+ All Categories
Home > Documents > final Navsari DO tender.pdf - New India Assurance

final Navsari DO tender.pdf - New India Assurance

Date post: 08-Apr-2023
Category:
Upload: khangminh22
View: 0 times
Download: 0 times
Share this document with a friend
55
Page | 1 THE NEW INDIA ASSURANCE CO. LTD. SURAT REGIONAL OFFICE (230000) -------------------------------------------------------------------------------- 1st Floor, “A-Wing” Tirupati Plaza, Near Collector’s Office, Athwagate, Surat – 395001 2461589 / 2461690, 2460691,2461582 Fax. 2461589 CIN: L66000 MH1919 GOI 000526 Website: http://newindia.co.in/ TENDER DOCUMENTSRO/ESTB./NAVSARI/DO/NEW/PREMISES/FURNISHING/230800 FOR THE PROPOSED INTERIOR & ELECTRICAL WORK OF NAVSARI DIVISIONAL OFFICE (230800) OF THE NEW INDIA ASSURANCE COMPANY LIMITED
Transcript

Page | 1

THE NEW INDIA ASSURANCE CO. LTD. SURAT REGIONAL OFFICE (230000)

-------------------------------------------------------------------------------- 1st Floor, “A-Wing” Tirupati Plaza, Near Collector’s Office, Athwagate, Surat – 395001

2461589 / 2461690, 2460691,2461582 Fax. 2461589 CIN: L66000 MH1919 GOI 000526

Website: http://newindia.co.in/

TENDER DOCUMENT–

SRO/ESTB./NAVSARI/DO/NEW/PREMISES/FURNISHING/230800

FOR THE

PROPOSED INTERIOR & ELECTRICAL WORK

OF

NAVSARI DIVISIONAL OFFICE

(230800)

OF

THE NEW INDIA ASSURANCE COMPANY LIMITED

Page | 2

THE NEW INDIA ASSURANCE CO. LTD. SURAT REGIONAL OFFICE (230000)

-------------------------------------------------------------------------------- 1st Floor, “A-Wing” Tirupati Plaza, Near Collector’s Office, Athwagate, Surat – 395001

2461589 / 2461690, 2460691,2461582 Fax. 2461589 CIN: L66000 MH1919 GOI 000526

Website: http://newindia.co.in/

CONTENTS

Sr. No. List of Documents Page No.

1

Brief Details of the Tender

3

2

Notice for The Invitation of Tender

4

3

Eligibility Criteria for Pre-Qualification 5

4

General Rules and Instructions for the Guidance of the Tenders

6

5

Agreement

8

6

General Conditions of Contract

10

7

Special Instructions To Bidders For E-Tendering

14

8

Technical Bid

17

9

List of Approved Make and Manufacturers

26

10

Bill of Quantities (Price Bid)

31

a. Abstract Sheet 32

b. Interior-Furniture/Electrical work

33

11 Measurement Sheet 51

12

Drawing/Layout

55

Page | 5

THE NEW INDIA ASSURANCE CO. LTD. SURAT REGIONAL OFFICE (230000)

-------------------------------------------------------------------------------- 1st Floor, “A-Wing” Tirupati Plaza, Near Collector’s Office, Athwagate, Surat – 395001

2461589 / 2461690, 2460691,2461582 Fax. 2461589 CIN: L66000 MH1919 GOI 000526

Website: http://newindia.co.in/

ELIGIBITY CRITERIA FOR PRE-QUALIFICATION

1. Average Annual financial turnover during the last 3 years, ending 31st March of the previous financial year, should be at least ₹ 6 Lakhs (Rupees Six Lakhs).

2. Should have posted net profit for at least two of the immediately preceding three

financial years.

3. Experience of having successfully completed similar works during last 7 years

ending last day of month previous to the one in which applications are invited should be either of the following: -

a) Three similar completed works costing not less than the amount equal to ₹ 10 Lakhs (Rupees Ten Lakhs).

Or b) Two similar completed works costing not less than the amount equal to

₹ 15 Lakhs (Rupees Fifteen Lakhs).

Or c) One similar completed work costing not less than the amount equal to ₹

24 Lakhs (Rupees Twenty Four Lakhs).

4. “Similar work” means Architectural interior works such as partitions, ceiling,

flooring, painting & polishing, furnishing making and supplying furniture, air-conditioning, allied electrical works, LAN networking and repairs of toilets & other allied miscellaneous works.

5. The tenderer to furnish documents about the nature of his Company and

the necessary copy of Power of Attorney of the acting Executive.

Page | 6

THE NEW INDIA ASSURANCE CO. LTD. SURAT REGIONAL OFFICE (230000)

-------------------------------------------------------------------------------- 1st Floor, “A-Wing” Tirupati Plaza, Near Collector’s Office, Athwagate, Surat – 395001

2461589 / 2461690, 2460691,2461582 Fax. 2461589 CIN: L66000 MH1919 GOI 000526

Website: http://newindia.co.in/

GENERAL RULES AND INSTRUCTIONS FOR THE GUIDANCE OF THE TENDERS

1. Tenders are hereby invited on behalf of The New India Assurance Company Limited for

the Proposed Interior (Furniture) & Electrical Work Of Navsari Divisional Office

(230800) of The New India Assurance Company Ltd. Located at, 2nd Floor, Unit

No.-201-202-203-204, Union Heights, Opp. Dhruvini Hospital, Ashanagar, Navsari-

396445

2. Contract documents consisting of agreement and the set of conditions of contract to be

complied with by the person whose tenders may be accepted, Schedule of Quantities of

various classes of work to be done and drawings which will also be found in the form of

tenders, Tender documents may be downloaded from the Company website

(http://www.newindia.co.in).

3. Technical and Price Bids are to be submitted online through

www.tenderwizard.com/NIAEPROC

4. The time allowed for carrying out the work will be 45 days from 7th

day of date of

acceptance of work order to commence work.

5. The contractors should quote in figures as well as in words, the rate and amount tendered by

them. The amount for each item should be worked out and the requisite totals to be given.

6. When a contractor signs a tender in an Indian language the percentage above or below and

the tendered amount and the total amount tendered should also be written in the same

language. In the case of illiterate contractors, the rates or the amounts tendered should be

attested by a witness.

7. Earnest money amounting to ₹ 30,000/-(Rupees Thirty thousand only) in the form of

Demand Draft in favor of The New India Assurance Company Limited, payable at Surat, is

to be submit ted in a sealed cover super scribed "EMD for Proposed Interior and

Electrical Work at the Navsari Divisional Office (230800) at Navsari”, at The New India

Assurance Co. Ltd Surat Regional Office, Establishment Department, First Floor, A wing,

Tirupati Plaza, Athwagate, Surat-395001. Hard copy of the technical bid as well as price

bid need not be sent to the office. Receipt of the hard copy of the same (technical as

well as price bid) will render the bid rejected.

8. The Contractor, whose tender is accepted, will be required to furnish by way of initial

security deposit of Rs. 70,000.- (Rupees Seventy Thousand) within fifteen days from

the date of acceptance of his tender and intimation for the due fulfillment of his

contract, such sum as will amount to 2.5% of the estimated cost of work. The balance

Security deposit (2.5% of the estimated cost) shall be collected as detailed in the general

conditions of the contract. The EMD of the contractor, whose tender is accepted, shall be

forfeited in full in case he does not remit the Initial Security Deposit within the stipulated

period or start the work by the stipulated date mentioned in the award letter.

9. The acceptance of tender will rest with The New India Assurance Company Limited which

does not bind itself to accept the lowest tender, and reserves it to the authority to reject any

or all of the tenders received without the assignment of any reasons thereof. All tenders in

which many of the prescribed conditions are not fulfilled or are incomplete in any respect

are liable to be rejected. The Company / Architect reserves the right to accept the tender in

full or in part and the tenderer shall have no claim for revision of rates or other conditions, if

his tender is accepted in parts.

10. Canvassing in connection with tenders is strictly prohibited and the tenders submitted by

the contractors who resort to canvassing will be liable to rejection.

Page | 8

THE NEW INDIA ASSURANCE CO. LTD. SURAT REGIONAL OFFICE (230000)

-------------------------------------------------------------------------------- 1st Floor, “A-Wing” Tirupati Plaza, Near Collector’s Office, Athwagate, Surat – 395001

2461589 / 2461690, 2460691,2461582 Fax. 2461589 CIN: L66000 MH1919 GOI 000526

Website: http://newindia.co.in/

AGREEMENT 1. THIS AGREEMENT made on the_____day of_______2021 between M/s________

______________________________(herein referred to as "the Contractor" which expression shall, unless repugnant to the context of meaning there of be deemed to include its/his legal heirs, executors, administrators and assigns of the one part and The New India Assurance Company Limited (Owned by the Govt.Of India)and having its Head office at 87,M.G.Road, Fort, Mumbai. Here in after referred to as "the Employer", which expression shall unless repugnant to the context or meaning there of be deemed to include its success or sand assigns of the other part.

2. WHEREAS the said employer requires execution of certain works to be carried out for the Tender For Proposed Interior (Furniture) & Electrical Work Of Navsari Divisional Office (230800) Of The New India Assurance Company Ltd. Located at, 2nd Floor, Unit No.-201-202-203-204, Union Heights, Opp. Dhruvini Hospital, Ashanagar, Navsari-396445 (Herein after the aforesaid works are collectively referred to as "the works")

3. WHEREAS the said works are more particularly described in contract documents consisting of agreement, the set of conditions of contract to be complied with by the Contractor, schedule of Quantities and drawings are annexed here with as part and parcel of this agreement. The parties to the contract agree to abide by the same.

4. WHEREAS, the employer has invited the tenders from the Eligible contract or as per eligibility criteria by the employee. The contractor has also given his tender which was opened on_________________ and it has been accepted by the employee vide letter No.___________________.

Now it is here by agreed as follows:

5. WHEREAS in consideration of the payments to be made to the contractors as hereinafter provided, the contractor shall upon and subject to the set of said conditions described in the contractual documents, execute and complete the works as shown in the said plans, drawings, complete ,specifications, schedule of quantities of the various classes of works to be done and such further detailed drawings plans and specification as may be furnished/ provided to him by the said employer and described in the said specifications and on the said price of schedule of quantities.

6. The Chief Regional Manager, Surat of the employer shall exercise powers on Behalf of the said employer for the purpose of the Contract Agreement.

7. WHEREAS both the parties agree to sign the following annexure annexed to this agreement in token of their acceptance:- i) Agreement ii) General conditions of contract iii) Safety Code iv) Priced Bill of Quantities and v) Drawings

8. The Employee shall pay the contractor such sum as shall be come payable here under at the times and in the manner specified in the said conditions mentioned in the General Conditions of contract.

9. WHEREAS the contractor hereby undertakes and agrees to carryout and complete the works within 45 days from the 7thday of the date of written orders to commence the works, are given to the contractor. The contractor agrees and has deposited the sum of ₹ 70000/-(Rupees Seventy Thousand only) by way of initial security deposit (2.5% of the Estimated cost) for due fulfillment of this contract for the works. It is agreed that the balance security deposit (2.5% of the estimated cost) shall be deducted from each running bill sat 10% of the bill amount and refunded to the

Page | 9

contractor on expiry of three months from the date of payment of final bill. While making payment of every running bill, an amount equivalent to 5% will be held as retention money. The retention money is to be refunded after satisfactory performance of the works executed and rectification of defects noticed during defects liability period.

10. WHEREAS it is agreed that the earnest money amounting to ₹ deposited by the contractor in the form of Demand Draft/Pay Order along with the tender shall be forfeited in full. In case contractor does not remit the initial security deposit within the stipulated period of start of the works by the stipulated date mentioned in the award letter.

11. WHEREAS ______________________ is t h e a c c r e d i t e d r e p r e s e n t a t i v e (s) o f t h e contractor who would be responsible for taking instructions from the employer in relation to the works. The contractor agrees to pay sales tax, or any other tax on material or finished works like works contract tax, turnover tax etc. including Income Tax in respect of this contract of the works and the employer will not entertain any claim whatsoever in this report, nor the employer shall be responsible to pay any tax as mentioned above. If due to non-payment of any of the aforesaid tax or other taxes connected with the works, the contractor suffers any loss or damages or delays in completing the works, the employer will not be responsible for such loss or damages occurred to the contractor, and the employer will be entitled to claim damages from the contractor for non-completion of the work within 4-months as stipulated in Para -9 above.

12. WHEREAS the contractor hereby declares the list of all the relative working with the employer which is annexed herewith and marked C-1.

OR WHEREAS as contractor declares that none of his relative is working with the employers.

13. WHEREAS the contractor declares that he has associated himself with the agencies of the appropriate classes of person for AC, LAN Network etc. or any other specialized job to complete the works.

