terms & conditions and specifications for i) … 2017-18-003 eng.pdf · condition. tenders...

50
C-DOT/TENDER(ADMIN)/2017-2018/003 Page 1 TERMS & CONDITIONS AND SPECIFICATIONS FOR i) Renovation of Food court(Canteen), as per the scope of work, Drawings and specifications on Turnkey basis. ii) Supply & Fixing of Curb Stones, as per the specifications, drawing and scope of work on Turnkey Basis. iii) Refurbishment/Renovation of Guest House, as per the scope of work and specifications on Turkey basis. TENDER NO. C-DOT/TENDER(ADMIN)/2017-2018/003

Upload: ngokhuong

Post on 21-Apr-2018

215 views

Category:

Documents


2 download

TRANSCRIPT

C-DOT/TENDER(ADMIN)/2017-2018/003 Page 1

TERMS & CONDITIONS

AND

SPECIFICATIONS

FOR

i) Renovation of Food court(Canteen), as per the scope of

work, Drawings and specifications on Turnkey basis.

ii) Supply & Fixing of Curb Stones, as per the

specifications, drawing and scope of work on Turnkey

Basis.

iii) Refurbishment/Renovation of Guest House, as per the

scope of work and specifications on Turkey basis.

TENDER NO.

C-DOT/TENDER(ADMIN)/2017-2018/003

C-DOT/TENDER(ADMIN)/2017-2018/003 Page 2

Ref: C-DOT/TENDER/2017 -18/003 November 03, 2017

TERMS AND CONDITIONS OF

TENDER NO. CDOT /TENDER/2017-18/003

1. C-DOT is a registered scientific society set up by the Govt. of India for pursuing

research in Telecommunications.

Sealed quotations(separate Technical & Commercial bid) are solicited from reputed

Agencies, Civil Contractors, Interior/Exterior Designers to carry out any of the following

works at our Bangalore Campus on Turnkey basis as per details given in this document :-

Sl.No Item Description Eligibility Criteria/Warranty

1 Renovation of Food Court(Canteen), as

per the scope of work, drawings and

specifications on Turnkey basis.

As mentioned in the Specification

& scope of work.

2 Supply & Fixing of Curb Stones, as per

the specifications, drawing and scope of

work on Turnkey Basis.

As mentioned in the Specification

& scope of work

3 Refurbishment/Renovation of Guest

House, as per the scope of work and

specifications on Turkey basis.

As mentioned in the Specification

& scope of work

2. Tenders should be sealed, superscribed “Tender No. CDOT/TENDER/2017-

18/003, Sl.No., Item Description and submitted only at the following office:

PURCHASE GROUP

Centre for Development of Telematics

Electronics City, Phase I, Hosur Road,

Bangalore 560 100

Tel No.080-25119574/2511 9568

Fax No.080-25119572

and should be submitted on or before the closing date, i.e. 05-12-2017 before 15.00 hrs., if

delivered personally and if the quotes are sent by post/courier, the tender must reach C-DOT,

Bangalore at the address given above before closing time and closing date.

C-DOT is not responsible for delays of any nature including postal and force majeure

condition. Tenders received after the due date will not be accepted under any circumstances

C-DOT/TENDER(ADMIN)/2017-2018/003 Page 3

The schedule of opening of quotes is as follows and at the following venue:

Date Time

Technical part Opening in 05-12-2017 15:30 hrs

the presence of intending

Tenderers at C-DOT, Bangalore

Participation of representative during the technical part opening

The authorized representative whom you have deputed to attend the tender opening

should be in a position to answer all the queries raised (If any) and substantiate the

same in writing with his signature on the spot. This will be binding on the company

participating in the tender.

3. Any queries with regard to the above tender shall be entertained only by means of formal

official letters on or before 12:00 hrs on 13-11-2017. No Technical and Commercial

queries shall be entertained after 13th

November, 2017(12.00 hrs). It may be noted

that it is the sole discretion of C-DOT to consider the same or not and to reply only if it is

deemed necessary.

THE BIDDERS ARE REQUESTED TO VISIT THE SITE TO ASCERTAIN THE

REQUIREMENT BEFORE SUBMITTING THE QUOTES.

THE BIDDERS MAY PARTICIPATE IN ANY OF THE ABOVE FOUR

REQUIREMENT. Separate bids with description of the items quoted must be indicated

on the sealed envelopes.

A pre-bid meeting would be held at C-DOT, Bangalore at 1400 hrs on 14-11-2017. All

the queries in *.xlsx format only should reach C-DOT by e-mail latest by 13-11-2017

1200 hrs to [email protected]. A maximum of 03 authorized representatives will be

allowed to attend the Pre-Bid meeting.

Replies to all queries/Pre-bid meeting clarifications(if any) shall be uploaded in our

website only(www.cdot.in)

Quotes without Tender Document fee and EMD shall be rejected outright. In case the

document is downloaded from C-DOT’s website, then, please ensure that the Tender

Document fee of Rs 1118/- is also separately enclosed with the technical part.

Bid Rejection : The EMD @ 2% of your total quoted value(inclusive of Taxes) should be

submitted only in the Financial Bid Envelope with a validity of 6 months and with an

undertaking in the Technical bid for the same(without disclosing the amount). EMD may be

submitted in the form of PBG or Demand draft. No other form shall be accepted.

C-DOT/TENDER(ADMIN)/2017-2018/003 Page 4

Commercial Part Opening : The dates will be intimated subsequently to the technically

shortlisted parties only.

4. Prequalification Criteria

As mentioned in the Specification & scope of work.

REQUIREMENTS ;

Sl.No Item Description Eligibility Criteria/Warranty

1 Renovation of Food court(Canteen), as

per the scope of work, drawings and

specifications on Turnkey basis.

As mentioned in the Specification

& scope of work.

2 Supply & Fixing of Curb Stones, as per

the specifications, drawing and scope of

work on Turnkey Basis.

As mentioned in the Specification

& scope of work

3 Refurbishment/Renovation of Guest

House, as per the scope of work and

specifications on Turkey basis.

As mentioned in the Specification

& scope of work

Note:

a) Bidders may quote for any or for all the requirements.

b) Ensure that separate bids/EMDs are submitted, incase bidding for more than

one requirement.

5. Tenderers are requested to study the terms and conditions of the tender carefully

and then submit their tenders accordingly. Any tender/quotation received against

this tender and any Purchase Order/Work Order/Annual Maintenance Contract

resulting from this tender shall be governed by the terms and conditions indicated

in this tender document and the tenderer quoting against this tender shall be

deemed to have read, understood and accepted the same unconditionally.

The intending tenderers are requested to go through the Tender Notice available at

C-DOT website and comply with all the procedures as prescribed therein.

This Tender Document is non-transferable. Only contractors purchasing the

Tender Document are entitled to submit the quotes to C-DOT in their name.

The interested tenderers are required to enclose the following documents along with

the technical part.

a. Details of Registration under Shops & commercial Establishment

b. Details of Registration with Registrar of firms/Registrar of companies

c. Service Tax registration copy & VAT registration copy

C-DOT/TENDER(ADMIN)/2017-2018/003 Page 5

6. The tenderers should possess necessary technical expertise in handling such projects and

shall be equipped with adequately trained skilled labour & staff.

7. C-DOT has adopted a two quote system. Therefore, the tenderers should submit

their technical and commercial parts for each tendered item separately, in two

separate sealed envelopes marked as “Technical Part” and “Commercial Part”.

The two envelopes should further be put into another envelope and sealed for each

individual tender item. EMD to be kept in commercial part only.

8. The Technical Part should contain information on specifications, design, capacity and

other relevant technical details conforming to C-DOT requirements in toto. It is

imperative to note here that the technical part in duplicate should be accompanied

by all data sheets, technical literature, compliance chart and catalogues in original.

The suggested ordering information (supplier part nos.) to match C-DOT

specifications must be indicated in the technical part.

SL.No. Technical part should contain

1. An undertaking has to be given in the Technical Bid Envelope, certifying that the

EMD of 2% of the total quoted price(inclusive of Taxes) has been kept in

financial bid (without disclosing the amount)

2. Tender document Fee of Rs.1118.00, in case the Tender document is

downloaded from our website.

3. Technical quote giving the compliance details of execution of the work as per the

requirement. Compliance to the Detailed Specifications and scope of work.

4. Make’s & Models of the standard items.

5. Technical Compliance as per Annexure – I

6. Commercial Compliance as per Annexure – II

7. Blanked Commercial Part Scope of work and Specifications.

8. Scope of Warranty (compliance as per clause no. 22)

9. Cliental list as per clause 14

10. Acceptance for submission of Bank Guarantee for 10% of the PO value for a

period of two years(As per the warranty terms in the specifications for the

particular Sl.Nos.) from the date of acceptance of the item from C-DOT, in the

event the PO is placed.

11. Documents related to Eligibilty criteria as mentioned in the Specifications &

scope of work.

C-DOT/TENDER(ADMIN)/2017-2018/003 Page 6

9. The commercial part should contain information on price quoted for equipment upto

C-DOT designated place(as per scope of work), payment terms, delivery period,

warranty/guarantee period and other relevant information as per below.

Sl.No. Commercial part should contain

1. Commercial quote containing the price information of the make &

model quoted in the technical part exactly as per Bill of Materials. :

a. Details of the items quoted as per enclosed specifications & scope

of work on TURNKEY BASIS.

b. The rates to be quoted as per the specifications & scope of work.

