Society for Applied Microwave Electronics Engineering &Research (SAMEER), Kolkata Centre(R & D Laboratory of Ministry of Electronics & Information Technology, GOVT.OF INDIA)Plot- L2, Block -GP, Sector-V, Salt Lake Electronics Complex, Kolkata-700091,INDIA / Ph Nos.:+91-33-2357-2850/4875/4894, Fax: +91-33-2357-4950, Email:[email protected]
TENDER DOCUMENT
FOR
SUPPLY, INSTALLATION, TESTING AND COMMISSIONING OF
“WET RISER CUM DOWN COMER FIRE HYDRANT SYSTEM”
AT
SAMEER KOLKATA CENTRE
Tender Ref No. SMR(K)/335/Fire-Hyd/S-V/19 1/21
NOTICE INVITING TENDER
NIT No. SMR(K)/Fire/01/19-20
Dated : 16th May, 2019
Offiicer-In-Charge of SAMEER Kolkata invites sealed tender (Two bid system) from the
experienced and resourceful contractor for supply, installation, testing and commissioning of
Wet Riser Cum down comer Fire Hydrant System and obtaining NOC (No Objection
Certificate) from West Bengal Fire & Emergency Services (WBFES), Govt. of West Bengal.
NAME OF WORK: Supply, installation, testing and commissioning of Wet riser cum down
comer Fire Hydrant System for SAMEER Kolkata Centre”
Site of Work: SAMEER Kolkata Centre, Plot-L2, Block GP, Sec-V, Salt Lake Electronics
complex, Kolkata-7000091
Estimated Cost: Rs 14,00,000.00 /- (Rupees fourteen Lakhs only)
Tender Fees: Rs. 590.00 including GST @18% (Rupees five hundred ninety only)
Earnest Money (EMD): Rs. 35,000.00 (Rupees thirty five thousand only)
Tender Ref No. : SMR(K)/335/Fire-Hyd/S-V/19
Date of publication : 20th May, 2019
Bid submission start date : 5th June, 2019
Last date for submission of Tender/ Bid : 10th June, 2019Date & time of opening of Technical Bid : 12th June, 2019 at 11 A.M.
Date & Time of opening of financial bid : will be intimated to the technically qualified
contractor
For uploading tender document please go to website: kolkata.sameer.gov.in/www.eprocure.gov.in. All updates/corrigendum/amendment will be uploaded at these sites only.
=======================================================================================================================
Society for Applied Microwave Electronics Engineering & Research (SAMEER)(R & D Laboratory of Ministry of Electronics & Information Technology, Govt. of India)Plot-L2, Block-GP, Sec-V, Salt Lake Electronics Complex, Kolkata-7000091
Tender Ref No. SMR(K)/335/Fire-Hyd/S-V/19 2/21
Tender Ref No. : SMR(K)/335/Fire-Hyd/S-V/19 Date of publication : 20th May, 2019
CONTENT__________________________________________________________________________
Page No.
1. Section -I : General Instruction for submitting the Bid 4- 10
2. Section -II : Technical Description 11-13
3. Section-III : Terms & Conditions 14-20
4. Section -IV : Price Bid 21-26
---------------------------------------------------------x------------------------------------------------------
Tender Ref No. SMR(K)/335/Fire-Hyd/S-V/19 3/21
SECTION-I
(Tender Ref. No.: SMR(K)/335/Fire-Hyd/S-V/19 )
General Instruction for
submitting the Bid
Tender Ref No. SMR(K)/335/Fire-Hyd/S-V/19 4/21
SECTION-I
INSTRUCTION FOR SUBMITTING THE OFFER
Introduction :
Society for Applied Microwave Electronics Engineering and Research (SAMEER)
Kolkata Centre is a premier institute of Ministry of Electronics & Information Technology,
Govt. of India.
Sealed Tenders are invited in two parts (Technical bid and Price Bid) for the
following work :
Sl.