14. The plans, drawings, specifications, contract documents and the documents above mentioned shall form basis of this contract and the decision of Chief Regional Manager, Surat for the time being as mentioned in the conditions of contract in reference to all matters of dispute as to material, workmanship or account and as to the intended interpretation of the clauses of the agreement or any of the document attached here to shall be final and binding on both parties and may be made rule of the court.

15 The employer through the Chief Regional Manager, Surat reserves himself the right of altering the plans, drawings, and nature of work and of adding to or omitting any items of work or having portions of the same carried out departmentally or otherwise and such alterations or variations shall be carried out without prejudice to this contract.

16. All disputes arising out of or in any way connected with this agreement shall be deemed to have arisen in Surat and only the courts of Surat shall have jurisdiction to determine the same.

17. The several parts of this contract have been read to us and fully understood by us. IN WITNESS whereof the parties above-named have executed these presents today and year first herein above written.

Signed, sealed and delivered by:

Authorised representative Authorised representative(s) of Employer of Contractor

Page | 10

THE NEW INDIA ASSURANCE CO. LTD. SURAT REGIONAL OFFICE (230000)

-------------------------------------------------------------------------------- 1st Floor, “A-Wing” Tirupati Plaza, Near Collector’s Office, Athwagate, Surat – 395001

2461589 / 2461690, 2460691,2461582 Fax. 2461589 CIN: L66000 MH1919 GOI 000526

Website: http://newindia.co.in/

GENERAL CONDITIONS OFCONTRACT

1. SCOPE: The work consists of Proposed Interior (Furniture) & Electrical Work Of Navsari Divisional Office (230800) Of The New India Assurance Company Ltd. Located at, 2nd Floor, Unit No.-201-202-203-204, Union Heights, Opp. Dhruvini Hospital, Ashanagar, Navsari-396445 in accordance with the "Drawing” and “Schedule of Quantities". It includes furnishing all materials, labours, tools, and equipment and management necessary for and incidental to the construction and completion of the work. All work, during its progress and upon completion, shall conform to the lines, elevations and grades as shown on the drawings furnished by the Employer/Architects. If any details essential for efficient completion of the work be committed from the drawings and specifications, it shall be the responsibility of the contractor to inform the Employer/Architects in writing and to furnish and install such detail with Employer's Engineer/ Architects concurrence, so that upon completion of work proposed, the same will be acceptable and ready for use.

2. TENDERER SHALL VISIT THE SITE: Intending tenderer shall visit the site and make him thoroughly acquainted with the local site condition,

nature and requirements of the works facilities of transport condition, effective labour and materials,

access and storage for materials and removal of rubbish/debris. The tenderer shall provide in their tender

for cost of carriage, freight and other charges as also for any special difficulties and including police

restriction for transport etc. for proper execution of work as indicated in the drawings. The successful

tenderer will not be entitled to any claim on account of any site conditions which in the opinion

reasonably been inferred to be so existing before commencement of work. 3. TENDERS:

The entire set of tender paper issued to the tenderer should be submitted fully priced and also signed

on the last page together with initials on every page; Initial/ signature will indicate the acceptance

of the tender papers by the tenderer. (Ignore if the tender is to be filled online only)

The “Rate‟ column to be legible filled in ink in both English figures and English words.

Amount column to be filled in for each item and the amount for each subhead as detailed in the

"Schedule of Quantities.” (Ignore if the tender is to be filled online only)

All corrections are to be initialed (not applicable for online tendering).

The 'Rate Column‟ for alternative items shall be filled up.

The 'Amount' column for alternative items of which the quantities are not mentioned shall not be

filled up.

No modifications, writings or corrections can be made in the tender papers by the tender, but may at his option offer his comments or modifications in a separate sheet of paper attached to the original tender papers. (Ignore if the tender is to be filled online only) The Employer reserves the right to reject the lowest or any tender and also to discharge any or all the tenders for each section or to split up and distribute any items of work to any specialist firm or firms, without assigning any reason. The tenderer should note that the tender is strictly on the item rate basis and their attention is drawn to

the fact that the rates for each and every item should be correct, workable and self-supporting. If

called upon by the Employer/Architects detailed analysis of any or all the rates shall be submitted.

The Employer/Architects shall not be bound to recognize the contractor’s analysis. The works will be paid for as "measured work” on the basis of actual work done and not as "lump

sum” contract.

All items of work described in the schedule of quantities are to be deemed and paid as complete

works in all respects and details including preparatory and finishing works involved, directly

related to and reasonably detectable from the drawings, specifications and schedule of quantities and no

further extra sum charges in the tender in respect of any item of works, the payment of such items of

work will be made for the actual work done on the basis of lump-sum charges as will be assessed to be

payable by the Employer/Architects. The employer has power to add, or omit from any work as shown in

drawings or described in specifications or included in scheduled of quantities and intimate the same in

Page | 11

writing but no addition, omission or variation shall be made by the contractor without authorization from

the Employer/Architect. No variation shall vitiate the contract.

4. TAXES AND DUTIES The tenderer must include in their tender prices quoted for all duties royalties, cess and Sales

Tax, service tax or any other taxes or local charges if applicable. No extra claim on this account will in

any case be entertained. Applicable GST will be payable extra.

5. QUANTITY OF WORK TO BE EXECUTED:

The quantities shown in the schedule of quantities are intended to cover the entire work indicated in

the drawings of Tender but the Employer reserves the right to execute only a part or the whole or

any excess thereof without assigning any reason therefore.

6. THIRD PARTY DAMAGE : The contractor shall be responsible for all the injury to persons, animals, building, and building structure,

any damage to road, streets, and footpaths and shall rectify at its own cost.

7. INSURANCE COVER: All the workers of the contractor as well as his sub-contractors must be properly covered by an Insurance

policy under Workman’s Compensation Act and Fatal Accident Act. The contractor at his own expenses

arrange to effect and maintain until the virtual completion of the contract, insurance policy in the joint

name of the Company and the contractor against this risk to be retained by the Company until the virtual

completion of the work, and indemnify the Company from all the liabilities arising out of such events. In

case of delay, contractor shall arrange to extend insurance policy till work is completed. Further the

contractor shall be responsible to comply with E.S.I.C. Act or any other acts related to labourers as

applicable in India.

8 . PAYMENTS Final bill shall be prepared by the contractor in the form prescribed by the Employer/Engineer/In-

charge after completion of the work. Interim bills (minimum value of one interim bill shall be ₹.

10.00 LAKH (Ten Lakhs) shall be entertained during the progress of the work .The bill in proper

form must be duly accompanied by detailed measurements in support of the quantities of work done

and must show deductions for all previous payments, retention money etc.

9. ESCALATION

The rate quoted shall be firm throughout the tenure of the contract ( including extension of time if any,

granted) and will not be subjected to any fluctuation due to increase in case of materials, labour, sales

tax, octroi etc.

10. IDLE LABOUR

Whatever the reason may be, no claim for idle labour, additional establishment cost of hire and labour

charges of tools and plants would be entertained under any circumstances.

11. DEFECTS LIABILITY

The defects liability period (D.L.P.) shall commence form the certified date of virtual completion

issued jointly by the Company /Architects. The contractor shall make good at his own cost and to the

satisfaction of the employer all defects, shrinkages or other faults which may appear within 12 months

after completion of the work. In default, the employer may employ and pay other persons to amend and

make good such damages, losses and expenses consequent thereon or incidental thereto shall be made

good and borne by the contractor and such damages, losses and expenses shall be recoverable from

him by the employer or may be deducted by the employer, in lieu of such amending and making

good by the contractor, deduct from any money due to the contractor a sum equivalent to the cost of

amending such work and in the event of the amount retained being insufficient, recover that balance

from the contractor from the amount retained together with any expenses the Employer may have

incurred in connection therewith.

Page | 12

12. SUSPENSION If the contractor except on account of any legal restraint upon the Employer preventing the continuance

of the work or in the opinion of the Employer shall neglect or fail to proceed with due diligence in the

performance of his part of the contractor if the contractor shall more than once make default, the

Employer shall have the power to give notice in writing to the contractor requiring the work be

proceeded within a reasonable manner and the reasonable dispatch, such notice purport to be a notice

under this clause.

After such notice shall have been given the contractor shall not be at liberty to remove from the site of

the works or from any ground contiguous thereto any plant or materials to subsist from the date of such

notice being given until the notice shall have been complied with. If the contractor shall fail for 7

(seven) days after such notice has been given to proceed with the works as therein prescribed, the

employer may proceed as provided in Clause (Termination of Contract by Employer).

13. TERMIANTION OF CONTRACT BY EMPLOYER

If the contractor being a company to into liquidation whether voluntary or compulsory or being a firm

shall be dissolved or being an individual shall be adjudicated insolvent or shall make an assignment

or a composition for the benefit of the greater part, in number of amount of his creditors of shall enter

into a Deed or agreement with his creditors, or if the Official Assignee in insolvency, or the Receiver

of the contractor in insolvency, shall repudiate the contract, or if a receiver of the contractor's firm

appointed by the court shall be unable, within fourteen days after notice to him requiring him to do so,

to show to the reasonable satisfaction of the employer that he is able to carry out and fulfill the

contract, and if so required by the employer to give reasonable security therefore, or if the

contractor shall suffer execution to be issued, or shall suffer any payment under this contract to be

attached by or on behalf of and of the creditors of the contractor, or shall assign, charge or encumber

this contract or any payments due or which may become due to the contractor, there under or shall

neglect or fail to observe and perform all or any of the acts matters of things by this contract,

to be observed and performed by the contractor within three clear days after the notice shall have been

given to the contractor in manner hereinafter mentioned requiring the contractor to observe or perform

the same or shall use improper materials or workmanship in carrying on the works, or shall in the

opinion of the employer not exercise such due diligence and make such due progress as would enable

the work to be completed within due time agreed upon and shall fail to proceed to the satisfaction of

the employer after three clean days notice requiring the contractor so to do shall have been given to the

contractor as hereinafter mentioned, or shall abandon the contract, then and in any of said cases, the

employer may notwithstanding previous waiver determined the contract by a notice in writing to the

effect as hereinafter mentioned, but without thereby effecting the powers of the employments of the

obligations and liabilities of the contractor the whole of which shall continue in force as fully as if

the contract, had not been so determined and as if the work subsequently executed had been executed

by or on behalf of the contractor (without thereby creating any trust in favour of the contractor ) further

the employer or his agent, or servants, may enter upon and take possession of the work and all plants

tools scaffolding, sheds, machinery, steam and other power utensils and materials lying upon premises

or the adjoining lands or roads and sell the same as his own property or may employer the same by

means of his own servants and workmen in carrying on and completing the works or by employing any

other contractors or other person or person to complete the works, and the contractors or other

person or person to complete the works, and the contractor shall not in any interrupt to do any act

matter or thing to prevent or hinder such other contractors or other persons or person employed

from completing and finishing or using the materials and plants for the works when the works shall be

completed, or as soon thereafter as conveniently may be, the employer shall give notice in writing to

the contractor to remove this surplus materials and plants and should the contractor fail to do so within

a period of 14 days after receipt by him the employer may sell the same by public auction and shall

give credit to the contractor for the amount so realized. Any expenses or losses incurred by the

employer in getting the works carried out by other contractors shall be adjusted against the amount

payable to the contractor by way of selling out by the contractor or prior to engaging others or against

the Security Deposit.

Page | 13

14. ARBITRATION

All disputes or differences of any kind whatsoever which shall at any time arise between the parties hereto touching or concerning the works or the execution or maintenance there of this contract or the

rights touching or concerning the works or the execution or maintenance thereof on this contract or the

rights touching or concerning the works or the execution of maintenance there of this contract of the

construction remaining operation or effect thereof to the rights or liabilities of the parties or arising out

of or in relation thereto whether during or after determination for enclosure or breach of the contract.

The decision of Chief Regional Manager, Surat will be binding upon both the parties.

Chief Regional Manager, Signature & Stamp of the Contractor Surat

Page | 14

THE NEW INDIA ASSURANCE CO. LTD. SURAT REGIONAL OFFICE (230000)

-------------------------------------------------------------------------------- 1st Floor, “A-Wing” Tirupati Plaza, Near Collector’s Office, Athwagate, Surat – 395001

2461589 / 2461690, 2460691,2461582 Fax. 2461589 CIN: L66000 MH1919 GOI 000526

Website: http://newindia.co.in/

SPECIAL INSTRUCTIONS TO BIDDERS FOR E-TENDERING

1. Tender document with detailed terms and conditions is available on our Website

www.tenderwizard.com/NIAEPROC.Interested parties may download the same and participate in the tender as per the instructions given therein, on or before the due date of the tender. The tender shall have to be submitted online through the e-Procurement system on

www.tenderwizard.com/NIAEPROC

2. As a pre-requisite for participation in the tender, vendors are required to obtain a valid Digital Certificate of Class IIB (with both signing and encryption component) and above as per Indian IT Act from the licensed Certifying Authorities (For ex. N-codes, Sify, E-mudra etc.) operating under the Root Certifying Authority of India (RCIA), Controller of Certifying Authorities (CCA). The cost of obtaining the digital certificate shall be borne by the vendor. In case any vendor so desires, he may contact our e-Procurement service provider M/s. C1 India Pvt. Ltd., Mumbai for obtaining the Digital Signature Certificate.

