. However, in case of delay due to reasons beyond the control of the Service Provider, suitable extension of
time may be granted suitable extension of time may be granted by Client.
3.3 Appropriation of Performance Security
The Client shall have the right to invoke and appropriate the proceeds of the Performance Security, in whole or in part,
without notice to the Service Provider in the event of breach of this Agreement or for recovery of liquidated damages
specified herein above.
3.4 Penalty for deficiency in Services
In addition to the liquidated damages not amounting to penalty, warning may be issued to the Service Provider for
minor deficiencies on its part. In the case of significant deficiencies in Services causing adverse effect on the Project or
on the reputation of the Authority, other penal action including debarring for a specified period may also be initiated.
RFP for SELECTION OF FACILITY MANAGEMENT SERVICE PROVIDER FOR MANTRALAYA MAHANADI BHAWAN, CCIID, RAJDHANI SAROVAR, BUILDINGS AND ITS CAMPUS AT NAYA RAIPUR, CHHATTISGARH.
110
3.5 In the event of total default / failure by the Service Provider in providing the Services, Client reserves the right to get
the Services executed by any other Service Provider at the cost and risk of the Service Provider.
3.6 The Service Provider shall prepare a check-list for submissions of bills by the vendors. The Service Provider shall
check, verify and submit the bills within seven (7) days of receipt of the bill from the contractor/s.
3.7 Penalties
The following activities shall attract penalties which shall be detected from the monthly bill for facility
management services charges –
Sr. No. Activities Penalty
1 Report Submission
If there is any delay in report submission, Client may impose a penalty by
deducting upto 1% of Monthly Service Charge for the Service Charge unit per
day of delay.
2 Delay in Bill Submission If there is any delay in Bill submission, Client will impose a penalty by deducting
upto 0.5% of the monthly bill for the Service Charge unit per day of delay.
3 Absent from Duties (any
position)
For any reason whatsoever, if any position remains absent from duty for a
cumulative period of more than 15 working days in a years or more than 5
working days at one time, the service provider shall deploy a personnel in that
position under the intimation to the Client. In the event of the failure of the
Service Provider to do so, a prorate deduction in the fees per working day for the
member remaining absent and a penalty of 1% (one percent) of monthly service
charge, shall be made from the payment due.
4 Operators absence
The operator engaged for operating of a particular machine shall not leave the
installation under any circumstances. In case the installation found locked /
without the operator for shifts specified here in this document The Service
Provider shall be penalized with the amount of Rs. 500/- for each such
occurrence.
5 Performance of the
manpower
If the service of a manpower provided by the Service Provider is not acceptable
to the Client, the Service Provider shall immediately replace the team member.
If the Service Provider fails to quickly deploy/replace a manpower as instructed
by the Client, the Client may make temporary arrangement. The temporary
deployment/replacement shall be paid by the Client with commensurate
reduction in the person month scope of the Service Provider Contract. The
Service Provider shall be imposed a penalty upto 50% of the cost to the Client
of the temporary deployment/ replacement until such time that the Service
Provider provides an acceptable replacement/ team member.
RFP for SELECTION OF FACILITY MANAGEMENT SERVICE PROVIDER FOR MANTRALAYA MAHANADI BHAWAN, CCIID, RAJDHANI SAROVAR, BUILDINGS AND ITS CAMPUS AT NAYA RAIPUR, CHHATTISGARH.
111
6
Mistake in Stock Evaluation
due to
negligence/intentional
If there is any major mistakes found in taking stock of the material which is
+/- 10%, Client will impose a penalty by deducting upto Rs. 5,000/-(Rupees Five
Thousand Only) per mistake.
7 Sundry expenses /
overheads
If short-fall in deployment of House-keeping Machineries, Technical Tools &
Plants and Consumable for cleaning, Plumbing, gardening & Horticulture&
Landscaping and pest control by the Service-provider is observed, then the
Client will impose a penalty by deducting upto Rs. 25,000/-(Rupees Twenty Five
Thousand Only) per week of delay and fees in this head is not payable for.
8 Pest-control
If short-fall in pest-control services ants, bees, birds, cats, crickets, flies, ground
squirrels, mice, mosquitoes, pill bugs, rats, silverfish, spiders, stored-product
pests, termites, wasps etc. by the Service-provider is observed, then the Client
will impose a penalty by deducting upto Rs. 5,000/-(Rupees Five Thousand
Only) per week of delay and fees in this head is not payable for.
9 Management for Office
operations
If short-fall in deployment of Management Machineries, Tools & Plants and
Personnel (Monthly office expenses for 3 computers with 2 A4 & 2 A3 lasor
printers, 1 photocopier, 3 Computer operators, 50CDs, 10DVDs, 10 packets A4
& 5 packets A3 papers, 50 Files, 50 folders, 25 Registers, necessary office
stationery, processing fees for Overtime, PF, ESI maintain all site documents,
PPMS, SOPs, Compliances, Quality performance and reports, Checklists,
Trackers etc. for safe and economical running of services) by the Service-
provider is observed, then the Client will impose a penalty by deducting upto Rs.
25,000/-(Rupees Twenty Five Thousand Only) per week of delay and fees in
this head is not payable for.
10 Conduct Quality-control
measures and QA
The Client may conduct independent quality monitoring and checking of works
carried out by the Service Provider. If such checks disclose that works carried
out by the Service Provider do not meet the specified requirement, the
employers will not pay the Service Provider fees for the affected portion. In
addition, the Service Provider will be imposed a penalty upto 100% of such fee
and without entitlement to payment of further fees in this respect.
11 Cleanliness of Installation
The Service Provider / operator will be responsible to always keep the complete
installation including the surroundings very neat, clean, free from grass and
plants and dust etc. In case it is found that any installation is not clean, tidy,
penalty of Rs.100/- per installation per day shall be charged. In case of any
dispute, the decision of Client shall be final and binding.
12 Prohibited Activity Smoking, chewing of pan, intoxication, sleeping on duty is forbidden in the
building. A penalty of Rs. 500.
RFP for SELECTION OF FACILITY MANAGEMENT SERVICE PROVIDER FOR MANTRALAYA MAHANADI BHAWAN, CCIID, RAJDHANI SAROVAR, BUILDINGS AND ITS CAMPUS AT NAYA RAIPUR, CHHATTISGARH.
112
4. SUSPENSION
Client may by written notice of suspension to the Service Provider, suspend all payments to the Service Provider hereunder if the
later fails to perform any of its obligations under this Contract, including the carrying out of the services provided that such notice
of suspension (i) shall specify the nature of the failure and (ii) request the Service Provider to remedy such failure within the
period not exceeding fifteen (15) days after the Service Provider of such notice of suspension.
5. TERMINATION
5.1 By Client
Client may, by not less than thirty (30) days' written notice of termination to the Service Providers (except in the event
listed in paragraph (e) & (f) below, for which there shall be a written notice of not less than Forty Five (45) days), such
notice to be given after the occurrence of any of the events specified in paragraphs (a) through (h) of this Clause
terminate thisContract:
a. if the Service Providers fail to remedy a failure in the performance of their obligations hereunder, as specified
in a notice of suspension pursuant to Clause 4 hereinabove, within thirty (30) days of receipt of such notice
of suspension or within such further period as the Client may have subsequently approved in writing;
b. if the Service Providers become insolvent or bankrupt or enter into any Contracts with their creditors for relief
of debt or take advantage of any law for the benefit of debtors or go into liquidation or receivership whether
compulsory or voluntary
c. If the Service Providers fail to comply with any final decision reached as a result of arbitration proceedings
d. if the Service Providers submit to the Client a statement which has a material effect on the rights, obligations or
interests of the Client and which the Service Providers know to be false;
e. if, as a result of Force Majeure, the Service Providers are unable to perform a material portion of the Services
for a period of not less than Forty Five (45) days; or
f. if the Client, in its sole discretion and for any reason whatsoever, decides to terminate this Contract;
g. If the Service Provider, in the judgment of the Client has engaged in corrupt or fraudulent practices in executing
the Contract.
h. In case the contract is terminated, the balance amount of advance fee if any, paid earlier shall be paid back by
the Service Provider to Client within thirty days of the termination letter, failing which the same shall be
recovered by encashing the performance security submitted by Service Provider.
5.2 By theService Provider
The Service Providers may, by not less than .thirty (30) days' written notice to the Client, such notice to be given after
the occurrence of any of the events specified in paragraphs (i) through (iv) of this Clause, terminate this Contract:
(i) if the Client fails to pay any money due to the Service Providers pursuant to this Contract and not subject to
dispute within forty-five (45) days after receiving written notice from the Service Providers that such payment
is overdue;
RFP for SELECTION OF FACILITY MANAGEMENT SERVICE PROVIDER FOR MANTRALAYA MAHANADI BHAWAN, CCIID, RAJDHANI SAROVAR, BUILDINGS AND ITS CAMPUS AT NAYA RAIPUR, CHHATTISGARH.
113
(ii) if the Client is in material breach of its obligations pursuant to this Contract and has not remedied the same
within forty-five (45) days (or such longer period as the Service Providers may have subsequently approved
in writing) following the receipt by the Client of the Service Providers' notice specifying such breach;
(iii) if, as the result of Force Majeure, the Service Providers are unable to perform a material portion of the
Services for a period of not less than Forty Five (45) days; or
(iv) if, the Client fails to comply with any final decision reached as a result of arbitration pursuant to this agreement.
6. CESSATION OF RIGHTS AND OBLIGATION
Upon termination of this Contract pursuant to Clause 4 or Clause 5 hereof, or upon expiration of this Contract all
rights and obligations of the Parties hereunder shall cease, except:
(i) such rights and obligations as may have accrued on the date of termination or expiration;
(ii) the obligation of confidentiality set forth in this agreement
(iii) any right, which a Party may have under the Applicable Law.
7. CESSATION OF SERVICES
Upon termination of this Contract by notice of either Party to the other pursuant to Clause 4 or Clause 5 hereof, the
Service Providers shall, immediately upon dispatch or receipt of such notice, take all necessary steps to bring the
Services to a close in a prompt and orderly manner and shall make every reasonable effort to keep expenditures for
this purpose to a minimum.
8. PAYMENT UPON TERMINATION
Upon termination of this Contract pursuant to Clause 4 or Clause 5 hereof, the Client shall make the payments for
Services satisfactorily performed prior to the effective date of termination; to the Service Providers after offsetting
against these payments any amount that may be due from the Service Provider:
9. DISPUTES ABOUT EVENTS OF TERMINATION
If either Party disputes whether an event specified in paragraphs (a) through (h) of Clause 4 or in Clause 5 hereof
has occurred, such Party may, within thirty (30) days after receipt of notice of termination from the other Party, refer
the matter to arbitration pursuant to this agreement and this Contract shall not be terminated .on account of such
event except in accordance with the terms of any resulting arbitral award.
10. RESPONSIBILITIES AND OBLIGATIONS OF THE SERVICE PROVIDER
The Service Provider shall:
a) provide the Services in accordance with ToR as set out in Schedule I;
b) exercise the degree of skill, care efficiency and diligence normally exercised by members of the profession
performing services of a similar nature;
c) The Service Provider shall act at all times so as to protect the interest of Client and shall take all reasonable steps
to keep all expenditure to a minimum with sound professional practices.
d) be bound to comply with any written direction of Client to vary the scope sequence or timing of the Services; and
RFP for SELECTION OF FACILITY MANAGEMENT SERVICE PROVIDER FOR MANTRALAYA MAHANADI BHAWAN, CCIID, RAJDHANI SAROVAR, BUILDINGS AND ITS CAMPUS AT NAYA RAIPUR, CHHATTISGARH.
114
e) The Service Provider shall furnish to the Client such information rebated to the Assignment as Client may, from time
to time request.
11. CONFIDENTIALITY AND PUBLICITY
The Service Provider and the personnel shall treat the details of the output of the assignment and the Services as
confidential and for the Service Provider's own information only and shall not publish or disclose the details of the output,
deliverables / milestones submitted to Client or the Services in any professional or technical journal or paper or elsewhere
in any manner whatsoever without the previous consent in writing of Client.
12. SERVICE PROVIDER’S REPRESENTATIVES
The Service Provider Coordinator shall be the representative of the Service Provider and shall have authority to act on
behalf of the Service Provider for all purposes in connection with the Services and in accordance with all the provisions
under the Agreement.
13. INDEMNITY AND INSURANCE
13.1 The Service Provider shall take out and maintain adequate indemnity insurance and insurance against claims
by third parties resulting from acts performed in carrying out the Services.
13.2 Client undertakes no responsibility in respect of life, health, accident, travel or any other insurance coverage for
the personnel or for the dependents of any such personnel.
13.3 The service provider shall indemnify at all times, the Client from and against any and all claims, liabilities,
obligations, losses, damages, penalties, actions, judgment, suits, proceedings, demands, costs, expenses and
disbursements of whatsoever nature that may be imposed on, incurred by or asserted against the Client during
or in connection in the Services by reason of: (i) infringement or alleged infringement by the Service Provider of
any patent or other protected right; or (ii) plagiarism or alleged plagiarism by the Service Provider.
13.4 The service provider shall indemnify, protect and defend, at Service Provider’s own expense, Client, its agents
and employees, from and against any and all actions, claims, losses or damages directly arising out of Service
Provider’s gross negligence or willful misconduct, failure to exercise the skill and care required under this
agreement , provided, however: that Service Provider is notified of such actions, claims, losses or damages not
later than twelve months after conclusion of the Services; and provided further *that the ceiling on Service
Provider’s liability shall be limited to ETBA approved by Client except that such ceiling shall not apply to actions,
claims, losses or damages directly caused by Service Provider’s gross negligence or reckless conduct;
13.5 In addition to any liability service provider may have under this agreement service provider shall, at its own
cost and expense, upon request of Client, re-perform the Services in the event of service provider’s failure to
exercise the skill and care.
13.6 The service provider shall have no liability whatsoever for actions, claims, losses or damages occasioned by
(i) Client’s overriding a decision or recommendation of Service Provider or requiring Service Provider to
implement a decision or recommendation with which Service Provider does not agree; or (ii) the improper
execution of Service Provider’s instructions by agents, employees or independent contractors of Client.
RFP for SELECTION OF FACILITY MANAGEMENT SERVICE PROVIDER FOR MANTRALAYA MAHANADI BHAWAN, CCIID, RAJDHANI SAROVAR, BUILDINGS AND ITS CAMPUS AT NAYA RAIPUR, CHHATTISGARH.
115
14 OWNERSHIP OF WORK PRODUCT, COMPUTER PROGRAMS AND EQUIPMENT
All reports, documents, correspondence, draft publications, maps, drawings, notes, specifications, statistics, work product
in any form and, technical data compiled or prepared by the Service Provider and communicated to the Client in
performing the Services (in electronic form or otherwise and including computer-disks comprising data) shall be the sole
and exclusive property of the Client, and may be made available to the general public at its sole discretion. The Service
Provider may take copies of such documents and data for purpose of use related to the Services under terms and
conditions acceptable to the Client but shall not use the same for any purpose unrelated to the Services without the prior
written approval of the Client.
All computer programs developed by the Service Provider under this Contract shall be the sole and exclusive property of
the Client; provided, however, that the Service Provider may use such programs for their own use with prior written
approval of the Client. If license agreements are necessary or appropriate between the Service Provider and third parties
for purposes of development of any such computer programs, the Service Provider shall obtain the Client’s prior written
approval to such agreements. In such cases, the Client shall be entitled at its discretion to require recovering the
expenses related to the development of the program(s) concerned.
15. FORCE MAJEURE
15.1 If either party is temporarily unable by reason of force majeure to meet any of its obligations under the Contract,
and if such party gives written notice of the event within fifteen (15) days after its occurrence, such obligations of
the party as it is unable to perform by reason of the event shall be suspended for as long as the inability
continues. Neither party shall be liable to the other party for any loss, actually incurred, or damage sustained by
such other party arising from any event or delays arising from such event.
15.2 The term “force majeure” shall mean events beyond the control of either party, which prevent the affected party
from performing and fulfilling its obligations under the Contract, and could not have been reasonably anticipated
or foreseen, or although foreseen were inevitable, such as acts of war, whether or not war be declared, public
disorders, insurrection, riots, sabotage, explosions, violent demonstrations, blockades, and other civil
disturbances, epidemics, nuclear contamination, landslides, earthquakes, typhoons, volcanic eruption, floods,
washouts and other natural calamities and acts of God, strikes, lock-outs or other industrial action or equivalent
disruption or disturbances, boycotts and embargo or the effects thereof, and any other similar events.
15.3 In the case of disagreement between the parties as to the existence, or extent of, force majeure, the matter shall
be submitted to arbitration in accordance with provision of this agreement.
16. OTHER CONDITIONS
16.1 In the event Client desires the Service Provider to perform such additional services which are not within the Terms
of Reference, the Service Provider shall agree to perform such additional services on such renegotiated, modified
and new terms and conditions as may be mutually agreed by the Parties.
16.2 Client shall provide to the Service Provider documents/ information/ reports as may be required by the Service
Provider to enable it to provide the Services. Client undertakes and agrees to furnish to the Service Provider from
time to time such other documents/ reports/ information in its possession and/or knowledge as it may consider
relevant to perform the Services, as and when such information is received by/ available with the Client.
RFP for SELECTION OF FACILITY MANAGEMENT SERVICE PROVIDER FOR MANTRALAYA MAHANADI BHAWAN, CCIID, RAJDHANI SAROVAR, BUILDINGS AND ITS CAMPUS AT NAYA RAIPUR, CHHATTISGARH.
116
16.3 All intellectual property conceived, originated, devised, developed or created by the Service Provider, its agents,
specifically for the purpose of rendering the Services, shall vest with Client unless otherwise agreed, between
Client and the Service Provider. Client as sole beneficial owner shall be entitled to use such intellectual property for
the purpose of the Project
16.4 Unless otherwise agreed, Client shall have the copyright on all the reports, documents, maps etc., authored,
prepared or generated during the course of the Services to be provided by the Service Provider.
17. COMPLIANCE WITH LAWS
The Service Provider shall take due care that all its documents comply with all relevant laws and statutory regulations
and ordinances, guidelines in force which includes all laws in force and effect as of the date hereof and which may be
promulgated or brought into force and effect hereinafter in India including judgements, decrees, injunctions, writs of or
orders of any court of record, as may be in force and effect during the subsistence of this Agreement applicable to the
Service Provider.
18. GOVERNING LAW AND JURISDICTION
This Agreement shall be governed by the laws of India. The Courts at Raipur/Chhattisgarh shall have jurisdiction over
all matters arising out of or relation to this Agreement.
19. DISPUTE RESOLUTION
19.1 Amicable Resolution
Any dispute, difference or controversy of whatever nature between the Parties, howsoever arising under, out of or in
relation to this Agreement (the "Dispute") shall in the first instance be attempted to be resolved amicably through
discussions between the Parties.
19.2 Arbitration
a Procedure
Any Dispute which is not resolved amicably within 30 days, the same shall be referred to the Chairman Client. There
upon, the Chairman Client, after hearing both the parties shall give his written decision within thirty days. This period
can be extended by mutual consent of the parties.
b Arbitration
Upon receipts of written i or decisions, of Chairman, Client the parties shall promptly proceed without delay to comply
such decisions .If the Chairman fails to give his instruction or decision in writing within a period of 30 days or mutually
agreed time or, if the parties is/ are aggrieved against the decision of the Chairman, the aggrieved party may file the
petition for resolving the dispute through arbitration in the arbitration tribunal at Raipur within 30 days from the date of
issue of the decision of the Chairman, Client
c Place of Arbitration
The place of arbitration shall ordinarily be Raipur but by agreement of the Parties, the arbitration hearings, if required,
may be held elsewhere.
RFP for SELECTION OF FACILITY MANAGEMENT SERVICE PROVIDER FOR MANTRALAYA MAHANADI BHAWAN, CCIID, RAJDHANI SAROVAR, BUILDINGS AND ITS CAMPUS AT NAYA RAIPUR, CHHATTISGARH.
117
d English Language
The request for arbitration, the answer to the request, the terms of reference, any written submissions, any orders and
awards shall be in English and, if oral hearings take place, English shall be the language to be used in the hearings.
e Enforcement of Award
The Parties agree that the decision or award resulting from arbitration shall be final and binding upon the Parties and
shall be enforceable in accordance with the provision of the Arbitration Act subject to the rights of the aggrieved parties
to secure relief from any higher forum.
f Performance during Dispute Resolution
Pending the submission of and/or decision on a dispute and until the arbitral award is published, the Parties shall
continue to perform their respective obligations under this Agreement, without prejudice to a final adjustment in
accordance with such award
20. SEVERABILITY
In the event that any provision of this Agreement is held to be invalid or unenforceable, the remaining provisions of this
Agreement will remain in full force and effect.
21. WAIVER
Waiver by either Party of any default by the other Party in the observance and performance of any provision of or
obligations under this Agreement:
i shall not operate or be construed as a waiver of any other or subsequent default hereof or of other provisions or
obligations under this Agreement;
ii shall not be effective unless it is in writing and executed by a duly authorised representative of such Party; and
iii shall not affect the validity or enforceability of this Agreement in any manner.
Neither the failure by either Party to insist on any occasion upon the performance of the terms, conditions and
provisions of this Agreement or any obligation hereunder nor time or other indulgence granted by a Party to the other
Party shall be treated or deemed as waiver/breach of any terms, conditions or provisions of this Agreement.
22. MODIFICATION
Modification of the terms and conditions of the Agreement, including any modification of the scope of the Services, may
only be made by written agreement between the Parties.
23. NOTICES
Unless otherwise stated, notices to be given under this Agreement including but not limited to a notice of waiver of any
term, breach of any term of this Agreement and termination of this Agreement, shall be in writing and shall be given by
RFP for SELECTION OF FACILITY MANAGEMENT SERVICE PROVIDER FOR MANTRALAYA MAHANADI BHAWAN, CCIID, RAJDHANI SAROVAR, BUILDINGS AND ITS CAMPUS AT NAYA RAIPUR, CHHATTISGARH.
118
hand delivery, recognised international courier, mail, telex or facsimile transmission and delivered or transmitted to the
Parties at their respective addresses mentioned hereinabove. Notice will be deemed to be served as specified below:
(i) In the case of personal delivery or registered mail, on delivery.
(ii) In the case of telegrams, 24 hours following confirmed transmission; and
(iii) In the case of facsimiles, 24 hours following confirmed transmission.
24. TRANSFER OR ASSIGNMENT
No Party may assign its interests in the Agreement without the prior written consent of the other Party. Unless
specifically stated to the contrary, in any written consent to an assignment, no assignment shall release or discharge
the assignor from any obligation under this Agreement.
25. VARIATIONS
Client may, by written notice to the Service Provider, direct the Service Provider to vary the scope, sequence or timing
of the Services and the Service Provider shall be bound to comply with that direction. All such variation shall be in
writing.
26. SPECIAL CONDITIONS
26.1 Admission to site by Service Provider to ascertain his own information.
26.1.1 The Service Provider shall contact the Management for the purpose of inspection of site and relevant documents
other than those sent herewith, who will afford reasonable facilities for the purpose. The Service Providers shall
also make themselves familiar with working condition accessibility of site (s), availability of materials and other
cognate conditions which may effect the completion of the entire work under this contract safely and economically.
26.1.2 The Service Provider shall be deemed to have visited the site (s) and made themselves familiar with the working
conditions whether they actually inspect the site (s) or not.
26.2 Security
26.2.1 The management shall at his discretion have the right to issue passes as per rules and regulations in force to
control the admission of the Service Provider, his agents, employees, and work people to the site of the work or
any part thereof. Passes should be returned at any time on demand by the management or the authorities
concerned and in any case on completion of work or staff leaving the job.
26.2.2 The Service Provider and his agents, employees and work people shall observe all the rules promulgated by the
authority controlling the installation/area, in which the work is to be carried out e.g. Prohibition of smoking and
lighting, fore precautions. Search of persons on entry and exist keeping to specified routes, observing specified
timing etc. Nothing extra shall be admissible for any man-hours etc. lost on this account.
26.3 Conditions of working in restricted area
26.3.1 Visit to site within the restricted area
Permission to enter the restricted area at the time of submission of tenders can be obtained through the
management. Service Providers are advised to send prior intimation of their agents, representatives etc. if any,
dates and time of their proposed visit so that necessary arrangements may be made by management to secure
RFP for SELECTION OF FACILITY MANAGEMENT SERVICE PROVIDER FOR MANTRALAYA MAHANADI BHAWAN, CCIID, RAJDHANI SAROVAR, BUILDINGS AND ITS CAMPUS AT NAYA RAIPUR, CHHATTISGARH.
119
admission. Whether a Service Provider visits the site or not he shall be deemed to have full knowledge of the
restriction of entering into/exit from and working within the restricted area
26.3.2 Entry / Exit
The Service Provider, his agent(s), representatives, workmen etc. and his materials, carts, trucks, other means of
transport etc. will be allowed to enter through and leave from only from such gate, gates and at such times as the
management or authorities in charge of the Restricted Area may at their discretion permit to be used. The Service
Provider’s authorized representative is required to be present at place of entry and exit for the purpose of
identifying his carts, truck etc. to the personnel in charge the security of Restricted Areas. Movement of men and
Material from site or to the site shall be after detailed verification for correctness and entitlement.
26.3.3 Identity cards or passes
The Service Provider, his agents, workers and representatives are required individually to be in possession an identity
card or pass to be obtained from management. The identity card or pass will be examined by the security staff at the time
of entry into or exit from the restricted area and also at a time or number of times inside the restricted area.
26.3.4 Identity card of workmen
a. Every workman shall be in possession of an identity card. The identity card will be issued after thorough
investigation of the antecedents of the labourers by the Service Providers and attested by the officer in charge of
the services concerned in accordance with the standing rules and regulations of the units.
b. Service Provider shall be responsible for the conduct and action of his workman, agent, and representative.
26.3.5 Search
Thorough search of all persons and transport shall be carried out at each gate and for as many times a gate is used for
entry or exit. Search may also be carried out any time or any number of times at the work site within the restricted area /
installations.
26.3.6 Fire precautions
a. The Service Provider, his agents, representatives, workmen etc. shall strictly observe orders pertaining to fire
precautions prevailing within the restricted area and will follow all fire and safety orders, evacuation plans etc.
b. Motor transport vehicles, if any allowed by authorities to enter the restricted area must be fitted with serviceable
fire extinguishers and necessary parking slip will be issued to park vehicle at identified place.
26.4 Minimum wages payable
26.4.1 The Service Provider or his vendor shall not pay wages lower than minimum wages of labour as fixed by the
Govt. of India and govt of Chhattisgarh for application in Client.
26.4.2 The fair wage referred to in will be deemed to be the same as the minimum wages payable as referred to
above.
26.5 Co-operation with other agencies
The Service Provider shall permit free access and generally, afford reasonable facilities to other agencies or departments,
workmen engaged by the Ministry to carry out their part of the work, if any under separate arrangements.
RFP for SELECTION OF FACILITY MANAGEMENT SERVICE PROVIDER FOR MANTRALAYA MAHANADI BHAWAN, CCIID, RAJDHANI SAROVAR, BUILDINGS AND ITS CAMPUS AT NAYA RAIPUR, CHHATTISGARH.
120
26.6 Service Provider’s representatives and workmen
The Service Provider shall employ only Indian Nationals as his representatives, servants and workmen after verifying their
antecedents and loyalty before employing them for the works. He shall ensure that no person of doubtful antecedents and
nationality is, in any way, associated with work. If for reasons of technical collaboration or other considerations, the
employment of any foreign national is unavoidable, the Service Provider shall furnish full particulars to this effect to the
Accepting Officer at the time of submission of his offer and permission could be considered case to case basis on its
merits.
26.7 Security of classified documents
26.7.1The Service Provider shall not communicate any classified information regarding the work either to sub-Service
Providers or to others, without the prior approval of the management. The Service Provider shall also not make copies
of the design / drawings and other documents furnished to him in respect of the work or earlier on termination of the
contract. Service Provider will sign Non-Disclosure Agreement to this effect.
26.7.2 Materials brought to site shall be stored as directed by the management and documented, shall be suitably marked for
identification and consumption is monitored to maintain minimum / maximum limit.
26.7.3 The Service Provider shall, on demand, produce to the management original receipt vouchers / invoices in respect of
the supplies. Vouchers / invoices so produced and verified shall be signed and stamped by management indicating
work order number. The Service Provider shall ensure that the materials are brought to site in original sealed
containers / packing, bearing manufactures markings except in the case of the requirement of materials being less
than smallest packing.
26.8 Official secret act
The Service Provider shall be bound by the Official Secret Act 1923 and will be signed before physically taking over site for
operation.
26.9 Service tax, Octroi, sales tax and other duties:-
The Service Provider’s rates shall be deemed to include all Duties, Octroi, Sales Tax, Excise, VAT, labour cess etc. as
applicable, excluding Service Tax, which will be reimbursed separately, at applicable rates on submission of proof of
payment. Liability of ECHS, Provident Fund and other statutory compliances applicable towards staff and employees from
principal employers end shall be deemed to be included in offer.
26.10 Code of Conduct
26.10.1 The Service Provider or an experienced supervisor engaged by the Service Provider shall personally visit installations
under operation daily in every shift and ensure PPM is followed strictly. He shall also ensure proper manning of each
installation by authorized Technician and by organizing the operators engaged by the Service Provider in such a
manner that all services are manned, operated by 24 X 7 hrs basis or as ordered by management.
26.10.2 Service Provider shall provide and maintain all site documents, SOPs, Checklists, Trackers as per engineering best
practice for safe and economical running of services, shall be followed. Draft SOPs, Check Lists, PPM Schedules shall
be forwarded to Management for approval before they are placed at site for application within month of acceptance of
LOI.
RFP for SELECTION OF FACILITY MANAGEMENT SERVICE PROVIDER FOR MANTRALAYA MAHANADI BHAWAN, CCIID, RAJDHANI SAROVAR, BUILDINGS AND ITS CAMPUS AT NAYA RAIPUR, CHHATTISGARH.
121
26.11 Compliances
The Service Provider shall ensure that all compliances governing the employment of labour under this contract are met in
line with the requirement. All employees working under the contract shall also be covered under Worker's Compensation
policy.
26.11.1 Availability of resources of Client
a. Client shall make available to the Service Provider the items expressly specified to be provided by Client in this Tender.
The Service Provider shall be responsible for the safe custody of the items that are in its care.
b. The asset manager at location will be the first point of contact of Client and provide clarifications to the Service Provider if
required.
c. Client will have strict security and other regulations for the use and occupancy of Client premises from time to time and
shall give the Service Provider a written notice thereof. Client's authorized representatives shall have access to premises at
all times. While working on the premises of Client, employees of the Service Provider must observe all regulations in force
in Client premises. Client has a right to require written confidentiality undertakings from those employees who are working
in the premises of Client.
26.11.2 Quality performance and reports
a. Service Provider agrees to advise Client of any material or strategic changes in its operations and to ensure that such
changes do not compromise the requirements for the quality performance as set out in the Scope of Work.
b. Client has right to inspect the Services purchased. Client reserves the right to reject Services, which do not conform to the
mutually agreed specifications and requirements, including without limitation, the Scope of Work. Client may, at its option,
require prompt improvement and/or repair of non-conforming Services.
c. If the Services delivered do not correspond with the Tender, Client may request Service Provider to place an improvement
and/or repair plan including time schedule to improve or repair the Services based on terms mutually agreed. If the Service
Provider fails to fulfill the improvement and/or repair plan as mentioned within the agreed time schedule, Client may
terminate the agreement.
26.12 Warranties
The Service Provider warrants that it has and shall exercise all reasonable skill care and diligence in carrying out its obligations
under this Tender and shall provide the Services strictly in accordance with the scope of services.
26.13 Personnel
a. The Service Provider shall recruit, hire, train, supervise and direct employees working in the Services operation.
The Service Provider is also responsible for transfer and discharge of them. All personnel employed by the Service
Provider shall at all times and for all purposes be solely in the employment of the Service Provider.
b. The Service Provider shall assign personnel of appropriate qualification and experience to perform and fulfil its obligations
under this Tender. The Service Provider shall take commercially reasonable steps to ensure that staff members performing
Services under this Tender are qualified and suitable to perform such Services. The Service Provider is obliged to replace,
without unreasonable delay and at no cost to Client, any personnel whom Client considers lacking the necessary
competence or with whom Client finds it difficult to collaborate.
RFP for SELECTION OF FACILITY MANAGEMENT SERVICE PROVIDER FOR MANTRALAYA MAHANADI BHAWAN, CCIID, RAJDHANI SAROVAR, BUILDINGS AND ITS CAMPUS AT NAYA RAIPUR, CHHATTISGARH.
122
c. Desired Minimum Educational & working Experience Qualification Criteria-
S.
No. Position
Role & Responsibility Qualification
Experience
(1) (2) (3) (4) (5)
A Management Staff
1 TL/Property Manager Overall Management of whole
Team
BE Degree in Civil
Engg./MBA
5 years in same field
2 Chief Supervisor
Overall Management of whole
Technical Team, Store &
Helpdesk
BE Degree in
Electrical/Mechanical Engg.
3 years in same field
3 Shift Supervisor Management of Shift Diploma in Engg. 3 years in same field
4 Fire Officer Management of Fire & Safety
Team
B.Sc. or Diploma in Fire and
safety.
3 years of working as fire officer.
5 Executive HR
Management of Attendance,
Store, Payments, PF, ESIC &
Legal compliances
MBA in Human Resource
3 years of working in same field
6 Executive Help-
desk/Customer care
Overall Management of whole
Technical Team Graduate
2 years of working in same field
B Technical Staff
1 HT Electrician
HT Penal & Transformer
Diploma or ITI in Electrical
Experience of operation &
maintenance of 2 years in
Electrical HT panel. having HT
licence as per site requirement.
2 LT Electrician
Internal & External Electrification
Diploma or ITI in Electrical
Experience of operation &
maintenance of 2 years in
Electrical LT panel. having LT
licence as per site requirement.
3 HVAC Operation
HVAC of whole building Diploma in Mechanical Engg
or ITI in Refrigeration & Air-
conditioning.
2 years experience in HVAC
operation and Maintenance.
4 DG Operation
supervisor
DG set operation & maintenence Diploma or ITI in Electrical
2 years experience in DG
operation and Maintenance
RFP for SELECTION OF FACILITY MANAGEMENT SERVICE PROVIDER FOR MANTRALAYA MAHANADI BHAWAN, CCIID, RAJDHANI SAROVAR, BUILDINGS AND ITS CAMPUS AT NAYA RAIPUR, CHHATTISGARH.
123
S.
No. Position
Role & Responsibility Qualification
Experience
(1) (2) (3) (4) (5)
5 Technical Helper
12th Pass 2 years experience of working
as technical helper
6 Plumbers
ITI in Plumbing 2 years experience of working
as Plumber
7 Lift Operation supervisor
Diploma or ITI in
Electrical/mechanical
3 years experience Lift
operation, supervision and
maintenance.
8 Fire Technician
B.Sc. or Diploma or
certificate in Fire and safety.
3 years experience as fire
technician and fire fighting system
operation and maintenance.
9 BMS Operators
Diploma in Electronics &
telecommunication
3 years experience in supervision
and control of Building Management
System and monitoring of all
activities.
10 Carpenter
12th pass 2 years experience of working
as Carpenter
11 Painter
12th pass 2 years experience of working
as Painter
12 Masson
8th pass 2 years experience of working
as Masson
C Soft Service Support
1 Housekeeping
Supervisor
12th pass
2 years experience of working in
same field
2 Horticulture Supervisor
B.Sc. In Horticulture 2 years experience of working in
same field
3 Gardeners
8th pass 2 years experience of working
as Gardener
d. The Service Provider will have to ensure compliance with all labour laws / regulations before a contract can be
signed. This will include obtaining appropriate license, PF/ESI registration, staff employment letters etc. The Service
Provider will submit copies of PF/ESI challans along with list of staff with their individual PF/ESI numbers along with
RFP for SELECTION OF FACILITY MANAGEMENT SERVICE PROVIDER FOR MANTRALAYA MAHANADI BHAWAN, CCIID, RAJDHANI SAROVAR, BUILDINGS AND ITS CAMPUS AT NAYA RAIPUR, CHHATTISGARH.
124
monthly invoices. The Service Provider will ensure that the total number of staff deployed at any property is agreed with
Client beforehand and this number is not changed without mutual Tender in writing.
e. The Service Provider shall ensure that all employees assigned by the Service Provider to perform development of the
Services are employees of the Service Provider and that under no circumstances shall the relationship of employer and
employee be deemed to arise between Client and Service Provider's personnel.
f. The Service Provider should ensure police verification of every manpower before deploying them.
g. The Service Provider may not recruit the entire manpower under its own employment. Management staff, supervisors etc.
should be full time employee of the Service Provider, however, full or part of total required unskilled, semi-skilled or skilled
workers may be procured through a sub-contractor, where the actual deployment shall be done, only after obtaining
approval of the Client on such list of manpower selected for deployment. Request for approval shall be submitted to the
Client with following documents, which will be arranged by the Service Provider at its own cost:
i. Notarised copy of Agreement executed between the Service Provider and the Sub-contractor for providing
manpower for the services described herein
ii. Police verification report of each of the personnel, date of which should not be earlier than 30 days from the
date of submission of request for approval
iii. Medical fitness certificate issued by a registered medical practitioner. date of which should not be earlier than
30 days from the date of submission of request for approval
iv. List of trainings imparted to each of the personnel
v. Photograph of the personnel with address
vi. Qualification and experience of each person
h. The Service Provider shall pay overtime to its workers, whenever necessary, as per the applicable laws, which shall not be
paid extra or reimbursed separately by the Client to the Service Provider
i. The Service Provider shall give preference to the project affected persons of Naya Raipur for employment, subject to
proper skills and qualification.
26.14 Safety Guidelines
a. The Service Provider must know and follow their duties related to safety for all personnel. These guidelines are applicable
to contractors as well as sub-contractors deployed by them at the site.
b. All Service Provider workmen should be provided with a uniform and shall work within the Client premises in their
prescribed uniform.
c. The Service Provider shall ensure that no access (passages / access to emergency apparatus / exits) is blocked.
d. The Service Provider shall ensure that proper fencing, lighting and warning signs are placed on and around the work site
for safety at all times.
e. The Service Provider shall report all notifiable accidents, dangerous occurrence and potential hazard situations to Client
representative on site.
RFP for SELECTION OF FACILITY MANAGEMENT SERVICE PROVIDER FOR MANTRALAYA MAHANADI BHAWAN, CCIID, RAJDHANI SAROVAR, BUILDINGS AND ITS CAMPUS AT NAYA RAIPUR, CHHATTISGARH.
125
f. The Service Provider shall provide prior information to the Client representative about any hazardous material being
brought on the site and shall ensure security storage of such material.
g. The Service Provider must not remove or displace any guard, fencing or other safety equipment, which is designed to
protect personnel or machinery or any place where safety equipment has been provided without the written permission of
Client representative. On completion of any work, any such guards / fencing that had to be removed must be replaced
immediately and whilst work is being carried out, machinery must not be operated.
h. The housekeeping standards employed by Service Provider and his sub-contractors must be good in all respects.
i. The Service Provider must leave work areas in a clean, tidy and safe condition at the end of each working period.
j. The Service Provider must obtain prior permission from Client representative, if the processes being employed to carry out
that work significantly increase the ambient noise level in that area being worked.
k. No work may be carried out above the heads of people or over gangway or roads or near power cables unless all
precautions have been taken to ensure the safety of the person below, and until permission is given by the Client
representative.
l. All temporary structure, erected by contractors or sub-contractors for the purpose of allowing their staff to work at heights of
more than 4m above floor level, must be constructed in accordance with the safety regulations .
m. The Service Provider must provide consumables, tools and equipment based on applicable regulations / codes /
guidelines.
n. The Service Provider must take prior permission from Client manager before working on plant services such as water lines
or electricity.
o. The Service Provider should ensure that proper qualified / trained / licensed personnel carry out the jobs and that proper
supervision is done for all jobs.
p. The Service Provider should take prior permission from Client representative before connecting any power tool to the
electric supply and must never connect these to UPS.
q. All electrical equipments/appliances must be connected by 3 core cables and 3 pin plugs / sockets. For 3-phase supply, 05
core cable (03 phase, neutral & earthing) and to be connected through appropriate industrial plug/MCBs.
r. Any power / compression / percussion tools must be used by trained personnel with proper safety precautions during
operation / storage.
s. The Service Provider must take prior permission from Client representative before hoisting / lifting any equipment. The
Service Provider should ensure that adequate anchorage is deployed.
t. The Service Provider must take prior permission from the Estate Manager before bringing any lift-trucks, cranes, lift pulley
systems in the premises.
u. The Service Provider should ensure that their personnel do not consume alcohol / do not smoke / do not take drugs on
site.
v. All workmen of the Service Provider or their sub-contractors must have valid identifications cards issued by the Client shall
display at all times during duty hours.
RFP for SELECTION OF FACILITY MANAGEMENT SERVICE PROVIDER FOR MANTRALAYA MAHANADI BHAWAN, CCIID, RAJDHANI SAROVAR, BUILDINGS AND ITS CAMPUS AT NAYA RAIPUR, CHHATTISGARH.
126
w. During electrical work, the Service Provider shall ensure that rubber gloves / boots of correct grade are used; temporary
supply is tapped from source panel which is properly fabricated / fixed and earthed; each tapping shall be through ELCB;
have double earthing for 3-phase connection.
x. During welding work, the welding set shall be properly earthed to the nearest earth pit.
26.15 Environmental and Ethical Issues of the Maintenance Services
a. The Service Provider shall inform the Client of all substances and compounds used in the performance under this Tender,
which are or may be categorized as hazardous to health, safety, security or environment.
b. Both parties shall comply with all legislation, regulations, order and laws relating to health, safety, security or the
environment, including but not limited to, Indian Government environmental rules for environmental management and
Client Environmental Policy, which policy is available from Client upon request. Both parties may, where appropriate,
request improvements in the other party’s practices to ensure compliance with the said principles. Service Provider shall
strive to implement an environment management system (EMS) based on the basic principles of ISO 14001 standard or
other equivalent standard. Service Provider agrees to act in the spirit of internationally recognized social and ethical
standards and Client’s respective policies.
26.16 Additional Work
In the event of any Additional Work, beyond Scope of Work mentioned herein, amount of fees shall be determined on
mutually agreement. After receipt of instruction for any work which is not in the Scope of Work mentioned herein, the
Service Provider shall submit analysis of cost of such Additional Work for approval of the Client, before execution of such
Additional Works.
EXECUTED BY NAYA RAIPUR DEVELOPMENT AUTHORITY by being signed
by a duly authorised officer in the presence of:
Title: ________________
Witness:
________________________________________
EXECUTED BY _________ by being signed by a duly authorised officer in the
presence of:
Title: ________________
Witness: __________________________________________
RFP for SELECTION OF FACILITY MANAGEMENT SERVICE PROVIDER FOR MANTRALAYA MAHANADI BHAWAN, CCIID, RAJDHANI SAROVAR, BUILDINGS AND ITS CAMPUS AT NAYA RAIPUR, CHHATTISGARH.
1
B- SCHEDULE OF SERVICES UNDER CONTRACT
FOR SELECTION OF A FACILITY MANAGEMENT SERVICE PROVIDER
FOR MANTRALAYA MAHANADI BHAWAN, CCIID, RAJDHANI-SAROVAR & ITS CAMPUS
AT CAPITOL COMPLEX, SECTOR-19, NAYA RAIPUR (CHHATTISGARH)
RFP No.: 88/ FMS-MD/EEC1/CE(E)/NRDA/2016-17(3rdCall), Naya Raipur dated- 27/7/2016
RFP for SELECTION OF FACILITY MANAGEMENT SERVICE PROVIDER FOR MANTRALAYA MAHANADI BHAWAN, CCIID, RAJDHANI SAROVAR, BUILDINGS AND ITS CAMPUS AT NAYA RAIPUR, CHHATTISGARH.
2
B] SCHEDULE OF SERVICES UNDER CONTRACT
1 Schedule 1: Area Under Scope Services-Shown Informations Are Only For
Referance All The Relevant Details Under Scope Is Finalised During
Contract Agreement And Inception
2
2 Schedule 2: Details Of Buildings, Services & Premises Under Scope (Please See
Related Inventories For Further Details)
2 To 7
3 Schedule 3: Drawing Showing Area Of Responsibility 8
4 Schedule 4: Drawing Of Layouts / Floor Plans Of Buildings Under Scope 9
5 Schedule 5: Maintenance Guideline Of Air Ozone System 9
6 Schedule 6: Maintenance Guideline Of Thermal Storage Tank 10
7 Schedule 7: Maintenance Guideline Of Automatic Pump Technology 10
8 Schedule 8: Responsibility Of The Registrar& EE, Maintenance Division 10
9 Schedule 9: TOR Of O&M Of DG Sets To Be Done By The Equipment Supplier 11
10 Schedule 10: TOR Of O&M Of Elevators To Be Done By The Equipment Supplier 11
11 Schedule 11: TOR Of Maintenance Obligation Of Landscaping And Horticulture That Is
Under The Scope Of Developer Of Landscaping
11
Schedule 1: Scope of work
Scope of work of as define in appendix-A of the RFP .
Schedule 2: Details of Mantralaya Mahanadi Bhawan and its campus at and its premises under scope
Sl. no. Property Service Area Refeneces
1 Mantralaya Mahanadi Bhawan including premises
with extarnal landscaping & parking area
65000 sqm Annex-1.
2 Parking, Roads and Pathways 200000 sqm Annex-4.
3 External Landscaping, Water Bodies & Fountains 700000 sqm Annex-5.
Total 1360000 sqm
RFP for SELECTION OF FACILITY MANAGEMENT SERVICE PROVIDER FOR MANTRALAYA MAHANADI BHAWAN, CCIID, RAJDHANI SAROVAR, BUILDINGS AND ITS CAMPUS AT NAYA RAIPUR, CHHATTISGARH.
3
Annex-A
INVENTORY OF MANTRALAYA BUILDING FOR FACILITY MANAGEMENT SERVICES
Particulars Details Remarks
1 2 3
Total Service Area (including external landscaping & Parking), Sqm
16.00 Hectare (159045 Sqm)
Gross service area for facility management
Total Parking Area, Sqm 4.20 Hectare (42076 Sqm)
Total External Landscaping Area 6.10 Hectare (60792 Sqm)
Total Boundary Area of Mantralaya Mahanadi-Bhawan, Sqm
3.90 Hectare (38850 Sqm)
Mantralaya Bounday wall area
Total Pardi Area of Mantralaya Mahanadi-Bhawan, Sqm
3.70 Hectare (36800 Sqm)
Mantralaya Screen wall area
Total Building Area of Mantralaya Mahanadi-Bhawan, Sqm
3.60 Hectare (36110 Sqm)
Mantralaya Building area
Total Plinth-Area of Mantralaya Mahanadi-Bhawan, Sqm
1.60 Hectare (15823 Sqm)
Mantralaya Plinth area (excluding courtyard, Ramp & Stair)
Total Built-up Area of Mantralaya Mahanadi Bhawan, Sqm
68000.00 All floor, Ramp, Stair & Santry
Morcha
Carpet Area, Sqm 40000.00
Lowest Area (All Ground Floor), Sqm 15823.00 All block
Highest Area (All Top floor), Sqm 2755.00 3 block
Average Area of each floor, Sqm 14259.00 All block
No. of floors 45
Total Nos. of cabin/Rooms 473 For CM to Staff
Total Nos. of Toilet 153
Total Nos. of officers 157 OSD/US to CM level
Total nos. of staff 2289 Peon to PA/PS level
Total nos. of Visitors (assumed) 1000
Total landscaping Area, sqm 13100.00
Club house Area , Sqm 3429.00 Women Common Room + Creche+
Café+Library+Record
Conference/meetings area, Sqm 1043.00
Common Area (Lobbies), Sqm 10483.00
Road (Plinth protection/paved area) 2.5 in km
Width of road (Plinth protection / paved area) 10 in meter
No. of Blocks 10 Ministry, Secretary, Section, Anci-A&B + 5 Lobbies
No. of Wings 5 Ministry, Secretary, Section, Anci-A&B
No. of Stair case 16
No. of Ramp 3
Conference/meeting
Ministry block
3 CM meeting room, Sqm 118
RFP for SELECTION OF FACILITY MANAGEMENT SERVICE PROVIDER FOR MANTRALAYA MAHANADI BHAWAN, CCIID, RAJDHANI SAROVAR, BUILDINGS AND ITS CAMPUS AT NAYA RAIPUR, CHHATTISGARH.
4
Cabinet Hall, sqm 158 Including Pantry
Meeting room, sqm 74
Subcommittee room, sqm 128 Including Pantry
Press conference, Sqm 62 Including Pantry
Secretary block
3 Conference/meeting room, Sqm 503 Including Pantry
Total 1043
Swimming Pool N.A
STP N.A
WTP (Ro Plant) 4
Transformers 4 (1250 KVA, 1600 KVA, 2000x2 KVA,
33/4 KVA) indore type.
DG 5 (1010 KVA each)
chillers/HVAC 4 (325 TR each)
Cooling Towers 4 (1300 USGPM)
AHU detail 71 1612.81 TR.
FCU/ DFU 4/26 FCU- 4, DFU- 26.
Pumps/VFD detail
UPS /Inverter 26/8 UPS- 26, Inverter- 8.
Fire panel deatil 3 Secretary, Section, Ancillary-A.
Smoke detector heat detector fire alarm and sprinkle detection system
SD- 2800 HD- 50
sprinklar - 9200 ALL BLOCK
Boom Barrier /parking management system Yes Under planning
Basement vantilation system -
PA and music system Yes Under planning
Total electrical Panel detail Rating and size and feeder detail
Main LT panel-04 5008 KVA
APFCR panel- 04 2600 KVAR
Lighting Panel- 08 620.2 KVA
Power Panel- 10 4042.7 KVA
AHU Panel- 08 735.2 KVA
Utility Panel- 01 367.6 KVA
Total= 31 13373.7 KVA
Total lighting detail (Nos of CFL/Tubelight/fixture ) load
Minister 758.1 KVA
Secretary 918.8 KVA
Section 1401.2 KVA
Ancillary (A+B) 528.3 KVA
Total 3606.4 KVA
Staircase pressurisation system fan detail
Section 5
Secretary 3
Minister 2
Total 10
Utlility Rooms - LT panel, DG/Transformer rooms, etc,… (Sqm)
Ancillary Block "A" Ground Floor
Control/BMS room, Sqm 163.00 1 (Ancillary "A" Ground floor)
No. of floors 45
RFP for SELECTION OF FACILITY MANAGEMENT SERVICE PROVIDER FOR MANTRALAYA MAHANADI BHAWAN, CCIID, RAJDHANI SAROVAR, BUILDINGS AND ITS CAMPUS AT NAYA RAIPUR, CHHATTISGARH.
5
Total No. of Lifts 12
Total Nos of service lifts -
Total No. of Escalators -
Type of flooring in common area Kota, Granite
CLUB HOUSE / Cafeteria/common area details
Women Common Room, Sqm (Flooring Kota stone)
42.00
Creche, Sqm (Flooring Kota stone) 154.00 Including Pantry
General Cafeteria, Area in Sqm (Flooring Kota stone)
636.00 Including Kitchen
Officers Cafeteria, Area in Sqm (Flooring Granite)
165.00 Including Kitchen
Exhibition area in Sqm 567.00
Fitness center Sqm (Flooring Kota stone) 311.00
Library, Sqm (Flooring Kota stone) 727.00
Record + Vault room, Sqm (Flooring Kota stone) 827.00
Total, Sqm 3429.00
Electircal Load
Equipment Capacity in kW Quantity
Transformer detail make and capacity 1600 KVA -01 1250 KVA - 01 2000 KVA - 02
4
HT panel detail HT Breaker panel of - 7 Segment (7 VC
Breakers) 1
LT Panel Detail
(1) Main LT Panel 4
(2) APFCR Panel 600 KVAR.
2
(3) APFCR Panel 700 KVAR.
2
(4) Sychronising Panel 1
HT and LT breaker deatil (VCB,ACB,MCCB) HT Breaker 7
LT ACB 16
Capacitor bank detail N.A
UPS /Inverter detail UPS- 26.
10 KVA-3, 15 KVA-01, 20KVA- 08 , 30 KVA, 06, 50 KVA-08.
Inverter- 8.
CCTV detail
PTZ Camera 40
streamer for camera 40
DVM camera server 6
DVM database server 1
Total 87
Access control system Yes Under Planning
Lift load 206 KW 12
escalators detail N.A
Pumps N.A
Borewell pump N.A
RFP for SELECTION OF FACILITY MANAGEMENT SERVICE PROVIDER FOR MANTRALAYA MAHANADI BHAWAN, CCIID, RAJDHANI SAROVAR, BUILDINGS AND ITS CAMPUS AT NAYA RAIPUR, CHHATTISGARH.
6
Transfer pumps N.A
SSTP pumps N.A
Common area lighting N.A
Street lighting 10 KW
Basement lighting 5 KW
Club House lighting N.A
Club House AC N.A
Club House - Steam & Sauna N.A
Misc load 6 KW
diesel storage tanks 1000 Ltr in built 5
Gas bank detail Yes
Insurance
Particulars Total cost Quantity
Project cost (Includig labour)
Civil cost of the project 1,215,950,276.00
HVAC and airconditioning cost 326,470,613.00
Electrical cost of the project 208,765,220.00
Plumbing & Firfighting cost of the project 145,407,785.00
Elevator/escaltor 47,213,250.00
Total Rs. 1,943,807,144.00
Additional
Particulars
Painting required for common area annually, Sqm 150000.00
Garbage Disposal area in Sqm 125.00
Electrical - Mechanical Stores area in Sqm 156.00
Pest Control area in Sqm 15.00
STP Operations including manpower and AMC N.A
WTP Operations including manpower and AMC N.A
WTP chemicals N.A
Gardening area in Sqm 65.00
Housekeeping material.chemicals/ consumables area in Sqm
436.00
Diesel cost - 1000 litres / month N.A
AMC costs N.A
DG N.A
Lifts N.A
Furniture cost in stores
Property Management Office
Furniture Rate in Rs./ Sq.ft 485.00
Electricity Cost Rs./ Month 2500000.00
Telephone Cost Rs./ Month 1000000.00 Approx.
Govt. Regulations
Fire NOC
Pollution control board N.A
RFP for SELECTION OF FACILITY MANAGEMENT SERVICE PROVIDER FOR MANTRALAYA MAHANADI BHAWAN, CCIID, RAJDHANI SAROVAR, BUILDINGS AND ITS CAMPUS AT NAYA RAIPUR, CHHATTISGARH.
7
Appendix D1 to D18 of RFP to be appended here
Details of RAJDHANI SAROVAR, at and its premises under scope
Ø- dk;Z dk uke Hkkjr ljdkj 13oak foRr vk;ksx ds }kjk tyk'k; laj{k.k ,oa lao/kZu en ds varxZr jkt/kkuh ifjlj fLFkr jk[kh tyk'k; ds laj{k.k ,oa fodkl dk dk;ZA
1 ,tsalh dk uke Mh- Ogh- izksatsDVl fyfeVsM ¼iVsy baVjizkbtsl] dksjck½ 2 ih,elh@bath- bapktZ dk uke dk;Zikyu vfHk;ark ¼flfoy1½] ,u-vkj-Mh-,- 3 dk;Z dh ykxr :- 32-14 djksM+ 4 dk;Z izkjaHk frfFk 19-4-2011 5 dk;Z lekfIr frfFk
¼vuqca/k ds vuqlkj½ 17-10-2013
6 dk;Z lekfIr dh frfFk tuojh -2014 10 dk;kZjaHk ,oa dk;Ziw.kZrk frfFk 1- tyk'k; foLrkj ¼pkSM+hdj.k ,oa xgjhdj.k½ dk;Z& izkjaHk 25 vizSy 2011]
dk;Ziw.kZ uoEcj 2011 2- tyk'k; lao/kZu ,oa fuekZ.k dk;Z& izkjaHk 19 vizSy 2012] dk;Ziw.kZ tuojh
2014 11 tyk'k; dk fooj.k
• iqjkus tyk'k; dk {ks=Qy& tyk'k; 32-00 ,dM ¼13 gsDVs;j½ rVca/kksa
lfgr dqy {ks=Qy 45-00 ,dM ¼18 gsDVs;j½
• iwoZ tyHkaMkj.k {kerk& 2 yk[k ?kuehVj ¼13 gsDVs;j½
• laof/kZr {ks=Qy& tyk'k; 47-00 ,dM ¼19 gsDVs;j½ rVca/kksa lfgr dqy {ks=Qy 75 ,dM ¼30 gsDVs;j½
• laof/kZr ty HkaMkj.k {kerk& 7 yk[k ?kuehVj
• tyk'k; ,oa rVca/kksa ds {ks=Qy esa 67% of) 13 izeq[k dk;Z
• 9-40 yk[k ?kuehVj feÍh dh [kqnkbZ
• 1 fd0 eh0 yEck ?kkV fuekZ.k
• 2 fd0 eh0 yEck fifpax fuekZ.k
• 530 ehVj yEck ckmaMªh okWy
• 2 fd0 eh0 pSufyad QSfUlax
• 5 gsDV;j esa 10 iztkfr ds 4000 vkS"k/kh; o{kkjksi.k
• 16 fd0 eh0 fMªi bjhxs'ku usVodZ
• tyk'k; esa vkDlhtu vkiwfrZ ,oa lqanjrk ds fy;s 12 QkmUVsu
• dkEIysDl ds okVj ckMh ds fy;s 'kksf/kr tyvkiwfrZ
• 2-50 fd0 eh0 tkWfxax Vªsd
• 60 nks ifg;k ,oa 42 pkj ifg;k okgu {kerk ds 2 ifCyd ikfdZx
• 2 ,esfuVh Cykd] 3 ifCyd VkW;ysV]
• 1-635 yk[k yhVj {kerk dk 1 ;w0 th0 VSd ,oa 3 iEi :e
• 4 fdpu ,oa 5 iscSfy;u rFkk 1 dSQs
• 7 izos'k }kj ,oa 5 lqj{kk dsfcu
• euksjatu ds fy;s LVst
• lqanjrk ,oa izdk'k ds fy;s 1250 ,ybZMh ykbZV
• Jh [kYykjh ekrk eafnj fuekZ.k dk;Z
RFP for SELECTION OF FACILITY MANAGEMENT SERVICE PROVIDER FOR MANTRALAYA MAHANADI BHAWAN, CCIID, RAJDHANI SAROVAR, BUILDINGS AND ITS CAMPUS AT NAYA RAIPUR, CHHATTISGARH.
8
dk;Z dk uke &dk;Z dk uke &dk;Z dk uke &dk;Z dk uke & Hkkjr ljdkj 13oas foRr vk;ksx ds }kjk tyk'k; laj{k.k ,oa lao/kZu en ds Hkkjr ljdkj 13oas foRr vk;ksx ds }kjk tyk'k; laj{k.k ,oa lao/kZu en ds Hkkjr ljdkj 13oas foRr vk;ksx ds }kjk tyk'k; laj{k.k ,oa lao/kZu en ds Hkkjr ljdkj 13oas foRr vk;ksx ds }kjk tyk'k; laj{k.k ,oa lao/kZu en ds varxZr jkt/kkuh ifjlj fLFkr jk[kh tyk'k; ds laj{k.k ,oa fodkl dk dk;ZAvarxZr jkt/kkuh ifjlj fLFkr jk[kh tyk'k; ds laj{k.k ,oa fodkl dk dk;ZAvarxZr jkt/kkuh ifjlj fLFkr jk[kh tyk'k; ds laj{k.k ,oa fodkl dk dk;ZAvarxZr jkt/kkuh ifjlj fLFkr jk[kh tyk'k; ds laj{k.k ,oa fodkl dk dk;ZA
1111----0000 jk;iqj MsOgyiesaV vFkkWfjVh Hkkjr 'kklu ds fn'kk funsZ'kksa ds rgr~ i;kZoj.k] Hkwty ,oa o"kkZty laj{k.k gsrq dr ladYi gSA u;k jk;iqj MsOgyiesaV vFkkWfjVh ds }kjk u;k jk;iqj ds jkt/kkuh ifjlj ds fofHkUu Hkouksa ,oa Hkw&lrg ds o"kkZ ty laxzg.k gsrq jkt/kkuh ifjlj fLFkr jk[kh tyk'k; ds laj{k.k ,oa fodkl dk dk;Z Hkkjr ljdkj 13oas foRr vk;ksx ds }kjk tyk'k; laj{k.k ,oa lao/kZu en ds varxZr fd;k tk jgk gSA
2222----0000 jkt/kkuh ifjlj esa 32-50 ,dM ¼13 gsDVs;j½ {ks= ds jk[kh tyk'k; dh orZeku ty la/kkj.k {kerk 2]00]000 ?ku ehVj gSA bl tyk'k; ds {ks=Qy 75 ,dM ¼30 gsDVs;j½ rFkk vkSlr xgjkbZ 1-50 ehVj ls c<+kdj 3-00 ehVj dh xbZ gSA {ks=Qy rFkk xgjkbZ esa o`f) djus bldh ty HkaMkj.k {kerk 5]50]000 ?kuehVj gks xbZ gSA bl tyk'k; ds foLrkj ,oa lao/kZu esa tyk'k; pkSM+hdj.k ,oa xgjhdj.k] o"kkZ ty laxzg.k ,oa la'kks/ku] tyk'k; esa ,;js'ku QkmUVsau] Iyfcax] lsusVjh ,oa flpkbZ O;oLFkk] Jh [kYykjh ekrk eafnj] m|ku fuekZ.k ,oa o`{kkjksi.k] ikFkos] rVca/kks ds fifpax ,oa jSfyax] ?kkV fuekZ.k] tulqfo/kk çlk/ku rFkk ikfdZx dk;Z gSA Appendix D19 to D19 of RFP to be appended here
Name of Work:- Construction of Capitol Complex Integrated Development at Naya Raipur –
Fire fighting fitting for Welfare centre, Amenities Block A & A1
Fire fighting fitting for Security Barracks & Utility Block
Central Promenade Works-
Pumps and Hydro Systems
Appendix D20 to D20 of RFP to be appended here.
RFP for SELECTION OF FACILITY MANAGEMENT SERVICE PROVIDER FOR MANTRALAYA MAHANADI BHAWAN, CCIID, RAJDHANI SAROVAR, BUILDINGS AND ITS CAMPUS AT NAYA RAIPUR, CHHATTISGARH.
9
Schedule 3: Drawing showing area of Responsibility :- Attached
AREA CALCULATION OF PARKING AND LANDSCAPING AREA
S.N. Existing Area Area (Sqm)
A Parking
P1 Parking (Officer) 12536
P2 Parking (Staff) 27552
P3 Parking (Staff) 1988
Sub Total 42076
B Landscaped area 60792
C Mantralaya Mahanadi Bhawan Plot Area
38850
Mantralaya Mahanadi Bhawan Pardi/Screen wall Area
36800
Mantralaya Mahanadi Bhawan Building Area
36110
D Side of Central water body
1a 2736
2a 1235
3a 2203
4a 2083
5a 1143
Sub Total 9400
01 Mantralya- Ministry Block Gr., 1st & 2nd Floor
02 Mantralya- Ministry Block 3rd, 4th & 5th Floor
03 Secretariat Block Gr. & 1st Floor
04 Secretariat Block 2nd & 3rd Floor
05 Secretariat Block 4th Floor
06. Section Block Gr. & 1st Floor.
07.Section Block 2nd & 3rd Floor.
08. Ancillary –A Gr. & 1st Floor.
09. Ancillary –A 2nd Floor.
10. Ancillary –B Gr. & 1st Floor.
11. Ancillary –B 2nd Floor.
12. Rajdhani Sarovar- Lake-I
13. Rajdhani Sarovar- Lake-II
14. Parking & Landscaping Area
15. SITE PLAN
16. 02 HOD AREA
RFP for SELECTION OF FACILITY MANAGEMENT SERVICE PROVIDER FOR MANTRALAYA MAHANADI BHAWAN, CCIID, RAJDHANI SAROVAR, BUILDINGS AND ITS CAMPUS AT NAYA RAIPUR, CHHATTISGARH.
10
Schedule 4: Drawing of each floors of subject building : Attached
01 Mantralya- Ministry Block Gr., 1st & 2nd Floor
02 Mantralya- Ministry Block 3rd, 4th & 5th Floor
03 Secretariats Block Gr. & 1st Floor
04 Secretariat Block 2nd & 3rd Floor
05 Secretariat Block 4th Floor
06. Section Block Gr. & 1st Floor.
07.Section Block 2nd & 3rd Floor.
08. Ancillary –A Gr. & 1st Floor.
09. Ancillary –A 2nd Floor.
10. Ancillary –B Gr. & 1st Floor.
11. Ancillary –B 2nd Floor.
Schedule 5: Maintenance guideline of Air ozone system
To be appended before execution of agreement
Schedule 6: Maintenance guideline of Thermal Storage Tank
To be appended before execution of agreement
Schedule 7: Maintenance guideline of Automatic Pump Technology
To be appended before execution of agreement
Schedule 8: Responsibility of the Registrar
The Registrar Mantralaya Mahanadi Bhawan is designated owner & caretaker of the property. He is the
only authority to issue permission for entry, opening the rooms, closing the rooms, etc. for persons of the
facility manager. The Registrar Mantralaya is inspecting authority of the work done of the facility
management team. In the prescribed format regular reporting of work done of the facility management
team is essential.
Schedule 9: TOR of O&M of DG Sets to be done by the equipment supplier
To be appended before execution of agreement
Schedule 10: TOR of O&M of Elevators to be done by the equipment supplier
To be appended before execution of agreement
RFP for SELECTION OF FACILITY MANAGEMENT SERVICE PROVIDER FOR MANTRALAYA MAHANADI BHAWAN, CCIID, RAJDHANI SAROVAR, BUILDINGS AND ITS CAMPUS AT NAYA RAIPUR, CHHATTISGARH.
11
Schedule 11: TOR of Maintenance obligation of Landscaping and Horticulture that is under the scope of developer of
landscaping
To be appended before execution of agreement
Schedule 12: Materials, goods, services to be provided by the Client
S. No. Description
1 Fuel and lubricants and POL for operating DG sets, elevators and other equipments fitted in the SSB.
2 Spare parts for equipments like DG sets, elevators and other equipments fitted in the SSB.
3 An area of 100 Sq.M. for setting up office, store, rest area and changing rooms for use by the facility
management service provider (office of facility management service provider)
4 Electricity charges for driving the housekeeping equipments and the electricity consumed in the office of
facility management service provider.
5 Required equipments with fuel and spare parts for structural glazing cleaning.
Spare parts for equipments shall not include the house keeping equipments mobilized by the facility management
service provider
Schedule 13: Financial proposal of the Selected Bidder
To be appended before execution of agreement
Schedule 14: Letter of Award
To be appended before execution of agreement
Schedule 15: Final Request for Proposal document No. __________________, dated _________
To be appended before execution of agreement
Schedule 16: Addendum / corrigendum to the RFP No. ______________, dated _______
To be appended before execution of agreement
RFP for SELECTION OF FACILITY MANAGEMENT SERVICE PROVIDER FOR MANTRALAYA MAHANADI BHAWAN, CCIID, RAJDHANI SAROVAR, BUILDINGS AND ITS CAMPUS AT NAYA RAIPUR, CHHATTISGARH.
1
C- INVENTREY
RFP for SELECTION OF FACILITY MANAGEMENT SERVICE PROVIDER FOR MANTRALAYA MAHANADI BHAWAN,
CCIID, RAJDHANI SAROVAR, BUILDINGS AND ITS CAMPUS AT NAYA RAIPUR, CHHATTISGARH
NAYA RAIPUR DEVELOPMENT AUTHORITY Utility-Block, Capitol Complex Sector-19, Naya Raipur-492002, Chhattisgarh
PH.NO.0771-2511500, FAX 0771-2511400, e-mail. [email protected]
RFP for SELECTION OF FACILITY MANAGEMENT SERVICE PROVIDER FOR MANTRALAYA MAHANADI BHAWAN, CCIID, RAJDHANI SAROVAR, BUILDINGS AND ITS CAMPUS AT NAYA RAIPUR, CHHATTISGARH.
2
S. No. Description/ INVENTORY Pages
APPENDIX- D: DETAILS OF MANTRALAYA MAHANADI BHAWAN AND ITS CAMPUS 1 to 8
APPENDIX- D1
INVENTORY OF INVENTORY OF CIVIL ITEM OF STATE
SECRETARIES BLOCK- NRDA RAIPUR PROJECT
9
APPENDIX- D2 FOR ELECTRICAL 10 to 26
APPENDIX– D3 INVENTORY FOR LV SYSTEM CCTV SYSTEM 27 to 28
APPENDIX– D4 CHILLERS & PLANT ROOM 29 to 43
APPENDIX– D5 HVAC 44 to 48
APPENDIX– D6 FIRE ALARM SYSTEM 49 to 50
APPENDIX– D7 ABSTRACT OF LV SYSTEM, CCTV SYSTEM 51
APPENDIX– D8 LIST OF INVENTORY FOR STATE SECRETARIES BLOCK TOILETS 52 to 55
APPENDIX– D9 INTERIOR DECORATION FURNISHING WORK 56 to 65
APPENDIX– D10 MODULAR FURNITURES 66 to 68
APPENDIX– D11 STORAGE COMPACTORS 69
APPENDIX– D12 SOFAS & CHAIRS 70 to 71
APPENDIX– D13 SIGNAGE & NAME PLATES 72 to 73
APPENDIX– D14 AUDIO-VISUAL SYSTEMS 74 to 83
APPENDIX– D15 VIDEO PROJECTOR & TV SYSTEMS 84 to 85
APPENDIX– D16 LANDSCAPING 86 to 87
APPENDIX– D17 NEON-SIGN-BOARD 88
APPENDIX– D18 WATER COOLER, WTP, RO & FILTRATION SYSTEM 89 to 94
APPENDIX– D19 RAJDHANI SAROVAR 95 to 116
APPENDIX– D 20 INVENTORY OF Capitol Complex Integrated Development CCIID 117 to 125
RFP for SELECTION OF FACILITY MANAGEMENT SERVICE PROVIDER FOR MANTRALAYA MAHANADI BHAWAN, CCIID, RAJDHANI SAROVAR, BUILDINGS AND ITS CAMPUS AT NAYA RAIPUR, CHHATTISGARH.
3
APPENDIX- D:Details of Mantralaya Mahanadi Bhawan and its campus at and its premises under scope
Sl. no. Property Service Area Refeneces 1 Mantralaya Mahanadi Bhawan including premises
with extarnal landscaping & parking area
65000 sqm Annex-1.
2 Parking, Roads and Pathways 200000 sqm Annex-4.
3 External Landscaping, Water Bodies & Fountains 700000 sqm Annex-5.
Total 1360000 sqm
RFP for SELECTION OF FACILITY MANAGEMENT SERVICE PROVIDER FOR MANTRALAYA MAHANADI BHAWAN, CCIID, RAJDHANI SAROVAR, BUILDINGS AND ITS CAMPUS AT NAYA RAIPUR, CHHATTISGARH.
4
Annex-A
INVENTORY OF MANTRALAYA BUILDING FOR FACILITY MANAGEMENT SERVICES Particulars Details Remarks 1 2 3
Total Service Area (including external landscaping & Parking), Sqm
16.00 Hectare (159045 Sqm)
Gross service area for facility management
Total Parking Area, Sqm 4.20 Hectare (42076 Sqm)
Total External Landscaping Area 6.10 Hectare (60792 Sqm)
Total Boundary Area of Mantralaya Mahanadi-Bhawan, Sqm
3.90 Hectare (38850 Sqm) Mantralaya Bounday wall area
Total Pardi Area of Mantralaya Mahanadi-Bhawan, Sqm
3.70 Hectare (36800 Sqm)
Mantralaya Screen wall area
Total Building Area of Mantralaya Mahanadi-Bhawan, Sqm
3.60 Hectare (36110 Sqm)
Mantralaya Building area
Total Plinth-Area of Mantralaya Mahanadi-Bhawan, Sqm
1.60 Hectare (15823 Sqm)
Mantralaya Plinth area (excluding courtyard, Ramp & Stair)
Total Built-up Area of Mantralaya Mahanadi Bhawan, Sqm
68000.00 All floor, Ramp, Stair & Santry Morcha
Carpet Area, Sqm 40000.00 Lowest Area (All Ground Floor), Sqm 15823.00 All block Highest Area (All Top floor), Sqm 2755.00 3 block
Average Area of each floor, Sqm 14259.00 All block No. of floors 45
Total Nos. of cabin/Rooms 473 For CM to Staff
Total Nos. of Toilet 153 Total Nos. of officers 157 OSD/US to CM level Total nos. of staff 2289 Peon to PA/PS level
Total nos. of Visitors (assumed) 1000 Total landscaping Area, sqm 13100.00
Club house Area , Sqm 3429.00 Women Common Room + Creche+ Café+Library+Record
Conference/meetings area, Sqm 1043.00 Common Area (Lobbies), Sqm 10483.00
Road (Plinth protection/paved area) 2.5 in km
Width of road (Plinth protection / paved area) 10 in meter
No. of Blocks 10 Ministry, Secretary, Section, Anci-A&B + 5 Lobbies
No. of Wings 5 Ministry, Secretary, Section, Anci-A&B
No. of Stair case 16
RFP for SELECTION OF FACILITY MANAGEMENT SERVICE PROVIDER FOR MANTRALAYA MAHANADI BHAWAN, CCIID, RAJDHANI SAROVAR, BUILDINGS AND ITS CAMPUS AT NAYA RAIPUR, CHHATTISGARH.
5
No. of Ramp 3
Conference/meeting Ministry block 3 CM meeting room, Sqm 118 Cabinet Hall, sqm 158 Including Pantry Meeting room, sqm 74 Subcommittee room, sqm 128 Including Pantry
Press conference, Sqm 62 Including Pantry Secretary block 3 Conference/meeting room, Sqm 503 Including Pantry Total 1043 Swimming Pool N.A STP N.A
WTP (Ro Plant) 4
Transformers 4 (1250 KVA, 1600 KVA, 2000x2 KVA, 33/4 KVA) indore type.
DG 5 (1010 KVA each)
chillers/HVAC 4 (325 TR each) Cooling Towers 4 (1300 USGPM) AHU detail 71 1612.81 TR.
FCU/ DFU 4/26 FCU- 4, DFU- 26. Pumps/VFD detail UPS /Inverter 26/8 UPS- 26, Inverter- 8.
Fire panel deatil 3 Secretary, Section, Ancillary-A.
Smoke detector heat detector fire alarm and sprinkle detection system
SD- 2800 HD- 50 sprinklar - 9200
ALL BLOCK
Boom Barrier /parking management system Yes Under planning
Basement vantilation system - PA and music system Yes Under planning
Total electrical Panel detail Rating and size and feeder detail
Main LT panel-04 5008 KVA
APFCR panel- 04 2600 KVAR Lighting Panel- 08 620.2 KVA Power Panel- 10 4042.7 KVA
AHU Panel- 08 735.2 KVA Utility Panel- 01 367.6 KVA
Total= 31 13373.7 KVA
Total lighting detail (Nos of CFL/Tubelight/fixture ) load
Minister 758.1 KVA Secretary 918.8 KVA Section 1401.2 KVA
Ancillary (A+B) 528.3 KVA
Total 3606.4 KVA
RFP for SELECTION OF FACILITY MANAGEMENT SERVICE PROVIDER FOR MANTRALAYA MAHANADI BHAWAN, CCIID, RAJDHANI SAROVAR, BUILDINGS AND ITS CAMPUS AT NAYA RAIPUR, CHHATTISGARH.
6
Staircase pressurisation system fan detail
Section 5
Secretary 3 Minister 2 Total 10
Utlility Rooms - LT panel, DG/Transformer rooms, etc,… (Sqm)
Ancillary Block "A" Ground Floor
Control/BMS room, Sqm 163.00 1 (Ancillary "A" Ground floor)
No. of floors 45 Total No. of Lifts 12 Total Nos of service lifts -
Total No. of Escalators - Type of flooring in common area Kota, Granite CLUB HOUSE / Cafeteria/common area details
Women Common Room, Sqm (Flooring Kota stone)
42.00
Creche, Sqm (Flooring Kota stone) 154.00 Including Pantry
General Cafeteria, Area in Sqm (Flooring Kota stone)
636.00 Including Kitchen
Officers Cafeteria, Area in Sqm (Flooring Granite)
165.00 Including Kitchen
Exhibition area in Sqm 567.00
Fitness center Sqm (Flooring Kota stone) 311.00
Library, Sqm (Flooring Kota stone) 727.00
Record + Vault room, Sqm (Flooring Kota stone) 827.00
Total, Sqm 3429.00 Electircal Load Equipment Capacity in kW Quantity
Transformer detail make and capacity 1600 KVA -01 1250 KVA - 01 2000 KVA - 02
4
HT panel detail HT Breaker panel of - 7 Segment (7 VC Breakers)
1
LT Panel Detail
(1) Main LT Panel 4
(2) APFCR Panel 600 KVAR.
2
(3) APFCR Panel 700 KVAR.
2
(4) Sychronising Panel 1
HT and LT breaker deatil (VCB,ACB,MCCB) HT Breaker 7 LT ACB 16
Capacitor bank detail N.A
RFP for SELECTION OF FACILITY MANAGEMENT SERVICE PROVIDER FOR MANTRALAYA MAHANADI BHAWAN, CCIID, RAJDHANI SAROVAR, BUILDINGS AND ITS CAMPUS AT NAYA RAIPUR, CHHATTISGARH.
7
UPS /Inverter detail UPS- 26.
10 KVA-3, 15 KVA-01, 20KVA- 08 , 30 KVA, 06, 50 KVA-08.
Inverter- 8.
CCTV detail
PTZ Camera 40 streamer for camera 40
DVM camera server 6 DVM database server 1 Total 87
Access control system Yes Under Planning Lift load 206 KW 12 escalators detail N.A
Pumps N.A Borewell pump N.A Transfer pumps N.A
SSTP pumps N.A Common area lighting N.A Street lighting 10 KW
Basement lighting 5 KW Club House lighting N.A Club House AC N.A
Club House - Steam & Sauna N.A Misc load 6 KW diesel storage tanks 1000 Ltr in built 5
Gas bank detail Yes Insurance Particulars Total cost Quantity Project cost (Includig labour) Civil cost of the project 1,215,950,276.00 HVAC and airconditioning cost 326,470,613.00 Electrical cost of the project 208,765,220.00
Plumbing & Firfighting cost of the project 145,407,785.00
Elevator/escaltor 47,213,250.00 Total Rs. 1,943,807,144.00 Additional Particulars
Painting required for common area annually, Sqm 150000.00
Garbage Disposal area in Sqm 125.00
Electrical - Mechanical Stores area in Sqm 156.00 Pest Control area in Sqm 15.00
STP Operations including manpower and AMC N.A
WTP Operations including manpower and AMC N.A
WTP chemicals N.A
RFP for SELECTION OF FACILITY MANAGEMENT SERVICE PROVIDER FOR MANTRALAYA MAHANADI BHAWAN, CCIID, RAJDHANI SAROVAR, BUILDINGS AND ITS CAMPUS AT NAYA RAIPUR, CHHATTISGARH.
8
Gardening area in Sqm 65.00
Housekeeping material.chemicals/ consumables area in Sqm
436.00
Diesel cost - 1000 litres / month N.A
AMC costs N.A DG N.A Lifts N.A Furniture cost in stores Property Management Office Furniture Rate in Rs./ Sq.ft 485.00
Electricity Cost Rs./ Month 2500000.00 Telephone Cost Rs./ Month 1000000.00 Approx. Govt. Regulations
Fire NOC Pollution control board N.A
Appendix D1 to D15 of RFP to be appended here
Schedule of Services
RFP for SELECTION OF FACILITY MANAGEMENT SERVICE PROVIDER FOR MANTRALAYA MAHANADI BHAWAN, CCIID, RAJDHANI SAROVAR, BUILDINGS AND ITS CAMPUS AT NAYA RAIPUR, CHHATTISGARH.
9
APPENDIX- D1 Inventory of Inventory of Civil Item of State Secretaries Block- NRDA Raipur project Inventory of Civil Item of State Secretaries Block- NRDA Raipur project
Sr. No.
Items Unit Quantity Make
Cladding
1 Granite Cladding Sqm 300 Natural Stone
2 Ceramic Tile Cladding Sqm 11,365 Johnson
Flooring
1 Granite (including Skirting ) Sqm 14045 Natural Stone
2 Marble (including Skirting ) Italian Sqm 837 Natural Stone
3 Vitrified Tiles Sqm 17675 Johnson
4 Kota Stone Sqm 32150 Natural Stone
False Ceiling
1 600x600mm tile, Aluminium Sqm N.A.
2 150mm Strip, Aluminium Sqm 4561
3 Gypsum Board Sqm 40053 LAFARGE (LAGYP) Aluminium/Glazing Work
1 Window , ventilators etc. Kg 23450 JINDAL
2 Sructural Glazing Sqm 2235
3 Window Glazing Sqm 3564
4 Spider Glazing Sqm N.A.
5 Frameless Door Sqm 220
6 Railling with Glass Sqm N.A.
7 ACP (Façade) Sqm 100
8 Urinal Partition nos. 190
9 Rest Room Partition nos. N.A.
10 Mirror nos. 525 [600Ø(470)+ 900Ø (55)]
Saint Gobain
11 Painting Sqm 228750 Asian
12 SS Cladding Sqm N.A.
13 Fully Glazed Fire rated dooor with all necessary hardware
Sqm 878 Signum
14 Window handle with lock-iron mongrey for Aluminium works
nos. 3600
15 Mortice Lock - Iron Mongrey for Aluminium Works
nos. 1121 Dorma
16 Friction Stay Pair N.A.
17 Expension Joint Sqm 293 Silflex
18 SS Railing Kg 21900 Jindal
19 Metalic Roofing Dome Sqm N.A.
RFP for SELECTION OF FACILITY MANAGEMENT SERVICE PROVIDER FOR MANTRALAYA MAHANADI BHAWAN, CCIID, RAJDHANI SAROVAR, BUILDINGS AND ITS CAMPUS AT NAYA RAIPUR, CHHATTISGARH.
10
APPENDIX- D2 Inventory For Electrical Sr. no.
Equipment Description Capacity/Size Make Quantity UNIT
SSB Total
1 33/0.415KV indoor cast resin dry type transformer with off load tap changer.
