BANK OF BARODA,
1
TENDER INVITATION FOR INTERIOR, AC & ELECTRICAL WORKS OF PROPOSED BELLARY BRANCH & ATM FOR BANK OF BARODA
at Patel Nagar, Main road, city Municipal Corporation ward no 17,
Bellary-583101, Karnataka
REGIONAL OFFICE, 1st FLOOR, BELLAD TOWER,
BANNIGIDA STOP, GOKUL ROAD,
HUBBALLI – 580 030, KARNATAKA
BANK OF BARODA,
2
N O 1 7 4 , D A N E S H W A R I N A G A R 2 N D L A N E , B E H I N D J S S
C O L L E G E , V I D Y A G I R I D H A R W A D - O 4 , K A R N A T A K A
C E L L : 9 4 4 8 2 7 9 4 5 1 . E - M A I L : j a g . t o t a d @ g m a i l . c o m
Architects, Interior Designers & Landscape Consultants
SUMAN TOTAD
Architects, Interior Designers & Landscape ConsultantsSUMAN TOTAD
CHAPTER –I TECHNICAL BID
1. LETTER INVITING OF TENDER
2. SUBMISSION OF OFFER
3. TERMS & CONDITIONS OF CONTRACT
4. PRE-CONTRACT INTEGRITY PACT
CHAPTER –II COMMERCIAL BID
1. BILLS OF QUANTITIES & SPECIFICATIONS
2. ARTICLES OF AGREEMENT
CONTENTS
BANK OF BARODA,
3
TENDER INVITATION LETTER
Sealed tenders are invited on behalf of: Bank of Baroda
REGIONAL OFFICE, 1st FLOOR,
BELLAD TOWER, BANNIGIDA STOP, GOKUL ROAD, HUBBALLI – 580 030, KARNATAKA
For the work as detailed below:
1. Name of Work: Tender for Interior, AC & Electrical works of BRANCH & ATM - BELLARY BRANCH at
Patel Nagar, Main road, city Municipal
Corporation ward no 17, Bellary-583101,
Karnataka
2. Date of Issuing of Tender: 11-December-2019 Onwards.
During office hours (10:30 a.m. to 4:30 p.m.)
3. Date and time of submission
Of Tender: On or before 01-January-2020 up to 3.00 p.m.
4. Office to be submitted:
The Regional Manager Bank of Baroda
REGIONAL OFFICE, 1st FLOOR, BELLAD TOWER,
BANNIGIDA STOP, GOKUL ROAD,
HUBBALLI – 580 030, KARNATAKA
5. Date & Time of Opening: On 02 –January – 2020 at 3.30 pm at the above said Office.
6. Security Deposit: 10% of every bill, which will be returned
after defects liability period.
7. E.M.D. (D.D. only): Rs.15000/- (Rs.Fifteen Thousand Only)
8. Defects Liability periods: 12 (Twelve) Months from the date of certification of Final Bill.
BANK OF BARODA,
4
SUBMISSION OF OFFER.
To,
The Regional Manager BANK OF BARODA
REGIONAL OFFICE, 1st FLOOR, BELLAD TOWER,
BANNIGIDA STOP, GOKUL ROAD,
HUBBALLI – 580 030, KARNATAKA
Dear Sir,
Sub: Tender for Interior, AC & Electrical works for PROPOSED BRANCH & ATM AT BELLARY, KARNATAKA.
We hereby offer to execute the subject work as specified in the tender,
after examining site conditions, related drawings, specifications,
designs and having acquired the requisite information relating to the
tender.
We hereby agree to abide by to undertake the subject of work as per
the rates quoted in the tender and to commence the said work within 3
(Three) days of the receipt of work order or as per the intimation of
the branch and complete the same on or before ____________
(______) days from the date of the work order.
We also agree to deposit as amount equivalent to -------% of the total
cost of the tender as security deposit inclusive of E.M.D. by Demand
Draft in favor of the bank in default of which we are liable to forfeit the
E.M.D. if we fail to fulfill the terms of the contract.
Unless a formal agreement prepared and executed, this tender
together with your written acceptance thereof shall constitute a binding
contract between us and shall be deemed to be the contract agreement
for all purposes.
Signature of the contractor
(With name & seal)
BANK OF BARODA,
5
TERMS & CONDITIONS OF CONTRACT.
(A) GENERAL.
1. Any discrepancies found in the drawings or tender shall be brought
to the notice of the architect before quotation / execution.
2. The organization / architect is not responsible for loss of materials,
damages to works injury or loss of life of workers. The contractors
themselves are responsible for any liability on these accounts.
3. The organization / architect is not responsible for the delay in
completion due to non- availability of materials or natural calamities
or strikes etc. Extension of time may be allowed for valid reasons
only.
4. The contractors shall remove all the remaining materials, tools, etc.
Clean the premises and hand over after completion of the work.
5. The decision of the architect shall be final and binding with regard to
the additions or alterations in the designs / items of work, disputes
of measurements, quality, rates, etc.
6. The organization may delete / reduce / add the items of work at any
time of progress or before commencement for which the contractors
shall not be compensated.
7. The organization / architect may terminate the contract during the
progress of works, if the quality of workmanship / materials / speed
are not to the satisfaction of the organization / architect.
8. During the progress of work the premises shall be kept open at any
time for inspection by the architect or authorities of the
organization.
9. The contractors shall co-operate with other agencies like plumber,
electrical contractors, etc. in all respects to complete the works
effectively and in time.
10. The following specifications of items of works / measurements /
conditions may be adopted for applicable items of works.
11. If any changes are incorporated by the tenderer in the tender
conditions / drawings / specifications, such tenders are liable for
rejection.
12. The contractor shall not sub let the contract works in whole or in
part without the permission of the architect / organization. Work
executed by the sub agency shall also be covered under the
agreement and obligation of the main contractor.
13. The contract shall be terminated during the execution of works if the
contractor or sub agency is found to be deviating from the designs /
BANK OF BARODA,
6
specifications / instructions provided by the architect.
14. The architect /organization reserves the right to award the contract
in part or whole or may reject any tender or all tenders without
assigning any reason.
15. The drawings shall not be measured. Only the written dimensions
shall be followed for quotation / execution.
16. In case of difference between the specifications and the drawing of a
particular item of work, specification only should be considered for
quotation / execution.
BANK OF BARODA,
7
(B) SPECIFICATIONS.
1. All the materials used shall confirm to BIS or equivalent
specifications and standard in quality.
2. All the materials of works shall be inspected and certified by the
architect before use at site.
3. Aluminium extrusions shall be 1.5mm thick or of 16 gauge and
anodized aluminium of Indal / Jindal companies.
4. Aluminium grill shall be of heavy gauge with openings not more
than 2î size for cash cabin and shall be of Aluminium grills / Ravin
companies.
5. The accessories like aluminium clips, clamps, pivotal system etc. for
aluminium works shall be of heavy gauge and rubber beading shall
be of good quality.
6. All the blocks / Plywoods shall be of Archid / National / Green / Kit /
Anchor / Century Companies and as specified by the head office of
the bank. 7. The plastic laminates shall be of 1.0mm thickness and of Decolam / Neolux /
Formica
/ National companies.
8. Both sides prelaminated particleboards shall be of Novopan / Bhutan companies.
9. The plain glass shall be of 6mm thickness and of Modi guard (Float
glass) / Asahi companies.
10. The door closers shall be of Everite / Garnish companies.
11. The multipurpose locks for shutters / drawers of furniture shall be of
Godrej company. The Handles for shutters / drawers shall be
metallic / powder coated / recessed type rose wood. The ball
catches shall be of brass and of big size. The piano hinges shall be
of heavy gauge.
12. All the doors shall be provided with mortise locks of Godrej /
Europa Company unless otherwise mentioned.