No
Description of work Address of site to be installed
the system
1. Supply, installation, testing and
commissioning of Wet riser cum down comer
Fire Hydrant System
Plot-L2, Block-GP, Sec-V, Salt
Lake Electronics Complex,
Kolkata-700091
1. Tender document can be collected from the Accounts Section of SAMEER Kolkata
located at Plot-L2, Block-GP, Sec-V, Salt Lake Electronics Compelx, Kolkata–700091
between 1.30 PM to 4.30 PM on payment as tender fee on all days except Saturdays and
Sundays and Public Holidays or may be downloaded from websites www.sameercal.org /
www.eprocure.gov.in
2. Non-refundable Tender fee of Rs. 590.00 (Rupees five hundred ninety only)
including GST@18%. Tender fee of Rs. 590.00 should be paid by cash or Demand Draft
drawn in favour of SAMEER Kolkata Centre payable at Kolkata. In case tender document
is downloaded from website, tender fee can be submitted along with Technical Bid.
Tender document without tender fee will not be considered.
3. EARNEST MONEY DEPOSIT (EMD) :
i. Bidders shall be required to deposit with their bids an Earnest Money Deposit
(EMD) of Rs. 35,000.00 (Rupees thirty five thousand only) in the form of DD (Demand
Draft) in favour of “SAMEER Kolkata Centre” payable at Kolkata and it should remain
valid 45 days beyond the bid validity period.
Tender Ref No. SMR(K)/335/Fire-Hyd/S-V/19 5/21
ii. EMD shall be returned without interest to the unsuccessful Bidders within a
period of 1 (one) month from the date of issue of the Work Order to the successful
bidder. For successful bidder EMD will be refunded (without interest) on
submission of the performance security.
iii. EMD should be submitted along with Technical Bid failing which tender will be
rejected.
iv. EMD shall be forfeited in the following cases:
a) If the bidders withdraw / alter its bids during the bid validity
period.
b) If any information or document furnished by the bidder turns out to
misleading or false in any respect.
c) If the successful Bidder fails to accept the Work Order within
stipulated time mentioned in work order.
v. EMD may be exempted as per rules imposed by MSME.
4. Performance Security : The contractor is required to submit a deposit as
Performance Security of 5% (five percent) of contract value within 15 days on acceptance
of the Work Order. The details have been referred in Terms & Conditions.
5. Tender is to be submitted in two separate sealed covers superscribed as “Technical
Bid” and “Price Bid” respectively and both these sealed covers are to be put in a bigger
envelope which should also be sealed and duly superscribed. Tender reference including
due date should be clearly mentioned on all covers. Name and address of the vendor
should be mentioned at back side of all covers.
6. Site visit : For site visit vendors are requested to contact our concerned engineer
(Ph: 033-2357-4875). The vendor has to visit the site and understand the details of the
scope of work, site condition, existing set-up at site before preparing the bid. Non-
familiarization of site condition shall not be considered for late execution of the work nor
for cost–overrun for the specified contract.
7. TENDER DOCUMENTS : Tender Documents comprise two parts viz. Technical
Bid and Price Bid. Technical Bid: consists of a) Invitation of Tender b). General
Instruction c) Terms and conditions d) Technical details. Price Bid contains Price as per
bill of quantity
8. VALIDITY OF OFFER : Tenderers shall keep their offer valid for a period of 90
days from the due date of submission of tender.
Tender Ref No. SMR(K)/335/Fire-Hyd/S-V/19 6/21
9. PRE-QUALIFICATION CRITERIA : Eligibility will be based on meeting the
following criteria as mentioned below. Bidders must enclose the documentary evidence in
support of qualifying requirement as follows along with the technical bid:
Average Annual Turnover of the tenderers during last three financial years (up to
2017-2018) shall not be less than Rs. 25 lakhs. Audited balance sheet for the last three
years should be submitted.
Contractor should have at least the following working experience with Central
Govt./State Govt/ Autonomous govt. bodies/PSU during the last 7 years as on 31st March,
2019. In support of experience Work Order / agreement with completion certificate should
be submitted along with technical bid. The tenderer should have successfully completed
work of similar nature of following value in last five 7 years as on 31st Jan, 2019:
a) 3 Works each costing not less than Rs. 6.00 Lakhs (Rupees six lakh only) OR
b) 2 works each costing not less than Rs. 8.00 (Rupees eight lakh only) OR
c) 1 work costing not less than Rs. 11.00 (Rupees Eleven Lakh only)
LIST OF PROJECTS WHERE IDENTICAL / SIMILAR TYPE OF WORK EXECUTED
(similar work referred here supply , and commissioning of Fire Wet Riser Cum
down comer Fire Hydrant System)
Srl No. Name of organizationwith full address and
phone No.
Location Year of workexecuted
Value ofthe work
Copy of the last 3 financial years IT return to be submitted
Copy of valid PAN
Valid GST registration Certificate
PF & ESI : Valid registration certificate and copy of upto date payment.
AFFIDEVIT : Bidders must submit declaration in the form of notarized affidavit on
non-judicial stamp paper that they are not blacklisted by Govt. bodies(Central/State)/PSU/
any other statutory bodies fully/partly governed by Govt.
Tender Ref No. SMR(K)/335/Fire-Hyd/S-V/19 7/21
10. LATE BIDS : Tender/ Bid must be submitted within due date. The same received
via email / fax will not be considered. SAMEER is not responsible for non-receipt of
quotation due to postal delay, loss in transit etc. for any reason whatsoever.
11. Canvassing in any form will entail disqualification. Tender forms are not
transferable.
For any technical clarification please contact our concerned Engineer, Shri Sourav
Sarkar, Electrical Engineer, by phone (033-2357-4875 /4894) or email to
([email protected] ) and CC to ([email protected])
The completed Tender document should reach the following address on or before the
closing date :
Please note that any corrigendum/addendum in this Tender document will be hosted only
in the websites i.e www.sameercal.org and www.eprocure.gov.in
SAMEER- Kolkata Centre (Dept. of Electronics & Information Technology, Ministry of Electronics & Information Technology, Govt. of India)Plot L2, Block GP, Sector V, Salt Lake Electronics Complex, Kolkata-700091, INDIATelephone Nos.:091-33-2357-4875/4894, Fax: 091-33-2357-4950
-----------------XX-----------------
Tender Ref No. SMR(K)/335/Fire-Hyd/S-V/19 8/21
LETTER FROM CONTRACTOR
TO BE SUBMITTED ALONG WITH TECHNICAL BID
(Using contractor`s official letter head)
From,
M/s. __________________________
________________________________________________
_______________________________________________
To Date : The Officer-In-Charge
SAMEER- Kolkata Centre(Dept. of Information Technology, Ministry of Communications & Information Technology, Govt. of India)Plot L2, Block GP, Sector V, Salt Lake Electronics Complex, Kolkata-700091, INDIA
Subject: Submission of Techno- commercial and Price bids
Tender Ref No : SMR(K)/335/Fire-Hyd/S-V/19 dated 20th May, 2019
Dear Sir,
I/We hereby submit the tender for execution of the works for “Supply, installation
testing and commissioning of Wet Riser Cum down comer Fire Hydrant System at SAMEER
Kolkata” after going through the TENDER DOCUMENT.
Should this tender be accepted and work order is placed on me / us we hereby agree to
abide by and fulfill all terms and conditions as per referred tender.
Authorized Signature With Seal.
Tender Ref No. SMR(K)/335/Fire-Hyd/S-V/19 9/21
CHECK LIST FOR SUBMISSION OF TECHNICAL BID
A. Technical Bid contains the following:
1) Tender fees
2. Earnest Money Deposit (EMD)
3) Submission of a copy of Sec-III (Terms & Conditions) & Sec-II (Technical Description)
of the tender documents bearing seal and signature of authorized person on all pages as a
token of acceptance.
4) Submission of relevant documents as per qualification criteria mentioned in Sec-I.
5) Letter from contractor
B/ Price bids contains
To be submitted as per given format in a separate sealed envelope duly filling up with price quoted.
Tender Ref No. SMR(K)/335/Fire-Hyd/S-V/19 10/21
SECTION-II
(Tender Ref. No.:SMR(K)/335/Fire-Hyd/S-V/19 )
TECHNICAL DESCRIPTION
Tender Ref No. SMR(K)/335/Fire-Hyd/S-V/19 11/21
SECTION -II
TECHNICAL DESCRIPTION
General :
This Specification covers supply, installation, testing and commissioning of Wet
riser cum down comer fire hydrant system at SAMEER Kolkata Centre. All work under
this contract shall be carried out in accordance with the Technical Specifications and the
latest revision of the NBC, Indian Standards, Codes, Indian Electricity rules and also
Regulations and norms of West Bengal fire services.