2000 KVA KIRLOSKAR 2 2 Nos
1600 KVA 1 3 1250 KVA 1 3 1000 KVA 2
5 HT PANEL WITH 7 VCB 33 KV , 630 AMP( 2 INCOMING, 4 OUT GOING & 1 FOR COUPLING)
33 KV, 630 AMPS KIRLOSKAR 1 1 SET
Indoor type SF6 / VCB panel of 33KV 5 breaker panel with one incoming breaker of 200A and outgoing breaker 4 nos of 40A
ABB 1
Indoor type SF6 / VCB panel of 33KV 9 breaker panel with two incoming breaker of 300A and outgoing breaker 3 nos of 120A & 3 nos of 50A and 1 buscoupler breaker of 150A. MAIN SUB STATION (UTILITY BLOCK)
1
0 Indoor type SF6 / VCB panel of 33KV 3
breaker panel with one incoming isolator of 120A and outgoing breaker 2 nos of 120A MAIN SUB STATION (UTILITY BLOCK)
2
0 Indoor type SF6 / VCB panel of 33KV 4
breaker panel with one incoming isolator of 50A and outgoing breaker 3 nos of 25A.( MAIN SUB STATION (UTILITY BLOCK)
1
0 Indoor type SF6 / VCB panel of 33KV 3
breaker panel with two incoming breakers of 25A and outgoing breaker 1 nos of 25A - AMENITIES BLOCK
1
Indoor type SF6 / VCB of 33KV breaker standalone breaker of 25A as per specifications including all labour, alignment on foundation, connecting metering cubicle, connecting all loose parts as supplied from factory, etc complete - MAIN SUBSTATION (UTILITY BLOCK)
1
6 D.G. SET 1010 KVA JACKSON 5 12 Nos 7 0 a ELEVATORS 0 Elevator with Machine room: Number of Stops-
six, Travel- 21.9 mtr (approx)
OTIS 2 Nos
RFP for SELECTION OF FACILITY MANAGEMENT SERVICE PROVIDER FOR MANTRALAYA MAHANADI BHAWAN, CCIID, RAJDHANI SAROVAR, BUILDINGS AND ITS CAMPUS AT NAYA RAIPUR, CHHATTISGARH.
11
Sr. no.
Equipment Description Capacity/Size Make Quantity UNIT
SSB Total
i) Number of Stops- five Travel- 17.4 mtr (approx)/ 18.7 (approx)
Thyssen Krupp / OTIS
4 Nos
ii) Number of Stops- four Travel- 13.5 mtr (approx)
Thyssen Krupp 3 Nos
b iii) Elevator without Machine room: Number of Stops-
six Travel- 21.9 mtr (approx)
Thyssen Krupp 3 Nos
7 a i) Arrow Engineers-Mumbai
1 Nos
b Main L.T. panel 1- From Tfr-1 do 1 Nos c Main L.T. panel 2- From Tfr-2 do 1 Nos d Main L.T. panel 3- From Tfr-3 do 1 Nos e Main L.T. panel 4- From Tfr-4 do 1 Nos Utility panels - do 1 Nos i) AHU Panel 1 for secretariat block do 1 Nos ii) AHU Panel 2 for secretariat block do 1 Nos iii) AHU Panel 1 for Minister block do 1 Nos iv) AHU Panel 2 for Minister block do 1 Nos v) AHU Panel -1 for Section Block do 1 Nos vi) AHU Panel -2 for Section Block do 1 Nos vii) AHU Panel 1 for Ancillary block A do 1 Nos f viii) AHU Panel 2 for Ancillary block B do 2 Nos g APFCR panel for 700 KVAR, 16 stage - as
per drawing do 2 Nos
h APFCR panel for 600 KVAR, 12 stage - as per drawing
do 2 Nos
i Lighting panel - 1 & 2 for secretariat block do 1 No j Lighting panel - 1 for Minister block do 1 No k Lighting panel - 2 for Minister block do 1 No l Lighting panel - 1 for Ancillary block do 1 No m Lighting panel - 2 for Ancillary block do 1 No n Lighting panel - 1 for Section block do 1 No o Lighting panel - 2 for Section block do 2 Nos p Raw power panel -1 & 2 for secretariat block do 1 No q Raw power panel - 1 for Minister block do 1 No r Raw power panel - 2 for Minister block do 1 No s Raw power panel -1 for Ancillary block do 1 No t Raw power panel - 2 for Ancillary block do 1 No u Raw power panel -1A for Section block do 1 No
RFP for SELECTION OF FACILITY MANAGEMENT SERVICE PROVIDER FOR MANTRALAYA MAHANADI BHAWAN, CCIID, RAJDHANI SAROVAR, BUILDINGS AND ITS CAMPUS AT NAYA RAIPUR, CHHATTISGARH.
12
Sr. no.
Equipment Description Capacity/Size Make Quantity UNIT
SSB Total
v Raw power panel - 1B for Section block do 1 No
w Raw power panel -2A for Section block do 1 No x Raw power panel -2B for Section block do 24 Nos y UPS Panel for All Buildings do 8 Nos 8 Inverter Panel for All Buildings a DISTRIBUTION BOARDS - FACTORY
FABRICATED. Multi 9
(Schneider) 8 Nos
b 16 way pr distribution board with 63 A FPMCB as incomer and per phase 1 Nos 40 A DPELCB,100ma and 12 Nos 6-32A SPMCB. (FOR LDB)
do 56 Nos
c 12 way per phase isolation type double door distribution board with 40 A FPMCB as incomer and per phase 1 Nos 25 A DPELCB,100ma and 8 Nos 6-32A SPMCB. (FOR LDB)
do 43 Nos
d 16 way per phase isolation type double door distribution board with 63 A FPMCB as incomer and per phase 1 Nos 40 A DPELCB,100ma and 12 Nos 6-32A SPMCB. (FOR PDB)
do 34 Nos
e S 12 way per phase isolation type double door distribution board with 40 A FPMCB as incomer and per phase 1 Nos 25 A DPELCB,100ma and 8 Nos 6-32A SPMCB. (FOR PDB)
do 29 Nos
f 16 way per phase isolation type double door distribution board with 63 A FPMCB as incomer and per phase 1 Nos 40 A DPELCB,100ma and 12 Nos 6-32A SPMCB. (FOR UPSDB)
do 19 Nos
g 12 way per phase isolation type double door distribution board with 40 A FPMCB as incomer and per phase 1 Nos 25 A DPELCB,100ma and 8 Nos 6-32A SPMCB. (FOR UPSDB)
do 1 Nos
h 8 way per phase isolation type double door distribution board with 25 A FPMCB as incomer and per phase 1 Nos 25 A DPELCB,100ma and 6 Nos 6-32A SPMCB. (FOR UPSDB)
do 34 Nos
i 8 way per phase isolation type double door distribution board with 25 A FPMCB as incomer and per phase 1 Nos 20 A DPELCB,100ma and 6 Nos 6-32A SPMCB. (FOR ELDB)
do 88 Nos
j 20 A 1 phase PVC type industrial plug sockets of IP 65 category with DP MCB complete. (wiring for the same shall be paid in Rmt)
do 25 Nos
RFP for SELECTION OF FACILITY MANAGEMENT SERVICE PROVIDER FOR MANTRALAYA MAHANADI BHAWAN, CCIID, RAJDHANI SAROVAR, BUILDINGS AND ITS CAMPUS AT NAYA RAIPUR, CHHATTISGARH.
13
Sr. no.
Equipment Description Capacity/Size Make Quantity UNIT
SSB Total
k 32 A 3 phase PVC type industrial plug sockets of IP 65 category with FP MCB complete. (wiring for the same shall be paid in Rmt)
do 25 Nos
k 63 A 3 phase PVC type industrial plug sockets of IP 65 category with FP MCB complete. (wiring for the same shall be paid in Rmt)
20 Nos
l 125A FPMCCB, 25 KA with static releases with M.S. enclosure and terminal boxes complete for UPS input and output.
do 16 Nos
m 100A FPMCCB, 25 KA with static releases with enclosure and terminal boxes complete for UPS input and output.
do 20 Nos
n 63A FPMCCB, 16 KA with static releases with enclosure and terminal boxes complete for UPS input and output.
do 20 Nos
9.a 40A FPMCB, 10 KA with M.S. enclosure complete for UPS input and output.
10 KVA Eaton 3 Nos
b 3 phase UPS with o/p p.f. of 0.9 as per specification of tender
15 KVA do 1 Nos
c do as above but 15 KVA 20 KVA do 8 Nos d -do- as above but 20 KVA 40 KVA do 6 Nos e -do- as above but 40 KVA 50 kvA do 8 Nos 10.a -do- as above but 50 KVA 7.5 KVA Sukam 1 No b three phase input and three phase output
digital inverter with battery back up of 2 hours with necessary chargers. The batteries are of maintenance free type - 7.5 KVA
10 KVA Sukam 1 No
c three phase input and three phase output digital inverter with battery back up of 2 hours with necessary chargers. The batteries are of maintenance free type -10 KVA
15 KVA Sukam 2 Nos
d three phase input and three phase output digital inverter with battery back up of 2 hours with necessary chargers. The batteries are of maintenance free type -15 KVA
20 KVA Sukam 4 Nos
11.a three phase input and three phase output digital inverter with battery back up of 2 hours with necessary chargers. The batteries are of maintenance free type -20 KVA
Nimbus 6 Nos
Lightning protection system with Early Streamer Emmision (ESE), technology, having a coverage range up to 58 mtr.(Level 1) ………. as per specifications. Nimbus CPT-2
b do 6 Nos Lightening Discharging Counter to verify the
lighting discharge occurrence.
c Ashlok 12 Nos
RFP for SELECTION OF FACILITY MANAGEMENT SERVICE PROVIDER FOR MANTRALAYA MAHANADI BHAWAN, CCIID, RAJDHANI SAROVAR, BUILDINGS AND ITS CAMPUS AT NAYA RAIPUR, CHHATTISGARH.
14
Sr. no.
Equipment Description Capacity/Size Make Quantity UNIT
SSB Total
12 Earthing for maintenance free, 2mtr long and 80 mm dia, operation for a period of 7 yrs maintenance free earthing system
127 nos
13 Earthihng system with ,3 mtr depth earth pit, with copper plate of 600X600 mm & 450X450 mm for entire buiding
Pranali 12000 Rmt
14 OFC laying In 32 mm dia 2mm thk Pvc conduit
Molex 400000 Mtr
15 Cat -6 Wire in pre laid conduit Race way For Data & voice
3727 Nos
16 Concealed mounted bottom poenable type 2 x 36 W CFL Fixture- Philips Make Cat No. FBS 580/236 CNN D6 MM EBS of approved equivalent
528 Nos
17 Surface mounted 1 x 13W CFL fixture- Artlite Cat No. RL 2809 or approved equivalent
24 Nos
18 -do - as above but 2 x 36 w suspended CFL fixtures Artlite Cat No. RL 8000 or approved equivalent
686 Nos
19 -do - as above but 2 x 26 w Concealed type CFL fixtures Artlite Cat No. RL 1804 or approved equivalent
490 Nos
20 -do - as above but 2 x 26 w Concealed type CFL fixtures Artlite Cat No. RL 2554 or approved equivalent
48 Nos
21 -do - as above but 2 x 24W + 2 x QR 111 Concealed type CFL fixtures Artlite Cat No. RL2603 or approved equivalent
263 Nos
22 -do - as above but 2 x 28W T5 lamp Concealed type CFL fixtures Artlite Cat No. RL2565 or approved equivalent
3410 Rmtr.
23 -do - continuous LED cove lights with transformer etc complete of colour shade approved by architect- Artlite RL 11351 / T or approved equivalent
103 Nos
24 do suspended light fixtures with QR CB 51 lamps - Artlite RL 3256 or approved equivalent.
678 Nos
25 Surface mounted 2 x 18W CFL fixture- Artlite Cat No. RL 2802 or approved equivalent
173 Nos
26 Surface mounted type 1 x 36 w FTL box type fixture Philips make cat No. TKC 203 / 136 HF or approved equivalent
110 Nos
27 Surface mounted type 2 x 36 w FTL box type fixture Philips make cat No. TKC 203 / 236 HF or approved equivalent
327 Nos
28 Surface mounted type 2 x 36 w FTL acrylic cover fixture Philips make cat No. 097 / 236 HF or approved equivalent
20 Nos
RFP for SELECTION OF FACILITY MANAGEMENT SERVICE PROVIDER FOR MANTRALAYA MAHANADI BHAWAN, CCIID, RAJDHANI SAROVAR, BUILDINGS AND ITS CAMPUS AT NAYA RAIPUR, CHHATTISGARH.
15
Sr. no.
Equipment Description Capacity/Size Make Quantity UNIT
SSB Total
29 Surface mounted type Par 20 lamp type up & down light fixture artlite cat no RL 4116 or approved equivalent
1444 Nos
30 Concealed mounted 2 x 36 W Concealed type CFL fixture Atrlite RL 2562 or approved equivalent
800 Nos
31 1200 mm dia ceiling fan - Grompton high speed with double ball bearing &white colour ( Supply including )
125 NOS
32 300 mm dia exhaust fan of PVC body with louvers. Usha make - Lexus model or approved equivalent ( Supply including )
3 Nos
33 ITC of pole mounted fixtures 70W sodium vapor lamp IP65 including pole Philips cat No Adonis CPP725 or approved equivalent
206 Nos
34 ITC of Outdoor Ground burial outdoor type 12V/50W Artlite cat no. RL 4206 or approved equivalent
291 Nos
35 ITC of Brick lights 1 x 10W Artlite cat no. RL 4121 or approved equivalent
1 No
ITC of LED lamp type aviation light with mounting accessories of 3 mtr max height and control box having auto timer with day light sensor and flickering circuit meeting parameters of AAI with necessary whether proof housing for control gears etc. - Artlite cat No. SPRL 0345
RFP for SELECTION OF FACILITY MANAGEMENT SERVICE PROVIDER FOR MANTRALAYA MAHANADI BHAWAN, CCIID, RAJDHANI SAROVAR, BUILDINGS AND ITS CAMPUS AT NAYA RAIPUR, CHHATTISGARH.
16
Electrical Item In PHILIPS MAKE S.NO. Type of fitting Qty
Installed Spare Needed
1 2 3 4
1 GOBO 10 CDMT- 150W LAMPS
10 150W ELECTRONIC BALLAST
2 MWF 331/250 FLOOD 8 250W HPI-T LAMP
8 250W HPIT BALLAST
8 IGNITOR s151/02
8 CAPACITOR 33 MFD
3 DECO FLOOD 150W 40 CDMT- 150W LAMPS
40 150W ELECTRO- MAGNETIC BALLAST FOR DECO- FLOOD
40 IGNITOR s151/02
40 CAPACITOR 20 MFD
4 VAYA FLOOD- COLOR LED 12 COMPLETE FITTING
TOUCH PLAYER 3 COMPLETE SET
5 SGP 369/70W MHN-TD 10 MHN- TD 70W LAMP
10 70 W MH BALLAST
10 IGNITOR SN/02
6 LED COLOR BLAST 90 COMPLETE FITTING
PHILIPS I PLAYER 1 COMPLETE SET
RS485 SPLITTER 1 COMPLETE SET
7 LED FOCUS LIGHT 6 PHILIPS MAKE
8 GLAW SIGN BOARD & LED BOARD 2 PHILIPS MAKE
RFP for SELECTION OF FACILITY MANAGEMENT SERVICE PROVIDER FOR MANTRALAYA MAHANADI BHAWAN, CCIID, RAJDHANI SAROVAR, BUILDINGS AND ITS CAMPUS AT NAYA RAIPUR, CHHATTISGARH.
17
Inventory For Electrical
Sl. No. Equipment Description Capacity/Size Make Quantity
UNIT SSB
1 33/0.415KV indoor cast resin dry type transformer with off load tap changer.
2000 KVA KIRLOSKAR 2 Nos
1600 KVA 1
1250 KVA 1
1000 KVA 0
2 HT BREAKERS
2.1 HT PANEL WITH 7 VCB 33 KV , 630 AMP( 2 INCOMING, 4 OUT GOING & 1 FOR COUPLING)
33 KV, 630 AMPS KIRLOSKAR 1 SET
2.2 Indoor type SF6 / VCB panel of 33KV 5 breaker panel with one incoming breaker of 200A and outgoing breaker 4 nos of 40A
ABB 0 Nos
2.3 Indoor type SF6 / VCB panel of 33KV 9 breaker panel with two incoming breaker of 300A and outgoing breaker 3 nos of 120A & 3 nos of 50A and 1 buscoupler breaker of 150A. MAIN SUB STATION (UTILITY BLOCK)
0 Nos
2.4 Indoor type SF6 / VCB panel of 33KV 3 breaker panel with one incoming isolator of 120A and outgoing breaker 2 nos of 120A MAIN SUB STATION (UTILITY BLOCK)
0 Nos
2.5 Indoor type SF6 / VCB panel of 33KV 4 breaker panel with one incoming isolator of 50A and outgoing breaker 3 nos of 25A.( MAIN SUB STATION (UTILITY BLOCK)
0 Nos
2.6 Indoor type SF6 / VCB panel of 33KV 3 breaker panel with two incoming breakers of 25A and outgoing breaker 1 nos of 25A - AMENITIES BLOCK
0 Nos
2.7 Indoor type SF6 / VCB of 33KV breaker standalone breaker of 25A as per specifications including all labour, alignment on foundation, connecting metering cubicle, connecting all loose parts as supplied from factory, etc complete - MAIN SUBSTATION (UTILITY BLOCK)
0 Nos
3 D.G. SET 1010 KVA JACKSON 5 Nos
4 ELEVATORS
b Elevator with Machine room: Number of Stops- six, Travel- 21.9 mtr (approx)
Thyssen Krupp
2 Nos
Number of Stops- five Travel- 17.4 mtr (approx)/ 18.7 (approx)
Thyssen Krupp / OTIS
4 Nos
Number of Stops- four Travel- 13.5 mtr (approx)
Thyssen Krupp
3 Nos
5 Elevator without Machine room: Number of Stops- six Travel- 21.9 mtr (approx)
Thyssen Krupp
3 Nos
RFP for SELECTION OF FACILITY MANAGEMENT SERVICE PROVIDER FOR MANTRALAYA MAHANADI BHAWAN, CCIID, RAJDHANI SAROVAR, BUILDINGS AND ITS CAMPUS AT NAYA RAIPUR, CHHATTISGARH.
18
Sl. No. Equipment Description Capacity/Size Make Quantity
UNIT SSB
Arrow Engineers-Mumbai
1 Nos
6 LT PANELS
6.1 Main L.T. panel 1- From Tfr-1 ARROW Engineers/ Lotus
1 Nos
6.2 Main L.T. panel 2- From Tfr-2 do 1 Nos
6.3 Main L.T. panel 3- From Tfr-3 do 1 Nos
6.4 Main L.T. panel 4- From Tfr-4 do 1 Nos
6.5 Utility panels - do 1 Nos
6.6 i) AHU Panel 1 for secretariat block do 9 Nos 6.7 APFCR panel for 700 KVAR, 16 stage - as per drawing do 2 Nos 6.8 APFCR panel for 600 KVAR, 12 stage - as per drawing 600 KVAR do 2 Nos 6.9 APFCR panel for 450 KVAR, 8 stage - 1 for Amenities block
& 1 for Utility block 450 KVAR Lotus 0
6.10 Lighting panel - 1 & 2 for secretariat block do 1 No 6.11 Lighting panel - do 7 No
6.12 Raw power panel - do 10 No
6.13 UPS Panel for All Buildings do 24 Nos
6.14 Inverter Panel for All Buildings 8 Nos
6.15 Emergency panel 0 Nos
6.16 Typical FSP Panel for Exterrnal Lighting 0 Nos 6.17 FSP panel for External Lighting Lotus 0 Nos
6.18 Emergency panel Lotus 0 Nos
7 DISTRIBUTION BOARDS - FACTORY FABRICATED. Multi 9 (Schneider)
Nos
7.1 16 way per phase distribution board with 63 A FPMCB as incomer and per phase 1 Nos 40 A DPELCB,100ma and 12 Nos 6-32A SPMCB. (FOR LDB)
do 8 Nos
7.2 12 way per phase isolation type double door distribution board with 40 A FPMCB as incomer and per phase 1 Nos 25 A DPELCB,100ma and 8 Nos 6-32A SPMCB. (FOR LDB)
do 56 Nos
7.3 16 way per phase isolation type double door distribution board with 63 A FPMCB as incomer and per phase 1 Nos 40 A DPELCB,100ma and 12 Nos 6-32A SPMCB. (FOR PDB)
do 43 Nos
7.4 12 way per phase isolation type double door distribution board with 40 A FPMCB as incomer and per phase 1 Nos 25 A DPELCB,100ma and 8 Nos 6-32A SPMCB. (FOR PDB)
do 34 Nos
7.5 16 way per phase isolation type double door distribution board with 63 A FPMCB as incomer and per phase 1 Nos 40 A DPELCB,100ma and 12 Nos 6-32A SPMCB. (FOR UPSDB)
do 29 Nos
7.6 12 way per phase isolation type double door distribution board with 40 A FPMCB as incomer and per phase 1 Nos 25 A DPELCB,100ma and 8 Nos 6-32A SPMCB. (FOR UPSDB)
do 19 Nos
RFP for SELECTION OF FACILITY MANAGEMENT SERVICE PROVIDER FOR MANTRALAYA MAHANADI BHAWAN, CCIID, RAJDHANI SAROVAR, BUILDINGS AND ITS CAMPUS AT NAYA RAIPUR, CHHATTISGARH.
19
Sl. No. Equipment Description Capacity/Size Make Quantity
UNIT SSB
7.7 8 way per phase isolation type double door distribution board with 25 A FPMCB as incomer and per phase 1 Nos 25 A DPELCB,100ma and 6 Nos 6-32A SPMCB. (FOR UPSDB)
do 1 Nos
7.8 8 way per phase isolation type double door distribution board with 25 A FPMCB as incomer and per phase 1 Nos 20 A DPELCB,100ma and 6 Nos 6-32A SPMCB. (FOR ELDB)
do 34 Nos
7.9 20 A 1 phase PVC type industrial plug sockets of IP 65 category with DP MCB complete. (wiring for the same shall be paid in Rmt)
do 88 Nos
7.10 32 A 3 phase PVC type industrial plug sockets of IP 65 category with FP MCB complete. (wiring for the same shall be paid in Rmt)
do 25 Nos
7.11 63 A 3 phase PVC type industrial plug sockets of IP 65 category with FP MCB complete. (wiring for the same shall be paid in Rmt)
25 Nos
7.12 150A FPMCCB, 25 KA with static releases with M.S. enclosure and terminal boxes complete for Bank 1 & Bank 2
0 Nos
7.13 125A FPMCCB, 25 KA with static releases with M.S. enclosure and terminal boxes complete for UPS input and output.
do 20 Nos
7.14 100A FPMCCB, 25 KA with static releases with enclosure and terminal boxes complete for UPS input and output.
do 16 Nos
7.15 63A FPMCCB, 16 KA with static releases with enclosure and terminal boxes complete for UPS input and output.
do 20 Nos
7.16 40A FPMCB, 10 KA with M.S. enclosure complete for UPS input and output.
do 20 Nos
8 3 phase UPS with o/p p.f. of 0.9 as per specification of tender
8.1 do as above but 10KVA 10 KVA Eaton 3 Nos
8.2 do as above but 15 KVA 15 KVA Eaton 1 Nos
8.3 -do- as above but 20 KVA 20 KVA Eaton 8 Nos
8.4 do as above but 25 KVA 25 KVA Nos
8.5 do as above but 30 KVA 30 KVA Nos
8.6 -do- as above but 40 KVA 40 KVA Eaton 6 Nos
8.7 -do- as above but 50 KVA 50 KVA Eaton 8 Nos
9 INVERTERs Nos
9.1 Three phase input and three phase output digital inverter with battery back up of 2 hours with necessary chargers. The batteries are of maintenance free type - 7.5 KVA
7.5 KVA Sukam 1 Nos
9.2 Three phase input and three phase output digital inverter with battery back up of 2 hours with necessary chargers. The batteries are of maintenance free type -10 KVA
10 KVA Sukam 1 Nos
9.3 Three phase input and three phase output digital inverter with battery back up of 2 hours with necessary chargers. The batteries are of maintenance free type -15 KVA
15 KVA Sukam 2 Nos
9.4 three phase input and three phase output digital inverter with battery back up of 2 hours with necessary chargers. The batteries are of maintenance free type -20 KVA
20 KVA Sukam 4 Nos
RFP for SELECTION OF FACILITY MANAGEMENT SERVICE PROVIDER FOR MANTRALAYA MAHANADI BHAWAN, CCIID, RAJDHANI SAROVAR, BUILDINGS AND ITS CAMPUS AT NAYA RAIPUR, CHHATTISGARH.
20
Sl. No. Equipment Description Capacity/Size Make Quantity
UNIT SSB
9.5 Single phase input and single phase output digital inverter with battery back up of 2 hours. The batteries shall be maintenance free type - 7.5 KVA
7.5 KVA do 0 Nos
10 Lightning protection system with Early Streamer Emmision (ESE), technology, having a coverage range up to 58 mtr.(Level 1) ………. as per specifications. Nimbus CPT-2
Nimbus/ Indellec
6 Nos
11 Lightening Discharging Counter to verify the lighting discharge occurrence.
do 6 Nos
12 Earthing system
12.1 Earthing for maintenance free, 2mtr long and 80 mm dia, operation for a period of 7 yrs maintenance free earthing system
Ashlok 12 Nos
12.2 Earthihng system with , 3 mtr depth earth pit, with copper plate of 600X 600 mm & 450X 450 mm for entire buiding
127 nos
13 OFC laying In 32 mm dia 2mm thk Pvc conduit Pranali 12000 Rmt
14 Cat -6 Wire in pre laid conduit Race way For Data & voice Molex 400000 Mtr 15 Concealed mounted bottom poenable type 2 x 36 W CFL
Fixture- Philips Make Cat No. FBS 580/236 CNN D6 MM EBS of approved equivalent
3727 Nos
16 Surface mounted 1 x 13W CFL fixture- Artlite Cat No. RL 2809 or approved equivalent
528 Nos
17 -do - as above but 2 x 36 w suspended CFL fixtures Artlite Cat No. RL 8000 or approved equivalent
24 Nos
18 -do - as above but 2 x 26 w Concealed type CFL fixtures Artlite Cat No. RL 1804 or approved equivalent
686 Nos
19 -do - as above but 2 x 26 w Concealed type CFL fixtures Artlite Cat No. RL 2554 or approved equivalent
490 Nos
20 -do- as above but 1 x 13W concealed type CFL fixture - Artlite RL2550 or approved equivalent
0
21 -do - as above but 2 x 24W + 2 x QR 111 Concealed type CFL fixtures Artlite Cat No. RL 2603 or approved equivalent
48 Nos
22 -do - as above but 2 x 28W T5 lamp Concealed type CFL fixtures Artlite Cat No. RL 2565 or approved equivalent
263 Nos
23 -do- as above but track light system with necessary connectors, flexible track, 1 nos par 30 lamp spot light fixtures per 1 meter complete - Artlite cat nos RL - 0301 for 0302 for track light and accessories and RL - 0247 for fixture or approved equivalent
0 Nos
24 -do- as above but track light system with necessary connectors, flexible track, 1 nos par 30 lamp spot light fixtures per 1 meter complete - Artlite cat nos RL - 0301 for 0302 for track light and accessories and RL - 0239 for fixture or approved equivalent
0 Nos
25 -do - continuous LED cove lights with transformer etc complete of colour shade approved by architect- Artlite RL 11351 / T or approved equivalent
3410 Rmtr.
26 do suspended light fixtures with QR CB 51 lamps - Artlite RL 3256 or approved equivalent.
103 Nos
RFP for SELECTION OF FACILITY MANAGEMENT SERVICE PROVIDER FOR MANTRALAYA MAHANADI BHAWAN, CCIID, RAJDHANI SAROVAR, BUILDINGS AND ITS CAMPUS AT NAYA RAIPUR, CHHATTISGARH.
21
Sl. No. Equipment Description Capacity/Size Make Quantity
UNIT SSB
27 False ceiling mounted bottom openable type 2 x 36 W CFL flameproof fixture - Sudhir / FCI / Explosion proof makes
0
28 Surface mounted 2 x 18W CFL fixture- Artlite Cat No. RL 2802 or approved equivalent
678 Nos
29 Surface mounted 150W metal halide integral type fixture at 5 mtr height - Artlite cat no RL 2801 or approved equivalent
0 Nos
30 Surface mounted type 1 x 36 w FTL box type fixture Philips make cat No. TKC 203 / 136 HF or approved equivalent
173 Nos
31 Surface mounted type 2 x 36 w FTL box type fixture Philips make cat No. TKC 203 / 236 HF or approved equivalent
110 Nos
32 Surface mounted type 2 x 36 w FTL acrylic cover fixture Philips make cat No. 097 / 236 HF or approved equivalent
327 Nos
33 Surface mounted type 1 x 9W CFL bulkhead fixtures Philips FXC101/9W or approved equivalent
0 Nos
34 Surface mounted type Par 20 lamp type up & down light fixture artlite cat no RL 4116 or approved equivalent
20 Nos
35 Concealed mounted 2 x 36 W Concealed type CFL fixture Atrlite RL 2562 or approved equivalent
1444 Nos
36 1200 mm dia ceiling fan - Crompton high speed with double ball bearing &white colour ( Supply including )
800 Nos
37 300 mm dia exhaust fan of PVC body with louvers. Usha make - Lexus model or approved equivalent ( Supply including )
125 NOS
38 SITC of pole mounted fixtures 70W sodium vapor lamp IP65 including pole Philips cat No Adonis CPP725 or approved equivalent
3 Nos
39 SITC of Outdoor Ground burial outdoor type 12V/50W Artlite cat no. RL 4206 or approved equivalent
206 Nos
40 SITC of Brick lights 1 x 10W Artlite cat no. RL 4121 or approved equivalent
291 Nos
41 SITC of Brick lights 1 x 18W Artlite cat no. RL 4120 or approved equivalent
0 Nos
42 SITC of LED lamp type aviation light with mounting accessories of 3 mtr max height and control box having auto timer with day light sensor and flickering circuit meeting parameters of AAI with necessary whether proof housing for control gears etc. - Artlite cat No. SPRL 0345
1 No
43 Bollards 15W CFL Artlite cat no. RL 4303 or approved equivalent
Nos
44 Outdoor Spot light 70W Metal halide of IP65 Artlite cat no. RL 4230 .
Nos
45 Outdoor Spot light 150W Metal halide of IP65 Artlite cat no. RL 4240.
Nos
46 Ground burial up lighter for Drive-over 70W metal halide lamp Artlite cat no.RL 4002.
Nos
47 1 x QT12 lamp Ground burials for Drive-over Artlite Cat No. RL 4009.
Nos
48 250W metal halide high bay fixture of IP 54 category with glass cover and integral ballast. - Philips HPK225 HPI 250 NB.
Nos
RFP for SELECTION OF FACILITY MANAGEMENT SERVICE PROVIDER FOR MANTRALAYA MAHANADI BHAWAN, CCIID, RAJDHANI SAROVAR, BUILDINGS AND ITS CAMPUS AT NAYA RAIPUR, CHHATTISGARH.
22
Sl. No. Equipment Description Capacity/Size Make Quantity
UNIT SSB
49 12v/50W gun metal / ss body type water body lights - Philips NHG 10.
0 Nos
50 LED lamp type aviation light with mounting accessories of 3 mtr max height and control box having auto timer with day light sensor and flickering circuit meeting parameters of AAI with necessary whether proof housing for control gears etc. - Artl
Nos
51 GI / Al floor raceway vertical access junction box of 300 x 200 x 50 mm equivalent to MK make - Cat no EVB 250/2
Nos
52 GI / Al floor raceway outlet junction box of 250 x 250 x 60 mm approved equivalent to MK make - Cat no ESB 250/3/1
Nos
53 GI / Al floor raceway cross over junction box of 250 x 250 x 60 mm approved equivalent to MK make - Cat no EJB 250/3
Nos
54 Point wiring with 1.5 sq mm x 2 + 1.0 sq mm x 1 nos wires from modular switches to light outlet in concealed manner including ZHFR grade wires with LHSFT grade ISI PVC conduit of 25 mm diameter 1.6-2.0 mm thickness. Mains of 2.5 sq mm x 3 nos wires from D.B. to switchboard.
54.1 One light point controlled by one single way 6 A switch. 2600 Nos
54.2 -do- as 7.1 but looped from above. 4200 Nos
54.3 -do- as item 7.1 but two way point to be done with 2 nos 6A two way switches
40 Nos
54.4 -do- as 7.3 but looped from above. 0 Nos
54.5 One light point controlled by MCB directly. Cost of MCB shall be a part of the distribution board cost
200 Nos
54.6 -do- as 7.5 but looped from above. 1000 Nos
54.7 One fan outlet point controlled by one 6 A switch and step type electronic regulator.
239 Nos
54.8 One 6 A x 5 pin 230 Volt socket outlet point controlled by one 6 A switch located on switch board.
1450 Nos
54.9 6 A x 230 Volt 5 pin socket outlet point controlled by 6 A switch at convenient location including box plate etc complete to be done with 2.5 sq mm ckt from D.B.
600 Nos
54.10 6 A x 230 Volt 5 pin socket outlet point controlled by 6 A switch at convenient location including box plate etc complete to be done with 1.5 sq mm ckt looped from main plug point or lighting SB.
3000 Nos
54.11 6 A x 230 Volt 5 pin socket outlet point controlled by 6 A switch with switch and socket at different locations including box plate etc complete to be done with 2.5 sq mm ckt from D.B.
125 Nos
54.12 3 nos 6 A x 230 Volt 5 pin socket outlet point controlled by 1 nos 10/16A switch at convenient location including box, plate complete to be done with 2.5 sq mm ckt from D.B. (Major qty of the same is for computer outlets and major wiring shall be
2000 Nos
RFP for SELECTION OF FACILITY MANAGEMENT SERVICE PROVIDER FOR MANTRALAYA MAHANADI BHAWAN, CCIID, RAJDHANI SAROVAR, BUILDINGS AND ITS CAMPUS AT NAYA RAIPUR, CHHATTISGARH.
23
Sl. No. Equipment Description Capacity/Size Make Quantity
UNIT SSB
done through raceways - cost of raceways not part of the point rate. Flexible steel reinforced PVC conduit shall be used for part of wiring in furniture)
54.13 -do- as above but looped from 7.12 with 1.5 sq mm wire ckt 4000 Nos 54.14 1 nos 6/16A x 230 Volt 5 pin socket outlet point with 16 A
switch with box and plate complete to be done with 4.0 sq mm wire ckt from D.B. complete.
250 Nos
54.15 1 nos 6/16A x 230 Volt 5 pin socket outlet point with 16 A switch with box and plate complete to be done with 2.5 sq mm wire ckt from D.B. complete.
250 Nos
54.16 -do- as above but looped with 2.5 sq mm ckt from sockets in item 7.14 and 7.15
250 Nos
54.17 bell point with bell switch and buzzer at different location to be done with 1.5 sq mm ckt looped from lighting SB.
250 Nos
54.18 25 mm dia. rigid LHSFT category ISI marked PVC conduit of 2.0 mm wall thickness with all accessories complete with GI fish wire.
5000 Nos
54.19 MAINS : - for three phase sockets / D.B. to D.B. / panel to UPS and UPS to UPS DB
0 Nos
54.20 2 x 2.5 sq mm + 1 x 2.5 sq mm HFFR copper flexible wires in and including 25 mm dia rigid PVC conduit of LHSFT grade with wall thickness of 2.0 mm
0 Nos
54.21 4 x 4 sq mm + 1 x 2.5 sq mm HFFR copper flexible wires in and including 25 mm dia rigid PVC conduit of LHSFT grade with wall thickness of 2.0 mm
0 Nos
54.22 2 x 4 sq mm + 1 x 2.5 sq mm HFFR copper flexible wires in and including 25 mm dia rigid PVC conduit of LHSFT grade with wall thickness of 2.0 mm
0 Nos
54.23 4 x 6 sq mm + 1 x 4 sq mm HFFR copper flexible wires in and including 32 mm dia rigid PVC conduit of LHSFT grade with wall thickness of 2.0 mm
0 Nos
54.24 4 x 10 sq mm + 2 x 4 sq mm HFFR copper flexible wires in and including 32 mm dia rigid PVC conduit of LHSFT grade with wall thickness of 2.0 mm
0 Nos
54.25 4 x 25 sq mm + 2 x 10 sq mm HFFR copper flexible wires in and including 40 mm dia rigid PVC conduit of LHSFT grade with wall thickness of 2.0 mm
0 Nos
55 20 pair telephone tag block. 0 Nos
56 10 pair telephone tag block. 0 Nos
57 5 pair telephone tag block. 0 Nos
58 100 pair telephone tag block. 51 Nos
59 50 pair telephone tag block. 20 Nos
60 200 pair 0.5 mm dia jelly filled armored telephone cable 3500 rmt 61 100 pair 0.5 mm dia jelly filled armoured telephone cable 5000 rmt 62 50 pair 0.5 mm dia jelly filled armoured telephone cable 3000 rmt 63 20 pair 0.5 mm dia jelly filled armoured telephone cable 0 rmt 64 10 pair 0.5 mm dia jelly filled armoured telephone cable 0 rmt 65 5 pair 0.5 mm dia jelly filled armoured telephone cable 0 rmt 66 Cat 6 computer wire inprelaid conduit/ raceway for data and 250000 rmt
RFP for SELECTION OF FACILITY MANAGEMENT SERVICE PROVIDER FOR MANTRALAYA MAHANADI BHAWAN, CCIID, RAJDHANI SAROVAR, BUILDINGS AND ITS CAMPUS AT NAYA RAIPUR, CHHATTISGARH.
24
Sl. No. Equipment Description Capacity/Size Make Quantity
UNIT SSB
voice 67 RJ11 coaxial T.V. wire in prelaid conduit Bhansali 4000 rmt 68 RG6 coaxial T.V. wire in prelaid conduit Bhansali 0 rmt 69 1 sq mm x 4 core shielded wire in prelaid conduit 0 rmt 70 RJ 11 telephone jack type socket with box and plate
complete. 2400 Nos
71 RJ 45 computer jack (Avaya make) type socket with box and plate complete.
2400 Nos
72 Television coaxial type socket with box and plate complete. 0 Nos 73 GI / Al floor raceway of 100 x 38 mm of 1.6 mm thickness
MK UMDX 100/1/6 or approved equivalent MK 16500 rmt
74 GI / Al floor raceway vertical access junction box of 300 x 200 x 50 mm equivalent to MK make - Cat no EVB 250/2
MK 200 Nos
75 GI / Al floor raceway outlet junction box of 250 x 250 x 60 mm approved equivalent to MK make - Cat no ESB 250/3/1
MK 1800 Nos
76 GI / Al floor raceway cross over junction box of 250 x 250 x 60 mm approved equivalent to MK make - Cat no EJB 250/3
MK 400 Nos
77 Telephone instruments Analog / SLT Push button Telephones with DTMF / FSK Alpha Numeric Caller ID Facility (point 7 (c ) - kxts 500 of Panasonic or approved equivalent
2400 Nos
78 UPS as per specification of tender - 10 KVA 0 Nos 79 25 mm dia 1.6G M.S. conduit with ISI marking with all
accessories complete. Rmt
80 32 mm dia 2mm thick PVC conduit. AKG Rmt
81 100 mm dia 1.6 KG pressure PVC conduit. AKG Rmt
82 Floodlight NEOS 3 (IP-66) consisting of two parts made of painted, die cast Aluminium alloy. suitable 250W MH Lamp. FARIO pole with 360 Degree FARIO RING BRACKET:
Nos
83 10 mtr above ground, seamless conical tapering GI poles with two seamless conical tapering inclined GI bracket (1.5 mtr long at 9mtr with rear projection & 0.25 mtr long at 6mtr height without rear projection respectively) of approved shape & suitable for mounting of 250W & 150W fixtures with loop in loop out connector (bakelite connector of 15A) and twin connectors along with 2# MCB's for fixtures.
Nos
84 Note Luminaires specification to be read in conjunction with Item no. 12.7
85 7 mtr above ground, seamless conical tapering GI poles with single seamless conical tapering GI 1.5 mtr long bracket of approved shape & suitable for mounting of 150W fixture junction box with loop in loop out connector (bakelite connector of 15A) and MCB for fixture.
Nos
Note Luminaires specification to be read in conjunction with Item no. 12.7
RFP for SELECTION OF FACILITY MANAGEMENT SERVICE PROVIDER FOR MANTRALAYA MAHANADI BHAWAN, CCIID, RAJDHANI SAROVAR, BUILDINGS AND ITS CAMPUS AT NAYA RAIPUR, CHHATTISGARH.
25
Sl. No. Equipment Description Capacity/Size Make Quantity
UNIT SSB
86 4.5 mtr above ground, seamless straight GI poles with single seamless conical tapering inclined GI 0.25 mtr long bracket without rear projection of approved shape & suitable for mounting of 70W fixture. junction box with loop in loop out connector (bakelite connector of 15A) and MCB for fixture.
Nos
Note Luminaires specification to be read in conjunction with Item no. 12.7
87 Spiral earthing using 8SWG 'GI' wire for street light pole. 'GI' wire buried to a minimum depth 1.5m. With excavation, refilling and connecting GI wire to pole using GI bolt and nut complete
Nos
88 3 nos 1.5 sq mm Cu flexible FRLS wires in flexible conduit from junction box on poles to fixture
Rmt
Standard light fittings and lighting accessories including lamp.
89 SITC of pole mounted fixtures 250W sodium vapor lamp IP66 including control gear box with lamp, Philips cat No CGP431 C SON-T250W 240V 50Hz OR FG GR S or approved equivalent
Nos
90 SITC of pole mounted fixtures 150W sodium vapor lamp IP66 including control gear box with lamp , Philips cat No CGP431 C SON-T150W 240V 50Hz OR FG GR S or approved equivalent
Nos
91 SITC of pole mounted fixtures 70W sodium vapor lamp IP66 including control gear box with lamp, Philips cat No CGP431 C SON-T70W 240V 50Hz OR FG GR S or approved equivalent
Nos
92 SITC of LED Bollards 3W white colour Philips cat No. BCP 655 or approved equivalent
Nos
93 SITC of MR11 12v/35W Outdoor planter lights - Artlite cat no. RL 4216 or approved equivalent
Nos
94 SITC of Floor mounted 1 x3 W LED ROPE type Floor lights - Artlite cat no. RL NEO-NEON152 or approved equivalent
Nos
95 CABLES
95.1 400 sq mm x 3.5 C AYFY cable Polycab rmt 1370 Rmt.
95.2 300 sq mm x 3.5 C Polycab rmt 4065 Rmt.
95.3 240 sq mm x 3.5 C Polycab rmt 500 Rmt.
95.4 185 sq mmx 3.5 C Polycab rmt 1370 Rmt.
95.5 150 sq mm x 3.5 C Polycab rmt 2300 Rmt.
95.6 120 sq mm x 3.5 C Polycab rmt 1360 Rmt.
95.7 95 sq mm x 3.5 C Polycab rmt 504 Rmt.
95.8 70 sq mm x 3.5 C Polycab rmt 950 Rmt.
95.9 50 sq mm x 3.5 C Polycab rmt 504 Rmt.
95.10 35 sq mm x 3.5 C Polycab rmt 3000 Rmt.
95.11 25 sq mm x 4 C Polycab rmt 2200 Rmt.
RFP for SELECTION OF FACILITY MANAGEMENT SERVICE PROVIDER FOR MANTRALAYA MAHANADI BHAWAN, CCIID, RAJDHANI SAROVAR, BUILDINGS AND ITS CAMPUS AT NAYA RAIPUR, CHHATTISGARH.
26
Sl. No. Equipment Description Capacity/Size Make Quantity
UNIT SSB
95.12 16 sq mm x 4 C Polycab rmt 7250 Rmt.
95.13 10 sq mm x 4 C Polycab rmt 0 Rmt.
95.14 50 sq mm x 4 C Polycab rmt 0 Rmt.
95.15 35 sq mm x 4 C Polycab rmt 0 Rmt.
95.16 25 sq mm x 3 C Polycab rmt 0 Rmt.
95.17 16 sq mm x 4 C Polycab rmt 0 Rmt.
95.18 10 sq mm x 4 C Polycab rmt 0 Rmt.
95.19 6 sq mm x 4 C Polycab rmt 9250 Rmt.
95.20 4 sq mm x 4 C Polycab rmt 0 Rmt.
95.21 2.5 sq mm x 4 C Polycab rmt 0 Rmt.
95.22 1.5 sq mm x 3 C Polycab rmt 65000 Rmt.
95.23 1.5 sq mm x 12 C Polycab rmt 0 Rmt.
95.24 240 sq mm x 3 C 33 KV HT XLPE (E) cable Polycab rmt 1500 Rmt.
RFP for SELECTION OF FACILITY MANAGEMENT SERVICE PROVIDER FOR MANTRALAYA MAHANADI BHAWAN, CCIID, RAJDHANI SAROVAR, BUILDINGS AND ITS CAMPUS AT NAYA RAIPUR, CHHATTISGARH.
27
APPENDIX– D3 INVENTORY FOR LV SYSTEM CCTV SYSTEM
CAMERA VIDEO STREAMER CAMERA POWER SUPPLY 24 PORT SWITCH MAKE QTY UNIT MAKE QTY UNIT MAKE QTY UNIT MAKE QTY UNIT
MINISTER GROUND Honeywell 5 NOS AXIS 5 NOS LOCAL 5 NOS D-LINK 1 NOS FIRST Honeywell 2 NOS AXIS 2 NOS LOCAL 2 NOS 0 SECOND Honeywell 2 NOS AXIS 2 NOS LOCAL 2 NOS 0 THIRD Honeywell 2 NOS AXIS 2 NOS LOCAL 2 NOS 0 FOURTH Honeywell 2 NOS AXIS 2 NOS LOCAL 2 NOS 0 FIFTH Honeywell 4 NOS AXIS 4 NOS LOCAL 4 NOS 0 SECRETARY GROUND Honeywell 6 NOS AXIS 6 NOS LOCAL 6 NOS D-LINK 1 NOS FIRST Honeywell 4 NOS AXIS 4 NOS LOCAL 4 NOS 0 SECOND Honeywell 3 NOS AXIS 3 NOS LOCAL 3 NOS 0 THIRD Honeywell 5 NOS AXIS 5 NOS LOCAL 5 NOS 0 FOURTH Honeywell 4 NOS AXIS 4 NOS LOCAL 4 NOS 0 SECTION GROUND Honeywell 9 NOS AXIS 9 NOS LOCAL 9 NOS D-LINK 1 NOS FIRST Honeywell 9 NOS AXIS 9 NOS LOCAL 9 NOS 0 SECOND Honeywell 9 NOS AXIS 9 NOS LOCAL 9 NOS 0 THIRD Honeywell 9 NOS AXIS 9 NOS LOCAL 9 NOS 0 ANCILLARY A GROUND Honeywell 2 NOS AXIS 2 NOS LOCAL 2 NOS D-LINK 1 NOS FIRST Honeywell 2 NOS AXIS 2 NOS LOCAL 2 NOS 0 SECOND Honeywell 1 NOS AXIS 1 NOS LOCAL 1 NOS 0 ANCILLARY B GROUND Honeywell 2 NOS AXIS 2 NOS LOCAL 2 NOS D-LINK 1 NOS FIRST Honeywell 1 NOS AXIS 1 NOS LOCAL 1 NOS 0 SECOND Honeywell 1 NOS AXIS 1 NOS LOCAL 1 NOS 0 TOTAL NUMBER OF CAMERAS 84 NOS 84 NOS 84 NOS 5 NOS
RFP for SELECTION OF FACILITY MANAGEMENT SERVICE PROVIDER FOR MANTRALAYA MAHANADI BHAWAN, CCIID, RAJDHANI SAROVAR, BUILDINGS AND ITS CAMPUS AT NAYA RAIPUR, CHHATTISGARH.
28
DATA BASE SERVER (DVM) CAMERA SERVER (DVM) NETWORK ATTACHED STORAGE (NAS) MAKE QTY UNIT MAKE QTY UNIT MAKE QTY UNIT
MINISTER GROUND 0 0 0 FIRST 0 0 0 SECOND 0 0 0 THIRD 0 0 0 FOURTH 0 0 0 FIFTH 0 0 0 0 0 SECRETARY GROUND 0 0 0 FIRST 0 0 0 SECOND 0 0 0 THIRD 0 0 0 FOURTH 0 0 0 0 0 SECTION GROUND 0 0 0 FIRST 0 0 0 SECOND 0 0 0 THIRD 0 0 0 0 0 ANCILLARY A GROUND 0 0 0 FIRST 0 0 0 SECOND DELL 1 NOS DELL 6 Nos DELL 1 NOS ANCILLARY B GROUND 0 0 0 FIRST 0 0 0 SECOND 0 0 0 TOTAL NUMBER OF CAMERAS 1 NOS 6 NOS 1 NOS
RFP for SELECTION OF FACILITY MANAGEMENT SERVICE PROVIDER FOR MANTRALAYA MAHANADI BHAWAN, CCIID, RAJDHANI SAROVAR, BUILDINGS AND ITS CAMPUS AT NAYA RAIPUR, CHHATTISGARH.
29
APPENDIX– D4
SL. No LOCATION PARTICULARS Make MOTOR KW (Each)
QTY SSB Units TOTAL KW
PLANT ROOM Equipments
Capacity
1 CHILLERS - 325 TR ( 3# working + 1 Standby)
CHILLERS - 325 TR ( 3# working + 1 Standby) Carrier 300.00 4 Nos 1200.00
2 PRIMARY CHILLED WATER PUMPS ( 3# working + 1 Standby)
PRIMARY CHILLED WATER PUMPS ( 3# working + 1 Standby)
Armstrong 18.50 4 Nos 74.00
3 SECONDARY CHILLED WATER PUMPS ( 3# working + 1 Standby)
SECONDARY CHILLED WATER PUMPS ( 3# working + 1 Standby)
Armstrong 37.00 4 Nos 148.00
4 COOLING TOWERS ( 3# working + 1 Standby)
COOLING TOWERS ( 3# working + 1 Standby) Mihir 9.30 4 Nos 37.20
5 COOLING/CONDENSER WATER PUMPS ( 3# working + 1 Standby)
COOLING/CONDENSER WATER PUMPS ( 3# working + 1 Standby)
Armstrong 30.00 4 Nos 120.00
Plant Room PEC Unit (Direct Expansion Air Cooled) including all
accessories - For Control Room & Server Room : Slutz 4 Nos
plant Room Plate Heat Exchanger : Primary Side Brine O/I Temp-4.5°/11.5° C(955),Secondary Side Water O/I Temp - 6°/13° C(880), Primary Side Brine - 955 USGPM,Secondary Side Water - 880 USGPM
Alfa Laval
3 Nos
SUB TOTAL - PLANT ROOM (3 PHASE)
1579.20
Plant Room 1 CHILLERS - 275 TR ( 2# working + 1 Standby) Carrier 250.00 Nos 750.00
2 PRIMARY CHILLED WATER PUMPS ( 2# working + 1 Standby)
Armstrong 11.00 Nos 33.00
3 SECONDARY CHILLED WATER PUMPS ( 2# working + 1 Armstrong 30.00 Nos 90.00
RFP for SELECTION OF FACILITY MANAGEMENT SERVICE PROVIDER FOR MANTRALAYA MAHANADI BHAWAN, CCIID, RAJDHANI SAROVAR, BUILDINGS AND ITS CAMPUS AT NAYA RAIPUR, CHHATTISGARH.
30
SL. No LOCATION PARTICULARS Make MOTOR KW (Each)
QTY SSB Units TOTAL KW
Standby)
4 COOLING TOWERS ( 2# working + 1 Standby) 7.50 Nos 22.50
5 COOLING WATER PUMPS ( 2# working + 1 Standby) Armstrong 30.00 Nos 90.00 6 PLANTROOM VENTILATION FANS Nicotra 2.20 Nos 8.80 SUB TOTAL - PLANT ROOM (3 PHASE) Thermal Storage Tank Syatem of Capacity - 2000TRH Nos 3 PH Total 994.30
Lobby-3 Multi Stage Evaporative Cooling Units for General Ventilation for Lobby-3
HMX 12500 CFM 2 Nos
MINISTERS BLOCK
A.C. AREAS AHUs 1 GROUND FLOOR MIN/GR/S1/H-FLR/AHU-01/7.63TR/4630 CFM Blue Star 2.20 1 No 2.20
2 FIRST FLOOR MIN/1st/S1/H-FLR/AHU-01/24.93TR/14475CFM (WITH VFD )
Blue Star 7.50 1 No 7.50
3 MIN/1st/S2/H-FLR/AHU-02/22.62TR/12828CFM (WITH VFD )
Blue Star 5.50 1 No 5.50
4 MIN/1st/S3/H-FLR/AHU-03/29.06TR/15835CFM (WITH VFD )
Blue Star 7.50 1 No 7.50
5 SECOND FLOOR MIN/2nd/S1/H-FLR/AHU-01/24.93TR/14475CFM (WITH VFD )
Blue Star 7.50 1 No 7.50
6 MIN/2nd/S2/H-FLR/AHU-02/22.62TR/12828CFM (WITH VFD )
Blue Star 5.50 1 No 5.50
7 MIN/2nd/S3/H-FLR/AHU-03/20.59TR/11440CFM (WITH VFD )
Blue Star 5.50 1 No 5.50
8 THIRD FLOOR MIN/3rd/S1/H-FLR/AHU-01/24.93TR/14475CFM (WITH VFD )
Blue Star 7.50 1 No 7.50
9 MIN/3rd/S2/H-FLR/AHU-02/22.62TR/12828CFM (WITH VFD )
Blue Star 5.50 1 No 5.50
10 MIN/3rd/S3/H-FLR/AHU-03/20.59TR/11440CFM (WITH VFD )
Blue Star 5.50 1 No 5.50
RFP for SELECTION OF FACILITY MANAGEMENT SERVICE PROVIDER FOR MANTRALAYA MAHANADI BHAWAN, CCIID, RAJDHANI SAROVAR, BUILDINGS AND ITS CAMPUS AT NAYA RAIPUR, CHHATTISGARH.
31
SL. No LOCATION PARTICULARS Make MOTOR KW (Each)
QTY SSB Units TOTAL KW
11 FOURTH FLOOR MIN/4th/S1/H-FLR/AHU-01/24.94TR/14475CFM (WITH VFD )
Blue Star 7.50 1 No 7.50
12 MIN/4th/S2/H-FLR/AHU-02/22.62TR/12828CFM (WITH VFD )
Blue Star 5.50 1 No 5.50
13 MIN/4th/S3/H-FLR/AHU-03/20.59TR/11440CFM (WITH VFD )
Blue Star 5.50 1 No 5.50
14 FIFTH FLOOR MIN/5th/S1/H-FLR/AHU-01/9.16TR/5495CFM (WITH VFD ) Blue Star 3.70 1 No 3.70
15 MIN/5th/S1/H-FLR/AHU-02/16.16TR/9825CFM (WITH VFD ) Blue Star 5.50 1 No 5.50 16 MIN/5th/S1/H-FLR/AHU-03/5.34TR/2920CFM Blue Star 2.20 1 No 2.20 17 MIN/5th/S1/H-FLR/AHU-04/17.13TR/9805CFM Blue Star 5.50 1 No 5.50 18 MIN/5th/S1/H-FLR/AHU-05/20.8TR/11195CFM (WITH VFD ) Blue Star 5.50 1 No 5.50 19 MIN/5th/S1/H-FLR/AHU-06/8.86TR/4891CFM Blue Star 3.70 1 No 3.70
20 MIN/5th/S1/H-FLR/AHU-07/28.96TR/16790CFM (WITH VFD )
Blue Star 7.50 1 No 7.50
VENTILATED AREAS
Ex. Fans/ pressurized Fans
21 PANTRY Nicotra 1 No 0.00 PRESSURISED AREAS
22 STAIRCASE-1_ 11800 CFM, 40mm St. Pr. Nicotra 5.50 1 No 5.50 23 STAIRCASE-2_ 11800 CFM, 40mm St. Pr. Nicotra 5.50 1 No 5.50
SUB TOTAL - MINISTER'S BLOCK (3 PHASE) 122.80
SUB TOTAL - MINISTER'S BLOCK (1 PHASE) 0.00 SECRETARIES BLOCK
A.C AREAS AHUs 1 GROUND FLOOR SEC/GR/S1/H-FLR/AHU-01/18.9TR/11185 CFM (with VFD) Blue Star 5.50 1 No 5.50
2 SEC/GR/S2/H-FLR/AHU-02/25.2TR/13752CFM (with VFD) Blue Star 7.50 1 No 7.50
3 SEC/GR/S3/H-FLR/AHU-03/21.20TR/12862CFM (with VFD) Blue Star 7.50 1 No 7.50
4 SEC/GR/S4/H-FLR/AHU-04/18.1TR/10928CFM (with VFD) Blue Star 5.50 1 No 5.50
RFP for SELECTION OF FACILITY MANAGEMENT SERVICE PROVIDER FOR MANTRALAYA MAHANADI BHAWAN, CCIID, RAJDHANI SAROVAR, BUILDINGS AND ITS CAMPUS AT NAYA RAIPUR, CHHATTISGARH.
32
SL. No LOCATION PARTICULARS Make MOTOR KW (Each)
QTY SSB Units TOTAL KW
5 FIRST FLOOR SEC/1ST/S1/H-FLR/AHU-01/18.89TR/11184CFM (with VFD)
Blue Star 5.50 1 No 5.50
6 SEC/1ST/S2/H-FLR/AHU-02/19.03TR/10915CFM (with VFD)
Blue Star 5.50 1 No 5.50
7 SEC/1ST/S3/H-FLR/AHU-03/20.68 TR/12856CFM (with VFD)
Blue Star 7.50 1 No 7.50
8 SEC/1ST/S4/H-FLR/AHU-04/17.97TR/10928CFM (with VFD)
Blue Star 5.50 1 No 5.50
9 SECOND FLOOR SEC/2nd/S1/H-FLR/AHU-01/18.25TR/11184CFM (with VFD) Blue Star 5.50 1 No 5.50
10 SEC/2nd/S2/H-FLR/AHU-02/23.04TR/12014CFM (with VFD) Blue Star 5.50 1 No 5.50
11 SEC/2nd/S3/H-FLR/AHU-03/20.70TR/12856CFM (with VFD) Blue Star 7.50 1 No 7.50
12 SEC/2nd/S4/H-FLR/AHU-04/18.56TR/10928CFM (with VFD) Blue Star 5.50 1 No 5.50 13 THIRD FLOOR SEC/3rd/S1/H-FLR/AHU-01/18.23TR/11184CFM (with VFD) Blue Star 5.50 1 No 5.50
14 SEC/3rd/S2/H-FLR/AHU-02/15.71TR/9918CFM (with VFD) Blue Star 5.50 1 No 5.50
15 SEC/3rd/S3/H-FLR/AHU-03/20.68TR/12856CFM (with VFD) Blue Star 7.50 1 No 7.50
16 SEC/3rd/S4/H-FLR/AHU-04/18.58TR/10928CFM (with VFD) Blue Star 5.50 1 No 5.50 17 FOURTH FLOOR SEC/4th/S1/H-FLR/AHU-01/13.7TR/8092CFM (with VFD) Blue Star 3.70 1 No 3.70
18 SEC/4th/S2/H-FLR/AHU-02/7.35TR/4400CFM (with VFD) Blue Star 2.20 1 No 2.20
19 SEC/4th/S3/H-FLR/AHU-03/22.15TR/13241CFM (with VFD) Blue Star 7.50 1 No 7.50
20 SEC/4th/S4/H-FLR/AHU-04/14.78TR/8125CFM (with VFD) Blue Star 3.70 1 No 3.70 21 SEC/4th/S2/H-FLR/AHU-05/9.91TR/5436CFM 3.70 1 No 3.70 VENTILATED AREAS
Ex. Fans
22 MAIN KITCHEN EX. FAN - 11,200 CFM @ 50 mm SP Nicotra 5.50 1 No 5.50
23 MAIN KITCHEN F.A. FAN - 10,000 CFM @ 40 mm SP Nicotra 5.50 1 No 5.50 24 GENTS TOILET EX. FANS - 1,000cfm Nicotra 0.37 5 Nos 1.85 25 LADIES & PH HANDI TOILET EX. FANS - 800 cfm Nicotra 0.37 5 Nos 1.85
PRESSURISED pressurised Fans
RFP for SELECTION OF FACILITY MANAGEMENT SERVICE PROVIDER FOR MANTRALAYA MAHANADI BHAWAN, CCIID, RAJDHANI SAROVAR, BUILDINGS AND ITS CAMPUS AT NAYA RAIPUR, CHHATTISGARH.
33
SL. No LOCATION PARTICULARS Make MOTOR KW (Each)
QTY SSB Units TOTAL KW
AREAS
26 STAIRCASE-1_ 10000 CFM, 40mm St. Pr. Nicotra 3.00 1 No 3.00 27 STAIRCASE-2_10000 CFM, 40mm St. Pr. Nicotra 3.00 1 No 3.00 28 STAIRCASE-3_10000 CFM, 40mm St. Pr. Nicotra 3.00 1 No 3.00
SUB TOTAL - SECRETARIES BLOCK (3 PHASE) 138.80
SUB TOTAL - SECRETARIES BLOCK (1 PHASE) 3.70
SECTIONS BLOCK
A.C AREAS AHUs 1 GROUND FLOOR SECTN/GR/S1/H-FLR/AHU-01/30.63TR/15197 CFM Blue Star 7.50 1 No 7.50
2 SECTN/GR/S2/H-FLR/AHU-02/44.84TR/22118 CFM Blue Star 11.00 1 No 11.00
3 SECTN/GR/S3/H-FLR/AHU-03/31.91TR/15758 CFM Blue Star 7.50 1 No 7.50
4 SECTN/GR/S4/H-FLR/AHU-04/30.65TR/15200CFM Blue Star 7.50 1 No 7.50 5 FIRST FLOOR SECTN/1F/S1/H-FLR/AHU-01/30.63TR/15197 CFM Blue Star 7.50 1 No 7.50
6 SECTN/1F/S2/H-FLR/AHU-02/44.98TR/22200 CFM Blue Star 11.00 1 No 11.00
7 SECTN/1F/S3/H-FLR/AHU-03/32.19TR/15922CFM Blue Star 7.50 1 No 7.50
8 SECTN/1F/S4/H-FLR/AHU-04/30.65TR/15200CFM Blue Star 7.50 1 No 7.50 9 SECOND FLOOR SECTN/2F/S1/H-FLR/AHU-01/30.76TR/15276 CFM Blue Star 7.50 1 No 7.50 10 SECTN/2F/S2/H-FLR/AHU-02/44.16TR/21807 CFM Blue Star 11.00 1 No 11.00 11 SECTN/N2F/S3/H-FLR/AHU-03/30.28TR/14974CFM Blue Star 7.50 1 No 7.50 12 SECTN/1F/S4/H-FLR/AHU-04/30.78TR/15279CFM Blue Star 7.50 1 No 7.50 13 THIRD FLOOR SECTN/3F/S1/H-FLR/AHU-01/33.83TR/17207 CFM Blue Star 7.50 1 No 7.50
14 SECTN/3F/S2/H-FLR/AHU-02/49.9TR/25256CFM Blue Star 11.00 1 No 11.00
15 SECTN/3F/S3/H-FLR/AHU-03/34.15TR/17297CFM Blue Star 7.50 1 No 7.50
16 SECTN/3F/S4/H-FLR/AHU-04/33.66TR/17103CFM Blue Star 7.50 1 No 7.50 VENTILATED AREAS
Ex. Fans
RFP for SELECTION OF FACILITY MANAGEMENT SERVICE PROVIDER FOR MANTRALAYA MAHANADI BHAWAN, CCIID, RAJDHANI SAROVAR, BUILDINGS AND ITS CAMPUS AT NAYA RAIPUR, CHHATTISGARH.
34
SL. No LOCATION PARTICULARS Make MOTOR KW (Each)
QTY SSB Units TOTAL KW
17 GENTS TOILET EX. FANS - 2,000 CFM Nicotra 0.55 4 Nos 2.20 18 LADIES & PH HANDI TOILET EX. FANS - 1,200 CFM Nicotra 0.37 4 Nos 1.48 PRESSURISED AREAS
pressurised Fans
19 STAIRCASE-1_8400 CFM, 40mm St. Pr. Nicotra 3.00 1 No 3.00 20 STAIRCASE-2_8400 CFM, 40mm St. Pr. Nicotra 3.00 1 No 3.00 21 STAIRCASE-3_8400 CFM, 40mm St. Pr. Nicotra 3.00 1 No 3.00 22 STAIRCASE-4_8400 CFM, 40mm St. Pr. Nicotra 3.00 1 No 3.00 23 STAIRCASE-5_8400 CFM, 40mm St. Pr. Nicotra 3.00 1 No 3.00
SUB TOTAL - SECTIONS BLOCK (3 PHASE) 149.00
SUB TOTAL - SECTIONS BLOCK (1 PHASE) 3.68
ANCILLARY FACILITIES 'A'
A.C AREAS CSUs 1 GROUND FLOOR ANC-A/GF/H-FLR/AHU-01/14.03TR/7660CFM Bluestar 3.70 1 No 3.70 2 Cabin-01 (U3b) - ANC-A/GF/FCU-01/1.5TR/800CFM Bluestar 1 No 0.00 3 FIRST FLOOR ANC-A/1F/H-FLR/AHU-01/36.11TR/18034CFM Blue Star 11.00 1 No 11.00 4 ANC-A/1F/CSU-02/6.05TR/3310CFM Blue Star 2.20 1 No 2.20 5 ANC-A/1F/CSU-03/3.14TR/1500CFM Blue Star 1.10 1 No 1.10 6 ANC-A/1F/CSU-04/2.72TR/1400CFM Blue Star 1.10 1 No 1.10 7 SECOND FLOOR ANC-A/2nd/H-FLR/AHU-01/27.76TR/13840CFM Blue Star 7.50 1 No 7.50
8 Cabin-(11b) - ANC-A/2F/FCU-01/1.9TR/902CFM Blue Star 1 No 0.00
9 CONTROL RM ANC-A/2nd/PAHU-01/12.2TR/6850CFM Blue Star 2 Nos 0.00
SERVER RM ANC-A/2nd/PAHU-02/15.5TR/9190CFM Blue Star 2 Nos 0.00 VENTILATED AREAS
Ex. Fans
1 BASEMENT PUMP ROOM F. FAN-10,800 cfm Nicotra 3.70 1 No 3.70 PUMP ROOM EXH. FAN-12,300 cfm Nicotra 5.50 1 No 5.50
RFP for SELECTION OF FACILITY MANAGEMENT SERVICE PROVIDER FOR MANTRALAYA MAHANADI BHAWAN, CCIID, RAJDHANI SAROVAR, BUILDINGS AND ITS CAMPUS AT NAYA RAIPUR, CHHATTISGARH.
35
SL. No LOCATION PARTICULARS Make MOTOR KW (Each)
QTY SSB Units TOTAL KW
1 GROUND FLOOR PWD & PHE STORE -5,000 cfm GEC 2 Nos 0.00 2 ELECTRIAL & MECHANICAL STORE - 3,000 cfm GEC 2.20 2 Nos 4.40 3 MISC. UTILITIES AREA - 3,000 cfm GEC 2.20 3 Nos 6.60 4 FIRST FLOOR FURNITURE - 2,000 cfm GEC 2 Nos 0.00 5 COMPUTER/ELECTRONICS STORE - 2,000 cfm GEC 2 Nos 0.00 6 STATIONERY STORE - 2,500 cfm GEC 3 Nos 0.00 7 CYCLOSTYLE - 2,000 cfm GEC 1 No 0.00 8 HOUSEKEEPING - 2,500 cfm GEC 1 No 0.00 9 SECOND FLOOR VAULT ROOM - 2,000 cfm GEC 6 Nos 0.00 10 RECORD ROOM - 2,500 cfm GEC 12 Nos 0.00 11 WAITING ROOM - 1,500 cfm GEC 2 Nos 0.00 12 SUB TOTAL - ANCILLARY FACILITIES 'A' (3 PHASE) 42.40
SUB TOTAL - ANCILLARY FACILITIES 'A' (1 PHASE) 4.40
ANCILLARY FACILITIES 'B'
A.C AREAS AHUs 1 GROUND FLOOR Care Taker (5a) - ANC-B/GF/FCU-01/1.67TR/925CFM Blue Star 1 No 0.00 2 ANC-B/GF/H-FLR/AHU-01/21.28TR/11550CFM Blue Star 5.50 1 No 5.50
3 FIRST FLOOR ANC-B/1F/H-FLR/AHU-01/25.36TR/12695CFM 7.50 1 No 7.50 4 SECOND FLOOR ANC-B/2nd/S1/H-FLR/AHU-01/7.04TR/3576CFM Blue Star 2.20 1 No 2.20 5 ANC-B/2nd/S1/H-FLR/AHU-02/4.1TR/2170CFM Blue Star 1.50 1 No 1.50 6 ANC-B/2nd/S1/H-FLR/AHU-03/6.7TR/3370CFM Blue Star 2.20 1 No 2.20 7 ANC-B/2nd/S1/H-FLR/AHU-04/6.12TR/3100CFM Blue Star 2.20 1 No 2.20
8 ANC-B/2nd/S1/H-FLR/AHU-05/7.31TR/3985CFM Blue Star 2.20 1 No 2.20
RFP for SELECTION OF FACILITY MANAGEMENT SERVICE PROVIDER FOR MANTRALAYA MAHANADI BHAWAN, CCIID, RAJDHANI SAROVAR, BUILDINGS AND ITS CAMPUS AT NAYA RAIPUR, CHHATTISGARH.
36
SL. No LOCATION PARTICULARS Make MOTOR KW (Each)
QTY SSB Units TOTAL KW
VENTILATED AREAS
Ex. Fans/pressurised Fans
1 GROUND FLOOR WET / DRY GARBAGE COLLECTION - 1,500 cfm GEC 2 Nos 0.00 2 GARDENER STORE - 1,500 cfm GEC 2 Nos 0.00 3 WASTE PAPER COLLECTION - 1,500 cfm GEC 2 Nos 0.00 4 EXHIBITION STORE - 1,500 cfm GEC 2 Nos 0.00 5 STORE - 1,000 cfm GEC 2 Nos 0.00 1 FIRST FLOOR KITCHEN EX. FAN - 30,000 cfm @ 50 mm SP Nicotra 1 No 0.00 KITCHEN F.A. FAN - 21,000 cfm @ 40 mm SP Nicotra 1 No 0.00 SECOND FLOOR PANTRY 1 No 0.00 2 TOILET EX. FANS IN CRECHE GEC 2 Nos 0.00 3 LADIES TOILET EX. FANS GEC 2 Nos 0.00 GENTS TOILET EX. FANS GEC 3 Nos 0.00 MINISTERS TOILET EX. FANS GEC 2 Nos 0.00 MINISTERS TOILET EX. FANS GEC 4 Nos 0.00 SUB TOTAL - ANCILLARY FACILITIES 'B' (3 PHASE) 23.30
SUB TOTAL - ANCILLARY FACILITIES 'B' (1 PHASE) 0.00
BLOCK - I A.C AREAS 1 GROUND FLOOR BLOCK-I/GR/CSU/AHU-01/6.5TR/2850CFM Blue Star 1.10 Nos 1.10 2 BLOCK-I/GR/CSU/AHU-02/2.5TR/1300CFM Blue Star 0.55 Nos 0.55 3 BLOCK-I/GR/CSU/AHU-03/2.5TR/1300CFM Blue Star 0.55 Nos 0.55 4 FIRST FLOOR BLOCK-I/1ST/CSU/AHU-01/6.5TR/2850CFM Blue Star 1.10 Nos 1.10 5 BLOCK-I/1ST/CSU/AHU-03/2.5TR/1300CFM Blue Star 0.55 Nos 0.55 6 BLOCK-I/1ST/CSU/AHU-04/2.5TR/1300CFM Blue Star 0.55 Nos 0.55 7 BLOCK-I/1ST/CSU/AHU-04/5.9TR/2660CFM Blue Star 1.10 Nos 1.10 8 SECOND FLOOR BLOCK-I/2nd/CSU/AHU-01/6.5TR/2850CFM Blue Star 1.10 Nos 1.10 9 BLOCK-I/2nd/CSU/AHU-02/6.5TR/3150CFM Blue Star 0.55 Nos 0.55 10 BLOCK-I/2nd/CSU/AHU-03/6.5TR/2850CFM Blue Star 1.10 Nos 1.10 11 BLOCK-I/2nd/CSU/AHU-04/2.5TR/1300CFM Blue Star 0.55 Nos 0.55 12 BLOCK-I/2nd/CSU/AHU-05/2.5TR/1300CFM Blue Star 0.55 Nos 0.55
RFP for SELECTION OF FACILITY MANAGEMENT SERVICE PROVIDER FOR MANTRALAYA MAHANADI BHAWAN, CCIID, RAJDHANI SAROVAR, BUILDINGS AND ITS CAMPUS AT NAYA RAIPUR, CHHATTISGARH.
37
SL. No LOCATION PARTICULARS Make MOTOR KW (Each)
QTY SSB Units TOTAL KW
13 THIRD FLOOR BLOCK-I/3rd/CSU/AHU-01/6.5TR/2850CFM Blue Star 1.10 Nos 1.10 14 BLOCK-I/3rd/CSU/AHU-02/6.5TR/2850CFM Blue Star 1.10 Nos 1.10 15 BLOCK-I/3rd/CSU/AHU-03/6.5TR/2850CFM Blue Star 1.10 Nos 1.10 16 BLOCK-I/3rd/CSU/AHU-04/2.5TR/1300CFM Blue Star 0.55 Nos 0.55 17 BLOCK-I/3rd/CSU/AHU-05/2.5TR/1300CFM Blue Star 0.55 Nos 0.55 18 BLOCK-I/3rd/CSU/AHU-06/6.0TR/3200CFM Blue Star 1.50 Nos 1.50 19 BLOCK-I/3rd/CSU/AHU-07/2.5TR/1300CFM Blue Star 0.55 Nos 0.55 20 FOURTH FLOOR BLOCK-I/4th/CSU/AHU-01/6.7TR/3100CFM Blue Star 1.10 Nos 1.10 21 BLOCK-I/4th/CSU/AHU-02/6.5TR/3000CFM Blue Star 1.10 Nos 1.10 22 BLOCK-I/4th/CSU/AHU-03/6.5TR/3000CFM Blue Star 1.10 Nos 1.10 23 BLOCK-I/4th/CSU/AHU-04/2.5TR/1300CFM Blue Star 0.55 Nos 0.55 24 BLOCK-I/4th/CSU/AHU-05/2.5TR/1300CFM Blue Star 0.55 Nos 0.55 BLOCK -II A.C AREAS 1 GROUND FLOOR BLOCK-II/GR/CSU/AHU-01/6.7TR/3100CFM Blue Star 1.10 Nos 1.10 2 BLOCK-II/GR/CSU/AHU-02/2.5TR/1300CFM Blue Star 0.55 Nos 0.55 3 BLOCK-II/GR/CSU/AHU-03/2.5TR/1300CFM Blue Star 0.55 Nos 0.55 4 FIRST FLOOR BLOCK-II/1st/CSU/AHU-01/6.7TR/3100CFM Blue Star 1.10 Nos 1.10 5 BLOCK-II/1st/CSU/AHU-02/2.5TR/1300CFM Blue Star 0.55 Nos 0.55 6 BLOCK-II/1st/CSU/AHU-03/2.5TR/1300CFM Blue Star 0.55 Nos 0.55 7 SECOND FLOOR BLOCK-II/2nd/CSU/AHU-01/6.7TR/3100CFM Blue Star 1.10 Nos 1.10 8 BLOCK-II/2nd/CSU/AHU-02/2.5TR/1300CFM Blue Star 0.55 Nos 0.55 9 BLOCK-II/2nd/CSU/AHU-03/2.5TR/1300CFM Blue Star 0.55 Nos 0.55 10 THIRD FLOOR BLOCK-II/3rd/CSU/AHU-01/6.1TR/2750CFM Blue Star 1.10 Nos 1.10 11 BLOCK-II/3rd/CSU/AHU-02/6.7TR/3100CFM Blue Star 1.10 Nos 1.10 12 BLOCK-II/3rd/CSU/AHU-03/6.7TR/3100CFM Blue Star 1.10 Nos 1.10 13 BLOCK-II/3rd/CSU/AHU-04/2.5TR/1300CFM Blue Star 0.55 Nos 0.55 14 BLOCK-II/3rd/CSU/AHU-05/2.5TR/1300CFM Blue Star 0.55 Nos 0.55 15 BLOCK-II/3rd/CSU/AHU-06/4.5TR/2150CFM Blue Star 0.75 Nos 0.75 16 FOURTH FLOOR BLOCK-II/4th/CSU/AHU-01/6.5TR/3000CFM Blue Star 1.10 Nos 1.10
RFP for SELECTION OF FACILITY MANAGEMENT SERVICE PROVIDER FOR MANTRALAYA MAHANADI BHAWAN, CCIID, RAJDHANI SAROVAR, BUILDINGS AND ITS CAMPUS AT NAYA RAIPUR, CHHATTISGARH.
38
SL. No LOCATION PARTICULARS Make MOTOR KW (Each)
QTY SSB Units TOTAL KW
17 BLOCK-II/4th/CSU/AHU-02/7.0TR/3300CFM Blue Star 1.50 Nos 1.50 18 BLOCK-II/4th/CSU/AHU-03/2.5TR/1300CFM Blue Star 0.55 Nos 0.55 19 BLOCK-II/4th/CSU/AHU-04/2.5TR/1300CFM Blue Star 0.55 Nos 0.55 BLOCK III Block III A.C AREAS 1 GROUND FLOOR BLOCK-III/GR/CSU/AHU-01/6.7TR/3100CFM Blue Star 1.10 Nos 1.10 2 BLOCK-III/GR/CSU/AHU-02/2.5TR/1300CFM Blue Star 0.55 Nos 0.55 3 BLOCK-III/GR/CSU/AHU-03/2.5TR/1300CFM Blue Star 0.55 Nos 0.55 4 FIRST FLOOR BLOCK-III/1st/CSU/AHU-01/6.7TR/3100CFM Blue Star 1.10 Nos 1.10 5 BLOCK-III/1st/CSU/AHU-02/6.1TR/2750CFM Blue Star 1.10 Nos 1.10 6 BLOCK-III/1st/CSU/AHU-03/2.5TR/1300CFM Blue Star 0.55 Nos 0.55 7 BLOCK-III/1st/CSU/AHU-04/2.5TR/1300CFM Blue Star 0.55 Nos 0.55 8 SECOND FLOOR BLOCK-III/2nd/CSU/AHU-01/6.7TR/3100CFM Blue Star 1.10 Nos 1.10 9 BLOCK-III/2nd/CSU/AHU-02/6.1TR/2750CFM Blue Star 1.10 Nos 1.10 10 BLOCK-III/2nd/CSU/AHU-03/6.1TR/2750CFM Blue Star 1.10 Nos 1.10 11 BLOCK-III/2nd/CSU/AHU-04/2.5TR/1300CFM Blue Star 0.55 Nos 0.55 12 BLOCK-III/2nd/CSU/AHU-05/2.5TR/1300CFM Blue Star 0.55 Nos 0.55 13 THIRD FLOOR BLOCK-III/3rd/CSU/AHU-01/6.7TR/3100CFM Blue Star 1.10 Nos 1.10 14 BLOCK-III/3rd/CSU/AHU-02/6.1TR/2750CFM Blue Star 1.10 Nos 1.10 15 BLOCK-III/3rd/CSU/AHU-04/2.5TR/1300CFM Blue Star 0.55 Nos 0.55 16 BLOCK-III/3rd/CSU/AHU-05/2.5TR/1300CFM Blue Star 0.55 Nos 0.55 17 FOURTH FLOOR BLOCK-III/4th/CSU/AHU-01/7.0TR/3300CFM Blue Star 1.50 Nos 1.50 18 BLOCK-III/4th/CSU/AHU-02/6.5TR/3000CFM Blue Star 1.10 Nos 1.10 19 BLOCK-III/4th/CSU/AHU-03/6.5TR/3000CFM Blue Star 1.10 Nos 1.10 20 BLOCK-III/4th/CSU/AHU-04/2.5TR/1300CFM Blue Star 0.55 Nos 0.55 21 BLOCK-III/4th/CSU/AHU-05/2.5TR/1300CFM Blue Star 0.55 Nos 0.55 BLOCK IV Block IV A.C AREAS
RFP for SELECTION OF FACILITY MANAGEMENT SERVICE PROVIDER FOR MANTRALAYA MAHANADI BHAWAN, CCIID, RAJDHANI SAROVAR, BUILDINGS AND ITS CAMPUS AT NAYA RAIPUR, CHHATTISGARH.
39
SL. No LOCATION PARTICULARS Make MOTOR KW (Each)
QTY SSB Units TOTAL KW
1 GROUND FLOOR BLOCK-IV/GR/CSU/AHU-01/6.1TR/2750CFM Blue Star 1.10 Nos 1.10 2 BLOCK-IV/GR/CSU/AHU-02/2.5TR/1300CFM Blue Star 0.55 Nos 0.55 3 BLOCK-IV/GR/CSU/AHU-03/2.5TR/1300CFM Blue Star 0.55 Nos 0.55 4 FIRST FLOOR BLOCK-IV/1st/CSU/AHU-01/6.1TR/2750CFM Blue Star 1.10 Nos 1.10 5 BLOCK-IV/1st/CSU/AHU-02/2.5TR/1300CFM Blue Star 0.55 Nos 0.55 6 BLOCK-IV/1st/CSU/AHU-03/2.5TR/1300CFM Blue Star 0.55 Nos 0.55 7 SECOND FLOOR BLOCK-IV/2nd/CSU/AHU-01/6.1TR/2750CFM Blue Star 1.10 Nos 1.10 8 BLOCK-IV/2nd/CSU/AHU-02/2.5TR/1300CFM Blue Star 0.55 Nos 0.55 9 BLOCK-IV/2nd/CSU/AHU-03/2.5TR/1300CFM Blue Star 0.55 Nos 0.55 10 BLOCK-IV/2nd/CSU/AHU-04/2.14TR/1048CFM Blue Star 0.55 Nos 0.55 Blue Star 11 THIRD FLOOR BLOCK-IV/3rd/CSU/AHU-01/6.1TR/2750CFM Blue Star 1.10 Nos 1.10 12 BLOCK-IV/3rd/CSU/AHU-02/6.1TR/2750CFM Blue Star 1.10 Nos 1.10 13 BLOCK-IV/3rd/CSU/AHU-03/2.5TR/1300CFM Blue Star 0.55 Nos 0.55 14 BLOCK-IV/3rd/CSU/AHU-04/2.5TR/1300CFM Blue Star 0.55 Nos 0.55 Blue Star 15 FOURTH FLOOR BLOCK-IV/4th/CSU/AHU-01/6.5TR/3000CFM Blue Star 1.10 Nos 1.10 16 BLOCK-IV/4th/CSU/AHU-02/6.5TR/3000CFM Blue Star 1.10 Nos 1.10 17 BLOCK-IV/4th/CSU/AHU-03/2.5TR/1300CFM Blue Star 0.55 Nos 0.55 18 BLOCK-IV/4th/CSU/AHU-04/2.5TR/1300CFM Blue Star 0.55 Nos 0.55 ANCILLARY BLOCK
ANCILLARY BLOCK 1 ANC/H-FLR/AHU-01/12.9TR/5800CFM Blue Star 3.00 Nos 3.00 2 ANC/H-FLR/AHU-02/16.83TR/8300CFM Blue Star 4.00 Nos 4.00 3 ANC/H-FLR/AHU-03/18.99TR/6020CFM Blue Star 3.00 Nos 3.00 4 ANC/H-FLR/AHU-04/10.22TR/4430CFM Blue Star 3.00 Nos 3.00 5 ANC/H-FLR/AHU-05/8.85TR/4100CFM Blue Star 2.20 Nos 2.20 6 ANC/H-FLR/AHU-06/6.10TR/2600CFM Blue Star 1.50 Nos 1.50 7 ANC/H-FLR/AHU-07/15.58TR/7085CFM Blue Star 4.00 Nos 4.00 8 ANC/H-FLR/AHU-08/26.53TR/9385CFM Blue Star 5.50 Nos 5.50 3 PH TOTAL 93.60 UPS & CONTROL
RFP for SELECTION OF FACILITY MANAGEMENT SERVICE PROVIDER FOR MANTRALAYA MAHANADI BHAWAN, CCIID, RAJDHANI SAROVAR, BUILDINGS AND ITS CAMPUS AT NAYA RAIPUR, CHHATTISGARH.