13. All the wooden furniture shall be provided with ¾ “ dia P.V.C. bushes
at the bottom, at every 2’-6“ distance.
14. All the teak woods/ steem beech wood / and beadings on facing
surfaces shall be finished with 3 (Three) coats of Lighthouse
colourless polishing after sand papering, etc.
15. Synthetic enamel painting shall be of 2 (Two) coats over a coat of
primer after putty and sand papering, etc.
BANK OF BARODA,
8
C) WORKMANSHIP.
1. All the exposed ends of block / ply / prelaminated boards shall be
covered with teak wood/ steem beach wood beadings of required
size and design.
2. All the facing and exposed surfaces of block / ply boards shall be
plastic laminated and unexposed surfaces shall be finished with 2
coats of synthetic enamel painting. 3. Any wood used shall be well seasoned and free from defects.
4. All the patch works shall be completed to give matching and finished
look and the rates shall be inclusive of the finishing work.
5. The finishing colour and designs of the materials shall be approved
by the architect before execution.
6. The entire block / ply / wooden furniture shall be inspected and
certified by the architect after fabrication but before painting /
polishing or plastic lamination at site.
BANK OF BARODA
D) MEASUREMENTS, RATES, & PAYMENTS.
1. The measurement of each work executed and billed shall be as per the
actuals. The rates shall be inclusive of wastages, transportations and all
taxes.
2. The organization / architect will not consider the escalations / fluctuations
in basic rates of material or labour charges.
3. The tenderer shall affix his signature if any changes / corrections are made for quoted rates.
4. The payments shall be released after deductions as per rules of the income tax department.
5. The COMPLETION PERIOD for works in all respects shall be 15 days
(Including holidays) from the date of release of work order from the head
of the bank / section.
6. Security deposit of % ( ) of the final bill will be
deducted before payment. The deposit will be released after the defects
liability period without interest.
7. The FINAL BILL shall be submitted by the contractors only
after the virtual completion of the works in all respect to the
satisfaction of the architect and head of the section
/ bank. The final bill of the contractors shall be certified after verification of
quantities and quality at site within 10 (Ten) days (Excluding holidays) after
submission of the bill.
8. The DEFECTS LIABILITY period is 12 months from the date of certification of
the final bill by the architect. Any defects found during this period shall be
rectified by the contractors at their own cost. If the defects are not
rectified by the contractors and if they are rectified by others, the charges of rectification shall be recovered from the contractors.
9. For showcase, wardrobes, etc. the measurements shall be taken as clear inner sizes only.
10. All pages of the tender document booklet should be duly signed by the contractor.
BANK OF BARODA
Pre-Contract INTEGRITY PACT duly signed in stamp paper of Rs 200/-
PRE CONTRACT INTEGRITY PACT General
This pre-bid pre-contract Agreement (hereinafter called the Integrity Pact) is made on __________ day of the month of _________ YYYY, between, on one hand, Bank Of Baroda, a
body corporate constituted under Banking Companies (Acquisition & Transfer of Undertakings) Act 1970 having its Regional office at 1st floor, Bellad tower, Banigida stop, Gokul road,
Hubballi – 580 030, Karnataka (hereinafter referred to as the “BUYER” which expression unless repugnant to the context or meaning thereof shall mean and include its successors and assigns) of the First Part and M/s _______________ represented by Shri. __________ Chief
Executive Officer (hereinafter called the “BIDDER/SELLER” which expression shall mean and include unless the context otherwise requires, his successors and permitted assigns of the
Second Part. WHEREAS the BUYER proposes to procure ________________ (Name of the
equipment/item/service) and BIDDER/SELLER is willing to offer/has offered the equipment/item/service and
WHEREAS the BIDDER is a private company/public company/Government
undertaking/partnership/registered export agency, constituted in accordance with the relevant law in the matter and the BUYER is a Public Sector Bank performing its functions on behalf of the President of India.
NOW, THEREFORE
To avoid all forms of corruption by following a system that is fair, transparent and free from any influence/prejudiced dealings prior to, during and subsequent to the currency of the contract to be entered into with a view to:-
Enabling the BUYER to obtain the desired said equipment/item/service at a competitive price
in conformity with the defined specifications by avoiding the high cost and the distortionary impact of corruption on public procurement and
Enabling BIDDER to abstain from bribing or indulging in any corrupt practice in order to secure the contract by providing assurance to them that their competitors will also abstain
from bribing and other corrupt practices and the BUYER will commit to prevent corruption, in any form, by its officials by following transparent procedures.
The parties hereto hereby agree to enter into this Integrity Pact and agree as follow:
1. Commitments of the BUYER 1.1. The BUYER undertakes that no officials of the BUYER, connected directly or indirectly
with the contract, will demand, take a promise for or accept, directly or through
intermediaries, any bribe, consideration, gift, reward, favour or any material or immaterial benefit or any other advantage from the BIDDER, either for themselves or for
any person, organization or third party related to the contract in exchange for an advantage in the bidding process, bid evaluation, contracting or implementation process related to the contract.
1.2. The BUYER will during the pre-contract stage, treat all BIDDERs alike and will provide to
all BIDDERS the same information and will not provide any such information to any particular BIDDER which could afford an advantage to that particular BIDDER in comparison to other BIDDERs.
BANK OF BARODA
1.3. All the officials of the BUYER will report to the Bank/appropriate Government office any
attempted or completed breaches of the above commitments as well as any substantial suspicion of such a breach.
2. In case any such preceding misconduct on the part of such official(s) is reported by the
BIDDER to the BUYER with full and verifiable facts and the same is prima facie found to
be correct by the BUYER, necessary disciplinary proceedings, or any other action as deemed fit, including criminal proceedings may be initiated by the BUYER and such a
person shall be debarred from further dealings related to the contract process. In such a case while an enquiry is being conducted by the BUYER the proceedings under the contract would not be stalled.
3. Commitments of BIDDERs
The BIDDER commits itself to take all measures necessary to prevent corrupt practices, unfair means and illegal activities during any stage of its bid or during any pre-contract stage in order to secure the contract or in furtherance to secure it and in particular
commit itself to the following:-
3.1. The BIDDER will not offer, directly or through intermediaries, any bribe, gift, consideration, reward, favour, any material or immaterial benefit or other advantage, commission, fees, brokerage or inducement to any official of the BUYER, connected
directly or indirectly with the bidding process, or to any person, organization or third party related to the contract in exchange for any advantage in the bidding, evaluation,
contracting and implementation of the contract.
3.2. The BIDDER further undertakes that it has not given, offered or promised to give,
directly or indirectly any bribe, gift, consideration, reward, favour, any material or immaterial benefit or other advantage, commission, fees, brokerage or inducement to
any official of the BUYER or otherwise in procuring the Contract or forbearing to do or having done any act in relation to the obtaining or execution of the contract or any other contract with the Bank/Government for showing or forbearing to show favour or disfavor
to any person in relation to the contract or any other contract with the Bank/Government.
3.3. *BIDDERs shall disclose the name and address of agents and representatives and Indian
BIDDERs shall disclose their foreign principals or associates. Foreign Bidder: Name and address of agents and Representatives in India.
Indian Bidder: Name and address of Foreign Principals / Associates
3.4. *We hereby disclose the payments to be made by us to agents/brokers or any other
intermediary, in connection with this bid/contract.
3.5. * Bidder is engaged in defense supplies as Manufacturer / Integrator / Authorized
Government sponsored export entity: Yes / No If yes, we confirm we have not engaged any individual or firm or company whether
Indian or foreign to intercede, facilitate or in any way of recommend to the BUYER or any of its functionaries, whether officially or unofficially to the award of the contract to the
BIDDER, nor has any amount been paid, promised or intended to be paid to any such individual, firm or company in respect of any such intercession, facilitation or recommendation.