3. Corrigendum / amendment, if any, shall be notified on the site

www.tenderwizard.com/NIAEPROC . In case any corrigendum / amendment is issued after the submission of the bid, then such vendors, who have submitted their bids, shall be intimated about the corrigendum/amendment by a system-generated email (In case of open tender corrigendum / amendment will be on the public dash board and no mail will be fired for the vendor who has not participated by that time). It shall be assumed that the information contained therein has been taken into account by the vendor. They have the choice of making changes in their bid before the due date and time.

4. Vendors are required to complete the entire process online on or before the due date of closing of

the tender. 5. The Commercial/Price bid of only those vendors shall be opened whose Technical bid is found to be

acceptable to us. The schedule for opening the price bid shall be advised separately. 6. Directions for submitting online offers, electronically, against e-Procurement tenders directly

through internet:

i. Vendors are advised to log on to the website (www.tenderwizard.com/NIAEPROC) and arrange to register themselves at the earliest.

ii. The system time (IST) that will be displayed on e-Procurement web page shall be the time

considered for determining the expiry of due date and time of the tender and no other time shall be taken into cognizance.

iii. Vendors are advised in their own interest to ensure that their bids are submitted in e-

Procurement system well before the closing date and time of bid. If the vendor intends to change/revise the bid already entered, he may do so any number of times till the due date and time of submission deadline. However, no bid can be modified after the deadline for submission of bids.

iv. Once the entire process of submission of online bid is complete, the vendors are required to

go to option own bid view through dashboard and take the print of the envelope receipt as a proof of submitted bid.

Page | 15

v. Bids / Offers shall not be permitted in e-Procurement system after the due date / time of tender. Hence, no bid can be submitted after the due date and time of submission has elapsed.

vi. No manual bids / offers along with electronic bids / offers shall be

permitted. 7. Once the Commercial/Price bids are opened, vendors can see the rates quoted by all the

participating bidders by logging on to the portal under their user ID and password and clicking on other bid view.

8. No responsibility will be taken by and/or the e-Procurement service provider for any delay due to

connectivity and availability of website. They shall not have any liability to vendors for any interruption or delay in access to the site irrespective of the cause. It is advisable that vendors who are not well conversant with e-tendering procedures, start filling up the tenders much before the due date /time so that there is sufficient time available with him/her to acquaint with all the steps and seek help if they so require. Even for those who are conversant with this type of e-tendering, it is suggested to complete all the activities ahead of time. It should be noted that the individual bid becomes viewable only after the opening of the bid on/after the due date and time. Please be reassured that your bid will be viewable only to you and nobody else till the due date/ time of the tender opening. The non-availability of viewing before due date and time is true for e-tendering service provider as well as New India Assurance officials.

9. New India Assurance and/or the e-Procurement service provider shall not be responsible for any

direct or indirect loss or damages and or consequential damages, arising out of the bidding process including but not limited to systems problems, inability to use the system, loss of electronic information etc.

10. Bidder should arrange for the Tender Cost/EMD as specified in the tender. The original should be

posted/couriered/given in person to the Tender Inviting Authority, within the bid submission date and time of the tender.

11. The bidder has to submit the tender document(s) online well in advance before the prescribed time to avoid any delay or problem during the bid submission process.

12. The details of the Tender Cost/ Earnest Money Deposit(EMD) document submitted physically to the

Department before due date of submission of tender and the scanned copies furnished at the time of bid submission online should be the same otherwise the Tender will be summarily rejected. Ensure that the copies of Tender Cost/EMD are submitted under their respective heads only.

13. The Tender Inviting Authority (TIA) will not be held responsible for any sort of delay or the

difficulties faced during the submission of bids online by the bidders due to local issues.

14. Bidder should take into account all the corrigenda published before submitting the bids online.

15. The bidder should see that the bid documents submitted should be free from virus and if the documents could not be opened, due to virus, during tender opening, the bid is liable to be rejected

16. Please note that if rates are not filled in BOQ, then system will show it as zero. If bidder fails to quote

any rates in the BOQ, then their bid will be considered ‘incomplete bid’ and their bid will be rejected. Only complete bids will be considered for further evaluation.

17. Tender cost/EMD exemption will be as per government rules applicable to MSME. Please submit relevant certificates in respective heads.

18. Only bids submitted through online mode will be considered for evaluation.

Page | 16

19. In case of any clarification pertaining to e-Procurement process, the vendor may contact the following agencies /personnel:

S.N Particulars Company Name Contact Details

1

FOR e-Tendering Support

M/s Antares Systems Ltd.

Mr. Sushant Kumar, Contact No.-9923972175

Page | 17

THE NEW INDIA ASSURANCE CO. LTD. SURAT REGIONAL OFFICE (230000)

-------------------------------------------------------------------------------- 1st Floor, “A-Wing” Tirupati Plaza, Near Collector’s Office, Athwagate, Surat – 395001

2461589 / 2461690, 2460691,2461582 Fax. 2461589 CIN: L66000 MH1919 GOI 000526

Website: http://newindia.co.in/

TECHNICAL BID

Pre-Qualification Details – to be furnished by the contractor

No CONDITION AMOUNT

₹ 1 Average annual financial turnover of the contractor during the

last 3 years , ending 31st

March of the previous financial year ( 30% of the Estimated Cost )

Is this at least ₹ 8,00,000/- ? Yes / No

2 Projects completed in last 7 years under following criteria : A 3 similar completed works costing not less than ( 40% of the

Estimated Cost ) ₹. 11,00,000/-

Names of the Projects I

Ii

Iii

B 2 similar completed works costing not less than ( 50% of the

Estimated Cost ) ₹ 14,00,000/=

Names of the Projects I

Ii

C 1 similar completed work costing not less than ( 80% of the

Estimated Cost ) ₹ 23,00,000/=

Name of the Project

Signature & stamp of the Contractor

# the above data needs to be uploaded mandatorily, otherwise it may amount to disqualification.

Page | 18

THE NEW INDIA ASSURANCE CO. LTD. SURAT REGIONAL OFFICE (230000)

-------------------------------------------------------------------------------- 1st Floor, “A-Wing” Tirupati Plaza, Near Collector’s Office, Athwagate, Surat – 395001

2461589 / 2461690, 2460691,2461582 Fax. 2461589 CIN: L66000 MH1919 GOI 000526

Website: http://newindia.co.in/

(This Declaration Letter MUST be typed on Contractor’s letter head) Otherwise may amount to disqualification

The Chief Regional Manager

Surat Regional Office

The New India Assurance Co. Ltd,

1st Floor, A-Wing, Tirupati Plaza,

Nr. Collector’s Office,

Athwa Gate, Surat – 395001 Name of the Project: __________________________________________________

Dear Sir,

a) I / We hereby confirm that I / we have fully read all the instructions, conditions, drawings etc. and that I / We also understood the Tender documents and that we are aware of the scope of work as well as the terms and conditions application for the same.

b) I / We declare that we have no difficulty in understanding or interpreting its terminology / language or drawing.

c) I / We accept that the Management will have the right to disqualify me / us without

citing any reasons or in case incorrect / incomplete information is provided or noticed subsequently

d) I / We agree that the decision of the management / Architect is acceptable to us

e) Information given by me / us is true to the best of my / our knowledge.

We are now hereby submitting our Tender for the above project. The said application is made by us on behalf of . . . . . . . . . . . . . . . . . . . . . . . . . . . . and having authority to submit the same.

Date : Signature of the applicant (Name in bracket)

State title, capacity in which application is made

# the above data needs to be uploaded mandatorily, otherwise it may amount to disqualification.

Page | 19

ENCLOSURE 1

(Details about the Contractor / Company Structure

i.e. – Name, address, key persons etc.)

Page | 20

THE NEW INDIA ASSURANCE CO. LTD. SURAT REGIONAL OFFICE (230000)

-------------------------------------------------------------------------------- 1st Floor, “A-Wing” Tirupati Plaza, Near Collector’s Office, Athwagate, Surat – 395001

2461589 / 2461690, 2460691,2461582 Fax. 2461589 CIN: L66000 MH1919 GOI 000526

Website: http://newindia.co.in/

Name of the Project: Proposed Interior (Furniture) & Electrical Work Of Navsari

Divisional Office (230800) of The New India Assurance Company Ltd. Located at, 2nd Floor,

Unit No.-201-202-203-204, Union Heights, Opp. Dhruvini Hospital, Ashanagar, Navsari-

396445

Sr. No.

SCHEDULE – A DETAILS ABOUT THE FIRM / ORGANISATION / COMPANY.

1. Name of the Company / Firm / Contractor

2. Permanent Address :

3. Communication Address :

4. Mobile No. :

5. E-mail ID:

6. Description of the Company / Firm (eg. General, E ng i ne e r i ng , Interior, Proprietary / Partnership etc.)

7. Details of Registration & Classification with PWD / other Government agencies etc.

8. Number of years of experience as a contractor :

9. Name & Address of Partner/s ( Please state of changes, if any, in partnership since the inception )

10. Details about the Company structure. ( Mention names, addresses, positions etc. of all key persons in the organization )

11. Balance sheet / Profit & Loss

Statement for the last 3 years. ( to be attached herewith )

12. Performance certificate from previous clients. ( Certificates should be of works that are successfully completed in last 3 years & not just the work orders )

13. Details about any legal litigation / Arbitration proceedings taken up with previous clients / departments or any Government bodies.

Page | 21

Sr. No.

SCHEDULE – A DETAILS ABOUT THE FIRM / ORGANISATION / COMPANY

14. Certificate of works completed /

Executed. (with declaration stating that there is no change in the partnership deed or to be intimated if otherwise )

15. Bank details of the Firm (attach printed

details)

16. GST registration Number and copy

17. Details of the technical staff with their qualification & experiences.

18. List of equipment to be deployed in the works with respective details.

19. Has the applicant or any of his partner or previous firm been Black listed or removed / demoted etc. From approved list of contractors by any organization. (Kindly answer Yes or No. If yes then give details )

20. Any other additional information relevant to the evaluation of their pre-qualification

21. Are you registered with E S I S, P. F, W F?

Yes / No

22. Are you registered with MSME? (Yes/No) If yes, attach the MSME registration copy

Note : Contractor will be liable for rejection / disqualification / termination of the contract if found having given false information at any stage of selection / execution of work etc.

Date :

Signature of the Contractor

Place :

Stamp of the Organization

#These Details are for reference, Bids would be submitted through E-tendering only.

Page | 22

ENCLOSURE 2

(Project Information / Performance Certificates from previous clients etc)

Page | 23

THE NEW INDIA ASSURANCE CO. LTD. SURAT REGIONAL OFFICE (230000)

-------------------------------------------------------------------------------- 1st Floor, “A-Wing” Tirupati Plaza, Near Collector’s Office, Athwagate, Surat – 395001

2461589 / 2461690, 2460691,2461582 Fax. 2461589 CIN: L66000 MH1919 GOI 000526

Website: http://newindia.co.in/

PROJECT INFORMATION

Name of the Contractor:

Sr No Name of the Project

Year Executed

Nature of the Project

Project Cost

1

2

3

4

5

6

7

8

9

10

Signature & stamp of the Contractor

Page | 24

ENCLOSURE 3

(Balance Sheet / P & L Statement For last 3 years)

&

(Valid Income Tax Certificate / Copy of return filed for last 3 years)

Page | 25

ENCLOSURE 4

(Details of Technical Staff)

&

(List of Equipment)

&

(Additional Information)

Page | 26

LIST OF APPROVED MAKE AND MANUFACTURERS

INTERIOR MATERIALS BRAND NAME

White cement : Grasim Industries ltd , J.K. Cement

Commercial Board/BWP Boards : GreenPly, Archidply, Centuary ply, EVEREST

Wooden Moulding‐ ½, 1, 2 Inches : C.P. Teak wood

Wood For Frames & Shutters : C.P. Teak wood

Factory made flush doors : ArchidPly ,Greenply Industries Merino. Centuary/EVEREST

Veener : Green, ArchidPly, Duro or equivalent

Laminates : Company: Sunmica

a. Shade no. E768/1768: White Elm

b. Shade no. G568/1568: Electric Blue

Or

Company: Formica

a. Shade no. FI 1568 (SF): Electric Blue

b. Shade no. FI 1324 (SF): Super white

Or

Equivalent

Partitions Frame Soft Wood/Aluminium Partitions

: Jammu Kail Wood/ miranti wood

Floor Springs : Everite , Ozone, Doorma, Kaff

Paint : ICI, Asian, Burger, Nerolac

Texture Paint : Asian paints, NIKO Building , Acro, Spectrum

Cornice & Punning : Plaster of Paris (Adhar Shree &J.K.Laxmi)

Glass & Mirror : Modi Float Glass, Saint Gobain, Asai

Hardware / Fittings (Earl Biharie hinges, Locks, Channels, Handlesetc.)