40
SL. No LOCATION PARTICULARS Make MOTOR KW (Each)
QTY SSB Units TOTAL KW
ROOM
A.C. AREAS DFUs Dual fluid units - MAKE INDOOR UNIT - NUTECH & OUTDOOR UNIT - BLUESTAR
AHUs MINISTER BLOCK 1 MIN/1st/S3/H-CSU/AHU-04/3.2TR/1850CFM Blue Star 1.10 1 No 1.10 2 MIN/2nd/S3/H-CSU/AHU-04/3.6TR/2101CFM Blue Star 1.10 1 No 1.10 3 MIN/3rd/S3/H-CSU/AHU-04/3.6TR/2101CFM Blue Star 1.10 1 No 1.10 4 MIN/4th/S3/H-FLR/AHU-04/3.6TR/2101CFM Blue Star 1.10 1 No 1.10 SECRETARY'S BLOCK 5 SEC/GR/S1/H-CSU/AHU-05/2.6TR/1525CFM Blue Star 1.10 1 No 1.10 6 SEC/GR/S4/H-CSU/AHU-06/2.6TR/1525CFM Blue Star 1.10 1 No 1.10 7 SEC/1st/S1/H-CSU/AHU-05/2.6TR/1525CFM Blue Star 1.10 1 No 1.10 8 SEC/1st/S4/H-CSU/AHU-06/2.6TR/1525CFM Blue Star 1.10 1 No 1.10 9 SEC/2nd/S1/H-CSU/AHU-05/2.6TR/1525CFM Blue Star 1.10 1 No 1.10 10 SEC/2nd/S4/H-CSU/AHU-06/2.6TR/1525CFM Blue Star 1.10 1 No 1.10 11 SEC/3rd/S1/H-CSU/AHU-05/2.6TR/1525CFM Blue Star 1.10 1 No 1.10 12 SEC/3rd/S4/H-CSU/AHU-06/2.6TR/1525CFM Blue Star 1.10 1 No 1.10 13 SEC/4th/S1/H-CSU/AHU-06/2.7TR/1585CFM Blue Star 1.10 1 No 1.10 14 SEC/4th/S4/H-CSU/AHU-07/2.7TR/1585CFM Blue Star 1.10 1 No 1.10 15 SEC/4th/DMC/AHU-06/14.48TR/7976CFM Blue Star 7.50 1 No 7.50 SECTIONS BLOCK 16 SECTN/GR/S1/H-CSU/AHU-01/3.09TR/1678CFM Blue Star 1.10 1 No 1.10
17 SECTN/GR/S2/H-CSU/AHU-02/3.65TR/1906CFM Blue Star 1.10 1 No 1.10
18 SECTN/1st/S1/H-CSU/AHU-01/2.86TR/1680CFM Blue Star 1.10 1 No 1.10
19 SECTN/1st/S2/H-CSU/AHU-02/3.19TR/1910CFM Blue Star 1.10 1 No 1.10
20 SECTN/2nd/S1/H-CSU/AHU-01/3.09TR/1680CFM Blue Star 1.10 1 No 1.10
21 SECTN/2nd/S2/H-CSU/AHU-02/3.65TR/1910CFM Blue Star 1.10 1 No 1.10
22 SECTN/3rd/S1/H-CSU/AHU-01/3.27TR/1785CFM Blue Star 1.10 1 No 1.10
23 SECTN/3rd/S2/H-CSU/AHU-02/3.95TR/2086CFM Blue Star 1.10 1 No 1.10 ANCILLARY "A" 24 ANC-A/1F/H-CSU/AHU-01/3.14TR/1365CFM Blue Star 1.10 1 No 1.10 25 ANC-A/1F/H-CSU/AHU-02/6.05TR/3310CFM Blue Star 1.50 1 No 1.50 26 ANC-A/1F/H-CSU/AHU-03/2.72TR/1440CFM Blue Star 1.10 1 No 1.10
RFP for SELECTION OF FACILITY MANAGEMENT SERVICE PROVIDER FOR MANTRALAYA MAHANADI BHAWAN, CCIID, RAJDHANI SAROVAR, BUILDINGS AND ITS CAMPUS AT NAYA RAIPUR, CHHATTISGARH.
41
SL. No LOCATION PARTICULARS Make MOTOR KW (Each)
QTY SSB Units TOTAL KW
ANCILLARY "B" 27 ANC-B/GR/H-CSU/AHU-01/4.0TR/2220CFM Blue Star 1.10 1 No 1.10 28 ANC-B/1st/H-CSU/AHU-01/4.0TR/2285CFM Blue Star 1.10 1 No 1.10 29 ANC-B/2nd/H-CSU/AHU-06/5.0TR/2430CFM Blue Star 1.50 1 No 1.50
SUB TOTAL - UPS & CONTROL RM (3 PHASE) 39.10
SUB TOTAL - UPS & CONTROL RM (1 PHASE) 0.00
L - 1 VENTILATED AREAS
Ex. Fans/pr.Fans
1 SECOND FLOOR L, G, PH TOILETS & JANITOR FANS - 1,000 CFM 0.37 4 Nos 1.48 SUB TOTAL - L 1 (3 PHASE) 1.48
SUB TOTAL - L 1 (1 PHASE)
0.00
L - 2 VENTILATED AREAS
1 SECOND FLOOR L, G, PH TOILETS & JANITOR FANS - 2,000 CFM 0.55 5 Nos 2.75 SUB TOTAL - L 2 (3 PHASE) 2.75 SUB TOTAL - L 2 (1 PHASE) 0.00 L - 3 A.C AREAS 1 GROUND FLOOR C S Officer & Staff 1.5 1 No 1.50 0.0 AIR COOLED AREAS
LOBBY - GROUND FLOOR
BLOWER FAN 5.50 2 Nos 11.0 SECONDARY FAN 0.37 4 Nos 1.48 VENTILATED AREAS
1 SECOND FLOOR L, G, PH TOILETS & JANITOR FANS G-5 0.55 5 Nos 2.75
RFP for SELECTION OF FACILITY MANAGEMENT SERVICE PROVIDER FOR MANTRALAYA MAHANADI BHAWAN, CCIID, RAJDHANI SAROVAR, BUILDINGS AND ITS CAMPUS AT NAYA RAIPUR, CHHATTISGARH.
42
SL. No LOCATION PARTICULARS Make MOTOR KW (Each)
QTY SSB Units TOTAL KW
SUB TOTAL - L 3 (3 PHASE) 16.73 SUB TOTAL - L 3 (1 PHASE) L - 4 VENTILATED AREAS
1 SECOND FLOOR L, G, PH TOILETS & JANITOR FANS - 2,000 CFM 0.55 5 Nos 2.75 SUB TOTAL - L 4 (3 PHASE) 2.75 SUB TOTAL - L 4 (1 PHASE) 0.00 L - 5 VENTILATED AREAS
1 SECOND FLOOR L, G, PH TOILETS & JANITOR FANS - 2,000 CFM 0.55 4 Nos 2.20 SUB TOTAL - L 5 (3 PHASE) 2.20 SUB TOTAL - L 5 (1 PHASE) 0.00 Plant Room
Cabinet type Exhaust air Unit for Toilets/ Kitchen for following capacities :
36000 CFM, 50mm St. Pr. Nicotra 18.50 Nos 18.50 13000 CFM, 50mm St. Pr. Nicotra 7.50 Nos 7.50 2000 CFM, 25mm St. Pr. Nicotra 0.55 Nos 13.75 1000 CFM, 25 mm St. Pr. Nicotra 0.37 Nos 0.74 800 CFM, 25 mm St. Pr. GEC 0.37 Nos 7.40 700 CFM, 25 mm St. Pr. GEC 0.37 Nos 7.40
Cabinet type Fresh Air Units with Filters for following capacities :
33000 CFM, 40mm St. Pr. Nicotra 15.00 Nos 15.00 12000 CFM, 40mm St. Pr. Nicotra 5.50 Nos 5.50
Staircase Pressurization fans for following capacities :
10100 CFM, 40mm St. Pr. Nicotra 3.70 Nos 29.60 3 PH Total 76.10 1 PH Total 29.29
NOTE: Above load list is indicative only and subject to cahnged based on final approved drawings and Technical submittals.
RFP for SELECTION OF FACILITY MANAGEMENT SERVICE PROVIDER FOR MANTRALAYA MAHANADI BHAWAN, CCIID, RAJDHANI SAROVAR, BUILDINGS AND ITS CAMPUS AT NAYA RAIPUR, CHHATTISGARH.
43
SL. No LOCATION PARTICULARS Make MOTOR KW (Each)
QTY SSB Units TOTAL KW
VENTILATION WORK - SECTION 'L'
Multi Stage Evaporative Cooling Units for General Ventilation as per drawings - for Block I , Block II , Block III ,BlockIV Ancillary for following capacities :
138000 CFM HMX 115.00 Nos 460.00 135000 CFM HMX 115.00 Nos 230.00 123000 CFM HMX 108.00 Nos 216.00 22250 CFM HMX 15.00 Nos 15.00 20000 CFM HMX 15.00 Nos 15.00 6200CFM HMX 6.00 Nos 6.00 5800 CFM HMX 6.00 Nos 6.00 3PH Total 948.00 1 Class one Officer FCU 2TR (All Blocks) Citizen 0.35 Nos 81.55 2 Class one Officer FCU 2.5 TR (All Blocks) Citizen 0.40 Nos 1.20 1 PH Total 82.75 Total 3 Phase 4232.51 Total Single Phase 123.82
RFP for SELECTION OF FACILITY MANAGEMENT SERVICE PROVIDER FOR MANTRALAYA MAHANADI BHAWAN, CCIID, RAJDHANI SAROVAR, BUILDINGS AND ITS CAMPUS AT NAYA RAIPUR, CHHATTISGARH.
44
APPENDIX– D5 INVENTORY FOR HVAC
RFP for SELECTION OF FACILITY MANAGEMENT SERVICE PROVIDER FOR MANTRALAYA MAHANADI BHAWAN, CCIID, RAJDHANI SAROVAR, BUILDINGS AND ITS CAMPUS AT NAYA RAIPUR, CHHATTISGARH.
45
INVENTORY FOR HVAC The VAV units shall be complete and consist of temperature sensor & controller for receiving Temp. actuator etc. complete with mounting flange, power & control cabling & independently supported.
Equipment Capacity Make Quantity UNiT VAVs 450 CFM Honey well 210 Nos
470 CFM Honey well 1 Nos
475 CFM Honey well 1 Nos
490 CFM Honey well 15 Nos
493 CFM Honey well 1 Nos
530 CFM Honey well 12 Nos
535 CFM Honey well 1 Nos
545 CFM Honey well 1 Nos
550 CFM Honey well 6 Nos
555 CFM Honey well 2 Nos
560 CFM Honey well 5 Nos
570 CFM Honey well 1 Nos
574 CFM Honey well 1 Nos
580 CFM Honey well 12 Nos
582 CFM Honey well 4 Nos
585 CFM Honey well 3 Nos
593 CFM Honey well 1 Nos
595 CFM Honey well 1 Nos
599 CFM Honey well 8 Nos
600 CFM Honey well 4 Nos
611 CFM Honey well 3 Nos
615 CFM Honey well 2 Nos
620 CFM Honey well 8 Nos
635 CFM Honey well 1 Nos
640 CFM Honey well 2 Nos
645 CFM Honey well 1 Nos
656 CFM Honey well 3 Nos
660 CFM Honey well 4 Nos
672 CFM Honey well 1 Nos
675 CFM Honey well 4 Nos
700 CFM Honey well 7 Nos
710 CFM Honey well 1 Nos
720 CFM Honey well 3 Nos
750 CFM Honey well 4 Nos
755 CFM Honey well 1 Nos
765 CFM Honey well 1 Nos
810 CFM Honey well 1 Nos
960 CFM Honey well 1 Nos
990 CFM Honey well 1 Nos
1010 CFM Honey well 1 Nos
RFP for SELECTION OF FACILITY MANAGEMENT SERVICE PROVIDER FOR MANTRALAYA MAHANADI BHAWAN, CCIID, RAJDHANI SAROVAR, BUILDINGS AND ITS CAMPUS AT NAYA RAIPUR, CHHATTISGARH.
46
Equipment Capacity Make Quantity UNiT
1012 CFM Honey well 4 Nos
1050 CFM Honey well 1 Nos
1070 CFM Honey well 1 Nos
1125 CFM Honey well 2 Nos
1129 CFM Honey well 4 Nos
1130 CFM Honey well 4 Nos
1133 CFM Honey well 1 Nos
1144 CFM Honey well 4 Nos
1200 CFM Honey well 4 Nos
1230 CFM Honey well 1 Nos
1240 CFM Honey well 1 Nos
1241 CFM Honey well 2 Nos
1252 CFM Honey well 1 Nos
1260 CFM Honey well 4 Nos
1263 CFM Honey well 1 Nos
1269 CFM Honey well 4 Nos
1420 CFM Honey well 4 Nos
1443 CFM Honey well 1 Nos
1630 CFM Honey well 1 Nos
1720 CFM Honey well 1 Nos
1745 CFM Honey well 1 Nos
2008 CFM Honey well 4 Nos
2091 CFM Honey well 8 Nos
2192 CFM Honey well 8 Nos
2193 CFM Honey well 4 Nos
2203 CFM Honey well 4 Nos
2290 CFM Honey well 4 Nos
2297 CFM Honey well 2 Nos
2231 CFM Honey well 4 Nos
2350 CFM Honey well 1 Nos
2352 CFM Honey well 1 Nos
2382 CFM Honey well 8 Nos
2392 CFM Honey well 5 Nos
2494 CFM Honey well 1 Nos
2855 CFM Honey well 4 Nos
3126 CFM Honey well 1 Nos
3339 CFM Honey well 4 Nos
3435 CFM Honey well 2 Nos
3597 CFM Honey well 1 Nos
3860 CFM Honey well 1 Nos
4171 CFM Honey well 1 Nos
5861 CFM Honey well 1 Nos
RFP for SELECTION OF FACILITY MANAGEMENT SERVICE PROVIDER FOR MANTRALAYA MAHANADI BHAWAN, CCIID, RAJDHANI SAROVAR, BUILDINGS AND ITS CAMPUS AT NAYA RAIPUR, CHHATTISGARH.
47
Air OZONE System (Ozone Generator System Comprising Of Duct Mounted Ozone Generator, VOC Sensor With Controllers, CO2 Sensor With Controllers, Ozone Monitoring & Hi-Ozone Cutout Switch, Motorized Dampers With Actuators & Control On Fresh Air Inlet And Control Wiring)
Equipment Capacity Make Quantity UNiT Air OZONE System
MIN/GR/S1/H-FLR/AHU-01/7.63TR/4630 CFM Ruks 1 No
MIN/1st/S1/H-FLR/AHU-01/24.93TR/14475CFM Ruks 1 No
MIN/1st/S2/H-FLR/AHU-02/19.97TR/11613CFM Ruks 1 No
MIN/1st/S3/H-FLR/AHU-03/24.08TR/13595CFM Ruks 1 No
MIN/2nd/S1/H-FLR/AHU-01/24.93TR/14475CFM Ruks 1 No
MIN/2nd/S2/H-FLR/AHU-02/19.97TR/11615CFM Ruks 1 No
MIN/2nd/S3/H-FLR/AHU-03/15.61TR/9200CFM Ruks 1 No
MIN/3rd/S1/H-FLR/AHU-01/24.93TR/14475CFM Ruks 1 No
MIN/3rd/S2/H-FLR/AHU-02/19.97TR/11615CFM Ruks 1 No
MIN/3rd/S3/H-FLR/AHU-03/15.61TR/9200CFM Ruks 1 No
MIN/4th/S1/H-FLR/AHU-01/24.94TR/14475CFM Ruks 1 No
MIN/4th/S2/H-FLR/AHU-02/19.97TR/11613CFM Ruks 1 No
MIN/4th/S3/H-FLR/AHU-03/15.61TR/9200CFM Ruks 1 No
MIN/5th/S1/H-FLR/AHU-01/9.16TR/5495CFM Ruks 1 No
MIN/5th/S1/H-FLR/AHU-02/16.16TR/9825CFM Ruks 1 No
MIN/5th/S1/H-FLR/AHU-03/5.34TR/2920CFM Ruks 1 No
MIN/5th/S1/H-FLR/AHU-04/17.13TR/9805CFM Ruks 1 No
MIN/5th/S1/H-FLR/AHU-05/20.8TR/11195CFM Ruks 1 No
MIN/5th/S1/H-FLR/AHU-06/8.86TR/4891CFM Ruks 1 No
MIN/5th/S1/H-FLR/AHU-07/28.96TR/16790CFM Ruks 1 No
SEC/GR/S1/H-FLR/AHU-01/18.9TR/11185 CFM Ruks 1 No
SEC/GR/S2/H-FLR/AHU-02/25.2TR/13752CFM Ruks 1 No
SEC/GR/S3/H-FLR/AHU-03/21.20TR/12862CFM Ruks 1 No
SEC/GR/S4/H-FLR/AHU-04/18.1TR/10928CFM Ruks 1 No
SEC/1ST/S1/H-FLR/AHU-01/18.89TR/11184CFM Ruks 1 No
SEC/1ST/S2/H-FLR/AHU-02/19.03TR/10915CFM Ruks 1 No
SEC/1ST/S3/H-FLR/AHU-03/20.68 TR/12856CFM Ruks 1 No
SEC/1ST/S4/H-FLR/AHU-04/17.97TR/10928CFM Ruks 1 No
SEC/2nd/S1/H-FLR/AHU-01/18.25TR/11184CFM Ruks 1 No
SEC/2nd/S2/H-FLR/AHU-02/23.04TR/12014CFM Ruks 1 No
SEC/2nd/S3/H-FLR/AHU-03/20.70TR/12856CFM Ruks 1 No
SEC/2nd/S4/H-FLR/AHU-04/18.56TR/10928CFM Ruks 1 No
SEC/3rd/S1/H-FLR/AHU-01/18.23TR/11184CFM Ruks 1 No
SEC/3rd/S2/H-FLR/AHU-02/15.71TR/9918CFM Ruks 1 No
SEC/3rd/S3/H-FLR/AHU-03/20.68TR/12856CFM Ruks 1 No
SEC/3rd/S4/H-FLR/AHU-04/18.58TR/10928CFM Ruks 1 No
SEC/4th/S1/H-FLR/AHU-01/13.7TR/8092CFM Ruks 1 No
SEC/4th/S2/H-FLR/AHU-02/7.35TR/4400CFM Ruks 1 No
SEC/4th/S3/H-FLR/AHU-03/22.15TR/13241CFM Ruks 1 No
SEC/4th/S4/H-FLR/AHU-04/14.78TR/8125CFM Ruks 1 No
RFP for SELECTION OF FACILITY MANAGEMENT SERVICE PROVIDER FOR MANTRALAYA MAHANADI BHAWAN, CCIID, RAJDHANI SAROVAR, BUILDINGS AND ITS CAMPUS AT NAYA RAIPUR, CHHATTISGARH.
48
Equipment Capacity Make Quantity UNiT
SEC/4th/S2/H-FLR/AHU-05/9.91TR/5436CFM Ruks 1 No
SECTN/GR/S1/H-FLR/AHU-01/30.63TR/15197 CFM Ruks 1 No
SECTN/GR/S2/H-FLR/AHU-02/44.84TR/22118 CFM Ruks 1 No
SECTN/GR/S3/H-FLR/AHU-03/31.91TR/15758 CFM Ruks 1 No
SECTN/GR/S4/H-FLR/AHU-04/30.65TR/15200CFM Ruks 1 No
SECTN/1F/S1/H-FLR/AHU-01/30.63TR/15197 CFM Ruks 1 No
SECTN/1F/S2/H-FLR/AHU-02/44.98TR/22200 CFM Ruks 1 No
SECTN/1F/S3/H-FLR/AHU-03/32.19TR/15922CFM Ruks 1 No
SECTN/1F/S4/H-FLR/AHU-04/30.65TR/15200CFM Ruks 1 No
SECTN/2F/S1/H-FLR/AHU-01/30.76TR/15276 CFM Ruks 1 No
SECTN/2F/S2/H-FLR/AHU-02/44.16TR/21807 CFM Ruks 1 No
SECTN/N2F/S3/H-FLR/AHU-03/30.28TR/14974CFM Ruks 1 No
SECTN/1F/S4/H-FLR/AHU-04/30.78TR/15279CFM Ruks 1 No
SECTN/3F/S1/H-FLR/AHU-01/33.83TR/17207 CFM Ruks 1 No
SECTN/3F/S2/H-FLR/AHU-02/49.9TR/25256CFM Ruks 1 No
SECTN/3F/S3/H-FLR/AHU-03/34.15TR/17297CFM Ruks 1 No
SECTN/3F/S4/H-FLR/AHU-04/33.66TR/17103CFM Ruks 1 No
ANC-A/GF/H-FLR/AHU-01/14.03TR/7660CFM Ruks 1 No
ANC-A/1F/H-FLR/AHU-01/36.11TR/18034CFM Ruks 1 No
ANC-A/1F/H-CSU/AHU-01/3.14TR/1365CFM Ruks 1 No
ANC-A/1F/H-CSU/AHU-02/6.05TR/3310CFM Ruks 1 No
ANC-A/1F/H-CSU/AHU-03/2.72TR/1440CFM Ruks 1 No
ANC-A/1F/H-CSU/AHU-04/6.05TR/3310CFM Ruks 1 No
ANC-A/2nd/H-FLR/AHU-01/27.76TR/13840CFM Ruks 1 No
ANC-B/GF/H-FLR/AHU-01/21.28TR/11550CFM Ruks 1 No
ANC-B/1F/H-FLR/AHU-01/25.36TR/12695CFM Ruks 1 No
ANC-B/2nd/S1/H-FLR/AHU-01/7.04TR/3576CFM Ruks 1 No
ANC-B/2nd/S1/H-FLR/AHU-02/4.1TR/2170CFM Ruks 1 No
ANC-B/2nd/S1/H-FLR/AHU-03/6.7TR/3370CFM Ruks 1 No
ANC-B/2nd/S1/H-FLR/AHU-04/6.12TR/3100CFM Ruks 1 No
ANC-B/2nd/S1/H-FLR/AHU-05/7.31TR/3985CFM Ruks 1 No
L3/GrF/S1/H-FLR/AHU-01/3.23TR/1952CFM Ruks 1 No Note : Entire HVAC system are controlled by BMS system except for VAVs, air ozoniser & free flow type propeller fans
RFP for SELECTION OF FACILITY MANAGEMENT SERVICE PROVIDER FOR MANTRALAYA MAHANADI BHAWAN, CCIID, RAJDHANI SAROVAR, BUILDINGS AND ITS CAMPUS AT NAYA RAIPUR, CHHATTISGARH.
49
APPENDIX– D6 INVENTORY FOR FIRE ALARM SYSTEM
LOCATION FLOOR / LEVEL PHOTOELECTRIC SMOKE DETECTOR ABOVE FALSE CEILING
PHOTOELECTRIC SMOKE DETECTOR BELOW FALSE CEILING
HEAT DETECTOR ABOVE FALSE CEILING
MONITOR MODULE CONTROL RELAY MODULE
Make QTY Unit Make QTY Unit Make QTY Unit Make QTY Unit Make QTY Unit
ANCILLARY-A GROUND FLOOR Honeywell 46 nos Honeywell 14 nos Honeywell 3 nos Honeywell 0 nos Honeywell 2 nos
FIRST FLOOR Honeywell 70 nos Honeywell 66 nos Honeywell 1 nos Honeywell 0 nos Honeywell 1 nos
SECOND FLOOR Honeywell 56 nos Honeywell 43 nos Honeywell 0 nos Honeywell 0 nos Honeywell 1 nos
ANCILLARY-B GROUND FLOOR Honeywell 30 nos Honeywell 21 nos Honeywell 0 nos Honeywell 0 nos Honeywell 0 nos
FIRST FLOOR Honeywell 9 nos Honeywell 15 nos Honeywell 6 nos Honeywell 0 nos Honeywell 1 nos
SECOND FLOOR Honeywell 9 nos Honeywell 22 nos Honeywell 1 nos Honeywell 0 nos Honeywell 1 nos
MINISTER'S GROUND FLOOR Honeywell 19 nos Honeywell 13 nos Honeywell 1 nos Honeywell 0 nos Honeywell 1 nos
FIRST FLOOR Honeywell 54 nos Honeywell 66 nos Honeywell 4 nos Honeywell 0 nos Honeywell 3 nos
SECOND FLOOR Honeywell 48 nos Honeywell 63 nos Honeywell 3 nos Honeywell 0 nos Honeywell 3 nos
THIRD FLOOR Honeywell 50 nos Honeywell 63 nos Honeywell 3 nos Honeywell 0 nos Honeywell 3 nos
FOURTH FLOOR Honeywell 50 nos Honeywell 62 nos Honeywell 3 nos Honeywell 0 nos Honeywell 3 nos
FIFTH FLOOR Honeywell 50 nos Honeywell 71 nos Honeywell 1 nos Honeywell 0 nos Honeywell 1 nos
SECRETARIES' GROUND FLOOR Honeywell 64 nos Honeywell 84 nos Honeywell 5 nos Honeywell 4 nos Honeywell 7 nos
FIRST FLOOR Honeywell 62 nos Honeywell 83 nos Honeywell 4 nos Honeywell 4 nos Honeywell 7 nos
SECOND FLOOR Honeywell 62 nos Honeywell 82 nos Honeywell 5 nos Honeywell 4 nos Honeywell 7 nos
THIRD FLOOR Honeywell 61 nos Honeywell 82 nos Honeywell 5 nos Honeywell 4 nos Honeywell 7 nos
FOURTH FLOOR Honeywell 52 nos Honeywell 64 nos Honeywell 7 nos Honeywell 4 nos Honeywell 7 nos
SECTIONS GROUND FLOOR Honeywell 89 nos Honeywell 142 nos Honeywell 4 nos Honeywell 4 nos Honeywell 3 nos
FIRST FLOOR Honeywell 92 nos Honeywell 141 nos Honeywell 4 nos Honeywell 4 nos Honeywell 2 nos
SECOND FLOOR Honeywell 87 nos Honeywell 140 nos Honeywell 4 nos Honeywell 4 nos Honeywell 7 nos
THIRD FLOOR Honeywell 87 nos Honeywell 136 nos Honeywell 4 nos Honeywell 4 nos Honeywell 7 nos
TOTAL 1147 1473 68 36 74
RFP for SELECTION OF FACILITY MANAGEMENT SERVICE PROVIDER FOR MANTRALAYA MAHANADI BHAWAN, CCIID, RAJDHANI SAROVAR, BUILDINGS AND ITS CAMPUS AT NAYA RAIPUR, CHHATTISGARH.
50
LOCATION FLOOR / LEVEL MANUAL PULL STATION FAULT ISOLATOR MODULE HOOTER CUM STROBE RESPONSE INDICATOR FIRE ALARM PANEL
Make Actual Unit Make Actual Unit Make Actual Unit Make Actual Unit Make Actual Unit
ANCILLARY-A GROUND FLOOR Honeywell 5 nos Honeywell 4 nos GE Genesis 3 nos Safeway 13 nos Honeywell 0 nos FIRST FLOOR Honeywell 5 nos Honeywell 6 nos GE Genesis 2 nos Safeway 26 nos Honeywell 0 nos SECOND FLOOR Honeywell 8 nos Honeywell 6 nos GE Genesis 2 nos Safeway 16 nos Honeywell 1 nos ANCILLARY-B GROUND FLOOR Honeywell 1 nos Honeywell 3 nos GE Genesis 2 nos Safeway 19 nos Honeywell 0 nos FIRST FLOOR Honeywell 1 nos Honeywell 1 nos GE Genesis 2 nos Safeway 9 nos Honeywell 0 nos SECOND FLOOR Honeywell 3 nos Honeywell 2 nos GE Genesis 1 nos Safeway 9 nos Honeywell 0 nos
MINISTER'S GROUND FLOOR Honeywell 6 nos Honeywell 2 nos GE Genesis 3 nos Safeway 19 nos Honeywell 0 nos FIRST FLOOR Honeywell 5 nos Honeywell 7 nos GE Genesis 3 nos Safeway 53 nos Honeywell 0 nos SECOND FLOOR Honeywell 5 nos Honeywell 6 nos GE Genesis 3 nos Safeway 47 nos Honeywell 0 nos THIRD FLOOR Honeywell 5 nos Honeywell 6 nos GE Genesis 3 nos Safeway 49 nos Honeywell 0 nos FOURTH FLOOR Honeywell 5 nos Honeywell 6 nos GE Genesis 3 nos Safeway 49 nos Honeywell 0 nos FIFTH FLOOR Honeywell 7 nos Honeywell 4 nos GE Genesis 3 nos Safeway 50 nos Honeywell 0 nos
SECRETARIES' GROUND FLOOR Honeywell 13 nos Honeywell 7 nos GE Genesis 5 nos Safeway 62 nos Honeywell 1 nos
FIRST FLOOR Honeywell 13 nos Honeywell 7 nos GE Genesis 4 nos Safeway 60 nos Honeywell 0 nos SECOND FLOOR Honeywell 13 nos Honeywell 7 nos GE Genesis 4 nos Safeway 60 nos Honeywell 0 nos THIRD FLOOR Honeywell 13 nos Honeywell 6 nos GE Genesis 4 nos Safeway 59 nos Honeywell 0 nos FOURTH FLOOR Honeywell 13 nos Honeywell 8 nos GE Genesis 4 nos Safeway 50 nos Honeywell 0 nos
SECTIONS GROUND FLOOR Honeywell 20 nos Honeywell 11 nos GE Genesis 6 nos Safeway 85 nos Honeywell 1 nos FIRST FLOOR Honeywell 20 nos Honeywell 12 nos GE Genesis 5 nos Safeway 88 nos Honeywell 0 nos SECOND FLOOR Honeywell 20 nos Honeywell 11 nos GE Genesis 5 nos Safeway 83 nos Honeywell 0 nos THIRD FLOOR Honeywell 20 nos Honeywell 13 nos GE Genesis 5 nos Safeway 83 nos Honeywell 0 nos TOTAL 201 135 72 989 3
Request For Proposal for Selection of a Facility Management Service Provider for Mantralya Mahanadi Bhawan and its campus at Naya Raipur
51
APPENDIX– D7 ABSTRACT OF LV SYSTEM CCTV System
Sl. No. Equipment Description Make Capacity Quantity SSB
Unit
1 PTZ Camera Honeywell 124 Nos 2 VIDEO STREAMER AXIS 124 Nos
3 CAMERA POWER SUPPLY LOCAL 124 Nos 4 24 PORT SWITCH D-LINK 9 Nos
5 DATA BASE SERVER (DVM) DELL 1 Nos 6 CAMERA SERVER (DVM) DELL 6 Nos
7 NETWORK ATTACHED STORAGE (NAS) DELL 1 Nos
8 BAS Software 1 Nos 9 DVM Software 1 Nos
Fire Alarm System
Sl. No. Equipment Description Make Capacity Quantity SSB
Unit
1 Smoke Detectors Honeywell 2800 Nos 2 Heat Detectors Honeywell 80 Nos 3 Monitor Module Honeywell 80 Nos 4 Control Relay Honeywell 80 Nos 5 Mnaual Call point Honeywell 250 Nos 6 fault Isolator Module Honeywell 200 Nos 7 Hooter Cum Strobe Honeywell 100 Nos 8 Response Indicator safeway 1200 Nos 9 Fire Alarm Panel Honeywell 3 Nos 10 Repeater Panel Honeywell 2 Nos 11 Auto Dialer Unit Honeywell 1 Nos
Request For Proposal for Selection of a Facility Management Service Provider for Mantralya Mahanadi Bhawan and its campus at Naya Raipur
52
APPENDIX– D8 LIST OF INVENTORY FOR STATE SECRETARIES BLOCK TOILETS
S.R NO ITEM Unit Qty make SIZE
C.P & SANITARY
1 wall hung W. C Nos 170 Hindware Studio
2 wall hung W. C Nos 100 Hindware Lara
3 Orissa pan W.C Nos 50 Hindware 580x490
4 Wash Basin Nos 270 Hindware round
5 Wash Basin Nos 100 Hindware Oval
6 Wash Basin Nos 24 Hindware HINDWARE
7 sink Nos 9 Nirali 1100x550
8 Urinal Nos 230 Hindware Senso
9 single Lever mixer Nos 24 Jaquar cat - 3075
10 Basin mixer Nos 24 Jaquar Cat - 3001
11 Bottle trap Nos 394 Jaquar Cat - 769
12 Waste coupling Nos 394 Jaquar Cat -709
13 Towel ring Nos 394 Jaquar Cat - 1121
14 Robe Hook Nos 320 Jaquar cat -1191
15 Towel Rod Nos 33 Jaquar Cat - 1111
16 Paper Holder Nos 320 Jaquar Cat -1151
17 Shop Dish Nos 320 Jaquar Cat -1131
18 Pvc Jali Nos 630 Savita 150x150
19 soap Dispenair Nos 24 Jaquar 120x90x100
20 Water Heater Nos 29 Recold
21 Anglecock Nos 748 Jaquar Cat - 053
22 Bib cock Nos 320 Jaquar Cat - 041
23 Shwer arm Nos 24 Jaquar Cat - 483
24 Spout Nos 24 Jaquar cat - 429
25 Pilar cock Nos 394 Jaquar Cat -021
26 Jet spray Nos 320 Jaquar Cat - 563
27 Secretary Block Nos 70 Toilets
28 Secretary Block Nos 10 Public toilet
29 Section Block Nos 8 Public Toilets
30 Minister Block Nos 42 Toilets
31 Lobby 1 Nos 4 Public toilet
32 Lobby 2 Nos 5 Public Toilets
33 Lobby 3 Nos 6 Public toilet
34 Lobby 4 Nos 6 Public Toilets
35 Lobby 5 Nos 3 Public Toilets
36 Ancialary B Nos 3 Public Toilets
37 Handicraft toilet Nos 33 Public Toilets
Request For Proposal for Selection of a Facility Management Service Provider for Mantralya Mahanadi Bhawan and its campus at Naya Raipur
53
S.R NO ITEM Unit Qty make SIZE
38 Secretary Block Nos 12 Plumbing Shaft
39 Section Block Nos 2 Plumbing Shaft
40 Minister Block Nos 8 Plumbing Shaft
41 Lobby 1 Nos 1 Plumbing Shaft
42 Lobby 2 Nos 1 Plumbing Shaft
43 Lobby 3 Nos 1 Plumbing Shaft
44 Lobby 4 Nos 1 Plumbing Shaft
45 Lobby 5 Nos 1 Plumbing Shaft
46 Ancialary B Nos 1 Plumbing Shaft
47 WATER COOLER NOS 41 VOLTAS
48 WATER SUPPLY
49 150 mm upvc pipe RM 1300 Supreme
50 100 mm upvc pipe RM 1300 Supreme
51 75 mm upvc pipe RM nil Supreme
52 65 mm upvc pipe RM 65 Supreme
53 50 mm upvc pipe RM 450 Supreme
54 40 mm upvc pipe RM 1300 Supreme
55 32 mm upvc pipe RM 1100 Supreme
56 25 mm upvc pipe RM 300 Supreme
57 20 mm upvc pipe RM 200 Supreme
58 15 mm copper pipe RM 2500 Maxflow
59 20 mm copper pipe RM 500 Maxflow
60 15 mm Ball valve Nos 80 Zoloto
61 20 mm Ball valve Nos 160 Zoloto
62 25 mm Ball valve Nos 80 Zoloto
63 32 mm Ball valve Nos 110 Zoloto
64 40 mm Ball valve Nos 70 Zoloto
65 50 mm Ball valve Nos 30 Zoloto
66 65 mm Ball valve Nos 25 Zoloto
67 SOIL ,WASTE PIPE
68 75 MM C.I PIPE RM 2900 Hep
69 100 MM C.I PIPE RM 2650 Hep
70 150 MM C.I PIPE RM 200 Hep
71 50 MM C.I PIPE RM 1550 Hep
72
73 EXTERNAL RAIN WATER LINE
74 75 MM C.I PIPE RM 325 Hep
75 100 MM C.I PIPE RM 3000 Hep
76 150 MM C.I PIPE RM 150 Hep
77
Request For Proposal for Selection of a Facility Management Service Provider for Mantralya Mahanadi Bhawan and its campus at Naya Raipur
54
S.R NO ITEM Unit Qty make SIZE
78 EXTERNAL DRAINAGE SYSTEM
79 RCC PIPES, MANHOLE WITH COVER & FRAMES OF NECO MAKE
80 150 MM RCC PIPE RM 750 PRANALI
81 200 MM RCC PIPE RM 350 PRANALI
82 300 MM RCC PIPE RM 160 PRANALI
83 900X450 CHAMBER NOS 160 NECO
84 MANHOLE/COVER NOS 48 NECO
85 EXTERNAL STORM WATER LINE
86 450 MM RCC PIPE RM 350 Panali
87 600 MM RCC PIPE RM 550 Quality pipes
88 750 MM RCC PIPE RM 320 Quality pipes
89 900 MM RCC PIPE RM 150 Quality pipes
90 1000 MM RCC PIPE RM 60 Quality pipes
91 MANHOLE/COVER NOS 140 NECO
92 CATCH BASIN NOS 180
93 300 MM CHANNEL RM 500 Neco
94 450 MM CHANNEL RM 20 Neco
95 SUB HEAD -III (FIRE FIGHITING SYSTEM)
96 Secretary Block NOS 3 FIRE SHAFT
97 Section Block NOS 5 FIRE SHAFT
98 Minister Block NOS 2 FIRE SHAFT
99 Lobby 1 NOS 1 FIRE SHAFT
100 Lobby 2 NOS 1 FIRE SHAFT
101 Lobby 3 NOS 1 FIRE SHAFT
102 Lobby 4 NOS 1 FIRE SHAFT
103 Lobby 5 NOS 1 FIRE SHAFT
104 200 MM G.I PIPE RM 2050 TATA
105 150 MM G.I PIPE RM 2200 TATA
106 100 MM G.I PIPE RM 1700 TATA
107 75 MM G.I PIPE RM 1100 TATA
108 65 MM G.I PIPE RM 2100 TATA
109 50 MM G.I PIPE RM 6400 TATA
110 40 MM G.I PIPE RM 4000 TATA
111 32 MM G.I PIPE RM 6400 TATA
112 25 MM G.I PIPE RM 15000 TATA
113 SPRINKLER NOS 6500 H.D
114 Butter fly valve 200 mm NOS 16 Audco
115 Butter fly valve 150 mm NOS 34 Audco
116 Butter fly valve 100 mm NOS 58 Audco
Request For Proposal for Selection of a Facility Management Service Provider for Mantralya Mahanadi Bhawan and its campus at Naya Raipur
55
S.R NO ITEM Unit Qty make SIZE
117 Butter fly valve 80 mm NOS 14 Audco
118 NRV 200 mm NOS 5 C&R
119 NRV 150 mm NOS 18 C&R
120 NRV 100 mm NOS 64 C&R
121 NRV 75 mm NOS 6 C&R
122 Single Hydrant valve NOS 40 shah Bhogilal
123 Double hydrant valve NOS 90 shah Bhogilal
124 Pump / Hydro SYSTEM
125 F.M 200 SYSTEM NOS 1 KIRLOSKER
126 MAIN FIRE PUMP NOS 1 KIRLOSKER
127 MAIN SPRINKLER PUMP NOS 1 KIRLOSKER
128 JOCKY PUMP NOS 2 KIRLOSKER
129 BOOSTER PUMP NOS 8 KIRLOSKER
130 A.C MACOP PUMP NOS 2 KIRLOSKER
131 DISEL ENGINE NOS 1 KIRLOSKER
132 FLUSHING PUMP NOS 1 GRUNDFOSH
133 DOMESTIC PUMP NOS 1 GRUNDFOSH
134 SUMP PUMP NOS 2 GRUNDFOSH
135 WATER TRETMENT PUMP NOS 1 THARMAX
136 R.O PLANT NOS 4 THARMAX
137
Request For Proposal for Selection of a Facility Management Service Provider for Mantralya Mahanadi Bhawan and its campus at Naya Raipur
56
APPENDIX– D9 INVENTORY OF Interior Decoration Furnishing work
Name of Work:- Interior Decoration work For State Secretariat Building at Naya Raipur (Chhattisgarh).
Work Order No: 1423 /SSB/Int. & Fur./Deco. Work/4-4 /NRDA/09 Raipur, dated: 05 /10/2011 Contract Agreement No.28/ SSB/ Int.Deco. work/ES/4-4/NRDA/11-12, Raipur, dated: 29 /9/2011.
Item No. Description of item Units Qty.
1 2 3 4
1 RELATED CIVIL WORKS
1.2 Wall putty (add wall covering qty) Sqmt 3800.00
1.3 Acrylic primer Sqmt 1250.00
1.4 Acrylic emulsion paint Sqmt 1250.00
1.5 Textured high class matt finish paint Sqmt 98.34
1.6 POP on flooring for floor protection Sqmt 5990.00
2 FURNITURE
2.1.1 CABIN
2.1.1.1 Secretaries Block - Room No: S 5a
A WORKSTATION
A.1 Working table No. 1.00
A.2 Cabinet under working table No. 1.00
A.3 Side unit No. 1.00
A.4 Back credenza No. 1.00
A.5 Side cabinet with AV No. 1.00
2.1.1.3 Secretaries Block - Room No: 30/33-a to 33/33-a
A WORKSTATION
A.1 Working table No. 4.00
A.2 Cabinet under working table No. 8.00
A.3 Side unit No. 11.00
A.4 Back credenza No. 7.00
A.5 Side cabinet with AV No. 4.00
2.1.1.4 Minister’s Block - Room No: 1/12-a to 12/12-a
A WORKSTATION
A.1 Working table No. 12.00
A.2 Cabinet under working table No. 12.00
A.3 Side unit No. 13.00
A.4 Back credenza No. 12.00
A.5 Side cabinet with AV No. 12.00
2.1.1.5 Minister’s Block - Room No.: M7a (Old CM CABIN) / PS to CM
A WORKSTATION
A.1 Working Table No. 1.00
A.2 Cabinet under working table No. 2.00
Request For Proposal for Selection of a Facility Management Service Provider for Mantralya Mahanadi Bhawan and its campus at Naya Raipur
57
Item No. Description of item Units Qty.
1 2 3 4
A.3 Side Unit No. 1.00
A.4 Back Credenza No. 1.00
2.1.1.1.A5 AV unit No. 2.00
A.5 Fabric Magnetic board No. 0.00
B MISC.
B.1 Center table No. 1.00
B.2 Side table No. 2.00
B.4 Planter box No. 5.00
2.1.1.6 Minister’s Block - Room No: 1’/12-a to 12’/12-a
A WORKSTATION
A.1 Working table No. 12.00
A.2 Cabinet under working table No. 13.00
A.3 Side unit No. 13.00
A.4 Back credenza No. 14.00
A.5 Side cabinet with AV No. 14.00
2.1.1.7 Minister’s Block Mr Aman Singh Cabin
A WORKSTATION
A.1 Working table No. 1.00
A.2 Cabinet under working table No. 1.00
A.3 Side unit No. 1.00
A.4 Back credenza No. 1.00
1 Side cabinet with AV No. 2.00
2 Planter box No. 4.00
B.1.5 Low Ht. Cabinet-5 No. 1.00
CM CABIN (NEW Room No. M5-7)
E15 Working Table Nos 0.00
A.2 Cabinet under working table Nos 2.00
2.1.1.5.A.3 Back Credenza Nos 2.00
2.1.1.5.A.4 Side Cabinet/Book Shelfs Nos 2.00
2.1.1.4.A.5 AV Cabinet Nos 1.00
B MISC.
B.1 Center table Nos 1.00
B.2 Side table Nos 2.00
B.4 Planter box Nos 8.00
A Minister’s Block - Room No: M8-a (CM SECY.)
A.1 WORKSTATION
A.2 Working table No. 1.00
A.3 Cabinet under working table No. 1.00
A.4 Side unit No. 1.00
A.5 Back credenza No. 2.00
Request For Proposal for Selection of a Facility Management Service Provider for Mantralya Mahanadi Bhawan and its campus at Naya Raipur
58
Item No. Description of item Units Qty.
1 2 3 4
A.6 Side cabinet with AV No. 1.00
B.1.5 Low Ht. Cabinet-5 No. 0.00
A Minister’s Block - ACS to CM
A.1 WORKSTATION
A.2 Working table No. 0.00
A.3 Cabinet under working table No. 0.00
A.4 Side unit No. 0.00
A.5 Back credenza No. 0.00
A.6 Side cabinet with AV No. 0.00
3.1.2.1 FURNITURE - ANTE ROOM
Secretaries Block - Room No: S5b
A Multipurpose cabinet, table and duco wall panel No. 1.00
B Bed No. 1.00
B Bed for 4 ACS & 2 Secy. No. 6.00
3.1.2.4 Minister’s Block - Room No: 1/12-b to 12/12-b
B Bed No. 13.00
BLOCK: Minister's Block Room No.: 7-b (Old CM room) Basic Cost of veneer: Rs 225/sqft.
B Center table Refer Technical specification no. 5.2.11 Size: 600mm x 600mm x 450mm (ht.)
No. 1.00
C Side table Refer Technical specification no. 5.2.11 Size: 450mm x 450mm x 450mm (ht.)
No. 1.00
D Bed- Refer Technical specification no. 5.2.13 No. 1.00
E Planter box- Refer Technical specification no. 5.2.12, Finish type 2 No. 3.00
E4 Working table with Wardrobe (in Ante room) No. 1.00
E3 Working table with Wardrobe (in Dressing Room) No. 1.00
3.1.2.5.A Study Table No. 1.00
B.1.5 Low Ht. Cabinet-5 No. 1.00
Minister's Block Room No.: Mr Aman Singh
E Planter box- Refer Technical specification no. 5.2.12, Finish type 2 No. 2.00
E3 Working table with Wardrobe (in Dressing Room) No. 1.00
Minister's Block : NEW CM ANTE-room Basic Cost of veneer: Rs 225/sqft.
E4 Working table with Wardrobe (in Ante room) No. 1.00
B.1.5 Low Ht. Cabinet-5 No. 1.00
3.1.2.5-c Side table No. 2.00
3.1.2.5-d Bed No. 1.00
3.1.2.5-e Planter box No. 3.00
E3 Working table with Wardrobe (in Dressing Room) No. 1.00
3.1.2.7 BLOCK: Minister’s Block
B Cupboard, Open rack, Glass rack No. 1.00
Request For Proposal for Selection of a Facility Management Service Provider for Mantralya Mahanadi Bhawan and its campus at Naya Raipur
59
Item No. Description of item Units Qty.
1 2 3 4
3.1 FURNITURE
3.1.3 CONFERENCE AND MEETING ROOM
3.1.3.1 BLOCK: Secretaries Block
Room No: S1
A Conference table – U shape No. 1.00
B Service counter cabinet No. 4.00
D Wall with AV cabinet No. 1.00
3.1.3.2 BLOCK: Secretaries Block
Room No: S2
A Conference table – U shape No. 1.00
B Service counter cabinet No. 2.00
D Wall with AV cabinet No. 1.00
3.1.3.3 BLOCK: Secretaries Block
Room No: S3
A Conference table – U shape No. 1.00
B Service counter cabinet No. 2.00
C Wall with AV cabinet No. 1.00
3.1.3.4 BLOCK: Secretaries Block
Room No: S 5j
A Conference table – U shape No. 1.00
B Service counter cabinet No. 2.00
C Wall with AV cabinet No. 1.00
D Planter box No. 4.00
3.1.3.5 BLOCK: Minister’s Block
Room No: M 3a
A Conference table – Rectangular shape No. 2.00
B Service counter cabinet No. 1.00
C Wall with AV cabinet No. 1.00
3.1.3.6 BLOCK: Minister’s Block
Room No: M 7-k
A Conference table – U shape No. 1.00
B Service counter cabinet No. 1.00
C Wall with AV cabinet No. 1.00
D Planter box No. 4.00
3.1.3.7 BLOCK: Minister’s Block
Room No: M 24a
A Conference table – U shape No. 1.00
B Service counter cabinet No. 1.00
C Wall with AV cabinet No. 1.00
D Planter box No. 4.00
Request For Proposal for Selection of a Facility Management Service Provider for Mantralya Mahanadi Bhawan and its campus at Naya Raipur
60
Item No. Description of item Units Qty.
1 2 3 4
3.1.3.8 Minister’s Block- Press conference-Room No: M 3b
A Press conference table (size change) No. 1.00
B AV Cabinet No. 1.00
3.1.3.9 BLOCK: Minister’s Block
Room No: M 21
A Conference table – Rectangular shape(refernce with s5j table amount for change drawing)
No. 1.00
B Service counter cabinet No. 1.00
C Wall with AV cabinet No. 1.00
3.1 FURNITURE
4.1.4 CAFÉ
3.1.4.1 Block-Secretaries Block
Room No.: S 4a
A Wash basin counter No. 1
B Service counter No. 1
Room No: B 11a
B Service counter No. 2.00
7 FURNITURE
7.1.6 MISCALLANEOUS FURNITURE
A SECTION BLOCK FURNITURE
A.1 Dry pantry No. 72.00
B FOR ALL BLOCKS FURNITURE
B.1 Cabinet
B.1.3 Low ht. Cabinet – 3 No. 120.00
B.1.4 Low ht. Cabinet – 4 No. 20.00
B.1.7 Full ht. Cabinet -1
No. 5.00
B.1.8 Full ht. . Cabinet - 2 No. 5.00
B.1.9 Full ht. Cabinet - 3 No. 15.00
B.1.10 Full ht. Cabinet – 4 No. 30.00
B.1.10 Full ht. Cabinet – 4 Sqmt 132.00
B.2 Working table
B.2.5 Working table 5 No. 28.00
B.3 Loose table
B.3.1 Size: 900mm x 600mm x 450mm (ht.) No. 75.00
B.3.2 Size: 600mm x 600mm x 450mm (ht.) No. 100.00
B.3.4 Size: 450mm x 450mm x 450mm (ht.) No. 100.00
B.4 Planter box
B.4.1 Basic coat of veener = Rs 150/sqft No. 125.00
B.4.2 Basic coat of laminate = Rs 50/sqft No. 140.00
8 FINISHES AND MISCELLANEOUS ITEMS
Request For Proposal for Selection of a Facility Management Service Provider for Mantralya Mahanadi Bhawan and its campus at Naya Raipur
61
Item No. Description of item Units Qty.
1 2 3 4
A WALL PANELING
A.1 Finish type 1 (veener finish)
A.1.1 Finish type 1A Sq.mt 230.04
A.1.2 Finish type 1B Sq.mt 314.72
A.1.3 Finish type 1C Sq.mt 347.25
A.2 Finish type 2 (laminate finish)
A.2.1 Finish type 2A Sq.mt 529.18
A.3 Finish type 3 (fabric finish)
A.3.1 Finish type 3A Sq.mt 186.98
A.4 Finish type 4 (no finish)
A.4.1 Finish type 4A Sq.mt 419.25
B PLY BOXING
B.1 Finish type 1 (veener finish)
B.1.1 Finish type 1A Sq.mt 493.99
B.1.2 Finish type 1B Sq.mt 552.00
B.1.3 Finish type 1C Sq.mt 260.00
B.2 Finish type 2 (laminate finish)
B.2.1 Finish type 2A Sq.mt 559.00
B.3 Finish type 3 (no finish)
B.3.1 Finish type 3A Sq.mt 2814.39
C PELMET
C.1 Finish type 1 rmt 2570.57
C.2.1 Finish type 2 (Basic coat of veener = Rs 225 / sqft) rmt 50.04
C.2.2 Finish type 2 (Basic coat of veener = Rs 150 / sqft) rmt 225.22
C.2.3 Finish type 2 (Basic coat of veener = Rs 100 / sqft) rmt 105.66
D EXTENDED FILLER
D.2 Type 2
D.2.1 Finish type 1 Sq.mt 160.21
E GLASS RACK
E.1 Size = 300mm depth Rmt 31.00
E.2 Size = 375mm depth Rmt 16.00
E.3 Size = 450mm depth Rmt 10.00
F OPEN RACK - TYPE 2 (Veener finish)
F.2 Size = 375mm depth Rmt 11.46
F.3 Size = 450mm depth Rmt 21.37
I WOOD BAND
I.1 75mm wide Rmt 247.84
I.2 100mm wide Rmt. 107.74
I.3 125mm wide Rmt 374.43
I.4 150mm wide Rmt. 44.28
Request For Proposal for Selection of a Facility Management Service Provider for Mantralya Mahanadi Bhawan and its campus at Naya Raipur
62
Item No. Description of item Units Qty.
1 2 3 4
I.5 200mm wide Rmt. 48.52
L WOODEN FLOOR (INCLUDING SKITING AND TRANSITIONAL STRIP)
L.1 Make and code: ARMSTRONG OR APPROVED EQUIVALENT MAKE Sq.mt 420.58
O WALL COVERING Sq.mt 2814.39
P BLIND
P.1 Roller blind - opaque
P.1.1 Manual control Sq.mt 1465.39
P.2 Roller blind - translucent
P.2.1 Manual control Sq.mt 113.79
P.3 Manual control - handloom bastar art roller blind Sq.mt 1341.55
E1 Foot Rest No. 428.00
E.2 Side cabinet with AV No. 29.00
E3 Working table with Wardrobe No. 15.00
E4 Working table with Wardrobe No. 52.00
E5 Repographic counter No. 72.00
E6 Café Table No. 48
E7 Corian Sq.mt 269.00
E8 Book Shelf Nos. 35.00
E9 Custom made Fabric Sofa No. 60.00
E10 Writing ledge (450mm wide) Rmt. 17.76
E11 MATS
E11-A Rubber foot mats Sqmt. 100.00
E11-B Finn mats Sqmt. 108.00
E11-C Plain pvc mat Nos. 396.48
E11-D Synthetic top & rubber base doormat Nos. 120.00
E12 Supplying and fixing of 3M make Frosted Film in required size, shape &design . Sq.mt 700.99
E13 Supplying and installation of 75 x 8mm size Teak wood lipping with polishing as approved by engineer-in-charge. Rmt. 100.00
E14 Library reception Table Nos 1.00
E15 Supplying and installation of CM Table (Size 4700mm x 1150mm x 750mm) as approved by engineer-in-charge.
Nos 1.00
E16 Supplying and installation of CM Floor Reception Table (Size 4000mm x 1575mm x 775mm) as approved by engineer-in-charge.
Nos 1.00
E17 L3 Reception Table Nos 1.00
E18 6mm Glass shutter bookcase laminet finish Sqmt 172.04
E19 FABRIC CURTAIN (M5) Sq.mt. 110.56
E19b FABRIC CURTAIN(M1/M2/M3/M4) Sq.mt. 400.00
E20 Zebra Blinds in CM Cabin Sqmt 30.00
E21 DUST BIN
E21-A Dust bin 10 litres Nos 104.00
E21-B Dust bin 50 litres Nos 50.00
Request For Proposal for Selection of a Facility Management Service Provider for Mantralya Mahanadi Bhawan and its campus at Naya Raipur
63
Item No. Description of item Units Qty.
1 2 3 4
E21-C Dust bin 80 litres Nos 65.00
E22 Bed Sheet with Pillow & pillow cover Nos 38.00
E23 CARPET Sqm. 78.80
E24 Furniture Accessories
E24-A Link 25 mm Drawer Lock Nos 374.00
E24-B Link 32 mm Wardrobe Lock Nos 349.00
E24-C Link 150 mm Tower Bolt Nos 343.00
E24-D Dorma (XLC1002) Door Closure Nos 12.00
E24-E Dorma (3A C/C 450) Door Handle Set 6.00
E24-F Link Dead Lock with Knob Nos 6.00
E24-G Amul SS Stud Nos 20.00
E26 Providing and fixing Anodised Aluminum work for door,windows,ventilators and partitions and built up standerd tubular and other section of approved make conforming.
K.G. 13815.55
E27 Providing and fixing 5mm thick Toughened glass pane in Anodised Aluminum work for door,windows,ventilators and partitions and built up standerd tubular and other section of approved make conforming.
Sqm. 1341.78
E27 6mm thick Toughened Glass on Table Top Sqmt 0.00
E28 6W LED MIRROR Nos. 9.00
E29 SPOT LIGHT Nos. 32.00
E30 8mm wide aluminium TEE-profile/u-channel Rmt. 0.00
E31 Providing and fixing Wooden/Ply NOTICE Board size 1.50m x 1.20m with Toughened glass shutter with lock complete as per architectural/shop drawing, specification and the direction of engineer-in-charge.
No. 18.00
E32
Providing and fixing 12mm thick pre-laminated particle board flat pressed three layer or grade wood particle board conforming to is 12823 grade type 2 ,in paneling fixed in aluminium doors,window shutter and partition frames with c.p. brass/stainless steel screws etc.
Sqm. 660.23
E33 Providing and fixing ad nodized Aluminium framed grill of approved shape ,pattern and design including cutting,bending,hoisting and erecting/fixing to door,window frame or to wall with fixing clips or hold fasteners or bolts and nuts ar per required.
Kg 1066.19
E34 Lift Decoration work LS
C.M. Lift Nos. 1.00
C.S. Lift Nos. 1.00
Lift in L3 (3nos) Nos. 3.00
E35 12mm thick Toughened Glass with eitching GLASS PARTITION in PS cabin including all fitting and finish complete
Sqmt 15.00
Sqm 13.80
E36 Shifting & Reinstallation of Working Tables @ 60% of Original item sqm
Working Table No. 2.00
Side Unit No. 2.00
Working Table No. 1.00
Back Credenza No. 3.00
Side Unit No. 3.00
Request For Proposal for Selection of a Facility Management Service Provider for Mantralya Mahanadi Bhawan and its campus at Naya Raipur
64
Item No. Description of item Units Qty.
1 2 3 4
AV Unit No. 4.00
Working Table No. 2.00
Side Unit No. 1.00
E NIC SECTION
1 Half Glass Ply Door with both side laminet Nos. 9.00
2 VENEER WALL PANELING [Finish type 1B/ Basic cost of Veneer = Rs 150 /Sqft.] Sqm 79.45
3 LAMINATE WALL PANELING [Finish type 2A/Basic cost of laminate (external) = Rs 50 /Sqft.]
Sqm 222.15
4 Main VC Conference table-1 no. 1
5 VC Conference table-2 no. 1
6 Service Counter cabinet no. 6
7 Wall with AV cabinet no. 4
8 Laminate finish PELMET Rmt. 32.35
9 Veneer PELMET Rmt. 4.48
10 Roller Blind - opaque: Sqm 44.85
11 Dry pantry no. 1.00
12 Veneer Finish Planter box (SIO+VC1+VC2) no. 6
13 Laminated Planter box (Hall+Training) no. 4
14 Foot Rest no. 56
15 NIC Cabin Working Table for SIO no. 1.00
16 NIC Cabin Back Credenza no. 1.00
17 NIC Cabin Side Unit no. 1.00
18 Desk In traing Room Size = 1000mm (L) x 450mm(D) x 750mm(H)
Rmt. 20
19 Corian cladding Sqm 5.8
20 Aluminum U Channel/T-profile Rmt. 362
21 Wall covering with Wall Paper Sqm 64.83
22 Wall putty Sqm 64.83
23 Ply boxing (veneer finish type 1B)
(i) TYPE-1: One side Veneer- vc1 3.9x.83 x2 = 4,68, col. (.5+.3)x2.9x2 = 4.64 Total 9.32 sqm
Sqm 9.32
(ii)
TYPE-2: Both side Veneer- SIO cabin 5.82x2.9 - door .9x2.05=15.03 x2 = 30.06 sqm VC1+2 - 7x2.9x2=40.60 Total = 70.66 sqm
Sqm 70.66
(iii)
TYPE-3: One side Veneer & other side Laminate- SIO cabin 5.5x2.9 x 2= 31.90 sqm, Staff cabin 4.9x2.9x2=28.42 way to VC1 [2x2.9x2]-door1x2.05]=9.55 VC1 [.83x3.9]x2=6.47 Total = 76.34 sqm
Sqm 76.34
(iv)
TYPE-4: No finish for wall paper- For Corian= 5.80 Sqm, For Wall Paper = 64.83 For Anutone = 25.44 Total = 96.07 sqm
Sqm 96.07
Request For Proposal for Selection of a Facility Management Service Provider for Mantralya Mahanadi Bhawan and its campus at Naya Raipur
65
Item No. Description of item Units Qty.
1 2 3 4
24 Ply boxing (laminate finish type 2) Sqm 377.93
25 Wall panelling (Fabric finish type 3) Finish type 3A (Fabric with Anutone accoustic board)Basic cost of fabric = Rs 250 /Sqft. Sqm 25.44
26 Wall panelling Finish type 4A (for Wall paper/Texture) Sqm 64.83
27 Supplying and installation of 6mm thk Table-Glass (Toughened) Sqm 23.30
28 Supplying and installation of Doormat Sqm 22.08
29 Supplying and installation of Dustbins (Big size) Each 4.00
30 Supplying and installation of Dustbins (Small size) Each 16.00
31 Supplying and installation of 2mm thick Vinyl Flooring Sqm 458.50
32 (i) 3M make frosted Glass Film Sqm 33.56
32(ii) 3M make Black Film in Window Sqm 20.25
33 Door Lock No. 9.00
34 Cub-board Lock No. 6.00
35 Tower bolt 150mm linc No. 8.00
36 Drawer Lock No. 31.00
37 Door Closer No. 9.00
38 Door Handle No. 18
39 Wire Manager in Tables No. 25.00
B.2.1 Ply Boxing (laminate finish type 2A) Sq.mt 0.00
A.3.1 Wall panelling (fabric finish type 3) Sq.mt 0.00
B.3.1 Ply Boxing No finish Sq.mt 0.00
P.3 Baster art Roller blind Sqmt 0.00 Supplying and fixing of Blind & other miscellaneous works in Mantralaya Building at Capitol Complex, Naya Raipur.
Item No. Particulars Units Qty . 1 2 3 4
1 Providing & Fixing Verticle blind Sqm 1800.00 2 Providing & Fixing Opaqe Roller blind Sqm 250.00 3 Providing & Fixing Translucent Roller blind Sqm 0.00
4 Providing & Fixing Fabric Curtain P-line/Smooth-line (Basic rate of Fabric is Rs. 350.00 per Sqm.).
Sqm 60.00
5 Providing & Fixing monolithic moulded Plastic seat and back Nos. 335.00
6 Providing and fixing 6mm thick twin wall Semi transparent Polycarbonate compact sheet roofing
Sqm 773.00
7 Providing and fixing Hot finished Seamless Welded Tubes Steel work in tubular structure
Kg 1579.72
8 E-1
Providing & fabrication of Neon Tube Glow Sign Board with painted GI Letters 30 ft x5ft /12ft x2ft, Box size 174 sqft including all necessary fittings & fixtures complete as directed by engineer-in-charge.
One Job 1.00
Request For Proposal for Selection of a Facility Management Service Provider for Mantralya Mahanadi Bhawan and its campus at Naya Raipur
66
APPENDIX– D10 INVENTORY OF MODULAR FURNITURES
Name of Work:- Designing, manufacturing, supplying, assembling, testing and commissioning of modular workstation (Modular office
Furniture) for Section Block of State Secretariat Building at Naya Raipur (Chhattisgarh).- MOD-1 Work Order No: 635 / SSB/Int. & Fur./PW/B/4-4 /NRDA/09, Raipur, dated : 10 /05/2011 Contract Agreement No 22/SSB/Int. &
Fur./PW/B/4-4 /NRDA/09 Dated : 28.4.2011 [M/s Featherlite Office System (P) Ltd, # 83&88/1, Bangalore-Mysore Road, Hejjala Circle, Ramanagaram Dist (Section Block)]
Item No.
Description of item Units Qty.
1 2 3 4 All rates are inclusive of all tax components, duties, delivery, etc. . Designing, manufacturing, supplying, assembling, testing and commissioning of modular
office furniture.
1 MODULAR WORKSTATION 1.1 Modular Workstation Type 1
1.1.1 One person cluster - 1A (Section general staff) Nos. 48 1.1.2 Two person cluster(type -1) - 1B (Section general staff ) Nos. 111
1.1.3 Two person cluster(type -2) - 1C (Section general staff) Nos. 140
1.1.4 Four person cluster - 1D (Section general staff) - Nos. 104 1.2 Modular Workstation Type 2
1.2.1 One person cluster - 2A (Section Head) Nos. 31 1.2.2 Two person cluster - 2B (Section Head) Nos. 28 1.2.3 One person cluster - 2C (cabin executive) Nos. 102 1.3 Modular Workstation Type 3
1.3.1 One person cluster - 3A (room executive) Nos. 36 2 Filing cabinet - 4A - Nos. 263 3 Loose table - 5A Rmt. 147 4 Partition - 6A Nos. 850 5 Door - 7A Nos. 112 6 CPU trolley- 8A Nos. 485 7 Keyboard Drawer - 9A Nos. 485 8 Name tag - 11A Nos. 935
Request For Proposal for Selection of a Facility Management Service Provider for Mantralya Mahanadi Bhawan and its campus at Naya Raipur
67
Name of Work:- Designing, manufacturing, supplying, assembling, testing and commissioning of modular workstation (Modular office Furniture) for Ancillary A&B, Ministry & Secretary blocks of State Secretariat Building at Naya Raipur.- MOD-2
Work Order No: Work Order No: 1116 /SSB/Mod-2/PW/B/4-4 /NRDA/11, Raipur, dated: 29.7.2011 Contract Agreement No. 26 /SSB/Int. & Fur./Mod-2/B/4-4 /NRDA/11-12, Dated : 26.7.2011 [De Bono Flexcom(I) Ltd., Kukreja House, 1st Floor, 46, Rani Jhansi Road, New Delhi]
Item No. Description of item Units Qty.
1 2 3 A MODULAR FURNITURE
A.1.1 Modular Workstation WS2 Nos. 18 A.1.2 Modular Workstation WS4 Nos. 15 A.1.3 Modular Workstation WS5 Nos. 261 A.1.4 Modular Workstation WS6 Nos. 46 A.1.5 Modular Workstation WS7 Nos. 4 A.1.6 Modular Workstation WS8 Nos. 18 A.1.7 Modular Workstation WS9 Nos 30 A.1.8 Modular Workstation WS10 Nos. 55 A.1.9 Modular Workstation WS11 Nos. 3 A.1.10 Modular Workstation WS12 Nos. 3 A.1.11 Modular Workstation WS13 Nos. 37 A.1.12 Modular Workstation WS14 Nos. 25 A.1.13 Modular Workstation WS16 Nos. 2 A.1.14 Modular Workstation WS17 Nos. 2 A.1.15 Modular Workstation WS18 Nos. 1 A.1.16 Modular Workstation WS19 Nos. 9 A.1.17 Modular Workstation WS20 Nos. 1 A.1.18 Modular Workstation WS22 Nos. 34 A.1.18 Modular Workstation WS25 Nos 1 A.1.19 Modular Workstation WS26 Nos. 10 A.1.20 Modular Workstation WS27 Nos. 1 A.1.21 Modular Workstation WS28 Nos. 5
B Loose Table
B.1 Made up of prelaminate particle board top & powder coated CRCA Size = 450mm(H)
B.1.1 Loose table TL1 Size = 450mm dia, single leg support Nos. 105 B.1.2 Loose table TL2
Nos. 176 Size = 450mm(L) x 450mm(B) , single leg support
B.1.3 Loose table TL3 Nos. 150
Size = 900mm(L) x 600mm(B), four leg support B.1.4 Loose table TL4
Nos. 189 Size = 600mm(L) x 600mm(B), four leg support
B.2 Made up of prelaminate particle board top & anodized CRCA Size = 730-750mm(H), four leg support
B.2.1 Loose Table TH1 (library table) Nos 5 B.2.2 Loose Table TH2 (library table) Nos 35 B.2.3 Loose table TH4
Nos. 45 Size = 900mm(L) x 600mm(B)
B.2.4 Loose table TH5 Nos. 5
Size = 1200mm(L) x 600mm(B) F Providing 4A Size Filing cabinet size-Width=450-500mm, Height=1300-1350mm,
Depth: 600-650mm, Construction: Rigid Knock down Construction, Material: CRCA, 0.7 mm Thick --
Nos. 250
G Providing CPU trolley (with expandable width) shall be of 1.5mm thick steel of approved size and colour. The sheet should be powder coated on all surfaces. The
Nos 534
Request For Proposal for Selection of a Facility Management Service Provider for Mantralya Mahanadi Bhawan and its campus at Naya Raipur
68
trolley should move on 4 castors with locking mechanism.
H Providing Keyboard Drawer with foldable mouse padded tray shall be of 0.8mm thick steel of approved size and colour. The trays shall be mounted on telescopic channels of ball bearing type mounted on the underside of the worktop
Nos 534
I Providing Name tag shall be made up of acrylic sheet with slide in facility of paper name card of size=75x175mm. The Name tag shall be fixed to workstations by both side adhesive tape (3M equivalent make)
Nos 550
Request For Proposal for Selection of a Facility Management Service Provider for Mantralya Mahanadi Bhawan and its campus at Naya Raipur
69
APPENDIX– D11 INVENTORY OF STORAGE COMPACTORS
Name of Work:- Designing, manufacturing, supplying, assembling, testing and commissioning of COMPACTORS, LIBRARY RACKS, TABLE, MODULAR STORAGE CABINETS & SLOTED ANGLE ADJUSTABLE STORAGE RACKS FOR State Secretariat Building at Capitol Complex, Naya Raipur..- MOD-3
Work Order No: Work Order No:1588/ MOD-3/Engg. Section/NRDA/2011-12,, Raipur, dated: 26 /11/2011Contract Agreement No: 35/ SSB/Mod-3/PW/B/4-4 /NRDA/2011-12 Raipur, dated: 24/11/2011. [Kompress (India) Pvt. Ltd. 39/202, Maryland Corner Sion (E) Mumbai]
Item No. Description of item Units Qty. 1 2 3 4 All rates are inclusive of all tax components, duties, delivery, etc. 1 COMPACTORS
1.1 Compactor at Section Block 1.1.1 Compactors - 1 (SL + 1 No. TM + SS), 2 Bay Nos. 75 1.1.3 Compactors - 3 (SL + 3 No. TM + SS), 2 Bay Nos. 44 1.1.4 Compactors - 4 (SL + 4 No. TM + SS), 2 Bay Nos. 43 1.1.5 Compactors - 5 (SL + 5 No. TM + SS), 2 Bay Nos. 1 1.2 Compactor at Minister Block
1.2.1 Compactors - 2 (SL + 2 No. TM + SS), 2 Bay Nos. 1 1.1.3 Compactors - 3 (SL + 3 No. TM + SS), 2 Bay Nos. 1 1.2 Compactor at Sectariat Block
1.2.1 Compactors - 2 (SL + 2 No. TM + SS), 2 Bay Nos. 1 1.3 Compactor at Ancillary Block
1.3.1 Compactors - 3 (SL + 3 No. TM + SS), 2 Bay Nos. 3 1.3.2 Compactors - 6 (SL + 6 No. TM + SS), 3 Bay Nos. 5 1.3.3 Compactors - 8 (SL + 8 No. TM + SS), 2 Bay Nos. 1
2 RACKS for Ancillary block 2.1 CR1 - Both Side accesable oper rack for library Nos. 70 2.2 CR2 - BOOKCASE NOS. 210 2.5 CR5 - Metal Locker Nos. 20 2.8 CR8 - boltless T-post racks Nos. 350 3 CAFÉ TABLE
3.1.1 CAFÉ TABLE - 750mm x 750 MM X 750 MM(H) Nos. 1 3.1.2 CAFÉ TABLE - 900mm x 750 MM X 750 MM(H) Nos. 3 3.1.3 CAFÉ TABLE - 2250mm x 750 MM X 750 MM(H) Nos. 2
4 NIC-Section (Deposit Work) 4.1.1 Compactors - 3 (SL + 3 No. TM + SS), 2 Bay Nos. 1 4.1.2 Compactors - 4 (SL + 4 No. TM + SS), 2 Bay Nos. 1
Request For Proposal for Selection of a Facility Management Service Provider for Mantralya Mahanadi Bhawan and its campus at Naya Raipur
70
APPENDIX– D12 INVENTORY OF SOFAS& CHAIRS
Name of Work:- Designing, manufacturing, supplying, assembling, testing & commissioning of office chairs and sofas for State
Secretariat Building at Capitol Complex, Naya Raipur.- MOD-4 & 05 [Office Chair, Sofa, (PART- 2 BOQ-3 ONLY FOR BALANCE CHAIRS)
(1) Work Order No: Wipro Limited, Work Order No: 1678/Int & Fur/Mod-4/ES/NRDA/2011-2012, Raipur, dated: 15 /12/2011 Contract Agreement No. 36/ In t& Fur/Mod-4/ES/NRDA/2011-2012, Raipur, dated: 14/12/2011.
(2) Godrej & Boyce Mfg. Co. Ltd (sofas), Work Order No: 319 /Int&Fur/Mod-4/ES/NRDA/2011-2012, Raipur, dated: 03 /03/2012 Contract Agreement No: 44/ Int&Fur/Mod-4/ES/NRDA/2011-2012,Dated: 29 /2/2012.
(3) Godrej & Boyce Mfg. Co. Ltd ([Mod4- PART- 2 BOQ-3 ONLY FOR BALANCE CHAIRS), Work Order No: 768 /Int&Fur/Mod-4/GC/ES/NRDA/2011-2012, Raipur, dated: 05 /06/2012 Contract Agreement No: 07/ Int&Fur/Mod-4/GC/ES/NRDA/2011-2012, Dated: 01/6/2012.(Part-2 BOQ3 only for Balance Chairs).
(4) Work order No: 1468/Int & Fur/Mod-5/EEC1/NRDA/2012-2013, Raipur, dated: 10/ 10 /2012 Contract Agreement No. 17 /Int&Fur/Mod-5/EEC1/NRDA/2012-2013, Raipur, dated: 10 /10/2012 [Mod-5 Part-1 De Bono Flexcom(I) Ltd]
(5) Work order No: 1470/Int & Fur/Mod-5/EEC1/NRDA/2012-2013, Raipur, dated: 10/ 10 /2012 Contract Agreement No. 18 /Int&Fur/Mod-5/EEC1/NRDA/2012-2013, Raipur, dated: 10 /10/2012 [Mod-5 Part-2 De Bono Flexcom(I) Ltd]
INVENTORY OF SOFAS&CHAIRS
SI. No.
ITEM Unit Qty Make
1 RCS 1 CANDID - NYLON CASTOR/NYLON BASE/SYNCRO-1/FIXED ARMREST
Nos. 1361 Wipro
2 RCS 2 SMART MID-HIGH BACK- NYLON CASTOR/NYLON BASE/SYNCRO-1/ FIXED ARMREST
Nos. 132 Wipro
3 RCS 3 SMART MID-BACK- NYLON CASTOR/NYLON BASE/SYNCRO-1/ FIXED ARMREST
Nos. 213 Wipro
4 RCC1- Conference Revolving Chair NYLON CASTER/ NYLON BASE/SYNEBRO-1/FIXED ARM REST
Nos. 98 Wipro
5 RCC2- Conference Revolving Chair NYLON CASTER/ NYLON BASE/SYNEBRO-1/FIXED ARM REST
Nos. 60 Wipro
6 RCC3 SMART MID-HIGH BACK- NYLON CASTOR/NYLON BASE/SYNCRO-1/ FIXED ARMREST
Nos. 66 Wipro
7 FCV 1 SMART VISITOR CHAIR Nos. 952 Wipro
8 FCV 2 SMART VISITOR CHAIR Croome plated.
Nos. 674 Wipro
9 FCV-3 Annexe training Chair Nos. 30 Wipro
10 FCC 2 Smart Visitor Conference Chair Nos. 241 Wipro
11 FCCF1 SPICE CHROME PLATED Nos. 170 Wipro
12 FCCF2 Annexe visitor Nos. 40 Wipro
13 FCC1 SMART VISITOR WITH DELTA FBX Nos. 108 Wipro
Request For Proposal for Selection of a Facility Management Service Provider for Mantralya Mahanadi Bhawan and its campus at Naya Raipur
71
14 FCW1 2SEATER METAL PERFORATED Nos. 177 Wipro
15 FCW2- 3SEATER METAL PERFORATED Nos. 199 Wipro
16 FCV3-MODULAR REVOLVING / Fixed OFFICE CHAIR Front- Black color pure leather Back- Black Color Matching leatherette Power Coating- Silver
Nos. 136 De Bono
17 RCS4 Nos. 90 Godrej
18 RCS6 Nos. 17 Godrej
19 RCV1/FCC2 Nos. 318 Godrej
20 RCS5 Nos. 44 Godrej
21 RCC5 Nos. 19 Godrej
22 Very High Back Chair Camel Leather Nos. 1 Godrej
23 High Back Revolving Chair Camel Leather Nos. 8 Godrej
INVENTORY OF SOFAS
No. ITEM Unit Qty Make 1 1- TYPE 2 ( 1) Single Seater
Dalpina One Seater (Coffee Brown Color-4) (Black-17, Mushroom-12, Coffee Brown-0) 12M1 meeting/12M1 Ar/CS Waiting/ 4 ACS/ AR+1 Waiting of S to CM
Nos. 33 Godrej
2 2- TYPE 2- (2) DOUBLE SEATER Dalpina Two Seater (Orange 157, Mushroom-34, Black-33, Coffee Brown-12 )
Nos. 236 Godrej
3 3- TYPE 2 ( 3) Three Seater Dalpina three Seater (Black-8) CM Lobby (GR+5)+3 Waiting of PS/S to CM (1)
Nos. 8 Godrej
4 4- TYPE 3 (1) Dlima 1st (Black) 42 No.
Nos. 42 Godrej
5 5- TYPE 3 (2) Dlima 2st (Black)54 No.
Nos. 50 Godrej
6 6- TYPE 4 (2) DOUBLE SEATER Spacer Two Seater (Synthetic leather brown)-6 nos)
Nos. 6 Godrej
7 Jineiro 2 STR Sofa Fab LtH Nos. 3 Godrej 8 Jineiro 1 STR Sofa Fab LtH Nos. 1 Godrej 9 Headden Dining Table Nos. 2 Godrej 10 Tia Dining Chair Nos. 8 Godrej 11 Leoma Mid Back Nos. 20 Godrej 12 Leoma Visitor Nos. 14 Godrej 13 Supplying and installation COUCH (Size
1500mm x 1000mm x 900mm) as approved by engineer-in-charge-
Nos. 31 Godrej
Request For Proposal for Selection of a Facility Management Service Provider for Mantralya Mahanadi Bhawan and its campus at Naya Raipur
72
APPENDIX– D13 INVENTORY OF SIGNAGE & NAME PLATES.
NAME OF WORK :- ROVIDING & FIXING OF SIGNAGES AND NAME PLATES FOR STATE SECRETARIAT BUILDING AT CAPITOL COMPLEX, NAYA RAIPUR-
Work Order No. : 772 /SIGNAGE-SSB/ES/NRDA/2012Dated: 5/6/12 CA No. 06 /SIGNAGE-SSB/ES/NRDA/2012, dtd.: 5 /5 /12 Fiberfill Engineers
Sl. No. Particulars Units Qty.
1 2 3 4
1 Supplying and fixing in position of Room Name Plates with ACP Size 400x112mm and acrylic size 450x200mm along with printed film with text and traditional design proposed by consultant and technical specification T-1. RNP
Each 401
2 Supplying and fixing in position of Way finding Room No. Sign. Plate with ACP Size 381x105mm and acrylic size 450x200mm along with printed film with text and traditional design proposed by consultant and technical specification T-1.99- WRNSP
Each 99
3 Supplying and fixing in position of signages with ACP Size 362x370mm and acrylic size 450x600mm along with printed film with text and traditional design proposed by consultant and technical specification T-1. Cafete area sign plate
Each 2
4 Supplying and fixing in position of signages with ACP Size 200x300mm and acrylic size 300x350mm along with printed film with text and traditional design proposed by consultant and technical specification T-1. Toilets sign plate
Each 99
5 Supplying and fixing in position of signages with ACP Size 423x116mm and acrylic size 500x233mm along with printed film with text and traditional design proposed by consultant and technical specification T-1.Other Services sign plate
Each 19
6 Supplying and fixing in position of signages with ACP Size 354x370mm and acrylic size 450x550mm along with printed film with text and traditional design proposed by consultant and technical specification T-1. Emergency sign plate
Each 104
7 Supplying and fixing in position of signages with ACP Size 354x440mm and acrylic size 450x647mm along with printed film with text and traditional design proposed by consultant and technical specification T-1. Lift & stair sign plate
Each 74
8 Supplying and fixing in position of signages with ACP Size 362x370mm and acrylic size 450x600mm along with printed film with text and traditional design proposed by consultant and technical specification T-1.Drinking Water sign plate
Each 39
9 Supplying and fixing in position of signages with ACP Size 354x440mm and acrylic size 450x647mm along with printed film with text and traditional design proposed by consultant and technical specification T-1.Ramp sign plate
Each 43
10 Supplying and fixing in position of signages with ACP Size 400x35mm and acrylic size 450x200mm along with printed film with text and traditional design proposed by consultant and technical specification T-1. Maintenance Room sign plate
Each 77
11 Supplying and fixing in position of signages with ACP Size 500x452mm and acrylic size 500x206mm along with printed film with text and traditional design proposed by consultant and technical specification T-1.Conference Room sign plate
Each 3
12 Supplying and fixing in position of signages with ACP Size 814x156mm and acrylic size 900x497mm along with printed film with text and traditional design proposed by consultant and technical specification T-1. Block finding sign plate
Each 5
13 Supplying and fixing in position of signages with ACP Size 541x130mm and acrylic size 600x262mm along with printed film with text and traditional design proposed by consultant and technical specification T-1.Security Pass sign plate
Each 270
14 Supplying and fixing in position of signages with ACP Size 600x1093mm and acrylic size 900x1500mm along with printed film with text and traditional design proposed by consultant and Each 45
Request For Proposal for Selection of a Facility Management Service Provider for Mantralya Mahanadi Bhawan and its campus at Naya Raipur
73
technical specification T-1. Floor directory sign plate
15 Supplying and fixing in position of signages on stainless steel plate of size 180x60 with black embossed lettering .SS Room no. plate Each 753
16 Supplying and fixing in position of Digital signage panel with integrated includingn hanging plates and all necessary hardware complete of LG Make as per technical specification T-2. DS Each 3
E1 Extra for providing and fixing on the back side ACP of size 362x370 and film including printing on acrylic area 450x600mm in item no.10 Drinking water signages plate as per direction and approval of engineer-in-charge. (Drinking Acrylic)
Each 24
E2
Extra for providing and fixing hanging arrangements of stainless staeel hanger with ornamental nob and SS Plate grade-304, brush finished with necessary hanging arrangement and stainless steel screws complete as per direction and approval of engineer-in-charge in place of wrought iron bracket as per BOQ technical specification T-2 (SS. Hanger)
Each 24
E3
Providing and installing retro-reflective Single Sided Shoulder mounted signboards comprising of customised modular PU Epoxy Coated MS Angle iron frame work, aluminum composite panel (ACP) as base board, micro prismatic retro reflective sheet and electro cut coloured overlay film. The horizontal and vertical members of the MS frame module shall be made of MS SHS iron 50x50x3.6mm. No panel size shall be more than one sqm and each panel shall be braced diagonally (one way only) with MS SHS iron 50x50x3.6mm. The MS frame module shall have length not more than 3M. The aluminum composite panel (ACP) shall have a thickness of 4 mm with 0.5 mm thick skin of aluminum of both sides. The ACP shall be routed, folded and fixed on the MS frame with VHB tape 25 mm wide provided through out the length and breadth of the frame including riveting at the right angle face of the frame with pop riveting or with self taping SS screws 5mm dia spaced not more than 300 mm centre to centre on one side of frame ensuring that no riveting is seen on the front face of the frame. On the front face of the ACP, Micro prismatic retro-reflective sheet conforming to Type-XI of ASTM: D 4956-07 shall be pressure fixed as background sheet (in white colour) which will be over laid with electro - cut transparent film of approved make and colour of create a desired Directional Signages. The rate shall include all materials, labour, equipments, fabrication, transportation, erection, installation on two vertical post complete including fixing in foundation concrete complete as per the direction and approval of Engineer-in-charge.- DSM(Big)
Each 2
E4
Extra for providing and installing retro-reflective Single Sided Shoulder mounted signboards comprising of customised modular PU Epoxy Coated MS Angle iron frame work, aluminum composite panel (ACP) as base board, micro prismatic retro reflective sheet and electro cut coloured overlay film. The horizontal and vertical members of the MS frame module shall be made of MS SHS frame 50x50x3.6mm. No panel size shall be more than one sqm and each panel shall be braced diagonally (one way only) with MS SHS 50x50x3.6mm. The MS frame module shall have length not more than 3M. The aluminum composite panel (ACP) shall have a thickness of 4 mm with 0.5 mm thick skin of aluminum of both sides. The ACP shall be routed, folded and fixed on the MS frame with VHB tape 25 mm wide provided through out the length and breadth of the frame. On the front face of the ACP, Micro prismatic retro-reflective sheet conforming to Type-XI of ASTM: D 4956-07 shall be pressure fixed as background sheet (in white colour) which will be over laid with electro - cut transparent film of approved make and colour of create a desired Directional Signages. The rate shall include all materials, labour, equipments, fabrication, transportation, erection, installation on two vertical post complete including fixing in foundation concrete complete as per the direction and approval of Engineer-in-charge. DSM(Small)
Each 6
Request For Proposal for Selection of a Facility Management Service Provider for Mantralya Mahanadi Bhawan and its campus at Naya Raipur
74
APPENDIX– D14 INVENTORY OF AUDIO-VISUAL SYSTEMS
Name of Work:- DESIGNING, SUPPLYING, INSTALLATION, TESTING AND COMMISSIONING OF AUDIO VISUAL SYSTEM OF STATE SECRETARIAT BUILDING AT CAPITOL COMPLEX, NAYA RAIPUR, (CHHATTISGARH)
Work Order No: Contract Agreement No. 09/AV-SSB/ES/NRDA/2012-13 Raipur Dated 22.6.2012 Work Order 859/AV- SSB/ES/NRDA/2012 Raipur 22.6.2012. [AV Science & Technologies Pvt. Ltd.,]
SI. No. ITEM Unit Qty Remarks
1 2 3 4 5 1 FOR CONFERENCE ROOM S1 2 Display Devices Make &
Specifications attached below.