3.6. The BIDDER, either while presenting the bid or during pre-contract negotiations or before
signing the contract, shall disclose any payments he has made, is committed to or intends to make to officials of the BUYER or their family members, agents, brokers or any
BANK OF BARODA
other intermediaries in connection with the contract and the details of services agreed
upon for such payments.
3.7. The BIDDER will not collude with other parties interested in the contract to impair the transparency, fairness and progress of the bidding process, bid evaluation, contracting and implementation of the contract.
3.8. The BIDDER will not accept any advantage in exchange for any corrupt practice, unfair
means and illegal activities.
3.9. The BIDDER shall not use improperly, for purposes of competition or personal gain, or
pass on to others, any information provided by the BUYER as part of the business relationship, regarding plans, technical proposals and business details, including
information contained in any electronic data carrier. The BIDDER also undertakes to exercise due and adequate care lest any such information is divulged.
3.10. The BIDDER commits to refrain from giving any complaint directly or through any other manner without supporting it with full and verifiable facts.
3.11. The BIDDER shall not instigate or cause to instigate any third person to commit any of
the actions mentioned above.
3.12. If the BIDDER or any employee of the BIDDER or any person acting on behalf of the
BIDDER either directly or indirectly, is a relative of any of the officers of the BUYER, or alternatively, if any relative of an officer of the BUYER has financial interest/stake in the BIDDER’s firm, the same shall be disclosed by the BIDDER at the time of filing of tender.
The term relative for this purpose would be defined in Section 6 of the Companies Act 1956.
3.13. The BIDDER shall not lend to or borrow any money from or enter into any monetary
dealings or transactions, directly or indirectly, with any employee of the BUYER.
4. Previous Transgression
4.1. The BIDDER declares that no previous transgression occurred in the last three years immediately before signing of the Integrity Pact, with any other company in any country
in respect of any corrupt practices envisaged hereunder or with any Public Sector Enterprise in India or Public Sector Banks in India or any Government Department in India that could justify BIDDER’s exclusion from the tender process.
4.2. The BIDDER agrees that if it makes incorrect statement on this subject, BIDDER can be
disqualified from the tender process or the contract, if already awarded can be terminated for such reason.
5. Earnest Money (Bid Security) 5.1. While submitting commercial bid, the BIDDER shall deposit an amount Rs.15000/- (to be
specified in RFP) as Earnest Money/Bid Security, with the BUYER through any of the following instruments:
i) Bank Draft or Pay Order in favour of _______________
ii) A confirmed guarantee by an Indian Nationalised Bank/Scheduled Commercial Bank other than RRBs/ Co-operative Banks, promising payment of the guaranteed sum to
the BUYER on demand within three working days without any demur whatsoever and without seeking any reasons whatsoever. The demand for payment by the BUYER shall be treated as conclusive proof of payment.
iii) Any other mode or through any other instrument (to be specified in the RFP)
5.2. The Earnest Money/Security Deposit shall be valid up to submission of Bank Guarantee covering warranty period/post warranty period for performance of the Contract.
BANK OF BARODA
5.3. In case of the successful BIDDER a clause would also be incorporated in the Article
pertaining to Performance Bond in the Purchase Contract that the provisions of Sanctions for Violation shall be applicable for forfeiture of Performance Bond in case of a decision
by the BUYER to forfeit the same without assigning any reason for imposing sanction for violation of this Pact.
5.4. No interest shall be payable by the BUYER to the BIDDER on Earnest Money/Security Deposit for the period of its currency.
6. Sanctions for Violations 6.1. Any breach of the aforesaid provisions by the BIDDER or any one employed by it or
acting on its behalf (whether with or without the knowledge of the BIDDER) shall entitle
the BUYER to take all or any one of the following actions, wherever required:- i) To immediately call off the pre-contract negotiations without assigning any reason
or giving any compensation to the BIDDER. However, the proceedings with the other BIDDER(s) would continue.
ii) The Earnest Money/Security Deposit (in pre-contract stage) and/or Security
Deposit/Performance Bond (after the contract is signed) shall stand forfeited either fully or partially, as decided by the BUYER and the BUYER shall not be required to
assign any reason thereof. iii) To immediately cancel the contract, if already signed, without giving any
compensation to the BIDDER
iv) To recover all sums already paid by the BUYER, and in case of an Indian BIDDER with interest thereon at 2% higher than the prevailing Base Rate of Bank Of
Baroda, while in case of a BIDDER from a country other than India with interest thereon at 2% higher than the LIBOR. If any outstanding payment is due to the BIDDER from the BUYER in connection with any other contract for any other
office/department/section/stores, such outstanding payment could also be utilized to recover the aforesaid sum and interest.
v) To encash the advance bank guarantee and performance bond/warranty bond, if furnished by the BIDDER, in order to recover the payments, already made by the BUYER, along with interest.
vi) To cancel all or any other Contracts with the BIDDER. The BIDDER shall be liable to pay compensation for any loss or damage to the BUYER resulting from such
cancellation/rescission and the BUYER shall be entitled to deduct the amount so payable from the money(s) due to the BIDDER.
vii) To debar the BIDDER from participating in future bidding processes of the Government of India/Public Sector Banks for minimum period of five years, which may be further extended at the discretion of the BUYER.
viii) To recover all sums paid in violation of this Pact by BIDDER(s) to any middleman or agent or broker with a view to securing the contract.
ix) In cases where irrevocable Letters of Credit have been received in respect of any contract signed by the BUYER with the BIDDER, the same shall not be opened.
x) Forfeiture of Performance Bond in case of a decision by the BUYER to forfeit the
same without assigning any reason for imposing sanction for violation of this Pact
6.2. The BUYER will be entitled to take all or any of the actions mentioned at Para 6.1 (i) to (x) of this Pact also on the Commission by the BIDDER or any one employed by it or acting on its behalf (whether with or without the knowledge of the BIDDER), of an
offence as defined in Chapter IX of the Indian Penal code, 1860 or Prevention of Corruption Act 1988 or any other statute enacted for prevention of corruption.
6.3. The decision of the BUYER to the effect that a breach of the provision of this Pact has
been committed by the BIDDER shall be final and conclusive on the BIDDER. However,
the BIDDER can approach the Independent Monitor(s) appointed for the purpose of this Pact.
BANK OF BARODA
7. Fall Clause
7.1. The BIDDER undertakes that it has not supplied/is not supplying similar product/systems or subsystems at a price lower than that offered in the present bid in respect of any
other Ministry/Department of the Government of India or PSU/PSB and if it is found at any stage that similar product/systems or subsystems was supplied by the BIDDER to any ministry/Department of the Government of India or a PSU/PSB at a lower price, then
that very price, with due allowance for elapsed time, will be applicable to the present case and the difference in the cost would be returned by the BIDDER to the BUYER, if the
contract has already been concluded.
8. Independent Monitors
8.1. The BUYER has appointed Independent Monitors (hereinafter referred to as Monitors) for this Pact in consultation with the Central Vigilance Commission.
8.2. The task of the Monitors shall be to review independently and objectively, whether and to what extent the parties comply with the obligations under this Pact
8.3. The Monitors shall not be subject to instructions by the representatives of the parties
and perform their functions neutrally and independently.
8.4. Both the parties accept that the Monitors have the right to access all the documents
relating to the project/procurement, including minutes of meetings
8.5. As soon as the Monitor notices, or has reason to believe, a violation of this Pact, he will
so inform the Authority designated by the BUYER.