: Everite, Ozone, Hettich, Dorma or Equivalent

ACP (Aluminium Composite Panel ) : Lennox , Indobond, Alstrong, Al‐Stone

Vitrified Tiles : H&R Johnson, Marbonite/ Marbito/ Naveen/Asian

Ceramic Tile , Glazed Tiles : Kajaria , Nitco , H & R Jonhson, somany

Blinds : Vista, Trac, Mac, Hunter Douglus

Insulation Wool : U.F. Twiga, Crown, Lloyd

Soft Board : Sitatex or equivalent

Soil waste & R .W.P. : RIF/BC/SRIF

Page | 27

G I fitting : KS ENG. Works/R‐mark, K‐Mark, Jindal. Tata/JINDAL Hissar

Stone ware pipes and gully traps : Perfect/Bura

Steel sinks : Neelkanth, Jyna, Nirali

Fire Retardant Coating : Viper or Equivalent

Wood Preservative : ASCU PS‐2 or equivalent

Furniture Delite or equivalent

Page | 28

IMPORTANT POINTS TO BE NOTED

ELECTRICAL WORK

1) Rates for LIGHT, FAN, EX. FAN, CALL BELL, RAW POWER ETC. POINTS includes the cost

of ma in wires and PVC pipes from LDB-ROW POWER DB to DIFFERENT SWITCHBOARDS

WITH REQUIRE CIRCUITS.

2) Rates for COMPUTER POWER POINTS include the cost of wires and PVC pipes from UPS DB

to COMPUTER POWER POINTS.

3) Rates for COMPUTER I/O include the cost of DATA cables and PVC pipes from SERVER

SWITCH to COMPUTER NODES.

4) Rates for TELE POINTS include the cost of TELEPHONE Wires and PVC pipes from

EPABX/CRONE BOX to TELE. POINTS.

5) Rates for A.C. / POWER POINTS include the cost of wires and PVC pipes from A.C. DB to

DIFFERENT A.C. AND POWER POINTS WITH REQUIRE CIRCUITS.

6) THE CONTRACTOR SHOULD SUBMIT THE BUILTUP SLD OF PANEL, SLD OF DIFFERENT

DBS TO DIFFERENT SWITCHBOARDS WITH NUMBERING, SLD OF DATARACK TO

DIFFERENT I/O POINTS WITH NUMBERING, TELE. KRONE BOX TO DIFFERENT TELE.

POINTS WITH NUMBERING, ETC. AFTER EXECUTION OF THE BRANCH. – 2 SETS OF

COPIES – 1 WITH LAMINATION.

7) THE CONTRACTOR SHOULD USE MAX. 3 CIRCUITS IN ONE CONDUIT FOR UPS & RAW

POWER POINTS.

8) THE CONTRACTOR SHOULD USE MAX. 3 WIRES OF DATA & TELE. IN ONE CONDUIT.

9) EVERY CONDUIT FOR UPS, RAW POWER, DATA & TELE., POWER POINTS, AC POINTS

, LIGHTING POINTS SB SHOULD BE SEPARATE.

10) FOR DATA & TELE. POINTS, BIG JUNCTION BOX MUST BE REQUIRED.

11) FOR UPS & RAW POWER POINTS, BIG/ SMALL JUNCTION BOX MUST BE REQUIRED.

12) EMPTY CONDUIT MUST BE LAID FOR SECURITY SYSTEM.

13) PVC CONDUITS MUST BE CLAMPED WITH SADDLES IN CEILING ONLY.

14) ELE. CONTRACTOR MUST SUBMIT CERTIFIED LOAD LIST WITH ELE. LICENSE NO. /

SUPERVISOR CERTIFICATE NO.

15) CONTRACTOR SHOULD SUBMIT TEST REPORT.

16) CONTRACTOR SHOULD PRESENT EARTHING PLATES BEFORE EXECUTION.

Page | 29

PVC rigid conduits &

Accessories 1.5 mm thick ISI and FIA approved - Precision / Kalpdeep / Vraj / Nihir / BLP make.

2(A)

L.T. Cables Polycab / CCI / TORRENT/ HAVELL 'S / Diamond / KEI

2(B) Wires (FRLS) Finolex / R. R. Kable / Havell's / Polycab / L & T

Main Distribution Boards MDS Legrand (Lexic ) / Hager / Crabtree XPOA / L & T EXORA / Havells

Miniature Circuit Breaker MDS Legrand (Lexic ) / Hager / Crabtree XPOA / L & T EXORA / Havells

ELCB / RCCB MDS Legrand (Lexic ) / Hager / Crabtree XPOA / L & T EXORA / Havells

Domestic fittings

a) 5A one / two way switch

MK Wrapped Wround Plus / Anchor Roma Viola / Schneider Vivace / Salzer ( Elite ) / L & T ORIS / Crabtree Verona

b) 5A 5 pin socket

MK Wrapped Wround Plus / Anchor Roma Viola / Schneider Vivace / Salzer ( Elite ) / L & T ORIS / Crabtree Verona

c) 16A one / two way switch

MK Wrapped Wround Plus / Anchor Roma Viola / Schneider Vivace / Salzer ( Elite ) / L & T ORIS / Crabtree Verona

d) 6A/16A socket

MK Wrapped Wround Plus / Anchor Roma Viola / Schneider Vivace / Salzer ( Elite ) / L & T ORIS / Crabtree Verona

e) fan step regulator

MK Wrapped Wround Plus / Anchor Roma Viola / Schneider Vivace / Salzer ( Elite ) / L & T ORIS / Crabtree Verona

f) Telephone RJ - 11 socket +

Box

MK Wrapped Wround Plus / Anchor Roma Viola / Schneider Vivace / Salzer ( Elite ) / L & T ORIS / Crabtree Verona

g) Holders / ceiling roses Anchor / Maru make

h) Adhesive Tape Bhor (Steel Grip) or approved

10 - 30 A Polycarbonate Socket & Top

MDS Legrand / Hager

Telephone Wires / Cable Finolex / R. R. Kable / Havells.

Telephone tag block Krone make

10 Cable Lugs Dowell / Lotus / Jainson / 3 D

APPROVED LIST OF MATERIALS

Page | 30

11

Cable gland Single / Double Compression

HMI / Comet / 3D

12 Lighting Fixtures Wipro / Philips / Havells.

13 Exhaust fan (Light duty) Khaitan / Crompton / Havells make

14 Switch gears MDS Legrand / L& T / Schieder / Havells.

15 Ammeter / Voltmeter AE / HPL /MECO/ Enercon make

16 Selector switches L & T salzer / Kaycee make.

17 Indicator lamps LED type Teknic / Precifine/ Binay.

18 Change Over Switch HPL Socomac/ Havell's / L & T

19 Connector strips Wago / Elmex make.

20 Ceiling Fan Orient (PSPO) / Crompton ( ) / Havells.

21 Wall mounted Fan Crompton / Khaitan / Havells.

22 Data Cable - I / O Unit D - Link

LIGHTING FIXTURES - SEE CAT NO. & SPECIFIED MAKE IN THE FINANCIAL BID.

Page | 31

THE NEW INDIA ASSURANCE CO. LTD. SURAT REGIONAL OFFICE (230000)

-------------------------------------------------------------------------------- 1st Floor, “A-Wing” Tirupati Plaza, Near Collector’s Office, Athwagate, Surat – 395001

2461589 / 2461690, 2460691,2461582 Fax. 2461589 CIN: L66000 MH1919 GOI 000526

Website: http://newindia.co.in/

PRICE BID

Proposed Interior (Furniture) & Electrical Work Of Navsari Divisional

Office (230800) of The New India Assurance Company Ltd. Located at,

2nd Floor, Unit No.-201-202-203-204, Union Heights, Opp. Dhruvini

Hospital, Ashanagar, Navsari-396445

Page | 32

Proposed Interior (Furniture) & Electrical Work of Navsari Divisional

Office (230800) Of The New India Assurance Company Ltd. Located at,

2nd Floor, Unit No.-201-202-203-204, Union Heights, Opp. Dhruvini

Hospital, Ashanagar, Navsari-396445

ABSTRACT SHEET

Sr. No. NAME OF WORK AMOUNT

(₹)

1 Interior / Furniture

2 Electrical & Data Cabling

Total Amount (in Figures)*

Total Amount

(in words)*

#These Details are for reference. Bids would be submitted through E-

tendering only.

*Rates are exclusive of taxes. Applicable GST will be payable extra

SIGN OF THE CONTRACTOR

Page | 33

Name of work FURNITURE AND INTERIOR WORKS DESCRIPTION FOR THE

NEW INDIA ASSURANCE COMPANY LTD., NAVSARI

SCHEDULE - 1

Memorandum showing items of works to be carried out

Item

No. Quantities

Required

Unit Item wise work (Description) Tendered

Rates in

Rs.

Total

Amount

accordin

g to

Require

d

quantitie

s

Rate per

unit

01 704.81 Sq.

Ft.

FULL HT PARTLY GLAZED PARTITONS (LAMINATE FINISH)

Providing & fixing full height partly laminated & partly glazed

partition (up to false ceiling ht ) (thinness of partition is 75 mm)

using 12 mm thick mr grade plywood both side on aluminum

framing of guage 16 . Aluminum framing size for vertical &

horizontal support is 50 mm x 25 mm .Grid of aluminum framing is

600 mm x 600 mm. All exposed surfaces finished with 1 mm thick

laminate of approved shade without any air gap and grooving as per

design. . Necessary framing to be erected above false ceiling (up to

beam and slab height.) No extra cost to be paid for the same. Before

installation, make hole/face plate for conduit pipes of electrical /

networking cables with open able stud from partition Including all

materials and labour etc.

For glazing Using of 12 mm thick toughen glass with proper crystal

edges & with suggested frosted films on glass. Frosted film material

rate is inclusive in bid cost. All joints are covered with burma border

bidding Patti finished with laminate/polish. Complete with all

necessary hardware & adhesives as per details given in drawing and as

per instruction of Architect/consultant/Engineer In charge.

02 340 Sq.

Ft. LOW HT PARTLY GLAZED LAMINATE FINISH PARTITONS

Providing & Fixing partly laminated & partly glazed partition

up to 1.52 m ht (thickness of partition is 70mm) having 9 mm

thick MR grade plywood is 303 grade both side of aluminum

framing of gauge 16 Aluminum framing size for each support is

50 mm x 25 mm. having grid of 600 mm x 600 mm. Finished with

1 mm thick laminate at all exposed surfaces of approved shade.

Make necessary grooves as per shown in drawing. Using of 12 mm

thick frosted glass with proper crystal edges. Using of 12 mm

thick toughen clear glass with proper crystal edges & with

suggested frosted films/color films on glass. Glass starts from 1.00

mt lvl . All joints are covered with Burma border bidding Patti

finished with Laminatelpolish. Complete with all necessary

hardware & adhesives as per details given in drawing and as per

instructions of Architect/consultant/Engineer In charge.

Contractor has to provide all necessary cut outs for Electrical

works & no extra payment shall be made for it.

Page | 34

Name of work FURNITURE AND INTERIOR WORKS DESCRIPTION FOR THE

NEW INDIA ASSURANCE COMPANY LTD., NAVSARI

SCHEDULE - 1

Memorandum showing items of works to be carried out

Item

No. Quantities

Required

Unit Item wise work (Description) Tendered

Rates in

Rs.

Total

Amount

accordin

g to

Require

d

quantitie

s

Rate per

unit

03 90 Sq.

Ft. FULLY GLAZED DOOR AT ENTRENCE WITH

PHERIPHERIAL PLY FRAMING (LAMINATE FINISH) Providing material & labour charge for making Fully Glazed Door

with pheripherial ply framing based on aluminium framing of size 900

mm x 2225 mm having 12 mm extra clear toughen glass with crystle

edges & frosted effects . All complete with hole ,cut work etc. Glazed

Door supported on floor spring of 100 kg & pivots with fitting on

top/bottom/corner patch fittings . Peripheral frame make with 12 mm

MR grade ply finished with 4 mm thick vineer and suggested PU sprey

polish based on 50mm x25 mm aluminium section (16 guage)

Complete with all necessary hardwares like450 mm high handles,

glass to glass locks/Conceal Mortise Locks etc as per details given in

drawing and as per instructions of Architect/Engineer In charge.