3 Matrix display (For Front wall) No. 1 4 LCD Display 47" No. 2 5 Mounting Bracket No. 1 5 Mounting Bracket (For LCD (LED Backlit)
Display) No. 2
6 Control Devices 7 Switcher-cum-Scalar No. 1 8 Matrix Switcher No. 1 9 Digital Twisted Pair Tx No. 8 10 Digital Twisted Pair Rx No. 5 11 Analog Twisted Pair Transmitter No. 20 12 Table Interface AND service Equipment System 13 Table box No. 18 14 VGA + A patch cable No. 12 15 HDMI Patch Cable No. 21 16 Control System 17 Control System No. 1 18 Wireless Touch panel No. 1 19 Wireless Router for Touch Panel No. 1 20 Audio Devices 21 Microphones 22 Wireless Handheld Microphone No. 0 23 Wireless Lapel Microphone No. 1 24 Conference Controller No. 1 25 Chairman Microphone No. 1 26 Delegate Microphone No. 28 27 Connecting Cables-8 feets No. 32 28 Amplifiers and Speakers System 29 Audio DSP No. 1 30 FOH Speaker No. 2 31 Ceiling Speakers No. 8 32 Audio Amplifier No. 1 33 Audio Amplifier No. 1 34 Services 35 Equipment Rack No. 1 36 FOR CONFERENCE ROOM S2 37 Display Devices
Request For Proposal for Selection of a Facility Management Service Provider for Mantralya Mahanadi Bhawan and its campus at Naya Raipur
75
SI. No. ITEM Unit Qty Remarks 1 2 3 4 5 38 4000 ANSI Lumens Projector with ceiling
Mount No. 1
39 119" Motorized screen No. 1 40 Control Devices 41 Switcher-cum-Scalar No. 1 42 Digital Twisted Pair Tx No. 2 43 Digital Twisted Pair Rx No. 2 44 Table Interface AND service Equipment System 45 Table box No. 3 46 VGA + A patch cable No. 2 47 HDMI Patch Cable No. 5 48 Control System 49 Control System No. 1 50 Wireless Touch panel No. 1 51 Wireless Router for Touch Panel No. 1 52 Audio Devices 53 Microphones 54 Wireless Handheld Microphone No. 0 55 Wireless Lapel Microphone No. 1 56 Conference Controller No. 1 57 Chairman Microphone No. 1 58 Delegate Microphone No. 14 59 Connecting Cables-8 feets No. 17 60 Amplifiers and Speakers System 61 Audio DSP No. 1 62 FOH Speaker No. 2 63 Ceiling Speakers No. 6 64 Audio Amplifier No. 1 65 Services 66 Equipment Rack No. 1 67 FOR CONFERENCE ROOM S3 68 Display Devices 69 Commercial Display Monitor 65" No. 1 70 Mounting Bracket No. 1 71 Table Interface AND service Equipment System 72 Table box No. 2 73 VGA + A patch cable No. 2 74 HDMI Patch Cable No. 1 75 Switcher-cum-Scalar No. 1 76 Audio Devices 77 Conference Controller No. 1 78 Wireless Handheld Microphone No. 1 79 Wireless Lapel Microphone No. 7 80 Chairman Microphone No. 1 81 Delegate Microphone No. 8 82 Wall Mount Speaker No. 2 83 Mixing Amplifier No. 1 84 Connecting Cables-8 feets No. 10
Request For Proposal for Selection of a Facility Management Service Provider for Mantralya Mahanadi Bhawan and its campus at Naya Raipur
76
SI. No. ITEM Unit Qty Remarks 1 2 3 4 5 85 Equipment Rack No. 1 86 FOR CABIN S5a 87 Display Devices 88 LCD (LED Backlit) Display 42" No. 0 89 Mounting Bracket No. 1 90 LCD (LED Backlit) Display 47" No. 1 91 VGA + A patch cable No. 1 92 Services 93 AV Face plate No. 1
94 FOR CONFERENCE ROOM S5j 95 Display Devices 96 Matrix Display - Video Wall (For Front wall) No. 1
97 LCD (LED Backlit) Display 47" No. 2 98 Mounting Bracket FOR MATRIX DISPLAY No. 1 99 Mounting Bracket (For LCD (LED Backlit)
Display) No. 2
100 S.I.T.C. of Mitsubishi WD 385U-EST interactive DLP Projector.
No. 1
101 S.I.T.C. of Draper Baronet Motorized Projection Screen Size 5 feet X 7 feet
No 1
102 S.I.T.C. of Liberty ST- 1200 Mounting Bracket for Projector.
No. 1
103 S.I.T.C. of Liberty Make wall Mounting Bracket for Projection Screen.
No. 1
104 Control Devices 105 Matrix Controller No. 1 106 Matrix Switcher No. 1 107 Digital Twisted Pair Tx No. 9 108 Digital Twisted Pair Rx No. 4 109 Table Interface AND service Equipment System 110 Table box No. 9 111 VGA + A patch cable No. 7 112 HDMI Patch Cable No. 21 113 Control System 114 Control System No. 1 115 Wireless Touch panel No. 1 116 Wireless Router for Touch Panel No. 1 117 Lighting Control No. 1 118 Dimmable Ballasts No. 15 119 Video Conferencing System 120 HD Video Conferencing System No. 1 121 Secondary Ceiling Mounting Camera No. 1 122 Audio Devices 123 Microphones 124 Wireless Handheld Microphone No. 2 125 Wireless Lapel Microphone No. 1 126 Conference Controller No. 1
Request For Proposal for Selection of a Facility Management Service Provider for Mantralya Mahanadi Bhawan and its campus at Naya Raipur
77
SI. No. ITEM Unit Qty Remarks 1 2 3 4 5
127 Chairman Microphone No. 1 128 Delegate Microphone No. 14 129 Connecting Cables-8 feets No. 19 130 Amplifiers and Speakers System 131 Audio DSP No. 1 132 FOH Speaker No. 2 133 Ceiling Speakers No. 8 134 Audio Amplifier No. 1 135 Audio Amplifier No. 1 136 Services 137 Equipment Rack No. 1 138 FOR CONFERENCE ROOM M3a 139 Display Devices 140 Commercial Display Monitor 65" No. 1 141 Mounting Bracket No. 1 142 Control Devices 143 Switcher-cum-Scalar No. 1 144 Table box No. 3 145 Control System 146 Control System No. 1 147 Wireless Touch panel No. 1 148 Wireless Router for Touch Panel No. 1 149 VGA + A patch cable No. 2 150 Services 151 Equipment Rack No. 1 152 FOR PRESS CONFERENCE ROOM M 3 B 153 Display Devices 154 Commercial Display Monitor 65" No. 0 155 Mounting Bracket No. 1 156 LCD (LED Backlit) Display 42" No. 1 157 Control Devices 158 Switcher-cum-Scalar No. 1 159 Table box No. 1 160 VGA + A patch cable No. 1 161 HDMI Patch Cable No. 1 162 Audio Devices 163 Microphones 164 Wireless Handheld Microphone No. 3 165 Wireless Lapel Microphone No. 1 166 Conference Controller No. 1 167 Chairman Microphone No. 1 168 Delegate Microphone No. 2 169 Connecting Cables-8 feets No. 3 170 Connecting Cables-33 feets No. 1 171 Amplifiers and Speakers System 172 Audio DSP No. 1 173 FOH Speaker No. 2 174 Ceiling Speakers No. 4
Request For Proposal for Selection of a Facility Management Service Provider for Mantralya Mahanadi Bhawan and its campus at Naya Raipur
78
SI. No. ITEM Unit Qty Remarks 1 2 3 4 5
175 Audio Amplifier No. 1 176 Services 177 Equipment Rack No. 1 178 FOR CABIN M7a 179 Display Devices 180 Commercial Display Monitor 65" No. 3 181 LCD (LED Backlit) Display 47" No. 1 182 LCD (LED Backlit) Display 42" No. 2 183 Mounting Bracket No. 6 184 Services 185 AV Face plate No. 1 186 FOR CM Conference M 21 187 Matrix display (For Front wall) No. 1 188 Mounting Bracket No. 1 189 Commercial Display Monitor 65" No. 0 190 Mounting Bracket No. 0 191 Control Devices 192 Switcher-cum-Scalar No. 1 193 Digital Twisted Pair Tx No. 2 194 Digital Twisted Pair Rx No. 2 195 Table box No. 3 196 VGA + A patch cable No. 2 197 HDMI Patch Cable No. 5 198 Control System 199 Control System No. 1 200 Wireless Touch panel No. 1 201 Wireless Router for Touch Panel No. 1 202 Microphones 203 Wireless Lapel Microphone No. 1 204 Conference Controller No. 1 205 Chairman Microphone No. 1 206 Delegate Microphone No. 8 207 Connecting Cables-8 feets No. 13 208 Audio DSP No. 1 209 FOH Speaker No. 2 210 Ceiling Speakers No. 6 211 Audio Amplifier No. 1 212 Services 213 E.1 Equipment Rack No. 1 214 FOR CONFERENCE ROOM M24a 215 Display Devices 216 Matrix display (For Front wall) No. 1 217 Mounting Bracket No. 1 218 Commercial Display Monitor No. 0 219 Mounting Bracket No. 0 220 Control Devices 221 Switcher-cum-Scalar No. 1 222 Digital Twisted Pair Tx No. 2
Request For Proposal for Selection of a Facility Management Service Provider for Mantralya Mahanadi Bhawan and its campus at Naya Raipur
79
SI. No. ITEM Unit Qty Remarks 1 2 3 4 5
223 Digital Twisted Pair Rx No. 2 224 Table box No. 3 225 VGA + A patch cable No. 2 226 HDMI Patch Cable No. 5 227 Control System 228 Control System No. 1 229 Wireless Touch panel No. 1 230 Wireless Router for Touch Panel No. 1 231 Audio Devices 232 Microphones 233 Wireless Lapel Microphone No. 1 234 Conference Controller No. 1 235 Chairman Microphone No. 1 236 Delegate Microphone No. 14 237 Connecting Cables-8 feets No. 20 238 Amplifiers and Speakers System 239 Audio DSP No. 1 240 FOH Speaker No. 2 241 Ceiling Speakers No. 6 242 Audio Amplifier No. 1 243 Services 244 Equipment Rack No. 1 245 FOR CONFERENCE ROOM 7k, CABIN S1/33a-S33/33a, CABIN M1'/12a-
M12'/12a, CABIN M1/12a-M12/12a, CABIN M8a, CABIN M9a, ANTE RM S5b, ANTE RM M7b, Secretary café
246 Display Devices 247 LCD (LED Backlit) Display 42" No. 22 248 LCD (LED Backlit) Display 32" No. 50 249 Mounting Bracket No. 72 250 Services 251 AV Face plate No. 0 252 Cables & Connectors (Imported cables, RCA, VGA, Audio) 253 Five Conductor High Resolution Cable Rmt. 402 254 Two Conductor High Resolution Cable Rmt. 111 255 Speaker Cable Rmt. 775 256 Microphone Cable Rmt. 363 257 Control Cable Rmt. 225 258 Shielded Twisted Pair CAT5 cable Rmt. 0 259 Connectors Lot 1 260 Extra Items AS PER RAA 261 Supplying & Laying of Cables for Digital
Transmitter & Receiver to Carry Data, Video & Audio Signals on Cat 5/6 Cable.
Rmt. 1117
Request For Proposal for Selection of a Facility Management Service Provider for Mantralya Mahanadi Bhawan and its campus at Naya Raipur
80
SI. No. ITEM Unit Qty Remarks 1 2 3 4 5
262 Kramer’s BC-DGka T623 is a Shielded Twisted Pair (STP) Cable designed ideally to match requirements of Kramer’s Twisted Pair Digital Transmitter- receiver Sets to Provide Optimum Range and Performance. All manufactures have their own specially designed cables for digital transmitter & receiver to carry DATA, VIDEO & AUDIO signals on CAT 5/6 cable, as normal CAT 5/6 cables are not suitable for this purpose, due to its delay & resistance specifications.
No. 15
263 Supply & Laying of Cables to Connect the Various Display devices to Source Devices.HDMI-C-HM/HM/PRO-15(15’) The cable is required to connect the various display devices to source devices (PC/LAPTOP/DVD/VC) Scalar, Switcher etc.
No. 16
264 Supply & Laying of Cables to Connect the Various Display devices to Source Devices. HDMI-C-HM/HM/PRO-25(25’) The cable is required to connect the various display devices to source devices (PC/LAPTOP/DVD/VC) Scalar, Switcher etc.
No. 30
265 Supply & Laying of Cables to Connect the Various Display devices to Source Devices. HDMI-C-HM/HM/PRO-35(35’) The cable is required to connect the various display devices to source devices (PC/LAPTOP/DVD/VC) Scalar, Switcher etc.
No. 9
266 Supply & Laying of Cables to Connect the Various Display devices to Source Devices. HDMI-C-HM/HM/PRO-50(50’) The cable is required to connect the various display devices to source devices (PC/LAPTOP/DVD/VC) Scalar, Switcher etc.
No. 86
267 Supply & Installation of Brass Gromments for Microphones, in various conference rooms, to enable smooth movement of connecting cables from one mic to the next and conceal the opening made in the table, for the cables. (Custom Made Brass Grommet)
No. 93
268 Supply & Installation of power socket with metal box set, for providing power supply points at table box locations in various conference rooms, for smooth operation at independent locations, and to minimize wiring complications. Complete set with under mentioned components.Electrical Sockets & Switches (Set) : Legrand Power Socket with Metal Box - Set
No. 24
269 Supply & Installation of 18.5” TFT LCD Monitor to enable function of “Scenario Building”;with Matrix controller.(Benq make )
No. 1
Request For Proposal for Selection of a Facility Management Service Provider for Mantralya Mahanadi Bhawan and its campus at Naya Raipur
81
SI. No. ITEM Unit Qty Remarks 1 2 3 4 5
270 Tata Sky DTH TV Connection with Set top Box No. 50 271 Supply & Installation of Mitsubishi WD720U
DLP Projector No. 1
272 Supply & Installation of Da-Lite Motorized Screen Size 133-inch Diagonal
No. 1
273 Supply & Installation of ABTUS WiPG-1000 Wireless Presentation Gateway for cable less computer/presentation device connecting to Display device.
No. 2
274 [A] Sub-total-A 275 For NIC as Deposit work 276 Table box No. 7 277 VGA + A patch cable No. 7 278 HDMI Patch Cable No. 7 279 Supply & Installation of ABTUS WiPG-1000
Wireless Presentation Gateway for cable less computer/presentation device connecting to Display device.
No. 2
280 Cables & Connectors (Imported cables, RCA, VGA, Audio) 281 Five Conductor High Resolution Cable Rmt. 62 282 Two Conductor High Resolution Cable Rmt. 15 283 Speaker Cable Rmt. 42 284 Microphone Cable Rmt. 82 285 Control Cable Rmt. 115
Request For Proposal for Selection of a Facility Management Service Provider for Mantralya Mahanadi Bhawan and its campus at Naya Raipur
82
Subject: SITC of PA System, Annual Operation, Repairing & Maintenance of Audio-Visual System for Mantralaya
Mahanadi Bhawan Naya Raipur Reference: Work Order No: 1192 / Mantralaya-MD/EEC1 / CE (E) / NRDA / 2014-15, Raipur, dated: 24/ 12 /2014
Contract Agreement No. 32 /AV-AMC/ Mantralaya-MD/EEC1 / CE (E) / NRDA / 2014-15 dtd. 19/12/2014
[Surabhi Enterprises,Raipur] *****
Technical SPECIFICATIONSGENERAL:Manufacturer Specification of each items. Sl. No. Item No. Item of work (Description of item) Qty. Remark
1 2 3 4 5
PART-1 : DESIGNING, SUPPLYING, INSTALLATION, TESTING AND COMMISSIONING of PUBLIC ADDRESS SYTEM
1 A DESIGNING, SUPPLYING, INSTALLATION, TESTING AND COMMISSIONING of PUBLIC ADDRESS SYTEM including following items as per specification and direction of engineer-in-charge-
2
2 1 Paging system package
3 2 Dynamic Vocal Microphone
4 3 All weather outdoor speaker
5 4 Mixing Amplifier
6 5 Speaker Cable 1500
7 6 Audio Cable 50
8 7 Connectors 1
9 8 Equipment Rack 2
10 Sub-total
11 B DESIGNING, SUPPLYING, INSTALLATION, TESTING AND COMMISSIONING of COUNTER COMMUNICATION SYTEM including following items as per specification and direction of engineer-in-charge-
4.00
12 1
Speaker: Condensor Cartridge Unit, Amp Output: 2W or More in each Amplfier, Mic: Minimum Electret Condenser in both the units with Min 20" Long Gooseneck, Amplifier Feature- Auto Mute On required to be Enabled after 30 Seconds (Approx), Power Requirement: AC 220-240 V, 50/60 Hz, Protections Circuit: AC Fuse 1 x 0.5 Amp, Control of Mic: Separate control is required for both Microphones
13
Basic Feature: Two Way Hands Free Communications, Compact & Elegant Table Top Attendent Unit With Minimum 20" long Gooseneck Unit, Priority: Attendent Mic must have voice priority over Client Microphone
14 2 P6A point wiring with necessary swich sockets including all lead and lift in aproved make material. 4
15 Sub-total
16 C
SUPPLYING, INSTALLATION, TESTING, COMMISSIONING AND SERVICEING of DTH HD TV CONNECTION WITH ANTENA & SET-TOP BOX including following items as per specification and direction of engineer-in-charge-
17 1 SET-TOP BOX 10
18 2 CABLES & MOUNTING RACK WITH BRAKET 10
18 PART-2: ANNUAL REPAIR COST OF AUDIO-VISUAL SYSTEM
19 1 PA SYSTEM 1
20 2 AUDIO SYSTEM 1
Request For Proposal for Selection of a Facility Management Service Provider for Mantralya Mahanadi Bhawan and its campus at Naya Raipur
83
21 3 VIDEO SYSTEM 1
22 4 CABLES & CONNECTORS 1
23 a Five Conductor High Resolution Cable
24 b Two Conductor High Resolution Cable
25 c Speaker Cable
26 d Microphone Cable
27 e Control Cable
28 f Shielded Twisted Pair CAT6 cable
27 g Connectors
28 TOTAL-PART-2 4
29 PART-3 : OPERATIONAL AND MAINTENANCE COST OF AUDIO-
VISUAL SYSTEM INCLUDING CABLE CONNECTIONS
30 1 Manager 1
31 2 Technitian (1 for Tatasky + 1 for AV) 2
32 3 Operators (1 for Tatasky + 1 for conferences) 2
33 4 Helpers 2
34 Sub-total 7
35 PART-3 Total Per annum (for 12 months)
36 PART-4 :EXTRA ITEM
37 E1 Monthly Rechage of Tata Sky DTH TV Connaction 85.00
38 E2 BenQ model no MS 524 OR equivalent make Projector, Brightness 32000 lumens, HDMI, VGA Videeo Input 3D. 4.00
42 E3 Ceiling Mounting Bracket for Projector, Liberty OR equivalent make, 3feet size, model mark-VII
4.00
43 E4 Survira Or equivalent make Manual Projector Screenm Size 5' X 7' 4.00
44 E5 Liberty Or equivalent Make HDMI cable of 15 meter Length cable of 15 meter length.
4.00
45 TOTAL-PART-4
Request For Proposal for Selection of a Facility Management Service Provider for Mantralya Mahanadi Bhawan and its campus at Naya Raipur
84
APPENDIX– D15 INVENTORY OF VIDEO PROJECTOR & TV SYSTEMS
Name of work: Supply, Installation, Testing & Commissioning of Multimedia Data/Video Projector in Mantralaya,
MahanadiBhawan, Naya Raipur. Reference: NRDA Work Order No. 436 /Projector/Mantralaya-MD/EEC1 / CE (E) / NRDA / 2015-16 dated: 16.7.15, CA No. 07
/Projector /Mantralaya-MD/EEC1 / CE (E) / NRDA / 2015-16 Dtd.: 15/7/2015.[ Surabhi Enterprises, G.E. Road, Raipu] *****
S.No. Item Description Units Qty
1 2 3 4
1 Supply & Installation of 4300 Lumens (Make-Mitsubishi/Model no. WD720U) with Wireless capability OR EQUIVALENT Multimedia Data/Video Projector.
No. 1
2 Supply & Installation of 133" Diagonal size Motorised Screen (make Da-Lite) No. 1
3 Supply & Installation of 4000 Lumens Multimedia Data/Video Projector (Make-Hitachi /Model no. CPX 4015 CN) with Wireless capability OR EQUIVALENT Multimedia Data/Video Projector.
No. 1
4 Supply & Installation of 100" Diagonal (7ft x 5ft) size Motorised Screen (Make Draper Baronet, Liberty, Suvira Etc.)
No. 1
5 Supply & Laying of Cables to Connect the Display devices to Source Devices. HDMI-C-HM/HM/PRO-25(25’) Make: Kramer The cable is required to connect the various display devices to source devices (PC/LAPTOP/DVD/VC) Scalar, Switcher etc.
No. 2
6 VGA Cable 15 mtr Make: Kramer (Contract Item) No. 2
7 Supply & Installation of Liberty ST- 1200 make Mounting Bracket for Projector. No. 2
8 Supply & Installation of ABTUS WiPG-1000 Wireless Presentation Gateway for cable less computer/presentation device connecting to Display device. Make: Belkin, AtBus WiPG etc. No. 2
9
Supply & Installation of power socket with metal box set, for providing power supply points at table box locations in various conference rooms, for smooth operation at independent locations, and to minimize wiring complications. Complete set with under mentioned components.Electrical Sockets & Switches (Set) : Legrand Power Socket with Metal Box - Set
Set 14
10 Supplying & Laying of Cables for Digital Transmitter & Receiver to Carry Data, Video & Audio Signals on Cat 5/6 Cable. Rmt. 50
11
Delegate MicrophoneWith condenser gooseneck mic, illuminated ring and loudspeaker, 15-pin D-Sub Connector, Features Basic Features , Model- MCS 521
No. 10
Modern design plastic housing with non-glare, scratch-resistant Nextel finish, Features Basic Features High-quality gooseneck microphone (including pop screen)
LED to indicate microphone is switched on or off, Features LED Indicator
Dual colour LED to indicate the microphone on / request to talk status, Features LED Indicator Integrated, Wide Band Loudspeaker, Headphone Socket with 3.5 mm Mini Jack Features Loudspeaker Buttons to set the volume Features Buttons Required
DIP switches for addressing and programming the microphone unit Features Buttons Required Ready-to-Talk status of the microphone is indicated by the illuminated red ring and the green LED in the housing. Features Ready to Talk Status Indicator 80 Hz to 19000 Hz, Features Frequency response
Gooseneck Microphone with illuminated ring .Features Microphone Type
Cardioid, Features Polar pattern
Condenser (back electret) .Features Transducer type
0° C to +50° C Features Temperature range
12 Connecting cable with 8-pin Renk-connector, length 2.5 m (8 ft.). Modal- Krammer No. 10
13 Supply & Installation of Brass Gromments for Microphones, in conference rooms, to enable smooth No. 10
Request For Proposal for Selection of a Facility Management Service Provider for Mantralya Mahanadi Bhawan and its campus at Naya Raipur
85
movement of connecting cables from one mic to the next and conceal the opening made in the table, for the cables. (Custom Made Brass Grommet), Modal-. Brass
Name of work: Supply, Installation, Testing & Commissioning of 55 Inch LED TV (Monitor) at Mantralaya, Mahanadi Bhawan, Naya Raipur.
Reference: . NRDA Work Order No. 438 / LED TV-Mantralaya-MD / EEC1/ CE (E) / 2015-16, dated: 16.7.15, CA No. 08 / LED TV-Mantralaya-MD / EEC1/ CE (E) / 2015-16 Dtd. 15/7/2015.[ Surabhi Enterprises, G.E. Road, Raipur]
***** Sl. No. Item of work (Description of item) Unit Qty.
1 2 3 4
1
Supply, Installation, Testing & Commissioning of approved make 55 inch LED TV (Monitor) with Embedded Media Player, Analogue & Digital Connectivity, Ethernet/ RS232 Remote Control, Auto Brightness Sensor, Smart Scheduling, Landscape or portrait mode. PANEL'S : Diagonal size 55, type 120HzLED BLU Resolution 1920X1080 (16:9), Pixel Pitch (mm) 0.21(H)X0.63(V), Active Display Area (mm) 1209.6(H)X680.4(V), Brightness (Typ.) 350nit, Contrast Ratio 5000:1. CONNECTIVITY: INPUT RGB Analog D-SUB, DVI-D, VIDEO Component, CVBS, HDMI, AUDIO Stereo Mini jack. OUTPUT AUDIO Stereo mini jack. External Control RS232C (In/Out), RJ45. POWER: type Internal, Power supply AC 100-240 V, 50/60 Hz, Power consumption max(W/h) 164, typical (W/h) 124, Sleep mode less than 1W, Off mode less than 1W. MECHANICAL SPECIFICATION: Dimension (mm) Set 1247.7x722.9x95.2, Package 1381x838x170. Weight (Kg) Set 17.9, Package 23.7. OPERATION: VESA Mount 400x400 mm, Bezel Width (mm) 17.5 mm (bottom 21.:5mm), Operating temperature 0-40 degree Celsius, Humidity 10-80%. Equivalent or upgraded version/ features are acceptable. Approved Make: Sony, Samsung, Panasonic.
Nos 2
Total 2
Request For Proposal for Selection of a Facility Management Service Provider for Mantralya Mahanadi Bhawan and its campus at Naya Raipur
86
APPENDIX– D16 INVENTORY OF LANDSCAPING
Name of Work : Designing, Providing & Fixing Balcony / Terrace / Garden Landscaping including One year maintenance in
Mantralaya Mahanadi Bhawan, Naya Raipur Reference: W.O No. 1193 / LS/ Mantralaya-MD/EEC1 / CE (E) /NRDA/2014-15, Naya Raipur, dated: 24/ 12 /2014. Contract Agreement No. 33 /AV-AMC/ Mantralaya-MD/EEC1 / CE (E) / NRDA / 2014-15 dtd. 19/12/2014 [Vanya
Landscaping & Horticulture Solution (P) Ltd. Raipur] S. No. Description Unit Qty.
1 2 3 4 1 Designing of Balconay / Terrace / Garden Landscaping with Draft concept plan for
approval and after approval 3D concept plan complete as per direction & approval of Engineer-in-Charge.
Sqft. 1000
2 Design, Providing & Fixing BAMBOO WORK Murals / PANELLING IN WALL of APPROVED DESIGN AND SIZE with necessary mounting civil work complete as per direction & approval of Engineer-in-Charge.
Sqft. 100
3 Design, Providing & Fixing GFRP Murals / STATUE of APPROVED DESIGN AND SIZE with necessary mounting civil work complete as per direction & approval of Engineer-in-Charge.
Kg 40
4 Design, Providing & Fixing GRC / Siporex Murals of average size 24 Sqft complete as per direction & approval of Engineer-in-Charge.
Sqft. 40
5 Providing & Fixing 3' height Sand Stone statue/Fountain OF APPROVED DESIGN complete as per direction & approval of Engineer-in-Charge.
No. 2
6 Providing & Fixing Pedestal of Sand Stone Bollards (15” X 28”X15”) complete as per direction & approval of Engineer-in-Charge.
No. 2
7 Providing & Fixing BONSAI up to 3 feet height complete as per direction & approval of Engineer-in-Charge.
No. 2
8 Providing & Fixing Sand Stone / GFRP /Metal Garden Lights (1 feet) complete as per direction & approval of Engineer-in-Charge.
No. 2
9 Providing & Fixing Sand Stone Balls (7” height) complete as per direction & approval of Engineer-in-Charge.
No. 4
10 Providing & Fixing Water Proof Treatment with Chemical etc. complete as per direction & approval of Engineer-in-Charge..
Sqft. 1000
11 Providing & Fixing Tiles Arrangements for lawn complete as per direction & approval of Engineer-in-Charge.
Sqft. 1000
12 Providing & Fixing Poly Sheet for Lawn complete as per direction & approval of Engineer-in-Charge.
Sqft. 1000
13 Providing & Fixing Vertical Bio-wall with MS square frame with Plants, Soil mixture, Manure etc. complete as per direction & approval of Engineer-in-Charge.
Sqft. 400
14 Providing & Fixing Providing & Fixing of Talpatri for Bio Wall & Lawn complete as per direction & approval of Engineer-in-Charge.
Sqft. 400
15 Providing & Fixing Haridwar Stone complete as per direction & approval of Engineer-in-Charge.
Kg 1000
16 Providing & Fixing Fertile Soil Mix Manures for Lawn complete as per direction & approval of Engineer-in-Charge.
Cuft. 1000
Request For Proposal for Selection of a Facility Management Service Provider for Mantralya Mahanadi Bhawan and its campus at Naya Raipur
87
17 Providing & Fixing of Mexican /Saint Augstin/Paspolum/Selection 1 Grass complete as per direction & approval of Engineer-in-Charge.
Sqft. 1000
18 Providing & Fixing Indoor Plants with Soil mixture, Manure etc. complete as per direction & approval of Engineer-in-Charge.
No. 200
19 Providing & Fixing Indoor Plants complete as per direction & approval of Engineer-in-Charge.
No. 400
20 Providing & Fixing Green Nylon Net for Protection of Plants complete as per direction & approval of Engineer-in-Charge.
Sqft. 500
21 Providing & Fixing Pots complete as per direction & approval of Engineer-in-Charge-
i Planter HG 3205 (WHITE/GRAY/BLACK/BROWN/SILVER) Self Irrigated Pots Size: 375 mm H X 300mm L X 375mm W
No. 2
ii Planter HG-3206 (WHITE/GRAY/BLACK/BROWN/SILVER) Self Irrigated Pots Size: 400 mm H X 375mm L X 450mm W
No. 2
iii Planter HG-3163 (WHITE/GRAY/BLACK/BROWN/SILVER) Self Irrigated Pots Size: 325 mm H X 575mm L X 300mm W
No. 4
iv Planter HG-3161 (WHITE/GRAY/BLACK/BROWN/SILVER) Self Irrigated Pots Size: 750 mm H X 300mm L X 400mm W
No. 1
v Planter Ceremic (WHITE/GRAY/BLACK/BROWN/BLUE ETC.) Size: 500 mm H X 450 mm R
No. 1
vi Planter Ceremic (WHITE/GRAY/BLACK/BROWN/BLUE ETC.) Size: 375 mm H X 350 mm R
No. 1
vii Planter Ceremic (WHITE/GRAY/BLACK/BROWN/BLUE ETC.) Size: 450 mm H X 450 mm R
No. 1
viii Planter Ceremic (WHITE/GRAY/BLACK/BROWN/BLUE ETC.) Size: 325 mm H X 325 mm R
No. 1
ix Planter Ceremic (WHITE/GRAY/BLACK/BROWN/BLUE ETC.) Size: 300 mm H X 300 mm R
No. 1
x Planter Ceremic (WHITE/GRAY/BLACK/BROWN/BLUE ETC.) Size: 200 mm H X 200 mm R
No. 1
xi Planter PLASTIC POT 20" WITH TRAY No. 10 xii Planter PLASTIC POT 20" WITH TRAY No. 10 xiii Planter PLASTIC POT 18" WITH TRAY No. 10 xiv Planter PLASTIC POT BLACK COLOR(SMALL) No. 20 xv CLAY BALLS No. 20
Request For Proposal for Selection of a Facility Management Service Provider for Mantralya Mahanadi Bhawan and its campus at Naya Raipur
88
APPENDIX– D17 INVENTORY OF NEON-SIGN-BOARD
Name of work :- Designing, Making and fixing of LED Sign-boards with Dismantling & Re-erection of existing Neon-Sign-board in the Mantralaya-Mahanadi Bhawan & HoD-Indrawati Bhawan at Naya Raipur
. WO No: 21 /Sign-board/ Mantralaya-MD/EEC1 / CE (E) / NRDA / 2014-15, Naya Raipur, dated: 20 / 01 /2015 CA No. 36 /Sign-board/ Mantralaya-MD/EEC1 / CE (E)/ NRDA /14-15 Dtd. 19.01.15
Sl. No
Item No Discription Unit Qty
1 2 3
8
1 1
Dismentling & Rerection of existing Neon-Sign-boards with all necessary foundation, frame, material, labour, erection of board and necessary finishing as per specification and direction of engineer in charge with all lead and lift.
Job 1
2 2 Providing & fixing of defective electrical materials like Neon & transformers including wiring etc as per specification and direction of engineer in charge with all lead and lift.
Job 1
3 3
Designing, Making and fixing of LED Sign-boards which is made out of acrylic sheet of 3mm thick with 3 D letters in 6inch wide & 3 to 5 inch depth for Upper Letters and 4inch wide & 3 to 5 inch depth for Lower Letters with all necessary material, labour, erection of board and necessary finishing as per specification and direction of engineer in charge with all lead and lift.
Sqft 1910
4 4
Designing, Making and Fixing of Box for the LED Sign-boards will be fabricated in Mild steel Square tube of size1’”x1” of 16 gauge, the front of box will be covered with Aluminum Composite Panel sheet of thickness 3 mm and the back of the box will be covered with galvanized sheet of 20 gauge complete with all necessary material, labour, erection of bard and necessary priming and spray painting work.
Sqft 2136
5 5
Supply,installation and testing of LED WITH 60 amp Water-prrof Power supply every 30 sqft Supply of all required materials and wiring to circuits/ submains with following number and sizes of PVC insulated 1100 volt grade standard copper wire run inside pre-laid PVC conduit pipe of ISI Concealed wiring with 2x (1x2.5sqmm) + 1x (1x1.5sqmm) copper wire ( PANEL to Glow sign board) with timer with contactor ( L&T / Legrand ) make controlling the glowsign board with all accessories complete as required as per direction of Engineer in charge. The system will be apart of the panel board.
pcs 86
6 6
Designing, Making and fixing of Angle iron structural steel frame with embeded in concrete of M20 Grade for rection of sign board with all necessary material, labour, erection of board and necessary finishing as per specification and direction of engineer in charge with all lead and lift.
Job 3
Request For Proposal for Selection of a Facility Management Service Provider for Mantralya Mahanadi Bhawan and its campus at Naya Raipur
89
APPENDIX– D18 INVENTORY OF WATER COOLER, WTP, RO & FILTRATION SYSTEM 5/10/12.5/15 HP PUMPS & PUMPING SYSTEM
Name of Work: Repairing & Annual Maintenance of WATER COOLER, WTP, RO & FILTRATION SYSTEM 5/10/12.5/15 HP Pumps & Pumping system of Mantralaya Mahanadi Bhawan and Rajdhani Sarovar at Naya Raipur
Sl. No. Item No.
Discription Unit Qty Remarks/Make
1 2 3 4 5 6 PART-1 : OVER-HAULING / REPAIRING OF BREAKDOWN UNITS / SYSTEMS [ONE-TIME ONLY]
1 A
OVER-HAULING / REPAIRING OF 5/10/12.5/15 HP CAPACITY SUBMERSIBLE
CENTRIFUGAL & HYDROPNUMATICE Pumps & pumping systems including NECESSARY PARTS & FITTINGS
(EXCLUDING CONSUMABLES) as per specification and direction of engineer-in-
charge.
Grundfos / HBD / Kirlosker make.
FOR ITEMS MENTIONED IN ANNEX-
1 & 2 FOR MANTRALAYA &
RAJDHANI SAROVAR.
2 1 3 to 5 HP CAPACITY SUBMERSIBLE Pumps & pumping systems
Set 6
3 2 6 to 10 HP CAPACITY SUBMERSIBLE Pumps & pumping systems
Set 5
4 3 3 to 5 HP CAPACITY CENTRIFUGAL Pumps & pumping systems
Set 8
5 4 6 to 10 HP CAPACITY CENTRIFUGAL Pumps & pumping systems
Set 4
6 5 11 to 15 HP CAPACITY CENTRIFUGAL Pumps & pumping systems
Set 2
7 6 3 to 5 HP CAPACITY HYDROPNUMATICE Pumps & pumping systems
Set 6
8 7 6 to 10 HP CAPACITY HYDROPNUMATICE Pumps & pumping systems Set 3
9 8 11 to 15 HP CAPACITY HYDROPNUMATICE Pumps & pumping systems
Set 3
10 9 16 to 20 HP CAPACITY HYDROPNUMATICE Pumps & pumping systems
Set 3
TOTAL-PART-1 40
PART-2:SUPPLYING / REPLACEMENT COST OF DEFECTIVE PARTS [DURING 12 MONTHS PERIOD AS & WHEN REQUIRED]
3 B
SUPPLYING, REPAIR & REPLACEMENT OF CONSUMABLE & DEFECTIVE PARTS OF WATER COOLER, WTP, RO & FILTRATION SYTEM including following items as per specification and direction of engineer-in-charge-
[Cost of Repairing / Replacement shall be Reimbursed as per
actual bill raised by the service provider after repairing / maintaining the agreed defective
items / materials (who is not covered in DLP /
Warranty)] FOR ITEMS
MENTIONED IN ANNEX-
4 1 NGMF-20 (COMPLETE SET) Set 1 5 2 NGMA-20 (COMPLETE SET) Set 1 6 3 Multiport Valve Top-Mounted 20 NB No. 2 7 4 Diaphragm Valve 40 NB R/L No. 2 8 5 Butterfly Valve 100 NB No. 2 9 6 25mm dia. Ball Valve for RO No. 4
Request For Proposal for Selection of a Facility Management Service Provider for Mantralya Mahanadi Bhawan and its campus at Naya Raipur
90
10 7 Automatic Air-releif Valve No. 4 1 & 2 FOR MANTRALAYA &
RAJDHANI SAROVAR. 11 8 Pressure Gauge ( 0- 7 kg) No. 12 12 9 Dosing pump No. 2 13 10 Gun-Metal Nozzle Ejector for Softener No. 2
[Cost of Repairing / Replacement shall be Reimbursed as per
actual bill raised by the service provider after repairing / maintaining the agreed defective
items / materials (who is not covered in DLP /
Warranty)]FOR ITEMS MENTIONED IN ANNEX-
1 & 2 FOR MANTRALAYA &
RAJDHANI SAROVAR.
14 11 Multigrade Filter (2Cum/hr) No. 2 15 12 Automatice Air Releif valve No. 4 16 13 Rotameter No. 8 17 14 800 LPH UV System No. 4
18 15
Supply & installation of SS 316 grade material 200 ltr. capacity Foodgrade Water Storage Tank with complete asseseries / assembly.
No. 2
19 16 Supply & installation of Electric Penal complete set with complete asseseries / assembly.
Set 2
20 17 Hardness Test Kit No. 2 21 18 Online SDI (Silt Density Index) Test Kit No. 1
22 TOTAL-PART-2 57
PART-3 : ANNUAL MAINTENANCE COST INCLUDING CONSUMABLE & PARTS
23 C
SUPPLYING, FIXING AND COMMISSIONING of following items in WATER COOLER, WTP, RO & FILTRATION SYSTEM as per specification and direction of engineer-in-charge-
FOR ITEMS MENTIONED IN ANNEX-
1 & 2 FOR MANTRALAYA &
RAJDHANI SAROVAR.
24 1 Mambrane Filter 4040 For RO (Hydramen / CSM)
No. 12 For RO.
25 2 5 Micron RO Filter Cartrige size 20" x 2.5" [6TIMES X 4 = 24]
No. 24
26 3 Activated Carbon (900 IV) Kg 200 For WTP & Filter.
27 4 Antiscalant (Equivalent to INDION 8111 make)
Kg 240
28 5 Resin (Equivalent to INDION 225 Na make) Ltr. 500 For WTP.
29 6 Sodium Hypoclorite (NaoCl) / Bleaching Powder
Kg 1000 For WTP & Filter.
30 7 Filter Media [Hydrated Aluminium Sulphate - Alum - (Al2 So4)3] / (Ferric Chlorite/FeCl3)]
Kg 500
31 8 RO cleaning Chemical-A (Equivalent to SERCON 201 make)
Kg 100
For cleaning of RO membrane.
32 9 RO cleaning Chemical-B (Equivalent to SERCON 202 make)
Kg 100
33 10 RO cleaning Chemical-C (Equivalent to SERCON 203 make)
Kg 100
34 11
Charges for Regular servicing & maintenance of all WATER COOLER, WTP,
RO & FILTRATION SYSTEM AND 5/10/12.5/15 HP CAPACITY SUBMERSIBLE
CENTRIFUGAL & HYDROPNUMATICE Pumps & pumping systems including
installation, testing & commissioning of parts & materials complete. (EXCLUDING COST
OF PARTS & MATERIALS].
PER MONTH 12
For 12 Months FOR ITEMS MENTIONED IN ANNEX-1 & 2 FOR MANTRALAYA &
RAJDHANI SAROVAR.
Request For Proposal for Selection of a Facility Management Service Provider for Mantralya Mahanadi Bhawan and its campus at Naya Raipur
91
35 PART-3 Total Per annum (for 12 months) 2788
Necessary Tools & Plants shall be brought at
site by the service provider for O&M.
36 ANNUAL TOTAL [PART-1, 2 & 3] 2885
Request For Proposal for Selection of a Facility Management Service Provider for Mantralya Mahanadi Bhawan and its campus at Naya Raipur
92
MANTRALAYA WTP, RO, WATER COOLERS, WATER SUPPLY PUMPS & FILTRATION SYSTEM
Sr. No.
Description Qty. Unit Remarks
1 2 3 4 5
A WATER COOLERS:
6.31
Supplying, Installation, Testing, Commisioning (Voltas Tushar or approved equivalent make) storage type water cooler of capacity 120 Ltrs. per hour, 30 C at inlet & 13.5 C at outlet point complete with inline water filter pressure reducing valve, suction cooler hermetic compressor equipped with overload protector, propeller type condencer fan, theRmtostat, non-toxic refrigerant material, 230 volts with proper earthing connection suitably modified to supply with one downtake S.S. pipe of 25 mm dia & making fix drain connection through flexible hose. 4 Nos specially designed C.P. press to pour faucet etc. complete.
43 Nos
B WATER SUPPLY PUMPS & HYDRO SYSTEMS:
8.1
Supplying, Fixing, testing & commissioning HBD make horizontal multistage Single outlet centrifugal pump set (Split Casing) capable of delivering 2850 LPM at 85 M head for having cast iron casing, bronze impellers, EN-8 shaft with bronze shaft sleeves dir
1 Nos
8.2
Supplying, Fixing, testing & commissioning HBD make horizontal multistage Single outlet centrifugal pump set (Split Casing) capable of delivering 2850 LPM at 80 M head for having cast iron casing, bronze impellers, EN-8 shaft with bronze shaft sleeves dir
1 Nos
8.3
Supplying, Fixing testing & commissioning HBD make multistage horizontal centrifugal pump set capable of delivering 250 LPM at 85 M head due to all causes with TEFC squirrel cage induction motor of 2900 RPM, foundation bolts, etc. complete 12.5 HP (jockey
1 Nos
8.4
Supplying, Fixing testing & commissioning HBD make multistage horizontal centrifugal pump set capable of delivering 250 LPM at 80 M head due to all causes with TEFC squirrel cage induction motor of 2900 RPM, foundation bolts, etc. complete 12.5 HP (jockey
1 Nos
8.5
Supplying, Fixing testing & commissioning HBD make Terrace Fire Booster pump, horizontal centrifugal pump set capable of delivering 450 LPM at 35 M head due to all causes with TEFC squirrel cage induction motor of 2900 RPM, foundation bolts, etc. complet
6 Nos
8.6 AIR CUSHION TANK
Supplying, fixing, erecting, testing & commissioning Diaphragm operated vertical Air caution tank of capacity 600 Ltrs. fabricated out of 8mm thick MS plate vessel should be suitable to operate at a maximum pressure of 15 Kg/Sqm and should be complete wi
2 Nos
8.7 Auto-manual control panel for all above pumps. 1 Nos C Hydro-pneumatic Pumping-systems 8.8 Domestic water 1 Nos (HBD make skid mounted Hydro pneumatic system)
a)
Supplying, Fixing, Testing, erecting & Commissioning Vertical Stainless Steel inline pumps having 304 SS casing, 304 SS impellers, 304 SS shaft and driven by 15 HP 2900 RPM 415 Volts, 50 cycles, AC 3 phase TEFC motor. Each pump should be capable of delive
b)
Supplying Fixing Erecting, testing & Commissioning Vertical precharged diaphragm tank 100 Ltrs. suitable to operate at a maximum pressure of 15 Kg. and should be complete with necessary inlet & outlet connections for water, air and control. Vessel should
c) Supplying, Fixing, Testing, erecting & Commissioning Variable Speed drive Control panel with 1 No. Shnieider make Variable Speed drive controller and 1 No. Fixed speed drives for 3 X 15 HP pumps having 63 Amps incomming Isoalting switch fuse
Request For Proposal for Selection of a Facility Management Service Provider for Mantralya Mahanadi Bhawan and its campus at Naya Raipur
93
Sr. No.
Description Qty. Unit Remarks
1 2 3 4 5
unit, Incommi
d)
The mega control should start the first pump on VFD. The pressure transmitter should provide signal to the VFD thorugh the PID controller in such a manner that as long as the consumption is within the capacity of the one Variable Speed pump a constant pre
e) all internal wiring to ensure that the entire equipments works as a composite system. 1 No.
8.9 Flushing water: 1 Nos (HBD make skid mounted Hydro pneumatic system)
a)
Supplying, Fixing, Testing, erecting & Commissioning Vertical Stainless Steel inline pumps having 304 SS casing, 304 SS impellers, 304 SS shaft and driven by 20 HP 2900 RPM 415 Volts, 50 cycles, AC 3 phase TEFC motor. Each pump should be capable of delive
b)
Supplying Fixing Erecting, testing & Commissioning Vertical precharged diaphragm tank 100 Ltrs. suitable to operate at a maximum pressure of 15 Kg. and should be complete with necessary inlet & outlet connections for water, air and control. Vessel should
c)
Supplying, Fixing, Testing, erecting & Commissioning Variable Speed drive Control panel with 1 No. shnieider make Variable Speed drive controller and 2 Nos. Fixed speed drives for 3 X 20 HP pumps having 63 Amps incomming Isoalting switch fuse unit, Incom
d)
The mega control should start the first pump on VFD. The pressure transmitter should provide signal to the VFD thorugh the PID controller in such a manner that as long as the consumption is within the capacity of the one Variable Speed pump a constant pre
e) all wiring to ensure that the entire equipments works as a composite system. 1 No. D SUMP PUMP FOR BASEMENT DRAIN:
8.1
Supplying, fixing, Testing & commissioning vertical foot mounted fully Submersible dewatering non clog sump pump of cast iron construction having bronze impeller, suitable for 1000 MM deep sump, capable of delivering 500 LPM at 15 M head 5 HP motor 2900
4 Nos
8.11
Supplying, Erecting, Testing Commissioning Fully automatic control panel for 2 x 5 HP storm water pumps with high and low level controls. Complete with all integral wiring using Copper PVC insulated/ Tapped and colour coded wires/flats of adequate size
1 Set
E WATER TREATMENT PLANT
8.12 Water treatment plant comprising of following of capacity 400CUM/DAY of Flow rate 50 CUM/HR & of 8 HRS. operation.
1 Set
1) Dual media filter of FRP shell 2) Activated carbon filter of FRP shell 3) Softener of FRP shell catering TDS of about 750 PPM 4) Dosing arrangement 5) Water quality is as follows TDS 1000 PPM, Hardness 750 PPM, Calcium 200 PPM 6) Necessary filter feed pumps (2 nos) & panels 50 CUM/HR at 20M Head F R O PLANT
8.13 R O plant comprising of all necessary equipment of capacity 6CUM/DAY of Flow rate 0.75 CUM/HR & of 8 HRS. operation.
4 Sets
G FILTRATION SYSTEM FOR WATER BODY 1 Nos 8.14 WATER BODY PUMPS
A Supplying, Fixing testing & commissioning horizontal fully submersible centrifugal
Request For Proposal for Selection of a Facility Management Service Provider for Mantralya Mahanadi Bhawan and its campus at Naya Raipur
94
Sr. No.
Description Qty. Unit Remarks
1 2 3 4 5
pump set capable of delivering 1000 LPM at 25 M head due to all causes with motor of 2900 RPM, foundation bolts, etc. complete 10 HP (2 NOS.)
B Manual operated starter switch with on / off facility having low level protection capable for operations of two no. pumps (1 NO.)
C
Supplying, Fixing, Testing & commissioning Fiberglass Vertical high rate Pressure sand filter (cap. shall be 500 LPM) with 1200 mm. dia.x 1800 mm. high, Non corrosive base legs, etc. complete. with Top mounted, 6 position multiport valve - for back wash &
D Accessories :
Supplying, Fixing, Testing & commissioning Alum and Bleaching solution tanks fabricated out of PVC/FRP shall have a useful capacity of 100 Ltrs. provide removable hinged cover and tank shall be provided with hand.
Supplying, Fixing, Testing & commissioning Diaphragm operated pot type doser with PVC hose 7 injection nozzle etc.
Supplying, Fixing, & Testing All piping between balancing tank & pump, pump to filter (80 mm dia. UPVC Schedule 80 Pipes & GI fittings such as bend, Tee, socket & Approximate piping 80 meters with 16 Nos. fittings) Filter to water body and Brass CP Water
TOTAL
Request For Proposal for Selection of a Facility Management Service Provider for Mantralya Mahanadi Bhawan and its campus at Naya Raipur
95
APPENDIX– D19 INVENTORY OF RAJDHANI SAROVAR
Name of work :Construction of Naya Raipur Capitol Complex- Lake (Rakhi) front development under conservation & development of water bodies under the head of 13th finance commission Reference: W.O. No: 517 /CCIID-Lake/ES/B/4-46/NRDA/2011-12, Dated: 18.04.2012 & Agreement No. 47/CCIID-
Lake/ES/B/4-46/NRDA/2011-12, Dated: 11.04.2012. *****
Ø- dk;Z dk uke Hkkjr ljdkj 13oak foRr vk;ksx ds }kjk tyk'k; laj{k.k ,oa lao/kZu en ds varxZr jkt/kkuh ifjlj fLFkr jk[kh tyk'k; ds laj{k.k ,oa fodkl dk dk;ZA
1 ,tsalh dk uke Mh- Ogh- izksatsDVl fyfeVsM ¼iVsy baVjizkbtsl] dksjck½
2 ih,elh@bath- bapktZ dk uke
dk;Zikyu vfHk;ark ¼flfoy1½] ,u-vkj-Mh-,-
3 dk;Z dh ykxr :- 32-14 djksM+
4 dk;Z izkjaHk frfFk 19-4-2011
5 dk;Z lekfIr frfFk ¼vuqca/k ds vuqlkj½
17-10-2013
6 dk;Z lekfIr dh frfFk tuojh -2014
10 dk;kZjaHk ,oa dk;Ziw.kZrk frfFk 1- tyk'k; foLrkj ¼pkSM+hdj.k ,oa xgjhdj.k½ dk;Z& izkjaHk 25 vizSy 2011] dk;Ziw.kZ uoEcj 2011
2- tyk'k; lao/kZu ,oa fuekZ.k dk;Z& izkjaHk 19 vizSy 2012] dk;Ziw.kZ tuojh 2014
11 tyk'k; dk fooj.k
• iqjkus tyk'k; dk {ks=Qy& tyk'k; 32-00 ,dM ¼13 gsDVs;j½ rVca/kksa lfgr dqy {ks=Qy 45-00 ,dM ¼18 gsDVs;j½
• iwoZ tyHkaMkj.k {kerk& 2 yk[k ?kuehVj ¼13 gsDVs;j½
• laof/kZr {ks=Qy& tyk'k; 47-00 ,dM ¼19 gsDVs;j½ rVca/kksa lfgr dqy {ks=Qy 75 ,dM ¼30 gsDVs;j½
• laof/kZr ty HkaMkj.k {kerk& 7 yk[k ?kuehVj
• tyk'k; ,oa rVca/kksa ds {ks=Qy esa 67% of) 13 izeq[k dk;Z • 9-40 yk[k ?kuehVj feÍh dh [kqnkbZ
• 1 fd0 eh0 yEck ?kkV fuekZ.k
• 2 fd0 eh0 yEck fifpax fuekZ.k
• 530 ehVj yEck ckmaMªh okWy
• 2 fd0 eh0 pSufyad QSfUlax
• 5 gsDV;j esa 10 iztkfr ds 4000 vkS"k/kh; o`{kkjksi.k
• 16 fd0 eh0 fMªi bjhxs'ku usVodZ
• tyk'k; esa vkDlhtu vkiwfrZ ,oa lqanjrk ds fy;s 12 QkmUVsu
• dkEIysDl ds okVj ckMh ds fy;s 'kksf/kr tyvkiwfrZ
Request For Proposal for Selection of a Facility Management Service Provider for Mantralya Mahanadi Bhawan and its campus at Naya Raipur
96
• 2-50 fd0 eh0 tkWfxax Vªsd
• 60 nks ifg;k ,oa 42 pkj ifg;k okgu {kerk ds 2 ifCyd ikfdZx
• 2 ,esfuVh Cykd] 3 ifCyd VkW;ysV]
• 1-635 yk[k yhVj {kerk dk 1 ;w0 th0 VSd ,oa 3 iEi :e
• 4 fdpu ,oa 5 iscSfy;u rFkk 1 dSQs
• 7 izos'k }kj ,oa 5 lqj{kk dsfcu
• euksjatu ds fy;s LVst
• lqanjrk ,oa izdk'k ds fy;s 1250 ,ybZMh ykbZV
• Jh [kYykjh ekrk eafnj fuekZ.k dk;Z dk;Z dk uke &Hkkjr ljdkj 13oas foRr vk;ksx ds }kjk tyk'k; laj{k.k ,oa lao/kZu en ds varxZr dk;Z dk uke &Hkkjr ljdkj 13oas foRr vk;ksx ds }kjk tyk'k; laj{k.k ,oa lao/kZu en ds varxZr dk;Z dk uke &Hkkjr ljdkj 13oas foRr vk;ksx ds }kjk tyk'k; laj{k.k ,oa lao/kZu en ds varxZr dk;Z dk uke &Hkkjr ljdkj 13oas foRr vk;ksx ds }kjk tyk'k; laj{k.k ,oa lao/kZu en ds varxZr
jkt/kkuh ifjlj fLFkr jk[kh tyk'k; ds laj{k.k ,oa jkt/kkuh ifjlj fLFkr jk[kh tyk'k; ds laj{k.k ,oa jkt/kkuh ifjlj fLFkr jk[kh tyk'k; ds laj{k.k ,oa jkt/kkuh ifjlj fLFkr jk[kh tyk'k; ds laj{k.k ,oa fodkl dk dk;ZAfodkl dk dk;ZAfodkl dk dk;ZAfodkl dk dk;ZA 1111----0000 jk;iqj MsOgyiesaV vFkkWfjVh Hkkjr 'kklu ds fn'kk funsZ'kksa ds rgr~ i;kZoj.k] Hkwty ,oa o"kkZty
laj{k.k gsrq dr ladYi gSA u;k jk;iqj MsOgyiesaV vFkkWfjVh ds }kjk u;k jk;iqj ds jkt/kkuh ifjlj ds fofHkUu Hkouksa ,oa Hkw&lrg ds o"kkZ ty laxzg.k gsrq jkt/kkuh ifjlj fLFkr jk[kh tyk'k; ds laj{k.k ,oa fodkl dk dk;Z Hkkjr ljdkj 13oas foRr vk;ksx ds }kjk tyk'k; laj{k.k ,oa lao/kZu en ds varxZr fd;k tk jgk gSA
2222----0000 jkt/kkuh ifjlj esa 32-50 ,dM ¼13 gsDVs;j½ {ks= ds jk[kh tyk'k; dh orZeku ty la/kkj.k {kerk 2]00]000 ?ku ehVj gSA bl tyk'k; ds {ks=Qy 75 ,dM ¼30 gsDVs;j½ rFkk vkSlr xgjkbZ 1-50 ehVj ls c<+kdj 3-00 ehVj dh xbZ gSA {ks=Qy rFkk xgjkbZ esa o`f) djus bldh ty HkaMkj.k {kerk 5]50]000 ?kuehVj gks xbZ gSA bl tyk'k; ds foLrkj ,oa lao/kZu esa tyk'k; pkSM+hdj.k ,oa xgjhdj.k] o"kkZ ty laxzg.k ,oa la'kks/ku] tyk'k; esa ,;js'ku QkmUVsau] Iyfcax] lsusVjh ,oa flpkbZ O;oLFkk] Jh [kYykjh ekrk eafnj] m|ku fuekZ.k ,oa o`{kkjksi.k] ikFkos] rVca/kks ds fifpax ,oa jSfyax] ?kkV fuekZ.k] tulqfo/kk çlk/ku rFkk ikfdZx dk;Z gSA Appendix D19 to D19 of RFP to be appended here
Item No.
Particulars Units Qty.
1 2 3 4 STRUCTURAL WORKS
AA Dismantling of existing structures like culverts, bridges, retaining walls and other structure comprising of masonry, cement concrete, wood work, steel work, including T&P and scaffolding wherever necessary, sorting the dismantled material, disposal of unserviceable material and stacking the serviceable material with all lifts and lead up to 1000 meters and as per relevant clauses of section-200 in
cum
(i) Lime / Cement Concrete A Lime Concrete, cement concrete grade M-10 and below 153.72 B Cement Concrete Grade M-15 & M-20 cum 50.40
(iii) Stone Masonry cum
B Rubble stone masonry in cement mortar. 307.44
(vii) Scraping of Stone from dismantled stone masonry cum
Request For Proposal for Selection of a Facility Management Service Provider for Mantralya Mahanadi Bhawan and its campus at Naya Raipur
97
Item No.
Particulars Units Qty.
1 2 3 4 A In cement and lime mortar 307.44 A EARTHWORK AND METAL PACKING
A1 Excavation MANUALLY/ MECHANICALLY for foundations, trenches, retaining walls, plinth beams, underground tanks, effluent treatment tanks, etc. including backfilling of approved excavated materials in foundations & behind RCC walls after completion of waterproofing etc. and removing, spreading, watering and consolidating, carting away surplus earth on site within as directed beyond construction site/ building area including preparing the surface. (Note: All backfilling & spreading of earth shall be carried out in layers not exceeding 200mm and compacted to 90% ordinary proctor dry density
CUM
(a) In ordinary soil (brown/ black fine loose sand) but for lift upto 1.5m from existing level of excavation 13465.43 (b) In ordinary soil (brown/ black fine loose sand) but for lift above 1.5m to 3.0m CUM 3576.55 (c) In ordinary soil (brown/ black fine loose sand) but for lift above 3.0m to 4.5 m CUM 934.23 (f) Iin ordinary rock including loading in a truck and carrying of excavated material to embankment
site with in all lifts and leads upto 1000 meters as per relevant clauses of section 300. CUM 2773.60
A2(i) Providing and filling in plinth with sand/ Crusher dust and hard moorum under floor in layers not exceeding 20cm in depth consolidating each deposited layer by ramming and watering, including dressing etc. complete.roller or other approved mechanical equipment etc. complete as directed.
cum 2860.78
A2(ii) Filling in plinth and in other places with approved quality sieved sand 50 mm thick cushioining layer below pitching etc. complete as directed.
CUM 814.74
A3 (i) Providing and laying average 150 mm thick dry rubble packing below flooring, etc. and in foundations where directed with good quality Grey lime stone of approximately cubical shape of required thickness, hand setting including filling chips, spall sand in interstices ramming with mechanical rammer, watering, etc. as directed by Engineer-In -Charge etc. complete.
CUM 456.68
A3 (ii) Construction of granular sub-base cum 946.10 A4 Excavation for Roadway and Other Areas within the project site in all types of soil using plant and
machinery including loading in truck for carrying of cut earth to embankment site with all lifts and lead upto 1000 meters as per relevant clauses of section 300.
CUM 210000.00
A5 Removal of Surplus Soil/ordianry rock/murrum with Disposal beyond 1000 m included in item of excavation up to 5000 meters
CUM 160450.00
CONCRETE-PLAIN & REINFORCED B1 Providing and laying Concrete of design mix using graded stone aggre-gate of 20mm and down,
including plastisizers or retarders if required, including all formwork, mechanical mixing, Vibrating, consolidation, finishing, curing etc. at all heights & levels all as per drawings, specifications as directed complete. CUM
(i) M-15 for all PCC work below the foundations, plinth beams, raft slab, of U/G tanks etc including side forms where ever required.
7353.83
(ii) (a) M-25 In footings/ foundations/ Raft slab CUM 496.12 (iii) (b) M-25 In Grade slab (including 400mm micron thick polythene sheet under the grade slab). cum 1280.42 (iv) (c) M-25 In columns and pedestal of all shapes and of all heights i.e square, circular or irregular at
floors as indicated. cum 106.20
(v) (d) M-25 in WALL at all levels as indicated. cum 529.01 (vi) (e) M-25 in FLOOR BEAMS at all levels as indicated. cum 309.15
(f) M-25 in LINTEL BEAMS at all levels. FOR SCREEN WALL cum 13.20 (g) M-25 in all type of floor slabs/ flat slabs/ loft slabs any thickness. cum 210.40
(vii) (h) M-25 STAIRCASE including landing slab. cum 15.72 (i) M-25 in facias, chajjas, drop pardhi, upstand pardis, fins, pergolas, coping etc. cum 46.69 (j) M-25 in machine foundation like DG, Chiller plant, transformer, pumps etc. cum 13.66
Request For Proposal for Selection of a Facility Management Service Provider for Mantralya Mahanadi Bhawan and its campus at Naya Raipur
98
Item No.
Particulars Units Qty.
1 2 3 4 C REINFORCEMENT
C1 Providing and fixing in position high yield strength deformed bar reinforcement with yield stress not less than Fe 500 of various diameters for RCC, footings, slabs, beams, columns, walls, retaining walls, trenches, drains etc. as per detailed design and drawing schedule including cutting, bending, hooking the bars, binding with 18 SWG GI wires including supporting as required and providing concrete cover blocks at all levels including all leadsand lifts etc. complete.
MT 200.593
D STRUCTURAL STEEL WORKS D1 Providing, fabricating and erecting in position the MS rolled steel structural members such as
plates, channels, beams, angles, tees, rods, chequered plates, insert plates and angles with hold fasts etc., of all sizes and shapes and as per detail design, drawings and specifications for various spans including preparing shop drawings for each structure and getting approved prior to fabrication, fillet welding, butt welding, bolts & nuts as specified in drawings, butt weld splicing, all as per specifications and special conditions of contract. The rate includes necessary machining/ grinding smoothening of members/ joints wherever required to give a neat appearance. The rate includes painting with zinc chromate primer with 3 coats of synthetic enamel paint. The rate also includes the erection machinery/ equipment, temporary supporting structures and members required for erection etc.complete.
MT 31.215
ARCHITECTURAL WORKS SECTION E : ANTI-TERMITE TREATMENT
E1 Anti-termite Pre-construction Treatment : (As per IS : 6313 Part - I, II, III & IV) (Note : Anti-termite treatment shall be carried out through specialised agency reputed in Pest Control treatment and approved by the Engineer. The contractor to give 10 years guarantee on a suitable bond).
Providing Preconstructional Anti-termite treatment all around the foundation and column pits, wall trenches, the top surface of the plinth filling, junction of wall and floor, along the external perimeter of the building complete using approved chemicals in the Stages mentioned in IS 6313 Part I, II, III & IV with specifed coverage per Sqm of area etc. complete. Plan area shall be measured for payment. Rate to be payable once for the number of operations required and application at various stages and levels.
sqm 1013.58
F SECTION F : MASONRY WORK F1 Providing and laying 1:6 c:m 150mm thk x 190mm high x 390mm long precast cement concrete
solid blocks having crushing strenght 75 kf/sqcm in masonry walls with approved quality of fly ash component as per IS code at all levels for Internal /external walls , including 2 hoop iron strips 25mm x 1.6mm at every third course properly bent and bonded at ends (incl. reinf) & including making grooves for concealing electrical conduits of dia upto 32mm including scaffolding, curing etc.
cum 284.91
F2 -do- same as item No. F1 above but for 200mm thk x 190mm x 390mm long solid concrete blocks sqm 910.25 F3 Providing and Filling/ making steps in concrete blocks with approved quality of fly ash component
as per IS code in cement mortar 1:6 including curing etc. complete. cum 9.41
GANOUD - RED SANDSTONE F4 Providing and laying uncoursed random rubble masonry of reddish pink sandstone in C:M 1:6 in
retaining walls, foundation and upto ground level including raking out joints when plastering to be done/ striking out joints, watering and scaffolding etc. complete as per detailed drawing and as directed / approved by Architect/Engineer.
cum 2521.27
F5 (iii)
Providing and laying hand cut, reddish pink Bilha stone or approved equivalent stone blocks, of average size100x200x600mm thk neatly dresse to give an even surface and fixed in position with 1:6 cement mortar of approved quality in approved pattern, laid edge to edge on a bed of joints finished with neat cement slurry, laying as per design, including curing, cleaning complete as directed & as per detail drawing.
cum 799.00
F 6 Providng and fixing uncoursed random rubble, reddish pink sandstone pitching, min thickness of 300mm, with cement mortar 1:6 and/or cement paste with required dressing of stone, scafolding
CuM 5351.79
Request For Proposal for Selection of a Facility Management Service Provider for Mantralya Mahanadi Bhawan and its campus at Naya Raipur
99
Item No.
Particulars Units Qty.
1 2 3 4 etc. complete as per detailed drawing and as directed/ approved by Architect/Engineer.
F9 MAHASAMUND SAND STONE (i) Providing and laying regular coursed rubble masonry of dressed yellow Mahasamund sandstone,
300mm(height) x (450 to 600)mm in C:M 1:6 above ground level upto plinth level & in superstructure, including sunk pointing, raking out joints, watering and scaffolding etc. complete as per detailed drawing and as directed/ approved by Architect/Engineer.
cum 58.64
SECTION G : PLASTERING & POINTING G1 Providing 23mm thick external sand faced cement plaster in cement mortar (1:3) in two coats
including using approved water proofing admixtures as per manufacturer's specifications including scaffolding and making drip moulds, grooves wherever required or as directed including supply and adding approved polypropylene fibres in dosage at the rate of 125 gms of Fibres per 50 Kg cement bag including using, in all plaster coats and in drip moulds, Fibremesh (Harbourite Fine Fibrillated 100% Virgin Polypropylene Fibres or equivalent), including scaffolding, curing etc., complete.
sqm 1182.02
G4 Providing 15mm thick cement plaster in cement mortar 1:4 without neeru, finished smooth for R.C.C/ brick/ block masonry complete in all respects including scaffolding, bonding agent, curing and as directed by Engineer-in-charge.
sqm 1115.85
G5 Providing 10mm thick cement plaster in cement mortar 1:4 without neeru, finished smooth for R.C.C/ brick/ block masonry with rough finish to receive Plaster of Paris (POP) or tiles complete in all respects including scaffolding, bonding agent, curing and as directed by Engineer-in-charge.
sqm 3700.19
G6 Providing Plaster of Paris (POP) rendering over cement plaster upto 8mm thickness for walls beams at all heights and ceiling and levels including scaffolding staging etc, complete.
sqm 2797.75
G8 Providing and laying 25 mm thick cement mortar 1:5 layer below pitching in Ghats complete as per detailed dwgs & as directed/ approved by Architect/Engineer. sqm 15599.78
SECTION H : PAINTING H1 Providing and applying 3 coats over a coat of primer, of oil bound distemper (Lead, Mercury,
Arsenic & Chromium free) of approved shade and of approved make over concrete/ plastered surfaces including preparing of the surfaces, caffolding etc complete in all respects.
sqm 2797.75
H6 Providing and applying 100 % Acrylic Exterior Weatherproof (Lead, Mercury, Arsenic & Chromium free) Paint Apex Ultima or approved equivalent make, colour and shade as approved, in three coats, first: Acrylic primer coat and two coats of Paint on external walls, over wire brushed cleansurface as per manufacturer's recommendations incl. scaffolding and preparation of surface to receive the paint, curing etc. complete
sqm 1884.12
SECTION J : PAVING, FLOORING AND DADO J2 Providing and laying 25-32mm thick hand cut & machine polished green kota stone flooring square
or diamond pattern ranging from 560mm x 560mm upto 750mm x 550mm finished size and of approved colour and shade including 1:6 cement mortar bedding, laid edge to edge, Joints finished with neat cement slurry, laying as per design, including 3 coats of machine polishing after laying, curing, cleaning complete as directed & as per detail drawing.
sqm 738.62
J5 Providing and laying hand cut, machine polished green Kota stone slab 25-32 mm thick for treads & risers of steps & with neat cement slurry, curing, edgestaircase in one piece approx. 2000mm in length, with engraving three lines for treads including nosing for treads, on bed of 1:4 cement mortar including cement float, filling joints polishing and cleaning complete.
sqm 152.47
J6 Providing & Fixing double window cills hand cut, machine mirror polished green Kotah stone (Horizontal & Vertical) 25-32 mm thk. & reqd. width on 1:4 cement plaster/ Cement paste over 50mm thk bedding mortar 1:4, with required pins incl. cement float, filling joints with neat cement slurry, stone pieces to be fixed with Araldite or approved equivalent addhesive, including curing, 3 coats of polishing (incl. Edge Polish), cleaning and rubbing complete & as per drawing.
sqm 150.15
J7 Providing & laying hand cut, machine polished green kotah stone on top of parapet, 25 to 32 mm thk. & reqd. width on 1:4 cement plaster& fixing with brass screws incl. cement float, filling joints with matching pigmented cement slurry required keys, curing, 3 coats of machine polishing, cleaning and rubbing complete as per drawing.
sqm 552.83
Request For Proposal for Selection of a Facility Management Service Provider for Mantralya Mahanadi Bhawan and its campus at Naya Raipur
100
Item No.
Particulars Units Qty.
1 2 3 4 J8 Providing & fixing flush skirting of height 100 to 175mm, machine polished & hand cut 25 to 32mm
thick green kotah stone, & size to match the joints in flooring, etc complete. sqm 64.44
J12 Providing & laying hand cut, machine polished green kotah stone 25-32mm thk. of required 100 mm width and in an inclined profile as per detail drawings for the ramp including fixing the same with cement paste, filling joints with neat white cement slurry, curing, polishing, edge polishing & cleaning and rubbing complete.
sqm 19.26
J16 Providing and fixing white coloured ceramic tiles of 200 x 200mm/300 x 300mm size confirming to IS 15622 , finish, make, 5mm to 6mm thickness, in flooring for toilet blocks, kitchen, pantries, floors, etc complete as directed including laid on average 20mm thick 1:4 cement mortar bedding joints filled with white cement paste or of approved colour grouting materials including curing, scaffolding etc.complete. (Overall tile variation allowance + 1.0 mm.)
sqm 105.71
J17 Providing and fixing Solid Coloured Ceramic Glazed tiles confirming to IS 15622 of 200 x 200mm/300 x 300mm in size and 5 to 6mm thick for dado of toilets in required position laid on a average 12mm thick bed of 1:3 cement mortar including neat cement backing, filling joints with white cement slurry, curing and cleaning complete.
sqm 665.70
J18 Providing and fixing 18 to 20mm thick granite stone partitions, mirror polished on both sides with edge polished of approved quality and colour for urinals including cutting holes of required sizes for pipes in appropriate places, fixing in cement mortar 1:3, curing, cleaning etc.complete.
sqm 9.36
J20 Providing 18 to 20mm thick kitchen/ other platform counters of machine cut, mirror polished granite stone of approved shape, quality and colour including Cuddappah base, vertical frames, cutting holes of required sizes in appropriate locations to receive sink pipes etc. edge rounding/ polishing, fixing in the cement mortar 1:3, curing , cleaning etc. complete.
sqm 83.56
J24 Providing & laying paving in a combination of handcut, sand blasted Reddish pink Sandstone (40-50mm thk) and machine cut, flame finished grey Granite (18-20mm thk) in a ratio of 60%:40%, stone size 450 x 450 mm, including chamfering of edges laid edge to edge as per approved fan, circular or other pattern and colour, with cement mortar 1: 6 , laying blocks to the required slope, leveling, filling, cleaning the surface etc with all labour and transportation to site and as per directions of the Engineer.
sqm 1456.39
J29 (i) Providing & laying machine cut, Achouli-Tumgaon/Basin-Rajim Black Flagstone (average thickness 60mm thk) stone size up to 600 x 450 mm and 750 x 450 mm etc. for treads /risers of ghat steps & cafe flooring, including chamfering of edges laid edge to edge as per approved fan, circular or other pattern and colour, with cement mortar 1: 6, laying blocks to the required slope, leveling, filling, cleaning the surface etc with all labour and transportation to site and as per directions of the Engineer. Actual area of stone laid will be measured i.e. for Ghat steps overlap of treads will be paid for. (PCC to make up levels will be measured separately under relevant item and paid for.)
sqm 14349.32
J29 (ii)
Providing & laying machine cut, Achouli-Tumgaon/Basin-Rajim Blackstone (60mm to 75mm thk) for stone masonry, including chamfering of edges laid edge to edge as per approved fan, circular or other pattern and colour, with cement mortar 1: 6, laying blocks to the required slope, leveling, filling, cleaning the surface etc with all labour and transportation to site and as per directions of the Engineer. Actual area of stone laid will be measured will be paid for.
cum 315.36
J31 Providing and fixing TACTILE tiles of approved size, finish, make, 10mm thickness, in flooring for toilet blocks, kitchen, pantries, floors, etc complete as directed for differently abled toilet including plastering 1:4 cement mortar bedding joints filled with white cement paste or of approved colour grouting materials including curing, scaffolding etc.complete. (Overall tile variation allowance + 1.0 mm.)
sqm 13.50
J32 Providing and laying hand cut, reddish pink Bilha stone or approved equivalent stone slabs, 40-50mm thk & of 300 x 300mm finished size of approved quality for flooring in square or diamond pattern, laid edge to edge on a bed of 1:6 cement mortar joints finished with neat cement slurry, laying as per design, including curing, cleaning complete as directed & as per detail drawing.
sqm 475.04
SECTION K : DOORS, WINDOWS, VENTILATORS AND ROLLING SHUTTERS K1 Providing & fixing mild steel sheet frames for door/ window 152 mm x 50 mm of 18 gauge nominal
as per drawing with/ without ventilators incl. anchor fasteners HILTI or approved equivalent to be rmt 205.50
Request For Proposal for Selection of a Facility Management Service Provider for Mantralya Mahanadi Bhawan and its campus at Naya Raipur
101
Item No.
Particulars Units Qty.
1 2 3 4 fixed to the frame, & providing concrete bedblock for fixing the anchor fastener including filling cement mortar 1:6 in hollow core and 1 coat of zinc chromate primer & finishing with 3 Coats of Synthetic Enamel paint etc. complete.
K2 Same as Item No. K1 but for Door Frame of Sized 152 mm x 50 mm of 16 Gauge nominal for Fire Doors
rmt 34.80
K3 HARDWARE:- Providing and fixing the hardware complete in all respects with necessary pins, plates, screws etc(All fittings & fixtures shall be of Heavy duty quality) and as specified in the detail drawing. nos.
a SS BALL BEARING Hinges 4" x 3" x3mm Signature or approved equivalent 145.00 b SS BALL BEARING Hinges 4" x 4" x3mm Signature or approved equivalent nos 24.00 c Concealed Tower Bolts 24" Signature or approved equivalent nos 4.00 d Concealed Tower Bolts 8" Signature or approved equivalent nos 4.00 h D-pull handle 200mm pair SIGNATURE MAKE (2nos individually mounted on escutcheon) set 74.00 i Latch upto 150 mm SIGNATURE MAKE nos 16.00 k Lever Handles pair with mortice Lock BOTH SIDE KEY DORSET or approved equivalent nos 6.00 m Mortice Dead Lock BOTH SIDE KEY EPC 70MM - DORSET or approved equivalent nos 10.00 n Mortice Dead Lock BOTH SIDE KEY EPC 60MM - DORSETor approved equivalent nos 11.00 o Dorma Sliding System SL 8 Track 32*32*5mm, Track Length with Clamps, 2 Rollers, end stops &
fixing Acc nos 2.00
p Mortice Sliding Door 400 Hook Bolt for euro Profile cyl with 55mm backset, 22mm Sq Forend, Incl Strike Plate in satin stainless steel , Including 60mm length with oneside thumbturn and one coin slot for emergency operation & esc
nos 2.00
s Door Closer TS 68 DORMA or approved equivalent nos 47.00 t Raven RP 48, EPDM Closed Cells Sponge round the door for Dust Sound & Smoke Prtection -
RAVEN rmt 0.00
u Door Buffer with Vinyl (White) PVC Bush shutter or Wall mounted nos 0.00 v Easy clean floor socket SIGNATURE MAKE or approved equivalent nos 47.00
K4(i) Providing plain 6mm thick clear float glass for glazed doors and windows including side beadings, rubber gaskets etc. complete.
sqm 26.42
K5 Providing 5mm thick bajri glass for louvered windows. sqm 36.62 K6 Providing and fixing solid core flush door shutter in single/ Double leaf 35/ 50 mm thk. Marine type
of exterior grade as per detailed drawings, approved marine plywood facing on both sides without glazing and Venetians, all necessary 12 x 18 mm teak wood beading/ moulding and 6 x 35/ 50mm T.W. lipping, laminate , veneer and Paint finish as per detailed drawing and schedule and to the satisfaction of Architect/Engineer. Hardware to be paid for separately.
a (iv) D4 TOILET CUBICLE SIZE: 800 X 2100mm SHUTTER (800 X 2100mm approx.) 35mm thk solid core marine flush single shutters finished with approved 1mm thk laminate on 3mm thk plywood on both sides with 2mm grooves in laminate as per drawing.
sqm 26.88
a (vi) D8a - 900 X 2400 SECURITY CABIN, STORE ROOM SIZE: 900 X 2400mm SHUTTER (900 X 2400mm approx.) 35mm thk solid core marine flush single shutters finished with approved 1mm thk laminate on 3mm thk plywood on both sides with 2mm grooves in laminate as per drawing.
sqm 12.96
a (viii)
D9a TOILET, SIZE: 900 X 2400mm, SHUTTER (900 X 2400mm approx.) 50mm thk solid core marine flush single shutters finished with approved 1mm thk laminate on
sqm 12.96
Request For Proposal for Selection of a Facility Management Service Provider for Mantralya Mahanadi Bhawan and its campus at Naya Raipur
102
Item No.
Particulars Units Qty.
1 2 3 4 3mm thk plywood on both sides with 2mm grooves in laminate as per drawing.
a (ix) D9bJANITOR , SIZE: 900 X 2400mmSHUTTER (900 X 2400mm approx.)35mm thk solid core marine flush single shutters finished with approved 1mm thk laminate on 3mm thk plywood on both sides with 2mm grooves in laminate as per drawing.
sqm 4.32
a (xi) D15 TOILET FOR THE PHYSICALLY CHALLENGED, SIZE: 1000 X 2100mm SHUTTER (1000 X 2100mm approx.) 35mm thk solid core marine flush single shutters finished with approved 1mm thk laminate on 3mm thk plywood on both sides with 2mm grooves in laminate as per drawing.
sqm 6.30
a (xv) D22 TOILET FOR THE PHYSICALLY CHALLENGED (OUTER) SIZE: 1000 X 2400mm SHUTTER (1000 X 2400mm approx.) 35mm thk solid core marine flush single sliding shutter finished with approved 1mm thk laminate from both sides with 2mm grooves in laminate as per drawing
sqm 4.80
a (xviii)
D30 GARDENING STORE, MISC. UTILITIES ROOM SIZE: 1800 X 2400mm SHUTTER (1800 X 2400mm approx.) 50mm thk solid core marine flush double equal shutters finished with approved 1mm thk laminate on 3mm thk plywood on both sides with 2mm grooves in laminate as per drawing.
sqm 17.28
b (i) FD4 KITCHEN & PANTRY SIZE : 900 X2400 SHUTTER (900 X2400mm approx.) 60mm thick solid core marine flush single shutters with 1mm thk laminate from outside and synthetic enamel paint on the inside on 3mm thk plywood with 2mm grooves in laminate & plywood as per drawing.
sqm 12.96
K8 Providing, fabricating & fixing Glazed Anodised Aluminium windows (fixed, louvered, openable, sliding etc) using approved sections for subframes,frames, shutter frames,mullions, couplers, tubular sections, beading, etc, 6mm thick float glass, all fixtures, hold fasts, fixing by drilling in concrete (if required), handles, stainless steel IMEX hinges for openable windows, approved concealed locking arrangement, for sliding windows,approved ball bearing rollers and guides along with anti-rattling pieces/ guides at top & bottom Neoprene gaskets for fixing glass & colour anodising all aluminium sections to a thickness of anodic film not less than 20 microns, fixing frames to RCC with anchor fasteners, filling Silicon sealant between Stone & Aluminium Frame etc. complete as given below: including aluminium single/double doors withfloor hinges. Aluminium sliding windows (for all tracks) weight of Aluminum Sections will only be considered. Aluminium sliding/ openable windows (for all tracks/ sections) weight of Aluminium Sections will only be considered. Cost of accessories to be included in the rate. Glass to be paid for separately.
kg 792.24
SECTION L : WATER PROOFING & EXPANSION JOINTS L1 Providing and applying 70mm to 75mm thick (Total) proprietary brand cement based waterproofing
(box type) for bottom RCC raft slab and sides of RCC walls of watertanks, septic tanks, effluent treatment tanks, etc. including providing leakproof treatment by injection grouting to concrete members at 1.0m centres in both directions and also at all construction joints, and providing and fixing 20mm to 25mm thick rough Shahabad stone or other approved stone tiles set in 20mm thick 1:3 waterproof cement mortar and finishing the by laying/ plastering, with 20-30 mm thick C:M in 1:3 with waterproof compound
sqm 789.31
L2 Providing and applying as per manufacturers specifications a minimum of three coats of proprietary brand waterproofing coating using acrylic latex copolymers free from SBR's including thorough surface preparation, applying compatible primer coats etc. including providing leakproof treatment by injection grouting to concrete members by using waterproof polymer based on acrylates free
sqm 830.19
Request For Proposal for Selection of a Facility Management Service Provider for Mantralya Mahanadi Bhawan and its campus at Naya Raipur
103
Item No.
Particulars Units Qty.
1 2 3 4 from SBR's or modified SBR's at 1.0 metre centres in both direction, to top of RCC slabs in terrace, waterbodies, for toilets at the floor levels, sloping and curved surfaces. The coating shall be brush applied and rate shall include all surface preparation as per manufacturer's specification to the RCC surface. Coating shall also continue over walls of toilet upto 300 mm and on the side and top of the terrace parapet walls & vertical walls of the waterbody. Rate to include providing and laying upto 25mm thick protective cement mortar screed over the membrane, curing etc. complete. The thickness and no. of coats including primer if any shall be as per the manufacturers recommendations. (Only plan area shall be considered for making payment)
L3 Providing and Laying bricks bats laid in required slope to drain the water for any span on a base layer of base (latex) waterproofing , bottom layer in C:M 1:5 admixed with approved waterproofing compound filling upto half depth of the brick bats, curing this layer for 3 days applying cement slurry over this layer jointing of brick bats with C:M 1:3 admixed with approved waterproof compound and finally top finishing with average 20 mm thick layers of cement mortar added with jute fibre at 1 kg per bag including finishing the surface smooth with cement slurry admixed with approved water proofing compound & preparing the surface to receive china mosaic flooring on it, and making the junctions at the parapet rounded and tapered towards top upto required height, with drip mould at the junction of the plaster and parapet including curing by ponding test etc. complete. Average thickness of brick bat coba to be 150mm (Only plan area shall be considered for making payment)
sqm 751.22
L5 Providing and applying 20 to 35 mm thick smooth finished water proof plaster/ bedding, in cement mortar 1:3 with waterproof admixture of approved quality and quantity for waterproofing water tank, including back trowelling as specified, making the surface smooth and hard or preparing the surface to receive the plaster or tiles as directed etc complete.
sqm 565.84
L6 Providing and laying in required position china mosaic flooring over conventional waterproofing treatment or at ground level over PCC or IPS base of approved colour & pattern on 40mm thick bedding of 1:4 pattern on 40mm thick bedding of 1:4 giving proper slopes, compaction, curing, including on curved & vertical surfaces etc.complete.
(i) China mosaic with broken white pieces (size 25 to 35mm) sqm 663.05 (ii) China mosaic with solid (single colour) coloured pieces (size 25 to 35mm) sqm 88.17
SECTION N: MISCELLANEOUS ITEMS N1 SKYLIGHT
(i)
Providing & Fixing POLYCARBONATE THERMOFORM DOME, 4 MM thk clear, fixed on Aluminum Tube runner fixed with screw with EDPM washer & M10 Anchor fasteners to concrete scaffolding at all heights including making the joints waterproof etc. complete. As per detail drawing. upto 1600mm
nos. 2.00
N3 S.S. RAILING - Handicapped Toilet Providing, fabricating and fixing in position S. S. 316 satin finish Railing of 48.3mm (O.D.) or as required upto 2000mm height for handicap toilet as per drawing including grouting accurate socket for receiving vertical pipe erecting railing and base plate, S.S. bolts, necessary special hardware for the handicap toilet, grouting etc. complete & as per arch. drawing. Cost of accessories to be included in the rate.
kg 662.93
N4 S.S. RAILING Providing & fabricating including bending and welding with approved special electrodes and fixing in position hand rails consisting of S.S.316 satin finish hand rails of various diameters as per drawings and minimum 1.2mm thick, including providing and fixing stainless steel brackets , or base plates fixing to the concrete with 12mm dia Wedge bolts 4 Nos/ bracket, or welding to insert plates etc. complete as directed. Cost of accessories to be included in the rate.
(i) Railing as per detailed drawing consisting of 54 mm outer dia Hollow pipe of S.S. 316 vertical with fixed base at 900 c/c , tilted plu ring, 2 Nos 25 mm outer dia. Hollow S.S. pipe and 54 mm outer dia. Hollow S.S. pipe top
kg 2119.09
N5 Mirror Providing & fixing 6mm thk. Circular mirrors with S.S. satin finish studs as per detail nos 3.00
Request For Proposal for Selection of a Facility Management Service Provider for Mantralya Mahanadi Bhawan and its campus at Naya Raipur
104
Item No.
Particulars Units Qty.
1 2 3 4
(i)
architectural drawing complete including required edge polishing, scaffolding at all heights etc. (only actual surface area shall be considered for measurements) 600 mm dia. Mirrors
N6
(ii)
Core Cutting Providing holes in concrete slabs, beams, pardis, Ashler masonry walls etc. electrical concrete core cutting machine (Hilti or approved equivalent) with suitable drilling bit at all levels as directed by the Engineer. 76mm Dia. - 150mm Dia.
nos 34.00
N7 GI Pergola: Providing , Fabricating and fixing " B " Class G.I. Pipe Pergolas in single length consisting of all around welding of 110mm dia. GI pipe to 10mm thk, 150mm dia GI insert plate with necessary lugs for embedding in concrete members. The insert plate to be coated with solvent cement brush applied and sprinkled with sand to receive external plaster with expanded GI metal between joints of dissimilar surfaces (provided seperately under Item no. G1) as shown in the detailed drawing including providing and applying Etching Primer and 3 coats of Epoxy Paint (Silver colour), required welding, bolting, scaffolding etc. complete.
(i) Pergola of 110 mm dia. G.I. Pipes rmt 37.60 N9 Providing and Fixing Decorative M.S. Railing / Grill / Frame as per detailed drawing with required
inserts, screws, nut ,bolts , welding, required scafolding etc. complete as per detaiiled drawings and including 2 coats of enamel paint of approved make and shade over 1 coat of zinc chromate primer as directed.
MT 25.173
N10 (i)
Supplying manually operated M.S. Cantilever Sliding Gates as per detailed drawing with all necessary fixtures and accessories & required inserts, screws, nut, bolts, welding Machinery, Sliding arrangement, rollers , required scafolding etc. complete as per detailed drawing
nos 7.00
(ii) Fixing & installation of M.S. Cantilever Sliding Gates (Extra Heavy) nos 7.00 N15 Providing & fixing GI chain link fencing of 50 mm sq. size & 10 gauge thick over the MS angle
supports (Paid separately), properly stretched & bound to angles by GI pins through holes etc. complete as per IS 1566-1982.
sqm 4953.63
N16 Providing and laying 500 micron black LDPE film (Shivathene PE Film)as per IS 2508(1984 rev.), with minimum 7% looseness factor, width of film 7m & length of Than 30m, joint with Double Heat Welding joints (width of sealing joints 50-75 mm) & laid over sand cushion (sand filling paid separately) as lining to base and sloped sides. Shivalik Agro Poly Product Ltd or approved equivalent
Sqm 5527.33
N20 Providing and constructing masonry Manholes of size 600 x 600 x 750 mm deep for Electrical cables comprising of 150 mm thick PCC base in M15, 230 mm thick brick masonry walls with single coat cement plaster in CM1:4 on all sides (internal and external), 150 mm thick PCC coping in M20 with rebate for precast cover, 75 mm thick precast RCC cover in M20 grade concrete with necessary reinforcement steel and including all necessary excavation in soil, backfilling sides on completion of work etc all complete.
nos 2.00
N21 Providing and constructing RCC Manholes of size 750 x 750 x 1000 mm deep for Electrical cables comprising of 150 mm thick PCC base in M15 over 150 mm thick granular sub base, 200 mm thick RCC walls as per structural design with 20 -35 mm thick waterproof cement plaster in CM1:4 from inside all around including bottom, 100 mm thick precast RCC cover in M20 grade concrete with necessary reinforcement steel fixed in MS angle nosing embedded in RCC wall with hold fasts and including all necessary excavation in soil, backfilling sides on completion of work etc all complete.
nos 130.00
SECTION O: STREET FURNITURE 1 Providing and fixing local granite stone slab bench as per detailed drawing. Nos. 300.00 3 Providing SULO MGB Collection Bins - german or equivalent of 240 Litres capacity .The same
should be cerified according to EN 840 and RAL GZ 951/1. nos 0.00
LANDSCAPING WORKS
Request For Proposal for Selection of a Facility Management Service Provider for Mantralya Mahanadi Bhawan and its campus at Naya Raipur
105
Item No.
Particulars Units Qty.
1 2 3 4 A CIVIL WORK 1 Excavation upto 2.00 M (including for foundation) in all types of soils, such as Earth, Marine Clay,
Marshy Land, Running Sand, Garbage, Slush, Murum, Rock Boulders etc. as directed by Engineer. The rate includes pumping out water, backfilling, removing the rank vegetation and refilling the excavated materials within a lead of 150 M as directed including leveling, ramming etc. complete, and measured from the edge of cutting including all lifts and stacking in layers and removing the surplus excavated materials to any distance as directed (Records to be maintained properly). The rate also includes supporting public utilities such as cables, drains services pipes water mains, but shall not include the cost of shoring. Where unshored trenches are allowed slope as specified shall be given.
cum 11371.69
2 Providing and laying 100 mm thick , M 15 cement concrete with minimum cement content of 215 Kg. per Cu.M. including mixing placing consolidating curing etc. complete but excluding shuttering (not to be used for R.C.C. works)
cum 1553.38
3 Providing and laying dry rubble stone packing 230 mm. thick hand set in regular lines, interstices being filled in with small pieces of stones, thoroughly rammed, consolidated and watered complete as directed and specified.
cum 3069.20
4 Providing and laying hand cut, sand blasted, reddish pink sandstone slabs, 40-50mm thk & of 300 x 300mm/ 600 x 600 mm finished size of approved quality for flooring in square or diamond pattern, laid edge to edge on a bed of 1:6 cement mortar joints finished with neat cement slurry,laying as per design, including curing, cleaning complete as directed & as per detail drawing.
sqm 12277.46
9 Pathway in wbm-Providing and Laying WBM for informal pathway with bottom layer of hand broken metal not smaller than 50mm size and 120mm, 20 to 22 cm layer to be compacted to 15 cms by 10 T roller and above mix of metal no. 2 & metal no. 3 in 1:1 proportion mixed with stone dust or fine sieved sand of size 2mm, 15 cms layer to be compacted to 10cms by 10 T road roller ; hard murum or muram mixed with 5% O.P. cement, laid to 10 cms layer to be compacted to 8cms on it by 10 T road roller and the top layer is fine sieved red earth & sand layer in the respective proportion of 2:1 size of granules 2mm<>4mm to be sieved before mixing (red earth + river sand or grey clay earth + bajari sand) to be throughly compacted by 5 Ton hand roller to give final thk. of 2cms.
sqm 3486.43
B FOUNTAIN WORK I Providing and Fixing of Aerator Fountain ( Air Flo) For Lake I ( Left Side ) .
nos
1 Air Flo LM 2000( No.50185 ) floating fountain Assembly unit Consisting 4.00 2 4 K/w Nozzle Superior XL nos 4.00 3 Under Water Lights Lunagua 10 - 3 Nos
unit
4 50 watts 12 Volts Halogen - 3 Nos 5 Light Brackets - 3 Nos 6 Safety Transformer 150VA-230V 12V-50Hz - 1 No 4.00 7 Electrical Control Panel nos 2.00 8 Cables make Finolex/Polycab/PVC
1.5 sq mm 3 core copper flexible cable rmt 740.00
9 2.5 sq mm 3 core copper flexible cable rmt 740.00 II Providing and Fixing of Aerator Fountain ( Air Flo) For Lake II ( Right Side ) . I Providing and Fixing of Aerator Fountain ( Air Flo) For Lake I ( Left Side ) .
nos
1 Air Flo LM 2000( No.50185 ) floating fountain Assembly unit Consisting 8.00 2 4 K/w Nozzle Superior XL nos 8.00 3 Under Water Lights Lunagua 10 - 3 Nos
unit
4 50 watts 12 Volts Halogen - 3 Nos
Request For Proposal for Selection of a Facility Management Service Provider for Mantralya Mahanadi Bhawan and its campus at Naya Raipur
106
Item No.
Particulars Units Qty.
1 2 3 4 5 Light Brackets - 3 Nos 6 Safety Transformer 150VA-230V 12V-50Hz - 1 No 8.00 7 Electrical Control Panel nos 4.00 8 Cables make Finolex/Polycab/PVC
1.5 sq mm 3 core copper flexible cable rmt 2055.00
9 2.5 sq mm 3 core copper flexible cable rmt 2055.00 C HORTICULTURAL WORK I TRANSPLANTING OF TREES Transplanting the specified trees as shown on the plan/ drawings or as directed by the architect/
landscape consultant/ Engineer-in-charge; as per the detailed specifications & methodology described here in before, inclusive of all excavation removing the tree from from its original position & transplanting the same at the new position, inclusive of using all necessary equipments, gadgets, watering of trees, providing the nutrients and post transplanting care until the end of the Defect Liablity Period.
nos
iv) 381 to 450 mm 0.00 II TREES 1 Alstonia scholaris nos 160.00 2 Butea monosperma nos 600.00 3 Cassia fistula nos 800.00 4 Chukrasia tubularis nos 600.00 5 Dalbergia latifolia nos 600.00 6 Ficus benghalensis nos 5.00 7 Ficus infectoria nos 50.00 8 Ficus religiosa nos 40.00 9 Mimusops elengii nos 775.00
10 Saraca indica nos 95.00 III SHRUBS 1 Bougainvillea glabra nos 40.00 2 Bougainvillea mary palmer nos 35.00 3 Fine dressing the ground for Grass plantation. sqm 16766.00 4 Spreading of sludge, dump manure or/and good earth in required thickness (Cost of sludge, dump
manure or/ and good earth to be paid separately). cum 1927.46
5 Grassing with ‘Doob’ grass including watering and maintenance of the lawn for 30 days or more till the grass forms a thick lawn free from weeds and fit for mowing including supplying good earth if needed (the good earth shall be paid for separately). In rows 5 cm apart in either direction.
sqm 16766.00
D IRRIGATION WORKS 2 Providing, supplying, laying & Jointing at site of work Rigid PVC pipes & specials as per latest BS /
IS : 4985 / 2000 certified specifications and for a working pressure of 10/ 06 kgf /cm2 including cost of PVC solvent cement for jointing, making the joint water tight all labour, material, transportation, taxes, etc. complete.
2.1 75 mm Dia x 06 Kgf / Cm2 rmt 2132.00 2.2 63 mm Dia x 06 Kgf / Cm2 rmt 1011.00 2.3 50 mm Dia x 06 Kgf / Cm2 rmt 1738.00 2.4 40 mm Dia x 06 Kgf / Cm2 rmt 3864.00
Request For Proposal for Selection of a Facility Management Service Provider for Mantralya Mahanadi Bhawan and its campus at Naya Raipur
107
Item No.
Particulars Units Qty.
1 2 3 4 3 Providing and laying DRIP lateral tubing of 2.5kg/cm2 working pressure for single/multi Row
planting testing and commissioning as directed with necessary fittings i.e elbow, tee, Gromate, take-off, line end, plug, adapter etc. and specials as per IS: 12786 & ISO 9001/2 material, labour, transportation,taxes etc. complete.
rmt
3.1 16 mm Dia 12375.00 4 Providing and fixing pressure compensating, self-flushing Emitter/Dripper of 4/8 ltr/hr capacity with
necessary fittings, including cost of material, labour, transportation, taxes etc. complete. nos 6564.00
5 Providing, installing, commissioning & testing of Butterfly valve of ISO 9002 standard,with necessary fittings viz. m.s. Flange, nutbolt, ABS packing etc. including labour,material, transportation, taxes etc. complete. Make :- Normex / hawa / Kartar nos
5.1 75 mm dia. (2.5" Size) 22.00 6 Providing, installing, commissioning & testing of 3/4" Quick Coupling valve of brass material, with
necessary fittings viz. M.S. Saddle,Rubber Teflon Tape, etc. including labour,material, transportation, taxes etc. complete.
nos 49.00
7 Providing, supplying & installing of Circular and Rectangular Valve Box of rugged, UV-resistant Thermoplastic construction with locking arrangement complete. Including material, labour transportation, etc. complete. nos
7.1 Circular Valve Box 7" Size 49.00 7.2 Rectangular Valve Box 12" Size nos 22.00
8 Providing, Supplying, Installating and testing of Air Release cum Vaccum Breaker double action valve of 1" with necessary fittings, labour, taxes, Transport complete.
nos 2.00
9 Providing, Supplying , Installing and testing of Metal Sand + Screen Filter of 40 m3 / Hr. with By Plass, Flushing Arrangment, Pressure Gauge Inlet outlet Fittings etc. with Labour, Taxes , Transport Complete
nos 2.00
10
Providing, Supplying , Installing and testing of Vertical Openwell submersible Pump of 5 HP of having discharge 5 Lps & total Head of 50 Meters with By Plass, NRV, Common Header,Flushing Unit, Inlet outlet Fittings, control Panel Outdoor type etc. with Labour, Taxes ,Transport Complete (1 Working + 1 Stand by)
nos 2.00
11 Providing, supplying & installing of Plastic Flush valve to flush submains withstands ISO standards with necessary fittings, labour, transportation, taxes etc. Complete. nos
50 -40 mm size 24.00 12 Providing, supplying, installing, & testing of electrically operated solenoid valve with manual
override and withstands ISO 9001/2000 quality standards. 24v AC 50/60 cycle solenoid power requirement - 0.41Amp (9.9VA) in rush current and 0.23 Amp (5.5VA) holding current Pressure - 1.4 to 10.0 bars Flow - 7 to 9.5 Lit/Sec With necessary fittings, labour, transportation, taxes etc. complete.
nos
12.1 2.0" size 22.00 13 Providing, supplying, laying, Jointing of Single Core Control Cable with necessary fixtures &
fittings withstands ISO9001/2000 quality standards including labour,material, transportation, taxes etc. complete. rmt
13.1 2.5 sq. mm. Common Ground Wire 1877.00 13.2 1.5 sq. mm. Active Wire rmt 6609.00
14 Providing, supplying, installing, & testing of 7 station Irrigation Controller with Advanced easy to use features quality including, necessary fixtures, battery, fittings, labour, material, transportation, taxes etc. complete
nos 2.00
15 Earth-work in excavation for trenches, pits, pipe-lines, foundations, walls etc. in soft soil for depth upto 450 mm and about 300 mm wide including removing excavated material upto a distance of 50 m beyond the ages often ches/pits etc preparing the bed form foundations & necessary backfilling the excavated pit /trench as directed by engineer
cum 1988.07
Request For Proposal for Selection of a Facility Management Service Provider for Mantralya Mahanadi Bhawan and its campus at Naya Raipur
108
Item No.
Particulars Units Qty.
1 2 3 4 17 Earth-work in excavation for trenches, pits, pipe-lines, foundations, walls etc. in soft rock ,boulders
& Weathered Rock between 3 to 30 mm. in size for depth upto 0.50 m including removing excavated material upto a distance of 50m beyond the ages often ches/pits etc breaking the boulders into 225 mm size rubble including stocking the same (rubble as well as soft rock) and /or spreading as directed, bailing of water if any, preparing the bed form foundations & necessary backfilling the excavated pit /trench as directed by engineer in charge. All labour & material complete.
cum 62.00
18 Providing, supplying, laying & Jointing at site of RCC Hume pipes of NP2 Class of following sizes with necessary fittings etc. complete rmt
18.1 Hume Pipe 300 mm Size 56.00 1. DRAINAGE :
1.1 Supplying, laying, jointing & testing UPVC Drainage class pipes of Foamcore Astral(SN 8) make in solvent cement joint for pipe to pipe connection & 1:1 cement sand joint for between chamber wall & pipe including cutting the pipe to required length, roughining of pipe at wall joint except socket as directed.
rmt
a) 110mm dia. (4") 182.05 b) 160 mm dia. (6") rmt 560.64
1.3 Constructing 900 X 450 mm (3'-0" X 1'-6") inspection chamber in 230mm thick brick in 1:5 cement sand mortar, 100 mm (4") thick 1:2:4 PCC coping to fix the frame & 1:3:6 PCC 6" thick bedding, necessary benching 20 mm (3/4") thick 1:3 waterproof cement plaster smooth inside & rough outside including supply of all materials for chamber, 900 x 450mm (3'-0" x 1'-6") C.I. manhole cover & frame of 100 KG. weight
nos. 27.00
1.5 Providing, Laying 1:3:6 PCC Bed below pipe/ encasing the pipes upto 1.2 M depth and beyond 3.0 M depth in 150 mm (6") thick PCC including benching, curing etc. as per standard. CUM 51.36
1.6 Constructing manhole chamber in 230 mm (9") thick upto 1.68 M depth & in 350 mm (14"). Thick beyond 1.68 M depth brick masonry in 1:5 cement sand mortar 100 mm (4") thick 1:2:4 PCC curb for fixing top 550 mm (21") dia & 1.2 M (4') dia at bottom 150 mm (6") thick 1:3:6 PCC bedding necessary benching 1:3 smooth water proof cement plaster inside and rough outside including supply of all materials for chamber, including dewatering, providing & fixing 500 mm (21") dia heavy (116 KG.) weight manhole cover & frame, C.I horse shoe type steps, complete. up to 2.1 M depth.
nos. 3.00
1.7 Constructing manhole chamber in 230 mm (9") thick upto 1.68 M depth & in 350 mm (14"). Thick beyond 1.68 M depth -DO - DO - from 2.1M to 3.0 M depth
nos 44.00
1.8 Constructing manhole chamber in 230 mm (9") thick upto 1.68 M depth & in 350 mm (14"). Thick beyond 1.68 M to 2.9 M depth & 450 thick beyond 3.0 M -DO - DO - from 3.1M to 4.0 M depth
nos. 16.00
1.9 Constructing manhole chamber in 230 mm (9") thick upto 1.68 M depth & in 350 mm (14"). Thick beyond 1.68 M to 2.9 M depth & 450 thick beyond 3.0 M -DO - DO - from 4.1M to 5.0 M depth nos. 6.00
1.13 Excavation in any type of soil by cutting and chiseling complete including stacking/ disposal of the same. Including backfilling ramping etc. complete.
cum 14703.72
1.15 Providing & Fixing Vent Shaft in RCC Construction of 5 mtrs. In height with Vent cowl on top for foul air release.
nos 12.00
1.16 Providing fixing testing and commissioning 0.9m x 0.9m x 1.0m deep Grease trap (0.60m liquid height) constructed out of 230 mm brick masonry with Stoneware Tee connection for inlet outlet & vent, CI Manhole cover and frame (Cover size 0.9 x 0.45 m wide) of heavy duty, 40 mm thick Kaddappa baffle wall situated across the chamber. Trap shall be internally smooth plastered with water proofing compound & externally rough plastered Complete with 2 Nos 0.4 M x 0.85 M x 0.1 M high SS 304. perforated trey's with handles on both side including all accessories mounting. complete as specified in drawing.
nos 3.00
1.17 Providing & Fixing RCC manhole cover size of 900 x 450 mm. for SEPTIC TANK nos 15.00 2. STORM WATER :
2.1 Providing & constructing rectangular storm water channel of 230 mm thick wall in cement block or Rmt
Request For Proposal for Selection of a Facility Management Service Provider for Mantralya Mahanadi Bhawan and its campus at Naya Raipur
109
Item No.
Particulars Units Qty.
1 2 3 4 bricks in 1:5 cement sand mortar, 1:3 cement sand plaster smooth inside & rough outside 100 mm (4") thick 1:2:4 PCC coping to fix the angle nosing at top, 100 mm (4)" thick 1:3:6 PCC at bottom, excavation, backfilling, bailing or pumping out etc. complete.
Rmt 1889.60 2.4 Constructing 600 mm X 900mm (24" X 36") inspection chamber in 230mm thick brick in 1:5 cement
sand mortar, 100 mm (4") thick 1:2:4 PCC coping to fix the frame & 1:3:6 PCC 6" thick bedding, necessary benching 20 mm (3/4") thick 1:3 waterproof cement plaster smooth inside & rough outside including supply of all materials for chamber,600 mm X 900mm (24" X 36") ) C.I. manhole cover & frame of 100 KG. weight
nos 24.00
2.5 Providing & laying RCC NP2 class Hume pipe in slope with RCC collar in cement sand joint in 1:3 proportion including cutting the pipes to required length, complete. rmt
d) 300 mm (12") dia. 40.00 2.9 Constructing 900 X 450 mm (3'-0" X 1'-6") inspection chamber in 230mm thick brick in 1:5 cement
sand mortar, 100 mm (4") thick 1:2:4 PCC coping to fix the frame & 1:3:6 PCC 6" thick bedding, necessary benching 20 mm (3/4") thick 1:3 waterproof cement plaster smooth inside & rough outside including supply of all materials for chamber, 900 x 450mm (3'-0" x 1'-6") C.I. manhole cover & frame of 100 KG. weight
nos 7.00
4. SOIL WASTE & VENT 4.1 Supplying, fixing & jointing with lead caulked joint & hemp C.I. soil variety centry pipe (IS 1729 for
50mm & IS 3989 for all other sizes) including cutting masonry or walls, etc. wherever necessary for making connections, fixing the pipe to Ceiling, including spare socket, scaffolding wherever necessary, painting the exposed faces with suitable anticorrosive paint and 2 coats of oil paint recommended by the Architect/ Consultant.
rmt
b) 75 mm (3") dia. 51.85 c) 100 mm (4") dia. rmt 79.10
4.2 Supplying, fixing & jointing with cast iron fitting such as Bends, Tees, Cross, Wye, etc. of required degree with access door with lead caulked joint. (Confirm IS 1729 for 50mm & IS 3989 for all other sizes). nos
b) 75 mm (3") dia. 21.00 c) 100 mm (4") dia. nos 15.00
4.3 Supplying, fixing & jointing with cast iron plain fitting such as bends, tees, cross, offsets, loose collar, reducers Wye etc. With lead caulked joint. (IS 1729 for 50mm & IS 3989 for all other sizes) nos
b) 75 mm (3") dia. 39.00 c) 100 mm (4") dia. nos 19.00
4.5 Providing & fixing PVC 10 kg class pipe of Approved make complete with PVC fittings with solvent cement joint such as bend, tee, coupling, elbow, Reducers etc. for urinal waste rmt
a) 50 mm (2") dia. 21.80 b) 40 mm (1 1/2") dia. rmt 37.00
4.6 Providing & fixing 75 mm dia (3") C.I. NAHNI trap in lead caulked joint nos 29.00 4.7 Supplying & fixing 100 mm dia x300 long CI W.C. pan connectors with lead caulked joint (as per
drawing) nos 19.00
4.9 Chasing of Brick wall for PVC/ GI waste pipe & making good the same with 1:3 cement sand plaster using Chicken wire mesh etc. complete. rmt 30.60
4.10 Making holes for pipes of 100 mm dia. & above in RCC/ Brick wall and making good the same. nos 40.00 4.12 Supplying & fixing M.S. Hanger/ brackets for pipes in welded construction, including 3 coats of
enamel paint over two coats of Red oxide primer. kg 249.90
4.13 S/F CI to GI adaptor with lead caulked jointer for Wash Basin/ sink waste of 65 mm Dia. nos 23.00 5. WATER SUPPLY :
Request For Proposal for Selection of a Facility Management Service Provider for Mantralya Mahanadi Bhawan and its campus at Naya Raipur
110
Item No.
Particulars Units Qty.
1 2 3 4 5.2 MDPE PIPES :Supplying, Cutting to required length, fixing, laying below ground PN 16 Blue MDPE
pipes of Kiplas piping system ltd. make conforming to ISO 4427:1996 manufactured from virgin resin PE 80 Food grade compounded Raw Material having Blue Colour only with quality assurance certificate from quality agencies like WRC / CIPET (India) / DVGM / KIWA / SPGN etc. for usage in Drinking Water syatem The cost shall include testing, loading, unloading, stacking etc. complete as specified and directed.
Rmt
g) 250 mm (10") dia. 6.00 5.5 Supplying & fixing, cutting threading, laying, jointing & testing UPVC schedule 80 class pipes (to
ASTM–D–1785) of Supreme/ Finolex & ISI brand specials G.I. fittings (to I.S. 1239) such as tees, bends, elbows, couplings, etc. (excluding flange) drilling of holes in brick wall, white lead, cotton yarn, etc. complete.
rmt
a) 15 mm (1/2") dia. 102.05 b) 20 mm (3/4") dia. rmt 34.40 c) 25 mm (1") dia. rmt 46.85 d) 32 mm (1 1/4") dia. rmt 80.65 e) 40 mm (1 1/2") dia. rmt 40.91 f) 50 mm (2") dia. rmt 126.35 g) 65 mm (2 1/2") dia. rmt 3489.90
5.6 Providing & fixing screwed Zoloto MAKE BRASS BALL valve with lever for operation of approved quality (to IS 778-1971) 10 KG/ Sq.Cm. class. nos
a) 15 mm (1/2") dia. 3.00 b) 20 mm (3/4") dia. nos 4.00 c) 25 mm (1") dia. nos 7.00 d) 32 mm (1 1/4") dia. nos 5.00 e) 40 mm (1 1/2") dia. nos 3.00 f) 50 mm (2") dia. nos 19.00
5.7 Providing & fixing in position approved screwed G.M. float valves with copper ball cocks including effecting proper connection (best quality)
nos 3.00
5.10 Supplying & fixing C.I. LD manhole cover of 600 mm dia with locking arrangement for fixing on R.C.C. tank.
nos 11.00
5.14 Supplying & fixing 20 mm dia. hose bib with valve of 20 mm dia. (for gardening) nos 2.00 5.15 Constructing 300 X 300 X 300 mm deep brick masonry valve chamber in 1:5 cement sand mortar,
20 thick 1:3 water proof plaster smooth inside & rough outside, 100 mm 1:2:4 coping & 100 mm(4") thick 1:3:6 PCC beading, necessary excavation, backfilling, consolidation, C.I. frame & cover weight to be not less than 4.53 KG. etc. complete.
nos 4.00
5.16 Supplying & fixing M.S. Hanger/ brackets for pipes in welded construction, including 3 coats of enamel paint over two coats of Red oxide primer.
kg 108.80
5.17 Supplying & fixing Flanged CI no return valve IS 780 of Danfoss make with necessary nuts, bolts, rubber gaskets etc. complete. of approved make.
nos 8.00
5.20 Supplying, laying & jointing GI screwed flanges including welding to pipes, nuts, bolts, gaskets, etc complete.
nos 12.00
5.21 Constructing 900 X 450 mm valve chamber in 1:5 cement sand mortar ,100 mm (4") thick 1:2:4 PCC coping to fix the frame & 1:3:6 PCC 6" thick bedding, necessary benching, 20 mm (3/4") thick 1:3 water proof cement plaster smooth inside & rough outside including supply of all materials for chamber, 900 X 450mm (3'-0" X 1'-6") C.I. manhole cover & frame of 100 KG. weight
nos 4.00
5.28 Supplying, Fixing & Testing Pressure reducing Valve of Diaphram type with inbuilt strainer of Honeywell or Varie or TBS-OR make with necessary connectors.
nos
Request For Proposal for Selection of a Facility Management Service Provider for Mantralya Mahanadi Bhawan and its campus at Naya Raipur
111
Item No.
Particulars Units Qty.
1 2 3 4 a) 50mm (1 1/2") dia. 3.00
5.30 Hydro pneumatic systems
set
Domestic water (HBD make skid mounted Hydro pneumatic system) 1.00
5.31 Drinking water set
(HBD make skid mounted Hydro pneumatic system) 1.00
5.32 Flushing water: set
(HBD make skid mounted Hydro pneumatic system) 1.00
5.33 SUMP PUMP FOR PUMP ROOM DRAIN:
nos
Supplying, fixing, Testing & commissioning vertical foot mounted fully Submersible dewatering non clog sump pump of cast iron construction having bronze impeller, suitable for 1000 MM deep sump, capable of delivering 500 LPM at 15 M head 5 HP motor 2900 RPM (for Pump Room water Drain)
3.00
5.35 FILTRATION SYSTEM FOR WATER BODY set
WATER BODY PUMPS 2.00
5.36 FILTRATION SYSTEM FOR LAKE set
WATER BODY PUMPS 2.00
6. SANITARY FIXTURES & FITTINGS: 6.1 Supplying, Fixing HINDUSTAN CAT. NO. 20006 OR EQUIVALENT make Wall hung type water
closet, back inlet, P trap, C.I. chair type bracket with C.P. bolts Commander make white solid seat & white cover CP exposed type flush valve CAT NO. 1089 ALLIED CP Elbow C.P. wall flange, making necessary connection to G.I. flush/inlet pipe etc. fixing the W.C. pan over Rubber padding recessed by nuts, bolts, making joint in putty of white zinc including cutting the wall, making good the same etc complete.
nos 9.00
6.5 Supplying, Fixing HINDUSTAN OR EQUIVALENT make Orissa type water closet 580 x 440 mm in size with P/S trap with vent horn. Exposed CP Jaguar make Flush Valve, making connection to GI inlet / flush pipe Constructing brick masonry seat in 1:5 cement sand mortar Making joints -do-do-
nos 10.00
6.6 Supplying, Fixing Nirali OR EQUIVALENT make stainless steel single bowl sink with drain board size 1100 mm X 500 mm. Sink 550 x 420 x 220 mm deep mirror finished in 18.G stainless steel 316 material with 40 mm dia C.P. waste coupling & cup shaped S.S. strainer. M.S. brackets 40 mm dia brass C.P. `P' trap with cleanout plug, including fixing of sink below the counter, etc. complete.
nos 6.00
6.7 Supplying, Fixing HINDUSTAN make white colour wash basin size 550 mm X 400 mm with pair of CI brackets etc complete. nos 17.00
6.11 Supplying, Fixing 32 mm dia C.P. bottle trap with C.P. wall flange heavy duty of Jaquar CONTINENTAL 769 OR EQUIVALENT make.
nos 17.00
6.12 Supplying, Fixing 32 mm dia brass C.P. waste coupling for W.B. heavy duty of Jaquar CONTINENTAL 709 OR EQUIVALENT make.
nos 17.00
6.13 Supplying, Fixing 15 mm dia brass C.P. angle Stop cock for basin of Jaquar CONTINENTAL 053 OR EQUIVALENT make.
nos 41.00
6.14 Supplying, Fixing CP connectors of best quality with brass check nut (of 450mm length.) of Jaquar CONTINENTAL OR EQUIVALENT make
nos 32.00
6.15 Supplying, Fixing 15 mm dia. brass C.P. bib cock with wall flange of Jaquar CONTINENTAL 041OR EQUIVALENT make.
nos 10.00
6.18 Supplying, Fixing brass CP Pillar cock of heavy duty of Jaquar CONTINENTAL 021 OR EQUIVALENT make.
nos 17.00
6.19 Supplying, Fixing sink mixer with J shape spout with wall flange of heavy duty Jaquar CONTINENTAL 357 OR EQUIVALENT make. (Wall mounted)
nos 6.00
6.20 Supplying, Fixing CP Towel Ring of Jaquar CONTINENTAL 1121 OR EQUIVALENT Make. nos 13.00
Request For Proposal for Selection of a Facility Management Service Provider for Mantralya Mahanadi Bhawan and its campus at Naya Raipur
112
Item No.
Particulars Units Qty.
1 2 3 4 6.21 Supplying, Fixing Brass C.P. robe hook twin type of JAQUAR CONTINENTAL 1191 OR
EQUIVALENT make. nos 19.00
6.23 Supplying, Fixing JAQUAR CONTINENTAL 1151 OR EQUIVALENT make wall mounting type Brass CP toilet paper holder.
nos 19.00
6.25 Supplying, Fixing PVC Square Jali for Nahni trap dia of standard size Savita or APPROVED EQUIVALENT MAKE.
nos 29.00
6.27 Supplying, Fixing stainless steel Liquid soap dispenser of H 120 x W 90 x 100 mm Dia. size. OF APPROVED MAKE
nos 15.00
6.28 Supplying, Fixing 40 mm dia heavy duty Brass CP waste coupling for sink. nos 6.00 6.29 Supplying, Fixing Racold or Spherehot make instant type water heater with thermostat controls,
back pressure valve etc. complete nos 6.00
6.31 Supplying, Installation, Testing, Commisioning (Voltas Tushar or approved equivalent make) storage type water cooler of capacity 120 Ltrs. per hour, 30 C at inlet & 13.5 C at outlet point complete with inline water filter pressure reducing valve, suction cooler hermetic compressor equipped with overload protector, propeller type condencer fan, theRmtostat, non-toxic refrigerant material, 230 volts with proper earthing connection suitably modified to supply with one downtake S.S. pipe of 25 mm dia & making fix drain connection through flexible hose. 4 Nos specially designed C.P. press to pour faucet etc. complete.
nos 3.00
6.43 Supplying & Fixing Jaquar #563 OR EQUIVALENT make Jet spray Including flexible hose Jaquar 563 Make.
nos 19.00
6.47 Fixing Parryware make Half flat back Urinal with C.P. dome shaped grating C.P. west coupling, CP spreader, CP `P' trap including making connection to CI trap etc. complete.
nos 14.00
6.48 Supplying, Fixing 15 mm dia brass C.P. Push Button flush valv for Urinal of Jaquar make. nos 14.00 6.49 Supplying, Fixing 32 mm dia brass C.P. Spring flush valv for Orisa type WC of Jaquar make. nos 10.00
7 FIRE EXTINGUISHER
nos
7.1 Supplying & fixing dry powder type portable fire extinguisher with brackets for wall mounting &
necessary accessories.
a) 10 Kg. Capacity 2.00 7.2 Supplying & Fixing galvanised steel bucket of 9 ltrs. cap. with round bottom, cover painted with
post office red paint. nos 8.00
7.3 Supplying & Fixing CO2 gas type (4.5Kg.) fire extinguishers with initial fill, hose, wall brackets, including supply of nuts, bolts, etc. complete.
nos 2.00
7.4 Supplying & fixing foam type (9 ltrs cap.) fire extinguisher with brackets for wall mounting & necessary accessories. (D.G. Room)
nos 2.00
SECTION - 1.0 ELECTRICAL PANELS INSTALLATION
nos
1.1 Supply, Unloading at site, shifting to final location, assembling, leveling, grouting, erecting, testing
and commissioning of following panels as per drawings. Any sort of fabrication work required for erection of panel at site shall be done by the contractor. The contractor shall also check for all the loose joints and continuity of the panel. Any physical or technical defects envisaged by the contractor shall be brought to consultants knowledge. All section pillars shall be with stand of 600mm made from min 50 x 6 mm angles which shall be powder coated.
a Main Feeder pillar-1 1.00 b Main Feeder pillar-2 nos 1.00 c Feeder section pillar-1 nos 1.00 d Feeder section pillar-2 nos 1.00 e Feeder section pillar-3 nos 2.00 f Feeder section pillar-4 nos 1.00 g Utility panel-1 nos 1.00
Request For Proposal for Selection of a Facility Management Service Provider for Mantralya Mahanadi Bhawan and its campus at Naya Raipur
113
Item No.
Particulars Units Qty.
1 2 3 4 h Utility panel-2 nos 1.00 SECTION - 2.0 DISTRIBUTION BOARDS - FACTORY FABRICATED.
2.1 Supply installation testing and commissioning of 8 way per phase isolation type double door distribution board with 40 A FPMCB as incomer and per phase 1 nos 25 A DPELCB,100ma and 8 nos 6-32A SPMCB. (Pavillion & Café supply LDB)
nos 1.00
2.2 Supply installation testing and commissioning of 4 way VTPNDB double door distribution board with 32 A FPMCB as incomer and 4 nos 6-32A TPMCB. (FOR VTPNDB for All Kitchen Equipment)
nos 4.00
2.3 Supply installation testing and commissioning of 8 way SPN double door distribution board with 32 A DPMCB as incomer and 6 nos 6-32A SPMCB. (FOR LDB for All Kitchen and Pump rooms)
nos 5.00
2.4 Supply installation testing and commissioning of 4 way SPN double door distribution board with 20 A DPMCB as incomer and 2 nos 6-20A SPMCB. (FOR LDB for All Pavillion and Toilet block-H)
nos 7.00
2.5 32 A 3 phase PVC type industrial plug sockets of IP 44 category with FP MCB complete. (wiring for the same shall be paid in rmt)
nos 4.00
SECTION - 3.0 CABLES 3 Supply, Laying of cables on cable trays, structural supports and cable supports provided, include
unloading, shifting upto site. The scope includes clamping of cables by ready made G.I. spacers, saddles or clamps fabricated out of M.S. strip 3 mm thick, Treasing and Clamping of Cable on cable tray, supply of all clamping materials and hardware etc., providing cable tags made out of aluminium strip and 75x20 mm in size with cable number and size punched on it. Cable tags shall be tied to cables at every 10 meter interval and at both the ends. All cables shall be of XLPE category as per specs. The rates shall be inclusive of digging trenches / back filling / sand bed (50mm) / brick cover - half round rcc pipes for cables to be laid direct in ground for external lighitng etc.
3.1 185 sq mm x 3.5 C A2XFY cable rmt 1000.00 3.2 95 sq mm x 3.5 C A2XFY cable rmt 1150.00 3.4 50 sq mm x 3.5 C A2XFY cable rmt 2825.00 3.5 35 sq mm x 3.5 C A2XFY cable rmt 1640.00 3.6 25 sq mm x 3.5 C A2XFY cable rmt 360.00 3.7 16 sq mm x 4C A2XFY cable rmt 368.00 3.8 6 sq mm x 4C A2XFY cable rmt 1544.00 3.9 4 sq mm x 4C A2XFY cable rmt 6687.05
3.11 4 sq mm x 3C 2XFY cable rmt 4714.00 SECTION - 4.0 CABLE TERMINATION 4 Supplying & fixing double compression type Brass glands & making joint with necessary AL.
crimping socket of long neck type connecting the same to various equipment like section pillar, switch, starter, motor etc. for the following sizes:
4.1 185 sq mm x 3.5 C A2XFY cable nos 2.00 4.2 95 sq mm x 3.5 C A2XFY cable nos 4.00 4.4 50 sq mm x 3.5 C A2XFY cable nos 10.00 4.5 35 sq mm x 3.5 C A2XFY cable nos 4.00 4.6 25 sq mm x 3.5 C A2XFY cable nos 2.00 4.7 16 sq mm x 4C A2XFY cable nos 18.00 4.8 6 sq mm x 4C A2XFY cable nos 18.00
5 Point wiring shall be done with supply, installation, testing and commissioning of 1.5 sq mm x 2 + 1.0 sq mm x 1 nos wires from modular switches to light outlet in concealed manner including FRLS grade wires with FRLS grade ISI PVC conduit of 25 mm diameter 1.6-2.0 mm thickness. Mains of
nos
Request For Proposal for Selection of a Facility Management Service Provider for Mantralya Mahanadi Bhawan and its campus at Naya Raipur
114
Item No.
Particulars Units Qty.
1 2 3 4 2.5 sq mm x 3 nos wires from D.B. to switchboard shall be shall be part of point rate. SITC of switches, sockets, regulators, blank plates, front plates, switchboard, PVC conduit and accessories like bends, couplers, MS fan boxes, connectors, ferruling, junction boxes, zarri making and semi finishing etc are part of the point rate. All wire ends shall be lugged properly and ferruled at both D.B. and S.B. end. All boxes shall be 1.6 mm thick M.S. boxes zinc passivated for S.B.. All wire sizes unless specified below shall be as per specifications.
5.1 One light point controlled by one single way 6 A switch. 195.00 5.4 One fan outlet point controlled by one 6 A switch and step type electronic regulator. nos 76.00 5.5 One 6 A x 5 pin 230 Volt socket outlet point controlled by one 6 A switch located on switch board. nos 28.00 5.6 6 A x 230 Volt 5 pin socket outlet point controlled by 6 A switch at convenient location including box
plate etc complete to be done with 2.5 sq mm ckt from D.B. nos 68.00
5.7 1 nos 6/16A x 230 Volt 5 pin socket outlet point with 16 A switch with box and plate complete to be done with 2.5 sq mm wire ckt from D.B. complete.
nos 35.00
5.8 Supply and Laying of 25 mm dia. rigid LHSFT category ISI marked PVC conduit of 2.0 mm wall thickness with all accessories complete with GI fish wire.
rmt 358.00
5.9 MAINS : - for three phase sockets / D.B. to D.B. / panel to UPS and UPS to UPS DB rmt
5.9.1 2 x 2.5 sq mm + 1 x 2.5 sq mm FRLS copper flexible wires in and including 25 mm dia rigid PVC
conduit of FRLS grade with wall thickness of 2.0 mm 434.00
5.9.2 4 x 4 sq mm + 1 x 2.5 sq mm FRLS copper flexible wires in and including 25 mm dia rigid PVC conduit of FRLS grade with wall thickness of 2.0 mm
rmt 350.50
5.9.3 2 x 4 sq mm + 1 x 2.5 sq mm FRLS copper flexible wires in and including 25 mm dia rigid PVC conduit of FRLS grade with wall thickness of 2.0 mm
rmt 424.00
5.9.4 4 x 6 sq mm + 1 x 4 sq mm FRLS copper flexible wires in and including 32 mm dia rigid PVC conduit of FRLS grade with wall thickness of 2.0 mm
rmt 16.00
SECTION -6.00 LIGHT FIXTURES & FANS : 6.0 Supply, Installation, testing & commissioning of standard light fittings and lighting accessories
including lamp.The scope shall include, providing of all hardware such as nuts,anchor fastners, bolts, screws, cleats, clamps, PVC insulated wires / cables from Junction box to lighting fixtures, ball and socket 'arrangement with J.B., suspension conduit pipe for drop if required. The cost for supports (wire ropes etc) shall be included in the cost. Contractor shall use Aluminium blanking foils for fixtures where by spilage of lights shall be visible through AC duct. All CFL / FTL fixtures shall be with APFC type electronic ballasts of less than 10% THD content and >0.95 pf. For LED drivers refer specifications. All CFL / FTL fixtures shall be with high lumen output lamps of Osram / Philiphs / GE. For LED lamps refer specs. All fixtures shall be of either Philips / Thorn / Ligman make for cat nos depicted below of one make as per approval. All the external light fixtures shall be with IP 65 junction boxes similar to sintex to mount driver and loop in loop out connector boxes.
6.1 Surface mounted 1 x 8W LED fixture, Degree of protection - IP65/IK08 -Philips cat no BWS150 or approved equivalent nos 55.00
6.2 Wall Light 1 x 8W LED fixture, Degree of protection - IP65/IK08 -Philips cat no BWS150 or approved equivalent
nos 20.00
6.3 Surface mounted type T5 box type fixture, IP65 dust & jet proof luminaire with polycarbonate housing & linear ribbed cover.Fixture should have polycarbonate fastening clips and hinged diffuser for easy lamp replacement.Fixture should be with Enegy saving 22W LED 4feet lamp having life of 40000 burning hrs.Philips TCW450 with 22W LED 4 feet lamp or approved equivalent.
nos 100.00
6.4 1200 mm dia ceiling fan - Crompton high speed with double ball bearinig and white colour. nos 35.00 6.5 300 mm dia exhaust fan of PVC body with louvers. Usha make - lexus model or approved
equivalent nos 29.00
6.6 300 mm dia wall fan of PVC body. Usha make - lexus model or approved equivalent nos 16.00 6.7 Supply, unloading, installation, testing and commissioning of 4.5 mtr pole from MS pipe (single
piece) of 76 mm dia and 3.25 mm thickness. The pole shall have base plate of 300 mm dia - 12 nos 150.00
Request For Proposal for Selection of a Facility Management Service Provider for Mantralya Mahanadi Bhawan and its campus at Naya Raipur
115
Item No.
Particulars Units Qty.
1 2 3 4 mm thick with 4 nos 10 mm dia holes for anchor fastners. The pole shall be mounted on foundation of 450 x 450 x 750 mm (foundation to be done by civil agency as per final design by structural consultant). The anchor fastners shall be of min 8 inches length and 10 mm dia. The anchor fastners shall be zinc coated (mungo anchor make or approved equivalent). The poles shall have junction box of IP 65 category with loop in loop out connector strip - 6A and 6A MCB for control of pole fixture. The pole shall be applied with 2 coats of redoxide / anti rust paint and then with 2 coats of automative paint of approved colour.
6.8 Providing spiral earthing using 8SWG 'GI' wire for street light pole. 'GI' wire buried to a minimum depth 1.5m. With excavation, refilling and connecting GI wire to pole using GI bolt and nut complete
nos 150.00
6.9 Supply and Laying of 3 core 1.5 sq mm Cu flexible wires in flexible / PVC rigid conduit of required size from junction box on poles / in ground to fixtures. rmt 3501.00
6.10 SITC of 8W 3000K LED Bollards, Degree of protection - IP65/IK10 8W LED bollard of 0.8m length with extrusion alumunium housing polycarbonate dffuser. Led & Driver life of 25000 burning hrs with 70% lumen maientance. Philips BCP150 or approved equivalent.
nos 155.00
SITC of 8W 3000K LED Bollards, Degree of protection - IP65/IK10 8W LED bollard of 0.8m length with extrusion alumunium housing polycarbonate dffuser. Led & Driver life of 25000 burning hrs with 70% lumen maientance. Philips BCP150 or approved equivalent.
nos, 90% of item no.
6.10
120.00
6.11 SITC of pole mounted fixtures 43W LED streetlight fixture with pressure die cast alumunium housing with life of 50000 burning hrs with 70% lumen maientance.Luminaire should be vibration resistant confirming to minimum IK05 protection. Heat management should be through external heat sink. Philips make BRP 320 or equvalent.
nos 15.00
6.12 SITC of 6W LED Planter Light, Degree of protection - IP65/IK08 LED plant up lighter 24D beam angle 3000k color temperature with 25000 burning hrs life with 70% lumen maintence. Fixture should have facility to mount on a spike. Philips BGP310+ZG P311 SPK or approved
nos 156.00
6.13 SITC of outdoor type LED strip light, Degree of protection - IP65/ Class-III - Philips cat no BCS-503/506/509/512 or approved equivalent
rmt 116.40
SITC of outdoor type LED strip light, Degree of protection - IP65/ Class-III - Philips cat no BCS-503/506/509/512 or approved equivalent
rmt 90% of item no.
6.13
13.20
6.14 SITC of Outdoor Ground burial outdoor type 16W LED lamp, Degree of protection - IP67/IK10 uplite fixture 24D beam angle color temperature of 3000K fixture should have life of 25000 burning hrs with 70% lumen maintence.Diameter of fixture should not exceed 150mm. Philips make BBP330 or approved equivalent.
nos 170.00
6.15 SITC of Post top type pole mounted 42W(including Power supply) IP65 3000K fixture with housing of die cast magnesium alloy polycarbonate diffuser fixture with life of 25000 burning hrs with 70% lumen maintenace.Diameter of fixture should not exceed 600mm. Philips BGP150 18 LED.
nos 135.00
6.16 SITC of IP67/IK10 wall recessed 3W LED light fixture with die cast alumunium housing,tempered glass diffuser,brushed stainless surface cover,with 25000 burning hrs life with 70% lumen maintenance.Philips BBG150 or approved equivalent.
nos 350.00
SECTION -7.0 EARTHING 7.1 Providing earthing stations for equipment earthing as shown and specified in IS:3043 together with
making earth pits of min 10 feet with alternate layers of salt and charcoal, earth chamber, CI lid cover, GI water pipe with funnel etc complete. nos
3mtr long and 25 mm dia, operation for a period of 7 yrs maintance free earthing system 24.00 7.2 Earth wire/ strips :
rmt
Supply and laying cu. / GI earthing strips for interconnecting the earthing stations, panels, DB's etc.
in built-up trenches, on walls/ ceiling, buried in ground generally as specified and shown on drawings complete with :
Request For Proposal for Selection of a Facility Management Service Provider for Mantralya Mahanadi Bhawan and its campus at Naya Raipur
116
Item No.
Particulars Units Qty.
1 2 3 4 B 25 x 6mm GI. strips. 80.00 SECTION -8.0 MISCELLANEOUS WORKS
8.1 Providing and laying of 100 mm dia 1.6 KG pressure PVC conduit with necessary accessories complete
rmt 1564.88
8.3 Providing and laying of 300 mm dia RCC hume pipe of NP2 class with collars etc complete rmt 3591.20 E1 Vertical bio wall Sqft. 510.00 E2 Sand stone statue of Buddha (3” height). No. 1.00 E3 Pedestal of sand stone tiles (15” X 28”X15”) No. 1.00 E4 Sand stone garden lights (1 feet) No. 2.00 E5 Sand stone balls (7” height) No. 2.00 E6 Water proof treatment Sqft. 350.00 E7 Tiles arrangements for lawn Sqft. 300.00 E8 Poly sheet for lawn Sqft. 600.00 E9 Fixing of tarpatri for bio wall & lawn Sqft. 800.00
E10 Haridwar stone for frame work Kg 800.00 E11 Fertile soil mix manures Cuft. 250.00 E12 Fixing of Mexican grass Sqft. 300.00 E13 Indoor plants No. 100.00 E14 Fountain with fiber tab (4’x 4’x 1.5’) No. 1.00 E15 Green nylon Net for protection of Plants Sqft. 700.00 E16 Replacement of Plants No. 100.00 E17 Pumping out water caused by springs tidal or river seepage, broken water mains or drains and like kilo lt. 21500.00 E18 Providing and laying Reinforced cement concrete pipe NP3 prestressed concrete pipe on first class
bedding.(laying Reinforce cement concrete pipe NP3 prestressed concrete pipe for culverts on first class bedding og granular material including fixing collar with cement mortar 1:2 but excluding excavation, protection works. backfilling ,concrete and masonary work in head walls and parapets). (A- 450 mm Dia)
Rmt 1254.80
E19 Supplying and stacking at site well-decayed Cow-dung manure from approved source including loading, unloading and carriage upto 10 km (manure measured in stacks will be reduced by 8% for payment) (for Horticulture work )
cum 1417.76
E20 Surface dressing of the ground including removing vegetation and making up undulations and in-equalities not exceeding 15 cms in depth/ height including disposal of rubbish upto 1.5 m lift and lead upto 50m (at least 5m away from the dressed area).
sqm 54528.57
E21 Extra for M-30 (using minimum cement 420 kg/cum concrete) cum 593.25 E22 Half brick thick brick masonry in Cement Mortar 1:4 ( 1 cement : 4 coarse sand ) with modular well-
burnt clay bricks of crushing strength not less than 25kg/sqcm and water absorption not more than 20% in superstructure above plinth level upto floor five level.
sqm 414.33
E23 Brick work in Cement Mortar 1:4 ( 1 cement : 4 coarse sand ) with modular Fly-Ash Lime Bricks (FALG Bricks ) confirming to IS: 12894-2002 of class designation 40 in foundation and plinth in:
cum 135.53
E24 a Pop up sprinkler (full/part)-Rain Bird nos 145.00 b Pop up spray head with rotary nozzle-Rain Bird nos 65.00 c Pop up spray head with VAN 12-Rain Bird nos 200.00
E27 Painting on new work (two or more coats) to give an even shade with: Aluminium paint sqm 4680.08
Request For Proposal for Selection of a Facility Management Service Provider for Mantralya Mahanadi Bhawan and its campus at Naya Raipur
117
APPENDIX– D 20 INVENTORY OF Capitol Complex Integrated Development CCIID
Name of Work:- Construction of Capitol Complex Integrated Development at Naya Raipur
Detail of Fire fighting fitting for Welfare centre, Amenities Block A & A1
BOQ No. Description Unit
Qty. Remarks
W.C A.B -A A.B -A1
7.4 standard G.M. branch pipe with G.M. nozzle &
with 63 mm instantaneous type coupling No's 6 15 2 7.5 150 mm dia flanged C.I. tested Butterfly valve to IS
780 of Danfoss make with necessary nuts, bolts, rubber gaskets etc. Nos. 2 5 0
7.7 Providing & fixing single ball acting air release valve with 25 mm G.M. stop valve. Nos. 2 5 0
7.6 C.I. flanged tested Non return valve to IS 780 -do- -do- as above.
c 150 mm (6") dia. Nos. 0 1 0 7.9 mild steel fabricated fire hydrant hose cabinet with
glass front, suitable to house 2 length of canvas hose of 50' (15M) long & nozzle 2'3" X 2'0" X 1'0" size (70 X 60 x 30cm) painted in2 coats of post office red over a coat of red oxide primer. Nos. 6 15 2
7.10 fire hose cabinet door & frame, with glass front, fabricated out of heavy gauge M.S. channel powder coated in post office red colour of dimensions 1.8 M high X 1.0 M wide (or the nearest size to suit the site conditions) with double key & locking arrangement & support for wall groughting. All other specifications, finishes, door frame, hardware, etc. Nos. 2 6 0
7.11 65 mm dia X 15M long 2 Nos canvas hose pipe having 1 no male instantaneous coupling with pluger locking arrangement wired on either ends and screwed down type jet nozzle on either end. Nos. 6 15 2
7.12 drum type wall mounting hose reel swiveling 180 degree C having 20 mm dia 24 M long best quality approved make aRmtoured rubber hose pipe with 10 mmdia. outlet bronze jet nozzle & shut off cock on the outlet end & also one 20 mm dia. to 65 mm dia. male instantaneous type adopter on the inlet and supporting bracket etc. complete. Nos. 2 7 0
7.13 65 mm dia. twin hydrant outlet with separate control G.M. flanged best quality fire hydrant landing valve with companion flanges, nuts, bolts washers, gaskets etc. complete. as directed Nos. 2 7 0
7.14 65 mm dia. Single hydrant outlet with separate control G.M. flanged best quality fire hydrant landing valve with companion flanges, nuts, bolts washers, gaskets etc. complete. as directed. Nos. 4 8 2
Request For Proposal for Selection of a Facility Management Service Provider for Mantralya Mahanadi Bhawan and its campus at Naya Raipur
118
7.17 dry powder type portable fire extinguisher with brackets for wall mounting & necessary accessories.
a 10 Kg. Capacity Nos. 2 b 5 Kg. Capacity Nos. 2
7.19 CO2 gas type (4.5Kg.) fire extinguishers with initial fill, hose, wall brackets, including supply of nuts, bolts, etc. complete. Nos.
7.20 Siamese fire brigade inlet connection having 4 Nos 65 mm dia. male instantaneous plunger locking type blank cap & chain as well as welded companion flanged & sundries like gasket inserts, bolts, nuts & washers & 150 mm dia. G.I. C class common stand pipe. (for Loop Charging) Nos. 0 1 0
7.23 foam type (9 ltrs cap.) fire extinguisher with brackets for wall mounting & necessary accessories.(D.G. Room) Nos. 0 0 4
7.26 Supplying fixing & Putting in working condition standard pressure gauge with 15 mm dia brass check nut &capable of showing pressure reading from 0.00 kg. to 15 kg. Nos. 0 2 0
7.27 screwed Brass Ball valve with wheel of Zoloto / President make quality (IS:778-1971) 20 Kg. class
a 15 mm (1/2") dia. Nos. 0 2 0 b 25 mm (1") dia. Nos. 2 7 0
Request For Proposal for Selection of a Facility Management Service Provider for Mantralya Mahanadi Bhawan and its campus at Naya Raipur
119
Name of Work:- Construction of Capitol Complex Integrated Development at Naya Raipur
Detail of Fire fighting fitting for Security Barracks & Utility Block
\
BOQ No.
Description Unit Qty.
Remarks S.B U.B
7.4 standard G.M. branch pipe with G.M. nozzle & with 63 mm
instantaneous type coupling No's 4+6 6+6 7.5 150 mm dia flanged C.I. tested Butterfly valve to IS 780 of Danfoss
make with necessary nuts, bolts, rubber gaskets etc. Nos. 3 3 7.7 Providing & fixing single ball acting air release valve with 25 mm
G.M. stop valve. Nos. 3 3 7.6 C.I. flanged tested Non return valve to IS 780 -do- -do- as above. c 150 mm (6") dia. Nos. 1 0
7.9 mild steel fabricated fire hydrant hose cabinet with glass front, suitable to house 2 length of canvas hose of 50' (15M) long & nozzle 2'3" X 2'0" X 1'0" size (70 X 60 x 30cm) painted in2 coats of post office red over a coat of red oxide primer. Nos. 4+6 6+6
7.10 fire hose cabinet door & frame, with glass front, fabricated out of heavy gauge M.S. channel powder coated in post office red colour of dimensions 1.8 M high X 1.0 M wide (or the nearest size to suit the site conditions) with double key & locking arrangement & support for wall groughting. All other specifications, finishes, door frame, hardware, etc. Nos. 4 6
7.11 65 mm dia X 15M long 2 Nos canvas hose pipe having 1 no male instantaneous coupling with pluger locking arrangement wired on either ends and screwed down type jet nozzle on either end. Nos. 4+6 6+6
7.12 drum type wall mounting hose reel swiveling 180 degree C having 20 mm dia 24 M long best quality approved make aRmtoured rubber hose pipe with 10 mmdia. outlet bronze jet nozzle & shut off cock on the outlet end & also one 20 mm dia. to 65 mm dia. male instantaneous type adopter on the inlet and supporting bracket etc. complete. Nos. 4 6
7.13 65 mm dia. twin hydrant outlet with separate control G.M. flanged best quality fire hydrant landing valve with companion flanges, nuts, bolts washers, gaskets etc. complete. as directed Nos. 4 6
7.14 65 mm dia. Single hydrant outlet with separate control G.M. flanged best quality fire hydrant landing valve with companion flanges, nuts, bolts washers, gaskets etc. complete. as directed. Nos. 6 6
7.17 dry powder type portable fire extinguisher with brackets for wall mounting & necessary accessories.
a 10 Kg. Capacity Nos. 0 6 b 5 Kg. Capacity Nos. 4 6
7.19 CO2 gas type (4.5Kg.) fire extinguishers with initial fill, hose, wall brackets, including supply of nuts, bolts, etc. complete. Nos. 0 19
7.20 Siamese fire brigade inlet connection having 4 Nos 65 mm dia. male instantaneous plunger locking type blank cap & chain as well as welded companion flanged & sundries like gasket inserts, bolts, nuts & washers & 150 mm dia. G.I. C class common stand pipe. (for Loop Charging) Nos. 1 0
7.23 foam type (9 ltrs cap.) fire extinguisher with brackets for wall mounting & necessary accessories.(D.G. Room) Nos. 0 4
Request For Proposal for Selection of a Facility Management Service Provider for Mantralya Mahanadi Bhawan and its campus at Naya Raipur
120
7.26 Supplying fixing & Putting in working condition standard pressure gauge with 15 mm dia brass check nut &capable of showing pressure reading from 0.00 kg. to 15 kg. Nos. 2 0
7.27 screwed Brass Ball valve with wheel of Zoloto / President make quality (IS:778-1971) 20 Kg. class
a 15 mm (1/2") dia. Nos. 2 0 b 25 mm (1") dia. Nos. 4 6
Request For Proposal for Selection of a Facility Management Service Provider for Mantralya Mahanadi Bhawan and its campus at Naya Raipur
121
Construction of Capitol Complex-Integrated Infrastructure Development at Naya Raipur.
Central Promenade Works
S. No Item No.
Decription Item Unit Up to Date Qty.
Remark
1 2 3 4 5 6 B. WATER BODY
1. ROYAL CRYSTAL ARCH FOUNTAIN (A3&A7
1 B.1.1 Deep’ Royal Crystal Arch Fountain Nozzle All Brass construction Suits 2” BSP threads Female Threaded connection Cat No: DD-RCRS-2000
Nos 2.000
2 B.1.2 Screen Filter & mounting arrangement for Nozzle Nos 2.000
3 B.1.3 ‘Deep’ Under Water Lighting Fixture (IP-68) Lamp: 230V 300W Comptalux Lamp Body: All Copper construction Gasket:Special Nitrile RubberFastners: Stainless SteelLens: Toughned clearCat No. DD-UWL-230V-300W-C
Nos 12.000
4 B.1.4 Deep’ Light Mounting Stand fixed tandingCat No. DD-LMS-300-FX Nos 12.000
4 B.1.5 Deep’ Light Mounting unit for mounting lights Cat No. DD-LMU-3P-300 Nos 4.000
5 B.1.6 Colour Lens Nos 66.000
5 B.1.7 Deep’ Submersible Junction Box (IP-68)All gunmetal construction Compression Gland: Extruded Brass Fastner:Stainless SteelRubber Bush: Special Nitrile Rubber1.5” BSP female threaded connection DD-JB-8L
Nos 2.000
6 B.1.8 Electrical Control Panel Nos 2.000
7 B.1.9 Cables 1.5sq mm 3 core copper flexible cable Rmt. 21.000
8 B.1.10 Submersible Pump 3 HP Rmt. 2.000
8 B.1.11 2 ½” Plumbing (machine threaded)with Fittings In GI Rmt. 16.400
8 B.1.12 2 1/2” Ball Valve Nos 2.000
8 B.1.13 2” Conduitng Rmt. 77.800 2. CASCADE FOUNTAIN(A1&A5)
1 B.2.1 Deep’ Cascade Fountain NozzleAll gunmetal construction Suits 1.5” BSP threads , Female threaded connection DD-CAS- 150
Nos 18.000
2 B.2.2 Deep’ Under Water Lighting Fixture (IP-68) Lamp: 230V 300W Lamp Body: All Copper construction Gasket: Special Nitrile Rubber Fastners: Stainless Steel Lens: Sealed BeamDD-UWL- 230V300W-C
Nos 54.000
2 B.2.3 ‘Deep’ Light Mounting Unit for mounting lightsDD-LMU-3P-300 Nos 18.000
3 B.2.4 ‘Deep’ Light Mounting Stand fixed StandingDD-LMS-FX-300 Nos 54.000
4 B.2.5 ‘Deep’ Submersible Junction Box (IP-68) All gunmetal construction Compression Gland: Extruded Brass Fastner:Stainless SteelRubber Bush : Special Nitrile Rubber11/2” BSP female threaded connectionDD-JB-6L
Nos 2.000
5 B.2.6 Kirloskar Make Openwell submersible pump 10HP 3 Phase Nos 4.000
6 B.2.7 4” NRV with Flanges, Nuts and Bolts Nos 4.000
6 B.2.9 Cascade Fountain - Plumbing with fittings in PVC 10 kg Tested 1 ½” Rmt. 38.000
7 B.2.10 Cascade Fountain - Plumbing with fittings in PVC 10 kg Tested 6'' Rmt. 57.800
8 B.2.11 Electrical Control Panel Nos 2.000
9 B.2.12 Cables 1.5sw mm 3 core copper flexible cable Rmt. 273.000
10 B.2.13 Cables 6 sq mm 3 core copper flexible cable Rmt. 148.000
Request For Proposal for Selection of a Facility Management Service Provider for Mantralya Mahanadi Bhawan and its campus at Naya Raipur
122
10 B.2.14 2" Conduting Rmt. 84.000 3. BUBBLER FOUNTAIN(A2.A4&A6)
1 B.3.1 ‘Deep’ Bubbler Fountain Nozzle Copper, Brass and Gunmetal construction Venturi air intake snorkel with airDD-BJ-150
Nos 63.000
2 B.3.2 Deep’ Under Water Lighting FixtureLamp: 230V 150W Comptalux LampBody: All Copper constructionGasket:Special Nitrile Rubber Fastners: Stainless SteelLens: Toughned clearDD-UWL-230V-150W-C
Nos 63.000
3 B.3.3 Kirloskar Make Openwell submersible pump 10HP 3 Phase Nos 9.000
4 B.3.4 Colour Lens Nos 63.000
5 B.3.5 Light Mounting Stand DD-LMS-FX-150 Nos 63.000
6 B.3.6 Deep’ Light Mounting Unit for mounting lightsDD-LMU-1P-150 Nos 63.000
7 B.3.7 Deep’ Junction Box 9L (IP-68) All Gunmetal construction Compression Gland: Extruded Brass Fastner: Stainless SteelRubber Bush: Special Nitrile Rubber 2” BSP female threaded connectionDD-JB-9L
Nos 3.000
8 B.3.8 1 ½” Valve in PVC Nos 81.000
9 B.3.9 Bubbler Fountain - Plumbing with fittings in PVC 10 kg Tested 6” Rmt. 516.900
10 B.3.10 Bubbler Fountain - Plumbing with fittings in PVC 10 kg Tested 4” Rmt. 31.750
11 B.3.11 Bubbler Fountain - Plumbing with fittings in PVC 10 kg Tested 1 ½” Rmt. 63.200
12 B.3.12 Cables 2.5 sq mm 3 core copper flexible cable Rmt. 857.000
12 B.3.13 Cables 6 sq mm 3 core copper flexible cable Rmt. 234.000
12 B.3.14 2" Conduting Rmt. 267.000
13 B.3.15 Electrical Panel Nos 3.000
4. 20000 LPH FILTER
1 C.4.1
20000 LPH capacity Imported High Rate Filter as filter media giving 4-6 micron filtration. Filter having a high strength HDPE/FRP seamless moulded filter tank with deep bed, Lateral under drain for high flow rates low pressure drop, quality 6 position multiport valve, with self seal barrel unions & quality salt resistant pressure gauge.
Nos 3.000
2 C.4.2 Kirloskar make 1HP Monoblock Pump set Nos 3.000
3 C.4.3 Suction Drains Nos 6.000
4 C.4.4 Floor Inlets Nos 36.000
4 C.4.5 Dozing Pump with Plastic Container for Chlorine and Allum Nos 3.000
5 C.4.6 Control Panel Nos 3.000
5 C.4.7 Plumbing from Filter & back 2” PVC Pipe with fittings Nos 3.000
5. 8000 LPH FILTER
1 C.5.1
8000 LPH capacity Imported High Rate Filter as filter media giving 4-6 micron filtration. Filter having a high strength HDPE/FRP seamless moulded filter tank with deep bed, Lateral under drain for high flow rates low pressure drop, quality 6 position multiport valve, with self seal barrel unions & quality salt resistant pressure gauge.
Nos 4.000
2 C.5.2 Kirloskar make 1HP Monoblock Pump set Nos 4.000
3 C.5.3 Suction Drains Nos 4.000
4 C.5.4 Floor Inlets Nos 16.000
5 C.5.5 Dozing Pump with Plastic Container for Chlorine and Allum Nos 4.000
6 C.5.6 Control Panel Nos 4.000
6 C.5.7 Plumbing from Filter & back 2” PVC Pipe with fittings Nos 4.000
Request For Proposal for Selection of a Facility Management Service Provider for Mantralya Mahanadi Bhawan and its campus at Naya Raipur
123
S. No
Item No.
Decription Item Unit Amenity Block
Utility Block
Total qty Remark
8. Pumps and Hydro Systems
1 8.1 AIR CUSHION TANK
Supplying, fixing, erecting, testing & commissioning Diaphragm operated vertical Air caution tank of capacity 600 Ltrs. fabricated out of 8mm thick MS plate vessel should be suitable to operate at a maximum pressure of 15 Kg/Sqm and should be complete with necessary inlet & outlet connections for water, air & control.
Nos. 2.000 2.000 4.000
8.2 Domestic water (HBD make skid mounted Hydro pneumatic system)
Sets 1.000 1.000 2.000
a
Supplying, Fixing, Testing, erecting & Commissioning Vertical Stainless Steel inline pumps having 304 SS casing, 304 SS impellers, 304 SS shaft and driven by 5 HP 2900 RPM 415 Volts, 50 cycles, AC 3 phase TEFC motor. Each pumpshould be capable of delivering 150 LPM at 50 M head, from all causes. Pumps should have shut off head of about50 meters. - 3 Nos
b
Supplying Fixing Erecting, testing & Commissioning Vertical precharged diaphragm tank 100 Ltrs. suitable to operate at a maximum pressure of 15 Kg. and should be complete with necessary inlet & outlet connections for water, air and control. Vessel should be fitted with suitable rubber diaphragm to form partition between air & Water. - 1 No.
c
Supplying, Fixing, Testing, erecting & Commissioning Variable Speed drive Control panel with 1 No. Shnieider make Variable Speed drive controller and 1 No. Fixed speed drives for 3 X 5 HP pumps having 63 Amps incomming Isoalting switch fuse unit, Incomming volt meter with sector Switch branch ammeter for each pump motor phase indication lamps & 32 Amps branch MCBs for each motor should be provided. The control elements should include PID controller and pressure transducers. The drive should include the following protection features which shall be built into the units. Short circuits, over voltage, under voltage, adjustable overload, phase loss, stall prevention, over temperature of heat sink, charge system protection and over current. The Control circuit should be such that out of two pumps one pump should be with variable speed drive & other Pump should be withfixed Speed drive. The panel should include DP Hollond make Mega Control device for equal load sharing of pumps such that both the pumpes are run for same No. of hours.
d)
The mega control should start the first pump on VFD. The pressure transmitter should provide signal to the VFD thorugh the PID controller in such a manner that as long as the consumption is within the capacity
Request For Proposal for Selection of a Facility Management Service Provider for Mantralya Mahanadi Bhawan and its campus at Naya Raipur
124
S. No
Item No.
Decription Item Unit Amenity Block
Utility Block
Total qty Remark
of the one Variable Speed pump a constant pressure of 5 Kg/Sq. Cm should be maintained by varing the speed of the motor proportioned to damand. Should the consumption be more & the Variable Speed Pump cannot cope with the demand the mage control device will keep the first VFD pump running at its full speed and start the second pump on VFD. During peak load one pump will therefore be working on fixed speed and one pump on VFD. in case of no demand the mega device should builtup the speed of VFD pumps to its maximum RPM for a set time period to charge the diaphragm tank after which the same should be cut of and no pump should be operational in case of no consumption. The rates quoted should include all the power circuits with Switch, fuse units, DOL starters indicating lamps and
e) all internal wiring to ensure that the entire equipments works as a composite system. 1 No.
8.3 Flushing water: (HBD make skid mounted Hydro pneumatic system) (1-834/61 + 799/100)
Nos 1.000 1.000 2.000
a)
Supplying, Fixing, Testing, erecting & Commissioning Vertical Stainless Steel inline pumps having 304 SS casing,304 SS impellers, 304 SS shaft and driven by 10 HP 2900 RPM 415 Volts, 50 cycles, AC 3 phase TEFC motor. Each pump should be capable of delivering 250 LPM at 50 M head, from all causes. Pumps should have shut off head of about 50 meters. -3 Nos
b)
Supplying Fixing Erecting, testing & Commissioning Vertical precharged diaphragm tank 100 Ltrs. suitable to operate at a maximum pressure of 5 Kg. and should be complete with necessary inlet & outlet connections for water, air and control. Vessel should be fitted with suitable rubber diaphragm to form partition between air & Water. - 1 No.
c)
Supplying, Fixing, Testing, erecting & Commissioning Variable Speed drive Control panel with 1 No. shnieider make Variable Speed drive controller and 2 Nos. Fixed speed drives fo r 3 X 10 HP pumps having 63 Amps incomming Isoalting switch fuse unit, Incomming volt meter with sector Switch branch ammeter for each pump motor phase indication lamps & 40 Amps branch MCBs for each motor should be provided. The control elements should include PID controller and pressure transducers. The drive should include the following protection features which shall be built into the units. Short circuits, over voltage, under voltage, adjustable overload, phase loss, stall prevention, over temperature of heat sink, charge system protection and over current. The Control circuit hould be such that out of three pumps one
Request For Proposal for Selection of a Facility Management Service Provider for Mantralya Mahanadi Bhawan and its campus at Naya Raipur
125
S. No
Item No.
Decription Item Unit Amenity Block
Utility Block
Total qty Remark
pump should be with variable speed drive & Two Pumps should be with fixed Speed drive. The panel should include DP Hollond make Mega Control device for equal load sharing of pumps such that all pumpes are run for same No. of hours.
The mega control should start the first pump on VFD. The pressure transmitter should provide signal to the VFDthorugh the PID controller in such a manner that as long as the consumption is within the capacity of the one Variable Speed pump a constant pressure of 6.5 Kg/Sq. Cm should be maintained by varing the speed of the moto r proportioned to damand. Should the consumption be more & the Variable Speed Pump cannot cope with the demand the mage control device will keep the first VFD pump running at its full speed and start the second pump on VFD. During peak load one pump will therefore be working on fixed speed and one pump on VFD. in case of no demand the mega device should builtup the speed of VFD pumps to its maximum RPM for a set time period tocharge the diaphragm tank after which the same should be cut of and no pump should be operational in case of no consumption. The rates quoted should include all the power circuits with Switch, fuse units, DOL starters indicating lamps and all internal
e) all wiring to ensure that the entire equipments works as a composite system. 1 No.
8.4
SUMP PUMP FOR BASEMENT DRAIN: Supplying, fixing, Testing & commissioning vertical foot mounted fully Submersible dewatering non clog sump pump of cast iron construction having bronze impeller, suitable for 1000 MM deep sump, capable of delivering 500 LPM at 15 M head 5 HP motor 2900 RPM (for Pump Room water Drain)
Nos 2.000 2.000 4.000
8.5
Supplying, Erecting, Testing Commissioning Fully automatic control panel for 2 x 5 HP storm water pumps with high and low level controls. Complete with all integral wiring using Copper PVC insulated/ Tapped and colour coded wires/ flats of adequate size for all power/ control connections inclusive of necessary terminals etc. comprising.
Sets 1.000 1.000 2.000
8.9
A/C MAKEUP PUMPS Supplying, Fixing testing & commissioning HBD make multistage horizontal centrifugal pump set capable of delivering 1000 LPM at 65 M head due to all causes withTEFC squirrel cage induction motor of 2900 RPM, foundation bolts, etc. complete 15 HP (AC MAKE UP pumps )
Nos 2.000 2.000
8.10 Supplying, errecting testing & commissioning fully automatic control pannel for 2X5 HP
Nos 0.000 1.000 1.000
RFP for SELECTION OF FACILITY MANAGEMENT SERVICE PROVIDER FOR MANTRALAYA MAHANADI BHAWAN, CCIID, RAJDHANI SAROVAR, BUILDINGS AND ITS CAMPUS AT NAYA RAIPUR, CHHATTISGARH
1
SUPPLY ITEMS / MATERIALS ANNUAL MAINTENANCE & REPAIRS
RFP for SELECTION OF FACILITY MANAGEMENT SERVICE PROVIDER FOR MANTRALAYA MAHANADI BHAWAN, CCIID,
RAJDHANI SAROVAR, BUILDINGS AND ITS CAMPUS AT NAYA RAIPUR, CHHATTISGARH
NAYA RAIPUR DEVELOPMENT AUTHORITY Utility-Block, Capitol Complex Sector-19, Naya Raipur-492002, Chhattisgarh
PH.NO.0771-2511500, FAX 0771-2511400, e-mail. [email protected]
RFP for SELECTION OF FACILITY MANAGEMENT SERVICE PROVIDER FOR MANTRALAYA MAHANADI BHAWAN, CCIID, RAJDHANI SAROVAR, BUILDINGS AND ITS CAMPUS AT NAYA RAIPUR, CHHATTISGARH
2
Sl. No. Description Pages
D] LIST OF SUPPLY ITEMS / MATERIALS REQUIRED FOR ANNUAL MAINTENANCE & REPAIRS
1 Supply of Plumbing & Sanitary fittings, Paints and WTP materials for Maintenance of Mantralaya Mahanadi
Bhawan, Naya Raipur.
1 to 10
2 Name of Work: Repairing & Annual Maintenance of WATER COOLER, WTP, RO & FILTRATION SYSTEM
5/10/12.5/15 HP Pumps & Pumping system of Mantralaya Mahanadi Bhawan and Rajdhani Sarovar at Naya
Raipur
11 to 12
3 Supply of Electrical Light Fixtures Fan & Desert Water cooler under Maintenance in Mantralaya Mahanadi
Bhawan, Naya Raipur- Nutendra Sahu
13 to 18
4 Supply of Electrical Light Fixtures, Fan & Accessories under Maintenance in Mantralaya Mahanadi Bhawan,
Naya Raipur- New Tender
19 to 25
5 Supplying, Installation, Testing and Commissioning (SITC) of Cooling Tower Fills With Drift Eliminator in
HVAC System of Mantralaya Mahanadi Bhawan Naya Raipur.
26
6 Zonal Contract for Additional/Special Repair & Furniture work for Mantralaya Mahanadi Bhawan Naya Raipur. 27 to 43
7 Providing & Fixing Nameplates & Signage under Annual Operation & Maintenance of Mantralaya Mahanadi
Bhawan, Naya Raipur.
44 to 46
8 Annual Maintenance Contract of Landscaping & Irrigation in Mantralaya Mahanadi Bhawan, Naya Raipur. 47
9 Operation & Maintenance of 5 Nos. DG Sets at Mantralaya Mahanadi Bhawan, Naya Raipur 48
10 Operation & Maintenance of 2 Nos. DG Sets installed at Utility & Amenity Block, Naya Raipur. 48 to 50
11 Operation & Maintenance of 12 Nos. Elevators at Mantralaya Mahanadi Bhawan, Naya Raipur 51
12 Operation & Maintenance of HVAC System at Mantralaya, Mahanadi Bhawan, Naya Raipur C.G. 52
13 Description of Transformers and HT panels, at Mantralaya, Naya Raipur. 53
14 Repairing Work Of The Compressor Of Chiller No.-1, At Mahanadi Bhawan, Naya Raipur, C.G. 54
15 Repairing Of Oil Leakage In The Chiller No.-1, At Mahanadi Bhawan, Naya Raipur, C.G. 54
16 Supply, Installation, Testing & Commissioning Of for Fan Assembly, At Mahanadi Bhawan, Naya Raipur, 55
17 Supply ,Installation ,Testing & Commissioning of Variable Air Volume for HVAC system at Mantralaya,
Mahanadi Bhawan , Naya Raipur 55
18 Supply of Spare Parts for Chairs at Mantralaya Mahanadi Bhawan, Naya Raipur 56 to 57
19 Supply of Spare Parts for Chairs at Mantralaya Mahanadi Bhawan, Naya Raipur. 58
20 Supply of Doormat at Mantralaya Mahanadi Bhawan, Naya Raipur 58 to 59
RFP for SELECTION OF FACILITY MANAGEMENT SERVICE PROVIDER FOR MANTRALAYA MAHANADI BHAWAN, CCIID, RAJDHANI SAROVAR, BUILDINGS AND ITS CAMPUS AT NAYA RAIPUR, CHHATTISGARH
3
Name of work :-Supply of Plumbing & Sanitary fittings, Paints and WTP materials for Maintenance of Mantralaya Mahanadi
Bhawan, Naya Raipur.[ Yash Construction & Suppliers] Work Order No: 336 /P&S/Mantralaya-MD/EEC1/CE(E)/NRDA/2014-15, Naya Raipur, dated: 29 / 06 /2015 CA No.
06 /P&S/ Mantralaya-MD/EEC1/CE (E) /NRDA / 14-15 Dated: 25 /6/2015. NIT No.: 01 Dated: 06 /04/2015
Supply Item No.
Description of Supply Items Materials Ref. of Specification/Make/Model
Unit Qty. Unit Rates Rs. (For Year-1)
1 2 3 4 5 6
Supply of following items as per direction & approval of Engineer-in-Charge.
1 Wall Hung W.C Hindware/Lara/White Nos 1 9989.28
2 Wall Hung W.C Hindware/Studio/White/Cat-
20006 Nos 1 6500.38
3 Under Counter Wash Basin Oval Hindware/Cat.-
10049/490X400/White Nos 1 4994.86
4 Wash Basin Round Hindware/Cat-
10065/495X395/White Nos 1 2009.65
5 Orissa Pan with fittings Hindware/Cat-
2004/570X420/White Nos 1 4167.10
6 Stainless Steel Single Bowl Sink Nirali/1100X450 Nos 1 8869.63
7 Urinal With Inbuilt Sensor Type Auto Urinal Flush Valve
Hindware/Cat.-60007/White Nos 1 16154.24
8 Brass CP Single Lever Mixer With Diverter
Jaquar/Cat-3075/ASTRA Nos 1 2475.52
9 Brass CP Basin Mixer Jaquar/Cat-3001/ASTRA Nos 1 2976.85
10 CP Bottle Trap with CP Wall Flange Jaquar/Cat-769 Nos 1 1216.40
11 Brass CP Waste Coupling For W.B 32mm Half Thread with 80mm Height
Jaquar/Cat-709/32mm Nos 1 309.78
12 15mm Dia Brass CP Angle Stop Cock Jaquar/Cat-053 Nos 1 650.35
13 CP Connector With Brass Check Nut (450mm Length)
Jaquar/Continental Nos 1 269.63
14 15mm Dia Brass CP Bib Cock With Wall Flange
Jaquar/Cat-041 Nos 1 580.94
15 Arm & Shower Rose With Wall Flange Jaquar/Cat489 Nos 1 1412.18
16 CP Spout For Shower Jaquar/Cat-429 Nos 1 1741.26
17 CP Pilar Cock Jaquar/Cat-021 Nos 1 719.18
18 Sink Mixture With J Shape Spout With Wall Flange (Wall Mountained)
Jaquar/Cat-357 Nos 1 2137.77
19 CP Towel Ring Jaquar/Cat-1121N Nos 1 1104.82
20 Brass CP Robe Hook Twin Type Jaquar/Cat-1191N Nos 1 608.58
21 CP Towel Rod, 20mm diaX600mm long Jaquar/Cat 1111N Nos 1 1275.06
22 Brass CP Toilet Paper Holder Jaquar/Cat-1151N Nos 1 1350.51
23 CP Shop Dish Jaquar/Cat-1131N Nos 1 859.90
24 PVC Square Jali for Nanhi Trap Savita/150X150 Nos 1 217.17
25 Stainless Steel Liquid Soap Dispenser H120xW90X100mm Dia
Jaquar/120X90X100 Nos 1 2131.36
26 Heavy Duty Brass CP Waste Coupling For Urinals 32mm Full Thread with
Jaquar Nos 1 403.64
RFP for SELECTION OF FACILITY MANAGEMENT SERVICE PROVIDER FOR MANTRALAYA MAHANADI BHAWAN, CCIID, RAJDHANI SAROVAR, BUILDINGS AND ITS CAMPUS AT NAYA RAIPUR, CHHATTISGARH
4
Supply Item No.
Description of Supply Items Materials Ref. of Specification/Make/Model
Unit Qty. Unit Rates Rs. (For Year-1)
1 2 3 4 5 6
80mm height
27 15 Ltr Storage Type Water Heater With Thermostat Controls,Back Pressure Valve Complete.
Racold Nos 1 16850.51
28 Storage type water cooler of capacity 120ltr
Voltas/120 Ltrs per hour,30C at inlet & 13.5 C at outlet
Nos 1 23108.65
29 Hand Faucet with 1 Meter Long PVC Tube & Wall Hook
Jaquar/Cat-563 Nos 1 1313.62
30 upvc pipe 150mm/Supreme/Astral RM 1 795.00
31 upvc pipe 100mm/Supreme/Astral RM 1 689.92
32 upvc pipe 75mm/Supreme/Astral RM 1 549.39
33 upvc pipe 65mm/Supreme/Astral RM 1 439.04
34 upvc pipe 50mm/Supreme/Astral RM 1 379.51
35 upvc pipe 40mm/Supreme/Astral RM 1 320.12
36 upvc pipe 32mm/Supreme/Astral RM 1 280.02
37 upvc pipe 25mm/Supreme/Astral RM 1 224.22
38 upvc pipe 20mm/Supreme/Astral RM 1 174.79
39 upvc pipe 15mm/Supreme/Astral RM 1 118.85
40 Brass Ball Valve With Lever For Operation
15mm/Zoloto/DRP Nos 1 272.58
41 Brass Ball Valve With Lever For Operation
20mm/Zoloto Nos 1 363.78
42 Brass Ball Valve With Lever For Operation
25mm/Zoloto Nos 1 575.76
43 Brass Ball Valve With Lever For Operation
32mm/Zoloto Nos 1 936.10
44 Brass Ball Valve With Lever For Operation
40mm/Zoloto Nos 1 1168.02
45 Brass Ball Valve With Lever For Operation
50mm/Zoloto Nos 1 1873.41
46 Brass Ball Valve With Lever For Operation
65mm/Zoloto Nos 1 4011.34
47 CI Main Hole Cover of 600mm Dia For Storage Water Tank
600 Dia/NECO/38kg Nos 1 1929.22
48 Copper pipe 15mm/Maxflow RM 1 254.92
49 Copper pipe 20mm/Maxflow RM 1 352.97
50 Butterfly Valve 150mm/Audco Nos 1 7500.38
51 Butterfly Valve 100mm/Audco Nos 1 5401.28
52 Single Ball Acting Air Release Valve 20mm/Zoloto Nos 1 1337.50
53 Butterfly Valve 200mm/Audco Nos 1 9838.45
54 Butterfly Valve 75mm/Audco Nos 1 4459.84
55 CI Pipe 150mm 150mm(6"dia)/Neco RM 1 1097.33
56 CI Pipe 100mm 100mm(4"dia)/Neco RM 1 764.77
57 CI Pipe 75mm 75mm(3"dia)/Neco RM 1 578.59
58 CI Door Bend 100mm Neco Nos 1 520.13
RFP for SELECTION OF FACILITY MANAGEMENT SERVICE PROVIDER FOR MANTRALAYA MAHANADI BHAWAN, CCIID, RAJDHANI SAROVAR, BUILDINGS AND ITS CAMPUS AT NAYA RAIPUR, CHHATTISGARH
5
Supply Item No.
Description of Supply Items Materials Ref. of Specification/Make/Model
Unit Qty. Unit Rates Rs. (For Year-1)
1 2 3 4 5 6
59 CI Door Tee 100mm Neco Nos 1 529.76
60 CI Door Cross Tee 100mm Neco Nos 1 529.76
61 CI Door Bend 75mm Neco Nos 1 388.08
62 CI Door Tee 75mm Neco Nos 1 384.50
63 CI Door Cross Tee 75mm Neco Nos 1 388.08
64 CI Door Bend 50mm Neco Nos 1 282.74
65 CI Door Tee 50mm Neco Nos 1 293.22
66 CI Door Cross Tee 50mm Neco Nos 1 290.60
67 CI Plain Bend 100mm Neco Nos 1 539.39
68 CI Plain Tee 100mm Neco Nos 1 539.39
69 CI Plain Cross Tee 100mm Neco Nos 1 539.39
70 CI Collar100mm Neco Nos 1 539.39
71 CI Plain Bend 75mm Neco Nos 1 326.59
72 CI Plain Tee 75mm Neco Nos 1 332.64
73 CI Plain Cross Tee 75mm Neco Nos 1 332.64
74 CI Collar75mm Neco Nos 1 326.59
75 CI Plain Bend 50mm Neco Nos 1 277.39
76 CI Plain Tee 50mm Neco Nos 1 279.89
77 CI Plain Cross Tee 50mm Neco Nos 1 279.89
78 CI Collar 50mm Neco Nos 1 278.17
79 PVC Pipe (10kg) 50mm Supreme RM 1 158.76
80 PVC Pipe (10kg) 40mm Supreme RM 1 147.39
81 600mm dia mirror for wash room Saint Gobain Nos 1 908.87
82 900mm dia mirror for wash room Saint Gobain Nos 1 1162.05
83 Metro Flush Valve 32mm/Jaquar Nos 1 3330.00
84 Metro Flush Valve 40mm/Jaquar Nos 1 3850.00
85 EWC Seat Cover Studio/Hindware Nos 1 1344.00
86 65mm upvc Elbow 65mm/Supreme Nos 1 162.00
87 65mm upvc Coupler 65mm/Supreme Nos 1 108.00
88 65mm upvc Tee 65mm/Supreme Nos 1 198.00
89 65mm upvc MTA(PVC) 65mm/Supreme Nos 1 78.40
90 65mm upvc FTA(PVC) 65mm/Supreme Nos 1 77.00
91 65mm upvc elbow 45 65mm/Supreme Nos 1 246.40
92 50mm upvc Elbow 50mm/Supreme Nos 1 76.00
93 50mm upvc Coupler 50mm/Supreme Nos 1 56.00
94 50mm upvc Tee 50mm/Supreme Nos 1 108.00
95 50mm upvc MTA(PVC) 50mm/Supreme Nos 1 44.40
96 50mm upvc FTA(PVC) 50mm/Supreme Nos 1 44.00
97 50mm upvc elbow 45 50mm/Supreme Nos 1 67.00
98 40mm upvc Elbow 40mm/Supreme Nos 1 50.00
RFP for SELECTION OF FACILITY MANAGEMENT SERVICE PROVIDER FOR MANTRALAYA MAHANADI BHAWAN, CCIID, RAJDHANI SAROVAR, BUILDINGS AND ITS CAMPUS AT NAYA RAIPUR, CHHATTISGARH
6
Supply Item No.
Description of Supply Items Materials Ref. of Specification/Make/Model
Unit Qty. Unit Rates Rs. (For Year-1)
1 2 3 4 5 6
99 40mm upvc Coupler 40mm/Supreme Nos 1 32.40
100 40mm upvc Tee 40mm/Supreme Nos 1 65.40
101 40mm upvc MTA(PVC) 40mm/Supreme Nos 1 28.00
102 40mm upvc FTA(PVC) 40mm/Supreme Nos 1 32.40
103 40mm upvc Elbow 45 40mm/Supreme Nos 1 43.20
104 32mm upvc Elbow 32mm/Supreme Nos 1 44.80
105 32mm upvc Coupler 32mm/Supreme Nos 1 27.50
106 32mm upvc Tee 32mm/Supreme Nos 1 50.00
107 32mm upvc MTA(PVC) 32mm/Supreme Nos 1 22.40
108 32mm upvc FTA(PVC) 32mm/Supreme Nos 1 24.84
109 32mm upvc Elbow 45 32mm/Supreme Nos 1 33.60
110 25mm upvc Elbow 25mm/Supreme Nos 1 25.30
111 25mm upvc Coupler 25mm/Supreme Nos 1 16.80
112 25mm upvc Tee 25mm/Supreme Nos 1 32.70
113 25mm upvc MTA(PVC) 25mm/Supreme Nos 1 13.00
114 25mm upvc FTA(PVC) 25mm/Supreme Nos 1 16.65
115 25mm upvc Elbow 45 25mm/Supreme Nos 1 22.40
116 20mm upvc Elbow 20mm/Supreme Nos 1 16.80
117 20mm upvc Coupler 20mm/Supreme Nos 1 11.00
118 20mm upvc Tee 20mm/Supreme Nos 1 22.40
119 20mm upvc MTA(PVC) 20mm/Supreme Nos 1 9.00
120 20mm upvc FTA(PVC) 20mm/Supreme Nos 1 11.20
121 20mm upvc Elbow 45 20mm/Supreme Nos 1 14.00
122 upvc Reducer Tee 65mmX50mm Supreme/Astral Nos 1 309.12
123 upvc Reducer Tee 65mmX40mm Supreme/Astral Nos 1 323.73
124 upvc Reducer Tee 65mmX32mm Supreme/Astral Nos 1 36.48
125 upvc Reducer Tee 65mmX25mm Supreme/Astral Nos 1 346.50
126 upvc Reducer Tee 65mmX20mm Supreme/Astral Nos 1 352.98
127 upvc Reducer Tee 65mmX15mm Supreme/Astral Nos 1 337.44
128 upvc Reducer Tee 50mmX40mm Supreme/Astral Nos 1 109.08
129 upvc Reducer Tee 50mmX32mm Supreme/Astral Nos 1 167.20
130 upvc Reducer Tee 50mmX25mm Supreme/Astral Nos 1 117.60
131 upvc Reducer Tee 50mmX20mm Supreme/Astral Nos 1 164.16
132 upvc Reducer Tee 50mmX15mm Supreme/Astral Nos 1 102.48
133 upvc Reducer Tee 40mmX32mm Supreme/Astral Nos 1 92.68
134 upvc Reducer Tee 40mmX25mm Supreme/Astral Nos 1 70.00
135 upvc Reducer Tee 40mmX20mm Supreme/Astral Nos 1 104.64
136 upvc Reducer Tee 40mmX15mm Supreme/Astral Nos 1 62.70
137 upvc Reducer Tee 32mmX25mm Supreme/Astral Nos 1 78.40
138 upvc Reducer Tee 32mmX20mm Supreme/Astral Nos 1 77.76
RFP for SELECTION OF FACILITY MANAGEMENT SERVICE PROVIDER FOR MANTRALAYA MAHANADI BHAWAN, CCIID, RAJDHANI SAROVAR, BUILDINGS AND ITS CAMPUS AT NAYA RAIPUR, CHHATTISGARH
7
Supply Item No.
Description of Supply Items Materials Ref. of Specification/Make/Model
Unit Qty. Unit Rates Rs. (For Year-1)
1 2 3 4 5 6
139 upvc Reducer Tee 32mmX15mm Supreme/Astral Nos 1 82.88
140 upvc Reducer Tee 25mmX20mm Supreme/Astral Nos 1 31.34
141 upvc Reducer Tee 25mmX15mm Supreme/Astral Nos 1 31.34
142 upvc Reducer Tee 20mmX15mm Supreme/Astral Nos 1 18.76
143 upvc Reducer Coupling 50mmX40mm
Supreme/Astral Nos 1 56.67
144 upvc Reducer Coupling 65mmX50mm
Supreme/Astral Nos 1 87.12
145 upvc Reducer Bushing 50mmX40mm
Supreme/Astral Nos 1 28.56
146 upvc Reducer Bushing 50mmX32mm
Supreme/Astral Nos 1 42.24
147 upvc Reducer Bushing 50mmX25mm
Supreme/Astral Nos 1 33.26
148 upvc Reducer Bushing 50mmX20mm
Supreme/Astral Nos 1 34.83
149 upvc Reducer Bushing 50mmX15mm
Supreme/Astral Nos 1 26.03
150 upvc Reducer Bushing 40mmX32mm
Supreme/Astral Nos 1 10.22
151 upvc Reducer Bushing 40mmX25mm
Supreme/Astral Nos 1 19.53
152 upvc Reducer Bushing 40mmX20mm
Supreme/Astral Nos 1 29.80
153 upvc Reducer Bushing 40mmX15mm
Supreme/Astral Nos 1 21.73
154 upvc Reducer Bushing 32mmX25mm
Supreme/Astral Nos 1 10.23
155 upvc Reducer Bushing 32mmX20mm
Supreme/Astral Nos 1 17.65
156 upvc Reducer Bushing 32mmX15mm
Supreme/Astral Nos 1 21.09
157 upvc Reducer Bushing 25mmX20mm
Supreme/Astral Nos 1 5.94
158 upvc Reducer Bushing 25mmX15mm
Supreme/Astral Nos 1 8.96
159 upvc Reducer Bushing 20mmX15mm
Supreme/Astral Nos 1 3.80
160 upvc solvent cement Supreme/Astral Ltr 1 888.00
161 Copper Elbow 15mm/Maxflow Nos 1 67.20
162 Copper Elbow Thread 15mm/Maxflow Nos 1 129.60
163 Copper Coupler 15mm/Maxflow Nos 1 55.50
164 Copper Tee Thread 15mm/Maxflow Nos 1 78.40
165 Copper Tee 15mm/Maxflow Nos 1 60.50
166 Copper Upset 15mm/Maxflow Nos 1 78.40
167 Dhaga Sparrow Pkts. 1 162.00
168 Teflon Tape Champion Nos 1 32.70
RFP for SELECTION OF FACILITY MANAGEMENT SERVICE PROVIDER FOR MANTRALAYA MAHANADI BHAWAN, CCIID, RAJDHANI SAROVAR, BUILDINGS AND ITS CAMPUS AT NAYA RAIPUR, CHHATTISGARH
8
Supply Item No.
Description of Supply Items Materials Ref. of Specification/Make/Model
Unit Qty. Unit Rates Rs. (For Year-1)
1 2 3 4 5 6
169 Heckshaw Blade 12"/SS Nos 1 11.20
170 M Seal Pidilite Kg 1 302.40
171 Aralide Pidilite Kg 1 327.00
172 Silicone Tube Pidilite Nos 1 140.40
173 White Cement Birla White Bag 1 1120.00
174 Gasket Rubber Kg 1 54.00
175 Jublie Clamp 20mm/Italian Nos 1 22.00
176 Jublie Clamp 15mm/Italian Nos 1 16.35
177 Sink Waste Pipe (PVC) 32mm/Nirali Nos 1 56.00
178 Urinal Connection Pipe (One side outer thread)
12"/Senso Nos 1 216.00
179 Push Tap (For W.Cooler) 15mm/Jaquar Nos 1 555.00
180 White Grease Castrol/10Kg Kg 1 275.00
181 Battery For Urinal Sensors AA 1.5V/Duracel Nos 1 33.30
182 Urinal Sensor Senso/Hindware Nos 1 5600.00
183 Metro Flush Valve (Spare Parts) 32mm/Jaquar Set 1 1308.00
184 Metro Flush Valve (Spare Parts) 40mm/Jaquar Set 1 1308.00
185 Gland Rope 6 mm/Crompton Pkt 1 32.70
186 Gland Rope 8mm/Crompton Pkt 1 32.70
187 Hex Nipple (G.I) 15mm/Heavy Nos 1 16.80
188 Connection Pipe Washer 15mm/Heavy Pkt 1 111.00
189 Hex Nipple (C.P) 15mm/Heavy Nos 1 56.00
190 G. I Socket 15mm/Heavy Nos 1 27.50
191 Extension Piece 15mmX25mm/Heavy Nos 1 55.50
192 Extension Piece 15mmX40mm/Heavy Nos 1 75.60
193 Extension Piece 15mmX50mm/Heavy Nos 1 89.00
194 Dead Plug (M.S) 15mm/Heavy Nos 1 16.80
195 Dead Plug (G.I) 15mm/Heavy Nos 1 16.80
196 Dead Plug (U PVC) 15mm/Heavy Nos 1 39.20
197 G.I Nipple 15mmX50mm/Heavy Nos 1 22.20
198 G.I Nipple 15mmX65mm/Heavy Nos 1 33.00
199 G.I Nipple 15mmX80mm/Heavy Nos 1 45.00
200 G.I Nipple full thread 15mmX100mm/Heavy Nos 1 67.00
201 G.I Nipple 15mmX150mm/Heavy Nos 1 78.00
202 Safeda/White Lead W.Zinc Kg 1 64.80
203 Bottle Trap Washer 32mm/Heavy Pkt 1 109.00
204 Bottle Trap Washer 40mm/Heavy Pkt 1 112.00
205 Pillar Cock & Bib Cock Internal fitting 15mm/Jaquar Nos 1 140.00
206 Pillar cock Filter Set 15mm/Jaquar Nos 1 88.00
207 PVC Grip With Steel Screw 1.5"Meena Pkt 1 111.00
RFP for SELECTION OF FACILITY MANAGEMENT SERVICE PROVIDER FOR MANTRALAYA MAHANADI BHAWAN, CCIID, RAJDHANI SAROVAR, BUILDINGS AND ITS CAMPUS AT NAYA RAIPUR, CHHATTISGARH
9
Supply Item No.
Description of Supply Items Materials Ref. of Specification/Make/Model
Unit Qty. Unit Rates Rs. (For Year-1)
1 2 3 4 5 6
208 Drip Seal Pidilite Kg 1 327.00
209 Packing Rope/Jute 25mm/Jute Kg 1 440.00
210 RCC Strom Water Cover 520X520/RCC Nos 1 1998.00
211 RCC Strom Water Cover 6000X600/RCC Nos 1 1980.00
212 CI Rectangular Cover 550X1000/100kg/NECO Nos 1 7260.00
213 CI GT Cover 300X300/NECO Nos 1 756.00
214 Mainhole Cover 600 Dia/NECO/125kg Nos 1 9570.00
215 CI Grating 600X450/16Kg/NECO Nos 1 2688.00
216 CI Grating 500X500/48Kg/NECO Nos 1 3663.00
217 CI Grating 400X400/40Kg/NECO Nos 1 2886.00
218 CI Grating 600X300/12Kg/NECO Nos 1 2016.00
Sub-total (A)
Supplying of acrylic emulsion paint as below-
222 Pipe Dream Asian Paints/code no. L154 Ltr 1 333.00
223 Coral Coast Asian Paints/code no. 8016 Ltr 1 327.00
224 Day Break Asian Paints/code no. 0942 Ltr 1 373.00
225 Coral Rocks Asian Paints/code no. 8019 Ltr 1 330.00
226 Desert Ivory Asian Paints/code no. 8020 Ltr 1 333.00
227 Orange Frost Asian Paints/code no. 7979 Ltr 1 327.00
Supplying of 100% acrylic exterior weatherproof Paint Apex Ultima as below-
228 Morning Glory Asian Paints/code no. 0765 Ltr 1 448.00
229 Raining Grey Asian Paints/code no. 9481 Ltr 1 440.00
230 African Plain Asian Paints/code no. 8494 Ltr 1 444.00
231 Evening Shade Asian Paints/code no. 8758 Ltr 1 432.00
232 White Paint Asian Paints Ltr 1 330.00
Supplying of Synthetic oil paint as below-
233 Black Enamel Asian Paints Ltr 1 333.00
234 Silver Paint Asian Paints Ltr 1 327.00
235 Wallcare Putty Birla / JK Bag 1 1054.50
Sub-total (B)
SUPPLY of following items for WTP & FILTRATION SYSTEM as per specification and direction of engineer-in-charge-
236 Tri Chloroiso Cyanuric Acid Kg 1 444.00
237 Hydrated Aluminium Sulphate - Alum - (Al2 So4)3] / (Ferric Chlorite/FeCl3)
Kg 1 32.40
238 Sodium Hypoclorite (NaoCl) / Bleaching Powder
Kg 1 33.00
RFP for SELECTION OF FACILITY MANAGEMENT SERVICE PROVIDER FOR MANTRALAYA MAHANADI BHAWAN, CCIID, RAJDHANI SAROVAR, BUILDINGS AND ITS CAMPUS AT NAYA RAIPUR, CHHATTISGARH
10
Supply Item No.
Description of Supply Items Materials Ref. of Specification/Make/Model
Unit Qty. Unit Rates Rs. (For Year-1)
1 2 3 4 5 6
239 Common Salt kg 1 6.72
240 PPC Cement Bag 1 327.00
241 Sand truck 1 5940.00
242 20mm stone Aggregate truck 1 11100.00
243 10mm stone Aggregate truck 1 6720.00
Sub-total (C)
RFP for SELECTION OF FACILITY MANAGEMENT SERVICE PROVIDER FOR MANTRALAYA MAHANADI BHAWAN, CCIID, RAJDHANI SAROVAR, BUILDINGS AND ITS CAMPUS AT NAYA RAIPUR, CHHATTISGARH
11
Name of Work: Repairing & Annual Maintenance of WATER COOLER, WTP, RO & FILTRATION SYSTEM 5/10/12.5/15 HP Pumps & Pumping system of Mantralaya Mahanadi Bhawan and Rajdhani Sarovar at Naya Raipur
Supply Item No.
Description of Supply Items/ Materials Ref. of
Specification/Make/Model Unit Qty
Unit Rates Rs. (For Year-1)
1 2 3 4 5 6
PART-1 : REPAIRING OF BREAKDOWN UNITS /
SYSTEMS [ONE-TIME ONLY]
A
REPAIRING OF 5/10/12.5/15 HP CAPACITY SUBMERSIBLE CENTRIFUGAL & HYDROPNUMATICE Pumps & pumping systems including NECESSARY PARTS & FITTINGS as per specification and direction of engineer-in-charge.
Grundfos / HBD / Kirlosker make.
FOR ITEMS MENTIONED IN ANNEX-1 & 2 FOR
MANTRALAYA & RAJDHANI SAROVAR.
1 3 to 5 HP CAPACITY SUBMERSIBLE Pumps & pumping systems
Set 1
2 6 to 10 HP CAPACITY SUBMERSIBLE Pumps & pumping systems
Set 1
3 3 to 5 HP CAPACITY CENTRIFUGAL Pumps & pumping systems
Set 1
4 6 to 10 HP CAPACITY CENTRIFUGAL Pumps & pumping systems
Set 1
5 11 to 15 HP CAPACITY CENTRIFUGAL Pumps & pumping systems
Set 1
6 3 to 5 HP CAPACITY HYDROPNUMATICE Pumps & pumping systems
Set 1
7 6 to 10 HP CAPACITY HYDROPNUMATICE Pumps & pumping systems
Set 1
8 11 to 15 HP CAPACITY HYDROPNUMATICE Pumps & pumping systems
Set 1
9 16 to 20 HP CAPACITY HYDROPNUMATICE Pumps & pumping systems
Set 1
B
SUPPLYING, REPAIR & REPLACEMENT OF CONSUMABLE & DEFECTIVE PARTS OF WATER COOLER, WTP, RO & FILTRATION SYTEM including following items as per specification and direction of engineer-in-charge-
[Cost of Repairing / Replacement shall be
Reimbursed as per actual bill raised by the service provider after repairing / maintaining the agreed
defective items / materials (who is not covered in DLP
/ Warranty)] FOR ITEMS MENTIONED
IN ANNEX-1 & 2 FOR MANTRALAYA &
RAJDHANI SAROVAR.
1 NGMF-20 (COMPLETE SET) Set 1
2 NGMA-20 (COMPLETE SET) Set 1
3 Multiport Valve Top-Mounted 20 NB No. 1
4 Diaphragm Valve 40 NB R/L No. 1
5 Butterfly Valve 100 NB No. 1
6 25mm dia. Ball Valve for RO No. 1
7 Automatic Air-releif Valve No. 1
8 Pressure Gauge ( 0- 7 kg) No. 1
9 Dosing pump No. 1
10 Gun-Metal Nozzle Ejector for Softener [Cost of Repairing / Replacement shall be
Reimbursed as per actual bill raised by the service provider after repairing / maintaining the agreed
defective items / materials (who is not covered in DLP
No. 1
11 Multigrade Filter (2Cum/hr) No. 1
12 Automatice Air Releif valve No. 1
13 Rotameter No. 1
14 800 LPH UV System No. 1
15 Supply & installation of SS 316 grade material 200 ltr. capacity Foodgrade Water Storage Tank with
No. 1
RFP for SELECTION OF FACILITY MANAGEMENT SERVICE PROVIDER FOR MANTRALAYA MAHANADI BHAWAN, CCIID, RAJDHANI SAROVAR, BUILDINGS AND ITS CAMPUS AT NAYA RAIPUR, CHHATTISGARH
12
Supply Item No.
Description of Supply Items/ Materials Ref. of
Specification/Make/Model Unit Qty
Unit Rates Rs. (For Year-1)
1 2 3 4 5 6
complete asseseries / assembly. / Warranty)] FOR ITEMS MENTIONED
IN ANNEX-1 & 2 FOR MANTRALAYA &
RAJDHANI SAROVAR.
16 Supply & installation of Electric Penal complete set with complete asseseries / assembly.
Set 1
17 Hardness Test Kit No. 1
18 Online SDI (Silt Density Index) Test Kit No. 1
C
SUPPLYING, FIXING AND COMMISSIONING of following items in WATER COOLER, WTP, RO & FILTRATION SYSTEM as per specification and direction of engineer-in-charge-
FOR ITEMS MENTIONED IN ANNEX-1 & 2 FOR
MANTRALAYA & RAJDHANI SAROVAR.
1 Mambrane Filter 4040 For RO (Hydramen / CSM) For RO.
No. 1
2 5 Micron RO Filter Cartrige size 20" x 2.5" [6TIMES X 4 = 24]
No. 1
3 Activated Carbon (900 IV) For WTP & Filter.
Kg 1
4 Antiscalant (Equivalent to INDION 8111 make) Kg 1
5 Resin (Equivalent to INDION 225 Na make) For WTP. Ltr. 1
6 Sodium Hypoclorite (NaoCl) / Bleaching Powder For WTP & Filter.
Kg 1
7 Filter Media [Hydrated Aluminium Sulphate - Alum - (Al2 So4)3] / (Ferric Chlorite/FeCl3)]
Kg 1
8 RO cleaning Chemical-A (Equivalent to SERCON 201 make)
For cleaning of RO membrane.
Kg 1
9 RO cleaning Chemical-B (Equivalent to SERCON 202 make)
Kg 1
10 RO cleaning Chemical-C (Equivalent to SERCON 203 make)
Kg 1
11
Charges for Regular servicing & maintenance of all WATER COOLER, WTP, RO & FILTRATION SYSTEM AND SUBMERSIBLE CENTRIFUGAL & HYDROPNUMATICE Pumps & pumping systems including installation, testing & commissioning of parts & materials complete. (EXCLUDING COST OF PARTS & MATERIALS].
For 12 Months FOR ITEMS MENTIONED IN
ANNEX-1 & 2 FOR MANTRALAYA &
RAJDHANI SAROVAR.
PER MONTH
1
PART-3 Total Per annum (for 12 months)
Necessary Tools & Plants shall be brought at site by
the service provider for O&M.
ANNUAL TOTAL [PART-1, 2 & 3]
RFP for SELECTION OF FACILITY MANAGEMENT SERVICE PROVIDER FOR MANTRALAYA MAHANADI BHAWAN, CCIID, RAJDHANI SAROVAR, BUILDINGS AND ITS CAMPUS AT NAYA RAIPUR, CHHATTISGARH
13
Name of Work: Supply of Electrical Light Fixtures Fan & Desert Water cooler under Maintenance in Mantralaya Mahanadi Bhawan, Naya Raipur–
Reference: Work Order No: 1191/E&F/ Mantralaya-MD/EEC1 / CE (E) / NRDA / 2014-15, dated: 24 /12 /2014 CA No. 31 / E&F/ Mantralaya-MD/EEC1/CE(E)/NRDA/2014-15 Dt.:19 /12/2014[Nutendra Kumar Sahu, Raipur]
Supply Item No.
Description of Supply Items/ Materials Ref. of Specification/Make/Model
Unit Qty Unit Rates Rs.
(For Year-1)
1 2 3 4 5
A Electrical Items
1 Supply of Single way 6A Switch. Make:- Havells, Model / Cat Nos..:- 675901 Capacity: 6A
Nos. 1 60.00
2 Supply of 6 A x 5 pin 230 Volt socket. Make:- Havells, Model / Cat Nos..:- 6731445 Capacity: 6A
Nos. 1 200.00
3 Supply of 1 Nos.s 6/16A x 230 Volt 5 pin socket outlet point with 16 A switch. Make:- Havells, Model / Cat Nos..:- 675915 Capacity: 6/16A
Nos. 1 250.00
4 Supply of RJ 11 telephone jack type socket. Make:- Molex, Model / Cat Nos..:- N/A Capacity: N/A
Nos. 1 319.00
5 Supply of RJ 45 computer jack (Avaya make) type socket. Make:- Molex, Model / Cat Nos..:- N/A Capacity: N/A
Nos. 1 579.00
6 Supply of Television coaxial type socket. Make:- Legrand, Model / Cat Nos..:- N/A Capacity: N/A
Nos. 1 416.00
7 2x26 concealed type CFL fixture (Round type). Make:- Wipro, Model / Cat Nos..:- WCP37226SGAGL Capacity:26W
Nos. 1 1239.00
B LAMPS FOR BELOW LIGHT FIXTURES
1 LAMPS FOR Concealed mounted top openable type 2x36w CFL fixture Make:- Osram, Model / Cat Nos..:- N/A Capacity:36W
Nos. 1 170.00
2 Concealed mounted botton openable type 2x36w CFL fixture Acrylic. Make:- Osram, Model / Cat Nos..:- N/A Capacity:36W
Nos. 1 170.00
3 Surface mounted 1x15 W CFL fixture (In built choke spiral type) Make:- Wipro, Model / Cat Nos..:- W06-M11 Capacity:15W
Nos. 1 180.00
4 2x26 concealed type CFL fixture (Round type) Make:- Osram, Model / Cat Nos..:- N/A Capacity:26W
Nos. 1 170.00
5 2x26 concealed type CFL fixture (Square type) Make:- Osram, Model / Cat Nos..:- N/A Capacity:26W
Nos. 1 170.00
6 Surface mounted 2X18 W CFL Fixture Make:- Osram, Model / Cat Nos..:- N/A Capacity:18W
Nos. 1 160.00
7 Surface mounted type 1x36W FTL box type fixture.Make:- Osram, Model / Cat Nos..:- N/A Capacity:36W
Nos. 1 170.00
8 Surface mounted type 2x36W FTL box type fixture. Make:- Osram, Model / Cat Nos..:- N/A Capacity:36W
Nos. 1 70.00
9 Surface mounted type 2x36W FTL acrylic covertype fixture Make:- Osram, Model / Cat Nos..:- N/A Capacity:36W.
Nos. 1 70.00
10 Surface mounted type 1X70 W MH type up and down light fixture. Make:- Osram, Model / Cat Nos..:- N/A Capacity:70W
Nos. 1 600.00
11 Brick Light 1X10 W (In built choke type) Make:- Wipro, Model / Cat Nos..:- N/A Capacity:10W
Nos. 1 160.00
12 Concealed mounted 2X18 W CFL fixture Make:- Osram, Model / Cat Nos..:- N/A Capacity:18W
Nos. 1 160.00
13 1 X 18 W CFL Bollard light fixture Make:- Osram, Model / Cat Nos..:- N/A Capacity:18W
Nos. 1 160.00
RFP for SELECTION OF FACILITY MANAGEMENT SERVICE PROVIDER FOR MANTRALAYA MAHANADI BHAWAN, CCIID, RAJDHANI SAROVAR, BUILDINGS AND ITS CAMPUS AT NAYA RAIPUR, CHHATTISGARH
14
14 2 X 36 W Recess mounted crescent range of luminaire with electronic ballast. Make:- Osram, Model / Cat Nos..:- N/A Capacity:36W
Nos. 1 170.00
15 Wall mounted die cast aluminium down light suitable for 18 W light fixture. Make:- Osram, Model / Cat Nos..:- N/A Capacity:18W
Nos. 1 170.00
C CHOKES/DRIVERS/BALAST FOR BELOW LIGHT FIXTURES
1 Concealed mounted top openable type 2x36w CFL fixture Make:- Wipro, Model / Cat Nos..:- WVP74236SGA Capacity:2 X 36 W
Nos. 1 1200.00
2 Concealed mounted botton openable type 2x36w CFL fixture Acrylic. Make:- Wipro, Model / Cat Nos..:- WVP52236SGA Capacity:2 X 36 W
Nos. 1 1200.00
3 2x26 concealed type CFL fixture (Round type) Make:- Wipro, Model / Cat Nos..:- WCP37226SGAGL Capacity:2 X 26 W
Nos. 1 1200.00
4 Surface mounted 2X18 W CFL Fixture Make:- Wipro, Model / Cat Nos..:- 2X18 SM AP Capacity:2 X 18 W
Nos. 1 1200.00
5 Surface mounted type 1x36W FTL box type fixture. Make:- Wipro, Model / Cat Nos..:- WIF36140SGAS Capacity:1 X 36 W
Nos. 1 1200.00
6 Surface mounted type 2x36W FTL box type fixture Make:- Wipro, Model / Cat Nos..:- WIF36240SGAS Capacity:2 X 36 W
Nos. 1 1200.00
7 Surface mounted type 1X70 W MH type up and down light fixture Make:- Wipro, Model / Cat Nos..:- UWH11070B Capacity:70 W
Nos. 1 1200.00
8 Concealed mounted 2X18 W CFL fixture.Make:- Wipro, Model / Cat Nos..:- WCP27218SGA Capacity:2 X 18 W
Nos. 1 1200.00
9 1 X 18 W CFL Bollard light fixture Make:- Wipro, Model / Cat Nos..:- WBP26118 Capacity:18 W
Nos. 1 400.00
10 Wall mounted die cas aluminium down light suitable for 18 W light fixture. Make:- Wipro, Model / Cat Nos..:- WBP321118 Capacity:18 W
Nos. 1 1200.00
D OTHER ELECTRICAL ACCESERIES
1
Jumbo aircooler with mounting trolly,cooling area 700 Sq.ft.,auto tank capacity 50 ltr,air through distance 35 ft. Make:- Symphony, Model / Cat Nos..:- N/A Capacity:50 Ltr., 700 SqF cooling area
Nos. 1 18000.00
2 FPMCB Make:- Schinder, Model / Cat Nos..:- C60H Capacity:63A
Nos.. 1 3000.00
3 FPMCB Make:- Schinder, Model / Cat Nos..:- C60H Capacity:40A
Nos.. 1 3000.00
4 SPMCB Make:- Schinder, Model / Cat Nos..:- C60H Capacity:25A
Nos.. 1 300.00
5 SPMCB Make:- Schinder, Model / Cat Nos..:- C60H Capacity:20A
Nos.. 1 300.00
6 SPMCB Make:- Schinder, Model / Cat Nos..:- C60H Capacity:10A
Nos.. 1 300.00
7 SPMCB Make:- Schinder, Model / Cat Nos..:- C60H Capacity:6A
Nos.. 1 300.00
8 DPELCB Make:- Schinder, Model / Cat Nos..:-16205 Capacity:63A(100MA)
Nos.. 1 4500.00
9 DPELCB Make:- Schinder, Model / Cat Nos..:-16205 Capacity:40A(100MA)
Nos.. 1 4500.00
10 DPELCB Make:- Schinder, Model / Cat Nos..:-16205 Capacity:25A(100MA)
Nos.. 1 4500.00
11 Connector Make:- jainson Model / Cat Nos..:- N/A Capacity: 10 Amp
Nos.. 1 50.00
12 Connector Make:- jainson Model / Cat Nos..:- N/A Capacity: 25 Amp
Nos.. 1 75.00
RFP for SELECTION OF FACILITY MANAGEMENT SERVICE PROVIDER FOR MANTRALAYA MAHANADI BHAWAN, CCIID, RAJDHANI SAROVAR, BUILDINGS AND ITS CAMPUS AT NAYA RAIPUR, CHHATTISGARH
15
13 Connector Make:- jainson Model / Cat Nos..:- N/A Capacity: 50 Amp
Nos.. 1 75.00
14 Connector Make:- jainson Model / Cat Nos..:- N/A Capacity: 100 Amp
Nos.. 1 100.00
15 ConnectorMake:- jainson Model / Cat Nos..:- N/A Capacity: 125 Amp Nos.. 1 150.00
16 Exhaust Fan Crisp Air 250 mm. Make:- USHA Model / Cat Nos..:- N/A Capacity:N/A
Nos.. 1 1500.00
17 15", 1400 rpm single phase Exhaust Fan Make:- Havells Model / Cat Nos..:- SR-13024090 Capacity:150W
Nos. 1 4000.00
18 400 mm dia Wall Mounted Fan Make - Havells Make:- Havells Model / Cat Nos..:- FHWSWPTWHT16 Capacity:N/A
Nos. 1 2550.00
19 400 mm dia Padestal Fan Make - Havells Make:- Havells Model / Cat Nos..:- FHSSWSTCWH16 Capacity:N/A
Nos. 1 2800.00
20 1.5 Sqmm cu. multi Strenth PVC wire. Make:- Polycab/Havell Model / Cat Nos..:-N/A Capacity:N/A
Mtr 1 1000.00
21 2.5 Sqmm cu. multi Strenth PVC wire. Make:- Polycab/Havell Model / Cat Nos..:-N/A Capacity:N/A
Mtr 1 2500.00
22 4 Sqmm cu. multi Strenth PVC wire. Make:- Polycab/Havell Model / Cat Nos..:-N/A Capacity:N/A
Mtr 1 4000.00
23 CRC (Chemical) Make:- Bharat Bijleel Model / Cat Nos..:-N/A Capacity:N/A
Liter 1 1200.00
24 Contactor Make:- L&T Model / Cat Nos..:-MNX 18 Capacity:18Amp
Nos.. 1 2000.00
25 Contactor Make:- L&T Model / Cat Nos..:-MNX 12 Capacity:12Amp
Nos.. 1 2000.00
26 Contactor Make:- L&T Model / Cat Nos..:-MNX 45 Capacity:45Amp
Nos.. 1 5000.00
27 Contactor Make:- L&T Model / Cat Nos..:-MNX 70 Capacity:70Amp
Nos.. 1 6000.00
28 Contactor Make:- L&T Model / Cat Nos..:-MNX 95 Capacity:95Amp
Nos.. 1 6000.00
29 ContactorMake:- L&T Model / Cat Nos..:-MNX 25 Capacity:25Amp Nos.. 1 2500.00
30 Contactor Kit Make:- L&T Model / Cat Nos..:-MNX 25 Capacity:25Amp
Nos.. 1 1000.00
31 Contactor Kit Make:- L&T Model / Cat Nos..:-MNX 18 Capacity:18Amp
Nos.. 1 1000.00
32 Contactor Kit Make:- L&T Model / Cat Nos..:-MNX 12 Capacity:12Amp
Nos.. 1 1000.00
33 Contactor Kit Make:- L&T Model / Cat Nos..:-MNX 45 Capacity:45Amp
Nos.. 1 2745.00
34 Contactor Kit Make:- L&T Model / Cat Nos..:-MNX70 Capacity:70Amp
Nos.. 1 3100.00
35 Contactor Kit Make:- L&T Model / Cat Nos..:-MNX 95 Capacity:95Amp
Nos.. 1 4500.00
36 Timer Make:- L&T / BCH Model / Cat Nos..:-800 X A Capacity:10 Amp
Nos.. 1 2000.00
37 MPCB 3 Pole Make:- L&T (Super Nova)/ Cat Nos..:-A/AC-3 Capacity:6.3 - 10 Amp
Nos.. 1 5000.00
38 MPCB 3 Pole Make:- L&T (Super Nova)/ Cat Nos..:-A/AC-3 Capacity:9 - 13 Amp
Nos.. 1 5000.00
39 MPCB 3 Pole Make:- L&T (Super Nova)/ Cat Nos..:-A/AC-3 Capacity: 11-16 Amp
Nos.. 1 5500.00
40 MPCB 3 PoleMake:- L&T (Super Nova)/ Cat Nos..:-A/AC-3 Capacity: 4-6.3 Amp
Nos.. 1 5500.00
RFP for SELECTION OF FACILITY MANAGEMENT SERVICE PROVIDER FOR MANTRALAYA MAHANADI BHAWAN, CCIID, RAJDHANI SAROVAR, BUILDINGS AND ITS CAMPUS AT NAYA RAIPUR, CHHATTISGARH
16
41 MPCB 3 Pole Make:- L&T (Super Nova)/ Cat Nos..:-A/AC-3 Capacity:19-25 Amp
Nos.. 1 5500.00
42 MPCB 3 Pole Make:- L&T (Super Nova)/ Cat Nos..:-A/AC-3 Capacity: 28-40 Amp
Nos.. 1 5500.00
43 MPCB 3 Pole Make:- L&T (Super Nova)/ Cat Nos..:-A/AC-3 Capacity: 45-63 Amp
Nos.. 1 5500.00
44 BUZZER INDICATION Make:- Legrand/ Cat Nos..:-N/A Capacity: N/A
Nos. 1 150.00
45 BUZZER for call bell Make:- Legrand/ Cat Nos..:-573643Capacity: N/A
Nos. 1 712.00
46 3pin Top Make:- ANCHOR/ Cat Nos..:N/A Capacity: 6/16Amp
Nos.. 1 25.00
47 Extension Board Make:- ANCHOR/ Cat Nos..:N/A Capacity: 6/16Amp
Nos.. 1 200.00
48 Supply of Kaju clip 10 mm Make:- ANCHOR/ Cat Nos..:N/A Capacity: N/A
pkt 1 150.00
49 Supply of Kaju clip Anchor 12 mm Make:- ANCHOR/ Cat Nos..:N/A Capacity: N/A
pkt 1 170.00
50 Supply of PVC Grip Anchor 1.5 inch Make:- ANCHOR/ Cat Nos..:N/A Capacity: N/A
pkt 1 50.00
51 Supply of PVC Tape steel Grip Make:- Steel Grip/ Cat Nos..:N/A Capacity: N/A
Nos. 1 10.00
52 Dummy Plate (Black)Make:- Standard Make Cat Nos..:N/A Capacity: N/A Nos.. 1 30.00
53 Dummy Plate (White) Make:- Standard Make Cat Nos..:N/A Capacity: N/A
Nos.. 1 30.00
54 Supply of Steel Screw 1.5 inch Make:- Standard Make Cat Nos..:N/A Capacity: N/A
pkt 1 200.00
55 Supply of Steel Screw 3 inch Make:- Standard Make Cat Nos..:N/A Capacity: N/A
pkt 1 300.00
56 ELECTRONIC CALL BELL Make:- Standard Make Cat Nos..:N/A Capacity: N/A
Nos. 1 1000.00
57 BATTERY 1.5V AA Make:- EVEREADY Make Cat Nos..:N/A Capacity: N/A
Nos. 1 10.00
58 BATTERY 1.5V AAA Make:- EVEREADY Make Cat Nos..:N/A Capacity: N/A
Nos. 1 10.00
59 BATTERY 12V ,23 A Make:- EVEREADY Make Cat Nos..:N/A Capacity: N/A
Nos. 1 40.00
60 BATERY 1.5V AA Make:- DURACEL Make Cat Nos..:N/A Capacity: N/A
Nos. 1 80.00
61 Cu. Lugs 2.5 Sqmm Make:- Joison Make Cat Nos..:Pin Type Capacity: N/A
Nos. 1 4.00
62 Cu. Lugs 2.5 Sqmm Make:- Joison Make Cat Nos..:RingType Capacity: N/A
Nos. 1 4.00
63 Cu. Lugs 4 SqmmMake:- Joison Make Cat Nos..:Pin Type Capacity: N/A Nos. 1 10.00
64 Cu. Lugs 4 Sqmm Make:- Joison Make Cat Nos..:RingType Capacity: N/A
Nos. 1 10.00
65 Cu. Lugs 6 Sqmm Make:- Joison Make Cat Nos..:Pin Type Capacity: N/A
Nos. 1 10.00
66 Cu. Lugs 6 Sqmm Make:- Joison Make Cat Nos..:RingType Capacity: N/A
Nos. 1 10.00
67 Al. Lugs 25 Sqmm Make:- Joison Make Cat Nos..:RingType Capacity: N/A
Nos. 1 20.00
68 Al. Lugs 35 Sqmm Make:- Joison Make Cat Nos..:RingType Capacity: N/A
Nos. 1 30.00
RFP for SELECTION OF FACILITY MANAGEMENT SERVICE PROVIDER FOR MANTRALAYA MAHANADI BHAWAN, CCIID, RAJDHANI SAROVAR, BUILDINGS AND ITS CAMPUS AT NAYA RAIPUR, CHHATTISGARH
17
69 Al. Lugs 50 Sqmm Make:- Joison Make Cat Nos..:RingType Capacity: N/A
Nos. 1 30.00
70 Al. Lugs 70 Sqmm Make:- Joison Make Cat Nos..:RingType Capacity: N/A
Nos. 1 40.00
71 Al. Lugs 95 Sqmm Make:- Joison Make Cat Nos..:RingType Capacity: N/A
Nos. 1 50.00
72 Al. Lugs 120 Sqmm Make:- Joison Make Cat Nos..:RingType Capacity: N/A
Nos. 1 50.00
73 Cooler Pump Make:- ISI Marked Cat Nos..:N/A Capacity: N/A
Nos. 1 200.00
74 Push button Make:- Tecnic Cat Nos..:RingType Capacity: 51NO
Nos. 1 10.00
75 Push button Make:- Tecnic Cat Nos..:RingType Capacity: 52NC
Nos. 1 10.00
76 Selecter Switch Make:- KEECEE Cat Nos..:4639AP Capacity: 10 AMP
Nos. 1 200.00
EXTRA ITEMS
E1 Supply of Cables as per specification & direction of Engineer-in-Charge.
a Cat 6 cable (UTP) Make:- D-link Model / Cat Nos:N/A Capacity: N/A
Rmt. 1 66.00
b 3Core Lead Wire 4 Sqmm. Make:-Anchor Model / Cat Nos:N/A Capacity: N/A
Rmt. 1 153.00
c 3Core Lead Wire 2.5 Sqmm. Make:-Anchor Model / Cat Nos:N/A Capacity: N/A
Rmt. 1 110.00
d 4Core Cable 16 Sqmm Make:-Anchor Model / Cat Nos:N/A Capacity: N/A
Rmt. 1 780.00
e 4Core Cable 4 Sqmm Make:-Anchor Model / Cat Nos:N/A Capacity: N/A
Rmt. 1 200.00
E2 Casing Capping (1") Make:-ABS Model / Cat Nos:N/A Capacity: N/A
Nos. 1 120.00
E3 PVC Box & Plates 6 Module Make:Roma Model / Cat Nos:N/A Capacity: N/A
Nos. 1 278.00
E4 PVC Terminal Box 6" X 6" Make:-Hensel Model / Cat Nos:N/A Capacity: N/A
Nos. 1 500.00
E5 Supply of AHU Belts as per specification & direction of Engineer-in-Charge.
a AHU Belts (SPA-1700) Make:- Pix-X-Set Model / Cat Nos:N/A Capacity: N/A
Nos. 1 403.00
b AHU Belts (SPA-2082) Make:- Pix-X-Set Model / Cat Nos:N/A Capacity: N/A
Nos. 1 493.00
c AHU Belts (SPA-2300) Make:- Pix-X-Set Model / Cat Nos:N/A Capacity: N/A
Nos. 1 538.00
d AHU Belts (SPA-1090) Make:- Pix-X-Set Model / Cat Nos:N/A Capacity: N/A
Nos. 1 276.00
e AHU Belts (SPA-1400) Make:- Pix-X-Set Model / Cat Nos:N/A Capacity: N/A
Nos. 1 346.00
f AHU Belts (SPA-1500) Make:- Pix-X-Set Model / Cat Nos:N/A Capacity: N/A
Nos. 1 367.00
g AHU Belts (SPA-1120) Make:- Pix-X-Set Model / Cat Nos:N/A Capacity: N/A
Nos. 1 286.00
h AHU Belts (SPA-1060) Make:- Pix-X-Set Model / Cat Nos:N/A Capacity: N/A
Nos. 1 270.00
i AHU Belts (SPA-1450) Make:- Pix-X-Set Model / Cat Nos:N/A Capacity: N/A
Nos. 1 360.00
RFP for SELECTION OF FACILITY MANAGEMENT SERVICE PROVIDER FOR MANTRALAYA MAHANADI BHAWAN, CCIID, RAJDHANI SAROVAR, BUILDINGS AND ITS CAMPUS AT NAYA RAIPUR, CHHATTISGARH
18
j AHU Belts (SPA-900)Make:- Pix-X-Set Model / Cat Nos:N/A Capacity: N/A
Nos. 1 244.00
k AHU Belts (SPA-1950) Make:- Pix-X-Set Model / Cat Nos:N/A Capacity: N/A
Nos. 1 456.00
l AHU Belts (SPA-800) Make:- Pix-X-Set Model / Cat Nos:N/A Capacity: N/A
Nos. 1 229.00
m AHU Belts (SPA-1360) Make:- Pix-X-Set Model / Cat Nos:N/A Capacity: N/A
Nos. 1 337.00
n AHU Belts (SPA-1350) Make:- Pix-X-Set Model / Cat Nos:N/A Capacity: N/A
Nos. 1 337.00
o AHU Belts (SPA-1957) Make:- Pix-X-Set Model / Cat Nos:N/A Capacity: N/A
Nos. 1 459.00
p AHU Belts (SPA-1600) Make:- Pix-X-Set Model / Cat Nos:N/A Capacity: N/A
Nos. 1 385.00
q AHU Belts (SPA-1280) Make:- Pix-X-Set Model / Cat Nos:N/A Capacity: N/A
Nos. 1 327.00
r AHU Belts (SPA-1000) Make:- Pix-X-Set Model / Cat Nos:N/A Capacity: N/A
Nos. 1 262.00
s AHU Belts (SPA-950) Make:- Pix-X-Set Model / Cat Nos:N/A Capacity: N/A
Nos. 1 256.00
t AHU Belts (SPA-1900) Make:- Pix-X-Set Model / Cat Nos:N/A Capacity: N/A
Nos. 1 450.00
u AHU Belts (SPA-1550) Make:- Pix-X-Set Model / Cat Nos:N/A Capacity: N/A
Nos. 1 373.00
v AHU Belts (SPA-1850) Make:- Pix-X-Set Model / Cat Nos:N/A Capacity: N/A
Nos. 1 433.00
w AHU Belts (BCH- A 24) Make:- Pix-X-Set Model / Cat Nos:N/A Capacity: N/A
Nos. 1 157.00
x Motor Terminal (25 HP) Make:- Pix-X-Set Model / Cat Nos:N/A Capacity: N/A
Nos. 1 670.00
E6 Supply of Motor Terminal as per specification & direction of Engineer-in-Charge
1
a Motor Terminal (50 HP) Make:- Shakshi Model / Cat Nos:N/A Capacity: N/A
Nos. 1 925.00
b Motor Terminal (40 HP) Make:- Shakshi Model / Cat Nos:N/A Capacity: N/A
Nos. 1 775.00
c Motor Terminal (12.5 HP) Make:- Shakshi Model / Cat Nos:N/A Capacity: N/A
Nos. 1 310.00
d Motor Terminal (10 HP)Make:- Shakshi Model / Cat Nos:N/A Capacity: N/A
Nos. 1 242.00
e Motor Terminal (15 HP) Make:- Shakshi Model / Cat Nos:N/A Capacity: N/A
Nos. 1 318.00
f Motor Terminal (3 HP) Make:- Shakshi Model / Cat Nos:N/A Capacity: N/A
Nos. 1 168.00
g Motor Terminal (7.5 HP) Make:- Shakshi Model / Cat Nos:N/A Capacity: N/A
Nos. 1 242.00
h Motor Terminal (5 HP) Make:- Shakshi Model / Cat Nos:N/A Capacity: N/A
Nos. 1 197.00
i Motor Terminal (1.5 HP) Make:- Shakshi Model / Cat Nos:N/A Capacity: N/A
Nos. 1 153.00
j Motor Terminal (1.25 HP) Make:- Shakshi Model / Cat Nos:N/A Capacity: N/A
Nos. 1 153.00
E7 Supply, Installation, Testing & Commissioning of 80 nos. of Modular Sockets & 22 nos. of Industrial Sockets in NIC Server Room as per specification & direction of Engineer-in-Charge
LS 1 161405.00
RFP for SELECTION OF FACILITY MANAGEMENT SERVICE PROVIDER FOR MANTRALAYA MAHANADI BHAWAN, CCIID, RAJDHANI SAROVAR, BUILDINGS AND ITS CAMPUS AT NAYA RAIPUR, CHHATTISGARH
19
Name of work :-Supply of Electrical Light Fixtures, Fan & Accessories under Maintenance in Mantralaya Mahanadi Bhawan,
Naya Raipur.NIT No.: 39 ELF/ Mantralaya-MD/EEC1 / CE (E) / NRDA / 2015-16 Naya Raipur, Dated: 31/10/2015
Supply Item No.
Description of Supply Items/ Materials Ref. of Specification/Make/Model
Unit Qty Unit Rates Rs.
(For Year-1)
1 2 3 4 5
ELECTRICAL SWITCH & SOCKETS
1 Supply of Single way 6A Switch. Make:- Havells, Model / Cat Nos..:- 675901 Capacity: 6A
Nos. 1 60.00
2 Supply of 6 A x 5 pin 230 Volt socket. Make:- Havells, Model / Cat Nos..:- 6731445 Capacity: 6A
Nos. 1 200.00
3 Supply of 1 Nos.s 6/16A x 230 Volt 5 pin socket outlet point with 16 A switch. Make:- Havells, Model / Cat Nos..:- 675915 Capacity: 6/16A
Nos. 1 250.00
SUB TOTAL
LAMPS FOR LIGHT FIXTURES
1 LAMPS FOR Concealed mounted top openable type 2x36w CFL fixture Make:- Osram, Model / Cat Nos..:- N/A Capacity:36W
Nos. 1 170.00
2 LAMPS FOR Surface mounted 1x15 W CFL fixture (In built choke spiral type) Make:- Wipro, Model / Cat Nos..:- W06-M11 Capacity:15W
Nos. 1 180.00
3 LAMPS FOR 2x26 concealed type CFL fixture Make:- Osram, Model / Cat Nos..:- N/A Capacity:26W
Nos. 1 170.00
4 LAMPS FOR Surface mounted 18 W CFL Fixture Make:- Osram, Model / Cat Nos..:- N/A Capacity:18W
Nos. 1 160.00
5 LAMPS FOR Surface mounted type 36W FTL box type fixture. Make:- Osram, Model / Cat Nos..:- N/A Capacity:36W
Nos. 1 170.00
SUB TOTAL
CHOKES FOR LIGHT FIXTURES
1
Choke for Concealed mounted top openable type 2x36w CFL fixture Make:- Wipro, Model / Cat Nos..:- WVP74236SGA Capacity:2 X 36 W
Nos. 1 1200.00
2 Choke for 2x26 concealed type CFL fixture Make:- Wipro, Model / Cat Nos..:- WCP37226SGAGL Capacity:2 X 26 W
Nos. 1 1200.00
3 Choke for Surface mounted type 1x36W FTL box type fixture. Make:- Wipro, Model / Cat Nos..:- WIF36140SGAS Capacity:1 X 36 W
Nos. 1 1200.00
4 Choke for Surface mounted type 2x36W FTL box type fixture Make:- Wipro, Model / Cat Nos..:- WIF36240SGAS Capacity:2 X 36 W
Nos. 1 1200.00
5 Choke for 1 X 18 W CFL Bollard light fixture Make:- Wipro, Model / Cat Nos..:- WBP26118 Capacity:18 W
Nos. 1 400.00
6 Choke for Wall mounted die cas aluminium down light suitable for 18 W light fixture. Make:- Wipro, Model / Cat Nos..:- WBP321118 Capacity:18 W
Nos. 1 1200.00
SUB TOTAL
RFP for SELECTION OF FACILITY MANAGEMENT SERVICE PROVIDER FOR MANTRALAYA MAHANADI BHAWAN, CCIID, RAJDHANI SAROVAR, BUILDINGS AND ITS CAMPUS AT NAYA RAIPUR, CHHATTISGARH
20
Supply Item No.
Description of Supply Items/ Materials Ref. of Specification/Make/Model
Unit Qty Unit Rates Rs.
(For Year-1)
1 2 3 4 5
COOLER & FANS
1
Jumbo aircooler with mounting trolly,cooling area 700 Sq.ft.,auto tank capacity 50 ltr,air through distance 35 ft. Make:- Symphony, Model / Cat Nos..:- N/A Capacity:50 Ltr., 700 SqF cooling area
Nos. 1 18000.00
2 Exhaust Fan Crisp Air 250 mm. Make:- USHA Model / Cat Nos..:- N/A Capacity:N/A
Nos.. 1 1500.00
3 15", 1400 rpm single phase Exhaust Fan Make:- Havells Model / Cat Nos..:- SR-13024090 Capacity:150W
Nos. 1 4000.00
4 400 mm dia Wall Mounted Fan Make - Havells Make:- Havells Model / Cat Nos..:- FHWSWPTWHT16 Capacity:N/A
Nos. 1 2550.00
5 400 mm dia Padestal Fan Make - Havells Make:- Havells Model / Cat Nos..:- FHSSWSTCWH16 Capacity:N/A
Nos. 1 2800.00
6 Ceiling Fan, 1200mm dia, Crompton (white color) Nos. 1 2509.00
7 Industrial Fan, 24" dia, 600mm sweep, make - Almonard Nos. 1 10000.00
SUB TOTAL
MCCB/MCB / ELCB / CONNECTORS AND ACCESERIES
1 FPMCB Make:- Schinder, Model / Cat Nos..:- C60H Capacity:63A
Nos.. 1 3000.00
2 FPMCB Make:- Schneider, Model / Cat Nos..:- C60H Capacity:40A
Nos.. 1 3000.00
3 SPMCB Make:- Schneider, Model / Cat Nos..:- C60H Capacity:25A
Nos.. 1 300.00
4 SPMCB Make:- Schneider, Model / Cat Nos..:- C60H Capacity:20A
Nos.. 1 300.00
5 SPMCB Make:- Schneider, Model / Cat Nos..:- C60H Capacity:10A
Nos.. 1 300.00
6 SPMCB Make:- Schneider, Model / Cat Nos..:- C60H Capacity:6A
Nos.. 1 300.00
7 DPELCB Make:- Schneider, Model / Cat Nos..:-16205 Capacity:63A(100MA)
Nos.. 1 4500.00
8 DPELCB Make:- Schneider, Model / Cat Nos..:-16205 Capacity:40A(100MA)
Nos.. 1 4500.00
9 DPELCB Make:- Schneider, Model / Cat Nos..:-16205 Capacity:25A(100MA)
Nos.. 1 4500.00
10 Connector Make:- jainson Model / Cat Nos..:- N/A Capacity: 10 Amp
Nos.. 1 50.00
11 Connector Make:- jainson Model / Cat Nos..:- N/A Capacity: 25 Amp
Nos.. 1 75.00
12 Connector Make:- jainson Model / Cat Nos..:- N/A Capacity: 50 Amp
Nos.. 1 75.00
13 Connector Make:- jainson Model / Cat Nos..:- N/A Capacity: 100 Amp
Nos.. 1 100.00
14 Connector Make:- jainson Model / Cat Nos..:- N/A Capacity: 125 Amp
Nos.. 1 150.00
RFP for SELECTION OF FACILITY MANAGEMENT SERVICE PROVIDER FOR MANTRALAYA MAHANADI BHAWAN, CCIID, RAJDHANI SAROVAR, BUILDINGS AND ITS CAMPUS AT NAYA RAIPUR, CHHATTISGARH
21
Supply Item No.
Description of Supply Items/ Materials Ref. of Specification/Make/Model
Unit Qty Unit Rates Rs.
(For Year-1)
1 2 3 4 5
15 Contactor Make:- L&T Model / Cat Nos..:-MNX 18 Capacity:18Amp
Nos.. 1 2000.00
16 Contactor Make:- L&T Model / Cat Nos..:-MNX 12 Capacity:12Amp
Nos.. 1 2000.00
17 Contactor Make:- L&T Model / Cat Nos..:-MNX 45 Capacity:45Amp
Nos.. 1 5000.00
18 Contactor Make:- L&T Model / Cat Nos..:-MNX 70 Capacity:70Amp
Nos.. 1 6000.00
19 Contactor Make:- L&T Model / Cat Nos..:-MNX 95 Capacity:95Amp
Nos.. 1 6000.00
20 Contactor Make:- L&T Model / Cat Nos..:-MNX 25 Capacity:25Amp
Nos.. 1 2500.00
21 Contactor Kit Make:- L&T Model / Cat Nos..:-MNX 25 Capacity:25Amp
Nos.. 1 1000.00
22 Contactor Kit Make:- L&T Model / Cat Nos..:-MNX 18 Capacity:18Amp
Nos.. 1 1000.00
23 Contactor Kit Make:- L&T Model / Cat Nos..:-MNX 12 Capacity:12Amp
Nos.. 1 1000.00
24 Contactor Kit Make:- L&T Model / Cat Nos..:-MNX 45 Capacity:45Amp
Nos.. 1 2745.00
25 Contactor Kit Make:- L&T Model / Cat Nos..:-MNX70 Capacity:70Amp
Nos.. 1 3100.00
26 Contactor Kit Make:- L&T Model / Cat Nos..:-MNX 95 Capacity:95Amp
Nos.. 1 4500.00
27 Timer Make:- L&T / BCH Model / Cat Nos..:-800 X A Capacity:10 Amp
Nos.. 1 2000.00
28 MPCB 3 Pole Make:- L&T (Super Nova)/ Cat Nos..:-A/AC-3 Capacity:6.3 - 10 Amp
Nos.. 1 5000.00
29 MPCB 3 Pole Make:- L&T (Super Nova)/ Cat Nos..:-A/AC-3 Capacity:9 - 13 Amp
Nos.. 1 5000.00
30 MPCB 3 Pole Make:- L&T (Super Nova)/ Cat Nos..:-A/AC-3 Capacity: 11-16 Amp
Nos.. 1 5500.00
31 MPCB 3 Pole Make:- L&T (Super Nova)/ Cat Nos..:-A/AC-3 Capacity: 4-6.3 Amp
Nos.. 1 5500.00
32 MPCB 3 Pole Make:- L&T (Super Nova)/ Cat Nos..:-A/AC-3 Capacity:19-25 Amp
Nos.. 1 5500.00
33 MPCB 3 PoleMake:- L&T (Super Nova)/ Cat Nos..:-A/AC-3 Capacity: 28-40 Amp
Nos.. 1 5500.00
34 MPCB 3 Pole Make:- L&T (Super Nova)/ Cat Nos..:-A/AC-3 Capacity: 45-63 Amp
Nos.. 1 5500.00
35 BUZZER INDICATION Make:- Legrand/ Cat Nos..:-N/A Capacity: N/A
Nos. 1 150.00
36 BUZZER for call bell Make:- Legrand/ Cat Nos..:-573643Capacity: N/A
Nos. 1 712.00
37 3pin Top Make:- ANCHOR/ Cat Nos..:N/A Capacity: 6/16Amp
Nos.. 1 25.00
RFP for SELECTION OF FACILITY MANAGEMENT SERVICE PROVIDER FOR MANTRALAYA MAHANADI BHAWAN, CCIID, RAJDHANI SAROVAR, BUILDINGS AND ITS CAMPUS AT NAYA RAIPUR, CHHATTISGARH
22
Supply Item No.
Description of Supply Items/ Materials Ref. of Specification/Make/Model
Unit Qty Unit Rates Rs.
(For Year-1)
1 2 3 4 5
38 Extension Board Make:- ANCHOR/ Cat Nos..:N/A Capacity: 6/16Amp
Nos.. 1 200.00
39 Supply of Kaju clip 10 mm Make:- ANCHOR/ Cat Nos..:N/A Capacity: N/A
pkt 1 150.00
40 Supply of Kaju clip Anchor 12 mm Make:- ANCHOR/ Cat Nos..:N/A Capacity: N/A
pkt 1 170.00
41 Supply of PVC Grip Anchor 1.5 inch Make:- ANCHOR/ Cat Nos..:N/A Capacity: N/A
pkt 1 50.00
42 Supply of PVC Tape steel Grip Make:- Steel Grip/ Cat Nos..:N/A Capacity: N/A
Nos. 1 10.00
43 Dummy Plate (Black) Make:- Standard Make Cat Nos..:N/A Capacity: N/A
Nos.. 1 30.00
44 Dummy Plate (White) Make:- Standard Make Cat Nos..:N/A Capacity: N/A
Nos.. 1 30.00
45 Supply of Steel Screw 1.5 inch Make:- Standard Make Cat Nos..:N/A Capacity: N/A
pkt 1 200.00
46 Supply of Steel Screw 3 inch Make:- Standard Make Cat Nos..:N/A Capacity: N/A
pkt 1 300.00
47 ELECTRONIC CALL BELL Make:- Standard Make Cat Nos..:N/A Capacity: N/A
Nos. 1 1000.00
48 Cooler Pump Make:- ISI Marked Cat Nos..:N/A Capacity: N/A
Nos. 1 200.00
49 Push button Make:- Tecnic Cat Nos..:RingType Capacity: 51NO
Nos. 1 10.00
50 Push button Make:- Tecnic Cat Nos..:RingType Capacity: 52NC
Nos. 1 10.00
51 Selector Switch Make:- KEECEE Cat Nos..:4639AP Capacity: 10 AMP
Nos. 1 200.00
52 Contactor, 3TF-50, make-Siemece Nos. 1 12000.00
53 Contactor, 3TF-47, make-Siemece Nos. 1 10000.00
54 Contactor Kit, 3TF-50, make-Siemece Nos. 1 2000.00
55 Contactor Kit, 3TF-47, make-Siemece Nos. 1 1500.00
56 HRC Fuse, 160 A, make Siemence Nos. 1 350.00
57 Relay, 1.6 A to 2.5 A, NS-2-25, CHNT Nos. 1 5000.00
58 Relay, 30 A to 50 A, make- L&T Nos. 1 6000.00
59 MCCB, 100 A, DM-160, make- L&T Nos. 1 6000.00
60 MCCB, 100A, make- Schneider Nos. 1 6000.00
61 MCCB, 125A, make- Schneider Nos. 1 8000.00
62 A.C.Socket, 25A/32A, Havells Nos. 1 500.00
63 TPN, 32A/40A/63A Nos. 1 2000.00
64 TP, 16A/32A/40A/63A Nos. 1 1500.00
65 MCCB, DN2-250D, 250A, make- L&T Nos. 1 8000.00
66 Cu. Lug (6mm to 400mm, Pin & Ring both type) Nos. 1 150.00
67 Al. Lug (25mm to 400mm, Pin & Ring both type) Nos. 1 50.00
SUB TOTAL
CABLES & BOXES
RFP for SELECTION OF FACILITY MANAGEMENT SERVICE PROVIDER FOR MANTRALAYA MAHANADI BHAWAN, CCIID, RAJDHANI SAROVAR, BUILDINGS AND ITS CAMPUS AT NAYA RAIPUR, CHHATTISGARH
23
Supply Item No.
Description of Supply Items/ Materials Ref. of Specification/Make/Model
Unit Qty Unit Rates Rs.
(For Year-1)
1 2 3 4 5
1 Cat 6 cable (UTP) Make:- D-link Model / Cat Nos:N/A Capacity: N/A
Rmt. 1 66.00
2 3Core Lead Wire 4 Sqmm. Make:-Anchor Model / Cat Nos:N/A Capacity: N/A
Rmt. 1 153.00
3 3Core Lead Wire 2.5 Sqmm. Make:-Anchor Model / Cat Nos:N/A Capacity: N/A
Rmt. 1 110.00
4 4Core Cable 16 Sqmm Make:-Anchor Model / Cat Nos:N/A Capacity: N/A
Rmt. 1 780.00
5 4Core Cable 4 Sqmm Make:-Anchor Model / Cat Nos:N/A Capacity: N/A
Rmt. 1 200.00
6 Casing Capping (1") Make:-ABS Model / Cat Nos:N/A Capacity: N/A
Nos. 1 120.00
7 PVC Box & Plates 6 Module Make:Roma Model / Cat Nos:N/A Capacity: N/A
Nos. 1 278.00
8 Modular Box with plate Roma make (8M, 6M, 3M) Nos. 1 500.00
SUB TOTAL
AHU BELTS / MOTOR TERMINALS
1 AHU Belts (SPA-1700) Make:- Pix-X-Set Model / Cat Nos:N/A Capacity: N/A
Nos. 1 403.00
2 AHU Belts (SPA-2082) Make:- Pix-X-Set Model / Cat Nos:N/A Capacity: N/A
Nos. 1 493.00
3 AHU Belts (SPA-2300) Make:- Pix-X-Set Model / Cat Nos:N/A Capacity: N/A
Nos. 1 538.00
4 AHU Belts (SPA-1090) Make:- Pix-X-Set Model / Cat Nos:N/A Capacity: N/A
Nos. 1 276.00
5 AHU Belts (SPA-1400) Make:- Pix-X-Set Model / Cat Nos:N/A Capacity: N/A
Nos. 1 346.00
6 AHU Belts (SPA-1500) Make:- Pix-X-Set Model / Cat Nos:N/A Capacity: N/A
Nos. 1 367.00
7 AHU Belts (SPA-1120) Make:- Pix-X-Set Model / Cat Nos:N/A Capacity: N/A
Nos. 1 286.00
8 AHU Belts (SPA-1060) Make:- Pix-X-Set Model / Cat Nos:N/A Capacity: N/A
Nos. 1 270.00
9 AHU Belts (SPA-1450) Make:- Pix-X-Set Model / Cat Nos:N/A Capacity: N/A
Nos. 1 360.00
10 AHU Belts (SPA-900) Make:- Pix-X-Set Model / Cat Nos:N/A Capacity: N/A
Nos. 1 244.00
11 AHU Belts (SPA-1950) Make:- Pix-X-Set Model / Cat Nos:N/A Capacity: N/A
Nos. 1 456.00
12 AHU Belts (SPA-800) Make:- Pix-X-Set Model / Cat Nos:N/A Capacity: N/A
Nos. 1 229.00
13 AHU Belts (SPA-1360) Make:- Pix-X-Set Model / Cat Nos:N/A Capacity: N/A
Nos. 1 337.00
14 AHU Belts (SPA-1350) Make:- Pix-X-Set Model / Cat Nos:N/A Capacity: N/A
Nos. 1 337.00
15 AHU Belts (SPA-1957) Make:- Pix-X-Set Model / Cat Nos:N/A Capacity: N/A
Nos. 1 459.00
16 AHU Belts (SPA-1600) Make:- Pix-X-Set Model / Cat Nos:N/A Capacity: N/A
Nos. 1 385.00
17 AHU Belts (SPA-1280) Nos. 1 327.00
RFP for SELECTION OF FACILITY MANAGEMENT SERVICE PROVIDER FOR MANTRALAYA MAHANADI BHAWAN, CCIID, RAJDHANI SAROVAR, BUILDINGS AND ITS CAMPUS AT NAYA RAIPUR, CHHATTISGARH
24
Supply Item No.
Description of Supply Items/ Materials Ref. of Specification/Make/Model
Unit Qty Unit Rates Rs.
(For Year-1)
1 2 3 4 5
Make:- Pix-X-Set Model / Cat Nos:N/A Capacity: N/A
18 AHU Belts (SPA-1000) Make:- Pix-X-Set Model / Cat Nos:N/A Capacity: N/A
Nos. 1 262.00
19 AHU Belts (SPA-950) Make:- Pix-X-Set Model / Cat Nos:N/A Capacity: N/A
Nos. 1 256.00
20 AHU Belts (SPA-1900) Make:- Pix-X-Set Model / Cat Nos:N/A Capacity: N/A
Nos. 1 450.00
21 AHU Belts (SPA-1550) Make:- Pix-X-Set Model / Cat Nos:N/A Capacity: N/A
Nos. 1 373.00
22 AHU Belts (SPA-1850) Make:- Pix-X-Set Model / Cat Nos:N/A Capacity: N/A
Nos. 1 433.00
23 AHU Belts (BCH- A 24) Make:- Pix-X-Set Model / Cat Nos:N/A Capacity: N/A
Nos. 1 157.00
24 Motor Terminal (50 HP) Make:- Shakshi Model / Cat Nos:N/A Capacity: N/A
Nos. 1 925.00
25 Motor Terminal (40 HP) Make:- Shakshi Model / Cat Nos:N/A Capacity: N/A
Nos. 1 775.00
26 Motor Terminal (12.5 HP) Make:- Shakshi Model / Cat Nos:N/A Capacity: N/A
Nos. 1 310.00
27 Motor Terminal (10 HP) Make:- Shakshi Model / Cat Nos:N/A Capacity: N/A
Nos. 1 242.00
28 Motor Terminal (15 HP) Make:- Shakshi Model / Cat Nos:N/A Capacity: N/A
Nos. 1 318.00
29 Motor Terminal (3 HP) Make:- Shakshi Model / Cat Nos:N/A Capacity: N/A
Nos. 1 168.00
30 Motor Terminal (7.5 HP) Make:- Shakshi Model / Cat Nos:N/A Capacity: N/A
Nos. 1 242.00
31 Motor Terminal (5 HP) Make:- Shakshi Model / Cat Nos:N/A Capacity: N/A
Nos. 1 197.00
32 Motor Terminal (1.5 HP) Make:- Shakshi Model / Cat Nos:N/A Capacity: N/A
Nos. 1 153.00
33 Motor Terminal (1.25 HP) Make:- Shakshi Model / Cat Nos:N/A Capacity: N/A
Nos. 1 153.00
34 Motor Terminal (25 HP) Make:- Pix-X-Set Model / Cat Nos:N/A Capacity: N/A
Nos. 1 670.00
1
NEW LIGHT FIXTURES/LAMPS (LED& OTHERS) 1
1 LED Strip for Cove Light with driver Wipro make RMtr. 1 616.00
2 1X36, Tube Light Set, make-Wipro Nos. 1 1047.00
3 LED Fixture, make-Philips,suitable for 2X36 W (2'X2') CFL Light Fixture
Nos. 1 12312.00
4 150W Sodium Vapor Lamp, IP 66, including control gear box with lamp, make philips
Nos. 1 18130.00
5 LED Flood light 150W, make - Halonix, model no. HLFC-ML04-150CW
Nos. 1 13650.00
6 LED Down Lighter 30W, ZM-30, make - Teknolite. Nos. 1 4500.00
7 LED Fixture, iris LED Slim RO, round slim downlighter 18 W , make-Wipro (suitable for 2X26W circular CFL Fixture replacement)
Nos. 1 2900.00
8 LED Table Lamp, I care desk light, make- Philips Nos. 1 8000.00
RFP for SELECTION OF FACILITY MANAGEMENT SERVICE PROVIDER FOR MANTRALAYA MAHANADI BHAWAN, CCIID, RAJDHANI SAROVAR, BUILDINGS AND ITS CAMPUS AT NAYA RAIPUR, CHHATTISGARH
25
Supply Item No.
Description of Supply Items/ Materials Ref. of Specification/Make/Model
Unit Qty Unit Rates Rs.
(For Year-1)
1 2 3 4 5
9 Wipro Garnet N90001 B22 9-Watt LED Bulb (Cool Day Light) Nos. 1 600.00
10 18W, CFL Lamp, ELS-M/T3, make - HPL (Spiral) Nos. 1 250.00
SUB TOTAL
OTHERS ELECTRICAL ITEMS
1 Float Valve Nos. 1 1200.00
2 Bearing (Double ZZ) for Ceiling Fan make TATA or Equivalent Nos. 1 150.00
3 Capacitor, 2/2.5/16 Nos. 1 100.00
4 Conduit Pipe, 2mm thick, 1", make Saraswati Pcs. 1 100.00
5 Conduit 1" Band Pckt. 1 200.00
SUB TOTAL
GRAND TOTAL
RFP for SELECTION OF FACILITY MANAGEMENT SERVICE PROVIDER FOR MANTRALAYA MAHANADI BHAWAN, CCIID, RAJDHANI SAROVAR, BUILDINGS AND ITS CAMPUS AT NAYA RAIPUR, CHHATTISGARH
26
Name of work: Supplying, Installation, Testing and Commissioning (SITC) of Cooling Tower Fills With Drift
Eliminator in HVAC System of Mantralaya Mahanadi Bhawan Naya Raipur.
Reference: NRDA Work Order No. No: 572 / CTF(2nd Call)/Mantralaya-MD/EEC1/ CE (E) / NRDA / 2015-16 Dtd.: 21 / 8
/2015, CA No. 11/ CTF(2nd Call)/ /Mantralaya-MD/EEC1/ CE (E) / NRDA / 15-16 Dtd.:19/8 /2015 [Priya
Enterprises, Malad (W) Mumbai ].
*****
A.3 FRP COOLING TOWER
Cooling towers operating simultaneously shall be able to reject combined heat of all units.
1. COLD WATER BASIN & ACCESSORIES
The cold water basin shall include flanged suction connection, overflow and drain. A float-operated, mechanical make-up
valve shall be included. HDG steel screens shall be included to prevent entry of airborne debris into the cold water basin
outboard of the fill.
2. FILL, LOUVERS & DRIFT ELIMINATORS
Fill shall be film-type of Honeycomb design, vacuum formed PVC, with louvers and drift eliminators formed as part of each
fill sheet. Fill shall be suspended from HDG steel structural tubing supported from the tower structure and shall be elevated
above the floor of the cold water basin to facilitate cleaning. Air inlet faces of the tower shall be free of water splash out.
Guaranteed drift losses shall not exceed 0.005% of the design GPM.
3. FAN & MOTOR
Fan shall be adjustable pitch propeller type. Fans shall be driven through a right angle, industrial duty, oil-lubricated, geared
speed reducer, equipped with an oil level sight glass. The motor shall be located outside the moist air-stream. A full-floating
drive shaft consisting of stainless steel tube and neoprene flex elements shall couple the electric motor to the geared speed
reducer. The mechanical equipment shall be structurally supported independent of the casing. HDG steel wire mesh guard
to prevent entry of airborne objects into the fan itself is required. Motor shall be of suitable rating, TEFC, specially insulated
to withstand cooling tower duty.
TECHNICAL / OPERATING DATA OF COOLING TOWER
1. WATER FLOW RATE - 1300 USGPM
2. AMBIENT WET BULB TEMPERATURE - 26°C
3. ENT. WATER TEMPERATURE - 36°C
4. BASIN WATER TEMPERATURE - 32°C
Supply Item No.
Description of Supply Items/ Materials
Ref. of Specification/Make/Model
Unit Qty
Unit Rates Rs.
(For Year-1)
1 2 3 4 5 6
1
Supplying, Installation, Testing and Commissioning (SITC) of colling Tower Fills with Drift Eliminator by removing old fills with Drift Eliminator and replacing the new fills with Drift Eliminators as per specification and direction of Engineer-in-charge. The removed material to be properly stacked on the Terrace floor The inlet & outlet temperature before and after replacement of Fills with drift eliminator to be shown to client as testing and commissioning.
Set 1.00 240000.00
RFP for SELECTION OF FACILITY MANAGEMENT SERVICE PROVIDER FOR MANTRALAYA MAHANADI BHAWAN, CCIID, RAJDHANI SAROVAR, BUILDINGS AND ITS CAMPUS AT NAYA RAIPUR, CHHATTISGARH
27
Name of work: Zonal Contract for Additional/Special Repair & Furniture work for Mantralaya Mahanadi Bhawan Naya
Raipur.