8.6. The BIDDER(s) accepts that the Monitor has the right to access without restriction to all Project documentation of the BUYER including that provided by the BIDDER. The BIDDER will also grant the Monitor, upon his request and demonstration of a valid
interest, unrestricted and unconditional access to his project documentation. The same is applicable to Subcontractors. The Monitor shall be under contractual obligation to
treat the information and documents of the BIDDER/Subcontractor(s) with confidentiality.
8.7. The BUYER will provide to the Monitor sufficient information about all meetings among
the parties related to the Project provided such meetings could have an impact on the
contractual relations between the parties. The parties will offer to the Monitor the option to participate in such meetings.
8.8. The Monitor will submit a written report to the designated Authority of BUYER/Secretary
of the Department/General Manager, within 8 to 10 weeks from date of reference or
intimation to him by the BUYER / BIDDER and should the occasion arise, submit proposals for correcting problematic situations.
8.9. In case of sub-contracting, the Principal contractor shall take the responsibility of the adaptation of Integrity Pact (IP) by the Sub- contractor
9. Facilitation of Investigation In case of any allegation of violation of any provisions of this Pact or payment of
commission, the BUYER or its agencies shall be entitled to examine all the documents including the Books of Accounts of the BIDDER and the BIDDER shall provide necessary information and document in English and shall extend all possible help for the purpose of
such examination.
10. Law and Place of Jurisdiction This Pact is subject to Indian Law. The place of performance and jurisdiction is the seat of the BUYER.
BANK OF BARODA
11. Other Legal Actions The actions stipulated in this Integrity Pact are without prejudice to any other legal action
that may follow in accordance with the provisions of the extant law in force relating to any civil or criminal proceedings.
12. Validity
12.1. The validity of this Integrity Pact shall be from date of its signing and extend upto 5 years or the complete execution of the contract to the satisfaction of both BUYER and
the BIDDER/SELLER, including warranty period, whichever is later. In case BIDDER is unsuccessful, this Integrity Pact shall expire after six months from the date of the signing of the contract.
12.2. Should one or several provisions of this Pact turn out to be invalid, the remainder of
this Pact shall remain valid. In this case, the parties will strive to come to an agreement to their original intentions.
13. The parties signing the Integrity Pact (IP) shall not approach the courts while representing
the matters to IEMs and he / she will await IEMs decision in the matter.
14. The parties hereby sign this Integrity Pact at ______________ on _________
BUYER Name of the Officer: Designation:
Dept:
BIDDER CHIEF EXECUTIVE OFFICER
Witness 1. ______________________
2. ______________________
Witness 1. ______________________
2. ______________________ * Provisions of these clauses would need to be amended / deleted in line with
the policy of the BUYER in regard to involvement of Indian agent of foreign suppliers.
BANK OF BARODA
CHAPTER – II COMMERCIAL BID
PROPOSED INTERIOR, AC & ELECTRICAL WORKS FOR BANK OF BARODA
AT BALLARY, KARNATAKA INTERIOR WORKS (branch & ATM)
MODULAR FURNITURE - CHAIRS - ELECTRICAL & TELEPHONE WORKS (branch)
DATA CABLING WORKS (branch)
AIR CONDITIONING WORKS (branch)
AC & ELECTRICAL WORKS (ATM)
GRAND TOTAL of BRANCH & ATM WORKS INCL GST
INTERIOR WORKS (branch & ATM)
Sl.
No.
Particulars of item Quantity Unit Rate Amount
INTERIOR WORKS 1 Full Height partition with partly glazed panel (with
door/sliding door) Providing fixing full ht. Partitions with doors /sliding doors made out of 2"X2" sal wood frame with 6mm ply on
both side and finished with
1.00 mm thick laminate on both sides finished with approved
colours as per design. Wooden frames firmly fixed to beams,
floors, side walls as directed and whichever is applicable.The
bottom side of partition finished with 4" deep with dark colour
laminate with following specifications. The glass edges fixed to
partition with teak/beech wood beading.
A do as above in item No.1 full height semi-glazed partition for
Manager Cabin, Lunch and Record front with Sal wood frame
section with 8 mm thick glass panels (including vinyl stickers for glass) fixed between 2'6" and 7'0" level and finished with 1.00
mm thk. approved colour laminate on both sides complete as per
standard specification.
346 SQ.FT
B Do same as item No.1 (A) but without glass panel.- full ht. solid
partition for Lunch and strong room both side lamination
410 SQ.FT
C Do same as item No.1 (A) but with fully glazed panel with 12"
skirting and glass till 7' ht (including vinyl stickers for glass) on
either side of the entrance door
135 SQ.FT
D Do same as item No.1 :Solid Partition with one side
lamination at the end of false ceiling
180 SQ.FT
E Do same as item No.1 : 1'-3" deep solid partition box on either
sides and top of the entrance door 38 SQ FT
2.A MEDIUM/ LOW HEIGHT PARTITIONS WITH DOOR AND
GLASS PANEL: (SW Officer):
Providing and fixing 4'-6" ht. Partitions made out of 2"x2" sal
wood frame work horizontal sections (3 Nos) at Zero level, 2'6"
level and 4'0" level, vertical frames shall be at every 3'0" interval.
The frame work shall be covered with 6mm ply on both side and
finished with 1mm thick laminate of approved colour on both
sides, leaving nail groove/beading as per design. The top trim is made out of 4"x1/2" thick beech wood with groove as per
instructions of architect. The plain glass panel of 10mm thick fixed
to medium height partitions (including vinyl stickers for glass)
WICKET GATE
100 SQ.FT
A Do same as item No.1 (A) but with fully glazed panel with 12"
skirting and glass till 7' ht (including vinyl stickers for glass) on
either side of the entrance door Cash partition upto 7'-6"
160 SQ.FT
B Do same as item No.1:Front toughened glass 0 SQ.FT
C Do same as item : Front counter glass (including side supports) 0 SQ.FT
BANK OF BARODA
3 PANELING WITH LAMINATE FINISH: Providing & Fixing
panelling to columns/ walls using 12mm thick MR grade
commercial ply wood firmly screwed to the base. All exposed
surfaces of the panel shall be finished with approved color
1.00mm thk laminate fixed using FEVICOL(SH) adhesive only.The
exposed edges shall be provided with ready made TW beading of
19mm size and polished. (For manager cabin upto false ceiling
level)
1400 SQ.FT
4 PAINTING - INTERNAL WALLS/ CEILINGS: Providing and
applying two coats of paint of approved shade and brand over a coat of primer on internal plaster surface including cleaning, sand
papering, cost and conveyance of all materials, scaffolding, labour
charges, finishing smooth etc., all complete as per standard
specification.
1650.00 SQ.FT
5 PANELING WITH WHITE BACK PAINTED GLASS (ATM):
Providing and fixing of wooden paneling made out of salwood
frame at 2' centre to centre bothways in section size 2"x2" &
covered with 9mm thick commercial ply and finished with 6mm
thick white back painted glass including 100 mm high skirting of
siver metal laminate, as per detail drawing.
240.00 SQ.FT
6.A Low height Storage Units : Fabricating and providing
storage units/side runners of size 20'0" length, 1'6"wide, 2.5'
height side runners all using MR Grade commercial plywood
confirming to IS 303 -1989. Runner top, verticals, bottom and
centre shelf should be fabricated using 19mm ply, back with
19mm ply and front side shutter with 19mm ply. The shutter with
19mm thk. ply fixed with the help of hinges with two godrej locks.
The runner top & all the exposed vertical surfaces shall be
finished with 1.0 mm thick laminate of approved colour and make. Inner surface should be painted with 2 coats of enamel over a
coat of putty & primer. All exposed edges of plywood should be
fixed with 6mm thk. TW
beading and polished.