A. Detailed of Scope of work:
The scope of work includes complete design, supply, installation, testing and
commissioning of Fire Hydrant System with all necessary accessories as per
requirements of West Bengal Fire & Emergency Services. Detailed scope of work are
as given below :
i. The contractor shall submit all relevant drawings, Test Certificates etc. The work
shall be commenced only after the approval of drawing by the consultants/statutory
bodies.
ii. The works shall be in full compliance with the technical specifications, relevant
codes, and to the entire satisfaction of SAMEER and WBFES.
iii. The works to be carried out under this contract shall include detailed engineering
for execution, complete procurement of materials required for the works, fabrication,
quality assurance, transporting to site, supply, storage, erection, painting and finishing
and all necessary labour and supervision for completion of the works in every detail
irrespective of whether each and every item is specifically mentioned or not.
iv. The building shall be provided with wet riser cum down comer of 100mm internal
diameter pipe line with provision of landing valves at the staircase landings at the rate of
one such riser for 1000 sq.meter of floor area. The system shall be so designed that shall
be kept charged with water all the time under pressure and capable of discharge 2400
Ltrs./min at ground floor level outlet and minimum 900Ltrs/minat the top most outlet. In
both cases the running pressure shall not be less than 3.5 Kgs/sq.cm. All other
requirements shall conform to IS: 3844-1989.
v. Provision of Hose reel in conjunction with wet riser shall be made at each floor
level and both sides of the building , conforming the relevant I.S. Specification.
Tender Ref No. SMR(K)/335/Fire-Hyd/S-V/19 12/21
vi. Provision of standard Hose Reel. Hose supplied from the overhead reservoir
through booster pump shall have to be made in all the floor of the building satisfy the
code of IS: 3844-1989.
vii. Yard Hydrant /Ring Main Hydrant with provision of four numbers of Hydrant shall
be installed surrounding the building in accordance with relevant I.S. Specification.
viii. A Terrace Pump of positive suction shall be fitted with Overhead reservoir/Tank for
the wet riser cum down comer system. Terrace Pump shall be incorporated with both
Auto and Manual starting facilities.
ix. Overhead reservoir/Tank should have capacity 25000 Ltrs. Exclusively for fire
Fighting purpose. Fire water reservoir shall have Overflow arrangement. The water
reservoir shall be kept full at all times. The pump house should have bypass
arrangement for adequately pressure during the operation of multiple hydrant/landing
valve simultaneously.
x. Obtaining No Objection Certificate (NOC) from West Bengal Fire & EmergencyServices.
xi. Preparation Necessary Schematic drawing for the Entire Fire Hydrant system.
Tender Ref No. SMR(K)/335/Fire-Hyd/S-V/19 13/21
SECTION-III
(Tender Ref. No.:SMR(K)/335/Fire-Hyd/S-V/19 )
TERMS AND CONDITIONS
Tender Ref No. SMR(K)/335/Fire-Hyd/S-V/19 14/21
TERMS & CONDITIONS: Tenderers are advised to submit their bids based on the following terms and conditions
and the order will be executed on the same terms and conditions :
1. COMMENCE OF WORK : The contractor shall have to commence the work
within 7 days from the date of acceptance of the work order. Acceptance of the contract /
work order will be given by the contractor by 7 days from the date of issue of work order/
contract.
2. COMPLETION PERIOD : The work should be executed within FORTY DAYS from
the date of acceptance of the Work Order.
3. PRICE BASIS : Unit Rate as per schedule of quantity shall remain firm & fixed
and shall not be subject to any variation till the completion of work. Price is inclusive of
Packing, Forwarding, Freight & Insurance, Installation & commissioning charges
EXCLUDING ONLY GST. GST should be quoted in separate column as mentioned in
schedule of quantity.
4. PAYMENT TERMS : 100% payment will be made as follows through NEFT/RRGS
after statutory deduction of tax at source as applicable from Bill :
i) Payment should be made based on actual measurement as per schedule of rate.
ii) 80 % of the order value shall be made against supply, installation and commissioning
of the System.
(iii) and balance 20% of the order value will be released against issuing completion
certificate of the system and submission of NOC (No Objection Certificate) obtained
from WBFES.
5. PERFORMANCE SECURITY: The contractor is required to submit a deposit as
performance security of 5% (five percent) of the total contract /order value excluding tax
within 15 days on acceptance of the Order /contract either DD in favour of “SAMEER
Kolkata Centre” payable at Kolkata or performance bank guarantee (PBG) in favour of
“Society for Applied Microwave Electronics Engineering & Research (SAMEER) Kolkata
Centre” from any commercial bank which will be valid 60 days more beyond last date of
defect liability period (DLP). No interest will be borne by SAMEER for PBG. Performance
security will be forfeited for any violation of the work order / contract. EMD amount may
be adjusted with performance security deposit.
Tender Ref No. SMR(K)/335/Fire-Hyd/S-V/19 15/21
6. Sole responsibility of the contractor to obtain NOC (No Objection Certificate) from
West Bengal Fire & Emergency Service.
7. ARITHMETICAL ERROR : Arithmetical errors shall be rectified on the
following basis: If there is any discrepancy between the unit price and total price that is
obtained by multiplying the unit price and quantity, the unit price shall prevail and the
total price shall be worked out by SAMEER and the worked out price shall be treated as
final. If there is a discrepancy between words and figures, the amount in words shall
prevail. If the supplier does not accept the correction of the errors, his bid shall be stand
rejected.
8. MEASUREMENTS AND TERMS OF PAYMENT: All items of work carried out by
the contractor in accordance with the provision of the order having a financial value shall
be entered in the measurement book / log book etc. as prescribed by SAMEER so that a
complete record is obtained of all works performed under the order and the value of work
can be ascertained and determined there from. Measurement shall be taken jointly and
every measurement thus taken shall be signed and dated by both the parties.
Payment will be made as per actual measurement of items works after completion
of work. Bill should be generated on the required format and payment shall be released
within 15 days of its submission if all formalities as per terms of the contract are
maintained.
However, payment of final bill shall be released after submission of completion
certificate of the job, verification of overdue/overpayment if any and fulfilment of all
contractual obligations by the contractor.
9. The final bill should be submitted within 30 days on completion of work with all
relevant documents including reconciliation statement of materials, as built drawings, etc.
and will be cleared within 45 days from the date of submission of the bill. The defect
liability period (DLP) shall commence from the date of acceptance of final bill. All the
bills shall be submitted in the Proforma approved by SAMEER.
10. INSURANCE : You shall, at your own cost, insure your men, materials and
machinery as may be needed. You shall cover your workmen under the workmen’s
compensation insurance.
Tender Ref No. SMR(K)/335/Fire-Hyd/S-V/19 16/21
11. BID PRICE: The Rate should be the total composite price inclusive of cost of
manpower, material, freight, loading , unloading, taxes, duties, cess, levies, insurance etc.
excluding GST. GST should be reflected as per format mentioned in Financial Bid. No
escalation of whatsoever nature, shall by payable in future due to any revision
amendment in any act/ statute governing this contract. SAMEER will not entertain any
claim whatsoever in respect of the same. The rate(s) must be quoted in decimal coinage.
Amounts must be quoted in full rupees by ignoring fifty paise and less and considering
more than fifty paise as rupee one.
12. DEFECTS LIABILITY PERIOD (DLP) : The contractor shall guarantee the
system against defects for all the works executed under this contract for a period of 12
(Twelve ) months from the date of acceptance of final bill and shall repair the same by
the contractor without any cost within the defects liability period. If the Contractor fails to
do such repair works, SAMEER shall be entitled to carry out such works at the risk and
cost of the same will be recovered from the bill /PBG.
Apart from the above during defect liability period 4 routine check up should be
provided on quarterly basis and necessary action to be taken if there is any defect
noticed. No additional charges will be borne by SAMEER for routine check up.
13. LIQUIDATED DAMAGES : In case the completion of work is delayed, in whole
or in part, beyond the stipulated time period, liquidated damages shall be levied @ 1%
(one percent) of the contract value per week or part thereof subject to a maximum of 5%
(Five percent) of contract value. In case extension of time is granted, it shall be subject to
imposition of liquidated damages unless specifically waved off by SAMEER.
14. MATERIALS : Materials/items for the above shall be as per the approved makes
list mentioned in tender document.
15. WORKMANSHIP, CODES & STANDARDS : Workmanship shall be the best in
the industry. The works shall be carried out as per the specifications laid down by the
tender document and approved drawings.
In the absence of specifications, relevant Indian Standard Code of practice together
with their latest revisions/amendments as applicable on the date of Work Order shall be
followed. In the absence of the relevant I.S. code of practice, the instructions of standard
engineering practice shall be adopted. In case of contradictions/conflicts between the
specifications, the interpretation of SAMEER shall be final and binding.
16. SAMPLE APPROVAL: Necessary sample approval has to be taken from SAMEER
before start of installation work.
Tender Ref No. SMR(K)/335/Fire-Hyd/S-V/19 17/21
17. TEST CERTIFICATES : All test certificates shall be produced to our concerned
authority of SAMEER after delivery of material.
18. DRAWINGS & DOCUMENTATION : Drawings/Catalogue shall be submitted by
you immediately after receipt of the order.
19. MANUALS : You are required to submit the manuals of all the items supplied by
you to the engineer of SAMEER at the time of delivery / installation.
20. RISK PURCHASE : In the event of your failure to execute our order exactly as
per delivery schedule stipulated, we reserve the right to cancel the order in part or in full
subject to Force Majeure clause and procure such cancelled item/items from alternative
sources at your risk and cost.
Any extra cost incurred by us on such procurement will be recovered by us either
by way of deduction from your pending bills or by means of separate remittance from you
within 15 days of receipt by you of our debit note/ notes.
21. FORCE MAJEURE : Any delay or impediment in the fulfillment of its obligation
by either party by reason of force majeure, such as acts of nature like floods, earthquake,
epidemics, acts of war, civil war and transport strike shall constitute excusable delay and
no compensation or idle time payment shall be made for such delays but extension of time
for such period shall be granted by us after examining the merit of the case for such each
individual happenings.
22. ARBITRATION : Proper law of contract (PLC) will be the relevant Indian laws
subject to Kolkata Jurisdiction.
23. LABOUR LAWS : You shall comply with all the labour laws of the State
Government, Central Government and Local authorities as applicable from time to time at
the place of work. You shall cover all your workmen under PF / ESI/ WC. All records to be
maintained under these laws shall be maintained by you and produced to the concerned
authorities as and when directed to do so.
No extra payment will be made on the ground of complying with these labour laws
by us. In case if you fail to provide any of the above facilities, appropriate liability amount
devolving on us will be deducted from your bills.
24. SAFETY RULES & REGULATIONS : You shall strictly abide by all safety
standards, specification, practices, rules and regulations in construction meeting to the
satisfaction of engineer in charge and also the instruction of our safety engineer at site.
Your workmen at site must follow strict adherence to the said safety rules. Any kind of
unsafe action or unsafe method of work by you workmen, which may lead to injury to your
workmen, will be viewed seriously and penalty for the same will be levied on you for such
unsafe actions. You are responsible for the safety of your staff and employees and also
Tender Ref No. SMR(K)/335/Fire-Hyd/S-V/19 18/21
employees of other agencies working in your area of operation. You shall delegate the
responsibility of implementation of safety rules to one of your staff. All safety appliances
required like safety helmets, safety belts, shoes other safety etc. shall be arranged by you
at your cost. All the working area will have to be properly maintained and proper access
to be provided for all the people. Also proper housekeeping has to be maintained in the
areas of work.
25. CONTRACTOR’S OBLIGATIONS : All materials necessary for the works, all
Tools and Tackles and necessary equipment and labour and consumables will be provided
by you and adequacy of the same shall be ensured at all times during the tenure of this
contract. Plant / Equipment, Tools and Tackles shall not be removed without our express
permission.
You shall provide all skilled, unskilled labour and supervisory staff necessary for
the satisfactory completion of this work.
Transport of your men, materials, machinery, tools and tackles is your
responsibility. Responsibility for unloading of your material, its storage and
shifting to the work place shall be part of your scope.
You shall arrange for the accommodation of your staff and workmen at your cost.
Minor civil works will be in your scope.
Labour & staff accommodation shall be in your scope.
Scaffolding including Installation will be done .
Water, power and distribution lines as required for all for the satisfactory /
completion of works under your scope. Power & Water will be provided by
SAMEER.
Storage space for storing your materials will be provided by SAMEER. However
we shall not be responsible for any loss or damages due to any reason whatsoever
and you shall safeguard all the materials including the free issue materials at your
cost.
26. VARIATION, OMISSION, ADDITION & ALTERATION: The Contractor shall not modify
the work until and unless approved by SAMEER in writing. The quantities provided in the Bill
of quantity are provisional only, which may vary up to any extent or may be deleted
altogether. The quoted rate of each item shall remain firm till completion of contract.
SAMEER reserves the right to alter, amend, and omit or otherwise vary the quantities as may
be necessary suitable to the execution of the work. Payment shall be made as per actual
execution.
Tender Ref No. SMR(K)/335/Fire-Hyd/S-V/19 19/21
27. TERMINATION : The Owner shall be entitled to terminate the contract by
written notice at any time during its currency on or after the occurrence of any
one or more of the following events/contingencies, namely;
i) Default or failure by the Contractor of any of the obligations of the
contractor under the contract, including but not limited to:
ii) Failure to start the work within 7 days of handing over the job site to the
contractor.
iii) Failure to execute work in accordance with work order.
iv) Disobedience of any order or instructions of the SAMEER`s Engineer.
v) Negligence in carrying out the works or carrying out of the work found
to be unsatisfactory by the SAMEER`s Engineer.
vi) Abandonment of the works or any part thereof;
vii) If the Contactor is incapable of carrying out the work;
viii) If the Contractor mis-conducts himself in any manner
ix) For any remaining work is required to execute by us, SAMEER shall recovered
the charges for the same from pending bills/Performance Security.
28. RIGHT OF ACCEPTANCE / REJECTION : SAMEER reserve the right to accept
or reject any / all tender (s) without assigning any reason whatsoever.
=================xxxx=================
Tender Ref No. SMR(K)/335/Fire-Hyd/S-V/19 20/21
SECTION-IV
(Tender Ref. No.: SMR(K)/335/Fire-Hyd/S-V/19 )
PRICE BID
Tender Ref No. SMR(K)/335/Fire-Hyd/S-V/19 21
BILL OF QUANTITYFOR FIRE HYDRANT WET RISER COME DOWN COMER SYSTEM:
SrlNo.
Description of items Qty (A) Unit Rate (Rs) (B) Amount (Rs.) C=(A X B) Rate ofGST (In
percentage) (D)
TotalGST (E)
Amount (Including GST)F=(C + E)
(amount should bewritten in figure and
word )
1. Supply & fixing of Single headed Fire HydrantValve (S.S. body), oblique type complete withnuts, bolts, gaskets etc. – ISI marked.(Make: Newage/Winco/Sugan)
10 Nos.
2. Supply of 63 mm Fire Hose, RRL type of 15 MLong duly bound with Male & Female Coupling(S.S. body). – ISI marked.
10 Nos
3. Supply of Short Branch Pipe (S.S. body). – ISImarked.
10 Nos.
4. Supply, handling cutting, laying, welding,testing of the said pipeline, painting with twocoats of primer & one coat signal red paint- ISImarked.
4.a 100 NB M.S. Pipe ‘medium’ class with Necessary fittings, supports.(M.S Pipe Make: TATA/JINDAL)
230 Mtr
Tender Ref No. SMR(K)/335/Fire-Hyd/S-V/19 22
4.b 80 NB M.S. Pipe ‘medium’ class with Necessary fittings, supports.
(M.S Pipe Make: TATA/JINDAL)
18 Mtr
5. Supply & fixing of First Aid Hose Reel (Swingtype) for Fire Fighting complete with ¾” borePVC flexible tube of 30 M Length, on/offnozzle, 1” ball valve (1 no.), necessary fittingsetc.Make : For Hose Reel - Eversafe / Sri
Make : For Ball Valve-Leader/RB/itap2” ‘y’strainer
06 Nos
6.a Supply & fixing of M.S. body, glass fronteddouble door hose box. (18 S.W.G)
06 Nos
6.b Supply & fixing of Fiber body, glass fronteddouble door hose box.
04 Nos
7. Supply & fixing of 3 way Fire Brigade Inlet with100 mm Butterfly Valve.Make: For Fire Brigade Inlet - WINCOMake: For Butterfly Valve - AUDCO / KSB /KARTAR / LEADER
01 Set
8. Supply, installation, testing & commissioningof 1 no. Terrace Pump KIRLOSKAR makecoupled with a 15 H.P., 2900 RPM A.C. Motorcomplete (with Cushi foot) the following :
Tender Ref No. SMR(K)/335/Fire-Hyd/S-V/19 23
8.a 4” Butterfly Valve (AUDCO / KSB / KARTAR /LEADER
01 Set
8.b 2” Gate Valve (G M ENGINEERING) 01 No.
8.c 4” NR Valve( AUDCO / KSB / KARTAR / LEADER) 03 No
8.d 2” NR Valve (AUDCO / KSB / KARTAR / LEADER) 01 No
8.e M.S. Pipe Fittings (JINDAL / TATA) 01 No
8.f 6” NB M.S. Pipe TATA make, medium class(Header)
06 Mtr
9. Supply, installation, testing & commissioningof Electrical Composite Control Panel to enablemaintaining of the Down Comer System inAuto Mode.Technical Specification of Electrical Control
One Set
Tender Ref No. SMR(K)/335/Fire-Hyd/S-V/19 24
Panel for 10 H.P. Terrace type Booster Pumpdedicated for Fire Hydrant Down ComerSystem :
Electrical Starter Panel comprising of
1. No. Four pole 63A( DPX 125), MCCB with breaking capacity16KA, MDS-Legrand make ( as Incomer),
2. 1No. Fully automatic Star-Delta starter, withpush button switch
3.Phase indication LEDs,
4.Panel type Digital Voltmeter ,
5.Panel type Digital Ammeter with CT,
6.Auto & Manual Switch with necessaryinterlocking arrangement,
7.Control wiring & earthing from Panel toMotor,
8.Single Phase Preventer (SPP),
9.Internal wiring,
10. Panel should have provision for Both Floorand Wall mounting arrangement.
10. Supply & fixing of Pressure Gauge withnecessary fittings, HGURU make.
02 Nos
11. Supply & fixing of Pressure Switch withnecessary fittings, INDFOSS make.
01 Nos
Tender Ref No. SMR(K)/335/Fire-Hyd/S-V/19 25
12. Supply & installation of Power & ControlCables for pump motor and control switchincluding necessary lugs and cable Glands.(Considering the said panel will be installed inthe Ground floor Electrical panel room.)
12.a 4 core 16mm² XLPE insulated copperarmoured cable with 8 S.W.G Bare copperearth wire from main electrical panel to Pumppanel and from pump panel to Motor Input.
50 Mtr
12.b Three core 1.5 mm² XLPE insulated copperarmoured cable.
1 Coil
13. Supply & fixing of 2” ‘y’ strainer 01 No
14. Supply & installation of Overhead Tank of 5000ltrs. Capacity, with all necessary fittings,supports etc. – PVC body complete – PATTONmake
05 No
15 Supply, installation, testing and commissioningof Water sprinkler system for Kitchen(269ft²)& Dining room(721ft²) Sprinkler head shouldbe TYCO / VIKING brand, Nominal temperaturerating 68˚C, UL & FM listed. Sprinkler Finishes:Chrome Plated, Brass Plated
990 Sq ft
16 Supply and installation of ABC Type Powdertype Fire extinguisher (4 Kg.)
6 Nos
Tender Ref No. SMR(K)/335/Fire-Hyd/S-V/19 26