part –a b technical price bid tender documents for … · 7. unless and until a formal agreement...
TRANSCRIPT
2ND FLOOR, UNION BANK OF INDIA BUILDING, SAYAJIGANJ, VADODARA REGION
M/s SHAW ARCHITECTS +91‐9898213973 [email protected]
PART –A & B TECHNICAL & PRICE BID TENDER DOCUMENTS
FOR
AIR CONDITIONING WORK
FOR BAJUWA BRANCH (NEW PREMISES), VADODARA.
1 TENDER ISSUED TO M/S………………………………………………………………………………………………………………………………………………..…………………………………………………………………………………………………………………………………………………….
2 TENDER COST Rs. 300‐00 (Three Hundred Only)
3 EMD COST Rs. 6,000‐00 (Six Thousand Only)
4 PROJECT ARCHITECTS M/S SHAW ARCHITECTS, SF‐218, SAMANVAY SILICON, OPP. KALYAN HOTEL, NR. DAIRY DEN CIRCLE, SAYAJIGUNJ, VADODARA – 390005, GUJARAT.
5 ARCHITECT’S CONTACT DETAIL MOBILE NO. : +91‐9898213973 E‐MAIL I.D. : [email protected]
1/16
2ND FLOOR, UNION BANK OF INDIA BUILDING, SAYAJIGANJ, VADODARA REGION
M/s SHAW ARCHITECTS SIGN & SEAL OF CONTRACTOR
NOTICE INVITING TENDER (NIT) UBI Invites sealed tenders under two cover systems from the AIR CONDITIONING WORK contractors on Bank’s approved panel under appropriate category in the circle of Vadodara Region only for the work mentioned below. Details of the tender are as under:
1 Name of work AIR CONDITIONING WORKS AT BAJUWA BRANCH (New Premises), VADODARA.
2 Date of Issue of tender documents 22‐04‐2019 at 2:00 p.m.
3 Last date of tender collection 13‐05‐2019 by 11:00 am.
4 Tender close / Submission date 13‐05‐2019 by 1:00 pm.
5 Date & Time of opening of tender 13‐05‐2019 at 3:30 pm.
6 Place of submission of bids Regional Head, Union Bank of India, 2nd floor, Regional office, Opp. Faculty of Commerce, Sayajigunj, Vadodara. ‐390 005
7 Date of commencement 2 days from issue of work order.
8 Date of completion of work 45 days from issue of work order.
9 Period for settlement of final bill 30 days from date of issue of completion certificate by the Architect.
10 Total Security Deposit (TSD) TSD shall be 5% of contract value which will be deducted from the final bill of the contractor by way of retention amount. TSD will be refunded to the contractor on successful completion of defect liability period.
11 Earnest money deposit Rs. 6,000/‐ by way of Demand Draft/ Banker’s Cheque/ Personal Cheque of the firm’s UBI account payable to “Union Bank of India, VADODARA. Technical bid with personal cheque of any other bank except UBI shall be rejected & their price bid shall not be opened. EMD of successful contractor shall be refunded on completion of the work.
12 Release of Retention Money/ Earnest money
The Earnest money deposited shall not carry any interest and will be refunded to unsuccessful tenderers after allocation of work order. The Earnest money of successful tenderer will be release after completion of work and certification of final bill. Retention & Security money after 14 days from defect liability period.
13 Liquidated damages for non completion of work within the date of completion
0.5% per week subject to maximum of 5% of contract value inclusive of Sundays and Holidays.
14 Defect liability period 12 months from the date of completion certificate issued by the Bank Architect.
15 Cost of tender document Rs. 300/‐ Only D.D. Or UBI Cheque (in favor of Union Bank of India payable at Vadodara). Non Refundable.
2/16
2ND FLOOR, UNION BANK OF INDIA BUILDING, SAYAJIGANJ, VADODARA REGION
M/s SHAW ARCHITECTS SIGN & SEAL OF CONTRACTOR
16 Interested bidder may obtain further information from the office of consultant / Bank Architect.
17 Bank reserves the right to reject wholly or part of any or all tenders received without Assigning any reason whatsoever, Also Bank reserves the right to split the work and place the order to more than one party.