Back storage/low ht. storage (1'-6" deep ) : Behind front
counter on side desk of size - x 7'-0"x 3'-0" ht. - 1nos., In front
of record of size - 9'-0"x4'-0" - 1 nos., and in manager cabin 8'-6"
x3'-0" - 1 nos. (with drawers & openable shutters below) For LH
storage in record front area. 6" additional height vertical in 'C'
shape to be provided
96 SQ.FT
B Do same as item No.6 but for full height storage for a height
of 8'-0", in ATM UPS for battery
24 SQ.FT
7 Tables
A Branch Manager's Desk - 0 Nos
C Officer's table 0 Nos
8 Vertical Blinds: Providing and fixing window dressing with
4"wide vertical blinds with acryalic runners and powder
coated tracks, installation bracket, spacers, carriers, Tilt
Road, Control unit, Head rail etc. complete.
100 SQ.FT
9 Writing Ledge: Providing and placing writing ledge made out of
19mm ply and finished with 1.00mm thick Laminate of
approved colour and beech moulding as per design.The Size will
be of 4'0"(W) 1'-6"(H) and 1'6" (D) fixed at top level of 42"
above FFL. The top of writing ledge will be fixed with 12mm thick
glass with provision will be for placing various challans and bottom portion for storage. In side of storage painted with 2 coats of
enamel over a coat of putty & primer.
1.00 NOS.
10 Cheque Drop Box: Providing and fixing Cheque drop Box made
out of 19mm ply and finished with 1.00 mm thick Laminate of
approved colour and beech moulding for all exposed surfaces
as per design. The Size will be of 1'6"(W) 0'-9"(H) and1'6" (D).
There will be separate division in between local and outstation
clearing cheques with 6mm thk. plain glass. In side painted with 2
coats of enamel over a coat of putty & primer.
1.00 NOS.
11 Suggestion Box: Same as above item no.15 1.00 NOS.
12 Notice Board: Providing notice board with pin up board
covered with tapestery cloth 4'-0" x 3'-0" using 19 mm ply and finished with 1.00mm thick Laminate with approved colour and
shade as per instructions.
24.00
SQ.FT
BANK OF BARODA
13 Exhaust Fan Frame : Providing & fixing 18mm th. commercial
ply for exhaust fan with 1 1/2" x 1 1/2" C.P.T wooden frame with
necessary nut bolts, 3 coats of enamel paint including round cut out for exhaust fans per instruction of architect .
3.00 NOS
14 Main Entrance Door and ATM door : Providing and fixing
fully glazed shutter door comprising of 4"x2" size first
quality teak wood section for all-round shutter frame and 10mm thk plain float glass shutter of saint gobain or modi float
make for shutter panel. The door should be provided with
dorma make floor springs (2Nos), SS pivots as hinges at
top and first quality decorative SS handles. The glass portion
should be covered with frosted film as per approved design by
architect. Door should be provided with brass tower bolts,
godrej make cylindrical lock. The wooden portion should be
melamine polished. Necessary provision should be made for
fixing the cylindrical lock in the frame. Size of Door including side
Glass panel
56 SQ.FT
15 Gypsum Board Plain False Ceiling (branch and ATM) : Providing and fixing plain type gypsum board false ceiling using
standard GI sections at every 1.2mm c/c in main direction and
0.6mm c/c in the cross direction and 12mm thick plain
gypsum board of India Gypsum make. The grid shall be
suspended by using 6mm M.S.rods, hook, anchor fasters.
The ceiling shall be finished with 2 coats of plastic emulsion
paint over a coat of primer. No extra payment shall be
made for making openings in the panels/grid for the purpose
of light fittings. Item rate shall include all the taxes,
transportation, erection, loading & unloading and any other incidental expenditure that may be required to be spent in
completing the work in totality as per above specifications.
1120 SQ.FT
16 Grid False Ceiling (branch and ATM): Providing, fabricating,
erecting lay-in type tegular/ drop type Mineral fiber board false
Ceiling of 600mm x 600mm grid with approved brands of
ARMSTRONG/NITTOBO. The item shall include the cost of
additional Tee or L supports & other accessories near the
ends/odd size edges/corners. Providing additional length
support from ceiling to the false ceiling grid wherever
necessary, making necessary openings for electrical light
fittings, firm alarm detectors and any other fixtures. No extra payment shall be made for making openings in the
panels/grid for the purpose of light fittings. Item rate shall include
all the taxes, transportation, erection, loading & unloading
and any other incidental expenditure that may be required to
be spent in completing the work in totality as per above
specifications.
584.00 SQ.FT
17 DINING COUNTER : Providing and fixing 20mm thick highly
polished black granite with bull nosing supported on 19mm thick
BWR grade ply wood frame with joints finished properly as per
instructions of Architect.
11.00 RFT
18 DRESSING TABLE WITH MIRROR IN LOCKER ROOM :
Providing
and fixing dressing table with mirror of size approx. 2'0"(w)
X 6'0" (h) with placing rack made out of 19mm ply and finished with teak wood beading etc.
12.00 SQ.FT
19 BOB Logo 3.00 NOS.
20 BOB letters 3.00 NOS.
HELP DESK TABLE: 5'0" x 2' 0" x 2' 6", Formed of 19
mm. th. marine plyboard with modesty panel, the front/back
and sides of the worktop to be thickened to 1-1/2" and
covered with teak/beech wood moulding 1-1/2"x3/4", duly
stained, polished and melamined, and the top to have 1.5 mm. th.
laminate of approved shade and colour including external surfaces
finished with 1.0 mm. th. laminate, internal surfaces to be
finished with 2 coats of enamel paint all complete as per the Architects design and standard specifications.
21
0.00 NOS
22 CONFERENCE TABLE - 9' x 3' made out of teak / beach wood
frame and 25 mm plywood top, all the 4 sides of the top to be
thickened to 1- 1/2" and covered with teak / beach wood
moulding 1-1/2" x 1-1/2", duly stained, polished and melamined, and the top to have 1 mm. th. laminate of approved shade and
colour to all exposed areas and internal to be duly painted
by 2 coats of enamel paint, with foot rest to be provided and wire
management and pop up switch boxes to be provided on top of
the table, as shown in the drawing all complete as per
standard
specifications.
0.00 Nos
BANK OF BARODA
23 Providing and placing three seater sofa made out of H.S.Wood frame and spring loaded seat and back rest with
fabric upholstery (fully upholstery sofa set). 0.00 Nos
24 Front Running Counter 0 RFT
25 Cash counter 0 RFT
26 Rolling Shutter box - for the branch 82 SQ FT
Providing & Fixing Rolling Shutter box with 12mm BWP ply finished with 1mm thick laminate of aproved shade & brand as per drawing complete for the finished item of work. Measurement (Length of front face X box height on front only will be considered for billing)
INTERIOR WORKS (branch & ATM) TOTAL :
Note:
1. Rate shall be inclusive of providing Temporary Lighting Arrangement from the Existing Power as required with required accessories.
2. All civil works including toilet renovation, floor tiling, new slab in existing staircase area, strong room construction, etc in scope of works of
the landlord hence not included in estimate.