04 120 Sq.

Ft.` LAMINATE FINISH PARTLY GLAZED DOOR Providing &

fixing for making Partly Glazed Door (finished size of door is 55

mm) of size 3'x7' considering blockbord flush door sheet of 30

mm thickness covered both side by 9 mm commertial ply &

finished with 1 mm thick laminate on both sides of shutter and

having 12 mm frosted glass as given size with crystal edges

shutter , fixed with burmateak Patti , rest on floor spring of 100

kg & Top-Bottom fitting for door-pivot. All exposed framing made

by Burma teak wood complete with laminate/melamine polish.

Finishing with all necessary hardware like handles, conceal locks,

cylinders, stopers, tower bolt, MS nails, SS-304 screws etc. as per

details given in drawing and as per instructions of

Architect/consultant/Engineer In charge.

05 96 Sq.

Ft. SINGLE LEAF FLUSH DOOR (laminate finish) Providing &

fixing flush Double leaf Door/Single leaf , (finished size of door is

56 mm) of size 900 mm x 2400 mm (for each door.) considering

blockboard flush door sheet of 30 mm thickness covered both

side by 9 mm mr grade ply & finished with 1 mm thick laminate

of suggested shed at all exposed side complete with melamine

polish , fixed with appropriate burma border patti , rest on

floor spring of 100 kg & Top-Bottom wooden fitting for door-

pivot. All exposed framing made by Burma border wood complete

with laminate/veneer. Finishing with all necessary hardware like

conceal handles, conceal locks,stoppers,tower bolt,MS nails, SS-

304 screws etc.

06 148.13 Sq.

Ft. LAMINATE FINISH BACK CREDENZA Providing & fixing

Laminate Finish Low ht back credenza having depth of 375 mm ,

with 18 mm mr grade ply top, based on sandwidth vertical

Page | 35

Name of work FURNITURE AND INTERIOR WORKS DESCRIPTION FOR THE

NEW INDIA ASSURANCE COMPANY LTD., NAVSARI

SCHEDULE - 1

Memorandum showing items of works to be carried out

Item

No. Quantities

Required

Unit Item wise work (Description) Tendered

Rates in

Rs.

Total

Amount

accordin

g to

Require

d

quantitie

s

Rate per

unit

supports made by 18 mm Thick. mr grade Ply Wood with all

shutters & horizontal single self (made by 18 mm thick MR grade

ply) as per given in detail drawings. Backside of low ht storage is

covered with 12 mm thick plywood. Shutters made with 18 mm + 6

mm ply with conceal handles. All exposed and internal Joints

complete with burma border bidding patti finished with melamine

polish. All exposed and internal surfaces covered with 1 mm thick

approved shade laminates as instructed by

Architect/consultant/Engineer in charge. Complete with all

hardware like MS nails, ss-304 screws, magnet, Stoppers, L -

hinges, 19 mm multilocks, table chain, conceal handles etc.

07 635 Sq.

Ft.

LAMINATE FINISH STORAGE UPTO 5' HEIGHT.:-Providing &

fixing low ht storage having suggested length & 1500 mm height and

having depth of 600 mm, having skirting of 75 mm, with proper locks.

Suggested nos of vertical supports & horizontal shelves made by 18

mm thick MR grade ply, having shutters of 8 mm thick double

sandwich ply with using 12 mm thick MR ply for framing. All

complete with proper Burma border biding. Back ply is 12 mm MR

grade ply. All exposed & internal surfaces are covered with 1 mm

thick laminate. External & internal joints covered with bidding Patti

complete with laminate finish. All complete with proper hardware like

locks, S.S. Screws, MS Nails, Magnets, table chains, cable manager SS

304 Handles of 250 mm and 100 mm dia etc. All Details as per shown

in detail drawings & as per instructions of architect/consultant / in

charge engineer

08 74 Sq.

Ft.

FULL HT STORAGE Providing Material & Labour charge for

making Full Ht storage as per given size, having depth of 450 mm

made by 18 mm thick sandwich MR grade ply . Top based on

vertical supports made by 18 mm Thick. MR grade Ply Wood with all

shutters & horizontal shelves with top & bottom (made by 19 mm

thick marine ply) as per given in detail drawings. Backside of full ht

storage is covered with 12 mm thick marin plywood. Shutters having

thickness of 25 mm which are made by 19 mm + 6 mm ply to create

conceal grooves as handles. All edjes complete with burma teak

bidding patti (19 mm x 12 mm) finished with 1 mm thk laminate.. All

exposed and internal surfaces covered with 1 mm thk approved shade

laminates as instructed by Architect/Engineer In charge. Complete

with all hardwares like MS nails, ss-304 screws, magnet, Stoppers, L -

hinges, 25 mm multilocks, table chain, etc. Please see the Attached

Make List for Approved Makes.

Page | 36

Name of work FURNITURE AND INTERIOR WORKS DESCRIPTION FOR THE

NEW INDIA ASSURANCE COMPANY LTD., NAVSARI

SCHEDULE - 1

Memorandum showing items of works to be carried out

Item

No. Quantities

Required

Unit Item wise work (Description) Tendered

Rates in

Rs.

Total

Amount

accordin

g to

Require

d

quantitie

s

Rate per

unit

09 2339.10 Sq.

Ft.

GYPSUM FALSE CEILLING The works include supply and

installation & fixing of Gypsum Board Ceiling which Incorporates a

fully concealed GI fixing grid of ultra-channel 18 guage. Complete

with all necessary hardware, fittings and accessories. Board joints are

not visible and all gaps are filled with gypsum jointing compound like

gypsum powder . The job also includes providing access panels,

cutting of spot lights, luminaries, speaker, etc. Sheets in size 4’ x 8’ in

thickness ½” (or 3/8”) screwed on steel stud system. The steel stud

frame consisting of main furring GI channel at every 600 mm and

cross channel at every 600 mm. Both main and cross channels are

attached though jaw clip. Screws will be corrosion proof either

Chromites or Cynated. Screw fixing is done mechanically with drilling

machine & suitable attachment. Finally the boards

are to be jointed & finished so as to have a flush look which includes

filling & finishing with jointing compound, paper tape and two coats of

top coats of gyp board, etc completed.

The gaps will be initially filled with joining gypsum plaster compound

and then taped by self-adhesive covered with proper jointing

compound like gypsum powder. Contractor has to provide all

necessary cut outs for Electrical works & no extra payment shall be

made for it.

10 190 Sq.

Ft.

CEMENT SHEET CEILLING The works include supply installation

and fixing of Cement Sheet Ceiling which Incorporates a fully

concealed GI fixing grid. Complete with all necessary hardware,

fittings, Luster paint, and accessories. The job also includes providing

access panels, cutting of spot lights, , etc. . The steel stud frame

consisting of main furring GI channel at every 600 mm and cross

channel at every 600 mm. Both main and cross channels are attached

though jaw clip. Screws will be corrosion proof either Chromised or

Cynated. Contractor has to provided all necessary cut outs for

Electrical works & no extra payment shall be made for it.

11 32 Sq.

Ft.

SOFT BOARD PANELING Providing and fixing on wall/partition

8mm thick approved quality soft board with cotton cloth/fabric of

approved make and shade on 6 mm thick mr grade ply with teak wood

beading all around including semi glossy PU polish, as approved

sample and as directed by Architect/consultant. The work shall be

measured & paid in Sqm. for all floors, all level and at all heights

including all costs (basic rate of cotton cloth /fabric for 54" wide shall

be Rs. 400/ meter The rate shall be inclusive of polish to all the

Page | 37

Name of work FURNITURE AND INTERIOR WORKS DESCRIPTION FOR THE

NEW INDIA ASSURANCE COMPANY LTD., NAVSARI

SCHEDULE - 1

Memorandum showing items of works to be carried out

Item

No. Quantities

Required

Unit Item wise work (Description) Tendered

Rates in

Rs.

Total

Amount

accordin

g to

Require

d

quantitie

s

Rate per

unit

exposed wooden members. Only the clear elevation area of the

cloth/fabric shall be measured and paid. sample mock of 5 Sqm

minimum of the frame work and partition) shall be approved from

ENGINEER IN CHARGE and Architect/consultant

12 216 Sq.

Ft.

LAMINATE COLUMN PANELING Providing & fixing column

paneling having suggested aluminum grid of 37mm x 37mm or 50mmx

25 mm framing (whichever requires.)Having 16 gauge) of size 600

mm x600 mm by aluminium sections of given size. Grid frame is

covered with 12mm thick mr grade plywood. To create suggested

groove & neices. All grooves are finished with laminate. All exposed

surfaces covered with 1 mm thick laminates of approved shade as

instructed by Architect/consultant/Engineer In charge. Complete with

all hardwares like s nails, ss screws, adhesives etc. shown in detail

drawings. Contractor has to provide all necessary cut outs for

Electrical works & no extra payment shall be made for it. Amount

shall be paid only for the Paneling between the False Ceiling &

Flooring.

13 357 Sq.

Ft.

ROLLER BLIND roller blinds fabric shall allows a view to the

outside but prevent people from looking in. They shall reduce glare

and UV rays near windows rooms. Roller Blinds shall be sleek, neat &

compact. The basic operation shall involves a beaded chain, when

pulled, fabric rolls neatly onto the roller tube, accumulating the fabric

in one single linear tube. Roller blind shall be manually operated. It

shall be maintenance free & only vacuuming required. Fabric shall

have specialized properties such as fire retardant, no harmful VOC or

hazardous substances will be released to the environment in quantities

that are recognized as potentially dangerous to occupants of building.

The weighted composition of fabric shall be made up of 70% PVC and

30% Polyester and having Openness factor of 3%. The thickness of

fabric shall be in the range of 0.65mm (±5%) having weight of

380GSM (±5%). Mounting Bracket: Mounting hardware brackets,

universal brackets including end plug bracket should come with lock

down retainer device. Metal brackets provided should come in powder

coated finish. All installation brackets made of stamped and hardened

steel allowing a 46mm projection from the wall, ceiling and side fitting

with screws and end cap covers. Fabric Mounting: Fabric is mounted

and locked on the tube and Bottom Bar using a high quality 7mm Poly

Propylene Locking Tape with double sided Tape for full integration of

fabric and to provide maximum resistance to tube deflection. Wall /

Ceiling Bracket: This is made up of carbon Steel, DIN Standard Steel,

Page | 38

Name of work FURNITURE AND INTERIOR WORKS DESCRIPTION FOR THE

NEW INDIA ASSURANCE COMPANY LTD., NAVSARI

SCHEDULE - 1

Memorandum showing items of works to be carried out

Item

No. Quantities

Required

Unit Item wise work (Description) Tendered

Rates in

Rs.

Total

Amount

accordin

g to

Require

d

quantitie

s

Rate per

unit

Thickness: 1.0 mm, Powder Coating Thickness: 0.15mm to 0.20mm.

This provides near invisible fixing of the cassette. Roller Tube: This is

made up of High Strength Aluminum alloy Extruded grooved tube

having outer diameter 38mm(±5%) & thickness 1.25mm (±5%) as per

AA6063 Alloy. Tubes must come in natural anodized finish. Roller

tube brackets: Spring steel metal brackets powder coated in matching

finish to be used on both ends to support the roller system. Brackets

can be top or face fixed. Control Unit: Blinds mechanism must have

the control clutch drive unit with engineered heavy duty chain drive

pulley operating system consisting of gear clutch housing and locking

plug containing at least 6 ribs and inserted into a 38mm dia roller tube.

Idler: Tube bearing plug idler should have the properties of self-

lubricating spring loaded plastic bearing end plug with positive locking

wheel that allows for adjustment and provides a secure installation and

removal of blinds. Tube bearing plug should contain at least 6 ribs and

inserted a tube not less than 38mm roller tube.Idler is of high strength

reinforced plastic, consisting of an outside sleeve and center shaft.

Sleeve provide bearing surface for center shaft and rotate freely,

providing smooth, quiet and long wearing operation. It is a Part of

Control Unit Assembly. Bottom Bar: This is made up of extruded

aluminum bottom bar having powder coating of 55 microns and wall

thickness of 1.2mm(+/-0.1) and width of 15mm(±1mm) and height of

30mm(±1mm) and weight: 210gm/m(±5%). All bottom rails should

come with powder coated finish with an end cover perfectly in

matching with the fabric. Bottom bar end caps: End caps of bottom bar

should be made up of polypropylene material using Injection moulding

method having perfect push fit with the bottom bar. The dimensions of

end caps of bottom bar specified as length: 20mm, width: 15mm,

height: 30mm, thickness 2mm. Operating chain: Blinds set is to be

driven by a ball chain pulley and ball chain and can be positioned at

Right hand or Left hand side of the blinds set. This is made of 4.5 mm

plastic beads molded on 2.0 mm thick polyester cord. The chain drives

the sprocket fixed in the end control unit to close and open the blind.