2. EMD of 2 % of the Total quoted price inclusive of all Taxes

3. Payment terms – Acceptance as per our clause no. 26

4. Delivery schedule – Supply & Execution the work to be mentioned

10. Tenderers should submit the quotes along with E.M.D. as indicated in the tender

document in the commercial bid only and a declaration letter in the Technical Bid that

EMD amount has been kept in commercial bid without disclosing the EMD amount.

E.M.D. amount should be submitted by way of a crossed demand draft favoring

"C-DOT" or by way of Bank Guarantee (in the format enclosed) for the said amount.

This amount will be returned interest free, to the unsuccessful tenderers within 6 months

from the closing date of the tender or finalization of the tender for the item, whichever is

later. The Bank Guarantee shall be valid for 6 months from the last date of submission of

the quotes. Alternatively, EMD may also be submitted in the form of Demand Draft.

Separate EMDs must be enclosed with each of the item quoted by prospective

bidders.

11. The E.M.D. is payable by all categories of tenderers and no exemption from E.M.D.

is permissible. Quotes without E.M.D. shall be treated as invalid/ rejected. EMD

submitted in the form of Fixed Deposits will not be accepted. EMD Shall be exempted

for Govt. bodies / PSUs & SSI organizations (who are exempted from payment of

EMD) on production of relevant proof.

Important : EMD should be kept in the commercial part only. If the EMD is not

found in the commercial part, then the quote will be rejected outright. No

Clarifications shall be taken by C-DOT.

12. Technical Compliance statement for the tendered item is a pre-requisite for evaluation.

Therefore the same must be submitted with the technical part. Any falsification /

suppression of facts in the compliance statement would lead to the rejection of the

quote, along with forfeiture of the E.M.D. Corresponding to each technical

specification in the compliance statement, relevant serial no. / page no. / line no. etc., in

the data sheet should be indicated. Incomplete compliance statement may lead to

rejection of the quote.

C-DOT/TENDER(ADMIN)/2017-2018/003 Page 7

13. The template of compliance comparison statement is enclosed in Annexures I & II.

All columns should be clearly filled up and, if more than one model is being quoted for,

then different sheets should be submitted for each model. Please do not fill only as

“Complied” in column 3, but, also indicate the quantitative specifications. Failure to

do so may result in the quote not being considered. Please highlight the quantitative

specifications in your data sheet / technical literature. If the space is not sufficient, then

additional sheets may be used. The compliance comparison statement should be signed

by the authorized signatory. If the compliance comparison statement is not filled up, then

the quotations are liable to be rejected.

The compliance statement should be enclosed with the technical part only. Compliance

statement with respect to terms and conditions(Annexure-II) stipulated in the tender

document should also be provided along with the technical part.

The tenderers should submit the quotes along with the complete data sheets of the

product. The vendor should also give the compliance of the item being offered with

C-DOT specifications by highlighting on the data sheet with the relevant serial no. of

C-DOT specifications written against the highlighted data.

14. Tenderers shall submit a list of clients, to whom they have executed similar type of

job. This list should clearly enunciate the address of the premises / location, where

such projects are executed, along with the names of the contact persons and their

phone nos./fax nos./e-mail ids .

15. The tenderer shall facilitate visits by the C-DOT team to their client executions sites, for

the purpose direct technical assessment of the equipment at site.

16. The price quoted must be on FOR C-DOT basis and to the designated place as per scope

of work and details given in the Specifications & Scope of work against each Sl.Nos.

17. C-DOT is a public funded R&D organization set up by the Govt. of India and

Registered under GST. GST No of Bangalore – 29AAATC3895K1Z7

Delhi – 07AAATC3895K1ZD The exact amount of GST along with HSN code,

under which applicable, must be indicated unambiguously in the commercial part.

18. C-DOT is registered with DSIR, Ministry of Science & Technology, Govt. of India, vide

registration no. TU/V/RG-CDE(629)/2006.

19. All quotations received against this tender shall be governed by the terms and conditions

indicated in the tender document. In the case of successful tenderers, E.M.D. amount

will be forfeited to C-DOT in the following cases, without any further intimation:-

a) If, after submission of the quotation, the tenderer fails to honour the Purchase

Order/Work Order/Letter of Intent or refuses to comply with any and/or all of the

terms and conditions of the tender.

b) If the tenderer withdraws the offer during the validity period.

c) If the tenderer fails to submit the 10% Performance Bank Guarantee in accordance

with Clause No.20.

C-DOT/TENDER(ADMIN)/2017-2018/003 Page 8

20. As per C-DOT tendering procedures, the successful tenderer(s) shall have to deposit

a Security Deposit / Performance Bank Guarantee (PBG) equivalent to 10% of the

total order value for a duration upto 2 years warranty/extended warranty(As per

the warranty terms in the specifications for the particular Sl.Nos.). The same can be

deposited through a Crossed Demand Draft favouring C-DOT or a Bank Guarantee

as per the enclosed format in the tender document. In case of submission of Security

deposit/Performance Bank Guarantee in the form of a Bank Guarantee, the same

must be issued by an Indian nationalised bank or any prime international bank. If

the performance bank guarantee / security deposit of the requisite amount

stipulated in the purchase order is not submitted, the payments shall not be made by

C-DOT, even after the receipt of order acknowledgement. Fixed Deposits shall not

be considered as Performance Bank Guarantee.

In the case where a bank guarantee has been submitted against the PBG, the validity of

the same should be equivalent to the warranty period of 2 years from the date of

acceptance of the item. The bank guarantee validity should, however, commence from

the date of written acceptance by C-DOT, subsequent to installation & commissioning &

acceptance at C-DOT. Since the bank guarantee has to be submitted before equipment

supply, this objective shall be met by issuing necessary amendment to the bank guarantee

later, after the date of written acceptance by C-DOT. If the Security Deposit is submitted

towards faithful performance through a Demand Draft, then the same will be returned

after the completion of the warranty period. The E.M.D. amount submitted by the

successful tenderer will be returned to the supplier, only upon the submission of the

security deposit/performance bank guarantee.

21. It should be clearly noted that compliance to the commercial requirement of

submission of security deposit/performance bank guarantee is mandatory. Any

quote enunciating the non-acceptance to this clause is liable to be rejected.

C-DOT/TENDER(ADMIN)/2017-2018/003 Page 9

WARRANTY

22. The tenderer shall warrant that the work executed and items supplied shall be NEW and

free from defects and faults in design, material, workmanship and manufacture and shall

be of the highest grade and in full conformity with the C-DOT specifications. Tenderers

will be responsible for any defect that may develop arising from faulty material, faulty

design and bad workmanship in the execution of the job/service and shall remedy such

defect at their own cost and at site.

The tenderers are required to submit their quotes with a comprehensive warranty

AS GIVEN IN THE SPECIFICATIONS. By the term “Comprehensive Warranty”

it is meant that the repair/replacement, parts replacement(if any).

Quotes of the tenderers, who are unable to quote with warranty will not be

considered and will be summarily rejected, even if they are meeting all the criteria

in-line with C-DOT’s technical specifications.

All statutory levies shall have to be met by the tenderer and/ or their Representatives

towards replacement and repairs during the warranty period. Thus the warranty should be

comprehensive, all paid up and unconditional.

The warranty shall commence from the date of written acceptance by C-DOT,

subsequent to installation & commissioning. In case of any delays in installation /

commissioning / rectification of faults, the warranty period shall automatically get

extended by a month for delay of 15 days, or, part thereof.

Support during warranty period covers attending to the problems reported by

C-DOT within 24 hours.

23. Warranty Certificate wherever applicable should be submitted from the date of

written acceptance given by C-DOT clearly indicating the commencement date and

expiry of warranty(Wherever applicable).

24. The appraisal of the performance of the material and services provided during the

warranty period shall be done by C-DOT and the same shall be binding upon the tenderer.

25. DELIVERY DATE : Time being the essence of the contract, the tenderers must indicate

the firm delivery date by which the materials will be dispatched and executed by them

from the date of receipt of C-DOT order. They must also clearly indicate the time limit

within which various phases shall be accomplished for work orders and completion

date.

C-DOT/TENDER(ADMIN)/2017-2018/003 Page 10

26. PAYMENT TERMS:

The payment towards the execution of work will be paid in installments as specified

below. Payments to the contractor shall be "on account" and shall be adjusted against the

final bill.

The various stages of payment shall be as follows:

STAGE I: On delivery of materials/certification

at the site and after inspection by C-DOT

authorities.

60% of the total cost of the material

supplied as per invoice.

STAGE II: On completion of the complete

project as per the work order.

80% of the total Project value after

deducting Stage-I payment .

STAGE III: On completion of all the works and

approval by C-DOT authorities.

Balance 10% of the total Project cost

within 30 days after completion of

work and on receipt of 10% PBG and

period as per the warranty mentioned

in our technical specifications. 27. In case the delivery schedules are not adhered to and the supplies get delayed beyond

schedules, penalties shall be imposed on the vendor/tenderer by C-DOT and the

penalty to be imposed will be @ 1% for every 02 weeks subject to the maximum of

5%. Delay beyond 10 weeks will be treated as an exception and C-DOT reserves the

right to impose additional penalty at its discretion.

28. In case the tenderer fails to deliver the material or fails to provide services within the

quoted delivery period in supercession to the above penalty clause, C-DOT reserves the

right to make alternate procurement and arrangements only at the tenderers cost and risk.

For this, the supplier shall be served with a notice of 2 weeks under a registered cover and

in case of non-performance, on expiry of the notice period, the cost of alternate

procurement /arrangements shall be recovered from the vendor.

29. INSPECTION: Before supplying the material, sample of the same have to be shown

and certified by C-DOT officials. No material will be accepted without t sample

approval. Materials, on their arrival at C-DOT, will be inspected for quality and quantity

by C-DOT officials and their decision in the matter will be final and binding. The rejected

material/s will need to be collected by the supplier within a reasonable period of time for

replacement from our premises and all the charges on the same including packing charges

will have to be borne by the supplier only. In case we do not receive any response to our

letters soliciting the suppliers to collect the rejected material even within 16 weeks from

the receipt of the rejected material at C-DOT, the same may be disposed off by C-DOT

through auction, and the proceeds of such an auction shall be treated as earnings to

C-DOT.

C-DOT/TENDER(ADMIN)/2017-2018/003 Page 11

30. Tenderers shall be required to provide complete assistance/guidance at site during the

SITE PREPARATION and INSTALLATION & COMMISSIONING. The scope of the

work includes Supply, Fixing/Laying of the various materials at the place designated

by C-DOT shall be the responsibility of the supplier or their authorized

representatives. All the associated costs shall have to be borne by the supplier or

their representatives. No extra charges will be paid.

31. Tenders should be complete in all respects and incomplete tenders not complying with the

terms & conditions shall be summarily rejected without any notice.

32. Quotations should be valid for a period of at least 6 months from the closing date of

the tender.

33. If, at any time, during the performance of the Purchase Order, the suppliers

Encounter conditions impeding timely delivery of goods and performance of service,

then they should promptly notify C-DOT, in writing, of the fact of the delay, the cause of

delay and its likely duration. C-DOT shall evaluate the situation and at its discretion,

decide to extend the suppliers, time for performance. C-DOT’s decision will be final and

binding.

34. C-DOT reserves the right to award work to deserving tenderer. The decision of

C-DOT shall be final and unquestionable.

35. C-DOT reserves the right to reject/accept any part or full Tender(s) without any reason

whatsoever.

36. ARRIVING AT THE LOWEST: It may be noted that the L1 price shall be

calculated based on the rates quoted(AS PER SPECIFICATIONS) with warranty on TURNKEY BASIS for each item as per the Scope of Work & Specifications.

37. FORCE MAJEURE shall mean and be limited to War hostilities, riot or civil

commotion, earthquake, flood or other natural physical disaster and restriction imposed

by the Government or their statutory bodies which prevents or delays the execution of

the contract. In the event of delay lasting over one month, if arising out of cases of Force

Majeure, C-DOT will still reserve the right to cancel the order/contract.

38. Disputes, if any, arising out of the above tender will be referred to courts having

jurisdiction over Bangalore only and shall be subjected to Indian laws including the law

relating to Consumer Protection.

39. The specifications indicated in the tender are as per C-DOT’s requirement. Tenderers

have the option of quoting strictly as per the specifications indicated in the tender

document or offer any equivalents meeting C-DOT's requirement. However, based on the

compatibility, the decision of C-DOT on acceptance/rejection of the same would be final

and unquestionable.

C-DOT/TENDER(ADMIN)/2017-2018/003 Page 12

40. Please note that any falsification / suppression of information would lead to tender

disqualification.

41. Exact details of GST and any other levies must be clearly indicated. Please do not

indicate taxes & levies “as applicable”.

42. In case, the date of opening of the tender happens to be an unscheduled holiday, the

tender will be opened on the NEXT WORKING DAY at the same time and venue.

General Terms & Conditions of the Tender

1. The work to be carried out as per the specifications and scope of work.

2. The work shall be carried out as per the directions of C-DOT. The price shall be

inclusive of the cost of labour charges, scaffholdings etc. The work has to be carried

out after erecting Scaffholdings, wherever required.

3. All applicable Taxes shall be deducted at source.

4. You should mandatorily take Personal Accident Insurance for your employees.

5. Work should be carried out between 8.30 a.m & 5.00 p.m on Working Days only.

6. You are requested to take care of all the safety aspects while executing the work assigned.

Safety Belt should be used without fail. As the working area is very critical, adequate

care has to be taken to avoid any damages due to the negligence of the work. In case of

any damage to the existing building, equipments etc., C-DOT at its discretion will deduct

the amount to extent of the loss incurred.

9. You shall be responsible for payment of compensation in the event of injury, death or

damage caused to employee while discharging the duties.

10. You will keep your staff and labour duly insured against any injury or death while

working in the premises or during transportation and will keep C-DOT fully indemnified

against any claim of compensation in this regard.

11. You shall be responsible for statutory requirements and compliance with various

legislations. The employees deployed by the supplier shall be covered under the

provision of Minimum Wages Act and the supplier shall pay the PF/ESI contributions.

12. You shall be responsible for payment of compensation and settlement of litigation arising

out of dispute between employer and employees in the event of injury, death or damage

caused to employee while discharging the duties Labourers should be fully insured,

C-DOT will not be responsible.

*************************

C-DOT/TENDER(ADMIN)/2017-2018/003 Page 13

THIS BANK GUARANTEE TOWARDS THE E.M.D SHOULD BE TYPED OUT ON

RS.50/- NON-JUDICIAL STAMP PAPER GIVING FULL POSTAL ADDRESS OF

THE BANK.

Guarantee No :

Amount :

Guarantee Cover From: To :

Last Date for :

Lodgment of Claim :

The Centre for Development of Telematics having its Registered office at C-DOT Campus,

Mandi Road, Mehrauli, New Delhi 110 030, having floated a Tender for (Tender for

______________________) with Tender no. hereinafter referred to as the tender, and M/s

(name and address of the supplier) having the intention of participating in the above

mentioned, we, the (banker's name and address) hereby irrevocably undertake and

guarantee to you that in the event of the award of the Contract to the tenderer and subject to

the failure of the Tenderer to perform any of the following clauses, we undertake to fully

compensate the Beneficiary to a maximum amount of Rs. _____________(Rupees

____________________________________ (in words) as and when the same is claimed

from us in writing during the validity of the contract as per the terms and conditions of the

tender contract.

1. If the tenderer fails to accept the contract with the terms and conditions of the contract.

2. If after the acceptance of the contract, the Tenderer fails to carry out the services in

accordance with the terms and conditions of the contract.

3. If the tenderer withdraws the tender during the validity period.

4. If the tenderer fails to complete their services in accordance with the terms and conditions

of the contract or if there is any unexcused delay on the tenderer’s part which may

warrant forfeiture of E.M.D. amount and or imposition of liquidated damages and or

closure/termination of the contract for default.

C-DOT/TENDER(ADMIN)/2017-2018/003 Page 14

We, the bank, abide by your Tender terms and conditions and we shall on demand and

without demur, pay to you all and any sums upto a maximum of Rs.__________

(Rupees ____________________________________) being the E.M.D. furnished by the

tenderer to you in the form of this bank guarantee.

We further agree that the Beneficiary shall be the sole judge as to whether the Tenderer has

failed to perform as per the Tender terms and conditions duly specified by the Beneficiary.

We further hereby undertake to pay the amount due and payable under this guarantee without

any demur merely on a demand in writing from the Beneficiary stating the amount claimed

due by way of loss or damage. Any such demand made on the bank shall be conclusive and

binding upon us as regards the amount. Lodgment of claim through Registered Post shall be

conclusive evidence of claim made on us by the Beneficiary. However, our liability under

this guarantee shall be restricted to an amount not exceeding Rs._________(Rupees

________________________________). We further agree that the claim made on us shall

be settled within a period of 30 days from the date of lodgment of claim by the beneficiary.

We agree that the guarantee herein contained shall remain in full force and effect for a period

of 6 months (six months). Unless a demand is made on us in writing within one month from

the date of expiry of six months, we shall be discharged from all liability under this

guarantee.

We further agree that any change in the constitution of the bank or the tenderer shall not

affect our liability under this guarantee.

We further agree that the Beneficiary shall have the fullest liberty without in any way

affecting our liability under this guarantee alter any or all of the terms and conditions of the

tender.

Notwithstanding anything contained herein before our liability under this guarantee is

restricted to Rs._______(Rupees__________________________________________). This

guarantee shall remain in force upto a maximum of six months (6 months). Unless a demand

in writing is made on or before __________ (one month from the date of expiry of six

months (date) all your rights under this guarantee shall be forfeited and we shall be relieved

and discharged from all liabilities under this guarantee.

We lastly undertake not to revoke this guarantee during the penance of the above said

tender/tender contract except with the prior consent of the beneficiary in writing.

This guarantee must be returned to us in original immediately on the expiry of the validity

date.

Sealed with the common seal of the bank on this the.............day of..............2017

DATE : For BANKERS NAME

PLACE : SEAL, ADDRESS

C-DOT/TENDER(ADMIN)/2017-2018/003 Page 15

PERFORMANCE BANK GUARANTEE

GUARANTEE NO :

AMOUNT :

GUARANTEE COVER FROM : TO :

LAST DATE FOR

LODGEMENT OF CLAIM :

In consideration of the Centre for Development of Telematics having its Registered office at

C-DOT Campus, Mandi Road, Mehrauli,, New Delhi - 110 030, hereinafter referred to as the

Purchaser having placed order(s): 1. (Order no and date) 2. (Order no and date), with our

constituents M/s ___________________________ (name of your organization) hereinafter

referred to as the contractor, having their office at (address of your organization) for the

supply and installation of (give brief detail of the order placed) and our constituents having

undertaken to guarantee the faithful performance of the contract during the warranty period

as mentioned in the purchase order(s) referred above, we the (Banker's name and address), do

hereby bind ourselves as their guarantors and undertake to be responsible to the purchasers

and their successors and assigns for payment of all or any sums of money, losses, damage,

costs, charges and expenses, that may become due or payable by the contractor, in the

faithful performance of his said obligations and covenants under the above contract stated

therein provided however that the total amount to be so recovered by the purchaser from us

shall not exceed Rs. ____ (Rupees ______________________________) amount of

guarantee to be mentioned) payable under the said Purchase Order.

We,____________________ ___________________________ (name and address of the

bank) do hereby unconditionally and irrevocably guarantee payment, without demur and

without recourse to the purchaser of sums upto Rs. _________ (Rupees

_______________________________________) amount of guarantee in Rs.___________

and words) on the purchasers first demand in writing making claim for payment to the

purchaser by reason of failure on the part of the contractor to fulfill their obligations under

the contract.

We hereby agree that lodgment of claim through registered post shall be conclusive evidence

of lodgment of claim.

We further undertake to settle the claim within 30 days of lodgment of claim.

This guarantee shall not be revocable by notice or otherwise and is unconditional and without

recourse and our liability as surety shall not be impaired or discharged, until the contractor

has fulfilled all the obligations under the contract and shall not be affected by any change in

the constitution of the purchaser, Contractor or the bank.

Notwithstanding anything stated herein above our liability under this guarantee is restricted to

Rs.___________ (Rupees ____________________________________ amount of guarantee)

C-DOT/TENDER(ADMIN)/2017-2018/003 Page 16

and shall remain in force till (last date of guarantee) unless a demand or claim under the

guarantee is made on us in writing within one month of the above mentioned date, i.e., before

(date one month from the last date of guarantee cover) all your rights under this guarantee

shall be forfeited and we shall be relieved and discharged of all liability hereunder.

Dated: FOR

Place: (Banker's name)

Address and common seal

C-DOT/TENDER(ADMIN)/2017-2018/003 Page 17

ANNEXURE-I

COMPLIANCE STATEMENT (TECHNICAL) FOR _______________________

REF: CDOT/TENDER/2017-2018/003

Col - I Column - II Column – III Column - IV

SL

NO.

C-DOT TENDER

SPECIFICATION

SPECIFICATION OF

MODELS QUOTED

DEVIATIONS

IF ANY

PLEASE LIST DOWN EACH

OF THE TENDER

SPECIFICATIONS IN THIS

COLUMN – AS PER SCOPE OF

WORK

PLEASE INDICATE THE

SPECIFICATIONS

OFFERED BY YOUR

MODELS

(DO NOT JUST SAY

COMPLIED)

COMPLIANCE FOR EACH

MODEL OFFERED ARE TO

BE GIVEN SEPARATELY.

ADDITIONAL FEATURES IF

ANY

NOTE: PLEASE FILL UP THE COMPLIANCE CHART FOR EVERY MODEL QUOTED

Date : Signature:

Place: Name:

Designation:

Seal of the company / Agency

C-DOT/TENDER(ADMIN)/2017-2018/003 Page 18

ANNEXURE-II

COMPLIANCE STATEMENT (Tender terms and conditions)

Ref: CDOT/TENDER/2017-2018/003

I hereby declare that all the information furnished by us are true to my

knowledge.

I have no objection to C-DOT verifying any or all the information

furnished in this document with the concerned authorities, if necessary. I

also certify that I have understood all the terms and conditions indicated in

the tender document and agreeing to, in entirety. I am signing this

document as an authorized signatory in the capacity of

________________________.

Date : Signature:

Place: Name:

Designation:

Seal of the company / Agency

C-DOT/TENDER(ADMIN)/2017-2018/003 Page 19

SL No.1

SPECIFICATION

FOR

RENOVATION OF FOOD COURT(CANTEEN), AS PER

THE SCOPE OF WORK, DRAWINGS AND

SPECIFICATIONS ON TURNKEY BASIS.

C-DOT/TENDER(ADMIN)/2017-2018/003 Page 20

TENDER FOR FOOD COURT

RENOVATION WORKS

ON TURNKEY BASIS

C-DOT/TENDER(ADMIN)/2017-2018/003 Page 21

ELIGIBILITY CRITERIA:

1. Registered Contractor

Registration details to be provided

2. Location The registered office or branch office has to be located in Bangalore.

3. Turn over 1 crore and above for last two years annual turnover certificate for last two years

duly audited by a Chartered Accountant to be

submitted 4. Experience Minimum 5 years.

statement in support specifying number of years

of operations in areas of construction and

supervision of renovation/ refurbishment works. 5. Similar works

executed Minimum 2 works and their work order copies to be submitted and reference contact numbers of clients where the works were carried out to be furnished.

C-DOT/TENDER(ADMIN)/2017-2018/003 Page 22

BOM FOR ALTERATION WORKS AT FOOD COURT - C-DOT BANGALORE.

ITEM DESCRIPTION SPESIFICATION/

DETAILS QTY UNIT RATE AMOUNT

A Dining Hall

A1 Flooring Works

i)

Removal of existing mosaic flooring tiles and clearing the debris from site. Supply and laying of 20mm thickness, 2 x 4 size polished granite for flooring as per drawing over a bed of 20mm thickness, Cm 1:6 jointed & pointed with matching pigment+ cement slurry & approved filler finish to required level with 4 inch slope from East to West direction. Complete. Note: Flooring colour will be decided by C-Dot.

10200 Square

feet

ii) Skirting for the above flooring works 9 inches 465 Running

feet

A2 Window Works

Removing of existing MS windows (3'3"X7'0"=17.875 SFT= 38nos) +(8'0"X1'3"=10.00 SFT 6nos) And Providing and construction of 9" brick masonry with approved quality first class table molded brick in Cm 1:6, with 12mm thick plaster of 1:6 CM for the same and removing of 8'0"X5'6"-6Nos 9" brick wall, wall to be watered and curing to be done. and clearing the debris from site, Providing and fixing of UPVC open able window with toughened glass with approved sample, ISI certified.

1) Window size- 8'6"X5'0"

2) Window size- 3'3"X5'0"

3) Window size- 2'3"X6'0"

10

9

2

Nos Nos Nos

A3 Door Works

1 Dining Hall Main Entrance

Removing of existing MS door and clearing the debris from site. Providing and installation of 12mm thickness toughened glass door with automatic controlled motion sensor. Patch to be done to if required.

6'9"X7'0" 47.25 Square

feet

2 Dining Hall Rear Entrance

Removing the existing aluminum door 6'9"X7'8" 52 Square

C-DOT/TENDER(ADMIN)/2017-2018/003 Page 23

and clearing the debris from site. Providing and fixing of teak wood door with 6"X3" framed shutter with required SS fittings, and 2 coats of melamine polish. Patch to be done to same if required.

feet

3 Vegetable Room Entrance Door

Removing the existing aluminum door and clearing the debris from site. Providing and fixing of UPVC door with required fittings.

3'0"X7'0" 21 Square

feet

4 Providing of UPVC Door

Removing the existing wooden door and clearing the debris from site. Providing and fixing of UPVC door with shutter, with required fittings. Patch to be done to same if required. Door to be widen from 3' to 4' wide. And shifting the existing Electrical DB box next to the door.

4'X7' 28 Square

feet

5

Store Room Removing the existing aluminum door with frame and clearing the debris from site. Providing and fixing of Wooden frame and door with required fittings.

3.5’x6’= 2 nos 42 Square

feet

A4 Column Cladding

Providing and laying of 12mm thickness vitrified tile for cladding over a 12mm thick plaster Cm 1:6 jointed & pointed with matching pigment+ cement slurry & approved filler finish to required level Etc. complete.(Marbito, Nitco ,Euro Or Equivalent) (10 feet height Up to beam bottom).Ducting to be done for conduits with support of MS angle Finished with vitrified tile cladding. Note: Column cladding tile colour will be decided by C-Dot.

470 10 feet height UPTO

Beam bottom 470

Square feet

A5 SS Railing

1 Entrance of Plate Bay

Providing and fixing 304 SS pipe. 304 SS, 2" dia Pipe.

10'0"X3'6" 35

Square feet

A6 Removal works for Existing Electrical Equipment

C-DOT/TENDER(ADMIN)/2017-2018/003 Page 24

Removal of all electrical light fixtures including wiring switch board, 3 phase points, ceiling fans, exhaust fans, exhaust fans points, concealed pipe, speaker, speaker, data and voice ports, cable etc. , and shifting the same to our scrap yard.

Lumpsu

m

A7 Lighting Fixtures

Supply and fixing of surface/ hanging type 50 W LED light fixtures including SS pipe with reflector and concealed wiring for the same using 1.5 Sq mm wires, modular type switches, switch boards etc. Light Fixtures make : Wipro fluoride/Havells/ Crompton only Make of Wires: Finolex/ Havells/ Cobra/ Polycab only Make of Modular switch: Anchor/MK only Note: Light fixture should be compatible for both hanging as well as surface fixing. Note: Wiring has to be done in such a way that three fixtures are controlled by one switch.

Havells / Wipro Florid Led

(B22 Cool Day Light ) 80 Nos

A8 Ceiling Fans

Supply and fixing of ceiling fan with all accessories and modular electronic type speed regulator as per standard practice Make: Havells FHCNISTGMC48 1200mm Gold mist-copper Nicola ceiling fan only.

Havells FHCNISTGMC48

1200mm Gold mist-copper Nicola ceiling

fan

36 Nos

A9 Exhaust Fans 18 Inch Size

Supply and fixing of exhaust fans of size18” 230V A/C 50 HZ Make : Usha/ Kaithan/Rally/Bajaj.

Size18” 230V A/C 50 HZ

8 Nos

A10 Exhaust Fans 12 Inch Size

Supply and fixing of exhaust fans of size12” 230V A/C 50 HZ Make: Usha/ Kaithan/Rally/Bajaj.

Size12” 230V A/C 50 HZ

3 Nos

A11 Three Phase Industrial Type Power Points

C-DOT/TENDER(ADMIN)/2017-2018/003 Page 25

Supply and fixing of 3 phase power points by using water proof type industrial type metal box having 3pole 32 amps MCB -1 NO and industrial metal clad type socket 32 amps rating -1 no Make of MCB: Inodasian/ havells only

Industrial type metal box having 3pole 32

amps MCB -1 NO 3 Nos

A12 Single Phase Industrial Type Power Points

Supply and fixing of 1 phase power points by using water proof type industrial type metal box having 1pole 20 amps MCB -1 NO and industrial metal clad type socket 20 amps rating -1 no Make of MCB: Inodasian/ havells only

Industrial type metal box having 1pole 20 amps MCB -1 NO and industrial metal clad type socket 20 amps

rating -1 no

07 Nos

A13 Single Phase Power Points (4Module Power Box)

Supply and fixing of 1 phase power points by using 15 amps rating modular switch and socket (using 1+1configuration) Make: Anchor/MK only Note: switch has to be provided at operational level Socket has to be provided near exhaust fan

4 Modular plate, 15 amps switch & socket

with metal box 25 Nos

A14 Single Phase Power Points (8Module Power Box)

Supply and fixing of 1 phase power points by using 15 amps rating modular switch and socket (using 2+2 configuration) Make: Anchor/MK only

8 Modular plate, 15amps switch and socket with metal

box

45 Nos

A15 Supply and Installation of DB Panel for Three Phase Power Points

Supply and fixing of 3 phase power points by using water proof type industrial type metal box having 4pole 32 amps MCB -3 NO and industrial metal clad type socket 32 amps rating -3 no and 100 Amp. MCCB 1 no and indicating lamps. Make of MCB: Inodasian / Havells/ ABB Make of MCCB: L&T/ABB/ Schneider/ ABB (Drawing attached )

3 Phase DB Panel 1 No

A16 Supply and Installation of LDB (Double Door Type)

C-DOT/TENDER(ADMIN)/2017-2018/003 Page 26

Supply and installation of water proof type distribution board -4 pole 8 way double door type with transparent covering for MCB. Make-Indoasian/ ABB only LDB has to be supplied with Input 4 pole 32 amps MCB -01 no. Output single pole 10 amps MCB -12 nos. Note-sample to be approved by CDOT before supply of item. Panel has to be fixed suitably for concealed wiring

LDB has to be supplied with Input 4 pole 32 Amps MCB -01 No. Output single pole 10 A MCB -12 nos.

1 No

A17 Supply and Installation of PDB (Double Door Type)

Supply and installation of water proof type distribution board -4 pole 12 way double door type with transparent covering for MCB. Make-Indoasian/ ABB only PDB has to be supplied with Input -4 pole 100 amps isolator type MCB-01 No. Output -4 pole 32 amps MCB -08 nos. Note-Sample to be approved by CDOT before supply of item. Panel has to be fixed suitably for concealed wiring.

PDB has to be supplied with Input -4 pole 100 amps isolator type MCB-01 No. Output -4 pole 32 amps MCB -08 nos.

2 Nos

A18 Supply and Installation of UPS DB ( Single Door Type)

Supply and installation of water proof type distribution board single door type with transparent covering for MCB UPS having Input- 2 pole 40 amps MCB – 1 No Output- 2pole 20 amps MCB - 5 No’s Make-Indoasian/ ABB only

Input- 2 pole 40 amps

MCB – 1 No Output- 2pole 20

amps MCB - 5 No’s

1 No

A19 End Termination

End termination of 35 sq mm 4 core aluminum stranded, armoured UG cable as per standard practice using suitable accessories

35 sq mm 4 core aluminum stranded, armoured UG cable

3 Nos

A20 Supply and Laying of 50 sq mm 4 Core Aluminum Multi Stranded armoured UG cable

Supply, laying and both end termination of 50sqmm 4 core aluminum multi stranded armoured UG cable with digging and back filing also as per standard practice Make : Gloster/ Havells/ Polycab

50 sqmm 4 core aluminum stranded armoured UG cable

150 Metre

A21 Providing of Power Supply for Freezer

C-DOT/TENDER(ADMIN)/2017-2018/003 Page 27

A22 Providing of Power Supply for UPS Points

Supply, laying and termination of 3 phase power cables of 6 sq mm cable using suitable concealed pipes and accessories. Three phase and neutral -6 sq mm PVC insulated copper cable. Earthing-2.5 sq mm PVC insulated copper cable. Make:Finolex/Havells/Polycab/Cobra. Note: Concealed wiring has to be done. Payment on RFT basis

200 Metre

A23 Providing of Power Supply for Raw Power Points

Supply laying and termination of 3 phase power cables of 4 sqmm cable using suitable concealed pipes and accessories. Three phase and neutral - 4 sq mm PVC insulated copper cable. Earthing-2.5 sqmm PVC insulated copper cable. Make: Finolex/Havells/Polycab/Cobra. Note: Concealed wiring has to be done. Payment on RFT basis

100 Metre

A24 Providing of Power Supply for Raw Power Points

Supply laying and termination of single ph power cables of 2.5 sq mm cable using suitable concealed pipes and accessories. Phase and neutral -2.5 sq mm PVC insulated copper cable. Earthing- 1 sqmm PVC insulated copper cable. Make:Finolex/Havells/Polycab/Cobra. Note: Concealed wiring has to be done. Payment on RFT basis.

100 Metre

A25 Providing of Power Supply for Raw Power Points

Supply laying and termination of single phase power cables of 4 sq mm cable using suitable concealed pipes and accessories. Phase and neutral -4 sq mm PVC insulated copper cable. Earthing : 1 sq mm PVC insulated copper cable. Make: Finolex/ Havells/

150 Metre

C-DOT/TENDER(ADMIN)/2017-2018/003 Page 28

Polycab/Cobra. Note: Concealed wiring has to be done. Payment on RFT basis

A26 Providing of Power Supply for Raw Power Points

Supply laying and termination of single phase power cables of 6 sq mm cable using suitable concealed pipes and accessories. Phase and neutral -6 sq mm PVC insulated copper cable. Earthing- 1 sqmm PVC insulated copper cable. Make:Finolex/Havells/Polycab/Cobra. Note: Concealed wiring has to be done. Payment on RFT basis

150 Metre

A27 Copper plate Earthing

Copper plate Earthing has to be done as per standard practice Copper plate size : 600X600X3 mm Supply and laying of 10sq.mm PVC insulated copper stranded flexible wire (for earthing)

Copper plate size : 600X600X3 mm

01 No

A28 Providing of Voice and Data Ports

Removal of existing data cable and supply & laying of CAT-6 cable for voice & data ports. Supply and fixing & crimping of IO & 2 port PVC box. Cable make: Molex or equivalent.

CAT6 cables 400mtrs Network termination

box 15nos 15 Nos

A29 Providing of PA System Speaker points

Supply and laying of 2 core speaker cable with connecting terminals Concealed wiring has to be done as per standard practice. NOTE: Speaker terminal connector box has to be approved by C-DOT.

Speaker cable 200mtrs

Speaker connecting points 20nos

20 Nos

A30 Frost Film

1 Dining Hall Main Entrance Door

Providing and pasting of frost film 21sqft Square

feet

2 Dining Hall Store Room

Providing and pasting of frost film

64 Square

feet

A31 Painting Works - Internal Surfaces

C-DOT/TENDER(ADMIN)/2017-2018/003 Page 29

1

Scrubbing the existing painting with sand paper for preparing the surface smooth and applying putty / white cement on the necessary surface. Repeat the same process for one more time if necessary to get the wall smooth and paintable. Providing and applying 2 coats of paint. Note: Paint colour will be decided by C-Dot.

Asian Premium Emulsion, Ceiling

9500 Square

feet

2

Scrubbing the existing painting with sand paper for preparing the surface smooth and applying putty / white cement on the necessary surface. Repeat the same process for one more time if necessary to get the wall smooth and paintable. Providing and applying 2 coats of paint. Note: Paint colour will be decided by C-Dot.

Asian Premium Emulsion,

Wall 5000

Square feet

B Hand Washing Room

B1 Flooring Works

i

Removal of existing vitrified flooring tiles and clearing the debris from site. Providing and laying of 20mm thickness Flame finish granite flooring (anti skid) as per drawing over a bed of 20mm thick Cm 1:6 jointed & pointed with matching pigment+ cement slurry & approved filler finish to required level Etc. Note: Flooring colour will be decided by C-Dot.

400 Sq ft

Ii Skirting for the above flooring works 9 inches 75 Rft

B2 Wall Dadoing Works

Removal of existing wall tiles and clearing the debris from site. Providing and laying of 12 mm thickness vitrified tile for dadoing as per drawing over a bed of 12mm thick Cm 1:6 jointed & pointed with matching pigment+ cement slurry & approved filler finish to required level Etc. including wastage.(Marbito, Nitco ,Euro Or

750

Square feet

C-DOT/TENDER(ADMIN)/2017-2018/003 Page 30

Equivalent) Note: Wall tile colour will be decided by C-Dot.

B3 Door And Ventilator Works

Removing of existing door (4'0"X7'0"=1no) & MS ventilators (8'0"X2'0" & 5'0"X2'0"= 2nos) Providing and fixing of UPVC open able ventilator with toughened glass with approved sample. ISI certified

Door 4'0"X7'0"=1no Ventilator (8'0"X2'0"

& 5'0"X2'0"=2nos)

Nos

B4 Hand Wash Counter Works

Existing wash basins to be dismantled and clearing the debris from site. Providing and fixing of new wash basins with sensor spouts, bottle trap, with required fitting..(Jaguar, Hindware, Parryware) with granite counter (36'6"X2'0"=75 Sft) Wash basin with bottle trap including pipe lines- 10Nos Sensor wall mounted Taps - 10 NOs Soap dispensers- 4 no’s Hand drier - 4 no’s TOTO, HINDWARE, KOHLER,ROCA and equivalent. Note: Model will be decided by C-Dot.

36'6"X2'0"=75 Square feet

10 Nos

B5 Demolition Work

1

Existing hand wash to be demolished up to 3' height and clearing the debris from site. Required plastering to be done for the same.

14'6"X3'0" 44 Square

feet

2

Aluminum Partition wall- Existing partition wall to be removed and construction of 9”thick wall for the same with 12mm thick plaster, wall to be watered and curing to be done, and clearing the debris from site.

7'6"X7'6" 60 Square

feet

B6 Piping Works

Supply and fixing of 2 inch PVC drain pipe for hand wash sink

2 Inch PVC drain pipe 60 Running

feet

B7 Lighting Fixtures

C-DOT/TENDER(ADMIN)/2017-2018/003 Page 31

Removal of existing 4 feet tube light fittings and supply & fixing of Havells/Wipro only- florid led 50W lights with SS pipe and reflector fittings

(B22 Cool Day Light ) 5 Nos

B8 Fixing of Hand Dryer

Supply and fixing of automatic hand dryers at hand wash room entrance

automatic hand dryer 4 Nos

B09 Painting Works - Internal Surfaces

1

Scrubbing the existing painting with sand paper for preparing the surface smooth and applying putty / white cement on the necessary surface. Repeat the same process for one more time if necessary to get the wall smooth and paintable. Providing and applying 2 coats of paint. Note: Paint colour will be decided by C-Dot.

Asian Premium Emulsion.

Ceiling = 381.68 382

Square feet

2

Scrubbing the existing painting with sand paper for preparing the surface smooth and applying putty / white cement on the necessary surface. Repeat the same process for one more time if necessary to get the wall smooth and paintable. Providing and applying 2 coats of paint. Note: Paint colour will be decided by C-Dot.

Asian Premium Emulsion.

Wall =723.51 724

Square feet

C Serving Area

C1 Wall Dadoing Works

Providing and laying of 12 mm thickness vitrified wall tiles as per drawing over a bed of 12mm thick Cm 1:6 jointed & pointed with matching pigment+ cement slurry & approved filler finish to beam bottom level Etc. complete.(Marbito, Nitco ,Euro Or Equivalent) Up to Lintel Level. Note: Wall tiles colour will be decided by C-Dot.

350

Square feet

D Big Vessel Area

D1 Wall Dadoing Works

C-DOT/TENDER(ADMIN)/2017-2018/003 Page 32

Providing and laying of 12mm thickness vitrified tile wall over a bed of 12mm thick Cm 1:6 jointed & pointed with matching pigment+ cement slurry & approved filler finish to beam bottom level Etc. complete.(Marbito, Nitco ,Euro Or Equivalent) Up to Lintle Level, including wastage Note: Wall tile colour will be decided by C-Dot.

275

Square feet

E Manager Room

E1 Flooring Works

i)

Removal of existing mosaic flooring tiles and clearing the debris from site. Supply and laying of 20mm thickness polished granite for flooring as per drawing over a bed of 20mm thick, Cm 1:6 jointed & pointed with matching pigment+ cement slurry & approved filler finish to required level Etc. complete. Note: Flooring colour will be decided by C-Dot.

90 Square

feet

ii) Skirting for the above flooring works 9 inches 45 Running

feet

E2 Painting Works - Internal Surfaces

1

Scrubbing the existing painting with sand paper for preparing the surface smooth and applying putty / white cement on the necessary surface. Repeat the same process for one more time if necessary to get the wall smooth and paintable. Providing and applying 2 coats of paint. Note: Paint colour will be decided by C-Dot.

Asian Premium Emulsion.

Ceiling = 120 120

Square feet

2

Scrubbing the existing painting with sand paper for preparing the surface smooth and applying putty / white cement on the necessary surface. Repeat the same process for one more time if necessary to get the wall smooth and paintable. Providing and applying 2 coats of paint. Note: Paint colour will be decided by C-Dot.

Asian Premium Emulsion. Wall =400

400 Square

feet

F Janitor Room

F1 Flooring Works

C-DOT/TENDER(ADMIN)/2017-2018/003 Page 33

i)

Removal of existing mosaic flooring tiles and clearing the debris from site. Providing and laying 12mm thickness antiskid vitrified tiles for flooring as per drawing over a bed of 20mm thick Cm 1:6 jointed & pointed with matching pigment+ cement slurry & approved filler finish to required level Etc. complete.(Marbito, Nitco ,Euro Or Equivalent)

160

Square feet

ii) Skirting for the above flooring works 9 inches 55 Running

feet

F2 Door Works

Removing the existing wooden door and clearing the debris from site. Providing and fixing 4"X2.5" frame with 45mm thick flush shutter, with required powder coated fittings. Patch to be done to same if required

3'0"X7'0" 21 Square

feet

F3 Window Works

Providing and fixing UPVC open able window with toughened glass with approved sample. ISI certified

4'6"X4'6" 1 No

F4 Construction of Shelf Storage

Providing and construction of 9" brick masonry with approved quality first class table molded brick in Cm 1:6, with 12mm thick plaster of 1:6 CM, 4 no’s of Shelf’s with granite stone horizontally equally placed, wall to be watered and curing to be done, including scaffolding.

6'0"x7'0"2'0"depth 42 Square

feet

F5 Painting Works - Internal Surfaces

Scrubbing the existing painting with sand paper for preparing the surface smooth and applying putty / white cement on the necessary surface. Repeat the same process for one more time if necessary to get the wall smooth and paintable. Providing and applying 2 coats of paint. Note: Paint colour will be decided by C-Dot.

Asian Premium Emulsion. Ceiling = 9'6"X12'0"=114.0 6'6"X5'6"=35.75

Wall =56'20"X12'6"=700.0

0

850 Square

feet

G Janitor Rest Room

G1 Flooring Works

C-DOT/TENDER(ADMIN)/2017-2018/003 Page 34

i)

Removal of existing mosaic flooring tiles and clearing the debris from site. Providing and laying of 12mm thick antiskid tiles for flooring as per drawing over a bed of 20mm thick Cm 1:6 jointed & pointed with matching pigment+ cement slurry & approved filler finish to required level Etc. complete.(Marbito, Nitco ,Euro Or Equivalent) Note: Flooring colour will be decided by C-Dot.

250

Square feet

ii) Skirting for the above flooring works 9 inches 70 Running

feet

G2 Wall Dadoing Works

Removal of existing wall tiles and clearing the debris from site. Providing and laying 12mm thickness vitrified tile for dadoing as per drawing over a bed of 12mm thick Cm 1:6 jointed & pointed with matching pigment+ cement slurry & approved filler finish to required level Etc. complete.(Marbito, Nitco ,Euro Or Equivalent) including wastage. Note: Wall tile colour will be decided by C-Dot.

160

Square feet

G3 Door Works

Removing the existing wooden door and clearing the debris from site. Providing and fixing PVC frame and 25mm thick Shutter, with required powder coated fittings. Patch to be done to same if required

2'6"X7'0" 18 Square

feet

G3 Window Works

Providing and fixing of UPVC open able ventilator with toughened glass with approved sample. ISI certified

2'6"X2'6" 1 No

G4 Sanitary Works

Existing Indian type WC , taps and pipes to be dismantled clearing the debris from site. Providing and fixing of new Western Floor mounted WC with exposed flush tank, Health Faucet with required fitting & pipes.( Ashirwad, Supreme or equivalent) EWC - 1NO With flush Tank (Western floor mounted)-

Lump sum

C-DOT/TENDER(ADMIN)/2017-2018/003 Page 35

Hindware/Parryware/Cera Tap - 1NO Health Faucet-1no Tissue Holder – 1 No. Fittings to be approved by C-DOT.

G5 Painting Works - Internal Surfaces

Scrubbing the existing painting with sand paper for preparing the surface smooth and applying putty / white cement on the necessary surface. Repeat the same process for one more time if necessary to get the wall smooth and paintable. Providing and applying 2 coats of paint. Note: Paint colour will be decided by C-Dot.

Asian Premium Emulsion. Ceiling =

5'9"X9'9"=30.06 Wall

=23'0"X5'6"=126.50

158 Square

feet

H Vegetable Store Room

H1 Flooring Works

i)

Removal of existing mosaic flooring tiles and clearing the debris from site. Providing and laying of 40mm thickness Leather finish Sira stone for flooring as per drawing over a bed of 20mm thick Cm 1:6 jointed & pointed with matching pigment+ cement slurry & approved filler finish to required level Etc. complete. Note: Flooring colour will be decided by C-Dot.

17'7"X8'10"=155.23 4'9"X10'0"=47.50

250

Square feet

ii) Skirting for the above flooring works 70 Running

Feet

H2 Construction of Shelf Storage

Providing and construction of 9" brick masonry with approved quality first class table molded brick in Cm 1:6, with 12mm thickness plaster of 1:6 CM, 4 no’s of Shelf’s with granite stone horizontally equally placed, wall to be watered and curing to be done. including scaffolding.

13'6"x7'0"2'0"depth 95 Square

feet

H3 Demolition Work

Existing storage / sink in vegetable room to be demolished, clearing the debris from site.

27'4"X2'6"X2'0"depth Cubic feet

C-DOT/TENDER(ADMIN)/2017-2018/003 Page 36

H4 Painting Works - Internal Surfaces

Scrubbing the existing painting with sand paper for preparing the surface smooth and applying putty / white cement on the necessary surface. Repeat the same process for one more time if necessary to get the wall smooth and paintable. Providing and applying 2 coats of paint. Note: Paint colour will be decided by C-Dot.

Asian Premium Emulsion for

Ceiling = 210.00 Enamel Paint for Wall =66'8"X12'6"=833.12

1044 Square

feet

I Freezer Room

I1 Flooring Works

Providing and laying of 20mm thickness polished granite for flooring as per drawing over a bed of 20mm thickness Cm 1:6 jointed & pointed with matching pigment+ cement slurry & approved filler finish to required level Etc. complete.

3'6"X10'10"=35.19 5'0"X10'0"=50.00

Skirting-45 Running Feet

40 Square

feet

I2 Refurbishment work for Freezer

1 Removal of outdoor and re-installation of outdoor

Relocation of outdoor unit from inside to outside of canteen. Inclusive of copper piping, commissioning, testing and 410 gas top-up. Note: Location will be shown by C-Dot.

6 MTRS copper pipe length

1 No

2 Refurbishment work for Freezer

Refurbishment work for Freezer, Inclusive of chamber cabinet repair and rectification,

a) Repairing or fixing of new door, door handle and door rubber gasket.

b) Vitrified anti skid tile inside the chamber (12’0”X6’0”=72 Sft).

c) Deco Spray Painting inside the chamber (350 sft)

1 No

I3 Painting Works - Internal Surfaces

Scrubbing the existing painting with sand paper for preparing the surface smooth and applying putty / metal paste on the necessary surface. Repeat the same process for one more time if necessary to get the wall smooth and paintable. Providing and applying 2 coats of spray paint.

Asian Enamel. Ceiling = 10'83"X8'6"=92.05

Wall =29'66"X12'6"=370.7

5

464 Square

feet

C-DOT/TENDER(ADMIN)/2017-2018/003 Page 37

Note: Paint colour will be decided by C-Dot.

J External Works

J1 Pavers At Entrance

1 Dining Hall Main Entrance

Providing and laying of approved first quality pavers

200X200X60 1125 Square

feet

2 Dining Hall Rear Entrance

Providing and laying of approved first quality pavers

200X200X60 497 Square

feet

J2 Cinder Filling

1 Surkhi filling/Cinder Filling to Out Side Chajjas

Providing and laying of cement concrete with 1:2:4 ratio above cinder to chajjas with nominal slope

15'0"X1'0"X1'6" -19 No’s

430 Cubic feet

J3 ACP Sheet Works

1 Dining Hall Main Entrance

Providing and fixing of 4mm thickness aluminum composite panel as per design given in the end of this document. Note: Colour will be decided by C-Dot.

39'0"X16'0" 624 Square

feet

J4 Replacement of Water Tanks

1 Solar Water

Removing of existing water tank 10000 liters and supply and installing of 10000 liters Sintex water tank with ISI Certified.

10000 Liters capacity, Sintex plastic water

tank 1 No

2 Over Head Water Tank

Removing of existing water tank 10000 liters and supply and installing of 10,000 liters Sintex water tank with ISI Certified.

10000 Liters capacity, Sintex plastic water

tank 2 Nos

J5 Piping Works

1 Plate Washing Room ( Rain water pipe)

Existing rainwater pipe to be removed and clearing the debris from site. Providing and fixing of 6" PVC pipe 6 gauge to the same as per the instruction at site with required

6 Inch PVC pipe, 6 gauge

55

Running feet

C-DOT/TENDER(ADMIN)/2017-2018/003 Page 38

fittings. ( Ashirwad, Supreme or equivalent)

2 Outside Rain Water Pipes

Existing rainwater pipe to be connected to drain

6 Inch PVC pipe, 6 gauge

400

Running feet

J6 Demolition Work

1 Outside Staircase Area

Existing wall to be demolished, clearing the debris from site. Patch work to be done to the same if required.

30ft X 8ft 240 Square

feet

J7 Painting Works - Exterior Surfaces

1 Exterior Surfaces of Food Court Building

Providing and applying 2 coat of Premium weather proof paint - Asian/ Nerolac with approved colour sample. Note: Paint colour will be decided by C-Dot.

Asian Ace Paint 9000 Square

feet

C-DOT/TENDER(ADMIN)/2017-2018/003 Page 39

TERMS AND CONDITIONS:

1. The work shall be carried out as per specifications and directions of C-DOT. 2. The price shall be inclusive of freight, loading & unloading, site preparation,

clearing, cleaning of site, labour charges, scaffoldings, associated accessories, tools etc.

3. Taxes/GST levies must be explicitly indicated for each line items. No clarifications shall be taken and quotation with “Taxes as Applicable” shall be summarily rejected.

4. In any area; scope of work may be reduced or slightly changed at the discretion of C-DOT.

5. Payment will be made at actual supply and measurements. 6. Poor quality material will be rejected and needs to be replaced

immediately. Inferior quality work will be rejected and has to be re-done immediately without any additional financial implications.

7. Site visit is mandatory to understand the scope of work. 8. All statutory/safety compliances to carryout this work will be

responsibility of the contractor. 9. The contractor shall keep their staff and labour duly insured against any

injury or death while working in the premises or during transportation and will keep C-DOT fully indemnified against any claim of compensation in this regard.

10. It is the responsibility of contractor to take care of food/drinking water/ refreshments of his team of workers.

11. Taxes as applicable will be deducted at source. 12. If quote is received from a contractor who has not performed well in

civil works at C-DOT earlier; the quote received from such vendors shall be technically rejected.

13. Storage for keeping the material will be responsibility of the contractor. 14. Warranty period: minimum 2 years.

C-DOT/TENDER(ADMIN)/2017-2018/003 Page 40

SL NO.2

SPECIFICATION

FOR

LAYING OF KERB STONES AT

ELECTRONIC CITY BANGALORE AS

PER THE SPECIFICATIONS, DRAWING

AND SCOPE OF WORK ON TURNKEY

BASIS

C-DOT/TENDER(ADMIN)/2017-2018/003 Page 41

New kerb stone installation for main Roads

Scope of works:-The existing side stones have to be removed and shifted to

the designated place within our campus and new precast kerb stone has to be

installed with necessary digging/concrete road cutting/plastering work etc.

Plastering has to be done between kerbs and 2 coats of Enamel paint have to

be done (Green and white colour)

Sl no Work description Quantity

01. Removal of existing side stone with digging concrete cutting etc and shifting the same to the designated place with in CDOT Campus

8000 RFT

02. Supply and installation of Precast kerbstone as per

drawing attached.

Kerb stone specification should comply with IS 5758-

1984-Mandatory.

Note-This work includes digging concrete road cutting

with heavy duty drilling ,Back filling and plastering

etc.

as required.

8000 RFT

03. 2 coats of Enamel paint(Green & white) have to be

done on kerb stones LS

Note-

Vendor should visit the site and understand the work before quoting.

All construction if any has to be taken out of campus.

Curing has to be done for all plastering works at least 10 days( 3 time a

day)

C-DOT/TENDER(ADMIN)/2017-2018/003 Page 42

DRAWING OF KERB STONE

SIDE VIEW FRONT VIEW

NOTE: 1. ALL DIEMENSIONS ARE IN mm

C-DOT/TENDER(ADMIN)/2017-2018/003 Page 43

SL NO.3

SPECIFICATION

FOR

RENOVATION OF GUEST HOUSE

LOCATED AT NGV, KORAMANGALA

AS PER THE SPECIFICATIONS AND

SCOPE OF WORK ON TURNKEY BASIS.

C-DOT/TENDER(ADMIN)/2017-2018/003 Page 44

Tender Specifications for the refurbishment

of C-DOT Guest House at the National

Games Village, Koramangala, Bangalore

ELIGIBILITY CRITERIA:

1. Registered Contractor Registration details to be provided

2. Location The registered office or branch office has to be located in Bangalore.

3. Turn over 1 crore and above for last two years annual turnover certificate for last two years duly audited by

a Chartered Accountant to be submitted 4. Experience Minimum 5 years.

statement in support specifying number of years of operations

in areas of construction and supervision of renovation/

refurbishment works. 5. Similar works executed Minimum 2 works and their work order copies to be

submitted and reference contact numbers of clients where the works were carried out to be furnished.

C-DOT/TENDER(ADMIN)/2017-2018/003 Page 45

Introduction

Centre for Development of Telematics (C-DOT) has a Guest House at

the National Games Village, Koramangala, Bangalore. Though

C-DOT undertakes periodic maintenance work on these flats, the flats

have become old and require a thorough refurbishment to bring it to

the high levels of quality, utility, appeal and comfort in line with the

high standards C-DOT has set for itself over the years.

Through this tender, we seek to refurbish two flats initially.

Scope of Work

The flats located at 4th

floor are to be refurbished through the

following activities:

1. All the windows in these apartments are to be changed

2. The floor and wall tiles in all the toilets are to be replaced

3. All the faucets, wash basins, taps, etc. are to be replaced

4. Air conditioners to be provided in all the bed rooms in these

flats.

5. Wardrobes to be remade with the provision for a good storage

space.

6. Complete interior wall painting to be done.

7. The staircase landing and the lift lounges in two floors to be

redone

C-DOT/TENDER(ADMIN)/2017-2018/003 Page 46

Details of the work:

The bill of quantities for the detailed work break-down is as given in the following table:

Bill of quantities of items in the C-DOT Guest House

SL. No

ITEM DESCRIPTION SPECIFICATION/

DETAILS QTY UNIT

RATE

AMOUNT

1 Wardrobe

a) Removal of existing ply wood wardrobes and clearing the debris from site.

b) Supply and fixing of 19mm thickness ply with approved Veneer finish, PU coat wardrobes with mirror fitting

Note: Veneer design/colour will be decided by C-DOT.

Bedroom - A & B size

1) Length - 4.5 feet & Height - 9 feet.

2) Bedroom -C size Length - 3.5 feet &

Height - 9 feet. Area 45.5 + 45.5 + 31.5 =122.5 x 2=

245 SFT

245 ( 2 Flats)

Square Feet

2 UPVC

Window

Removal of existing MS windows and clearing the debris from site. Supply & fixing of UPVC 3 track sliding glass door windows.

Size-4'6"x4'0" =2 No’s, 3'0"x4'0"= 6 No’s, 2'0"x4'0"= 2 No’s, 2'0"x2'6"= 6

No’s. Total - Each flat 16 windows x2 = 32

306(2 Flats)

Square Feet

3 a.Wall

Painting

a) Scrubbing the existing painting with sand paper for preparing the surface smooth and applying putty / white cement on the necessary surface.

b) Repeat the same process for one more time if necessary to get the wall smooth and paintable.

c) Providing and applying 2 coats of paint.

Note: Paint colour will be decided by C-DOT.

Living - 323 SFT, Dining-320 SFT,

Bedroom A -300 SFT,

Bedroom B- 250 SFT,

Bedroom C -250 SFT

Kitchen - 100 SFT & Balcony - 300

SFT

3686 (2 Flats)

Square Feet

C-DOT/TENDER(ADMIN)/2017-2018/003 Page 47

b.Ceiling Painting

a) Scrubbing the existing painting with sand paper for preparing the surface smooth and applying putty / white cement on the necessary surface.

b) Repeat the same process for one more time if necessary to get the wall smooth and paintable.

c) Providing and applying 2 coats of paint.

Note: Paint colour ceiling be decided by C-DOT

Living - 195 SFT, Dining-125 SFT, Bedroom A -100

SFT, Bedroom B- 110

SFT, Bedroom C -125

SFT, Rest Rooms – 68

SFT Kitchen - 100 SFT

Total – 823 x2 =1646

1646 (2

Flats)

Square Feet

d.Super fine quality

Paint for Bed Room

& Head Board Wall

a) Scrubbing the existing painting with sand paper for preparing the surface smooth and applying putty / white cement on the necessary surface.

b) Repeat the same process for one more time if necessary to get the wall smooth and paintable.

c) Providing and applying 2 coats of paint.

Note: Paint colour will be decided by C-DOT.

Bedroom A -100 SFT

Bedroom – 100 SFT Bedroom – 100SFT

Total - 300 x 2 = 600

600 SFT (2

Flats)

Square Feet

4 Alteration Work for

Rest Room

a) Removal of existing western commode, wash basin, floor & wall tiles.

b) Supply and fixing of Jaguar EWC,

2 Rest rooms for each flat

4 Rest Rooms

Set

C-DOT/TENDER(ADMIN)/2017-2018/003 Page 48

wash basin, shower arm, shower curtain, mirror, angle cock, wall mixer, health faucet, basin spout & Flush tank for all rest rooms.

5

Flooring & Wall Tiles Work for

Rest Room

a) Removal of existing flooring & wall tiles and clearing the debris from site.

b) Providing and laying of 12mm thickness, 1x1 size anti-skid vitrified tiles for flooring & 12mm thickness, 1 x2 size

c) vitrified tiles for wall up to 7 feet height, over a bed of 20mm thick Cm 1:6 jointed & pointed with matching pigment+ cement slurry & approved filler finish to required level Etc. complete. (Marbito, Nitco Euro or Equivalent.

Note: Flooring colour will be decided by C-DOT.

Flooring : 12mm thickness, 1x1 size anti-skid vitrified

tiles, Wall: 12mm

thickness, 1 x2 size vitrified tiles for wall up to 7 feet

height. Total - 450 x 2 = 900 ( Total 4 rest

rooms, each room 225 SFT)

900 (2

Flats)

Square Feet

6 Air

Conditioner Work

Supply of Hi Wall Split Ac units, Capacity 1TR -5star, Make -Carrier/ Blue star/ Daiken

Capacity 1TR -5 Star Rating,

6 Nos

C-DOT/TENDER(ADMIN)/2017-2018/003 Page 49

a) Standard installation, testing and commissioning of Hi Wall ac unit.

b) Capacity 1TR & lying of cables, copper pipe, drain pipe for Hi Wall ac units between indoor to outdoor.

c) Supply and fixing of outdoor stand and 4 KVA Stabilizer.

Maximum distance for indoor to

outdoor- Bedroom A -12

MTRS, Bedroom B- 10

MTRS, Bedroom C -8MTRS

6 Nos

7

Flooring and Wall Tile Work

for Lift Passage

a) Removal of existing flooring & wall granite and clearing the debris from site.

b) Providing and laying of 12mm thickness, 2x2 size vitrified tiles for flooring & 12mm thickness, 1 x2 size vitrified tiles for wall up to 7 feet height, over a bed of 20mm thick Cm 1:6 jointed & pointed with matching pigment+ cement slurry & approved filler finish to required level Etc. complete. (Marbito, Nitco ,Euro Or Equivalent) Note: Flooring colour will be decided by C-DOT.

Flooring : 12mm thickness, 2x2 size

vitrified tiles, Wall : 12mm

thickness, 1 x2 size vitrified tiles for full

wall height. Total – 250 x 2 =

500 SFT

500 ( 2 floor

passages)

Square Feet

C-DOT/TENDER(ADMIN)/2017-2018/003 Page 50

TERMS AND CONDITIONS:

1. The work shall be carried out as per specifications and directions of C-DOT.

2. The price shall be inclusive of freight, loading & unloading, site preparation, clearing, cleaning of site, labour charges, scaffoldings, associated accessories, tools etc.

3. Taxes/GST levies must be explicitly indicated for each line items. No clarifications shall be taken and quotation with “Taxes as Applicable” shall be summarily rejected.

4. In any area; scope of work may be reduced or slightly changed at the discretion of C-DOT.

5. Payment will be made at actual supply and measurements. 6. Poor quality material will be rejected and needs to be replaced

immediately. Inferior quality work will be rejected and has to be re-done immediately without any additional financial implications.

7. Site visit is mandatory to understand the scope of work. For site visit an email may be sent to [email protected] one day in advance.

8. All statutory/safety compliances to carryout this work will be responsibility of the contractor.

9. The contractor shall keep their staff and labour duly insured against any injury or death while working in the premises or during transportation and will keep C-DOT fully indemnified against any claim of compensation in this regard.

10. It is the responsibility of contractor to take care of food/drinking water/ refreshments of his team of workers.

11. Taxes if any will be deducted at source. 12. As these flats are located in NGV, Koramangala the contractor has to

abide by the rules and regulations of the Residents Association. 13. Storage for keeping the material will be responsibility of the

contractor. 14. Warranty period: minimum 2 years.

15. If quote is received from a contractor who has not performed well in civil works at C-DOT earlier; the quote received from such vendors shall be technically rejected.

***************END OF DOCUMENT**********************