MATERIAL SPECIFICATION
1.00 TEAK WOOD/ STEEM BEACH/ WHITE BEECH 1 ST QUALITY BURMA TEAK WOOD
2.00 PLYWOOD KITPLY GOLD/ UNIPLY/ AUSTIN/ GREENPLY
3.00 AUTOMATIC DOOR CLOSING HINGES BLUM / FERRARI / E.G
4.00 DOOR CLOSERS E.G - STERLING / HARDWYN / GODREJ
5.00 LOCKS YALE / GODREJ
6.00 GLASS FLOAT GLASS - MODI / ASAHI
7.00 TOUGHENED GLASS ATUL TEMP / IMPACT SAFETY GLASS
8.00 MISC. HARDWARE UNION - BRASS FINISH
9.00 PAINTS - PLASTIC EMULSION ASIAN / BERGER / LUXOL SILK
10.0 GYPSUM CEILING INDIAN GYPSUM CEILING KIT
11.0 VINYL FLOOR/ GRID FALSE CEILING ARMSTRONG
12.0 CHAIRS FEATHERLITE
13.0 BLINDS FELIX
14.0 BEECH WOOD I st QUALITY TREATED BEECH WOOD
15.0 LAMINATES GREENLAM / FORMICA/DECOLAM
ESTIMATE FOR THE PROPOSED ELECTRICAL WORKS/ INTERIOR
FURNISHINGS FOR BANK OF BARODA AT BALLARY, KARNATAKA
ELECTRICAL WORKS (BRANCH)
SL.NO DESCRIPTION OF ITEMS UNIT QTY RATE AMOUNT
1 Supply, installation, testing & commissioning (SITC) of wall mounted 6 WAY MCB power distribution board of approved make
with all incidental work with the following items: Incomer: 1 no .
63 A TPNMCB Outgoings: 32 A TPMCB'S- 2nos.16/20/25A SP
MCBs- 12 nos Nos 1
2 Supply, installation, testing & commissioning (SITC) of wall
mounted 12 WAY SPN computer distribution board of approved make with all incidental work with the following
items
Incomer: 1 no . 40 A TPN MCB outgoings: 12 nos 6/10/16A SP
MCB ( Lighting /UPS Output) Nos. 2
3 Supplying & installtion of Branch UPS input and output supply
point, flush/ surface mounting type approved make 32 amps2 pin
+ E metal clad plug and socket distribution board with 32 Amps double pole MCB, interconnection, blank plates, Nos. 4
4 SITC of 32 A DP Modular control switches with in suitable control
boxes and 32 A 3 pin socket in a separate box for Split/Casette
A.C. units including all incidental materials & works complete
(wiring will be paid separately) Nos. 6
5 Supplying & installtion of Branch AC supply point, flush/ surface
mounting type approved make 20 amps metal clad plug and
socket distribution board with 25 Amps Single pole MCB, Nos. 6
BANK OF BARODA
interconnection, blank plates,
6 SITC of 6/16 A SP Modular socket outlet with 16 A SP Switch in a
suitable MS control box for glow sign boards/power points
including all incidental materials & works complete (wiring will be
paid separately) Nos. 6
7 POINT WIRING
Point wiring with 1100 V grade 3 nos. single core 1.5 sq.mm. (1
for phase, 1 (black colour) for common neutral by looping method
and 1 (green colour) for common earth by looping method)
PVC insulated flexible FRLS copper conductor cable (IS:694)
through suitable size rigid PVC. conduit (ISI marked embossed on
conduit surface) complete with junction box, circular box,
elbows, bends, couplers and other accessories on surface above
false ceiling or concealed by chase cutting on wall from light & fan
switch board to light, fan & 6A socket outlet on the same switch
board or separately mounted switch board. The work includes supply and fixing of all materials such as North-
West./MDS/ Woods make modular type 6A switch for each light
and fan point, 6A 2/3 pin shuttered socket outlet with switch, 3
plate ceiling rose / angle or batten holder etc. as required. The
point wiring also includes circuit wiring with 1100 V grade 2 nos.
single core 2.5 sq.mm. (1 for phase and 1 (Black colour) for
neutral) + 1 no. single core 1.5 sq.mm. (Green colour for
earth) PVC insulated flexible (FRLS) copper conductor cable
(IS:694) through suitable size rigid PVC conduit as described above from DB to switch board,
interconnection, mending good all damages to original finish,
painting etc. as required to be completed in all respect.
a One Light point controlled by one 6A switch Nos. 40
b Two Light point by one 6A Switch Nos 10
c Exhaust fan point Nos. 4
d Celling fan / Wall hung fan point with supply and fixing of
Electronic Regulator (2 module step , 280 watt mtn.). Reduced by
ZO. Nos. 14
e Call bell point with bell push Nos. 1
f Display board/Interest board point Nos. 2
g 1 x 6A 2/3 pin shuttered socket with switch on separate switch
board other than light/fan switch board/on work station with
connection of maximum 3 nos. sockets in one circuit by looping method Nos. 3
h 2 x 6A 2/3 pin shuttered socket outlet with individual controlling
switch on separate switch board other than light/fan switch board Nos. 2
i 1x 6 A 2/3 pin shuttered socket outlet with switch on light and fan
switch board Nos. 8
SUB MAIN WIRING CIRCUITS
8 Same as above in item no.7 but with 4 nos. 6 Sqmm +
1nos. Of 2.5 Sqmm for UPS from main switch board MTR 50
9 Same as above but with 2 nos. 6 Sqmm + 1nos. Of 2.5
Sqmm from UPS out going to computer distribution board MTR 70
10 same as above but with 2 nos. 2.5 Sqmm + 1 no. 1.5
Sqmm copper earthing wire from UPS computer DB to UPS computer points MTR 160
10(A) same as above but with 2 nos. 2.5 Sqmm + 1 no. 1.5
Sqmm copper earthing wire from Light DB MTR 160
11 same as above in the item no. 8 but using 2 run of 2.5 Sqmm PVC insulated stranded copper cable wiring along with
1 run of 1.5 sqmm copper cable earthing wire in 20/25 mm dia
rigid PVC conduit pipes of ISI marked approved make with all
specials inlcluding terminations complete as per standards
for power points/other points as per requirement MTR 140
BANK OF BARODA
12 Same as above in item no. 10 but with 2 runs of 4 sq.mm 2.5
Sqmm along with 2.5 Sqmm copper cable earthing wire for 15 A
power points/ AC points MTR 150
UPS /COMPUTER POINTS
13 SITC of the following items with all connections, wiring &
incidental work for computer work stations 1 nos. 6A/10 A 5 pin
modular type shuttered socket 1 no 6A/10 A modular type
controlling switch & socket Nos. 11
14 same as above but as under
2 nos. 6A/10A 5 pin modular type shuttered socket ;
2nos.6A/10A modular type controlling switch ;
1 no. Front cover of suitable size
1 no. Mounting box of suitable size . 1no. Mounting box of
suitable size Nos. 5
15 Same as above but as under
3 nos. 6A/10 A 5 pin modular type shuttered socket 1 no 16 A
modular type controlling switch 1 no. mounting box 1 no. Front
cover of suitable size ;
(control switches to be provided above the table/counter as per
site conditions and sockets below counter as directed) Nos. 15
16 same as above but 16A modular socket outlet point with 16 A one
way SP switch Nos. 6
17 EARTHING (COMPUTER)
Earthing the installation as per I.E. rules conforming to IS:3043-
1987 or its latest amendment by making earth station with
600mm x 600mm x 6mm (minimum) thick copper plate
electrode to be installed such that its top edge shall be at a
minimum depth of 3.0 metre below ground level after
preparation of ground with charcoal and salt and connecting the 25mm x 6mm copper earth lead-in-strip (upto 10 metre
length) by bolting and then brazing to the copper plate
complete with copper bolts of suitable length double nuts
and washers including supply and fixing of 50mm dia.
partly perforated G.I. pipe with funnel for watering
arrangement.