Reference: WO No: 40 / Mantralaya-MD/ZID/EEC1 / CE (E) / NRDA / 2014-15, Naya Raipur, dated: 03 / 02/2015 CA
No.37/Mantralaya-MD//ZID/EEC1 / CE (E) / NRDA / 2014-15 Dated 03/02/2015 [Touchwell Marketing & Mfg. (i)
Pvt. Ltd]
*****
Technical Specification of Works:
GENERAL:
Manufacturer Specification of each items.
Material to be of best quality:
The whole of the materials, employed in connection with the permanent work, shall be new and of the best of its kind. All materials shall be in accordance with these specifications and shall be as approved by the engineer’s representative.
Standards:
Except where otherwise specified or permitted by the engineer in charge, all material shall confirm to the latest edition of Indian /international Standard Specifications.
1. RELATED CIVIL WORKS
Supply Item No.
Description of Supply Items/ Materials Ref. of Specification/Ma
ke/Model
Unit Qty. Unit Rates Rs. (For Year-1)
1 2 3 4 5 6
1
Excavation of all types of Soil/Soft or Hard Rock in all types and sizes of foundations, trenches and drains or for any other purpose with all lead and lift including seperation of usefull soil for refilling and stacking & levelling of same, and disposal of surplus excavated stuff and spoils beyond NRDA boundries or as directed by Engineer In-charge including souring, dewatering, surface dressing, etc.., complete as per direction of Engineer In-charge.
Cum 1 242.88
2
Filling Surface dressing of the ground including removing vegetation and making up undulations and in-equalities not exceeding 15 cms in depth/ height including disposal of rubbish from available excavated stuff (Excluding rock) in trenches, plinth, sides of foundation etc. in layers consolidating each deposited layer by ramming and watering in all lift and lead beyond NRDA boundries or as directed by Engineer In-charge.
Cum 1 57.68
3
Providing and filling in plinth with sand/ Crusher dust and hard moorum under floor in layers not exceeding 20cm in depth consolidating each deposited layer by ramming and watering, including dressing etc. complete with all lead & Lift as directed by Engineer In-charge.
Cum 1 481.21
4
Providing and fixing formwork including centering, shuttering, strutting, staging, propping bracing etc. complete and including its removal at all levels, for all required with all lead & Lift as directed by Engineer In-charge.
Sqm 1 277.79
5
Providing and fixing double scaffolding system (cup lock type) on the exterior side, upto seven story height made with 40mm dia. M.S. tube 1.5 m centre to centre horizontal & vertical tubes joining with cup & lock system with M.S.
Sqm 1 63.76
RFP for SELECTION OF FACILITY MANAGEMENT SERVICE PROVIDER FOR MANTRALAYA MAHANADI BHAWAN, CCIID, RAJDHANI SAROVAR, BUILDINGS AND ITS CAMPUS AT NAYA RAIPUR, CHHATTISGARH
28
Supply Item No.
Description of Supply Items/ Materials Ref. of Specification/Ma
ke/Model
Unit Qty. Unit Rates Rs. (For Year-1)
1 2 3 4 5 6
tubes, M.S. tube challies, M.S. clamps and M.S. staircase system in the scaffolding for working platform etc. and maintaining it in a serviceable condition for the required duration as approved and removing it there after .The scaffolding system shall be stiffened with bracings, runners, connection with the building etc wherever required for inspection of work at required locations with essential safety features for the workmen etc. complete as per directions and approval of Engineer-in-charge. The elevation area of the scaffolding shall be measured for payment purpose .The payment will be made once irrespective of duration of scaffolding. (To be used for maintenance work judicially necessary deduction for scaffolding in the existing item to be done.)
6
Dismantling RCC, Lintel, Wall, any items of Masonry, Cement Concrete, Brick, FALG Brick, all kind of stone work, marble work or precast concrete work in Cement Mortar of any shapes and all lead & Lift with stacking of serviceable material and disposal of unserviceable material to any lead as directed by Engineer In-charge.
Cum 1 531.30
7
Dismantling Granite, Marble, Italian Marble, Terrazzo or mosaic or glazed vitreous or patent cement or tiled Flooring or Cladding Or dado skirting of any thickness without sub base with all lead & Lift with stacking of serviceable material and disposal of unserviceable material to any lead as directed by Engineer In-charge.
Sqm 1 22.77
8
Dismantling cement plaster or skirting at any height raking out joints and cleaning the surface for plaster including disposal of rubbish with all lead & Lift as directed by Engineer In-charge.
Sqm 1 9.11
9
Dismantling & taking out doors/window chowkhats with shutters (steel or wood) & Grill including architrave, hold fast etc. complete and stacking within 500 metres lead with all lead & Lift as directed by Engineer In-charge.
Each 1 98.67
10
Dismantling & Taking out all type of structural or normal steel work in built-up section in angles, channels, flats I-section and H/T-section including all gusset plates, bolts, nuts, cutting rivets, welding etc., including dismembering and stacking within 500 metres lead with all lead & Lift as directed by Engineer In-charge.
Kg 1 3.04
11
Providing and laying Design mix reinforcement cement concrete M-20 OR M-25 (using minimum cement 410 kg/cum concrete) with crushed graded stone aggregate 20mm nominal size Including plastisizers or retarders if required,using batching plant, transit mixer and concrete pump, in all works excluding cost of reinforcement and form work with all lead & Lift as directed by Engineer In-charge.
Cum 1 5267.46
12
Providing and placing in position reinforcement with Thermo-Mechanically treated bars (HYSD Fe 500) including binding wire 18 SWG GI wires.for R.C.C. work including straightening, cutting, bending, binding etc. complete as per drawings including cost of binding wire all
Kg 1 71.35
RFP for SELECTION OF FACILITY MANAGEMENT SERVICE PROVIDER FOR MANTRALAYA MAHANADI BHAWAN, CCIID, RAJDHANI SAROVAR, BUILDINGS AND ITS CAMPUS AT NAYA RAIPUR, CHHATTISGARH
29
Supply Item No.
Description of Supply Items/ Materials Ref. of Specification/Ma
ke/Model
Unit Qty. Unit Rates Rs. (For Year-1)
1 2 3 4 5 6
complete with all lead & Lift as directed by Engineer In-charge.
13
Providing grouting work for treatment of dampness & Seepage in walls of basement, plinth, super structure (occurs due to ground water table rising and absence of damp proof course at plinth level), with ROFF materials (ROFF Hyguard, ROFF Hyinject and ROFF grout mix) including preparing the surface, drilling holes in walls in zigzag manner spacing 150 mm center to center, pressure grouting by injecting the material, plugging holes with ROFF Grout GP and one coat of ROFF Hyguard and finished with 15mm cement plaster in cement mortar 1:4 (1 cement : 4 coarse sand) with all lead & Lift as directed by Engineer In-charge.
Sqm 1 766.59
14 Precast cement concrete block masonry having crushing strength 75 kg/sqcm in all levels in cement mortar 1:5 (1 Cement :5 coarse sand )
Cum 1 3530.87
15
Brick work with modular fly-ash lime bricks (FALG Bricks) in Cement Mortar 1:5 (1 cement : 5 coarse sand) confirming to IS:12894-2002 of class designation 40 in all works at all levels
Cum 1 3497.47
16
15 mm thick 2nd Grade Marble work of ANY COLOR & TYPE (machine cut, table rubbed & polished) for Wall cladding, dado, flooring, kitchen platform, vanity counters, window sills and similar locations of required size laid over 20mm thick base cement mortar 1:4 (1 cement : 4 coarse sand) including joints treated with white cement mixed with matching pigment including rubbing and polishing to edge moulding to give high gloss finish with all lead & Lift as directed by Engineer In-charge.
Sqm 1 2826.52
17
15mm thick Granite work of ANY COLOR & TYPE (machine cut, table rubbed & mirror polished) for wall lining (veneer work) in cement mortar 1:3 (1 cement : 3 coarse sand) including pointing with cement mortar 1:2 (1 white cement: 2 marble dust) mixed with matching pigment. (Area of slab should be over 0.5 sqm) with all lead & Lift as directed by Engineer In-charge.
Sqm 1 6011.28
18
Providing and fixing chicken mesh weighting not less than 250 gms/ sqm as per IS : specification in the required width with 10mm long steel nails on vertical and horizontal surface near R.C.C. and brick walls junctions including scaffolding and all lead and lifts etc. complete before plastering upto 10mts in height.
Sqm 1 110.81
19
18mm thick cement plaster in two coats with under layer of 12mm thick plaster 1:5 (1 cement : 5 fine sand) and top layer of 6mm thick with cement plaster 1:3 (1 cement : 3 fine sand) finished rough with sponge including scaffolding with all lead & Lift as directed by Engineer In-charge.
Sqm 1 212.52
20 Providing 10mm thick plaster of paris (Gypsum anhydrous) False ceiling height of 5m. above floor level over GI frame below.
RFP for SELECTION OF FACILITY MANAGEMENT SERVICE PROVIDER FOR MANTRALAYA MAHANADI BHAWAN, CCIID, RAJDHANI SAROVAR, BUILDINGS AND ITS CAMPUS AT NAYA RAIPUR, CHHATTISGARH
30
Supply Item No.
Description of Supply Items/ Materials Ref. of Specification/Ma
ke/Model
Unit Qty. Unit Rates Rs. (For Year-1)
1 2 3 4 5 6
21 Flat surface sqm 1 844.01
22
Providing and fixing at all height false ceiling consisting of frame work "W" / "U" / "L" sections made of G.I. sheet with zinc coating of grade 120 consisting of angle cleats of size 25mm wide x 1.6mm thick with flanges of 22mm and 37mm at 1200mm centre to centre one flange fixed to the ceiling with dash fastener 12.5mm diax40mm long with 6mm dia bolts to the angle hangers of 25x25x0.55mm of required length, and other end of angle hanger being fixed with nut and bolts to G.I. channels 45x15x0.9mm running at the rate of 1200mm centre to centre to which the ceiling section 0.5mm thick button wedge of 80mm with tapered flanges of 26mm each having clips of 10.5mm at 450mm centre to centre shall be fixed in a direction perpendicular to G.I. channel with connecting clips made out of 2.64mm diax230mm long G.I. wire at every junction including fixing the gypsum board with ceiling section and perimeter channels 0.55mm thick 27mm high having flanges of 20mm and 30mm long, the perimeter of ceiling fixed to wall/partition with the help of rawl plugs at 450mm centre to centre with 25mm long drive-all screws @ 230mm interval including jointing and fixing to a flush finish of tapered and square edges of the board with recommended filler, jointing tapes, finisher and two coats of primer suitable for board as per manufactures specification and also including the cost of making openings for light fittings, grills, diffusers, cutouts made with frame of perimeter channels suitably fixed all complete as per drawing and specification and direction of the Engineer inCharge but excluding the cost of painting with 12.5 mm thick tapered edge gypsum board conforming to IS: 2095- Part I.
Sqm 1 862.22
23
Providing and Fixing Armstrong/Hunter Douglus OR approved EQUIVALENT make Metal false ceiling Made from SS/galvanised steel with polyester powder paint finish, metal ceilings are made to last. Their high performance specifications include excellent durability and unequalled acoustical properties. The satin appearance of metal ceilings gives an attractively modern, functional look. Suspension systems Armstrong offers coordinated ceiling systems with support grids that fully integrate with the ceiling tiles you choose. All systems are designed to meet performance needs, durability and aesthetics. Specifying Armstrong’s Trulok Peakform suspension systems will ensure the highest quality of finished ceiling. In addition, Peakform grids provide a strong, easy and secure solution including all fixtures, fasteners as per company catloge and make coplete with scaffolding with all lead & Lift as directed by Engineer In-charge.
Sqm 1 1029.20
24 Providing and applying punning with 12mm thick layer of super fine plaster of paris (anhydrous gypsum) applied
Sqm 1 303.60
RFP for SELECTION OF FACILITY MANAGEMENT SERVICE PROVIDER FOR MANTRALAYA MAHANADI BHAWAN, CCIID, RAJDHANI SAROVAR, BUILDINGS AND ITS CAMPUS AT NAYA RAIPUR, CHHATTISGARH
31
Supply Item No.
Description of Supply Items/ Materials Ref. of Specification/Ma
ke/Model
Unit Qty. Unit Rates Rs. (For Year-1)
1 2 3 4 5 6
over selected existing plastered surface on walls and columns finished smooth, surface prepared by hacking, sand papering and applying a coat of cement slurry if required including all incidentals, groove making, pattas, sills, etc. Complete. The finished surface should be smooth so as to avoid unevenness.complete in all respect as per drawings/specifications and as directed.
25
Providing and applying wall putty of approved brand of 2 mm thickness over P.O.P to prepare the surface even and smooth complete as per the direction of Enginner-in-charge.
Sqm 1 68.31
26
Applying Interior grade solvent based Acrylic primer (Two coats) of approved quality and brand on plastered/P.O.P/Concrete surfaces to receive Distemper/Acrylic emusion paint including scrapping the surface throughly with sand paper and preparing the surface completely as per manufacturer's specification and as per direction of Engineer-in-charge. The rate inludes cost of all materials, labour, scaffolding and all incidental.
Sqm 1 56.17
27
Applying Interior grade Acrylic emulsion paint (three coats: Luster finish) of approved colour, quality and brand, as per manufacturer's specification and as per direction of Engineer-in-charge. The paint to be applied over the surface of Acrylic Primer as required. The rate inludes cost of all materials, labour, scaffolding and all incidental but excluding the cost of Primer.
Sqm 1 166.98
28
Decorative Textured high class matt finish paint of approved style, colour, quality, composed of special thermoplastic rasin containing fine crystalline additives as per manufaturer's specification and as per direction of Engineer-in-charge to be applied over acrylic primer as required.
Sqm 1 721.05
SECTION K : DOORS, WINDOWS, VENTILATORS AND ROLLING SHUTTERS
Notes:
1) The items given below shall be as per 'K': "Carpentry and Joinery, Steel Doors, Aluminium Windows", openable/ sliding windows and Rolling shutters specifications
2) Aluminum windows, steel doors, partition walls etc.
(a) For all aluminum/steel works, the contractor shall submit shop drawing for each item of work indicating the section of aluminum/steel, its weight and joinery detail and total weight of window/door/partition walls etc.Wherever possible riveting shall be resorted to for connection. Alternatively hot dipped galvanized pinheaded sheet metal/brass, screws could be used. No mild steel without hot dipped galvanizing shall be used for any fastenings, etc.
(b) The rates shall be paid separately for Aluminum/steel sections used on weight basis.
(c) The rate of item of providing & fixing glass panels includes cost of all types of fixtures and fastenings made of
RFP for SELECTION OF FACILITY MANAGEMENT SERVICE PROVIDER FOR MANTRALAYA MAHANADI BHAWAN, CCIID, RAJDHANI SAROVAR, BUILDINGS AND ITS CAMPUS AT NAYA RAIPUR, CHHATTISGARH
32
Supply Item No.
Description of Supply Items/ Materials Ref. of Specification/Ma
ke/Model
Unit Qty. Unit Rates Rs. (For Year-1)
1 2 3 4 5 6
any materials, neoprene rubber gaskets, screws, etc.
(d) Contractor shall submit samples of assembly sections from different manufacturer's for approval. Engineer-in-charge decision shall be final.
(e) All joints between civil work and aluminum/steel frames shall be sealed and made air tight by applying Silicone sealant or equivalent as approved at Contractor's cost.
29
Providing & fixing Mild steel sheet frames for door/ window 152 mm x 50 mm of 18 gauge nominal as per drawing with/ without ventilators incl. anchor fasteners HILTI or approved equivalent to be fixed to the frame, & providing concrete bedblock for fixing the anchor fastener including filling cement mortar 1:6 in hollow core and 1 coat of zinc chromate primer & finishing with 3 Coats of Synthetic Enamel paint etc. complete.
Rmt 1 444.77
a Same as Item No. K1 but for Door Frame of Sized 152 mm x 50 mm of 16 Gauge nominal for Fire Doors
Rmt 1 423.52
b Same as Item No. K1 but for Door Frame of size 175 mm x 78 mm of 16 Gauge nominal for Acoustic Doors
Rmt 1 462.99
30
Providing and fixing 1st class BTC teakwood door frames of finished size including making single or double rebates for shutters as per drawing, incl. anchor fasteners HILTI or approved equivalent for fixing frames to concrete members or masonry walls applying solignum on timber surface incontact with masonry/ concrete and melamine finish etc. complete.
a 100x50mm Rmt 1 1147.61
b 150x75mm - fire rating upto 2 hours Rmt 1 2149.49
33
Providing and fixing fire-rated glass vision panel 200 x 200mm (clear glass area) using 6mm thick clear pyran glass, Pilkington or approved equivalent including providing necessary beading for fixing the glass etc. complete.
No. 1 4402.20
34 Providing Plain 6mm thick clear float glass for glazed doors and windows including side beadings, rubber gaskets etc. complete.
SqM 1 3301.65
35 Providing 5mm thick Bajri glass for louvered windows. SqM 1 1100.55
36
Providing and fixing solid core flush door shutter in single/ Double leaf 35/ 50 mm thk. Marine type of exterior grade as per detailed drawings, approved marine plywood facing on both sides without glazing and Venetians, all necessary 12 x 18 mm teak wood beading/ moulding and 6 x 35/ 50mm T.W. lipping, laminate , veneer and Paint finish as per detailed drawing and schedule and to the satisfaction of Architect. Hardware to be paid for separately.
a D10a SqM 1 4579.81
SIZE: 900 X 2400mm SHUTTER (900 X 2400mm approx.) / SHUTTER (1000 X 2400mm approx.) 50mm thk solid core marine flush single shutters finished with approved laminate on 3mm thk plywood on both sides with 2mm grooves in laminate as per
RFP for SELECTION OF FACILITY MANAGEMENT SERVICE PROVIDER FOR MANTRALAYA MAHANADI BHAWAN, CCIID, RAJDHANI SAROVAR, BUILDINGS AND ITS CAMPUS AT NAYA RAIPUR, CHHATTISGARH
33
Supply Item No.
Description of Supply Items/ Materials Ref. of Specification/Ma
ke/Model
Unit Qty. Unit Rates Rs. (For Year-1)
1 2 3 4 5 6
drawing.
b D11a SqM 1 4145.66
SHUTTER = 900 X 2400mm / 1000 X 2400mm /1200 X 2400mm / 1500 X 2400mm approx. 35mm thk solid core marine flush single shutters finished with approved laminate on 3mm thk plywood / 3 coat enamal paint on both sides with 2mm grooves in laminate as per drawing.
c D12 - 900 X 2400 SqM 1 4579.81
SIZE: 900 X 2400mm SHUTTER (900 X 2400mm approx.) 50mm thk solid core marine flush single shutters finished with approved veneer on both sides with 2mm grooves in veneer as per drawing.
d D28 SqM 1 6603.30
DUCTS - TERRACES, SIZE: 1100 X 600mm SHUTTER (1100 X 600mm approx.) MS double shutters with 1.2mm MS louvers with zinc chromate primer & finished with 3 coats of synthetic enamel paint in approved shade as per drawing
39 D7- Providing and fixing steel glazed door shutter (D7) of standard rolled sections as per drawing
SqM 1 11926.93
40 ROLLING SHUTTERS
41
Providing and fixing MS normal type rolling shutter of min. 18 guage of approved make including all fixtures and fastenings, GI guides, GI sheet cover, rollers, locking arrangements as directed on both sides, sides filled with ball bearings, painting three coats of synthetic enamel paint over zinc chromate primer complete in all respects of all sizes along with heavy duty padlock of Godrej or equivalent make.
a RS1: 3000 x 3000 OR any size Plain, manually operated Sqm 1 3301.65
b RS 2a : 3000 x 3000 Partial grill, manually operated Sqm 1 4819.65
Note: 1)Rate shall include to provide the following Sealants, confirming to the recommended thickness & bites of sealants as determined by calculation, verified by testing and to withstand 3 times of the stress caused by the design wind pressure & scaffolding at all heights etc. complete
2) Shop Sealants : a) Structural Sealant shall be Dow corning 995 or 795. Tremco Spectrum 2 or ProGlaze 2 and No acetoxy sealant shall be used for IG units. b) Non - Structural Sealant shall be Dow corning 789 or approved equivalent. Field Sealants : a) Structural Sealant shall be Dow corning 983 or DLLR 993 (one part) or DLLR 995 (Silicone Adhesive) or Ge Silpruf - 2 or Tremco Spectrum 2. b) Non-Structural Sealant shall be Dow corning 983 or DLLR 982 / DLLR 3362/ 999 or General Electric 1200 or Tremco Tremsil 870 or Tremsil 870.
RFP for SELECTION OF FACILITY MANAGEMENT SERVICE PROVIDER FOR MANTRALAYA MAHANADI BHAWAN, CCIID, RAJDHANI SAROVAR, BUILDINGS AND ITS CAMPUS AT NAYA RAIPUR, CHHATTISGARH
34
Supply Item No.
Description of Supply Items/ Materials Ref. of Specification/Ma
ke/Model
Unit Qty. Unit Rates Rs. (For Year-1)
1 2 3 4 5 6
3)Design calculations conforming to applicable IS codes or other specified codes, should be submitted with shop drawings before commencement of work. Rate payable shall be for finished surface area of glazing / cladding. Costs for all corner cut pieces, flashing, wastage, etc. are to be included in the rates quoted. Deductions to be made - doors, windows, etc.
4)Rate shall include for providing and fixing firestops at all floor levels, sills, top of parapet at terrace including vertical surfaces like gap between column/ beam and Aluminium Members wherever required and providing aluminium flashing between the false ceiling and structural glazing, etc complete and as Directed
5)Rate shall include for providing lock washer at all bolted connections and also to be provided with EPDM DUTRAL barriers in minimum of 4 stages including extruded Reddiprone weather strip to ensure water and air tightness. Structural sealant shall be Ceiling Dow Corning 995 or 795 (one part) or approved equivalent make and jointing shall be done, using whether proof sealant of Dow Corning 789 or approved equivalent make with Backer rods.
Glazing
42
Providing & fixing glazing panels & doors using 12mm thk toughened, float, clear glass of Asahi or approved equivalent make with crystal edge polish (conforming to ASTM Standards C-1048) supported by S.S. patch fittings (Sevax Olivier or approved equivalent) at the bottom, top & side edge and inter- connecting patch fittings between glass panels, stainless steel articulated countersunk bolts threaded bolts, chemical fasteners, etc. glass panel size as per design and drawing including applying colourless sealant of joint incl. required edge polish, making glazing water tight, etc. Destructive node joint test reports to be submitted for establishing the safety factor. Including operating hardware,SS patch fittings, fabricated long length satin finish SS 316 handles, patch lock, floor springs etc. complete as directed by the architect for frameless patch doors,single or twin leaf shutters with fixed panel on top. (All hardware: as specfied ) Item to include making & fixing necessary 37.5 x 50mm BTC rigid framework above the false ceiling for fixing the angle part of the internal glass partitions and glass doors at the top as per architectural detail drawing including all hardware complete.
GL8a - Café, Ancillary Block 'B'
Glazing size: 2700 x 2800mm
Glazing panels: 1350 x 2800mm
a Upper hinge on door SN308394 No. 1 5833.67
b Rectangular lower hinge SN308393 No. 1 5833.67
c Over panel hinge with angle part attached SN308390[L]/91[R]
No. 1 14527.26
RFP for SELECTION OF FACILITY MANAGEMENT SERVICE PROVIDER FOR MANTRALAYA MAHANADI BHAWAN, CCIID, RAJDHANI SAROVAR, BUILDINGS AND ITS CAMPUS AT NAYA RAIPUR, CHHATTISGARH
35
Supply Item No.
Description of Supply Items/ Materials Ref. of Specification/Ma
ke/Model
Unit Qty. Unit Rates Rs. (For Year-1)
1 2 3 4 5 6
d Over panel hinge ( 'L' Shaped ) SN308388[L]/89[R] No. 1 12326.16
e Corner lock SN308396 No. 1 12436.97
f Angle part SN308398 No. 1 2311.91
g Connecting part 2 leaves SN308399 No. 1 6053.78
h Connecting part 4 leaves SN309137 No. 1 8793.77
i Roller box SN308395 No. 1 1540.77
j H ' Type handle 450 X 25 dia.SS 316 PHH2518 No. 1 5173.34
k Compact - Heavy Duty Floor Spring 'Minos (F4) No. 1 19369.68
l 12mm thk Toughened Clear Glass with crystal edge polish SqM 1 5502.75
m GL11 - CM's Terrace, Ministers' Block Glazing size: 4850 x 2800mm Glazing panels: 1210 x 2800mm
n GL12 - CM's Terrace, Ministers' Block Glazing size: 6000 x 2800mm Glazing panels: 1280 x 2800mm
o GL13 - CM's Terrace, Ministers' Block Glazing size: 4350 x 2800mm, Glazing panels: 1090 x 2800mm
p GL14 - Entry to Ministers' Block Glazing size: 3000 x 2800mm, 11nos, Glazing panels: 300 x 2800mm, Door size: 2400 x 2400mm
q
GL15 - CM's Reception, Ministers' Block Glazing size: 5770 x 2800mm, Glazing panels: 1140 x 2800mm, 1490 x 2800mm, 1730 x 2800mm, Door size: 1000 x 2400mm
r GL19 - Conference Rm, Secretaries Block Glazing size: 6900 x 2800mm, Glazing panels: 1000 x 2800mm, Door size: 900 x 2400mm
s GL20 - Café, Secretaries block, Glazing size: 6900 x 2800mm, Glazing panels: 1150 x 2800mm
t GL21a - CS's Terrace, Glazing size: 3600 x 3500mm, Glazing panels: 900 x 3500mm
u GL21b - CS's Terrace, Glazing size: 1800 x 3500mm, Glazing panels: 900 x 3500mm
v GL22a - CS's Waiting, Secretaries Block, Glazing size: 2650 x 2800mm, 3150 x 2800mm, Glazing panels: 1580 x 2800mm, 1580 x 2800mm, Door size: 1000 x 2400mm
w GL22b - CS's Waiting, Secretaries Block, Glazing size: 3000 x 2800mm, Glazing panels: 1000 x 2800mm, Door size: 1000 x 2400mm
47
Providing and fixing factory made P.V.C. door frame of size 50x47mm with a wall thickness of 5mm, made out of extruded 5mm rigid PVC foam sheet mitred at corners and joined with 2 Nos of 150mm long brackets of 15x15mm M.S. square tube, the vertical door profiles to be reinforced with 19x19mm M.S. square tube of 19 gauge, EPDM rubber gasket weather seal to be provided through out the frame. The door frame to be fixed to the wall using M.S. screws of 65/100mm size complete as per manufacturers specification and direction of Engineer-in-Charge.
metre 1 476.96
RFP for SELECTION OF FACILITY MANAGEMENT SERVICE PROVIDER FOR MANTRALAYA MAHANADI BHAWAN, CCIID, RAJDHANI SAROVAR, BUILDINGS AND ITS CAMPUS AT NAYA RAIPUR, CHHATTISGARH
36
Supply Item No.
Description of Supply Items/ Materials Ref. of Specification/Ma
ke/Model
Unit Qty. Unit Rates Rs. (For Year-1)
1 2 3 4 5 6
48
Providing and fixing 30mm thick factory made panel PVC door shutter consisting of frame made out of M.S. tubes of 19 gauge thickness and size of 19mm x 19mm for styles and 15x15mm for top & bottom rails. M.S. frame shall have a coat of steel primers of approved make and manufacture . M.S. frame covered with 5mm thick heat moulded PVC 'C' channel of size 30mm thickness, 70mm width out of which 50mm shall be flat and 20mm shall be tapered in 45degree angle on either side forming styles; and 5mm thick, 95mm wide PVC sheet out of which 75mm shall be flat and 20mm shall be tapered in 45 degree on the inner side to form top and bottom rail and 115mm wide PVC sheet out of which 75mm shall be flat and 20mm shall be tapered on both sides to form lock rail. Top, bottom and lock rails shall be provided either side of the panel. 10mm (5mm x 2 ) thick, 20mm wide cross PVC sheet be provided as gap insert for top rail & bottom rail. paneling of 5mm thick both side PVC sheet to be fitted in the M.S. frame welded/ sealed to the styles & rails with 7mm (5mm+2mm) thick x 15mm wide PVC sheet beading on inner side, and joined together with solvent cement adhesive. An additional 5mm thick PVC strip of 20mm width is to be stuck on the interior side of the 'C' Channel using PVC solvent adhesive etc. complete as per Manufacturer’s specification including 3 nos ISI marked stainless steel hinges of size 100x58x1.9 mm complete. (for W.C. and bathroom door shutter).
49 Both side Pre-laminated panel PVC door shutter sqm 1 3893.21
50
Providing and fixing 30mm thick fibreglass reinforced plastic (F.R.P.) flush door shutter in different plain and wood finish made with fire retardant grade unsaturated polyester resin, moulded to 3mm thick FRP laminate all around, with suitable wooden blocks inside at required places for fixing of fittings and polyurethane foam (PUF) / Polystyrene foam to be used as filler material throughout the hollow panel, casted monolithically with testing parameters of F.R.P. laminate conforming to table - 3 of IS: 14856 : 2000, complete.
sqm 1 3561.46
51
Providing and fixing “ NETLON Insect screens" with 25mm wide Hook and loop tape all around to wooden /Aluminium/ steel windows, ventilators and the like complete at all levels with scafolding as per specification and direction of engineer-in-charge.
sqm 1 358.55
52
Providing and fixing “ SS 304I / 306I Insect screens" with 25mm wide Hook and loop tape all around to wooden /Aluminium/ steel windows, ventilators and the like complete at all levels with scafolding as per specification and direction of engineer-in-charge.
sqm 1 662.15
RFP for SELECTION OF FACILITY MANAGEMENT SERVICE PROVIDER FOR MANTRALAYA MAHANADI BHAWAN, CCIID, RAJDHANI SAROVAR, BUILDINGS AND ITS CAMPUS AT NAYA RAIPUR, CHHATTISGARH
37
2 . CABIN FURNITURES
Supply Item No.
Description of Supply Items/ Materials Ref. of Specification/ Make/Model
Unit Qty. Unit Rates Rs. (For Year-1)
1 2 3 4 5 6
1 S1 - Basic Cost of veneer: Rs 150/sqft.
a Back credenza No. 1 150145.38
b Side cabinet with AV No. 1 122593.68
2 S2 - Basic Cost of veneer: Rs 100/sqft.
WORKSTATION 5.2.2, Finish type 2 for Working table
a Working table No. 1 90518.34
b Side unit No. 1 19167.79
c Back credenza No. 1 112876.96
d Side cabinet with AV There are two no. of side cabinet with AV as per dwg. There shall be provision of fixing switch socket inside the cabinet.
No. 1 85190.16
3 M1 - Basic Cost of veneer: Rs 225/sqft.
WORKSTATION
4 M2 - Basic Cost of veneer: Rs 150/sqft.
a Working table There shall be 100mm dia brushed finished stainless steel pole under the working table with five nos. spreaded leg with levellor. The pole is fixed with a powder coated MS plate which is fixed to table top. The table top shall have a combination of Veneer as per approved sample and as per drawing.
No. 1
142692.00
b Cabinet under working table No. 1 11711.37
c Side unit No. 1 44724.83
d Back credenza No. 1 174639.83
e Side cabinet with AV No. 1 110747.21
5 M3 (SS) -Basic Cost of veneer: Rs 100/sqft.
WORKSTATION
a Working table No. 1 95838.93
b Cabinet under working table No. 1 11714.41
c Side unit No. 1 59633.11
d Back credenza No. 1 117136.47
e Side Cabinet with AV No. 1 90515.30
6 Shifting & Reinstallation of Working Tables @ 60% of Original item
a Working Table No. 1 85615.20
b Side Unit No. 1 26834.90
d Back Credenza No. 1 70281.88
f AV Unit No. 1 54311.00
TOTAL OF CABIN
RFP for SELECTION OF FACILITY MANAGEMENT SERVICE PROVIDER FOR MANTRALAYA MAHANADI BHAWAN, CCIID, RAJDHANI SAROVAR, BUILDINGS AND ITS CAMPUS AT NAYA RAIPUR, CHHATTISGARH
38
3. . CONFERENCE & MEETING ROOMS
Supply Item No.
Description of Supply Items/ Materials Ref. of Specification/Make
/Model
Unit Qty. Unit Rates Rs. (For Year-1)
1 2 3 4 5 6
FURNITURE
CONFERENCE AND MEETING ROOM
All shutter and drawer handle shall be Hafele/Hettich or approved equivalent make.
Basic Cost of laminate (external): Rs 50/sqft.
1 Conference table - Any shape POP UP Box: 1 no. per meter length
Meter 1 42504.00
2 Service counter cabinet Size: 1000mm x 450mm x 750mm(ht.)
Meter 1 18216.00
3 Granite TOP Basic Cost of Granite: Rs 150/sqft.
Sqm 1 4554.00
4 Wall with AV cabinet Sqm 1 10626.00
Basic Cost of veneer: Rs 150/sqft. 1
8 Conference table - Any shape POP UP Box: 1 no. per meter length
Meter 1 51612.00
9 Service counter cabinet Size: 1000mm x 450mm x 750mm(ht.)
Meter 1 25806.00
10 Wall with AV cabinet- Sqm 1 15180.00
4. FURNITURES OF PANTRY & CAFES
Supply Item No.
Description of Supply Items/ Materials Ref. of Specification/ Make/Model
Unit Qty. Unit Rates Rs. (For Year-
1)
1 2 3 4 5 6
1
Supplying and installation of LAMINATED PLY CUPBOARD WITH SHELF with 19mm exterior grade ply, 1.5mm thick external laminate and finished completely as per specification no. 5.2.1 Finish type-1 and as directed by engineer-in-charge.
Sqm 1 13153.47
RFP for SELECTION OF FACILITY MANAGEMENT SERVICE PROVIDER FOR MANTRALAYA MAHANADI BHAWAN, CCIID, RAJDHANI SAROVAR, BUILDINGS AND ITS CAMPUS AT NAYA RAIPUR, CHHATTISGARH
39
5. MISCALLANEOUS FURNITURES
Supply Item No.
Description of Supply Items/ Materials Ref. of
Specification/Make/Model
Unit Qty. Unit Rates
Rs. (For Year-1)
1 2 3 4 5 6
FURNITURE
MISCALLANEOUS FURNITURE Basic Cost of laminate(external): Rs 40/sqft. Basic cost of Granite: Rs 125/sqft.
File Cabinet 450mm wide Sqm 1 24007.17
1
Supplying and installation of Inclined Footrest of size 600mm x 450mm top, 75mm ht.in front and 150mm ht. in back with 19mm exterior grade ply and finished completely with laminate of price of laminate (external) is Rs. 50/- per sqft. All internal surface of footrest shall be finished with balancing laminate. All leaping shall be 4mmthick teakwood as per SHOP-drawing no-1, in place of BOQ item no B.5/p.n.159 and as directed by engineer-in-charge.
Each 1 2524.43
2 Supplying and installation of 6mm thick CORIAN CLADDING OVER PLY OR OTHER SURFACES and finished completely as per shop drawing no-7 and as directed by engineer-in-charge.
Sqm 1 14039.98
3
Supplying and installation of LAMINATED PLY BOOKSHELF with 19mm exterior grade ply, 1.5mm thick external laminate and finished completely as per shop drawing no-8, similar specification no. 5.2.1 Finish type-1 and as directed by engineer-in-charge.
Sqm 1 13153.47
5 Supplying and fixing of 3M make Frosted Film in required size, shape & design as approved by engineer-in-charge.
Sqm. 1 2859.91
6 Supplying and installation of 75 x 8mm size Teak wood lipping with polishing as approved by engineer-in-charge.
Rmt. 1 704.35
7 Supplying and installation of Reception Table (Size 3.10m x 0.75m x Ht 1.50m) as approved by engineer-in-charge.
Rmt. 1 32788.80
8
Supplying and installation of 6mm thick toughened Glass shutter Bookcase Veener finished with Ply and external laminate as per architectural/shop drawing, specification and the direction of engineer-in-charge.
Sqm 1 29672.35
15 Providing and fixing 8mm wide Aluminium TEE-profile/U-channel for highlighter complete as per architectural/shop drawing, specification and the direction of engineer-in-charge.
Rmt. 1 379.50
RFP for SELECTION OF FACILITY MANAGEMENT SERVICE PROVIDER FOR MANTRALAYA MAHANADI BHAWAN, CCIID, RAJDHANI SAROVAR, BUILDINGS AND ITS CAMPUS AT NAYA RAIPUR, CHHATTISGARH
40
6. FURNISHING
Supply Item No.
Description of Supply Items/ Materials Ref. of
Specification/ Make/Model
Unit Qty. Unit Rates
Rs. (For Year-1)
1 2 3 4 5 6
1 WALL PANELING
Finish type 1 (Veneer finish)
a Finish type 1A Basic cost of Veneer = Rs 225 /Sqft.
Sqmt. 1 11073.81
b Finish type 1B Basic cost of Veneer = Rs 150 /Sqft.
Sqmt. 1 9259.80
2 Finish type 2 (laminate finish)
a Finish type 2A Basic cost of laminate (external) = Rs 50 /Sqft.
Sqmt. 1
5859.48
b Finish type 3A (Fabric with Anutone accoustic board) Basic cost of fabric = Rs 250 /Sqft.
Sqmt. 1
5965.74
c Finish type 4A (No finish for Wall paper/Texture) Sqmt. 1 4250.40
3 PLY BOXING
Finish type 1 (Veneer finish)
b Finish type 1B Basic cost of Veneer = Rs 150 /Sqft.
Sqmt. 1
10648.77
d Finish type 2A (laminate finish) Basic cost of laminate (external) = Rs 50 /Sqft.
Sqmt. 1
6876.54
e Finish type 3A (No finish for Wall paper/Texture) Sqmt. 1 5047.35
4 PELMET
a Type 1 - Laminate finish Basic cost of laminate (external) = Rs 50 /Sqft. Size = 150mm x 250mm (ht.)
Rmt. 1 4356.66
b Type 2 - Veneer finish Size = 150mm x 250mm (ht.)
d Basic cost of veneer = Rs 150 /Sqft. Rmt. 1 8136.48
8 WOOD BAND
a 100mm wide Rmt. 1 1525.59
b 150mm wide Rmt. 1 1973.40
9 WALL COVERING with wall paper Basic Cost of Wall paper : Rs 125/sqft.
Sqmt. 1
3195.39
10 BLIND
a Roller Blind - Opaque: Manual control Sqmt. 1 2990.46
11
Supplying and installation of ZEBRA BLINDS (Marvel Rainbow Series make) including support, control and movement mechanism complete as approved by engineer-in-charge.
Sqm
1
10547.06
12
Supplying and installation of FABRIC CURTAIN including support, control and movement mechanism complete, consists of Raw Kosa Silk as Curtain Cloth back side of which is stitched with Sear (Orgenza) with Blackout curtains at the front elevation of glass façade as approved by engineer-in-charge. (only Clear opening area to be measured )
Sqm
1
6761.17
RFP for SELECTION OF FACILITY MANAGEMENT SERVICE PROVIDER FOR MANTRALAYA MAHANADI BHAWAN, CCIID, RAJDHANI SAROVAR, BUILDINGS AND ITS CAMPUS AT NAYA RAIPUR, CHHATTISGARH
41
7. STRUCTURAL/PRESSED STEEL & ALUMINUM WORK
Supply Item No.
Description of Supply Items/ Materials Ref. of Specification/Ma
ke/Model
Unit Qty. Unit Rates Rs. (For Year-1)
1 2 3 4 5 6
1
Providing and fixing Anodised Aluminum work for Doors, Windows, Ventilators and Partitions and built up standard tubular and other sections of approved make conforming to IS:733 and IS:1285 anodised transparent or dyed to required shade according to IS:1868 (minimum anodic coating of grade AC 15), fixed with rawl plug and screws or fixing clips or with expansion hold fasteners including necessary filling up of gaps at junction, at top, bottom and sides with required PVC / Neoprene felt etc. Aluminium section shall be smooth, rust free, straight, mitered, 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 drawing and the direction of engineer-in-charge. (Glazing and paneling to be paid for separately).
Kg
1
836.42
2
Providing and fixing 5 mm thick (weight not less than 12 kg/sqm) Toughened Glass Pane in anodised aluminium work for doors, windows, ventilators and partitions with PVC/Neoprene Gasket etc. complete as per architectural/shop drawing, specification and the direction of engineer-in-charge. (Cost of aluminium snap beading shall be paid in basic item).
Sqm
1
3301.65
3
Providing and fixing 6 mm thick Toughened Glass Pane with cutting and edge polishing in any shape etc. complete as per architectural/shop drawing, specification and the direction of engineer-in-charge.
Sqm
1
4212.45
4
Providing and fixing 8 mm thick Toughened Glass Pane with cutting and edge polishing in any shape etc. complete as per architectural/shop drawing, specification and the direction of engineer-in-charge.
Sqm
1
4819.65
5
Providing and fixing 10 mm thick Toughened Glass Pane with cutting and edge polishing in any shape etc. complete as per architectural/shop drawing, specification and the direction of engineer-in-charge.
Sqm
1
5730.45
6
Providing and fixing 12mm thick Pre-laminated Particle board (PLPB) flat pressed three layer or graded wood particle board conforming to IS: 12823 Grade I Type II, in paneling fixed in aluminium doors, windows shutters and partition frames with C.P. brass/ stainless steel screws etc. complete With decorative lamination on one side and balancing lamination on other side as per CGPWD Building specification and the direction of engineer-in-charge.
Sqm
1
1420.85
7
Providing and fixing anodized Aluminium framed grill (minimum anodic coating of grade AC 15) of approved shape, pattern and design including cutting, bending, hoisting and erecting/ fixing to door, window frame or to wall with fixing clips or hold fasteners or bolts and nuts as required etc. complete as per CGPWD Building
Kg
1
491.83
RFP for SELECTION OF FACILITY MANAGEMENT SERVICE PROVIDER FOR MANTRALAYA MAHANADI BHAWAN, CCIID, RAJDHANI SAROVAR, BUILDINGS AND ITS CAMPUS AT NAYA RAIPUR, CHHATTISGARH
42
specification and the direction of engineer-in-charge.
8
Steel work welded in built up sections/ framed work including cutting, hoisting, fixing in position and applying a priming coat of red oxide zinc chromate primer in Grill, gratings, frames, guard bar, ladder, railings, brackets, gates and similar works.
Kg
1
74.38
9
Providing and fixing in position Single rebate 100mmx50mm size, 1.6mm thick sheet. doors, windows and ventilators frames made of cold rolled pressed steel sheet framed profiles made from commercial M.S. Sheets conforming to I.S. 513 of 1973 and as per general specifications of I.S 4351 including hinges jamb, lock jamb, steel butt hinges, base tie, joints mitred and welded with 10cm long legs of size 15x3mm M.S. flat, embedded in cement concrete blocks 15x10x10cm size of grade M-10 or rawl plugs and screws or with fixing clips or with bolts and nuts including neatly compacted filling M-10 cement concrete in profile section applying a priming coat of red oxide zinc chromate primer.
Meter
1
5607.49
10
Providing and fixing glazing in aluminium door, window, ventilator shutters and partitions etc. with PVC/ neoprene gasket etc. complete. (Cost of aluminium snap beading shall be paid in basic item): With float glass panes of 6 mm thickness
Sqm
1
857.67
11
Providing and fixing double glazed hermetically sealed glazing in aluminium windows, ventilators and partition etc. with 6 mm thick clear float glass both side having 12 mm air gap including providing EPDM gasket, perforated aluminium spacers, desiccants, sealant (Both primary and secondary sealant) etc. complete.
Sqm
1
4213.97
12 Providing and fixing of six/seven levers branded and approved mortise lock.
each 1 884.99
13
Providing and fixing of floor spring IS: marked (Everite, Door link or any equivalent make) with stainless steel cover plate including cutting and making good the floor etc. complete.
each 1 2875.09
14
Providing stainless steel railing/ grill made of S.S. flats, hollow S.S. pipe or square/ rectangular sections of approved design fixing in stair case, balcony or other places with metal fasteners and stainless steel bolts etc complete.
kg 1 576.84
15
Designing, providing and fixing aluminium frame work made of special aluminium section on building face with M.S. angle iron brackets fixed on RCC structure with S.S. hold fasteners, including providing and fixing two sided structural adhesive tape of appropriate grade (NORTON or equilent), on aluminium sections for fixing aluminium/ glass panel, sealing on periphery of frame work, by providing EPDM gasket, silicon weather sealant between aluminium frame and building structure including hire charges of double scaffolding complete.
kg 1 528.26
E1 Supplying And Installation of 2 Seater Sofa (Average Seating Size 1.50m X 0.75m) as Per Specification & Direction of Engineer-In-Charge.
Nos.
1 20981.00
RFP for SELECTION OF FACILITY MANAGEMENT SERVICE PROVIDER FOR MANTRALAYA MAHANADI BHAWAN, CCIID, RAJDHANI SAROVAR, BUILDINGS AND ITS CAMPUS AT NAYA RAIPUR, CHHATTISGARH
43
E2 Designing, Manufacturing, Supplying, Assembling, Testing & Commissioning of Fixed Office Chairs Leoma Visitor Type/ Equivalent as Per Specification & Direction of Engineer-In-Charge.
Nos.
1
12235.00
E3 Designing, Manufacturing, Supplying, Assembling, Testing & Commissioning of Revolving Office Chairs - Leoma Mid Back type/ Equivalent as Per Specification & Direction of Engineer-In-Charge.
Nos.
1
16878.00
E4 OLD
NRDA CA no. 28 dtd.
29.9.11
MATTRESS PROVIDING AND SUPPLYING SINGLE BED MATTRESS 5 INCH THICK OF SUITABLE DENSITY WHICH CAN BE USED BOTH SIDE.
No. 1 15000.00
E5 PILLOW No. 1 800.00
E6
IP20 LED ceiling / recessed / suspended mounting light fixture made from CRCA sheet steel housing, high purity / transmisivity diffuser for uniform light distribution. High efficiency driver electronics having efficiency > 85% and in compliance to IEC standards (Integral with light fixture). Power Consumption of 40W / 50W / 60W ~ 3000/3300/4200 lumens, System lumen efficacy of 70 - 80 lm/Watt output suitable for 2x36WFTL / 2x36W CFL / 3x36W CFL light fixtures, life time of 50,000 burning hours with 70% initial lumens maintained. CCT 3000K & 4000K. Fixtures shall be CE and KEMA compliance.
No. 1 17588.00
LED fixture equivalent to 2x36W CFL 2'X2' light fixture
E7 SINGLE BED No. 1 22000.00
SUPPLY AND INSTALLATION OF SINGLE BED MADE UP OF PRELAMINATED PLY 18MM THICK WITH HEADSIDE AND FOOTSIDE. BED SIZE 6.25 FEET BY 3 FEET. THE BED IS SUPPORTED BY WOODEN LEGS DULY POLISHED.
E8 MS ANGLE FRAME KG 1 55.00
E22 E22 Supplying and placing of BOMBAY DEING SINGLE BED SHEET (White) WITH PILLOW COVER (White) AND PILLOW (White) as approved by engineer-in-charge.
No. 1 2962.00
E37 CA NO. 44
Dated 29.2.12
Tia Dining Table CA NO. 44 Dated 29.2.12
Nos. 1 3437.00
RFP for SELECTION OF FACILITY MANAGEMENT SERVICE PROVIDER FOR MANTRALAYA MAHANADI BHAWAN, CCIID, RAJDHANI SAROVAR, BUILDINGS AND ITS CAMPUS AT NAYA RAIPUR, CHHATTISGARH
44
Name of work: Providing & Fixing Nameplates & Signage under Annual Operation & Maintenance of Mantralaya Mahanadi
Bhawan, Naya Raipur.
Reference: Work Order No: 03 / Name Plates/ Mantralaya-MD/EEC1/CE(E) / NRDA/ 2014-15, Naya Raipur, dated: 01 /01 /2015 CA No. 34/ Name Plates/ Mantralaya-MD/EEC1/CE(E) / NRDA/ 2014-15 Dtd. 29 /12/2014[. Maa Gayatri Digital, Amapara Raipur ]
Supply Item No.
Description of Supply Items/ Materials Ref. of
Specification/Make/Model
Unit Qty. Unit Rates Rs. (For Year-1)
1 2 3 4 6 5
[A] PROVIDING & FIXING OF SIGNAGES AND NAME PLATES
1
Supplying and fixing in position of Name Plates with ACP and Acrylic sheets along with Printed 3M Vinyl Graphic Film with Text and Traditional design with size mentioned as per technical specification T-1 and direction of engineer-in-charge. [Item Code-PNP]
Person Name Plate: on doors of respective rooms
No. 1 1690.00
2
Supplying and fixing in position in the Name Plate with Printed ACRYLICText and Traditional design with size mentioned as per technical specification T-1 and direction of engineer-in-charge. [Item Code-PNP]
LETTERS ONLY IN THE ABOVE PLATE.
No. 1 422.00
3
Supplying and fixing in position of Name Plates with ACP and Acrylic sheets along with Printed 3M Vinyl Graphic Film with Text and Traditional design with size mentioned as per technical specification T-1 and direction of engineer-in-charge. [Item Code-MRNP]
Meeting Room Name Plate: on doors of meeting rooms
No. 1 1620.00
4
Supplying and fixing in position in the Name Plate with Printed ACRYLICText and Traditional design with size mentioned as per technical specification T-1 and direction of engineer-in-charge. [Item Code-MRNP]
LETTERS ONLY IN THE ABOVE PLATE.
No. 1 405.00
5
Supplying and fixing in position of Name Plates with ACP and Acrylic sheets along with Printed 3M Vinyl Graphic Film with Text and Traditional design with size mentioned as per technical specification T-1 and direction of engineer-in-charge. [Item Code-WRNSP]
Way finding Room Number/ Name Sign Plate:at corridors/ corridor side walls
No. 1 1620.00
6
Supplying and fixing in position in the Name Plate with Printed ACRYLICText and Traditional design with size mentioned as per technical specification T-1 and direction of engineer-in-charge. [Item Code-WRNSP]
LETTERS ONLY IN THE ABOVE PLATE.
No. 1 405.00
7
Supplying and fixing in position of Name Plates with ACP and Acrylic sheets along with Printed 3M Vinyl Graphic Film with Text and Traditional design with size mentioned as per technical specification T-1 and direction of engineer-in-charge. [Item Code-CFSP]
Cafeteria Sign Plate: on door of Cafeterias
No. 1 2430.00
8
Supplying and fixing in position in the Name Plate with Printed ACRYLICText and Traditional design with size mentioned as per technical specification T-1 and direction of engineer-in-charge. [Item Code-CFSP]
LETTERS ONLY IN THE ABOVE PLATE.
No. 1 600.00
9
Supplying and fixing in position of signages with ACP Size 200x300mm and acrylic size 300x350mm along with printed film with text and traditional design proposed by consultant and technical specification T-1. Toilets sign plate [Item Code-TSP]
Toilet Sign Plate: on doors of toilets
No. 1 1350.00
10
Supplying and fixing in position in the Name Plate with Printed ACRYLICText and Traditional design with size mentioned as per technical specification T-1 and direction of engineer-in-charge. [Item Code-TSP]
LETTERS ONLY IN THE ABOVE PLATE.
No. 1 330.00
RFP for SELECTION OF FACILITY MANAGEMENT SERVICE PROVIDER FOR MANTRALAYA MAHANADI BHAWAN, CCIID, RAJDHANI SAROVAR, BUILDINGS AND ITS CAMPUS AT NAYA RAIPUR, CHHATTISGARH
45
11
Supplying and fixing in position of Name Plates with ACP and Acrylic sheets along with Printed 3M Vinyl Graphic Film with Text and Traditional design with size mentioned as per technical specification T-1 and direction of engineer-in-charge. [Item Code-OSP]
Other Services Sign Plate: Exhibition/ Air washer room/ No Smoking etc: to be hanged in corridor/fixed on corridor side wall
No. 1 2025.00
12
Supplying and fixing in position in the Name Plate with Printed ACRYLICText and Traditional design with size mentioned as per technical specification T-1 and direction of engineer-in-charge. [Item Code-OSP]
LETTERS ONLY IN THE ABOVE PLATE.
No. 1 500.00
13
Supplying and fixing in position of Name Plates with ACP and Acrylic sheets along with Printed 3M Vinyl Graphic Film with Text and Traditional design with size mentioned as per technical specification T-1 and direction of engineer-in-charge. [Item Code-ESP]
Emergency Sign plate: Fire/Exit/First Aid etc: to be hanged in the corridors.
No. 1 2430.00
14
Supplying and fixing in position in the Name Plate with Printed ACRYLICText and Traditional design with size mentioned as per technical specification T-1 and direction of engineer-in-charge. [Item Code-ESP]
LETTERS ONLY IN THE ABOVE PLATE.
No. 1 608.00
15
Supplying and fixing in position of Name Plates with ACP and Acrylic sheets along with Printed 3M Vinyl Graphic Film with Text and Traditional design with size mentioned as per technical specification T-1 and direction of engineer-in-charge. [Item Code-LSSP]
Lift & Stair Sign Plate: at lift lobbies/ stair lobbies: to be hanged in the corridors/ to be fixed on the wall.
No. 1 3780.00
16
Supplying and fixing in position in the Name Plate with Printed Text and Traditional design with size mentioned as per technical specification T-1 and direction of engineer-in-charge. [Item Code-LSSP]
LETTERS ONLY IN THE ABOVE PLATE.
No. 1 945.00
17
Supplying and fixing in position of Name Plates with ACP and Acrylic sheets along with Printed 3M Vinyl Graphic Film with Text and Traditional design with size mentioned as per technical specification T-1 and direction of engineer-in-charge. [Item Code-DWSP]
Drinking Water Sign Plate: on walls/ to be hanged in the corridors of drinking water lobbies
No. 1 2430.00
18
Supplying and fixing in position in the Name Plate with Printed ACRYLICText and Traditional design with size mentioned as per technical specification T-1 and direction of engineer-in-charge. [Item Code-DWSP]
LETTERS ONLY IN THE ABOVE PLATE.
No. 1 600.00
19
Supplying and fixing in position of Name Plates with ACP and Acrylic sheets along with Printed 3M Vinyl Graphic Film with Text and Traditional design with size mentioned as per technical specification T-1 and direction of engineer-in-charge. [Item Code-RSP]
Ramp Sign Plate: on walls/ to be hanged in corridor beside ramp
No. 1 2430.00
20
Supplying and fixing in position in the Name Plate with Printed ACRYLICText and Traditional design with size mentioned as per technical specification T-1 and direction of engineer-in-charge. [Item Code-RSP]
LETTERS ONLY IN THE ABOVE PLATE.
No. 1 600.00
21
Supplying and fixing in position of Name Plates with ACP and Acrylic sheets along with Printed 3M Vinyl Graphic Film with Text and Traditional design with size mentioned as per technical specification T-1 and direction of engineer-in-charge. [Item Code-MSP]
Maintenance Room Sign Plate: on door of Maintenance Room
No. 1 1620.00
22
Supplying and fixing in position in the Name Plate with Printed ACRYLICText and Traditional design with size mentioned as per technical specification T-1 and direction of engineer-in-charge. [Item Code-MSP]
LETTERS ONLY IN THE ABOVE PLATE.
No. 1 405.00
RFP for SELECTION OF FACILITY MANAGEMENT SERVICE PROVIDER FOR MANTRALAYA MAHANADI BHAWAN, CCIID, RAJDHANI SAROVAR, BUILDINGS AND ITS CAMPUS AT NAYA RAIPUR, CHHATTISGARH
46
25
Supplying and fixing in position of Name Plates with ACP and Acrylic sheets along with Printed 3M Vinyl Graphic Film with Text and Traditional design with size mentioned as per technical specification T-1 and direction of engineer-in-charge. [Item Code-BFSP]
Block Finding Sign Plate: at lobbies on walls
No. 1 6750.00
26
Supplying and fixing in position in the Name Plate with Printed ACRYLICText and Traditional design with size mentioned as per technical specification T-1 and direction of engineer-in-charge. [Item Code-BFSP]
LETTERS ONLY IN THE ABOVE PLATE.
No. 1 1690.00
27
Supplying and fixing in position of Name Plates with ACP and Acrylic sheets along with Printed 3M Vinyl Graphic Film with Text and Traditional design with size mentioned as per technical specification T-1 and direction of engineer-in-charge.
Security Pass Sign Plate: at security pass issue counters/ check points to be hanged in corridor/fixed on walls
No. 1 2700.00
28
Supplying and fixing in position in the Name Plate with Printed ACRYLICText and Traditional design with size mentioned as per technical specification T-1 and direction of engineer-in-charge.
LETTERS ONLY IN THE ABOVE PLATE.
No. 1 675.00
29
Supplying and fixing in position of Name Plates with ACP and Acrylic sheets along with Printed 3M Vinyl Graphic Film with Text and Traditional design with size mentioned as per technical specification T-1 and direction of engineer-in-charge. [Item Code-FDS]
Floor Directory: at lobbies of all floors to be fixed on walls
No. 1 13500.00
30
Supplying and fixing in position in the Name Plate with Printed ACRYLICText and Traditional design with size mentioned as per technical specification T-1 and direction of engineer-in-charge. [Item Code-FDS]
LETTERS ONLY IN THE ABOVE PLATE.
No. 1 3375.00
31
Supplying and fixing in position of Name Plates with ACP and Acrylic sheets along with Printed 3M Vinyl Graphic Film with Text and Traditional design with size mentioned as per technical specification T-1 and direction of engineer-in-charge. [Item Code-MRDS]
Master Floor Directory: at lobbies of ground floor to be fixed on walls
No. 1 20250.00
32
Supplying and fixing in position in the Name Plate with Printed ACRYLICText and Traditional design with size mentioned as per technical specification T-1 and direction of engineer-in-charge.
LETTERS ONLY IN THE ABOVE PLATE.
No. 1 5062.50
33
Supplying and fixing in position of signages with S.S. Plate (Brussed finish) with black embossed lettering (180 x 60) as per technical specification T-1 and direction of engineer-in-charge.[Item Code-RN]
Room Number Plate: on doors of identified rooms
No. 1 675.00
RFP for SELECTION OF FACILITY MANAGEMENT SERVICE PROVIDER FOR MANTRALAYA MAHANADI BHAWAN, CCIID, RAJDHANI SAROVAR, BUILDINGS AND ITS CAMPUS AT NAYA RAIPUR, CHHATTISGARH
47
Name of Work :- Annual Maintenance Contract of Landscaping & Irrigation in Mantralaya Mahanadi Bhawan, Naya Raipur
NIT No. : 36/ Landscaping/ Mantralaya-MD/2nd Call/ NRDA/2015-16 Naya Raipur, Dated: 23/10/2015
Supply Item No.
Description of Supply Items/ Materials Ref. of Specification/ Make/Model
Unit Qty. Unit Rates Rs. (For Year-1)
1 2 3 4 5 6
1
Annual Maintenance of Landscaping & Irrigation in Mantralaya Mahanadi Bhawan, Naya Raipur as per Scope of services, Specification and directed by the engineer-in-charge in the following areas-
Per
Month Lumpsum
a) CM Entry, L1/D-Gate, L-2/C-Gate & L3/VIP Entry (Approx. 2500 Sqm)
Lumpsum 1 15000.00
b) Ministry Block Front & Back , Secretary Block all around, Section Block all around, Anci-B Block all around Landscape area (Approx. 5000 Sqm)
Lumpsum 1 25000.00
c) Central Courtyard, Secretary Block Courtyard, Section Block Courtyard, Anci-A Block Courtyard Landscape area (Approx. 7500 Sqm)
Lumpsum 1 25000.00
d) Ministry Block Balcony (4, 3, 2 & 1Fl), Secretary Block Balcony (4, 3, 2 & 1Fl), Section Block Balcony (4, 3, 2 & 1Fl) Landscape area (Approx. 1500 Sqm)
Lumpsum 1 20000.00
e) Cafeteria & Library area Terrace Garden (Approx. 700 Sqm) Lumpsum 1 20000.00
f) Plants and Filtration system of Lotus-pond at Section Block-Courtyard and Water Body of Central Courtyard (Approx. 500 Sqm)
Lumpsum 1 10000.00
EX-1 Providing & Fixing of 35 to 40mm thick ARTIFICAL GRASS complete as per direction & approval of Engineer-in-Charge.
Sqft. 1 200.00
RFP for SELECTION OF FACILITY MANAGEMENT SERVICE PROVIDER FOR MANTRALAYA MAHANADI BHAWAN, CCIID, RAJDHANI SAROVAR, BUILDINGS AND ITS CAMPUS AT NAYA RAIPUR, CHHATTISGARH
48
DG Sets at Mantralaya Mahanadi Bhawan&Utility & Amenity Block, Naya Raipur Supply
Item No.
Description of Supply Items/ Materials Ref. of Specification/ Make/Model
Unit Qty. Unit Rates Rs. (For Year-1)
1 2 3 4 5 6
1
Operation & Maintenance of 5 Nos. DG Sets at Mantralaya Mahanadi Bhawan, Naya Raipur Operation &Annual Maintenance of 5 X 1010 KVA DG Sets & 1 No. Synchronizing panel.
Nos. 1 2822444.00
2 - Operation & Maintenance of 2 Nos. DG Sets installed at Utility & Amenity Block, Naya Raipur Operation & Annual Maintenance of 1010 KVA DG Sets with AMF panel.
Nos. 1 784313.00
BOQ Item No.
Description BOQ
Quantity
1.1
DG sets of 1010 KVA Cumins make, with acoustic enclosure, fuel piping, standard fuel tank, D.G. control panel, residential silencer, standard exhaust piping complete. The scope shall cover unloading/ loading/ transportation/ transit insurance/ shifting to final location of installation at site (ground floor within building) etc complete. First fill of lube oil and battery charging shall be included in the scope. Necessary adaptor boxes for termination of power cabling / bus duct by electrical contractor into D.G. set shall be provided. The cost quoted shall be including annual maintenance charges and operator charges as described in AMC / operator clause of the tender.
1 Nos.
1.2
Auto synchronizing and load sharing panel with auto start for all D.G. sets including 5 Nos. incoming ACB with static releases of 1600 A with load manager with RS 485 port ; 3 Nos. bus couplers of 2400 A ACB minimum and out going 2 nos. outgoing ACB with static releases of 3200 A, 1 nos out going ACB with static releases of 2000 A and 1 nos out going ACB with static releases of 1600 A. In all there shall be total 11 breakers in the panel with static releases and all incoming and outgoing breakers shall have load manager with RS 485 port / indicating lamps / cast resin CT / on off lamps / emergency stop push button and bus bar shall be of copper with current ratio of 1 Sqmm = 1.2 Amps. The synchronizing relay shall be with communicable port and all parameters of D.G. set shall be transferred to bms it desired by client. Necessary PLC for taking signal from 4 nos breakers and 1 nos bus coupler of clients panel and giving appropriate signal to D.G. set panel breakers and D.G. start / stop shall be included in the panel. All control wiring from PLC to breakers for client (max 300 Mtrs) shall be included in the scope of vendor. Power cabling and not vendor.
1 Nos.
1.4 Supply, installation, Testing and commissioning of exhaust gas ducting till terrace for each D.G. set including necessary cladding / clampling / insulation / civil works and fabrication works complete. Sectional area shall be as per design & manufactures specifications.
1 Mtr
TESTS AND INSPECTION : The owner or his authorized representative may visit the works during manufacture ofequipment to assess the progress of work as well as to ascertain that only quality rawmaterials are used for the same. He shall be given all assistance to carry out theinspection. Detailed test procedure along with the facilities available at vendors works shall befurnished along with the bid Owner's representative shall be given minimum four weeksadvance notice for witnessing the final testing. Test certificates including test recordsand performances curves etc. shall be furnished by the vendor. Tests Equipment shall be tested to conform to the appropriate standards and the followingtests shall be conducted in the presence of purchaser's:Functional tests, continuity tests and high voltage test on control panel to establish theperformance called for in the specification. Power frequency voltage test on switch gear and mechanical / electrical operationalcheck.Routine tests for alternator as per IS : 4722. Over speed test (1.2 times the rated speed for 2 minutes)Transient response tests for sudden application and rejection of loads of 25%, 50%, 75%and 100% of rated capacity.Wave form test (type test results are acceptable)Phase sequence test.Vibration test Noise level test.Dimensional and alignment test.String test. 19 TECHNICAL DATA FOR EQUIPMENTS :
RFP for SELECTION OF FACILITY MANAGEMENT SERVICE PROVIDER FOR MANTRALAYA MAHANADI BHAWAN, CCIID, RAJDHANI SAROVAR, BUILDINGS AND ITS CAMPUS AT NAYA RAIPUR, CHHATTISGARH
49
ALTERNATOR DATA SHEET – B 1 Make Leroy Somer / Stamford
2 Rating 1000 KVA
3 Power factor 0.8
4 Rated voltage 415 V
5 Voltage regulation As required
6 Rated current To be specified by vendor
7 Speed 1500 RPM.
8 Frequency 50 Hz.
9 Field current at rated output and power factor
to be specified by vendor
10 Field voltage at rated output and power factor
to be specified by vendor
11 Method of excitation and regulation
Self
12 Class of insulation A) Starter - b with temp.rise of Cl. B B) Rotor - --- do ------
13 Degree of protection Screen protected, drip proof.
14 Base plate The Engine & alternator shall be mounted and alignedon a common base plate fabricated from steel.
15 Control Panel AMF Consist of 1. ACB with O/L, E/F and shunt trip releases – static type releases. 2. On/off indicator. 3. Auxiliary switch. 4. Ammeter & Voltmeter with assessors 5. KWH meters with CTs. 6. Over voltage relay 7. Under Voltage relay 8. Reverse & Forward Power relay. 9. Over & Under frequency Relay 10. KVA meter 11. Frequency meter. 12. Annunciation windows. 13. LED Lamp indicator.
16 Change over switch Synchronising and load sharing panel – with 5 incoming feeders – 1600A / 3 buscouplers – min 2500A and 4 outgoing feeders– 2 nos 2000A / 1 nos 2400 A / 2 nos 3200A which shall be all ACB with static releases. Each feeder shall have communicable trevectometer with RS485 port. Provision of D.G. control / and protection panel parameters shall also be transmitted to BMS. All switchgears shall be of schneidder / Siemens / L & T make.
20 TECHNICAL SPECIFICATION FOR SYNCHONIZATION 20.1 POWER & ENERGY MANAGEMENT SYSTEM (PLC & LLSM & IO & POWER MONITOR): Power & Energy Management Architecture mainly consist of following component: (1) Auto DG Synchronization/Start system (2) Auto DG Load sharing system (3) Auto Non-Critical Load Shedding system (4) Auto Power monitoring system (5) Auto Stand By All breaker Interlock system
RFP for SELECTION OF FACILITY MANAGEMENT SERVICE PROVIDER FOR MANTRALAYA MAHANADI BHAWAN, CCIID, RAJDHANI SAROVAR, BUILDINGS AND ITS CAMPUS AT NAYA RAIPUR, CHHATTISGARH
50
The above all operation shall be act as a one unit system operation. To employ theseall operation one shall be deploy adequate automation system along with SCADAand Programmable logic Controller with Input out put and Power analyzer. (1) AUTO DG SYNCHRONIZATION/START SYSTEM All 6 No 1000KVA DG set & 2 Nos. 500KVA shall be operated from . In case of failureof MSEB supply any DG Set shall be start automatically and Based on Powerrequirement System shall judicially decide weather next DG Set required or not. Thesame Logic shall be applicable in reverse order when Power demand decreasessystem shall stops access DG set from Operation.After success fully startup of One DG set to make parallel operation of Other DG setwith the first one start synchronization of DG set. For synchronization operation onehas to select source and reference DG set from DG set matrix through CADA graphic screen. Also close automatically appropriate breaker through Breaker Matrix.Synchronization of any DG set shall be achieved through Line-Line synchronizationModule.There shall be different mode for Achieve synchronization like Auto/Semiauto/Permissive (Test Mode). These entire modes shall be programmable through Lineto Line synchronization module Auto Mode: During this mode Total operation of synchronization will be carried out automaticallythrough Line to Line Synchronization module till close the tie breaker Semi Auto: Only Parameter matching can be done through SCADA but tie breaker shall beclosed by Line to Line synchronization module Permissive (Test Mode): During this mode total operation shall be carried out automatically by Line to Linesynchronization module, when synchronization criteria meet Line to linesynchronization module will be issue an indication command but tie breaker will notclose. This mode shall be used for Testing/Commissioning purpose (2) AUTO DG LOAD SHARING SYSTEM When necessary DG sets are running without trouble under synchronization modethen equal distribution of active and reactive Load sharing shall be required. This loadsharing shall be achieved through specially employed Line to Line synchronizationModule. (3) AUTO NON-CRITICAL LOAD SHEDDING SYSTEM When total system draw power through DG set and any DG set fail then to preventcascade tripping of DG set system one has to employ Load shedding system for NonCritical load. (4) AUTO POWER MONITORING SYSTEM Full fledge Power Monitoring shall be required for Total system. Power Analyzer shallbe employ to all three transformers and subsequent out going from main Bus. Detailhigh speed power monitoring shall be required for each DG set. Each End user feedershall be monitored with Power monitor. These all Power monitor and Analyzer shall beconnected to master CPU through high speed network (5) AUTO STAND BY ALL BREAKER INTERLOCK SYSTEM In case of failure of main control system Minimum system operation shall be carriedout through another PLC which will take care of Operation all three DG set andtransformer. So one can operate the system without trouble. 20.2 GENERAL SPECIFICATIONS This specification has been developed to establish minimum requirements for a solidstateProgrammable Controller designed to provide high reliability in industrialapplications. The internal wiring of the controller is to be fixed, with the logic functionsit must perform in a given application to be programmed into its memory. hecontroller shall be supplied with the CPU, input/output scanner, inputs, outputs,memory, power supply, and all power and interface cables necessary to function asa complete and operable Programmable Controller system.The objective of the Programmable Controller will be to improve reliability,maintainability, and efficiency by reducing operating costs and downtime.The specification shall be followed in accordance with the contract and all areas ofquestions or noncompliance shall be submitted to the purchaser for review andapproval.
RFP for SELECTION OF FACILITY MANAGEMENT SERVICE PROVIDER FOR MANTRALAYA MAHANADI BHAWAN, CCIID, RAJDHANI SAROVAR, BUILDINGS AND ITS CAMPUS AT NAYA RAIPUR, CHHATTISGARH
51
NAME OF WORK- Operation& Maintenance of 12 Nos. Elevators at Mantralaya Mahanadi Bhawan, Naya Raipur.
Item No.
Description of Items/ Materials Ref. of Specification/ Make/Model
Unit Qty. Unit Rates Rs. (For Year-1)
1 2 3 4 5 6
1 Operation &Annual Maintenance of 12 Nos. Elevators. (Make:- Thyssenkrupp.) .
Nos. 1
1778500.00
Comparative statement of the Tender for Comprehensive Annual Maintenace & Operation of Elevators at Mahanadi Bhawan, Naya Raipur
Particular
Mai
nte
nan
ce
1. The contractor shall be provide trained and qualified employees to provide routine maintenance, examination, and lubrication service. The contractor shall furnish the necessary lubricants and cleaning materials, including the replacement of hydraulic fluid and machine gear oil.
2. The contractor shall be test all safety devices in accordance with relevant safety standards with the exception of full load testing.the contarctor shall replace or repair, free of charge, the following range of components for reasons related to normal wear and tear. Coverage shall be inclusive of repair or replacement of machines, to be inclusive of printed circuit boards. Sub components inclusive of belts, rollers, gears, bearings, solenoids, coils, chocks brake shoes, liners, contacts, contactors, relays, coils, push motors, generators, ropes, inverter systems, and controller parts buttons, door operator VVVF drive, car door safety device limit switches, governor, hoistway door locks, indicators, and other minor mechanical parts shall also be included except as excluded elsewhere.
MONTHLY 1. Complete check up of operation and safe working condition of lift including cleaning, Oiling , replacement of faulty parts, alignment of replaced parts ,etc. 2. Checking for any abnormal noise/vibration and take corrective action.
QUARTERLY 1. Checking and tightening all electrical connections. 2. Clean internal parts of Lift. ANNUAL 1. Complete servicing of the Lifts. 2. Check for any rust spots. Dry, emery such spots, patch up with red oxide and paint.
1 ELEVATORS: Supply, installation, testing, commissioning and handing over of the bank of elevators including obtaining necessaryapprovals and
Licence to operate from the appropriate local authority (Otis 300VF INFINITY or approved equivalent)Elevators as per specifications and as follows : a Load - 884 kg. (13 persons) b Speed - 1.5 mps c Power Supply - 400Volts, 3 Phase, 4 wires, 50Hz, Alternating current d Control - A.C. variable voltage variable frequency (with closed loop) e Operation - Duplex full collective with/ without attendant f Machine - Geared placed directly above the shaft g Car Size (WxD)mm - about 2000 (wide) x 1100 (deep) x 2400mm (ht) clear internal dimensions h Hoistway available - about 2500 (wide) x 1800 (deep)mm clear internal dimensions i Car Panels - Stainless steel 316 car with panels in hairline finish, A2 type 6mm thk stainless steel 316 handrail in hairline
finish. j False Ceiling - CD 35SS k Flooring - 20mm thk granite as approved by architect l Car Entrance - Stainless steel 316 centre opening door in hairline finish m Hoistway entrances - stainless steel 316 centre opening doors inhairline finish at all landing floors n Size (WxH)mm - Clear opening about 900 x 2100mm high o Door Operation - Automatic VF door operator & electronic door protection device p Signal -- Combined hall button with 7 segment digital displays at all floors,- Battery operated alarm bell & emergency light
- Fireman's switch at main lobby,- Car chime, voice synthesizer,- Intercom, LCD display at all floors,- Emergency power operation q Machine Rm Dimensions - clear size of 4000 x 4300 x 2500mm r Overhead - 4800 mm min s Car Operating panels - Spec 90 t Displays - Rollovision (LCD display) u Position Indicators - Spec 90 v Hall Lanterns - Spec 90 (with position indicators)
All signal fixtures in hairline stainless steel 316 faceplates
RFP for SELECTION OF FACILITY MANAGEMENT SERVICE PROVIDER FOR MANTRALAYA MAHANADI BHAWAN, CCIID, RAJDHANI SAROVAR, BUILDINGS AND ITS CAMPUS AT NAYA RAIPUR, CHHATTISGARH
52
NAME OF WORK - Operation & Maintenance of HVAC System at Mantralaya, Mahanadi Bhawan, Naya Raipur C.G.
Item No.
Description of Items/ Materials Ref. of Specification/ Make/Model
Unit Qty. Unit Rates Rs. (For Year-1)
1 2 3 4 5 6
1 Operation of HVAC System, at Mantralaya, Mahanadi Bhawan. Job 1 5119500.00
2 AMC of HVAC System, at Mantralaya, Mahanadi Bhawan. Job 1 3500000.00
Scope of Work
Naya Raipur Development Authority, Naya Raipur 1. Cleaning of condenser, compressor and filter. 2. Checking adjusting and tightening of bolts etc. 3. Checking refrigerant leaks. 4. Free replacement of defective/worm out parts with new parts. 5. Free over-hauling of equipment as and when required. 6. Providing and filling of refrigerant gas and repairing of leakage place. No extra payment will be made for the same. 7. Day to day routine maintenance. 8. Free replacement of valve with new valve in between vertical main pipe line slim line, split unit and drainage line . 9. Cleaning of all type units as &when required. NOTE :
1. Any other parts/accessories including replacement of compressor which are related with the above system and not
mentioned above shell be replaced/maintenance/ operated by the contractor, if needed, No extra payment will be made for
the same and no claim will be allowed from contractor on this account.
2. Free replacement means “Supply, Fixing, Testing and Commissioning of new equipment in place of damaged/
broken/worm out parts of equipment. No extra payment will be made for the same.
RFP for SELECTION OF FACILITY MANAGEMENT SERVICE PROVIDER FOR MANTRALAYA MAHANADI BHAWAN, CCIID, RAJDHANI SAROVAR, BUILDINGS AND ITS CAMPUS AT NAYA RAIPUR, CHHATTISGARH
53
Description of Transformers and HT panels, at Mantralaya, Naya Raipur.
Sr. No.
Item no. Description Make Unit Quantity
1 1.1 1600 KVA, 33/0.415KV, DYN11 indoor cast resin dry type Transformer with off load tap changer inculding all necessary accessories.
Kirloskar Nos. 1
2 1.2 do as above but 1250 KVA Kirloskar Nos. 1
3 1.3 do as above but 2000 KVA Kirloskar Nos. 2
4 2.1
Indoor type VCB panel of 33KV, 7 breaker panel with 2 nos. incoming breaker of 630A (CT ratio 120/1/1) and outgoing breaker 4 Nos. of 630 A (CT ratio 30/1/1 for one feeder and 40/1/1 for three feeders) and 1 bus coupler breaker of 630A with bus PT complete as per specification. All the breakers 26.2 KA and with all metering/relays/power pack etc.
Kirloskar Nos. 1
ROUTINE TESTS: All routine tests shall be carried Out on all equipment as per latest IS and IIECstandards in the presence of CLIENT’S representative.The routine tests to be carried out by the CONTRACTOR shall include but not be limited to the following.
(a) Measurement of winding resistance for all windings at all taps, correctedto 1200C (b) Measurement of voltage ratio at all taps (c) Check of voltage vector relation ship. (d) Measurement of impedance voltage at all taps. This test shall be carriedout on all taps before and after the impulse test
on principal tap on thetransformer which is subject to impulse. (e) Short circuit impedance and load loss at all taps. (f) Measurement of no load loss and current at 90%, 100% and 1100 0 ratedvoltage and at rated frequency. (g) Dielectric tests:
I. Separate source voltage withstand test. II. Induced over voltage withstand test.
(h) Measurement of insulation resistance and polarization index. I. 2KV power frequency withstand test (for one minute) on all wiring. II. insulation power loss factor and capacitance for each windingand between windings.
RFP for SELECTION OF FACILITY MANAGEMENT SERVICE PROVIDER FOR MANTRALAYA MAHANADI BHAWAN, CCIID, RAJDHANI SAROVAR, BUILDINGS AND ITS CAMPUS AT NAYA RAIPUR, CHHATTISGARH
54
NAME OF WORK-Reparing Work Of The Compressor Of Chiller No.-1, At Mahanadi Bhawan, Naya Raipur, C.G.
Item No.
Description of Items/ Materials Ref. of Specification/ Make/Model
Unit Qty. Unit Rates Rs. (For Year-1)
1 2 3 4 5 6
1 Supply of Compressor Bearing set. Set 1 34500.00
2 Supply of SCPM Card. Set 1 127500.00
3 Supply of Motor Temp. Sensor Set 1 20500.00
4 Supply of Compressor 'O' ring set. Set 1 8000.00
5 Supply of Internal Oil Filter. Set 1 28500.00
6 Supply of External Oil Filter. Set 1 38500.00
7 Supply of Oil. Ltr. 1 4450.00
8 Supply of Oil Transducer. Nos. 1 23500.00
9 Rewinding of compressor motor stator. Job 1 58000.00
10 Labor charge towards compressor of overhauling. Job 1 64500.00
11 Labor charge towards compressor loading & unloading. Job 1 24500.00
12 Labor charge towards pressure testing of circuit with nitrogen, Leak testing, Vacuumizing & Refrigerant charge, Recommissioning of system.
Job 1 55000.00
13 Transportation Raipur to Mumbai & return. Job 1 22000.00
NAME OF WORK- Reparing Of Oil Leakage In The Chiller No.-1, At Mahanadi Bhawan, Naya Raipur, C.G.
Item No.
Description of Items/ Materials Ref. of Specification/ Make/Model
Unit Qty. Unit Rates Rs. (For Year-1)
1 2 3 4 5 6
1 Labour Charges towards pressure testing, Vacuumising, commissioning and testing of complete circuit.
Job 1 35500.00
2 Supply of R-134 Gas Kg. 1 775.00
3 Supply of Oil Ltr. 1 4500.00
4 Supply of Drier Core Nos. 1 4500.00
5 Supply of Internal Oil filter Nos. 1 11665.00
6 Supply of External Oil Filter. Nos. 1 25000.00
RFP for SELECTION OF FACILITY MANAGEMENT SERVICE PROVIDER FOR MANTRALAYA MAHANADI BHAWAN, CCIID, RAJDHANI SAROVAR, BUILDINGS AND ITS CAMPUS AT NAYA RAIPUR, CHHATTISGARH
55
NAME OF WORK-Supply, Installation, Testing & Commissioning of FRP Fan Assembly, At Mahanadi Bhawan, Naya Raipur, C.G.
Item No.
Description of Items/ Materials Ref. of Specification/ Make/Model
Unit Qty. Unit Rates Rs. (For Year-1)
1 2 3 4 5 6
1
Supply, Installation, Testing & Commissioning of Energy Efficient FRP Fan assembly with 6 nos. of Blade and HDG Hub, SS hardware suitalbe for Cooling Tower at Mahanadi Bhawan, Naya Raipur.
Job 1 154000.00
Name of work: REPAIRING, INSTALLATION, TESTING & COMMISSIONING OF HYDRO PNEUMATIC PUMP (FLUSHING) IN
MANTRALAYA MAHANADI BHAWAN ,NAYA RAIPUR
Item No.
Description of Items/ Materials Ref. of Specification/ Make/Model
Unit Qty. Unit Rates Rs. (For Year-1)
1 2 3 4 5 6
1 Chamber Stack CR 54-4 Set 1 93000.00
2 Shaft Seal CR-45 No. 1 11000.00
Name of work:- Supply ,Installation ,Testing & Commissioning of Variable Air Volume for HVAC system at Mantralaya,
Mahanadi Bhawan , Naya Raipur
Item No. Description of Items/ Materials Ref. of Specification/ Make/Model
Unit Qty. Unit Rates Rs. (For Year-1)
1 2 3 4 5 6
1 Supply ,Installation ,Testing & Commissioning of Variable Air Volume for HVAC system
No. 1 380400.00
RFP for SELECTION OF FACILITY MANAGEMENT SERVICE PROVIDER FOR MANTRALAYA MAHANADI BHAWAN, CCIID, RAJDHANI SAROVAR, BUILDINGS AND ITS CAMPUS AT NAYA RAIPUR, CHHATTISGARH
56
Supply of Spare Parts for Chairs at Mantralaya Mahanadi Bhawan, Naya Raipur.