18 ANY FREAK RATE OF INDIVIDUAL ITEM ON HIGHER SIDE ARE LIABLE FOR NEGOTIATION
19 Any Contractor which is empanelled in more than one category (i.e, Furniture/Electrical/Air Conditioning) can compete only in one category. If applied for more than one category, then any one tender will be accepted by Bank and others are subjected to rejection.
20 Rates quoted & agreed by the tenderer shall remain firm throughout the contract period (Including authorized extension). Rates quoted shall be inclusive of all taxes, duties, levies, royalties & other incidental / other Industrial charges etc. However GST Tax shall be paid by the bank extra as applicable to work contract tax as per actual.
21 Running bills each not more than 70% of contract value on completion of 90% of work OR as stage guided by Architects shall be paid. Final Bill will be paid against the final payment certificate on submission detailed final bills submitted by the contractor to the Architect on successful Completion of the work.
Office of Architect means : M/s SHAW ARCHITECTS, SF‐218, SAMANVAY SILICON, OPP. KALYAN HOTEL, NR. DAIRY DEN CIRCLE, SAYAJIGANJ, VADODARA‐390005. M: +91‐9898213973 i) In case the date of opening of tender is declared a holiday, the tenders will be opened on the next working day at the same place & time.
ii) Please read tender documents for details on content of this NIT. Tenderers are requested to go through the additional conditions with due care as the same are stipulated particularly for this project.
iii) Rates quoted by the tenderers in variance with the NIT provision are liable to be rejected.
iv) Clarification, if any, regarding the content of these documents & this work can be obtained from the Architect before filling in the tenders. All bidders are supposed to visit the site, understand the conditions and seek clarifications from the Bank & the Architect.
UBI has right to accept/ reject any/ all tenders without assigning any reasons. (For and on behalf of Union Bank of India) Regional Head Union Bank of India, 2nd floor, Regional office, Opp. Faculty of Commerce, Sayajigunj, Vadodara. ‐390 005 DATE : 22‐04‐2019
3/16
2ND FLOOR, UNION BANK OF INDIA BUILDING, SAYAJIGANJ, VADODARA REGION
M/s SHAW ARCHITECTS SIGN & SEAL OF CONTRACTOR
SPECIAL TERMS AND CONDITIONS
1 Limit of variation 100% without any change in price if work is done within six months of the contract and with prior consent of Architect / Consultant.
2 Additional items For items where unit rates are not available , contractor shall provide proper cost break‐up and proceed only after approval/consent. Any sample to be made for approval shall be at the Contractor’s cost.
3 Validity of tender Three month after the opening of the tender.
4 Rules/ Regulations The contractor shall have their responsibility of complying with the local shops/establishments Act and other labor/ minimum wages Act and shall keep all such records/ accounts on payment of wages / attendance as deemed necessary.
5 Arbitration As per the standard arbitration clause under the jurisdiction of Vadodara.
6 Organization The contractor shall employ competent / qualified supervisor /Engineer‐in‐charge who shall be responsible for the day to day work and coordinate as necessary with the Architect’s supervisor. Any workman found guilty of misconduct/theft shall remove from the site.
7 Damage to property Any damage to the Bank’s property during the work period will be recovered from the contractor as per the valuation submitted by Architect.
8 Deduction Tax at source as per Act.
9 Terms of payment Final Payment after completion of Project.
10 Billing Procedure All measurements shall be recorded in Duplicate on standard measurement sheets Prepared jointly by the Architect’s Site Engineer & the Contractor’s Representatives duly signed by them. All Bills shall be submitted along with this Checked Measurement sheets.
11 Time schedule of work The Contractor must submit before the Commencement of work, a Bar chart showing the date of commencement & the date of completion of each item of Work as mentioned in the Schedule of Quantities within the tender completion time frame.
12 Release of TSD 100% after the Defect liability period. Retention money will not bear any interest.
13 General The rates should be quoted considering necessary Scaffolding & staging work, Removal of debris as & when necessary, In view of
4/16
2ND FLOOR, UNION BANK OF INDIA BUILDING, SAYAJIGANJ, VADODARA REGION
M/s SHAW ARCHITECTS SIGN & SEAL OF CONTRACTOR
restriction of Local concern Authority & all type of Lab test.
14 Site Location The aforesaid work needs to carry out at BAJUWA, Vadodara located at 10 km from Vadodara Railway Station.
5/16
2ND FLOOR, UNION BANK OF INDIA BUILDING, SAYAJIGANJ, VADODARA REGION
M/s SHAW ARCHITECTS SIGN & SEAL OF CONTRACTOR
FORM OF TENDER (On the Letterhead of Tenderer)
........................................................
........................................................ ......................................................... Dear Sirs Ref: ........................................................... ............................................................ ............................................................ 1) I/We refer to the tender notice issued by your Consultant M/s.Shaw Architects, SF‐218, Samanvay Silicon, Nr. Dairy Den Circle, Sayajiganj, Vadodara on your behalf for the .........................................................................in connection with the above. 2) I/We do hereby offer to perform provide execute complete and maintain the works in conformity Bill of Quantities for the sum of RS......................................(Rupees...............................................................) only at the respective rates quoted in the bill of quantities. 3) I/We have satisfied myself/ourselves as to the site conditions, examined the drawings and all aspects of the tender conditions subject to above, I/We do hereby agree should this tender be accepted in whole of part off: 4) Abide by and fulfill all the terms and provisions of the said conditions annexed hereto: 5) Complete the works within 45 days stipulated in two or three shifts if considered necessary by the Consultants at no extra cost to the Owner. 6) I/We have deposited the earnest money of RS..............................................................which we note will not bear any interest and is liable to forfeiture, i) If the offer is withdrawn within the validity period of acceptance. Or, ii) If the contract is not executed with 2 days from award of contract. Or, iii) The acceptance of this tender shall constitute a binding of contract and any failure as mentioned in Clause.4 shall constitute a breach of contract by us and the tender accepting authority shall be entitled to have the work executed at our risk and cost and to claim extra cost/expenditure incurred by them from us. 7. Unless and until a formal agreement is prepared and executed this tender together with your written acceptance thereof shall constitute as a binding contract. 8. I/We understand that you are not bound to accept the lowest any tender received. 9. I/We have independently considered the amount of liquidated damages in the Appendix to the General conditions of the Contract and agree that it represents fair estimate of the loss likely to be suffered by you in the event of the works not being completed in time. 10. Our Bankers are:‐ I) II) The names of Partners/Directors of the firm Authorized to sign Yours faithfully, Name of person having power of Attorney to sign the contract. (Certified true copy of the Power of attorney should be attached.) Signature of the Contractor with Seal
6/16
2ND FLOOR, UNION BANK OF INDIA BUILDING, SAYAJIGANJ, VADODARA REGION
M/s SHAW ARCHITECTS SIGN & SEAL OF CONTRACTOR
GENERAL RULES AND GUIDANCE FOR THE TENDERERS:
2.1. Tenderers are expected to visit the site before quoting the rates and should satisfy themselves as to the nature and conditions of work and facilities available etc. 2.2. The Tenderers are required to examine the enclosed Tender form and conditions mentioned in the Tender. 2.3. The Tenderer should quote the rates in figures. The amount for each item should be worked out and the requisite totals shall be given. The total amount shall be written both in figures and words. 2.4. The rates quoted in this Tender shall be for measured finished works and shall be inclusive of all charges such as cost of materials, transportation, freight charges, Income Tax, Works Contract Tax and any other form of levies etc, complete but excluding GST. GST chargeable is to be shown separately for the 100% portion of the work. 2.5. GST payable by the Bank has to be shown separately in the Tender/Bill. 2.6. The work is to be completed within the stipulated time from the date of issue of Work Order. 2.7. Extreme care is to be taken by the Contractor at the time of earth work excavation, removing the existing interlocks, cutting the Tar Road, opening the top RCC Covers of the existing cable duct so that existing U.G Cables or any other service/utility lines does not get damaged during the earth work excavation or at the time of laying of U.G Cable. If any items are damage during the earth work excavation, laying of new U.G Cable, damaged item has to be repaired/replaced by the Contractor at his own cost. 2.8. The successful Tenderer shall give all necessary personal attention to the work during the progress of work, and also until the expiry date of “Defects Liability Period” which is One Year after issue of completion Certificate by the Consultant. 2.9. The Bank reserves the right to reject any portion of work or materials which is found unsatisfactory and not up to the standard. 2.10. Bank has the right to scrutinize and correct arithmetical/ calculation mistakes in the participating Tenders and suitably correct the arithmetical /calculation mistakes and wrong total amounts to decide on the lowest Bidder. Mere opening of the Tender will not be considered as final results. 2.11. Bidders shall be quote rates in prescribed Price Bid Format provided in tender and quoting in any other form will be rejected. All rates shall be quoted item wise basis. Any modifications to provided Price Bid Format in terms of technical specifications, unit quantities or quoting discount by lump sum discount percentages / amount in price bid will lead to complete rejection of the bid. 2.12. If there is any discrepancy/error in the hard copy of the Tender Document and the Tender Document available on Bank web site, Bank web site version will be the final version. 2.13. A retention amount of 10% will be retained from each running bill and final bill and shall be paid to the successful Tenderer after the defects liability period on certification of the Consultant. 2.14. Tax deductions, if applicable as per statutory regulations will be done on every payment and will be deposited with the Tax Department on behalf of the Contractors and the certificates of tax deduction will be issued to the respective Contactors. 2.15. Tax deduction at source (T.D.S) as per statutory regulations at the rate applicable at the time of billing will be done from payments to Contractors and the same will be paid to Income Tax Department and certificates of TDS will be issued to the Contractors. 2.16. All taxes such as Income Tax, Entry Tax, Octroi, Works Contract Tax or any other Tax on materials/service in respect of this Contract shall be payable by the Contractors and the Bank will not entertain any claim in this matter.
7/16
2ND FLOOR, UNION BANK OF INDIA BUILDING, SAYAJIGANJ, VADODARA REGION
M/s SHAW ARCHITECTS SIGN & SEAL OF CONTRACTOR
2.17. An amount of Rs.0.5% per week subject to the maximum ceiling of 5 % of the Tender Amount will be deducted from the bills of contractor as liquidated damages for the delay in completing the work within the scheduled time at the discretion of the bank. 2.18. No additional clauses, conditions, alterations in specifications by the Tenderer will be accepted. 2.19. Successful Contractor should obtain all necessary labor licenses from relevant State/Central Government Agencies at his own cost and comply with the Contract Labor (Regulation & Abolition) Act 1970 with up to date amendments. 2.20. The Tenderer are advised to inspect and examine the site and its surroundings and satisfy themselves before submitting their Tenders as to the nature of the site and dimensions, the means of access to the site, availability of materials and obtain all necessary information’s as to risks, contingencies and other circumstances which may influence or affect their tender. 2.21. A Tenderer shall be deemed to have full knowledge of the site whether he inspects it or not and no extra charges consequent on any misunderstanding or otherwise shall be allowed. Submission of a Tender by a Tenderer implies that he has read this notice and all other Tender/ contract documents and has made himself aware of the scope and specifications of the work to be done and local conditions and other factors bearing on the execution of the work. 2.22. The entire work is to be completed in all respects within the stipulated period stated in the Notice Inviting the Tender. If in the opinion of the Employer/ Bank the works were delayed for reasons beyond control of the contractor, the Bank may grant a fair and reasonable extension of time for completion of the contract works. If the work is not completed within the original stipulated time period and authorized extension of time (if granted by the Bank), the provision of liquidated damages will become applicable. However, the contract shall remain in force even for the period beyond the due date of completion irrespective whether the extension is granted or not. 2.23. It will be obligatory on the part of the Tenderer to Tender and sign the Tendered documents for all the component parts. 2.24. No alterations or additions are to be made by the Tenderer in the Tender document. Violation of this instruction will attract rejection of the Tender at the discretion of the Bank. 2.25. The Tenderer is required to check the all the pages and should find missing or in duplicate, or the figure or writing indistinct, he must inform the Consultant/ Bank immediately and have the same rectified by the Bank before the scheduled date of opening. Should the Tenderer be in doubt about the precise meaning of any item or any provision or if he wants any clarification, he must inform the Consultant/Bank in advance before the scheduled date of opening. No claim will be allowed in respect of errors in the Tender due to any mistake in the Schedule of Quantities, which should have been, but was not rectified in the manner described above. 2.26. The Employer shall have powers to order additional /non‐tendered items or to modify the Tendered items, to vary the quantities of Tendered items and not to execute certain items. The rate or price of all such additional items/non‐Tendered/modified items will be worked out on the basis of rates quoted for similar items in the Contract wherever existing or on engineering rate analysis based on prevalent fair price of labour, material and other components as required. 2.27. The Tender rates shall hold good for any increase or decrease in the quantities. Tender schedule quantities are estimated quantities only and actual quantities depend on the site conditions prevailing at the time of execution of works and work shall be carried out accordingly. Quantities given in the bill of quantities of the Tender schedule are approximate and actual quantities are to be decided on the basis of site condition at the time of execution of work. Any claim by the Contractor will not the entertained by the Bank for deletion of any item of the Tender Schedule or for variation in the quantities of any item actually used at the time of execution of works and as given in the Tender schedule of quantities.
8/16
2ND FLOOR, UNION BANK OF INDIA BUILDING, SAYAJIGANJ, VADODARA REGION
M/s SHAW ARCHITECTS SIGN & SEAL OF CONTRACTOR
2.28. Tenderer should ensure that their Tenders are submitted before the date and time specified above. Bank will not be responsible for any delay in submission of Tender by the Tenderer/Post/Courier Service etc. It is the responsibility of the Tenderer to ensure that Tenders are submitted at the Bank with the competent authority before the specified time and date.
CONDITIONS OF THE CONTRACT NOTE: The requirements of these conditions shall be fulfilled by the Tenderer without extra charges, the item rates quoted shall be deemed to have taken these conditions into account. 3.1 If any additions and alterations are found necessary the Tenderer will have to do the same within the Tendered rates with the approval of the Bank. 3.2 The Contractor shall employ adequate labour to complete the work within the scheduled time and shall make his own arrangements for housing materials etc. 3.3 The Contractor shall have to make his own arrangements to house his labour and staff, and for their services. 3.4 All Tendered rates shall include for the cost of materials, labour, supervision, tools, plant, transport, all taxes, contingencies duties, breakages, wastages, sundries, scaffolding etc., complete. 3.5 All instructions regarding the execution of works shall be received from the Bank only. Any other instructions issued directly to the contractor by anyone else shall not be binding on the Contractor. 3.6 The Bank, through the Consultants, shall have the power on omit or cancel; any item of work without assigning any reason whatsoever and no claim for compensation for damage will be entertained for such omissions and cancellations. 3.7 The Contractor shall maintain satisfactory progress of work as well as maintain a desired level of workmanship. If in the opinion of the Bank if the progress is unsatisfactory and/or the workmanship is unsatisfactory, the Bank shall take possession of the work with 7 days to that effect. The Bank shall then complete the entire work and rectify all the defects at the Contractors cost and consequences. 3.8 The case the Bank is not satisfied with the quality of materials used by the Contractors, Bank reserves the right to direct the Contractor to procure such supplies from the agencies suggested by the Bank and the Contractor is bound by this instruction for purchase of materials. 3.9 The Contractor is to be responsible for clearing any or all dirt, rubbish, and superfluous materials as they accumulate and to leave the premises in a clean and orderly condition on completion. No extra payment shall be made for doing this work. 3.10 Any work which is not approved by the Bank shall have to be removed within 24 hours from the time of order and shall have to be redone by the Contractor at his own cost and this cost will be borne by the Contractor. 3.11 No deviation whatsoever for any reason will be permitted. However, if any deviation becomes necessary, the same should be brought to the immediate notice of the Bank and written approval must be obtained for such deviation before proceeding with the execution of work. 3.12 The Bank has got the right to supply any materials required for the work and the cost of the materials so supplied will deducted from the bills of the successful Contractor. 3.13 The Contractor shall be responsible for the safe custody of the materials issued to him by the Bank till they are used for the work. He shall make his own arrangements for the safe custody and proper storage and preservation in sound conditions till the same are actually used in the work. 3.14 For any new item the rate will be fixed by the Bank as per prevailing fair market rate, labour and overheads which will be binding on the Contractor. 3.15 The Contractor shall have a competent supervisor on the site all the times.
9/16
2ND FLOOR, UNION BANK OF INDIA BUILDING, SAYAJIGANJ, VADODARA REGION
M/s SHAW ARCHITECTS SIGN & SEAL OF CONTRACTOR
3.16 In case the brand of materials mentioned in the Tender is not available in the market, the alternate materials to be used shall be approved by the Bank. 3.17 The Contractor should strictly adhere to the specifications and make of the materials. 3.18 Any clarification on the specifications or further details needed, the Contractor has to contact the Bank. 3.19 Contractor should ensure the safety of his staff / Technicians/ Labourers working at the work site. He should provide all necessary safety equipment to his personnel working at the site. 3.20 Contractor should obtain necessary Group Insurance for his personnel working at the site to provide medical treatment / compensation etc to any of his staff/worker in case of any accident. Bank is not bound to provide any assistance of any form in this matter.
10/16
2ND FLOOR, UNION BANK OF INDIA BUILDING, SAYAJIGANJ, VADODARA REGION
M/s SHAW ARCHITECTS SIGN & SEAL OF CONTRACTOR
ACCEPTANCE OF CONTRACTOR FOR LABOUR LAWS
1. The successful Tenderer / Contractor shall carefully and diligently implement the provisions of the Contract Labour Act & Contract Labour Rules. 2. The Bank shall be entitled to deduct from the Contract Consideration, any such amount which the Bank has to pay in accordance with the Contract Labour (Regulation & Abolition) Act 1971 and Workmen's Compensation Act, in the event of the Bank have to disburse compensation / effect any payment under the Contract Labour Acts / Rules. 3. Please note that as per rule 81(1) of Contract Labour (R&A) Rules, 1971, it is mandatory on the part of the Contractor to display the notice containing the following details at prominent place at the work site. (a) Rates of wages. (b) Hours of work. (c) Wage periods. (d) Dates of payment of wages. (e) Names & addresses of the Labour Inspectors having jurisdiction & (f) Date of payment of unpaid wages. The notice containing the above details shall be displayed without fail at the work site. 4. The Contractor shall not engage any workmen for wages, less than the minimum wages prescribed under the notification issued by the Central Government. 5. The contractor should follow all labour laws/guidelines laid down by central /state government from time to time. CERTIFICATE. I / WE HAVE READ, FULLY UNDERSTOOD THE ABOVE MENTIONED REGULATIONS OF LABOUR LAWS/GUIDELINES AND ACCEPT THE SAME IN TOTO. I ALSO UNDERTAKE TO FOLLOW ALL LABOUR LAWS/GUIDELINES LAID DOWN BY CENTRAL /STATE GOVERNMENT FROM TIME TO TIME & INDEMNIFY THE BANK AUTHORITIES.
SIGNATURE OF THE CONTRACTOR WITH SEAL & DATE
11/16
2ND FLOOR, UNION BANK OF INDIA BUILDING, SAYAJIGANJ, VADODARA REGION
M/s SHAW ARCHITECTS SIGN & SEAL OF CONTRACTOR
SAFETY CODES GENERAL SAFETY CODES:
1. First aid appliances including adequate supply of sterilized dressing and cotton wool shall be kept in a readily accessible place. 2. An injured shall be taken to a Public Hospital without loss of time, in cases where the injury necessitates hospitalization. 3. Suitable and strong scaffolds should be provided for workman for all works that cannot safely be done from the ground. 4. No portable single ladder shall be over 8meters in length. The width between the side rails shall not be less than 30 cm. clear. And the distance between two adjacent rungs shall not be more than 30 cm When a ladder is used an extra majdoor shall be engaged for holding ladder. 5. The excavated material shall not be placed within 1.5meters of the edge of the trench or half of the depth of trenches whichever is more. All trenches and excavation shall be provided with necessary fencing and lighting. 6. Every opening in the floor of a building or in a working platform be provided with suitable means to prevent the fall of persons or materials by providing suitable fencing or railing whose minimum height shall be one meter. 7. No floor, roof or other part of the structure shall be so overloaded with debris or materials as to render it unsafe. 8. Workers employed on mixing & handling material such as asphalt, cement mortar or concrete & lime mortar shall be provided with protective footwear & rubber hand‐gloves. 9. Those engaged in welding work shall be provided with welder’s protective eye‐shields and gloves. 10. (i) No paint containing lead or lead products shall be used except in the form of paste and readymade paint. (ii) Suitable facemasks should be supplied for use by the workers when the paint applied in the form of spray or surface having lead paint dry rubbed and scrapped. 11. Overalls shall be supplied by the contractor to the painters and the adequate facilities shall be provided to enable the working painters to wash during the periods of cessation of works. 12. Hoisting machine and tackle used in the works, including their attachments, anchors and supports shall be in perfect condition. The ropes used in hoisting or lowering material or as a means of suspension shall be of durable quality and adequate strength free from defect.
12/16
2ND FLOOR, UNION BANK OF INDIA BUILDING, SAYAJIGANJ, VADODARA REGION
M/s SHAW ARCHITECTS SIGN & SEAL OF CONTRACTOR
TECHNICAL SPECIFICATIONS (MAKES/MODELS) LIST OF APPROVED MAKES OF MATERIAL
The following are approved brand makes/manufacture’s makes listed below. In case it is established that material as listed below is not available in the market, approved equivalent material and finished off any other specialized brand names/manufacturer’s makes may be used as per approval of BANK/Architect/Consultant. Contractor’s are instructed to submit the approved make list of items which they are using at site before starting the work.
LIST OF APPROVED MAKES FOR AIR CONDITIONING WORKS
Sr. No.
PARTICULAR MAKE
1.0 VRF / VRV units Carrier/Daikin / Mitsubishi / Toshiba / Voltas.
2.0 Cassette Units MAKE: Carrier/Daikin / Mitsubishi / Toshiba / Voltas. (Scroll)
3.0 Conventional Hi wall units / Ductable / Condensing units
MAKE: Carrier/Daikin / Mitsubishi / Toshiba / Voltas. (SPLIT – 3 STAR*** RATED 2018 )
4.0 Copper Pipe Mandev / Rajco / Totaline
5.0 Hard CPVC Pipes Supreme / Prince /Astral/Finolex
6.0 G.I. Sheet Jindal / Llyod Steel / Tata
7.0 Insulation Material:
8.0 Nitrile Rubber roll and tube (Class‐O)
Armacell / K‐Flex / A‐ Flex / Superlon /Aeroflex
9.0 Electrical:
10.0 Switch Gear MK / Siemens / Schneider/Havells
10.1 Cable
1) Armored Cable Finolex / KEI / RR Kabel/Havells
2)Flexible Cable Finolex / KEI / RR Kabel/Havells
11.0 PVC rigid conduits & Accessories 1.5mm thick MMS ISI and FIA approved
12.0 TFA Zeco /Vts /Citizen / edgetech /Blowtech/ equivent approved
13.0 Blower / Fans KRUGER / SYSTEM AIR / Nicotra /flaktwood
14.0 LOW VOC Adhasive Pidilite
13/16
14/16
CLIENT: UNION BANK OF INDIA,
VADODARA REGIONBAJUWA BRANCH, VADODARA DIST. BOQ_AIR CONDITIONING
AND ALLIED WORKS
Sr. No. ITEM DESCRIPTION QTY. UNIT RATE (Rs.) AMOUNT (Rs.)
1 Supply of 1.0 TR Hi Wall (Copper Condesnor) Split Unit (3 Star BEE Rating WEF 1‐1‐
16) Including 3 mtr.Copper pipe and interconnecting cable. (1‐BM) 1 no.
2 Supply of 2.0 TR Hi Wall (Copper Condesnor) Split Unit (3 Star BEE Rating WEF 1‐1‐
16) Including 3 mtr.Copper pipe and interconnecting cable. (3 ‐ Banking Hall) 3 no.
3 Installation of IDU & ODU of 1 / 1.5 / 2.0 TR Hi‐wall split unit with first oil & gas
charge & commissioning etc. complete . Also Handling over all complete standard set
accessories upto 10 rft. 4 no.
4 Pump down, disconnection of electrical wiring, drain pipe,Indoor unit and out door
unit alongwith stand and tranfer to new premises OR as per instruction of RO from
exisiting ATM/Bajuwa Branch. Any old materials shall not be used in new installation
work & as per instruction of Architects/Bank. 2‐ATM , 5‐Branch.
7 no.
5 OLD AC Reinstallation along with laying of new Copper piping, electrical cabling with
servicing, pressure testing, vaccumissing and gas charging etc complete in all respect
for working condition in OLD AC machine. Rate to include 1 year free AMC from the
date of final commissioning. 2‐ATM
2 no.
6 Referigerant piping‐insulated copper tube between indoor to outdoor unit. Of 1 / 1.5
/ 2.0 TR Hi‐wall split unit. 45 rmt
7 Electrical Cabling between indoor to out door unit beyond 3 Rmt dist. Of 1 / 1.5 / 2.0
TR Hi‐wall split unit.(2.5 sqmm , 4 core RR Cable Polycab / Finolex/ Havells) 45 mts
8 25/32 mm Dia UPVC drain pipe with insulation of Dutron / Supreme / Astral make ‐
schedule 40 pipe , white in colour, joint properly glued with UPVC adhesive for water
outlet from indoor unit. 65 rmt
9 Misc Civil work like wall opeaning, chisling and same plaster & paint finish for each
machines. 6 No.
10 MS White/ black painted Fabricated structure for mounting outdoor units as well as
safety cage with locking arrangements for out door units made out of MS angles of
size 35x35x5 mm and 25x25x3mm respectively and cage frame shall be covered with
jali 25x25mm with lock & key as per unit.(drawing shall be provided by Architect).
Rate to include all scafoldings, equipments, tools, hardware , Oil Paints of approved
shade to be required for completion of job. 265 kg
11 BUY BACK ITEMS ‐ FIXED 2 No. ‐2000 ‐4000
Buy Back of Copper Pipe, Electrical Cabling ,drain pipes & M.s Stands between indoor
to outdoor unit. Of 1.0 TR Hi‐wall split unit. For 2 units only. Removing of these
items shall be done as per the instruction from Architect/Bank.
Part B : Low Side Work
BOQ ‐ AIR CONDITIONING AND ALLIED WORKS ‐ RESHIFTING OF BAJUWA BRANCH, VADODARA REGION
MAKE: CARRIER/VOLTAS/MIDEA OR APPROVED EQUIVALENT (SPLIT ‐ 3 STAR*** RATED)
Part A ‐ Supply of A.C Equipments
Include all Excise + Transport)
Total For Part ‐ I ‐ Supply of A.C Equipments
SUB TOTAL FOR ‐ PART I + PART II
DISCOUNT OFFERED (IF ANY)
GRAND TOTAL FOR ‐ PART I + PART II (AFTER DISCOUNT)
(Include all Excise + Transport necessary scafolding, equipments required for completion of job)
Total For Part ‐ II ‐ Installation of A.C Equipments
SIGN SEAL OF TENDERER 15/16
2ND FLOOR, UNION BANK OF INDIA BUILDING, SAYAJIGANJ, VADODARA REGION
M/s SHAW ARCHITECTS SIGN & SEAL OF CONTRACTOR
TENDER FOR AIR CONDITIONING WORKS OF UNION BANK OF INDIA AT : BAJUWA BRANCH, VADODARA, STATE: GUJARAT
BILL OF QUANTITIES ‐ ABSTRACT
SECTION TITLE AMOUNT ( Rs.)
SECTION ‘A’ FURNITURE WORK
Discount Offered ( If Any )
FINAL TOTAL AMOUNT (AFTER DISCOUNT)
TOTAL …………………………………….
In words (Rupees _________________________________________________
________________________________________________________Only )
DATE : PLACE : SIGNATURE OF TENDERER
(WITH COMPANY SEAL)
16/16