The pitch of the chain corresponds to the sprocket in perfect match for

trouble free operation. Average number of balls on chain should be 50

per foot length. Plastic chain should provide ease in operation with

chain connector and polycarbonate stopper of O/D:6mm & I/D: 4mm

to avoid reverse rolling of fabric over tube and protecting damages to

blind fabric Cord Weight: It should have suitable acrylic clear cord

weight to stabiles the operating chain. The thickness: 14mm, width:

30mm and height: 80mm.

Page | 39

Name of work FURNITURE AND INTERIOR WORKS DESCRIPTION FOR THE

NEW INDIA ASSURANCE COMPANY LTD., NAVSARI

SCHEDULE - 1

Memorandum showing items of works to be carried out

Item

No. Quantities

Required

Unit Item wise work (Description) Tendered

Rates in

Rs.

Total

Amount

accordin

g to

Require

d

quantitie

s

Rate per

unit

14 10 Sq.

Ft.

PREFUNCTIONAL SERVICE COUNTERTS Providing & fixing

pre-functional service counter under granite platform having 12 mm

+9 mm thick marin plywood as shutters both side 1 mm laminate

finish including hinges, magnet, table chains , complete with bidding

patties and all hardwares. All exposed and internal surfaces finished

with 1 mm thick laminate of approved shade . All joints are covered

with Ghana teak bidding patti finished with laminate. complete

including require nos of drawer and shutter all type of fittings ,

fixtures, hardware approved make etc complete .SS 304 grade conceal

handle shall be provide as per approved selection &detailed drawing

and instruction of Architect/consultant/ PMC Contractor has to

provided all necessary cut outs (race ways.) for Electrical works & no

extra payment shall be made for it.

15 18 Sq.

Ft. MANAGER TABLE Specification:-Providing Labour & Material

for making Manager Table Top having Size of 6'0 x 3'0" x 2'6"

having based on 18mm thick Commercial plywood with all

necessary proper solution, finished by 1 mm thick laminate with at

all exposed & internal surfaces. its having 10mm thick glass on

table top .Its having two no of base box with providing drawers

on telescopic channels & shutters made up of 18 mm thick

commercial Ply, Having 3" high Footrest. Necessary teakwood

bidding (Bidding should have necessary grove with malemine

approved shade polished.) All exposed framing made by teak

wood complete with melamine polish. all complete with key board

trey, drawers on telescopic channels, locks, stoppers, SS Screws,

MS nails, Auto hinges as per shown in detail drawings & as per

instructions of architect / in-charge engineer. Contractor has to

provided all necessary cut outs for Electrical works & (no extra

payment shall be made for it). Please see the Attached Make List

for Approved Makes.

16 22.50 Sq.

Ft.

CASHCOUNTER TABLE Specification:-Providing Labour &

Material for making cash counter Table Top having Size of 4'6" x

2'3" x 2'6" having based on 18mm thick Commercial plywood with all

necessary proper solution , finished by 1 mm thick laminate with at all

exposed & internal surfaces . Its having single no of base box with

providing drawers on telescopic channels & shutters made up of 18

mm thick commercial Ply, Having 3" high Footrest . All exposed

framing made by teak wood complete with melamine polish.

Necessary teakwood bidding (Bidding should have necessary grove

with malemine approved shade polished.) all complete with key

board trey, drawers on telescopic channels, locks, stoppers, SS Screws,

Page | 40

Name of work FURNITURE AND INTERIOR WORKS DESCRIPTION FOR THE

NEW INDIA ASSURANCE COMPANY LTD., NAVSARI

SCHEDULE - 1

Memorandum showing items of works to be carried out

Item

No. Quantities

Required

Unit Item wise work (Description) Tendered

Rates in

Rs.

Total

Amount

accordin

g to

Require

d

quantitie

s

Rate per

unit

MS nails, Auto hinges as per shown in detail drawings & as per

instructions of architect / in-charge engineer. Contractor has to

provided all necessary cut outs for Electrical works & no extra

payment shall be made for it. Please see the Attached Make List for

Approved Makes

17 108 Sq.

Ft.

WORKSTATIONS Providing Material & Labour charge for making

work station of 12'x2' having ht of 2'6" & vertical supports of table

having 2 nos of base boxes including drawers & shutters made by 18

mm thick MR Grade Commercial Ply wood. Drawers Bottom & Back

of side table are made up of 12mm thick Comm Ply Wood. Back Ply

of table is also made up of 10 mm Thick. Comm PLy Wood. All

Drawers & Keyboard Trey rest on Telescopic Channels. All internal

Joints finished with burma teak bidding patti (75 mm x 50 mm) & 25

mm x12 mm burma teak bidding patti at external joints complete with

melamine police. .

18 90 Sq.

Ft.

OFFICER TABLE Specification:-Providing Labour & Material for

making Officer's Table Top having Size of 4'0" x 2'6" x 2'6" having

based on 18mm thick Commercial plywood with all necessary proper

solution , finished by 1 mm thick laminate with at all exposed &

internal surfaces (as per design and colour scheme). Its having single

no of base box with providing drawers both side on telescopic

channels & shutters made up of 18 mm thick commercial Ply,

Having 3" high necessary Footrest as per detail. All exposed framing

made by teak wood complete with melamine polish. all complete with

key board trey, drawers on telescopic channels, locks, stoppers, SS

Screws, MS nails, Auto hinges as per shown in detail drawings & as

per instructions of architect / in-charge engineer. Contractor has to

provided all necessary cut outs for Electrical works & (no extra

payment shall be made for it.) Please see the Attached Make List for

Approved Makes

19 40 Sq.

Ft.

AGENTS CORNER TABLE Providing Material & Labour charge for

making agents corner table having size of of 9'6" x 3'6"x 2'6"made by

18 mm thick MR Grade Commercial Ply wood. having base supports

as per given details . All Joints finished with burma teak bidding patti

(75 mm x 50 mm) & 25 mm x12 mm burma teak bidding patti .

Necessary teakwood bidding (Bidding should have necessary grove

with malemine approved shade polished.)All exposed and internal

surfaces covered with 1 mm thk approved shade laminates & all

wooden exposed surfaces finished with malemine polish. Complete as

Page | 41

Name of work FURNITURE AND INTERIOR WORKS DESCRIPTION FOR THE

NEW INDIA ASSURANCE COMPANY LTD., NAVSARI

SCHEDULE - 1

Memorandum showing items of works to be carried out

Item

No. Quantities

Required

Unit Item wise work (Description) Tendered

Rates in

Rs.

Total

Amount

accordin

g to

Require

d

quantitie

s

Rate per

unit

per detail drawings & as instructed by Architect/ Engineer In charge.

Complete with all necessary hardwares like nails, ss screws, adhesives

etc. Contractor has to provided all necessary cut outs for Electrical

works & no extra payment shall be made for it. Please see the Attached

Make List for Approved Makes.

20 1 No. HIGH BACK CHAIR Providing supplying and fixing High back

executive chair, as per approved sample by chief architect, with knee

tilt synchro mechanism with multi position locking arrangement. SS

pipe finished armrest with PU pad. Specially designed aluminium die

casted base. Class 3 gas lift for seat height adjustment and glass filled

nylon castors for smooth movement. Cushion in seat and back for

better comfort. Back height- 29", width-21",length 21". The rate shall

be consolidated for all above Items. The rate shall include the cost of

all materials, fixtures, joineries & labour to complete the work

satisfactorily, as per instructions of Engineer in Charge.

21 21 No. MEDIUM BACK CHAIR Providing supplying and fixing medium

back chair, as per approved sample by chief architect, with knee tilt

synchro mechanism with multi position locking arrangement.

Specially designed anti topple chrome polished base class-3 gas lift

for seat height adjustment and 30% glass filled nylon castors for

smooth movement of chair upholstery option available in PU leather .

50 dc mould cushion in seat waterfall design seat for better thigh

support. Back height- 28", width-18",length 19.0". transpiration,

installation as per instructions of Engineer in Charge etc. complete.

22 19 No. VISITOR CHAIR Providing supplying and fixing Visitor chair : As

per approved sample by chief architect, synchro mechanism with

single position locking arrangement specially designed anti topple

chrome polished base class 3 gas lift for seat height adjustment and

30%glass filled nylon castors for smooth movements of chair

upholstery option available in PU lather . 50 dc mould cushion in seat

waterfall design seat for better high support. Back height- 22", width-

18",length 19.5". The rate shall include the cost of all materials,

fixtures, joineries & labour to complete the work satisfactorily, as per

instructions of Engineer in Charge.

23 2 No. THREE SEATER SOFA Providing Material & Labour charges for

making three seater sofa having length is (78") (24"+24"+24" +3"+3")

as per given detail drawings. depth of seat is with backrest ( (32") &

(16") ht of back and (16") ht of seat 4. All "L" type supports (3 nos)

& Top Bottom boxes made by 18mm Thick. MR grade Ply Wood.

back rest of sofa made by 18 mm Thick. MR grade Ply Wood Seat

Page | 42

Name of work FURNITURE AND INTERIOR WORKS DESCRIPTION FOR THE

NEW INDIA ASSURANCE COMPANY LTD., NAVSARI

SCHEDULE - 1

Memorandum showing items of works to be carried out

Item

No. Quantities

Required

Unit Item wise work (Description) Tendered

Rates in

Rs.

Total

Amount

accordin

g to

Require

d

quantitie

s

Rate per

unit

area of sofa cover with (40 density) 45 mm hard and 25 mm soft foam

finished with composite lather. On back rest covers with 45mm hard

and 25 mm soft, Hand rest & bottom front is covered with 25 mm

foam having 32 density, as shown in detail drawing. Having 200 mm

deep teakwood legs of 4 nos. The foam is surrounded with the layer of

composite lather for softness and as finishing material. Complete with

all hardwares like MS nails, SS-304 screws, Majarpat, spring, stappler,

putta-pati, adhesives, SR, Basic rate of 1 mm thick composite lather is

600 rs per meter etc. Please see the Attached Make List for Approved

Makes.

24 25 Sq.

Ft.

LAMINATE WALL PANELING Providing Material & Labour

charges for making column panelling having aluminium grid framing

of size 2' x2' . Grid frame is covered with 6 mm thick commercial

plywood and top surface covering by 12 mm thick commercial

plywood panelling to create neices & 9 mm deep "C" groove. As per

attached detail Drawings. All grooves are finished with light laminate.

Other exposed surfaces covered with 1 mm thick laminates of

approved shade as instructed by Architect/Engineer In charge.

(Necessary exposed plywood surface should be cover with necessary

tik wood bidding)Complete with all hardwares like s nails, ss screws,

adhesives etc. shown in detail drawings. Contractor has to provided all

necessary cut outs for Electrical works & no extra payment shall be

made for it. Please see the Attached Make List for approved Makes.

Amount shall be paid only for the Partition between the False Ceiling

& Flooring.

25 180 Sq.

Ft.

TEXTURE PAINT:- Texture paint (Insider and outside) :Wall/

Ceiling painting two coats (1 base plus 1 texture) with low VOC as per

approved brand in any shades and colour as directed on wall surface to

give an even shade including applying coat of putty, Penetrating

primer or equivalent and two coats of paint, scaffolding to at any

height with all labour and material thoroughly brushing the surface free

from mortar droppings and other foreign matter and sand prepared

smooth etc. complete. The substrate must be sound, clean, dry, free

from dust, oil, grease and laitance etc. All traces of release agents must

be removed. On chalky and dusty surfaces, all loose material must be

removed by stiff bristle brushing. The primer/ paint application is to be

done with the rollers. Rate shall be including crack filling and leveling

as per manufacturers’ specification. Top coat should have. 1) Low

VOC content. 2) Crack Bridging ability up to 2.6 mm. 3) 100% pure

acrylic emulsion. 4) Anti-Carbonation concrete protection. 5) Very

Low Flame spread. 6) Superior Wash-ability.

Page | 43

Name of work FURNITURE AND INTERIOR WORKS DESCRIPTION FOR THE

NEW INDIA ASSURANCE COMPANY LTD., NAVSARI

SCHEDULE - 1

Memorandum showing items of works to be carried out

Item

No. Quantities

Required

Unit Item wise work (Description) Tendered

Rates in

Rs.

Total

Amount

accordin

g to

Require

d

quantitie

s

Rate per

unit

26 18 No. SWING DUSTBIN Providing and supplying S.S. Perforated Dust

Bins of size 7" X 10" (Lx Ht) having material is SS 201 grade

polished, Use for dry waste, having feature for corrosion and rust free

made from standard manufacturer.

27 10 No. SS 304 MAT FINISH DIRECTIONL SIGN Providing & Fixing

signage on 1 mm SS 304 mat finish 0.8mm- 1 mm with 5 mm black

acrylic direct pasting with silicon tape on any surface expect un

finished wall (18"x4"=72 sq inch for each ) (as per the approved size

& shade ) including fixing by using necessary hard wares

(Fixing/bonding on wall /ply wherever it requires with its proper

silicon pasting /studs ,screws, nails etc). completely with printing in

suggested colors for each cabin/Utilities area above each door/wood

surfaces/wall surfaces Before making the letters the font & size will be

got approved from authority .

28 30 Sq.

Ft.

Providing & Fixing External signage on bothside entrance area above

door based on MS framing of black pipe size of 25mmx25mm with

using ACP sheet routing with acrylic sheet and LED compact board

Frontly Flex board with back to back flex on framing All rate include

with providing, transportation and fixing at all heights on site. No

extra charge provide by authority for said job.

Grand Total Cost in Rs.

Grand Total Cost

(in rupees) in words-

Page | 44

Name of work ELECTRICAL WORK DESCRIPTION FOR THE NEW INDIA

ASSURANCE COMPANY LTD., NAVSARI

SCHEDULE - II

Memorandum showing items of works to be carried out

Item

No. Quantities

Required

Unit Item wise work (Description) Tendere

d Rates

in Rs.

Total

Amount

accordi

ng to

Require

d

quantiti

es

Rate per

unit

01 88 Pt. Point wiring for Light / Bell with 2-1.5 sq.mm & earth-wire of 1.5 sq.mm

(Green) both are of ISI marked 1.1 KV grade FRLS PVC insulated multi-

strand copper wires, in following type of pipe to be erected concealed in/ on

surface on wall/ceiling complete with 6A Modular type switch / bell push &

accessories and earth continuity of following type, erected on PVC /

Metallic box, single mounting base frame covered with textured/metallic

front plate modules erected on / in wall / ceiling as per pipe erected, with

necessary Lamp holder/ceiling rose / H.D. Connector as directed.(a) with

medium class Rigid PVC pipe and accessories Cat. III

02 22 Pt. Point wiring for Two Way Controlled Light Point with 2-1.5 sq.mm & earth

wire of 1.5 sq.mm (green) both are of .ISI marked 1.1 KV grade FRLS PVC

insulated multi-strand copper wires, in following type of pipe to be erected

concealed in / flushed on wall/ceiling ,complete with 6A Modular type

switches and following type of accessories erected on PVC / Metallic box,

single mounting base frame covered with textured / metallic front plate

modules erected on / in wall / ceiling as per pipe erected. with necessary

batten/angle holder or ceiling rose or H.D. Connector as directed.(a) with

medium class Rigid PVC pipe and accessories Cat. III

03 12 Pt. Point wiring for FAN with 2-1.5 sq.mm & earthwire of 1.5 sq.mm (Green)

both are of .ISI marked 1.1 KV Grade FRLS PVC insulated multi-strand

copper wires, in following type of pipe to be erected concealed in / flushed

on wall/ceiling complete with 6A Modular type switch and hum free EME

four or more step type electronic fan regulator with separately mounted and

accessories with earth continuity of following type erected on PVC /

Metallic box, single mounting base frame covered with textured/metallic

front plate modules erected on / in wall / ceiling as per pipe erected. with

necessary ceiling rose / H.D. Connector as directed.(a) with medium class

Rigid PVC pipe and accessories Cat. III

04 25 Pt. Point wiring for Individual Plug with & earth-wire of 1.5 sq.mm (Green)

both are of ISI marked 1.1 KV grade FRLS PVC insulated multi-strand

copper wires, in following type of to be erected concealed in / on surface of

wall / ceiling complete with Modular type switch & 5 pin Plug erected on

PVC / Metallic box covered with appropriate front plate modules erected on

/ in wall / ceiling as per pipe erected with following type of accessories.[I]

For 6A Plug with 2-1.5 sq.mm Cu. Wire, (a) with medium class Rigid PVC

pipe and accessories, Cat. III

05 18 Pt. Point wiring for Looped Plug with 6A Modular type switch & 5 pin socket

erected on PVC / Metallic box, single mounting base frame covered with

textured / metallic front plate modules erected on / in wall / ceiling with

following type accessories Cat. III

Page | 45

Name of work ELECTRICAL WORK DESCRIPTION FOR THE NEW INDIA

ASSURANCE COMPANY LTD., NAVSARI

SCHEDULE - II

Memorandum showing items of works to be carried out

Item

No. Quantities

Required

Unit Item wise work (Description) Tendere

d Rates

in Rs.

Total

Amount

accordi

ng to

Require

d

quantiti

es

Rate per

unit

06 17 Nos. Providing following type of Modular Type Accessories mounted with pvc /

metallic box, single mounting base frame covered with textured / metallic

front plate, modules erected with necessary connection. As desired by

Engineer In charge3) Two Pin/ RJ-11 Telephone Socket, [B] For ONE

Gang, Cat. III

07 24 Nos. Modem Jack for Computer Open RJ-45, Cat. III

08 6 Nos. 16 Amp. SP one way switch, Cat. III

09 24 Nos. 6/16Amp. Universal socket, Cat. III

10 12 Nos. 32A Double Pole Modular MCB Switch Cat. III

11 20 Nos. Blank Plate Single Cat. III

12 2 Nos. 6 Amps. Bell Push Cat. III

13 560 Mtr. Providing and erecting Mains with 1.1 KV grade FRLS PVC insulated ISI

marked stranded Copper conductor wire in following type of pipe to be

erected concealed in /flushed on wall/ceiling, with 1.5 sq. mm copper

conductor FRLS PVC insulated stranded wire of green colour for earth

continuity of following size (a) with medium class Rigid PVC pipe and

accessories b) 2 wire 1.5 sq. mm

14 480 Mtr. Providing and erecting Mains with 1.1 KV grade FRLS PVC insulated ISI

marked stranded Copper conductor wire in following type of pipe to be

erected concealed in /flushed on wall/ceiling, with 1.5 sq. mm copper

conductor FRLS PVC insulated stranded wire of green colour for earth

continuity of following size (a) with medium class Rigid PVC pipe and

accessories b) 2 wire 2.5 sq. mm

15 225 Mtr. Providing and erecting Mains with 1.1 KV grade FRLS PVC insulated ISI

marked stranded Copper conductor wire in following type of pipe to be

erected in / on wall / ceiling with 2.5 sq. mm copper conductor FRLS PVC

insulated stranded wire of green colour for earth continuity of following

size(a) with medium class Rigid PVC pipe and accessories(a) 2 wire 4 sq.

mm

16 60 Mtr. Providing and erecting Mains with 1.1 KV grade FRLS PVC insulated ISI

marked stranded Copper conductor wire in following type of pipe to be

erected in / on wall / ceiling with 2.5 sq. mm copper conductor FRLS PVC

insulated stranded wire of green colour for earth continuity of following

size(a) with medium class Rigid PVC pipe and accessories (h) 4 wire 6 sq.

mm

17 360 Mtr. Supplying & erecting approved make LAN cable of following size in

existing pipe as per direction[A] CAT – 5

18 360 Mtr. Supplying & erecting approved make LAN cable of following size in

existing pipe as per direction.[C] CAT - 6

Page | 46

Name of work ELECTRICAL WORK DESCRIPTION FOR THE NEW INDIA

ASSURANCE COMPANY LTD., NAVSARI

SCHEDULE - II

Memorandum showing items of works to be carried out

Item

No. Quantities

Required

Unit Item wise work (Description) Tendere

d Rates

in Rs.

Total

Amount

accordi

ng to

Require

d

quantiti

es

Rate per

unit

19 500 Mtr. Providing and erecting ISI mark Medium class RIGID PVC PIPES of

following size complete to be erected on/in wall or ceiling erected with

necessary PVC fittings & Junction boxes fixed with adhesive solution &

Clamps with following dia of pipes, in approved manner as directed (b) 25

mm

20 2 Nos. Providing and erecting Decorative call bell Ting-tong box type 250 volts

complete erected

21 30 Rmt. Providing & erecting PVC Corrugated Flexible Conduit with

required nos. of coupling, PVC bushes, Check-nuts etc. complete of

following sizes.(2) 25 mm

22 30 Mtr. Supplying and laying UPVC cable trunking system comprising unplasticised

polyvinyl, chloride rigid material with ignition free & flame proof

confirming BS .All necessary accessories and measuring of following

sizes.100 mm x 50 mm trunking

23 20 Mtr. Providing and erecting Mains with ISI marked, 1.5KV grade electrolyte

multi stranded, annealed copper conductor with heat resistant PVC insulated

conforms to IS 694, IEC - 227 erected in existing pipe of following size

(Specifically for control panel, relays, power switchgears, motor starters &

control wiring) with required size of copper lugs, nuts and bolts if

required.(c) One wire 2.50 sq. mm

24 15 Mtr. (a) One wire 6.00 sq. mm.

25 15 Mtr. (b) One wire 10.00 sq. mm.

26 130 Mtr. Supplying and erecting Flexible PVC insulated multistrand multicore

1.1 kv grade ISI marked copper wires of following size to be erected

as directed.e) 1.50 Sq.mm 3 core round PVC sheathed

27 48 Nos. Providing and erecting Miniature circuit breaker single pole 6A to 32A

suitable to operate on 240 V A.C. system and having breaking capacity 10

KA to be erected in existing box. confirming to IS 8828/1996 with ISI Mark

Cat.III

28 4 Nos. Providing & erecting 240 V MCB double pole switch for motor & inductive

load (C Curve) having 10 KA breaking capacity & confirms to IS : 8828 in

existing box having following capacity.(A) 40 Amp. Cat.III

29 6 Nos. Providing & erecting 415 V MCB Four Pole for Motor & Inductive Load

(C Curve) having 10KA breaking capacity & confirms to IS :8828 in

existing box having following capacity (a) 40 Amp. Cat.III

30 4 Nos. Providing & erecting 415 V MCB Four Pole for Motor & Inductive Load

(C Curve) having 10KA breaking capacity & confirms to IS :8828 in

existing box having following capacity(a) 63Amp. Cat.III

31 2 Nos. Providing and erecting Sheet Steel powder coated MCB distribution board -

flush / surface mounted fitted with busbar, neutral link, earth bar and DIN

rail, confirming to IS 13032 and BS 5486-1986 without MCB to house

appropriate nos. of MCBs.(The DBs should be used of same company of

Page | 47

Name of work ELECTRICAL WORK DESCRIPTION FOR THE NEW INDIA

ASSURANCE COMPANY LTD., NAVSARI

SCHEDULE - II

Memorandum showing items of works to be carried out

Item

No. Quantities

Required

Unit Item wise work (Description) Tendere

d Rates

in Rs.

Total

Amount

accordi

ng to

Require

d

quantiti

es

Rate per

unit

MCB to be used) b) Three phase 6 way (8 Way incomer) SS Double door for

single phase outgoing horizontal box

32 2 Nos. Providing and erecting Approved make ELCBs / RCCBs conforming to IS:

12640 and having sensitivity of 30 mA and Short Circuit withstand capacity

of 6 KA and suitable for operation on 3 phase and neutral 415V. having

characteristic of quick action & tripping with all advance feature & do not

incorporate any electronic component for following Max. rating erected as

directed .(ii)40 Amps. FP

33 1 No. Providing and erecting Approved make ELCBs / RCCBs conforming to IS:

12640 and having sensitivity of 30 mA and Short Circuit withstand capacity

of 6 KA and suitable for operation on 3 phase and neutral 415V. having

characteristic of quick action & tripping with all advance feature & do not

incorporate any electronic component for following Max. rating erected as

directed (ii)63 Amps. FP

34 1 No. Providing and erecting Approved make Four pole moulded case circuit

breaker having breaking capacity ICU of 25 KA. at 415 V,having normal

current rating up to 25 A to 100A. with Fixed thermal & magnetic release

suitable to work on A.C. supply 50 c/s. with all internal connections &

complete erected in existing 16 G.M.S. housing. ICS=100% of ICU only

Cat III

35 1 Rn.

mtr.

Supplying and erecting triple pole & neutral 440V / 500V panel mounting

Copper Busbars with four equal Nos. of electrolyte bus having current

density not more than 1.6 Amp. / sq.mm (Rated current / cross section area)

duly wrapped with colour insulating tape for phase sequence of following

current carrying capacity, erected with necessary bus bar supports

/insulators, main cable socket to each bar, erected in existing cubical panel

with necessary connections.(A) Suitable for 100 Amp. Capacity

36 20 Kg Providing and erecting Annealed bare Copper wire/strip 8 to 16 SWG.

37 2 Nos. Supplying & erecting earth pit of minimum bore dia.150mm size approved

make Earthing Electrode consisting Pipe-in-Pipe Technology as per IS

3043-1987 made of corrosion free G.I.Pipes having Outer pipe dia of

50mm having 80-200 Micron galvanising, Inner pipe dia of 25 mm having

200-250 Micron galvanising, connection terminal dia of 12mm with constant

ohmic value surrounded by highly conductive compound with high charge

dissipation suitable for following type of applications.(b)For Electrical

installation up to 11 KV in normal soil. Length of Pipe: 1.0 mtrs

Back filling Compound :1 no. Bag of 15 Kg.

38 4 Sq.

Mtr.

Providing & erecting weather proof, dust & vermin proof, floor mounted

front operated indoor type cubical panel board having IP-64 protection

made from 14 SWG thick CRC M.S. sheet for outer body & doors, 16 SWG

Page | 48

Name of work ELECTRICAL WORK DESCRIPTION FOR THE NEW INDIA

ASSURANCE COMPANY LTD., NAVSARI

SCHEDULE - II

Memorandum showing items of works to be carried out

Item

No. Quantities

Required

Unit Item wise work (Description) Tendere

d Rates

in Rs.

Total

Amount

accordi

ng to

Require

d

quantiti

es

Rate per

unit

thick CRC M.S.sheet for internal partitions with necessary supporting

angles, flats including cutting, bending, drilling, welding, riveting with

internal partitions & cable alley as per requirements & instruction of

engineer-in-charge with erection of supplied switch gears, BUSBARS, with

suitable size of inter connecting PVC copper wire / copper-aluminium strips,

rubber grommets, rib, bakelite control fuses for measuring instruments,

earth bus & earth bolts, foundation flange - bolts-base Plates, sufficient nos.

of hinged doors, handles with locking arrangement and rubber gasket

complete. The Panel shall be painted with epoxy powder coating. (The rates

excludes the cost of switchgears, bus bars, inter connecting mains & Copper

Aluminium strips, meters, Fuses etc. The dimension shall be measured

excluding base beams) The panel shall be supplied with following approved

manufacturers with following size(A) The standard companies switch gear

shall be used and only manufacturers at CPRI approved factory and shall be

certified by that company whose switch gears are used after fabrication for

beneficial use (i) with 350mm depth board

39 20 Kg Providing , erecting , fabricating the M.S. structure as per requirement on

site incorporating proper size of M.S. angles, flats, bars, channels, sections

complete with cutting, welding, grinding & finishing duly painted with one

coat of red oxide with erection on site as per direction of engineer in charge

with necessary grouting, cementing, plastering & finishing complete.

40 1 No. Supplying and erecting approved make panel mounting type Digital

Voltmeter having 3 digits LED display, 0 to 750 AC Volts range erected on

existing panel board with all connection, wiring etc .with manufacturers

calibration certificate.

41 1 No. Supplying and erecting approved make panel mounting type Digital

Ammeter having 3 digits LED display, external CT operated, calibrated for

0 to 1000 Amps suitable to operate on 500 Volt AC , erected on existing

panel board with all connection, wiring etc .with manufacturers calibration

certificate.

42 1 No. Supplying and erecting Ammeter / Voltmeter selector switch for 3 phase AC

Supply 500 V on existing panel board with necessary connections.

43 2 No. Supplying and erecting approved make set of indicator lamps of LED type

lamp, lens cover, Bakelite holder complete erected with necessary

connections.

44 20 Mtr. Providing and erecting XLPE (IS:7098)(I)-88 ISI armoured cable

multistrand Aluminium conductor for 1.1 KV. to be laid on wall with

necessary clamps or in existing trench / pipe of following size of cables(e) 4

core 35 Sq. mm

45 2 Nos. Providing and, fixing heavy duty flange type brass cable gland with rubber

ring for PVC insulated armoured cable complete with out going tails,

Page | 49

Name of work ELECTRICAL WORK DESCRIPTION FOR THE NEW INDIA

ASSURANCE COMPANY LTD., NAVSARI

SCHEDULE - II

Memorandum showing items of works to be carried out

Item

No. Quantities

Required

Unit Item wise work (Description) Tendere

d Rates

in Rs.

Total

Amount

accordi

ng to

Require

d

quantiti

es

Rate per

unit

insulating tape etc for following size of cables.(B) 3 & 1/2 core 35/50 Sq.

mm

46 6 Nos. Solderless crimping type Aluminium lugs conforming to IS suitable for

cable of following size evenly crimped with high pressure tool & connected

to switchgear terminals with brass/cadmium plated nut bolts in an approved

manner. (E) 35/50 Sq.mm.

47 20 Nos. Providing & erecting Approved make Power Saving 50 Watt Ceiling Fan

with double ball bearing ISI mark with Condenser 230 volt A.C. 50 Hz

1200 mm sweep complete having 3 blades with aluminium blades with,

canopy & 30 cms. down rod erected with 24/ 0.2, 3 core flexible wire with

earthing.(Make shall be approved by Engineer in charge))

48 20 Mtr. Supplying and erecting 19 / 20 mm. nominal bore Medium Class M.S. Pipe

down rod erected duly painted for fan complete with necessary 24/ O.20, 3

core flexible wire with earthing.

49 12 Nos. Supplying & erecting fan hook box of 10 mm M.S. round bar bounded to

the RCC bars up to 50mm length each side and pierced through a 16 Gauge

M.S. box / Heavy Duty PVC box complete erected concealed in Ceiling with

necessary finishing.

50 20 Ea. Providing 2.5mm.thick laminated acrylic sheet to cover the fan hook or Fan

box.

51 4 Nos. Supplying & erecting approved make low noise decorative exhaust fan

having size 200mm with 1350 RPM with square frame ABS body with

inbuilt lowers & square frame.

52 12 Nos. Supplying and erecting LED indoor fittings with LEDs of wattage 0.2 Watt

to 0.5 Watt assembled on single MCPCB, with housing used as a heat sink

shall be made of thick sheet Steel conforming to IS: 513/CRCA polyester

powder coated and high U.V. & corrosion resistance with diffuser and/or

Polycarbonate optics with company mark/name 120 to 300 V, Power Factor

more than 0.9, THD < 10 %, CCT 4000 K to 6500K, Uniformity ratio >0.7,

Luminaire efficiency> 85 lumens/watt, LED driver efficiency > 85 %

CREE / OSRAM / PHILIPS Lumileds / NICHIA /

SEOUL/Bridgelux(U.S.A.) make LED used for luminaire. (Each fitting

required LM-79 & LM-80 Certificates)(A) Tube Light with integral/

non-integral driver (c) 20-22 Watts, Surge - 4KV,IP-20, 4 feet, Cat-III

53 80 Nos. (C) LED Panel Light with provision for Plane front frame with translucent

cover fixed to housing complete, (d) 18 to 20 watts, 250 x 250 mm, Surge- 4

KV

54 4 Nos. (G) Spot Light , 5W, 425 Lumens, Surge-2KV,Cat-III

Page | 50

Name of work ELECTRICAL WORK DESCRIPTION FOR THE NEW INDIA

ASSURANCE COMPANY LTD., NAVSARI

SCHEDULE - II

Memorandum showing items of works to be carried out

Item

No. Quantities

Required

Unit Item wise work (Description) Tendere

d Rates

in Rs.

Total

Amount

accordi

ng to

Require

d

quantiti

es

Rate per

unit

55 1 Ea. Supply and installation, testing and commissioning of CO2 type fire

extinguisher with 4.5 kg. Capacity complete with installation brackets

confirming to IS15683 with ISI mark.

56 18 Ea. Supplying & erecting push button type telephone instrument having speaker

phone Caller ID & hands free dialing system & 30 memories with display

system

(a) Single line BPL / SONY/ BEETEL or equivalent make

57 10 Ea. 400 mm sweep wall mounted fan (Crompton/Bajaj make)

58 50 Mts. Blue shade glow LED rope light supplying and fixing with proper electronic

ballast supporting LED rope light.

Grand Total Cost in Rs.

Grand Total Cost

(in rupees) in words-

MEASUREMENT SHEET

NO. PARTICULARS NO L B H Total Quantity Unit

1.00FULL HT PARTLY GLAZED PARTITONS (LAMINATE

FINISH)

At Agents Corner 2.00 11.50 1.00 9.00 207.00

1.00 14.50 1.00 9.00 130.50

At Manager Cabin 1.00 13.50 1.00 9.00 121.50

1.00 16.75 1.00 9.00 150.75

At Entrence 1.00 9.75 1.00 9.75 95.06

704.81 Sq Ft

2.00LOW HT PARTLY GLAZED LAMINATE FINISH

PARTITONS

1.00 22.25 1.00 5.00 111.25

1.00 10.25 1.00 5.00 51.25

At Officer space 1.00 9.50 1.00 5.00 47.50

At Cash Counter 2.00 5.50 1.00 5.00 55.00

1.00 9.50 1.00 5.00 47.50

Server 1.00 5.50 1.00 5.00 27.50

340.00 Sq Ft

3.00

FULLY GLAZED DOOR AT ENTRENCE WITH

PHERIPHERIAL PLY FRAMING PARTITION

(LAMINATE FINISH)

1.00 10.00 1.00 9.00 90.00 Sq Ft

Name of work: Furnishing work (Interior items) for The New India Assurance Company Ltd., NAVSARI

NAVSARI FURNISHING PROJECT WORK

MEASUREMENT SHEET

4.00 PARTLY GLAZED DOOR

CASH AREA DOOR 1.00 3.00 1.00 8.00 24.00

SERVER & STORE 2.00 3.00 1.00 8.00 48.00

AGENTS CORNER 1.00 3.00 1.00 8.00 24.00

MANAGER CABIN 1.00 3.00 1.00 8.00 24.00

120.00 Sq Ft

5.00 SINGLE LEAF FLUSH DOOR (lamimate finish)

Ladies Toilet Door 2.00 3.00 1.00 8.00 48.00

Gents Toilet 2.00 3.00 1.00 8.00 48.00

96.00 Sq Ft

6.00 LAMINATE FINISH BACK CREDENZA

DEVELOPMENT OFFICER 1.00 11.50 1.00 2.50 28.75

1.00 13.50 1.00 2.50 33.75

OFFICER 2.00 11.00 1.00 2.50 55.00

MANAGER CABIN 1.00 4.50 1.00 2.50 11.25

1.00 7.75 1.00 2.50 19.38

148.13 Sq Ft

7.00 STORAGE UP TO 5' HT

AT DEVELOPMENT OFFICE 2.00 4.50 1.00 5.00 45.00

NAVSARI FURNISHING PROJECT WORK

MEASUREMENT SHEET

3.00 33.75 1.00 5.00 506.25

1.00 7.50 1.00 5.00 37.50

1.00 9.25 1.00 5.00 46.25

635.00 Sq Ft

8.00 FULL HT STORAGE

STORE 1.00 9.25 1.00 8.00 74.00

74.00 Sq Ft

9.00 GYPSUM FALSE CEILLING

1.00 1.00 1.00 2034.00 2034.00

15% EXTRA 305.10

2339.10 Sq Ft

10.00 CEMENT SHEET CEILLING 1.00 1.00 1.00 165.00 165.00

15% EXTRA 24.75

190.00 Sq Ft

11.00 SOFT BOARD PANELING

At Manager Cabin 1.00 4.00 1.00 4.00 16.00

Waiting 1.00 4.00 1.00 4.00 16.00

32.00 Sq Ft

12.00 LAMINATE COLUMN PANELING 2.00 12.00 1.00 9.00 216.00

NAVSARI FURNISHING PROJECT WORK

MEASUREMENT SHEET

216.00 Sq Ft

13.00 VENETIAN BLINDS 1.00 51.00 1.00 7.00 357.00 Sq Ft

14.00 PREFUNCTIONAL SERVICE COUNTERTS 1.00 4.00 1.00 2.50 10.00

10.00 Sq Ft

15.00 MANAGER TABLE 1.00 3.00 6.00 1.00 18.00

16.00 CASHCOUNTER TABLE 1.00 9.00 1.00 2.50 22.50

17.00 WORKSTATIONS 12.00 4.00 2.25 1.00 108.00

18.00 OFFICER TABLE 10.00 4.00 1.00 2.25 90.00

19.00 AGENTS CORNER TABLE 1.00 10.00 4.00 1.00 40.00

20.00 HIGH BACK CHAIR 1.00 1.00 1.00 1.00 1.00

21.00 MEDIUM BACK CHAIR 21.00 1.00 1.00 1.00 21.00

22.00 VISITOR CHAIR 19.00 1.00 1.00 1.00 19.00

23.00 THREE SEATER SOFA (Use of existing ) 2.00 1.00 1.00 1.00 2.00

24.00 LAMINATE WALL PANELING 1.00 5.00 1.00 5.00 25.00

25.00 TEXTURE PAINT 4.00 5.00 1.00 9.00 180.00

26.00 SWING DUSTBIN 18.00 1.00 1.00 1.00 18.00

NAVSARI FURNISHING PROJECT WORK


Recommended