S.No Item No. Description Qty Rate (Rs.) Make Model
1 2 3 4 5 7 8
1 A Supply of SS Castor for
2 1 RCS4 1 80.00 GODREJ Karina HB
3 2 RCS6 1 80.00 GODREJ Halo VHB
4 3 RCV1/FCC2 1 80.00 GODREJ Karina Fixed Arm
5 4 RCS5 1 100.00 GODREJ Leoma HB
6 5 RCC5 1 125.00 GODREJ Crest MB
7 6 Very High Back Chair Camel Leather 1 80.00 GODREJ Halo VHB
8 7 High Back Revolving Chair Camel Leather 1 80.00 GODREJ Halo HB
9 B Supply of Pedestal ( Nylone base) 1
10 1 RCS4 1 850.00 GODREJ Karina HB
11 2 RCS6 1 6500.00 GODREJ Halo VHB
12 3 RCV1/FCC2 1 850.00 GODREJ Karina Fixed Arm
13 4 RCS5 1 2500.00 GODREJ Leoma HB
14 5 RCC5 1 1350.00 GODREJ Crest MB
15 6 Very High Back Chair Camel Leather 1 6500.00 GODREJ Halo VHB
16 7 High Back Revolving Chair Camel Leather 1 6500.00 GODREJ Halo HB
17 C Supply of T arm rest (Pair LH & RH) 1
18 1 RCS4 1 1984.50 GODREJ Karina HB
19 2 RCS6 1 2400.00 GODREJ Halo VHB
20 3 RCV1/FCC2 1 1600.00 GODREJ Karina Fixed Arm
21 4 RCS5 1 1300.00 GODREJ Leoma HB
22 5 RCC5 1 GODREJ Crest MB
23 6 Very High Back Chair Camel Leather 1 2400.00 GODREJ Halo VHB
24 7 High Back Revolving Chair Camel Leather 1 2400.00 GODREJ Halo HB
25 D Supply of Smart visitor Arm Pad (Pair) 1
26 1 RCS4 1 250.00 GODREJ Karina HB
27 2 RCS6 1 700.00 GODREJ Halo VHB
28 3 RCV1/FCC2 1 250.00 GODREJ Karina Fixed Arm
29 4 RCS5 1 439.00 GODREJ Leoma HB
30 5 RCC5 1 GODREJ Crest MB
31 6 Very High Back Chair Camel Leather 1 700.00 GODREJ Halo VHB
32 7 High Back Revolving Chair Camel Leather 1 700.00 GODREJ Halo HB
33 E Supply of Lifting Lever 1
34 1 RCS4 1 1800.00 GODREJ Karina HB
35 2 RCS6 1 8500.00 GODREJ Halo VHB
36 3 RCV1/FCC2 1 1600.00 GODREJ Karina Fixed Arm
37 4 RCS5 1 2600.00 GODREJ Leoma HB
38 5 RCC5 1 2200.00 GODREJ Crest MB
RFP for SELECTION OF FACILITY MANAGEMENT SERVICE PROVIDER FOR MANTRALAYA MAHANADI BHAWAN, CCIID, RAJDHANI SAROVAR, BUILDINGS AND ITS CAMPUS AT NAYA RAIPUR, CHHATTISGARH
57
39 6 Very High Back Chair Camel Leather 1 8500.00 GODREJ Halo VHB
40 7 High Back Revolving Chair Camel Leather 1 8500.00 GODREJ Halo HB
41 F Supply of Tilting Lever 1
42 1 RCS4 1 150.00 GODREJ Karina HB
43 2 RCS6 1 2700.00 GODREJ Halo VHB
44 3 RCV1/FCC2 1 150.00 GODREJ Karina Fixed Arm
45 4 RCS5 1 GODREJ Leoma HB
46 5 RCC5 1 450.00 GODREJ Crest MB
47 6 Very High Back Chair Camel Leather 1 2700.00 GODREJ Halo VHB
48 7 High Back Revolving Chair Camel Leather 1 2700.00 GODREJ Halo HB
49 G Supply of Gaslift Mechanism 1
50 1 RCS4 1 750.00 GODREJ Karina HB
51 2 RCS6 1 750.00 GODREJ Halo VHB
52 3 RCV1/FCC2 1 750.00 GODREJ Karina Fixed Arm
53 4 RCS5 1 750.00 GODREJ Leoma HB
54 5 RCC5 1 GODREJ Crest MB
55 6 Very High Back Chair Camel Leather 1 750.00 GODREJ Halo VHB
56 7 High Back Revolving Chair Camel Leather 1 750.00 GODREJ Halo HB
57 H Supply of Backrest assembly 1
58 1 RCS4 1 4200.00 GODREJ Karina HB
59 2 RCS6 1 17000.00 GODREJ Halo VHB
60 3 RCV1/FCC2 1 3200.00 GODREJ Karina Fixed Arm
61 4 RCS5 1 6200.00 GODREJ Leoma HB
62 5 RCC5 1 GODREJ Crest MB
63 6 Very High Back Chair Camel Leather 1 17000.00 GODREJ Halo VHB
64 7 High Back Revolving Chair Camel Leather 1 GODREJ Halo HB
65 I Supply of Seatrest assembly 1
66 1 RCS4 1 2800.00 GODREJ Karina HB
67 2 RCS6 1 9500.00 GODREJ Halo VHB
68 3 RCV1/FCC2 1 2800.00 GODREJ Karina Fixed Arm
69 4 RCS5 1 5800.00 GODREJ Leoma HB
70 5 RCC5 1 3000.00 GODREJ Crest MB
71 6 Very High Back Chair Camel Leather 1 9500.00 GODREJ Halo VHB
72 7 High Back Revolving Chair Camel Leather 1 9500.00 GODREJ Halo HB
73 J Supply of Arm seat connector 1
74 1 RCS4 1 GODREJ Karina HB
75 2 RCS6 1 GODREJ Halo VHB
76 3 RCV1/FCC2 1 GODREJ Karina Fixed Arm
77 4 RCS5 1 GODREJ Leoma HB
78 5 RCC5 1 GODREJ Crest MB
RFP for SELECTION OF FACILITY MANAGEMENT SERVICE PROVIDER FOR MANTRALAYA MAHANADI BHAWAN, CCIID, RAJDHANI SAROVAR, BUILDINGS AND ITS CAMPUS AT NAYA RAIPUR, CHHATTISGARH
58
79 6 Very High Back Chair Camel Leather 1 GODREJ Halo VHB
80 7 High Back Revolving Chair Camel Leather 1 GODREJ Halo HB
Supply of Spare Parts for Chairs at Mantralaya Mahanadi Bhawan, Naya Raipur.
Make- Godrej Wipro
Item. No Description Qty Rate (Rs.) Rate (Rs.)
1 2 3 4 5
1 SS castor 1 80.00 120.00
2 Padestal Assembly 1 504.00 1050.00
3 Armrest T-type 1 500.00 800.00
4 Gaslift Mechanism 1 750.00 800.00 5 Armrest Pad 1 845.00 400.00
Name of Work - Supply of Doormat.
S.no. Location Unit Qty.
Per Unit Rate, Rs. (sqm)
Supply of Doormat as per direction & approval of Engineer-in-Charge.
Floor - G
1 CM Entry sqm 1.00 1793.00
2 Lobby 1 At Corridor Anci-A side sqm 1.00 1793.00
At Corridor AD. Bl. side sqm 1.00 1793.00
3 Lobby 2
At Entrance sqm 1.00 1793.00
At Corridor AD Bl. side sqm 1.00 1793.00
At Corridor Sec. Bl. side sqm 1.00 1793.00
4 Lobby 3 At Corridor Sec. Bl. Side sqm 1.00 1793.00
At Corridor Min. Bl. Side sqm 1.00 1793.00
5 Lobby 4 At Entrance sqm 1.00 1793.00
At Corridor Min. Bl. Side sqm 1.00 1793.00 6 Lobby 5 At Corridor Anci-A side sqm 1.00 1793.00
7 PIRAMD GATE
VIP INTRY GATE NO.01 sqm 1.00 1793.00
VIP INTRY GATE NO.02 sqm 1.00 1793.00
VIP INTRY GATE NO.03 sqm 1.00 1793.00
Floor - 1
8 Lobby 1 At Corridor Anci-A side sqm 1.00 1793.00
At Corridor AD. Bl. side sqm 1.00 1793.00
9 Lobby 2 At Corridor AD Bl. side sqm 1.00 1793.00
At Corridor Sec. Bl. side sqm 1.00 1793.00
10 Lobby 3 At Corridor Sec. Bl. Side sqm 1.00 1793.00
At Corridor Min. Bl. Side sqm 1.00 1793.00
11 Lobby 4 At Corridor Min. Bl. Side sqm 1.00 1793.00
At Corridor Anci-B side sqm 1.00 1793.00
12 Lobby 5 At Corridor Anci-B side sqm 1.00 1793.00
At Corridor Anci-A side sqm 1.00 1793.00
RFP for SELECTION OF FACILITY MANAGEMENT SERVICE PROVIDER FOR MANTRALAYA MAHANADI BHAWAN, CCIID, RAJDHANI SAROVAR, BUILDINGS AND ITS CAMPUS AT NAYA RAIPUR, CHHATTISGARH
59
S.no. Location Unit Qty./ (sqm) Per Unit Rate, Rs.
Floor - 2
13 Lobby 1 At Corridor Anci-A side sqm 1.00 1793.00
At Corridor AD. Bl. side sqm 1.00 1793.00
14 Lobby 2 At Corridor AD Bl. side sqm 1.00 1793.00
At Corridor Sec. Bl. side sqm 1.00 1793.00
15 Lobby 3 At Corridor Sec. Bl. Side sqm 1.00 1793.00 At Corridor Min. Bl. Side sqm 1.00 1793.00
16 Lobby 4 At Corridor Min. Bl. Side sqm 1.00 1793.00
At Corridor Anci. B. Side sqm 1.00 1793.00
17 Lobby 5 At Corridor Anci-B side sqm 1.00 1793.00
At Corridor Anci-A side sqm 1.00 1793.00
Floor - 3
18 Lobby 1 At Corridor AD. Bl. side sqm 1.00 1793.00
19 Lobby 2 At Corridor AD Bl. side sqm 1.00 1793.00 At Corridor Sec. Bl. side sqm 1.00 1793.00
20 Lobby 3 At Corridor Sec. Bl. Side sqm 1.00 1793.00
At Corridor Min. Bl. Side sqm 1.00 1793.00
21 Lobby 4 At Corridor Min. Bl. Side sqm 1.00 1793.00
Floor - 4
22 Lobby 2 At Corridor Sec. Bl. side sqm 1.00 1793.00
23 Lobby 3 At Corridor Sec. Bl. Side sqm 1.00 1793.00
At Corridor Min. Bl. Side sqm 1.00 1793.00 24 Lobby 4 At Corridor Min. Bl. Side sqm 1.00 1793.00
Floor - 5
25 Lobby 3 At Corridor Min. Bl. Side sqm 1.00 1793.00
26 Lobby 4 At Corridor Min. Bl. Side sqm 1.00 1793.00
RFP for SELECTION OF FACILITY MANAGEMENT SERVICE PROVIDER FOR MANTRALAYA MAHANADI BHAWAN, CCIID, RAJDHANI SAROVAR, BUILDINGS AND ITS CAMPUS AT NAYA RAIPUR, CHHATTISGARH.
0
FORMATS FOR COMMISSIONING & TAKING OVER OF ASSETS FOR FACILITY MANAGEMENT SERVICES
&
FORMATS FOR HELP-DESK, INSPECTION, MONITORING & REPORTING
RFP for SELECTION OF FACILITY MANAGEMENT SERVICE PROVIDER FOR MANTRALAYA MAHANADI BHAWAN, CCIID,
RAJDHANI SAROVAR, BUILDINGS AND ITS CAMPUS AT NAYA RAIPUR, CHHATTISGARH.
NAYA RAIPUR DEVELOPMENT AUTHORITY
Utility-Block, Capitol Complex Sector-19, Naya Raipur-492002, Chhattisgarh
PH.NO.0771-2511500, FAX 0771-2511400, e-mail. [email protected]
RFP for SELECTION OF FACILITY MANAGEMENT SERVICE PROVIDER FOR MANTRALAYA MAHANADI BHAWAN, CCIID, RAJDHANI SAROVAR, BUILDINGS AND ITS CAMPUS AT NAYA RAIPUR, CHHATTISGARH.
1
INDEX
E] FORMATS FOR COMMISSIONING & TAKING OVER OF ASSETS FOR FACILITY MANAGEMENT SERVICES
Sl. No. Description Pages
1 INSL-1 Inspection List for Sub-station equipment’s, generator sets, Supply & Service
connections 2 to 3
2 INSL-2 Inspection List for HVAC Plants 4 to 8
3 INSL-3 Inspection List for Electrical installations, lifts, water supply pumps, sewage pumps.
Filtration Plants. 9 to 11
4 INSL-4 Inspection List for Other permanent services like S.I. System, Wet Riser, Fire alarm
and other fire fighting systems etc. 12 to 13
5 INSL-5 Inspection List for Public Address System for General Use 14
6 INSL-6 Inspection List for Special Requirements like closed circuit TV, Cable TV, Laundry,
Kitchen, Incinerator. Equipment’s etc. 15 to 16
7 Check list for civil works 17 to 19
8 Check list for fire fighting works 20
9 CHECK LIST FOR ELECTRICAL WORKS 21
10 Format for HANDING /TAKING OVER OF COMPLETED BUILDINGS INCLUDING
SERVICES 22 to 34
F] FORMATS FOR HELP-DESK, INSPECTION, MONITORING & REPORTING
1 Complaint Registration Form 35
2 COMPLAINT REGISTER 35
3 REVIEW OF PERFORMANCE OF SERVICE CENTRES 36
4 DETAILS OF WORKS CARRIED OUT THROUGH CONTRACT Rates 37
5 DETAILS OF WORKS CARRIED OUT BEYOND CONTRACT RATES 38
6 ABSTRACT OF RECEIPTS & DISPOSAL OF COMPLAINTS 39
7 DUTY CHART OF HORTICULTURE SUPERVISOR 40
8 CHECK LIST/NORMS FOR HORTICULTURE MAINTENANCE 40
9 HORTICULTURE WORKS REQUIRED TO BE CARRIED OUT UNDER A SUB-
DIVISION 40
10 CHECK LIST/NORMS FOR HORTICULTURE MAINTENANCE 40
11 ACKNOWLEDGEMENT TO COMPLAINT 41
12 REPORTS/RETURNS TO BE SUBMITED BY SERVICE CENTRES 42
13 WORKERS NOTE BOOK 43
14 DAY TO DAY COMPLAINTS 44
15 SPECIAL REPAIRS AND ADDITIONSIALTERATIONS COMPLAINTS 45
16 REGISTER OF SPECIAL REPAIRS 46
17 REGISTER OF PERIODICAL REPAIRS 47
18 DAY TO DAY COMPLAINTS,
SPECIAL REPAIR AND ADDITIONSIALTERATIONS COMPLAINTS 48 to 50
19 DRILL OF MAINTENANCE ACTIVITIES [Daily, Weekly & Monthly) 51
RFP for SELECTION OF FACILITY MANAGEMENT SERVICE PROVIDER FOR MANTRALAYA MAHANADI BHAWAN, CCIID, RAJDHANI SAROVAR, BUILDINGS AND ITS CAMPUS AT NAYA RAIPUR, CHHATTISGARH.
2
Annexure - 19
INSPECTION LIST NO. 1 :Sub stationequipments, Generating Sets, Supply Co., Service Connection.
Place …………………………………………………………………………………..
Date of Check …………………………………………………………………………………..
Name of Supervisor …………………………………………………………………………………..
Name of PM / AFM …………………………………………………………………………………..
Time of start …………………………………………………………………………………..
Time of completion …………………………………………………………………………………..
Property Reference No. …………………………………………………………………………………..
HT Voltage …………………………………………………………………………………..
SUB STATION EQUIPMENTS:
1 General look of HT panels.
2 How many incoming and outgoing panels?
3 How many in 'ON' position?
4 When were the contracts checked last?
5 When was the oil tested/replaced?
6 When were the Relays Calibrated / tested?
7 General cleaning of panel.
8 Functioning of Meters in panel.
9 If trickle charger is provided, state of the same and battery and maintenance of battery.
10 Is there alternate source of supply and if so when was it tested?
11 Has DESU / NDMC (Local Electricity Board) been informed in advance of the program / function?
12 Are the voltage and supply and frequency within limits of ‘Indian Electricity’ Rules? If not, any intimation given to supply Co.?
13 No. and capacity of transformers.
RFP for SELECTION OF FACILITY MANAGEMENT SERVICE PROVIDER FOR MANTRALAYA MAHANADI BHAWAN, CCIID, RAJDHANI SAROVAR, BUILDINGS AND ITS CAMPUS AT NAYA RAIPUR, CHHATTISGARH.
3
14 How many of them are in operation at a time?
15 How often the transformers are switched 'ON' and 'OFF'?
16 How often the tap changers have been used?
17 When was the oil tested and if found not in order?
18 General condition of transformer i/c oil leakages if any?
19 How often the transformer is cleaned?
20 Oil level check.
21 Silica Gel check.
22 Bucholtz Relay check if provided.
23 Heating/Temperature Rise.
GENERATING SETS (Stand Bye Supply) Yes/No Date
1 Change-over switch operated checked (weekly)
2 Cable terminals connection checked
3 Cleaned/checked all terminals (weekly)
4 Generator operated
4.1 On no load
4.2 On connected load
5 Driving/V- belt checked
6 Radiator filled/no leakage
7 Filters clean
8 HSD oil tank full
9 Mobil oil checked
10 Battery fully charged
11 Terminal checked 12 Distilled water checked
13 AMF panel-relays contacts, terminals checked and for its operation.
14 Stand by water filing arrangement is available.
Note: To be filled by Supervisor, countersigned by PM / AFM and sent to Client and Service Provider’s Office, PM / AFM shall test check at least 25% of above checks.
RFP for SELECTION OF FACILITY MANAGEMENT SERVICE PROVIDER FOR MANTRALAYA MAHANADI BHAWAN, CCIID, RAJDHANI SAROVAR, BUILDINGS AND ITS CAMPUS AT NAYA RAIPUR, CHHATTISGARH.
4
Annexure - 19
INSPECTION LIST N0.2 Air Conditioning Plants
INSPECTION LIST NO. 2
(i) Location : ……………………………………………………………
(ii) Date of check : ……………………………………………………………
(iii) Name of JE /AE : ……………………………………………………………
(iv) Time of start : ……………………………………………………………
(v) Time of completion : ……………………………………………………………
(vi) Divn. No. & Name of EE : ……………………………………………………………
1 capacity of package plants & Nos.
2 Capacity of central Plants & Nos.
3 No. of window units/make (1/1 1/2 tons)
4 No.of split units/make
5 Suction?discharge Pressure satus in Center/Package Plant
6 Temperature difference in chiller and condenser in (1) and (2)above
7 Air velocity in AHUs.
8 Change of Filters in AHUs/cleaning
9 pressure wash of AHU coils
10 change of copmpressor oil.
11 leakage of Gas if any
12 leakage of woter in cond / Ch. W. pumps and Repairs to glands
13 Status of cooling tower , motor , lonvress, fills.
14 Necessity of water softening plant .
15 status of insulation of pipes
16 Acoutic lining in plant room/AHU Room
17 maintenance of inside temp. and R.H.
18 Complaints received about non Operation of the system or temp./ RH not maintenaned and remedial action taken
19 Descaline of condeser
RFP for SELECTION OF FACILITY MANAGEMENT SERVICE PROVIDER FOR MANTRALAYA MAHANADI BHAWAN, CCIID, RAJDHANI SAROVAR, BUILDINGS AND ITS CAMPUS AT NAYA RAIPUR, CHHATTISGARH.
5
20 Cleaning of cooling tower sump.
21 Cleaning of strainers or their replesment in pumps
22 comndition of valves
23 A vailability of water for running the plant
24 Cleaning of window unit filters
25 Replesment of W/U filters
26 Cleaning of the coils of W/U with blower fan, visual appearance. Front cover etc.
27 working of voltage stablizer
28 Is O/V an DU/V cut off Provided in stabilizer?
29 Current drawn by the unite
30 Any abnormality noticed in the system
31 IS CENTRAL Heating provided and if so the conditions /connections /current drawn/boiler/heater element automatic operation etc. to be checked.
32 Repairs/replancementcarrid out in the month
33 any other item
Note:
1 This should be prepared for each unit and sent to SE€ by AE/JE duly countersigned by EE Before 7th of next month . For window units only columns relevant may be filled up .
2 A certificate that the maintenance as per manufacturers ' recommendation is being carried out should be recorded by EE€
RFP for SELECTION OF FACILITY MANAGEMENT SERVICE PROVIDER FOR MANTRALAYA MAHANADI BHAWAN, CCIID, RAJDHANI SAROVAR, BUILDINGS AND ITS CAMPUS AT NAYA RAIPUR, CHHATTISGARH.
6
SUBHED 'A'
Centeral Plants with reciprocating compressor
Daily check
1 Checked moters and starters forover heating .
Yes/ No. Date …………………...…
2 Checked bearing for overheating Yes/ No. Date …………………...…
3 Checked water level and ensure flow of make up water (Condenser and chiller water System)
Yes/ No. Date …………………...…
Weekly check
1 Checked for refrigerant leak with Halide troch
Yes/ No. Date …………………...…
2 Checked water distribution Yes/ No. Date …………………...…
3 Checked float valve operation in water tank
Yes/ No. Date …………………...…
4 Checked and expansion tank Yes/ No. Date …………………...…
5 Checked belt tension and alignment
Yes/ No. Date …………………...…
6 Checked pump gland Yes/ No. Date …………………...…
7 Checked solenoid Valve Yes/ No. Date …………………...…
8 Cleaned water strainers Yes/ No. Date …………………...…
9 Cleaned drain and overflow points Yes/ No. Date …………………...…
10 Drained , flushed , water tank and troughs
Yes/ No. Date …………………...…
11 Check oil ring /oil level (for all lubricated bearings).
Yes/ No. Date …………………...…
Monthly Cheacks
1 Blowout motor dust Yes/ No. Date …………………...…
2 Checked all settings and test operation of all Safty controls.
Yes/ No. Date …………………...…
3 Checked /Cleaned contracts points in Straters.
Yes/ No. Date …………………...…
4 Cleaned spray nozzles.
Half Yearly Checks
1 Descales/clean water tubes in condensors and if necessary in chillers.
Yes/ No. Date …………………...…
RFP for SELECTION OF FACILITY MANAGEMENT SERVICE PROVIDER FOR MANTRALAYA MAHANADI BHAWAN, CCIID, RAJDHANI SAROVAR, BUILDINGS AND ITS CAMPUS AT NAYA RAIPUR, CHHATTISGARH.
7
2 Remove grease from all Gearings, clean repack
Yes/ No. Date …………………...…
3 Check all strainers Yes/ No. Date …………………...…
4 Clean cooling coil fins Yes/ No. Date …………………...…
5 Clean airwasher filters Yes/ No. Date …………………...…
6 Clean stand pipe and spray headers in ainvashers/C.T
Yes/ No. Date …………………...…
7 Clean stand pipe and spray headers in ainvashers/C.T
Yes/ No. Date …………………...…
8 Change Compressor oil after cleaning.
Yes/ No. Date …………………...…
Yearly Checks
1 Overhaul Yes/ No. Date …………………...…
2 Check tighten hold down bolts and anchorages
Yes/ No. Date …………………...…
3 Check dampersldamper operators Yes/ No. Date …………………...…
4 Check for obstruction/loose boardslfallen insulation on air ducts and R.A. passages.
Yes/ No. Date …………………...…
5 Drzin oil from compressor clean oil filter and crankcase and replace oil.
Yes/ No. Date …………………...…
6 Check cabling for loose contacts. Yes/ No. Date …………………...…
7 Drain oil from gearboxes clean oil sump and replace oil.
Yes/ No. Date …………………...…
SUBHEAD 'B'
Packaped A/c units
Daily Checks
1 Check water level in cooling tower tank and make up watei tank.
Yes/ No. Date …………………...…
2 Check bearing for overheating. Yes/ No. Date …………………...…
3 Check motorlstarters for overhating
Yes/ No. Date …………………...…
4 Check temperature conditions in air conditioned area.
Weekly Checks
1 Check float valve operations in C.T. water tank and make up water tank
Yes/ No. Date …………………...…
RFP for SELECTION OF FACILITY MANAGEMENT SERVICE PROVIDER FOR MANTRALAYA MAHANADI BHAWAN, CCIID, RAJDHANI SAROVAR, BUILDINGS AND ITS CAMPUS AT NAYA RAIPUR, CHHATTISGARH.
8
2 Check water distribution/cooling water nozzles.
Yes/ No. Date …………………...…
3 ChecMcleanairfilters pot strainer basket
Yes/ No. Date …………………...…
4 Check belt tension Yes/ No. Date …………………...…
5 Check pump gland Yes/ No. Date …………………...…
6 Drainlflushlclean water tanksltroughs
Yes/ No. Date …………………...…
Monthly Checks
1 Check refirgent leak with Halide torch
Yes/ No. Date …………………...…
2 Check/clean starter contracts. Yes/ No. Date …………………...…
Half Yearly Checks
1 Descale water side of Condensor Yes/ No. Date …………………...…
2 Remove grease from all bearingslcleanhepack
Yes/ No. Date …………………...…
3 Check all strainers Yes/ No. Date …………………...…
4 Clean cooling coil fins Yes/ No. Date …………………...…
5 Cledwash air filters Yes/ No. Date …………………...…
6 Change pump gland packing Yes/ No. Date …………………...…
7 Check hardness of water Yes/ No. Date …………………...…
RFP for SELECTION OF FACILITY MANAGEMENT SERVICE PROVIDER FOR MANTRALAYA MAHANADI BHAWAN, CCIID, RAJDHANI SAROVAR, BUILDINGS AND ITS CAMPUS AT NAYA RAIPUR, CHHATTISGARH.
9
Annexure - 19
INSPECTION LIST NO. 3 Electrical installations, lifts, water supply
pumps, sewage pumps. Filteration Plants.
Place : ………………………………………………………
Date of Check : ………………………………………………………
Name of Supervisor
: ………………………………………………………
Name of PM /AFM
: ………………………………………………………
Property Reference No.
: ………………………………………………………
'A' Electrical Installations:
S.No. Item Position Remarks
1 Power outlets for metal detectors
2 Power outlets for PA system
(i) Normal
(ii) Standby
3 Power supply for Satellite TV, Other Radio Installations
4 Power outlet for car call system
5 Power supply for security lights.
(i) Main
(ii) Standby
6 State of
(i) Lamps
(ii) Fittings
(iii) Fans/Regulator
(iv) Power /Light socket outlets
7 Whether alternate source of supply available?
8 All cables test for insulation & healthiness from substation to feed pillar/outlets.
(i) Cable connections, terminals checked,
(ii) Overheating at joints?
9 Sub Distribution Boards checked for
(i) Cleanliness
(ii) All MCBs /MCCBs in working order
(iii) Neutral /earth properly connected
(iv) Signs for overheating/sparking
RFP for SELECTION OF FACILITY MANAGEMENT SERVICE PROVIDER FOR MANTRALAYA MAHANADI BHAWAN, CCIID, RAJDHANI SAROVAR, BUILDINGS AND ITS CAMPUS AT NAYA RAIPUR, CHHATTISGARH.
10
'B' Lifts
1 No. of Lifts
2 Make/Passenger capacity
3 Type (manual/automatic with or without Attendant)
4 Type of control
5 No. of floors served
6 Whether under comprehensive/service maintenance contract? Name of Firm :
7 Operation
(i) Landing call buttons
(ii) Car buttons
(iii) Emergency stop
8 Functioning of all safety devices
9 Car light/fan
10 Intercom working & checked
a. Car to Machine Room
b. Car to Control Room
c. Car to Supervisor /PM /AFM Office
11 Condition of rope(s)
12 Condition of trailing cable
13 Condition of sheave
14 Governor functioning
15 Smooth/ Jerk-free operation
16 Levelling accuracy
17 Doors opening key availability
18 Overload safety for Car
19 Last servicing done in machine room. Date
20 Proper illumination in the lift shaft
21 Seepage in the lift pit
22 Condition of Buffers
23 Working of limit switches
24 Proper lighting ventilation in Machine Room & proper approach
25 Proper illumination at all car landing
26 Operation of controller
27 Operation of floor detector
28 Whether switch available in the car to prevent any unauthorised person from operating the Lift in the case of attendant operated Lifts
29 ARD System.
RFP for SELECTION OF FACILITY MANAGEMENT SERVICE PROVIDER FOR MANTRALAYA MAHANADI BHAWAN, CCIID, RAJDHANI SAROVAR, BUILDINGS AND ITS CAMPUS AT NAYA RAIPUR, CHHATTISGARH.
11
‘C’ Water Supply Pumps
1 No. of Pumps (i) Electric Drive
(i) Electric Drive (ii) Diesel Drive
(ii) Diesel Drive
2 Make, HP of each
3 Rated current, Current actually drawn
4 Voltage at terminals
5 Type of starter
6 Foot Valve O.K.
7 Priming arrangement
8 Condition of flexible coupling
9 Greasing of bearings
10 Vibration of Motor
11 Overheating of Motor
12 No. of hours normally run
13 Sump water level indicator
14 Pressure at pump delivery
RFP for SELECTION OF FACILITY MANAGEMENT SERVICE PROVIDER FOR MANTRALAYA MAHANADI BHAWAN, CCIID, RAJDHANI SAROVAR, BUILDINGS AND ITS CAMPUS AT NAYA RAIPUR, CHHATTISGARH.
12
Annexure-19
INSPECTION LIST NO. 4
Other Permanent Services like SI System, Wet Riser, Fire Alarm and other Fire Fighting Systems etc.
Place : …………………………………………………………………………….
Date of check : …………………………………………………………………………….
Name of Supervisor : …………………………………………………………………………….
Name of PM / AFM : …………………………………………………………………………….
Time of Start : …………………………………………………………………………….
Time of Completion : …………………………………………………………………………….
Division No. : …………………………………………………………………………….
'A' SI System
1 Check individual microphone
2 Check individual speaker
3 Check language selector switch
4 Registration of 'Request' which operator from each microphone.
5 Recording facility at control desk
6 Ear phones at each seat
7 Check healthiness of each interpreter desk
8 Battery back up?
'B' Wet Riser/Sprinkler system
1 No. of pumps
2 Make, HP
3 Type of Pump
(i) Electric
(ii) Diesel
(iii) Jockey
4 Whether pump develops required pressure (to be run daily), and whether automatic operation checked through Bypass Pipe arrangement.
:
5 Watch periodicity of operation of jockey pump
6 Check battery voltage for
(i) Diesel Engine
(ii) Control Panel
7 Whether hosepipes opened and straightened out (every three months)
8 Isolating valves operation checked (once in a month) (without water)
9 Foot valve of draw out connection - checking (every 2 months)
10 Check diesel in fuel tank
11 Check air filter
12 Check oil filter
13 Check condition of coupling
RFP for SELECTION OF FACILITY MANAGEMENT SERVICE PROVIDER FOR MANTRALAYA MAHANADI BHAWAN, CCIID, RAJDHANI SAROVAR, BUILDINGS AND ITS CAMPUS AT NAYA RAIPUR, CHHATTISGARH.
13
14 Whether visual inspection of sprinkler head/nozzles done?
‘C’ Halon
1 Check operation of detectors
2 Check alarms/Sounders
3 Check Battery
4 Healthiness of circuits/zones
Note: The above checks (1 to 4) to be carried out through test buttons)
'D' Fire Alarm System
1 Check operation of
(a) Heat Detectors
(b) Smoke Detectors
(c) Optional Detectors
(d) Flame Detectors
Note: The above checks (a to d) to be carried out through the test buttons in the indicator panels every day and once a month by creating artificial heat/smoke in one place.
2 Check Operation of all alarms/sounders
3 Visual check of
(a) Main Control Panel
(b) Zonal Control Panels
4 Check Healthiness of circuits.
5 Talk back operation from both ends.
6 Operation of response indicators.
7 When was the last mock test carried out? Date :
8 Whether the system is under maintenance contact?
Note :
1 Checking includes repair/replacement in case the equipment was found faulty.
2 Wherever the repair/replacement is not possible due to any reason the matter should be brought to the notice of Client and Property Manager’s office on the same day.
RFP for SELECTION OF FACILITY MANAGEMENT SERVICE PROVIDER FOR MANTRALAYA MAHANADI BHAWAN, CCIID, RAJDHANI SAROVAR, BUILDINGS AND ITS CAMPUS AT NAYA RAIPUR, CHHATTISGARH.
14
Annexure-19
INSPECTION LIST NO. 5
Public Address System for General Use
Place : …………………………………………………………………… Date of check : …………………………………………………………………… Name of Technical Supervisor : …………………………………………………………………… Name of Chief Supervisor : …………………………………………………………………… Time of start : …………………………………………………………………… Time of Completion : …………………………………………………………………… Divison and Name of EEC1
1 Make of PA System 2 No. of microphpoens provided 3 No. of speakers provided 4 No. of amplifiers provided 5 Whether Cassette deck provided? 6 Whether standby amplifier provided?
If yes, make.
7 Whether standby microphones provided? If
yes, make.
8 Power outlets for amplifier (main supply)
provided
9 Whether outlet on standby supply provided
near the amplifier?
10 Whether battery back up available? 11 Arrangement for instantaneous change over
fiom Main supply to standby supplybattery?
12 Enough spare cables and connectors available?
13 Check all the cable connections and joints.
Note :
All the above arrangement are to be checked at least one day in advance when prior intimation about function is available.
All the above have been checked by me on
................, and found in order for the Function.
Signature of Technical Supervisor
Signature of Chief Supervisor
RFP for SELECTION OF FACILITY MANAGEMENT SERVICE PROVIDER FOR MANTRALAYA MAHANADI BHAWAN, CCIID, RAJDHANI SAROVAR, BUILDINGS AND ITS CAMPUS AT NAYA RAIPUR, CHHATTISGARH.
15
Annexure-19
INSPECTION LIST NO. 6 Special Requirements like closed Circuit TV, Cable TV, Laundry, Kitchen, Incinerator. Equipments etc.
Place :
……………………………………………………………………
Date of check :
……………………………………………………………………
Name of Technical Supervisor :
……………………………………………………………………
Name of Chief Supervisor :
……………………………………………………………………
Time of start :
……………………………………………………………………
Time of completion :
……………………………………………………………………
Divison and Name of EEC1 :
…………………………………………………………………… A' Closed Ciruit TV:
1 Whether normal power supply available? : ……………………………………………………………………
2 Standby power voltage? Supply available.
: ……………………………………………………………………
3 Whether the CCTV system is in working order?
: ……………………………………………………………………
No. of TVs : : ……………………………………………………………………
No. of Cameras : : ……………………………………………………………………
4 Monitor in working condition. : ……………………………………………………………………
5 Operation of Camera (s) from control console
: ……………………………………………………………………
6 Cables from console to monitor/cqmeras checked for
: ……………………………………………………………………
loose connections etc. : …………………………………………………………………… 'B' Cable TV
1 Whether normal power supply available? : ……………………………………………………………………
2 Standby power supply available? : ……………………………………………………………………
3 All the channels of system in working condition.
: ……………………………………………………………………
4 Quality of pictures/sound satisfactory : …………………………………………………………………… 'C' Laundry. Kitchen, Incinerator eauipments.
: ……………………………………………………………………
1 Whether the equipment is in working condition?
: ……………………………………………………………………
2 Make and model of the Equipment. : ……………………………………………………………………
3 Voltage at power outlet for equipment. : ……………………………………………………………………
RFP for SELECTION OF FACILITY MANAGEMENT SERVICE PROVIDER FOR MANTRALAYA MAHANADI BHAWAN, CCIID, RAJDHANI SAROVAR, BUILDINGS AND ITS CAMPUS AT NAYA RAIPUR, CHHATTISGARH.
16
4 Whether standby power supply requirement?
: ……………………………………………………………………
If yes, availability of the same. : ……………………………………………………………………
5 Last servicing of the equipment, date : ……………………………………………………………………
6 Whether manufacturer inspected the equipment?
: ……………………………………………………………………
If yes, date. : ……………………………………………………………………
7 Any equipment requiring replacement? : ……………………………………………………………………
8 Capacity of equipment adequate? : …………………………………………………………………… Note :All the above arrangementslequipment should be checked at ieast once in a month or at least 3 days prior to any function.
All the above have been checked by me on . . . . . . . . . . . .., at . . . . . . . . . . . .., and found satisfactory working order for normal uselfunction.
Signature of Technical Supervisor Signature of Chief Supervisor
RFP for SELECTION OF FACILITY MANAGEMENT SERVICE PROVIDER FOR MANTRALAYA MAHANADI BHAWAN, CCIID, RAJDHANI SAROVAR, BUILDINGS AND ITS CAMPUS AT NAYA RAIPUR, CHHATTISGARH.
17
CHECK LIST FOR CIVIL WORKS 1 Building
Check structure of building for general soundness and safety through test results and visual inspections
All OK/Following defects noticed
2 Finishes
2.1 Check for finishes of floor, plaster, paints, external finishes, claddings All OK/Following defects noticed
2.2 Check finishes of special treatment .
a) Acoustic treatment OK/Needs repair
b) False flooring OK/Needs repair
c) Special type of flooring OK/Needs repair
d) False ceiling OK/Needs repair
e) Vapour barrier treatment OK/Needs repair
f) UnderdecldOverdeck insulation OK/Needs repair
3 Doors, Windows and hardwares
i) Locks All OK/Ineed replacement
ii) M. S. Items fittings
iii) C.P. Brass fittings iv) Iron oxidised fittings v) AnodisedAluminium fittings
4 Check for internal Water supply & Sanitary works:
4.1 Water supply :
i) OH tank-test for water tightness OK/Needs repair
ii) Pressure testing waterlines and testing of OK/Needs repair fittings for leakages. a) CP bias water taps in bath OK/Needs repair
b) Process water points OK/Needs repair c) PVC inlet connection with CP brass stop cock for • WC flushing cisterns CK/Needs repair • Wash basin OK/Needs repair • Urinal cisterns OK/Needs repair d) CE taps in Wash basins OK/Needs repair e) Shower rose with CP brass f) CP water taps OK/Needs repair • In bath OK/Needs repair • InWC OK/Needs repair
RFP for SELECTION OF FACILITY MANAGEMENT SERVICE PROVIDER FOR MANTRALAYA MAHANADI BHAWAN, CCIID, RAJDHANI SAROVAR, BUILDINGS AND ITS CAMPUS AT NAYA RAIPUR, CHHATTISGARH.
18
• In kitchen sink OK/Needs repair • In lab sinks OK/Needs repair g) CP pillar cock for wash basins OK/Needs repair h) Inspection of water supply pipes and control valves for leakages and
properfunctioning OK/needs repair
i) Union joints for water meter
j) Check provision of water meter boxes with locking provision GoodNeeds replacement
(i) Check for cracks in vitreous chinaware items :
• Wash basins
• Indian water closets with foot rest
• Indian water closet/Orissa pan
• European water closets
• Laboratory sinks
• Urinals I
• Fire clay kitchen sinks
(ii) Check for satisfactory functioning of:
• Flushing cistern for water closets OK/needs repair
• Flushing cistern of Urinals and CP spreader
pipes
i) Check for provision of CI frame and cover for valve chambers.
Test report to be enclosed.
K) Hydraulic pressure testing of G.I. Pipes
4.2 CI Soil waste piping :
i) Check for provision of CP gratings for Nahanitrapslfloor traps. OK/Needs repair
ii) Provision of slopes in floor finish of bath rooms towards floor trapmahani trap
OK/Needs repair
iii) Check for leakages in bottle traps of WHB. OK/Needs repair
iv) Check of leakages in CP waste couplings and provision of CP chain an rubber plug for :
• Wash basins OK/Needs repair
• Kitchen sinks OK/Needs repair
• Lab sinks OK/Needs repair
v) Check for leakages in joints and inspection OK/Needs repair
vi) Check provision of vent cowls for CI soillwaste pipe. OK/Needs repair
vii) Check provision of CI manhole frame an cover for gully traps and inspection chambers.
OK/Needs repair
RFP for SELECTION OF FACILITY MANAGEMENT SERVICE PROVIDER FOR MANTRALAYA MAHANADI BHAWAN, CCIID, RAJDHANI SAROVAR, BUILDINGS AND ITS CAMPUS AT NAYA RAIPUR, CHHATTISGARH.
19
viii) Open all water taps and check for free flow c waste water from each sanitary fitting upt, inspection chamber and check flow of wast water to main sewer.
ix) Water testlsmoke testing of CI soillwaste pipe: Test report to be enclosed
5 External W/S System
5.1 Distribution System
i) Check for leakages and ensuring free flov from ferrule to O.H. tanks on buildings
ii) Check material of pipes used in distributior system
iii) Type of joints provided
iv) Check for anchor blocks provided
v) Hydraulic test pressure Eor distribution pipe. Test report to be enclosed.
5.2 Cievated Water Tanks
i) Test for water tightness in tank, pipes, joints, valves
ii) Device for pipe openings of washout and outlet inside tank OK/needs repair gradually provided/ needed to be provided.
i) Check functioning of water level indicator.
ii) Mosquito proof netting for vent pipes. OK/not OK.
iii)Concrete flash pad for overflow cum washout pipe and lead channel. Provided/to be provided.
iv) Check for handrails, access ladder to ensure safety requirements. OK/needs improvement.
v) Check for proper clamping of pipes inside the lower shaft. OK/nceds improvement
5.3 Under Ground Tank
i) Check for water tightness SatisfactoryNot Satisfactory
ii) Provision of vent pipe Provided/Not Provided
iii) Locking arrangement for inspection Mmhole Provided/To be Provided.
6 External Sewerage
i) Check for leakage test Test report to be
ii) Check for invert level of Manholes and gradient of sewers enclosed
iii) Check for free flow in sewers OK/needs
iv) Provision of ladders in deep manholes modification
v) Check for Manhole covers OK/not OK
Provided/To be provided
RFP for SELECTION OF FACILITY MANAGEMENT SERVICE PROVIDER FOR MANTRALAYA MAHANADI BHAWAN, CCIID, RAJDHANI SAROVAR, BUILDINGS AND ITS CAMPUS AT NAYA RAIPUR, CHHATTISGARH.
20
CHECK LIST FOR FIRE FIGHTING SYSTEM
Type of System :
i) Hydraulic pressure testing of mains from the test register O.K./Not O.K. (Test rssults to be enclosed)
ii) Check for actual capacity of pump set.
a) Average rate of discharge ……………...Ipm
b) Suction head ……………....mts
c) Delivery head ……………....mts
iii) Check for instantaneous starting of dieselengine pump set.
OK/needs repair.
iv) Material and class of pipe used, maximum permissible pressure for pipe.
v) Type of joints provided Tytodflanged joint
vi) Check for provision of RCCRCC anchor block at all strategic places like bends, Tee joints dead ends, hydrants etc.
OK/needs provision
vii) Hydrant purnpset particulars name Plates details of
a) Pump .....
b) Motor
c) Character curve for Purnpset.
d) Spare part list for pumpset Enclosed/Not Enclosed
e) Catalogue of pump & motor Enclosed/Not Enclosed
With addressed of manufacturer1 Enclosed/Not Enclosed
Supplier and telephone no.
f) List of standard tool set spare parts for electric motor and diesel engine and pumps.
Enclosed/Not Enclosed
g) Test certificate for the pump and motor . Enclosed/Not Enclosed
viii) Check functioning of control panel for pump motor, earthing and lighting, maximum current drawn during starting and during running of pump. a) Starting current ....... b) During running .......
OK/needs repair.
ix) Pump installation drawing to be framed and mouiited on the wail in pump house.
Provided/to be Provided.
RFP for SELECTION OF FACILITY MANAGEMENT SERVICE PROVIDER FOR MANTRALAYA MAHANADI BHAWAN, CCIID, RAJDHANI SAROVAR, BUILDINGS AND ITS CAMPUS AT NAYA RAIPUR, CHHATTISGARH.
21
CHECK LIST FOR ELECTRICAL WORKS
Electrical item will be checked as per check lists 1 to 6 indicated in Annexure - 19
RFP for SELECTION OF FACILITY MANAGEMENT SERVICE PROVIDER FOR MANTRALAYA MAHANADI BHAWAN, CCIID, RAJDHANI SAROVAR, BUILDINGS AND ITS CAMPUS AT NAYA RAIPUR, CHHATTISGARH.
22
Annexure - 20
HANDING /TAKING OVER ZF BUILDINGS & SERVICES
FORMAT FOR HANDING OVERITAKING OVER OF COMPLETED
BUILDINGS INCLUDING SERVICES
1 Name of worWlocation : ……………………………………………………………………
2 Salient details of the building : ……………………………………………………………………
a) Type of Structure : ……………………………………………………………………
b) Plinth area-floor wise : ……………………………………………………………………
c) Type of Foundation : ……………………………………………………………………
d) Special treatments/linings : ……………………………………………………………………
(i) Acoustic treatment : ……………………………………………………………………
(ii) False floors : ……………………………………………………………………
(iii) Special type of flooring : ……………………………………………………………………
(iv) False ceiling : ……………………………………………………………………
(v) Vapour barrier treatment : ……………………………………………………………………
(vi) Under decWOver deck insulation : ……………………………………………………………………
3 W/S and Sanitary installations : ……………………………………………………………………
(a) Water Supply : ……………………………………………………………………
(i) Sources of W/S to the building and source wise capacity
: ……………………………………………………………………
(ii) Brief specification of W/S distribution system
: ……………………………………………………………………
(b) Details of tube wells if any : ……………………………………………………………………
(i) No. of tube wells : ……………………………………………………………………
(ii) Yield of each tube well : ……………………………………………………………………
(iii) Type of boring and depth : ……………………………………………………………………
(iv) Brief specifications of boring pipes : ……………………………………………………………………
(c) Type of w/s distribution : ……………………………………………………………………
(i) OH tank details like material, lining, height, capacity etc.
: ……………………………………………………………………
(ii) W/S Sump details like material, depth, capacity etc.
: ……………………………………………………………………
(d) Sewerage System : ……………………………………………………………………
(i) Specification of Sewerage System : ……………………………………………………………………
(ii) Out fall of Sewerage System : ……………………………………………………………………
(iii) Sewage Sump details if any : ……………………………………………………………………
RFP for SELECTION OF FACILITY MANAGEMENT SERVICE PROVIDER FOR MANTRALAYA MAHANADI BHAWAN, CCIID, RAJDHANI SAROVAR, BUILDINGS AND ITS CAMPUS AT NAYA RAIPUR, CHHATTISGARH.
23
(iv) Sewage treatment plant details if any : ……………………………………………………………………
4 Electrical and Air Conditioning System : ……………………………………………………………………
(i) Details of internal electrical installations like wiring etc.
: ……………………………………………………………………
(ii) H.T. and L.T. Pannels details : ……………………………………………………………………
(iii) Type of fans : ……………………………………………………………………
(iv) Whether the building is centrally Air Conditioned.
: ……………………………………………………………………
(v) A.C. Load : ……………………………………………………………………
(vi) Type of plant : ……………………………………………………………………
(vii) Brief specifications : ……………………………………………………………………
5 Fire fightinglFire alarm system : ……………………………………………………………………
(i) Type of fire fighting system : ……………………………………………………………………
(ii) Type of fire alarm : ……………………………………………………………………
(iii) Location of control room : ……………………………………………………………………
(iv) Brief specification of fire fighting system : ……………………………………………………………………
(v) Brief specification of fire alarm system : ……………………………………………………………………
(vi) Fire tank capacity : ……………………………………………………………………
(a) Over Head tank : ……………………………………………………………………
(b) Under Ground tank : ……………………………………………………………………
(vii) No. of fire hydrants : ……………………………………………………………………
(viii) Fire pumps no.,& Capacity. : ……………………………………………………………………
6 Details of GuaranteeIWarranty certificates obtained for building for various services/treatments
: ……………………………………………………………………
7 Contract details : ……………………………………………………………………
(a) Name of the building contractor & Address : ……………………………………………………………………
(b) Agreement : ……………………………………………………………………
(c) Completion period : ……………………………………………………………………
(i) Commencement date : ……………………………………………………………………
(ii) Date of completion : ……………………………………………………………………
(d) Approximate completion cost : ……………………………………………………………………
(a) Building : ……………………………………………………………………
(b) W/S and Sanitary : ……………………………………………………………………
(c) Electrical and Airconditioning : ……………………………………………………………………
8 Major defects noticed at the time of handing overltaking over
: ……………………………………………………………………
(a) Building work : ……………………………………………………………………
RFP for SELECTION OF FACILITY MANAGEMENT SERVICE PROVIDER FOR MANTRALAYA MAHANADI BHAWAN, CCIID, RAJDHANI SAROVAR, BUILDINGS AND ITS CAMPUS AT NAYA RAIPUR, CHHATTISGARH.
24
(b) W/S and Sanitary installations : ……………………………………………………………………
(c) Electrical and AK works : ……………………………………………………………………
9 Handing over of Completion drawings(4 sets of each)
: ……………………………………………………………………
(a) Architectural Drawings Nos. : ……………………………………………………………………
(b) Structural Drawings Nos. : ……………………………………………………………………
(c) Water Supply, Sewerage & Drainage Drawings Nos.
: ……………………………………………………………………
(d) Electrical & AIC drawings Nos. : ……………………………………………………………………
Handed over Taken over
Signature : Signature :
Name : Name :
Designation : Designation:
RFP for SELECTION OF FACILITY MANAGEMENT SERVICE PROVIDER FOR MANTRALAYA MAHANADI BHAWAN, CCIID, RAJDHANI SAROVAR, BUILDINGS AND ITS CAMPUS AT NAYA RAIPUR, CHHATTISGARH.
25
Handing /taking over of buildings & services
Format for Handing Over/Taking Over of Completed Buildings including Services
Name of work/location : ____________________________________
Salient details of the building
(a) Type of Structure : ____________________________________
(b) Plinth area-floor wise : ____________________________________
(c) Type of Foundation : ____________________________________
(d) Special treatments/linings
(i)Acoustic treatment : ____________________________________
(ii)False floors : ____________________________________
(iii)Special type of flooring : ____________________________________
(iv)False ceiling : ____________________________________
(v)Vapour barrier treatment : ____________________________________
(vi)Under/Over deck insulation : ____________________________________
3. WS and Sanitary installations :
(a) Water Supply
(i)Sources of WS to the building and source wise capacity
(ii)Brief specification of WS distribution system
(b) Details of tube wells if any
(i) No. of tube wells
(ii) Yield of each tube well
(iii) Type of boring and depth
(iv) Brief specifications of boring pipes
(c) Type of WS distribution
(i) OH tank details like material, lining, height, capacity etc.
(ii) WS sump details like material, depth, capacity etc.
(d) Sewerage System
RFP for SELECTION OF FACILITY MANAGEMENT SERVICE PROVIDER FOR MANTRALAYA MAHANADI BHAWAN, CCIID, RAJDHANI SAROVAR, BUILDINGS AND ITS CAMPUS AT NAYA RAIPUR, CHHATTISGARH.
26
(i) Specification of Sewerage System
(ii) Out fall of Sewerage System
(iii) Sewage Sump details if any
(iv) Sewage treatment plant details if any
4. Electrical and Air Conditioning System :
(i)Details of internal electrical installations like wiring etc.
(ii)HT and LT Pannels details
(iii)Type of fans
(iv)Whether the building is centrally Air Conditioned
(v)A.C. Load
(vi)Type of plant
(vii)Brief specifications
5. Fire fighting/Fire alarm system :
(i)Type of fire fighting system
(ii)Type of fire alarm
(iii)Location of control room
(iv)Brief specification of fire fighting system
(v)Brief specification of fire alarm system
(vi)Fire tank capacity
• Over Head tank
• Under Ground tank
(vii)No. of fire hydrants
(viii)Fire pumps no. & Capacity.
6. Details of Guarantee/Warranty Certificates obtained for building for various services/ treatments:
7. Contract details:
(a) Name of the building contractor & Address
(b) Agreement
(c) Completion period
(i)Commencement date
(ii)Date of completion
(d)Approximate cost
(a) Building
(b) WS and Sanitary
(c) Electrical and Airconditioning
RFP for SELECTION OF FACILITY MANAGEMENT SERVICE PROVIDER FOR MANTRALAYA MAHANADI BHAWAN, CCIID, RAJDHANI SAROVAR, BUILDINGS AND ITS CAMPUS AT NAYA RAIPUR, CHHATTISGARH.
27
8. Major defects noticed at the time of handing over/taking over:
(a) Building work
(b) WS and Sanitary installations
(c) Electrical and A/C works
Handing over of Completion drawings (4 sets of each):
(a) Architectural Drawings Nos.
(b) Structural Drawings Nos.
(c) Water Supply, Sewerage & Drainage Drawings Nos.
(d) Electrical & A/C drawings Nos.
Handed over Taken over
Signature Signature
Name Name
Designation Designation
RFP for SELECTION OF FACILITY MANAGEMENT SERVICE PROVIDER FOR MANTRALAYA MAHANADI BHAWAN, CCIID, RAJDHANI SAROVAR, BUILDINGS AND ITS CAMPUS AT NAYA RAIPUR, CHHATTISGARH.
28
Responsibility of Transition Team
This team will also be responsible to take over assets and documented records thereof for further operation on behalf of Client. All
assets & services will be taken over with following documents in addition to above test reports and check lists.
a. Taking over of Completed Assets from CPWD / Contractor.
b. Schedule of items indicating item, make, type, size, makers Srl. No. Capacity & Nos.
c. Original manufacturer tests report, warranty certificates, two copies of wiring diagrams, schematic layouts and as built on
distribution diagrams.
d. Two copies of maintenance manuals spare parts lists and recommended list of expandable spares as per provision in the
contract.
e. Terms of defect liability period and contact Nos. of personals of vendors as single point of contact for emergency escalation
during defect liability period.
f. All original copies of statutory clearances from Govt. bodies as applicable
Taking Over Furniture
This dedicated team will also be responsible to take over fixed and moveable furniture items procured, inspected and passed by
Client, for utilization in the building. Further maintenance and accounting of this furniture shall be responsibility of Integrated Facility
Management Team. However the periodical repairs / renewals cost will be on actual basis if ordered by Ministry, but day to day
cleaning shall be part of liability of this Service Provider.
RFP for SELECTION OF FACILITY MANAGEMENT SERVICE PROVIDER FOR MANTRALAYA MAHANADI BHAWAN, CCIID, RAJDHANI SAROVAR, BUILDINGS AND ITS CAMPUS AT NAYA RAIPUR, CHHATTISGARH.
29
Checklist for handing and taken-over:
1. Building All OK/ Following deficiencies
noticed
Check structure of building for general soundness and safety
through test results and visual inspections
2. Finishes
2.1 Check for finishes of floor, plaster, paints, external finishes, claddings All OK/Following defects noticed
2.2 Check finishes of special treatment
(a) Acoustic treatment OK/Needs repair
(b) False flooring OK/Needs repair
(c) Special type of flooring OK/Needs repair
(d) False ceiling OK/Needs repair
(e) Vapour barrier treatment OK/Needs repair
(f) Underdeck/ Overdeck insulation OK/Needs repair
3. Doors, Windows and Handwares
(i) Locks All OK/needs replacement
(ii) M. S. Items/fittings
(iii) CP. Brass fittings
(iv) Iron Oxidised fittings
(v) Anodised Aluminium fittings
4. Check for Internal Water Supply & Sanitary Works
4.1 Water supply:
(i) OH tank-test for water tightness OK/Needs repair
(ii) Pressure testing waterlines and testing of fittings for leakages OK/Needs repair
(a) CP/ brass water taps in washroom OK/Needs repair
(b) Process water points OK/Needs repair
(c) PVC inlet connection with CP / brass stop cock for OK/Needs repair
i WC flushing cisterns OK/Needs repair
ii Wash basin OK/Needs repair
iii Urinal cisterns OK/Needs repair
(d) Taps in Wash basins OK/Needs repair
(e) Shower rose with CP / brass OK/Needs repair
(f) CP water taps OK/Needs repair
i In bath OK/Needs repair
ii In WC OK/Needs repair
RFP for SELECTION OF FACILITY MANAGEMENT SERVICE PROVIDER FOR MANTRALAYA MAHANADI BHAWAN, CCIID, RAJDHANI SAROVAR, BUILDINGS AND ITS CAMPUS AT NAYA RAIPUR, CHHATTISGARH.
30
1. Building All OK/ Following deficiencies
noticed
iii In kitchen sink OK/Needs repair
iv In lab sinks OK/Needs repair
(g) CP pillar cock for wash basins OK/Needs repair
(h) Inspection of water supply pipes and control valves for leakages and
proper functioning
OK/Needs repair
(i) Union joints for water meter OK/Needs repair
(j) Check provision of water meter boxes with locking provision Good/Needs replacement
(i) Check for cracks in vitreous chinaware items :
i Wash basins Good/Needs replacement
ii Indian water closets with foot rest Good/Needs replacement
iii Indian water closet/Orissa pan Good/Needs replacement
iv European water closets Good/Needs replacement
v Laboratory sinks Good/Needs replacement
vi Urinals Good/Needs replacement
vii Fire clay kitchen sinks Good/Needs replacement
(ii) Check for satisfactory functioning of:
i Flushing cistern for water closets OK/Needs repair
ii Flushing cistern of Urinals and CP spreader pipes OK/Needs repair
(iii) Check for provision of CI frame and cover for valve chambers
(k) Hydraulic pressure testing of GI Pipes Test report to be enclosed
4.2 CI Soil waste piping :
(i) Check for provision of CP gratings for Nahani traps/floor traps OK/Needs repair
(ii) Provision of slopes in floor finish of bath rooms towards floor
trap/Nahani trap
OK/Needs repair
(iii) Check for leakages in bottle traps of WHB OK/Needs repair
(iv) Check of leakages in CP waste couplings and provision of CP OK/Needs repair
chain and rubber plug for:
i Wash basins/sinks OK/Needs repair
ii Kitchen sinks OK/Needs repair
iii Lab sinks OK/Needs repair
(v) Check for leakages in joints and inspection doors of CI soil/ waste pipe
stacks
OK/Needs repair
(vi) Check provision of vent cowls for CI soil/waste pipe stakes OK/Needs repair
(vii) Check provision of CI manhole frame and cover for gully traps and OK/Needs repair
RFP for SELECTION OF FACILITY MANAGEMENT SERVICE PROVIDER FOR MANTRALAYA MAHANADI BHAWAN, CCIID, RAJDHANI SAROVAR, BUILDINGS AND ITS CAMPUS AT NAYA RAIPUR, CHHATTISGARH.
31
1. Building All OK/ Following deficiencies
noticed
inspection chambers
(viii) Open all water taps and check for free flow of waste water from each
sanitary fitting upto inspection chamber and check flow of waste water to
main sewer
OK/Needs repair
(ix) Water test/smoke testing of CI soil/waste pipes Test report to be enclosed
5. External WS System
5.1 Distribution System
(i) Check for leakages and ensuring free flow from ferrule to OH tanks on
buildings
Test report to be enclosed
(ii) Check material of pipes used in distribution system Test report to be enclosed
(iii) Type of joints provided Test report to be enclosed
(iv) Check for anchor blocks provided Test report to be enclosed
(v) Record of Hydraulic test pressure for distribution pipe Test report to be enclosed
5.2 Water Tanks
(i) Test for water tightness in tank, pipes, joints, valves OK/Needs repair gradually
(ii) Device for pipe openings of washout and outlet inside tank Provided/Needed to be provided
(iii) Check functioning of water level indicator OK/Not OK
(iv) Mosquito proof netting for vent pipes Provided/To be provided
(v) Concrete flash pad for overflow cum washout pipe and lead channel Provided/To be provided
(vi) Check for handrails, access ladder to ensure safety requirements OK/Needs improvement
(vii) Check for proper clamping of pipes inside the lower shaft OK/Needs improvement
5.3 Under Ground Tank
(i) Check for water tightness Satisfactory/Not satisfactory
(ii) Provision of vent pipe Provided/Not provided
(iii) Locking arrangement for inspection Manhole Provided/To be provided
6. External Sewerage
(i) Check for leakage test Test report to be enclosed
(ii) Check for invert level of Manholes and gradient of sewers OK/Needs modification
(iii) Check for free flow in sewers OK/Not OK
(iv) Provision of ladders in deep manholes Provided /To be provided
(v) Check for Manhole covers Provided /To be provided
RFP for SELECTION OF FACILITY MANAGEMENT SERVICE PROVIDER FOR MANTRALAYA MAHANADI BHAWAN, CCIID, RAJDHANI SAROVAR, BUILDINGS AND ITS CAMPUS AT NAYA RAIPUR, CHHATTISGARH.
32
Annexure - 21
Temporary function at VVIP Buildings
Project Coordinator / Ex. Engineer (C) & (E) to discuss the arrangement with the designated officer incharge of the function.
1 Date, time, venue and period of function
2 Shamianarequirementlopen air.
3 SeatsIChairs requirement.
4 No. of Microphones requirement.
5 Microphone standIDesklPodium requirement.
6 Lighting arrangement with special fittings, air Circulators, pedestal fans.
7 Standby power arrangement.
8 Duplicate source of supply with change every witch
9 Durries/carpets/pillows/cots
10 Intimation to NDMC/MCD about water continuity.
11 Intimation to NDMCIDESU about electricity continuity and operation of streetlroad lights wherever necessary.
12 Drinking water arrangement - Cold waterltanker etc., ice requirement, water lines/leakage tests.
13 Catering arrangement.
14 Special electric power for catering purposes.
15 Standby amplifier and mixer with manual change over.
16 Battery operated amplifier(Additiona1)
17 Whether generating set to be in operation at the time of function?
18 Music/tapes arrangement.
19 Position of loud speakers.
20 Tape recording facilities of the proceedings
21 Video recording requirement.
22 Extra power outlets for A.I.R./Doordarshan.
23 Special enclosures for press/MPs/Ministers
24 Power requirement for metal detectors. 'X' Ray machines and locations
25 Flower decoration requirements
26 Bouquet requirements
27 Loss flower petal requirements
28 Security/Safety in case of rain.
29 Security lights, street lights - Status.
30 Whether working and lamps duly replaced wherever required
31 Any covered area needing temporary air Conditioninglair cooling
32 HTILT Supply for the function checked for proper operation including terminations/contacts
RFP for SELECTION OF FACILITY MANAGEMENT SERVICE PROVIDER FOR MANTRALAYA MAHANADI BHAWAN, CCIID, RAJDHANI SAROVAR, BUILDINGS AND ITS CAMPUS AT NAYA RAIPUR, CHHATTISGARH.
33
33 All fuses of right size and category provided in switchedfeeder pillars1 switch boardddistribution boards including connection.
34 Switches and boards in open area are covered and properly made weather proof.
35 Cables and wires laid overhead or in ground are safe md trip free.
36 Standby generating set supply tested for automatic operation or on load as the case may be.
37 All contacts/switch boards/wiresl cables/pillars checked for perceptible heating and remedial action taken
38 Souvenir to be printed or circulated.
39 Any escort to be arranged.
40 Vehicle to be arranged.
41 Installations checked by any other official
42 Temporary water taps or Urinals (GentsILadies) required.
43 Prior intimation to A.I.R/Doordarshan/ Press to be given by CPWDIClient.
44 Has security personnel been consulted on the arrangement
45 How many hourslday before the actual function. Al the above arrangements are required to be made.
46 Do you have a list of telephone nos. of officelresidence of JE/AE/EE/SE/CE and DD(H)/AD(H)/other departments like secuiity/client/NDMC/DESUlMCD who are concerned with the function?
47 Do you have some emergency wires, cables, spares and lamps for immediate replacement of any tern if required?
48 Has fire service been informed and portable fire extinguishers provided at site with sand buckets?
49 I as First Aid Box for emergency medical aid kept at site?
50 Car calling system provided or not?
51 Any other service expected by the designated officer for the function
52 Any other service expected by the designate'd officer for the function?
(a) Arrangements as stated above have been made, duly checked and found to be in satisfactory condition.
(b) The arrangements have also been checked by on at time and found to be satisfactory.
Date/Time. ……. Project Coordinator Date/Time. E.E.
RFP for SELECTION OF FACILITY MANAGEMENT SERVICE PROVIDER FOR MANTRALAYA MAHANADI BHAWAN, CCIID, RAJDHANI SAROVAR, BUILDINGS AND ITS CAMPUS AT NAYA RAIPUR, CHHATTISGARH.
34
Annexure - 22
GUIDELINES FOR VARIOUS PROVSIIONS TO PREPRE ANNUAL MAINTENANCE ESTIMATES FOR HORTICULTURE WORKS
1 Provision of W.C. staff As per approved yardstick of 1989.(Annexure 13)
2 Salary and allowances of W.C. Staff chargeable to works
Admissible as per Govt. orders in force. Allowances, Bonus etc. to be calculated on the mean pay of minimum and maximum of pay scale. In case, more than 50% staff is drawing salary at the maximum of scale, it should be calculated on maximum of the scale.
3 Provision for casual labour for seasonal operations.
6/l 211 8 unit PAPA (per acre per annurn).
4 Sundries Rs.5PA/PM (Per acre per month). 5 Uniforms/Liveries/Shoes etc As per instructions of Deptt. Of Personal and Public
Grievances & instructions of D.G.(W) issued time to time. 6 Soap/Dusters do- 7 Sludge ManureICow dung manure
For HORs, GOBs, Type I to VI flats, Samadhis, Offices, Hospitals, Prestigious worksplayground etc.
0.003 cum per sqm. Over the surface i.e.4000 x 0.003 =12 cum per acre.
8 Good Earth For HORs, GOBs, Type I to qI flats, Samadhis, Offices, Hospitals, Prestigious works Playground etc.
0.003 cum per sqm over the surface i.e.4000 x0.003 per cum = 12 cum per acre
9 Fertilizers For HORs, GOBs, Type I to JI flats, Samadhis, Offices, Hospitals, Prestigious works Playground etc.
Urea : Four applications (Nov., Dec., Jan.,& Feb.) 10 gms. Per sqm. for garden area i.e. 40 gms. persqm. 4000 x 40 = 160 kgs..per acre. 1000 DAP:DAP, Bonemeal, Oilcake, Agro etc' combined @- 100kgs per acre i.e. 1 quintal per acre
10 Empty Earthen Pots a) HORs etc. b) Parks etc
@ Rs. 1800/-per acre/year Rs. 900/- per acre/year
11 Cement pots a) HORs etc. b) Parks etc
Rs. 6001- per acrelyear @ Rs. 2501- per acrelyear
12 Roses a) HORs
Rs. 1125 per area per year.
13 Shrubs. Trees, Fruit Plants, other plants HORs/GOBs etc
Rs. 800/- per acre/year
14 Guidelines for Road side plantation Materials required Manure/Sludge/Cow dung Concentrated Organic Manure (Two applications)
@ 5 cum for I00 trees @ 5 cum for 1200 shrubs @ 2 Quintal for I00 Trees @ 2 quintal for 200 shrubs
15 Trees & Shrubs required for mortality replacement 1st 3 Years of plantation Beyond 3 years of plantation
25% of the total plantation 10% of the total plantation
Provision for items not mentioned above may be made as per actual requirement for specific reasons
RFP for SELECTION OF FACILITY MANAGEMENT SERVICE PROVIDER FOR MANTRALAYA MAHANADI BHAWAN, CCIID, RAJDHANI SAROVAR, BUILDINGS AND ITS CAMPUS AT NAYA RAIPUR, CHHATTISGARH.
35
Annexure 1
Complaint Registration Form
1 Flot No. …………………………………………………………………………………..
2 Name of the allottee …………………………………………………………………………………..
3 Nature of complaint …………………………………………………………………………………..
Dated:-
Signature & Name of the complainant
…………………………………………………………………………………..………………………………………………………
…… Received Complaint for Float/Quarter No. ……………………………….M/C Numbered
Dated:-
Signature of Receiving Officer
.
RFP for SELECTION OF FACILITY MANAGEMENT SERVICE PROVIDER FOR MANTRALAYA MAHANADI BHAWAN, CCIID, RAJDHANI SAROVAR, BUILDINGS AND ITS CAMPUS AT NAYA RAIPUR, CHHATTISGARH.
36
Annexure - 25
REVIEW OF PERFORMANCE OF SERVICE CENTRES
DIVISION : ………………………………………………… NAME OF Chief Supervisor
PERIOD OF REVIEW
………………………………………………… NAME OF Shift Supervisor
I. DETAILS OF JURISDICTION
SI. No. OFFICE BUILDING Residential Accommodation
Name of office Building
Plinth Area in Sq.m.
Type Nos. Plinth Area in Sqm.
Type-I
Type-II
Type-III
Type-IV
Type-V
Type-VI
Type-VII
Type-VIII
Unclassified
Total Plinth Area : Total Plinth Area :
RFP for SELECTION OF FACILITY MANAGEMENT SERVICE PROVIDER FOR MANTRALAYA MAHANADI BHAWAN, CCIID, RAJDHANI SAROVAR, BUILDINGS AND ITS CAMPUS AT NAYA RAIPUR, CHHATTISGARH.
37
II. DETAILS OF WORKS CARRIED OUT THROUGH CONTRACT Rates
SI.NO. Name of work as per T/S
AgreementIWork Order Expenditure incurred
Works executed in brief
--
Reference of complaints attended
No. Amount
RFP for SELECTION OF FACILITY MANAGEMENT SERVICE PROVIDER FOR MANTRALAYA MAHANADI BHAWAN, CCIID, RAJDHANI SAROVAR, BUILDINGS AND ITS CAMPUS AT NAYA RAIPUR, CHHATTISGARH.
38
Annexure - 25
II. DETAILS OF WORKS CARRIED OUT BEYOND CONTRACT RATES
Work charged Staff Persons Engaged on Work OrderIHand Receipt Details of Materials required
Exyenditure on Estt. Expenditure on Establishment
Category Total Nos.
Monthly salary
Over time
No. of complaints
Category Total Nos.
Monthly salary
Over time
No. of complaints attended
Reference of Agreements/
Supply Orders
Expdr. Incurred
Details of materials procured
Details of materials consumed
1 2 3 4 5 6 7 8 9 10 11 12 13 14
1
2
3
RFP for SELECTION OF FACILITY MANAGEMENT SERVICE PROVIDER FOR MANTRALAYA MAHANADI BHAWAN, CCIID, RAJDHANI SAROVAR, BUILDINGS AND ITS CAMPUS AT NAYA RAIPUR, CHHATTISGARH.
39
Annexure - 25
III. ABSTRACT OF RECEIPTS & DISPOSAL OF COMPLAINTS No. of Complains received No. of Complaints attended Complaints pending
From S1. No. To S1. No. Total receipts
Through W.C. Staff
Through Person on W.O./H.R.
Through Contract Total NO. Date of oldest pending complaint
1 2 3 4 5 6 7
RFP for SELECTION OF FACILITY MANAGEMENT SERVICE PROVIDER FOR MANTRALAYA MAHANADI BHAWAN, CCIID, RAJDHANI SAROVAR, BUILDINGS AND ITS CAMPUS AT NAYA RAIPUR, CHHATTISGARH.
40
2012 Annexure-1
DUTY CHART OF HORTICULTURE SUPERVISOR
Time Functions
8:45 Report duty. Perusal of Artisan Diary, Instruction of workmen
9:00 Marking attendance of Artisans and issuing materials duly accounted for release and surplus materials
9:20 Attending personal representations from tenants (Licensees) ++
9:45 Discussions with Chief supervisor About complaints
10:00 Supervision and inspection of works
13:00 Lunch Rest
14:30 Supervision and inspection of works
15:30 Attending office work.
17:00 Marking attendance and closing time 8 hours 15 minutes effective supervision time 4 hours
++ New Classification added.
RFP for SELECTION OF FACILITY MANAGEMENT SERVICE PROVIDER FOR MANTRALAYA MAHANADI BHAWAN, CCIID, RAJDHANI SAROVAR, BUILDINGS AND ITS CAMPUS AT NAYA RAIPUR, CHHATTISGARH.
41
2012 Annexure-2
ACKNOWLEDGEMENT TO COMPLAINT
No. ……… Dated………………………..
To,
Ref: Your Complaint No………………. Dated…………………… For Flat/Quarter No……………
Dear Sir,
The subject complaints as acknowledged. Necessary action be being taken to fix-up an agency for attending to the same. We will revert to you no Sooner we are in a position to take up the subject complaint. I request you to kindly bear with us. However, the complaint is likely to be attended in next……… months
Your faithfully.
(Help Desk Supervisor)
RFP for SELECTION OF FACILITY MANAGEMENT SERVICE PROVIDER FOR MANTRALAYA MAHANADI BHAWAN, CCIID, RAJDHANI SAROVAR, BUILDINGS AND ITS CAMPUS AT NAYA RAIPUR, CHHATTISGARH.
42
Annexure-3 Service Centre………………………………..
Date
Unit to which transferred :
S.No. Room No. Ref. of Orgl. Complaint (No. & Date)
Balace work to be attended by the receiving unit
Classfication Remarks
No delay Other
Supervisor
Recd: Complaint Transfer Memo.
M/c Numbered Date:
(Supervisor)
RFP for SELECTION OF FACILITY MANAGEMENT SERVICE PROVIDER FOR MANTRALAYA MAHANADI BHAWAN, CCIID, RAJDHANI SAROVAR, BUILDINGS AND ITS CAMPUS AT NAYA RAIPUR, CHHATTISGARH.
43
Annexure-4
WORKERS NOTE BOOK
2012
S.No. S.No. of
Complaint Building No. and Colony Nature of complaint
Details of Work Done
Balance work if any
Sing of worker
Sign. Of occupant
Remarks
1 2 3 4 5 6 7 8 9
RFP for SELECTION OF FACILITY MANAGEMENT SERVICE PROVIDER FOR MANTRALAYA MAHANADI BHAWAN, CCIID, RAJDHANI SAROVAR, BUILDINGS AND ITS CAMPUS AT NAYA RAIPUR, CHHATTISGARH.
44
MIS - M -1- AE
DAY TO DAY COMPLAINTS (To be reported by Project Head/Team Leader to EE/EC monthly)
Sub Division : Division :
Month :
S.No. Service Centre No. of complaints received No. of
complaints attended in the
month
Complaints pending at the end
of the month
Remarks -reasons for delay in
attending the complaints, -assistance required.
B/F from previousmonth Received during the month
No. Date of oldest complaint
1 2 3 4 5 6 7 8
X- Service Centre
Y- Service Centre
RFP for SELECTION OF FACILITY MANAGEMENT SERVICE PROVIDER FOR MANTRALAYA MAHANADI BHAWAN, CCIID, RAJDHANI SAROVAR, BUILDINGS AND ITS CAMPUS AT NAYA RAIPUR, CHHATTISGARH.
45
MIS-M-2-AE
SPECIAL REPAIRS AND ADDITIONSIALTERATIONS COMPLAINTS (To be reported by Project Head/Team Leader to EE/EC monthly)
Sub-division :
Division : Month:
No. Group of RepairdAdditions & Alterations
No. of complaint Complaints attended(No.) Complaints pending Remarks - reasons of delay - assistance
required. B/F from previous month
Rcd. In the month month
Target for Qtr
Attended in the month
Attended in the qtr
No. Date of Oldes Complaint
1 2 3 4 5 6 7 8 9 10
X - Service Centre a) Special Repairs i) iii)
b) AdditionsIAlterations i) iii)
Y - Service Centre a) Special Repairs i) iii)
b) AdditionsIAlterations i) iii)
RFP for SELECTION OF FACILITY MANAGEMENT SERVICE PROVIDER FOR MANTRALAYA MAHANADI BHAWAN, CCIID, RAJDHANI SAROVAR, BUILDINGS AND ITS CAMPUS AT NAYA RAIPUR, CHHATTISGARH.
46
MIS-M-3-AE
PERIODICAL REPAIRS (To be reported by Project Head/Team Leader to EE/EC monthly)
Sub Division :
Division : Month :
Particulars Target for the quarter (No. of qtrs./Area)
Progress(%) during the month & quarter Remarks - Programme, action etc. External Internal Externa Int.wall finishing Int.door&window painting
/fan & DB Painding
Wall Finishing
Door & Window painting/ fan & DB painting
In the month
In the qtr
In the month In the qtr. In the month
In the qtr
1 2 3 4 5 6 7 8 9 10 11
X - Service Centre a) Residential (No, of qtrs./Colony) b) Non-residential (Name of building)
Y -Service Centre a) Residential (No. of qtrs./Colony) b) Non-residential (Name ofiuilding)
RFP for SELECTION OF FACILITY MANAGEMENT SERVICE PROVIDER FOR MANTRALAYA MAHANADI BHAWAN, CCIID, RAJDHANI SAROVAR, BUILDINGS AND ITS CAMPUS AT NAYA RAIPUR, CHHATTISGARH.
47
MIS -M - 3 - EE
PERIODICAL REPAIRS (To be reported by Project Head/Team Leader to EE/EC monthly)
Mantralaya/CCIID/RS : Location :
Month :
Particulars Target for the quarter (No. ofqtrslarea)
Progress(%) during the month & quarter Remarks-
Programme, action etc.
External Internal External Int.wall finishing Int.door&window painting lfan&DB
painting Wall finishing
Door&window Painting Fan & DB painting
In the month
In the qtr. In the month
In the qtr. In the month
In the qtr.
1 2 3 4 5 6 7 8 9 10 11
X - Sub Division a) Residential (No. of qtrs./Colony) b) Non-residential (Name of building) Y - Sub Division a) Residential (No. of qtrs./Colony) b) Non-residential (Name of building)
RFP for SELECTION OF FACILITY MANAGEMENT SERVICE PROVIDER FOR MANTRALAYA MAHANADI BHAWAN, CCIID, RAJDHANI SAROVAR, BUILDINGS AND ITS CAMPUS AT NAYA RAIPUR, CHHATTISGARH.
48
MIS-M-4-EE
DAY TO DAY COMPLAINTS, SPECIAL REPAIR AND ADDITIONSIALTERATIONS COMPLAINTS (To be reported by EE/EC to SE and SE(E) to CE(E) monthly)
Circle : Zone :
Month:
S.No. Category of repairs No. of complaints attended
Complaint of panding
No. Date of oldest complaint
1 2 3 4 5
X - Division a) Day to day Complaints b) Special Repairs c) Additions/Alterations
Y - Division a) Day to day Conlplaints b) Special Repairs c) Additions!Alterations
MAINTENANCE INFORMATION SYSTEM
GUIDELINES FOR FILLING UP THE MAINTENANCE REPORT FORMATS
Maintenance information system envisages submission of maintenance complaint returns by the officers at the level of Assistant Engineers, Executive Engineers and Superintending Engineers. Three returns have been prescribed for Assistant EngineerIAssistant Engineer (E), three for Executive engineerlexecutive Engineer (E) and one for Superintending Engineerlsuperintending Engineer (E). The retums will be origiwted by Asst.Engineer/Asst.Engineer(E) which will be compiled by EEs and SEs for sending to their respective controlling officers. The returk will include under mentioned three categories of complaints.
1) Day to day complaints
2) Special Repairs and AdditionsIAlterations Complaints
3) Periodical Repairs Complaints
Although the Special Repair complaints and AdditionsIAlterations Complaints are of different nature, only one return has been prescribed for these two complaints at the level of AE and EE. The returns have been prescribed only for Civil and Electrical Complaints. Similar returns will be finalised by Director of Horticulture for the Asst.Director, Deputy.Directors and Additional director Director of Horticulture for the Horticultural complaints. Following guidelines are given for completing the returns relating to above categories of Civil and Electrical complaints.
1. Day to day Complaints
Assistant Engineers /Assistant Engineers(E) will send the day to day copplaints to the EE/EE(E) respectively, separately for all the Service Centres under them. The day to day complaints will be grouped tradelworker wise as under :
Civil Electrical
1. Plumber 1. Electrician
2. Sewer man 2. Lift
3. Mason 3. Pumplmotor
4. Carpenter 4. AC/Coolers
RFP for SELECTION OF FACILITY MANAGEMENT SERVICE PROVIDER FOR MANTRALAYA MAHANADI BHAWAN, CCIID, RAJDHANI SAROVAR, BUILDINGS AND ITS CAMPUS AT NAYA RAIPUR, CHHATTISGARH.
49
5. Others 5. Fire alarm
6. Wet riser
7. Miscellaneous
These complaint groups will be prepared by the AEs separately in the complaint registers. Total of all the complaints however will be indicated in the return. The remarks column will indicate the type of pending oldest complaint along with the reasons for the delay and assistance required. Executive engineers and Superintending Engineers will indicate these complaints in the return formats separately for each Sub- Division and Divisions respectively.
2. Special Repairs and AdditionsIAlterations Complaints
a) Special Repairs Complaints
AE level officers will indicate these complaints Service Centre wise. Similarly the EE level and SE level officers will indicate these subdivision wise and division wise respectively. Total number of complaints received will include the complaints received from the allottees, as well as observed by the officers during their inspections and surveys conducted. The complaints will be indicated group wise. Groups of Civil and Electrical complaints are indicated as under:
Civil Electrical
1 Structural Repairs i/c Concrete work, brick work etc.
1 Wiring/Switches/Light/Power points
2 finishing woks i/c Plastering, Flooring etc.
2 Fittings and fixtures
3 Wood work 3 D.B., Panels, Controls
4 Steel Work 4 Window Coolers/AC
5 Sanitary and Water supply 5 Life Pump/Generator
6 Water proofing treatment 6 AC PlantPackage plant
Remarks Column will indicate the group of oldest pending complaint, reasons for delay, assistance required
b) AdditionsIAlterations complaints
Similar system as for special repairs complaints will be followed for AdditionslAlterations Complaints also. Type of AdditionslAlterations complaints for Civil and Electrical are indicated below:
ADDITIONS / ALTERATIONS WORKS
CIVIL ELECTRICAL
A) Items of 10% of payment A) Items of 10% payment
1. Covering of verandah 9. Window grills 1.PowerAight points
2. Renovation of kitchen 10. Additional cupboard 2. A.C. Socket
a) Sink 3. Light bracket
b) Drainage Board 11. Magic eye in door 4. Flourescent tube
c) Kota StoneIMarble on cooking slab 5. Call bell
d) Tiles B) Items of 20% payment
e) Breeing of chimney 1. Bamboo thattis B) Items of 100% payment
f) Shelves renovation 2. Collapsible shutters in staircase
1. Additional Ceiling fadexhaust fan
3. Toilet renovation 2. Additional light and compound light
a) Kota Stone/Marble/Tiles flooring 3. Flood light
RFP for SELECTION OF FACILITY MANAGEMENT SERVICE PROVIDER FOR MANTRALAYA MAHANADI BHAWAN, CCIID, RAJDHANI SAROVAR, BUILDINGS AND ITS CAMPUS AT NAYA RAIPUR, CHHATTISGARH.
50
b) Tiles in dado C) Items of 100% payment 4. Heaters/geysers/booster pump
c) Chrom plated fittings A/A in wiring and plumbing work
5. Compact flourescent lamp and
3. A) Wash basin 1 . Changing of W .C. fitting
b)Looking Glass 2. Pavement 6. Change of cable from feeder pillar
c) Glass shelves 3. Change of flooring
4. Wall finishes
5. a) Pelmet 5. Change of colour scheme
b) Curtain rod 6. Partitions
6. Water tank
7. a) Fencing
b)Gate
8. Wire gauge shutters 7. Temporary shed 7. to house.
3. Periodical Repairs Complaints
AE,EE and SE will indicate these complaints Service Centre wise, Sub-division wise and Division wise respectively in their returns. The Assistant Engineers will draw the programme for the year for attending these complaints. The yearly programme will be drawn on the basis of the number of quarterslcolony in case of residential buildings and names of the building in case of non-residential buildings which are due for theserepairs during the year. Yearly programme will be broken down into quarterly programme and on the basis of the quarterly programmes, targets will be set. These targets for the quarter will be indicated in the return. The target can be in the form of number of quarters for the residential and square metres of the finishing for the non-residential buildings. Civil repairs may include external wall finish, internal wall finish ,doorlwindow paintings where as for electrical the periodical repairs may include the painting of fans and DBs. The list is only indicative and if more items of periodical repairs are carried out the officers will include them in the returns. The progress achieved will be indicated in %progress made during the month as well as progressive in the quarter vis-a-vis the targets set for the quarter for different type of finishes.