The copper earth lead-in-strip shall be PVC sleeved /
insulated throughout the total length and the underground
portion to be laid through suitable size heavy duty rigid PVC
conduit (ISI mark embossed on conduit surface) at an average depth of 500mm below ground level. The earthing installation
should be provided with 300mm x 300mm and 300mm depth
inside dimension masonry inspection pit with C.I. hinged cover
having locking arrangement, test link of size 150 mm length
x 25mm x6mm copper flat connected to copper earth lead-
in-strip and restoring the surfaces duly rammed. No. 1
18 Extra for earth lead-in-strip exceeding 10 metre length as
mentioned in item no. 3.5.1. with supply and fixing of 25mm
x 6mm copper strip having PVC sleeved / insulated to be fixed
on wall surface with tinned copper bar saddles / clamps at an
interval of 300mm etc. as required to be completed in all
respect. Minimum clearance between wall surface and copper
earth lead-in-strip should be 6mm. MTR 55
19 Supply & Installation of Light Fitments as follows:
following specifications : 2' X 2' light fixtures
Panels should be made of white powder coated CRCA sheet hsg. Lamp type -- Clear / Neutral White LED, Power Consumption --
32 to 38 W, Wattage of single LED ñ 0.15 to 0.25 W, No. of LED
ñ depending upon total power consumption and illuminance,
Lamp Colour Temp -- 4000 to 6000K, Light coverage -- 100˚ to
120˚, Illuminance -- 300 - 450 Lux
Rated lamp life -- Min. 50,000 Hrs Visor -- Acrylic / Prismatic
sheet Heat dissipation ñ Negligible. NOS 16
b L.E.D down lighters of 6î diameter shall have the following
specifications:
Housing should be made of white powder coated CRCA sheet.
Lamp type -- Clear / Neutral White LED, Power Consumption --
18 W, Wattage of
single LED ñ 0.15 to 0.25 W, No. of LED ñ depending upon total
power consumption and illuminance, Lamp Colour Temp -- 4000
to 6000K, Light coverage -- 100˚ to 120˚, lluminance -- 90 to 150 Lux at a vertical height of 7 Ft.
Rated lamp life -- Min. 50,000 Hrs Visor -- Acrylic / Prismatic
sheet Heat dissipation -- Negligible.
The rates for above mentioned items shall include the cost of
respective drivers.
Approved make of L.E.D lamps : Nischia,Phillips, GE, Osram, and NOS 22
BANK OF BARODA
CREE.
c Supplying, Installation, testing and commissioning of 1X40W
box type LED tube light fitting (Bajaj/Wipro/Philips make ) Nos. 7
d Supplying, Installation, testing and commissioning of
1X40W wall bracket light fitting ( Bajaj/Wipro/Philips make ) Nos. 0
20 Supplying, installation, testing and commissioning of medium duty
type ISI marked 300mm dia. Exhaust fan suitable for 250V
single phase 50 Hz. A.C. supply complete with louvre,
interconnection between fan points and fan with 3 nos. single
core/3 core 1.5sq.mm PVC insulated flexible FRLS copper
conductor cable, making suitable size holes on wall to
accommodate the fan, mending good to the original finish,
painting etc. as required. Nos. 3
21 supplying, Assembling, installation, testing and commissioning of
ceiling fan (1200 mm size) complete with all accessories
and high breeze (Bajaj/Wipro/Crompton make ) Nos. 4
21(A) Supplying, Assembling, Installation testing and commissioning
of 400 mm wall fans with all accessories
(Bajaj/Wipro/Crompton make).Reduced by ZO. Nos. 10
22 Supplying and fixing on wall call bell buzzer (approved by
Consultant) suitable for 230 volt single phase A.C.supply
including interconnection, etc. as required . Nos. 0
23 Supplying & installtion of 100 Amps approved make 4 pole on load
change over switch with sheet steel enclosure and complete
interconnections. Set 1
24 Supply & laying of 4C X 50 sqmm Cu Flexible Cable (From Meter
to Main DB Mtr 50
25 End Termination of above Cable 4C X 50 sqmm Nos. 2
23
SUPPLYING AND LAYING OF P.V.C. CONDUIT
FOR TELEPHONE AND DATA CABLES (branch)
Supplying and laying of heavy duty rigid PVC conduit (ISI
marked ) complete with junction box, circular box, elbows, bends, couplers and other accessories as required by chase
cutting on floor/ wall/ through partition or over false ceiling.
The work includes making good all damages to original
finish, painting etc. as required including fixing of pull out
boxes/junction boxes etc as directed.
a 20 mm dia rigid PVC pipes of ISI mark MTR 120
b 25 mm dia rigid PVC pipes of ISI mark MTR 180
c 25 mm dia PVC Casing and capping MTR 60
24 Supply and fixing of 20 pair telephone junction box “Krone”
make on wall /furniture/partition with hinged cover and
screwed type tag strips complete with chase cutting, mending good, painting etc. as required. Nos. 1
25 Supply & fixing on wall/furninture/partition recessed type
telephone modular socket outlet (RJ 11) with mounting box &
front plate as shown in drawing complete with chase cutting,
mending good, etc as required Nos. 8
26 TELEPHONE WIRING
a Supplying and laying of 2 -pair 0.61 mm dia. PVC insulated telephone cables through prelaid rigid PVC conduit as shown in
the drawing or otherwise as directed by the consultant from
Telephone Junction Box to Telephone socket outlet including
interconnection mending good etc. as required to be completed in
all respect. MTR 180
b Supplying & laying of 10 pair 0.61 mm dia Armoured Telephone
cable in underground or on wall surface as per site requirement. MTR 55
ELECTRICAL & TELEPHONE WORKS TOTAL :
BANK OF BARODA
DATA CABLING (branch)
a Supplying & laying of approved make Cat - 6 category Data cable
as per requirement. (D-Link) Mtr 300
b Supplying & fixing Rj - 45 Data Single I/O point with face plate,
box and all accessories and termination of wire in the Data jack. Nos 12
c Supplying and fixing Rj - 45 Data Dual I/O point with face plate,
box and all accessories and termination of wire in the Data jack. Nos 3
d Supplying and fixing of Cat - 6 Category 1 mtr long data cable
patch chords. Nos 17
e Supplying and fixing of Cat - 6 Category 2 mtr long data cable
patch chords. Nos 15
f Supply & installtion of 9U Data Rack with all accessories as per requirement Set 1
g Supply & installtion of 24 Port Jack panel (D-Link ) Nos 1
h Supply & installtion of 24 Port Network Switch (D-Link ) Nos 1
DATA CABLING WORKS TOTAL
NOTE :
1 The rate quoted for the above ITEMS must include all the Liasioning charges for obtaining higher capacity meter for the required load
from BEST, MSEB, RELIANCE, TATA or as p Supply
2 The a bove Rates quoted shall be inclusive of submission of 3 Sets of AS BUILT drawing, which shall be submitted at the time of FINAL
BILL. 3 Rate shall be inclusive of VAT (Value Added Tax), Octroi Charges, Transport Charges, Loading-Unloading Charges, Removal of Existing
Wire, Tube Light, Fan, AC Unit, Exhaust F
4 Rate shall be inclusive of providing Temporary Lighting Arrangement from the Existing Power as required with requir ed accessories.
A C WORKS (branch)
No. Particulars UNIT Qty RATE AMOUNT
1 Supply, Installation, Testing & Commissioning of following high
wall mounted SPLIT unit along with 5 Mtrs. Refigerant piping &
cabling, irrespective of the number of circuits & stand for the
condensing unit (Suction line to be insulated with elastomeric
nitrile rubber tubular insulation of 9mm thickness adhesive &
joints sealed with black monsoon tape) including stabilizer &
installation charges with 5 star type.
(Make: - Voltas / Blue Star / Carrier / Hitachi )
a 1.0 TR SPLIT UNIT Nos. 0
b 1.5 TR SPLIT UNIT Nos. 6
c 2.0 TR SPLIT UNIT Nos. 0
d 1.5 TR CASSETTE AC Nos. 0
2
Supplying, Installing, Testing & Commissioning with SOFT Copper
piping with first charge of Refrigerant Gas & Oil, pressure testing,
vacuumising etc. complete.
Note: - Suction line to be insulated with electromeric nitrile,
rubber tubular insulation of 9mm thickness adhesive & joints
sealed with black monsoon tape etc. complete as per instructions of the Architect / Consultant. Mtrs. 60
3
Supplying / Installation / Testing & Commissioning of Copper
Cables. Mtrs. 60
4
Supplying/Installation/Testing & Commissioning 25mm PVC Drain
Pipe. Mtrs. 60
AIR CONDITIONING WORKS TOTAL
ESTIMATE FOR THE PROPOSED ELECTRICAL / AC WORKS FOR BANK OF
BARODA ATM AT BALLARY, KARNATAKA
ELECTRICAL WORKS (ATM)
SL.NO DESCRIPTION OF ITEMS UNIT QTY RATE AMOUNT
1 SITC of main distribution board consisting of 4 way TPN
Distribution board with the following
40 AMPS 4 POLE ELMCB C Curve -1 NO
25 A DP MCB C Curve -2
20A DP MCB C Curve -1
16 A DP MCB C Curve -4
BANK OF BARODA
25A SP MCB C Curve -2 SET 1
2 SITC of main distribution board consisting of 6 way sPN
Distribution board with the following
25 A DP MCB C Curve -1
10 A SP MCB C Curve -4 SET 1
3 SITC of 20A three pin industrial plug and socket controlled by
20/25A SP MCB for UPS & AC SET 3
4 Supply & laying of 4 C X 10 Sqmm Cu Flexible Cable (From Meter
to Main Switch -For E Lobby) MTR 35
5 End Termination of Above Cable
4C X 10 Sqmm NO 2
6 Supply & installation of Primary Light Points NO 5
7 Supply & installation of Secondary Light Points NO 2
8 Supply & installation of 5 Amp Plug Points NO 1
9 Supply & installation of 15 Amp Plug Points NO 3
10 Supply & installation of RJ 45 IO NO 3
11 Supply & laying of CAT 6 Wire with Conduit MTR 75
12 Supply & laying of 2x2.5sqmm + 1X1.5sqmm wire with conduit MTR 40
13 Supply & laying of 2x4.00sqmm +1x2.5sqmm wire with conduit MTR 40
14 2 X 2 LED Fitting
a
Panels should be made of white powder coated CRCA sheet hsg.
Lamp type -- Clear / Neutral White LED, Power Consumption -- 32
to 38 W, Wattage of single LED ñ 0.15 to 0.25 W, No. of LED ñ
depending upon total power consumption and illuminance, Lamp
Colour Temp -- 4000 to 6000K, Light coverage -- 100˚ to 120˚,
Illuminance -- 300 - 450 Lux, Rated lamp life -- Min. 50,000 Hrs,
Visor -- Acrylic / Prismatic sheet, Heat dissipation ñ Negligible. NO 1
b LED Spot Light
L.E.D down lighters of 6î diameter shall have the following
specifications: Housing should be made of white powder coated
CRCA sheet. Lamp type -- Clear/Neutral White LED, Power
Consumption -- 9 W, Wattage of single LED ñ 0.15 to 0.25 W, No.
of LED ñ depending upon total power consumption and illuminance, Lamp Colour Temp -- 4000 to 6000K, Light coverage
-- 100˚ to 120˚, lluminance -- 90 to 150 Lux at a vertical height
of 7 Ft. Rated lamp life -- Min. 50,000 Hrs, Visor -- Acrylic /
Prismatic sheet, Heat dissipation -- Negligible. The rates for above
mentioned items shall include the cost of respective drivers.
Approved make of L.E.D lamps : Nischia,Phillips, GE, Osram, and
CREE, BAJAJ. NO 4
c LED ROPE LIGHT
Supply & installation of Rope light around the pop curve. MTR 12
d Supplying, Installation, testing and commissioning of 1X40W
box type tube light fitting (Bajaj/Wipro/Philips make ) NO 1
15 Supply & installation of 80mm 3 Mtr Long Pipe n Pipe Earthing
with Chemical SET 1
16 Supply and laying of 10 SWG bare copper wire in a 19mm PVC
conduit for Earthing ,UPS and Main DB MTR 30
ELECTRICAL WORKS TOTAL
A C WORKS (ATM)
No. Particulars Unit Quantity Rate Amount
1 Supply, Installation, Testing & Commissioning of following high
wall mounted SPLIT unit along with 5 Mtrs. Refigerant piping &
cabling, irrespective of the number of circuits & stand for the
condensing unit (Suction line to be insulated with elastomeric nitrile rubber tubular insulation of 9mm thickness adhesive &
joints sealed with black monsoon tape) including stabilizer &
installation charges with 5 star, Invertertype.
* (Make: - Voltas / Blue Star / Carrier / Hitachi)
a 1.0 TR SPLIT UNIT Nos. 2
b 2.0 TR SPLIT UNIT Nos. 0
c 2.0 TR CASSETTE AC Nos. 0
2 Supplying, Installing, Testing & Commissioning with SOFT Copper
piping with first charge of Refrigerant Gas & Oil, pressure testing,
vacuumising etc. complete. Mtrs. 31
Note: - Suction line to be insulated with electromeric nitrile,
BANK OF BARODA
rubber tubular insulation of 9mm thickness adhesive & joints
sealed with black monsoon tape etc. complete as per instructions
of the Architect / Consultant.
*
3 Supplying / Installation / Testing & Commissioning of Copper
Cables.
Mtrs. 31
4 Supplying/Installation/Testing & Commissioning 25mm PVC Drain
Pipe.
Mtrs. 31
AC WORKS TOTAL
GRAND TOTAL FOR ATM ELECTRICAL & AC WORKS INCL GST
ARTICLES OF AGREEMENT.
This Agreement day of 2019 between
(Hereinafter called “the Owner”) of the one part and
(Or whose registered office is situated at
(Hereinafter called “the Contractor”) of the other part.
Whereas the Owner is desirous of carrying out the complete furnishing
(hereinafter called “the Work”) at their premises situated at
And has caused Drawings and Bill of Quantities showing and describing the work to be
done to be prepared by or under the direction of Architects:
AND WHEREAS the contractor has supplied the owner with a fully priced
copy of the said Bills of quantities (which copy is hereinafter referred to as
“the contract Bills” ) AND WHEREAS the said drawings (hereinafter referred
to as “the contract Drawings”) and the Contract Bills have been signed
by or on behalf of the parties hereto: AND WHEREAS the contractor has
deposited the sum of rupees
with the Architect /owner for the due performance of this agreement .
NOW IT IS HEREBY AGREED AS FOLLOWS :
1. For the consideration hereinafter mentioned the contractor will upon
and subject to the conditions annexed carry out and complete the
work shown upon the Contract Drawings and described by or referred
to in the contract Bills and in the said conditions.
2. The owner will pay the contractor the sum of Rupees
Hereinafter referred to as “the contract sum” or such other sum as shall
become payable hereunder at the times in the manner specified in the said
condition
3. The term “the architect” in the said conditions shall
mean M/s.
Or in the event of their ceasing to be the Architect for the purpose of this contract, such other
persons as the owner shall nominate for that purpose, not being a persons as
the owner shall nominate for that purpose, not being a person to whom the
contractor shall object for reason considered to be in sufficient by the owner,
provided always that no person subsequently appointed to be the Architect
under this contract shall be entitled to disregard or overrule any certificates or
opinion or decision or approval or instruction given by the Architect /Consultant
for the time being.
4. The said condition and appendix thereto shall be read and constructed as
forming part of this agreement and the parties hereto shall respectively abide
by, submit themselves to the conditions and perform the agreements on their
parts respectively in such conditions contained.
AS WHEREAS the hands of the said parties .
Signed by the said In the presence of OWNER.
Witness
Name :
Address:
Signed by the said
In the presence of CONTRACTOR.
Witness:
Name :
Address: