Upload
ngodan
View
216
Download
1
Embed Size (px)
Citation preview
1
TECHNICAL BID SIGN & SEAL OF APPLICANT
TENDER – ELECTRICAL WORKS
FOR
MAIN BRANCH
AT
ROURKELA
PART-1 TECHNICAL BID
NAME OF THE TENDERER: ……………………………………..
ADDRESS OF THE TENDERER: …………………………………..
ARCHITECTS:
TECHNO ARCH Plot No - 71/7, Jadupur, Near City Bus Stand, Bhubaneswar.19
Ph.0674-2551479, Mobile. 9437189632
2
TECHNICAL BID SIGN & SEAL OF APPLICANT
TENDER NOTICE
1. Sealed item rate two bid Tenders are invited from Electrical Contractor’s having adequate resources
and experiences in the execution of similar works of comparable magnitude:
Name and nature of works: Electrical W orks
Location: Main Branch at Rourkela , Odisha
Time for completion: 90 days.
Cost of tender papers: ( Non refundable )
Rs.1000.00( DD in favour of Bank of India payable at keonjhar)
2. Tender document shall be downloaded from the Banks’ website mentioned below www.bankofindia.com
3. Two separate envelopes shall be submitted by the Tenderer Envelope I - Technical Bid Envelope II - Financial Bid Note – EMD & Cost of tender paper to be strictly submitted within Envelope I, failing to which Tender is liable for Rejection.
4. Sealed Tenders documents shall be submitted latest by 02 p.m. on 07/12/2016 at Bank of India, Z o n a l o f f i c e , M i n i n g R o a d , K e o n j h a r , O d i s h a .
5. Technical Bid s h a l l be opened at Bank of India, Zonal Office, Kenojhar on 07/12/2016 at
03 p.m. .
6. Financial bid of only those bidders will be opened which are prequalified after opening of
Technical Bid on 12/12/2016 at 03 p.m. .
7. The BANK reserves the right to reject any or all the tenders and accept the lowest or any other
tender or award the different parts of the tender by splitting them to different tenders without assigning any reason whatsoever.
8. Tender shall be valid for a period of 90 days from the date of opening.
9. Bank of India discourages the stipulation of any condition by the tenderers. The conditional tenders
are liable to be rejected.
Contractor Name & Address: Date &
Time of Submission:
3
TECHNICAL BID SIGN & SEAL OF APPLICANT
INSTRUCTIONS TO TENDERERS
1. The Tender shall be submitted in accordance with these instructions and any Tender not conforming
thereto is liable to be rejected. These instructions form part of the Tender and the Contract.
2. No additions/alternations in the form of the Tender or in the Schedule of Quantities and no
additions in the shape of special stipulation etc. are permitted. Tender who do not fulfill any or all of the above conditions or are incomplete in any respect are liable to be summarily rejected.
3. The contractor should particularly note the units on which the rates are based. In case the amount
shown in the last column as worked out by the tenderer differs from that worked out from the quantity and quoted rate, the amount based on the rate and the quantity will be taken as correct. In case there is a difference between the rates in figures and words, the rate adopted by the contractor for working out the amount of the item will be taken as correct. In other cases, the final rates adopted will be the lower of the two. No change in units shall be allowed.
4. Acceptance of the Tender will rest with the competent authority (from the bank) that reserves the
right to reject any or all Tenders without assigning any reason therefore.
5. The tenderer whose tender is accepted will have to enter into regular agreement within 7 days
from date of receipt of intimations of acceptance of the Tender and abide by all rules and regulations mentioned therein. The amount of Earnest Money shall be forfeited if after acceptance of the Tender, the Contractor fails to execute the agreement within 7 days of the date of work order.
6. The tenderer shall have assumed to have carefully examined the site, conditions and
specifications of the contract, and to have fully acquaint him-self with all details of site location, site conditions and in general all necessary information and data pertaining to the work prior to tendering for the work.
7. Tenderer should abide by all the formalities and rules & regulations of Rourkela steel plant
Authority.
8. If a firm or company is submitting the tender, it should mention in its forwarding letter the names
of all partners, directors, etc. The Tender shall be filled in, signed with all particulars complete and submitted by one duly authorized to do so.
9. Conditional T e n d e r s are liable to be rejected. Tendered are advised to avoid putting conditions
that are at variance with the terms and conditions already stipulated in the tender or quote conditional rates for any of the items in the Schedule of Quantities.
10. Corrections, if made, shall be made neatly and clearly and duly attested by one authorized to do
4
11. The Tenderer may in the forwarding letter mention any points which he may wish to make clear, but right is reserved by the BANK to reject the same if the tender becomes conditional.
12. The Tender will be liable to be rejected outright if:
a) The Tenderer proposes any alternations in the work specified in the Tender, in the time allowed for
execution and any other conditions. b) Any of the pages of the Tender are removed / replaced. c) All corrections and additions or pasted slips are not initialed by the Tenderer.) The Tender is not complete in all respects.
13. The Tenderer shall complete and submit the following for his tender to be considered as confide:
a) Prequalification Criteria with Self attested copies of relevant documents
Form of Tender and Appendix. c) Bill of quantities, each page duly signed. d) List of plant/equipment and personnel to be employed on the said works.
e) Requirement of power, water and extent of storage space, etc. for the duration of the works. f) List of previous similar works executed (last 3 years) citing location of works, their
magnitude, time for completion, name of Employer / Architect to whom reference may be made in regard thereto.
g) Details as above for works on hand.
14. The Tender documents duly completed in all respects along with other accompanying documents
shall be submitted in one envelope sealed any super scribed.
15. All the rates indicated in the tender shall be inclusive of all material charges, transportation, local
levies as applicable, loading, unloading, lifting- shifting, erection, Scaffolding , testing, commissioning, VAT, Sales tax, any additional/special duties, excise, custom duty etc. as applicable.
16. The rates quoted shall also be inclusive of Local Authorities Permission / Handling of
Municipal / Local problem is in contractor’s scope of work, including obtaining verbal local permissions for smooth functioning the project, Bank shall not pay any extra amount for the same.
Contractor Name & Address:
Date & Time of Submission:
TECHNICAL BID SIGN & SEAL OF APPLICANT
5
TECHNICAL BID SIGN & SEAL OF APPLICANT
PREQUALIFICATION CRITERIA
Following are the Prequalification Criteria
1 Joint ventures or consortiums shall not be permitted to apply.
2 Contractor must have executed at least
One works of similar nature of value not less than Rs. 12 Lacs during the last 5 years
OR
Two works of similar nature of value not less than Rs. 10 Lacs each during the last 5 years
In Odisha.
(Please attach copies of Work Order & Completion Certificate of Client in Support)
3 The contractors should have in possession PAN, VAT and Service Tax Nos. (Please attach copies of Clearance certificate)
4 The list of similar work executed in last in seven years in public sector Bank only . 5 Name and address of bank with Solvency certificate of 10 Lacs. 6 The Contractor shall attach the valid Electrical Contractor License ( MV ) in his name. 7 The firm should have minimum average annual turnover of Rs.50 lacs during the consecutive
last 3 years. (Please attach copies of Turnover & balance sheet). 8 Contractor must have office in Odisha State.
9 Contractor shall apply for prequalification strictly in the prescribed format only.
10 Contractors shall also authorize the Bank / Architect to approach his Employers, Clients,
Corporations, Organization, etc. to verify its general reputation / competence.
11 The Bank / Architect reserve the rights to accept or reject any application.
12 Applicants shall furnish documentary evidence / certificates in support of their claim of work
13 undertaken and work in hand, failing which the application will be liable for rejection.1 5 Mere
Fulfillment of minimum eligibility criteria will not entitle it for Pre-qualification as pre- qualification will
be done after taking into account various parameters such as inspection of work by Clients and
Architects carried out by them, receipt of satisfactory repo rts from clients thereof.
6
TECHNICAL BID SIGN & SEAL OF APPLICANT
FORMAT OF APPLICATION FOR PREQUALIFICATION OF CONTRACTORS
ANNEXURE A – INTRODUCTION
1 Name of Contractor/Company/Firm
2
Full Address
3a Telephone Nos.- Office
3b Fax No
3c Mobile No
3d Email Id
4 Year of Establishment
5
Constitution of the firm (whether Propriety /Firm/ Partnership etc.) Enclose certified copies of documents as evidence
4 Name of Sole Proprietor / Partners/ Directors with particulars / Liabilities
5
Name of person holding the power of Attorney (Attested Photocopy of power Of attorney be enclosed)
6 Registration with Authorities:
PAN
VAT
SERVICE TAX
Contractor License .( MV )
7 Furnish copies of the returns filed for last 3 years
8
Registration & Classification with Public Sector Bank,
9 Name and Address of the Bankers
Furnish copies of Solvency certificate of Rs. 10 Lakhs
10.
Do you have any NPA account or defaulter with any Bank or any dispute or any Litigation? If so please furnish details.
7
TECHNICAL BID SIGN & SEAL OF APPLICANT
ANNEXURE B: DETAILS OF WORKS DONE IN LAST 5 YEARS AS PER
PREQUALIFICATION CRITERIA
S.No.
Name & Address
of Project
Name & Contact details of the
Owner/Clients
Name of the
Architect
Cost of the
Project [ Lacs]
Remarks
8
TECHNICAL BID SIGN & SEAL OF APPLICANT
ANNEXURE C: DETAILS OF WORKS TENDERED FOR AND IN HAND AS ON DATE OF SUBMISSION OF THIS APPLICATION
S.No.
Name & Address of Project
Name & Contact
details of the Owner/Clients
Tendered /Estimated
cost of works [Lacs]
Estimated /stipulated
date of completion of
works
Remarks
9
TECHNICAL BID SIGN & SEAL OF APPLICANT
ANNEXURE D: ANNUAL TURNOVER OF THE FIRM
Year
Amount in Lakhs
2013-2014
2014-2015
2015-2016
A) TOTAL : Rs
B) AVERAGE : Rs
Note: Attach Audited Balance Sheet
10
To, The Zonal Manager, Bank of India, Zonal Office, Keonjhar.
Dear Sir,
TENDER - ELECTRICAL W O R K A T M A I N B R A N C H , R O U R K E L A .
Having inspected the site and having examined the conditions of contract, Special Conditions of Contract, Specifications and B i l l o f Q u a n t i t i e s for t h e a b o v e m e n t i o n e d work, w e t h e undersigned offer via financial Bid attached to execute and maintain the entire works Or such other sum may be ascertained in accordance with the said Conditions, Special Conditions of Contract, specifications, Bill of quantities and Appendix hereto.
Our tender is accompanied with Earnest Money as required in the instructions to tenderer. If our tender is accepted, the Earnest Money along with additional cheque to make the total 2% of tender value to constitute the Initial Security Deposit towards due and proper performance of the contract.
We undertake if our tender is accepted, to commence the works and complete the same within
the time stipulated in the Appendix.
We agree to abide by this tender for a period specified in the Tender Notice. It shall remain binding on us and may be accepted at any time before the expiry of that period and / or before the expiry of any further period extended by mutual consent. In case of any default by us in our obligations above, we acknowledge you are at liberty to forfeit the Earnest Money deposited herewith.
Until and unless a formal agreement is prepared and executed this Tender together with your written
acceptance thereof, shall constitute a binding contract between us together with all the general Conditions of Contract, Special Conditions of Contract, Specifications, Bill of Quantities and Price, and Instructions to Tenders.
We understand that you are not bound to accept the lowest or any other Tender you receive. Note:
1 T h e Appendix forms part of the Tender.
2 A l l Blanks to be filled in.
TECHNICAL BID SIGN & SEAL OF APPLICANT
11
TECHNICAL BID SIGN & SEAL OF APPLICANT
APPENDIX TO TENDER
01
Earnest Money Deposit
Rs. 11,000.00 [Pay order /Demand Draft] Favoring ”Bank of India , Keonjhar ”
02 Security Deposit
Initial 2% of Tender Amount
03 Insurance
Workmen’s Compensation Insurance
As Required By Law
04 Period of commencements of Works from date of acceptance
07 Days
05 Time for Completion of Work 90 Days Maximum
06 Amount of Liquidated Damages 0.5% of Value of Contract per Week
07 Period of Maintenance [Defects Liability Period]
12 Months from Certified Completion
08
Amount of Interim Certificate
Rs. 5,00,000/- Minimum
Contractor’s Signature:
Date:
12
TECHNICAL BID SIGN & SEAL OF APPLICANT
GENERAL CONDITIONS OF CONTRACT 1. ) The term “Employers” or “Bank “shall mean “ BANK OF INDIA”; or it authorized representatives at
The Zonal Office, Keonjhar.
2) The term “Architect(s)” shall mean “M/s.Techno Arch. who are the Architect Consultant to the
Employer for this project & having office at Plot No. 71/7, Jadupur, Near Dumuduma City Bus stand,
Bhubaneswar. Or it’s authorized representatives.
3) The term “Contractor” shall mean the successful tenderer to whom the Contract shall be awarded.
4) The“Works “shall mean the Interior works comprising of Electrical work for Main Branch Rourkela.
5) The Contractor should quote the rates in figures and words. Any corrections or Over-writing should
be initialed by the Contractor.
6) The Contractor should submit the tenders with seal, signature and date on each Page.
7) Tender should be submitted in sealed covers with all requisite documents as desired with the top of
the envelope super scribed as “SEALED TENDER FOR ELECTRICAL WORK AT MAIN BRANCH ,
ROURKELA".
8) The Contractors should submit the cost of the main items as per tender specifications. Further
modification after awarding of the contract shall be not allowed unless there is specific instruction by
the Bank/Architect to change specifications.
9) The contract is time-bound and the works are to be completed within the time limit specified in the
notice inviting tenders.
10) Additional Performance Security shall be deposited by the successful bidder when the bid
amount is seriously unbalanced i.e. less than the estimated cost by more than 10%. In such an event,
the successful bidder will deposit the additional performance security to the extent of the differential
cost of the bid amount & 90% of the estimated cost. (Additional Performance Security = 90% of the
Estimated Cost – Bid Amount)
11) Additional Performance Security shall be deposited by the successful bidder when the bid
amount is front loaded i.e. if the quoted value is 25% higher than the estimated rates, the bid shall be
evaluated as unbalanced bid and additional performance security of 10% shall be retained on the
amount of quoted value.
12) The additional performance security as per clause 10 & 11 shall be furnished by the bidder before
execution of the work in shape of Demand Draft or Fixed Deposit Receipt at any nationalized bank
pledged in favor of BANK OF INDIA, Keonjhar which will be over and above the performance security.
The Performance Security must be pledged within 5 days of opening of the tender or else the tender
will be canceled and the EMD of the contractor will be forfeited.
13) The Contractor shall be penalized if the work is not completed within the scheduled time, the Bank
will be entitled to charge liquidated damages @ 1% of the accepted contract sum per week subject to
a maximum of 10% of the accepted contract sum.
14) The decision of Employer and the Architect is final and binding.
13
T E R M S & C O N D I T I O N
1) Unless otherwise mentioned, all works are with no allowance for Lapse waste. Unless otherwise
described or measured separately, price for all the items shall include all necessary straight & curved
edges.
2) Any damage to the work before the site is handed over, is to be replaced or made good at the
expense of the contractor to the entire satisfaction of the Architect/Bank.
3) Income Tax, Sale Tax & Service Tax as applicable shall be deducted at source as per the Income
Tax Act/Rules.
4) The quantities indicated are subject to change. The payment of the bill shall be made as per the
actual measurement as certified by the architect but not exceeding the total value quoted in the tender
form.
5) The Architect or any officer of the Employers will be free to inspect the work at the site during the period of execution. Any suggestion of change or modification to improve the quality of work will be carried out subject to prior approval of the competent authority of the employers and that of the Architect.
6) In case of failure to take up the work even after accepting the work order, or leaving the work incomplete, or for defective work not rectified, or violation of the terms and conditions, the earnest money deposit will be fortified.
7) For any item of work not covered or any unforeseen items of work, payment will be made according to the rates approved for similar nature of work, the costing done by the Architect, as per current PWD schedule of rates, or as per analysis of material cost, labor rate and profit to the Contractor at 10%. The Contractor must obtain prior approval in writing before undertaking such additional works.
8) The tenderers shall sign each & every page of the tender documents including the drawings attached here to.
9) The amount is to be quoted in figures as well as in words. In case the rates quoted in words and in figures are in variance, the amount written in words shall be taken as final.
10) The Contractor shall make their own arrangement at their own cost for storing materials, plants, tools etc. The employers will not be liable for security of the Contractor’s materials.
11) No tools or plants will be issued by the bank.
12) The Employer / Architect reserves the right to accept or reject any tender without assigning any reason whatsoever and the said decision shall be final and binding upon the tenderer.
13) In case of breach of contract by the Contractor for slow progress of works or any other claim of damage, the Employer or the Architect may have the power to rescind the contract without furnishing further reasons thereof.
14) The Architect shall have the power to ask the contractor to furnish the sample/ color / test certificate from any Govt. /Authorized agent for any materials used/ to be used in the Works, the expenditure of which is to be borne by the Contractor.
15) The Employer shall be not be liable for any damages or compensation payable as a consequence of any accident or injury to any workman or other persons in the employment of the Contractor or any sub-contractor.
TECHNICAL BID SIGN & SEAL OF APPLICANT
14
16) On completion of the Works, all rubbish, debris, materials, tools, Laborers, etc. to be removed by the contractor from the site and the contractor will hand over the site clean & clear & in usable condition within 3 days of completion of the works. Failing this, the employer may dispose the materials at the cost of the contractor.
17) In case of any dispute, the matter will be referred to the The Zonal manger, Bank of India, Zonal Office, Keonjhar.
18) The Contractor shall not submit any work bill until he completes the Project completely, as certified by the Architect Consultant.
19) The rates quoted in the tender shall include all sales tax, excise tax, octroi & other taxes, no escalation of rates will be allowed under any circumstances.
SPECIAL TERMS AND CONDITIONS
1. Completion Period : 90 Days 2. Date of Commencement : 7 days from the date of issue of the work order
or the date on which the contractor is instructed to take possession of the site, or the date of your acceptance of the work- order, whichever is later?
3. Defect Liability Period : One year after actual completion of work.
4. Total security deposit (TSD) : 10 % of the executed value of the work
5. 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.
6. 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.
7. Validity of tender : Three month after the opening of the tender.
8. Rules/ Regulations : The contractor shall have there 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.
9. Arbitration :As per the standard arbitration clause under the
jurisdiction of Odisha. 10. 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 removed from the site.
11. Damage to property Any damage to the Bank’s property during the
work period will be recovered from the contractor.
TECHNICAL BID SIGN & SEAL OF APPLICANT
15
12. Deduction Income tax, Sale Tax & Service Tax at source as
per Act. 13. Terms of payment Payment after completion of Project / As per
tender . 14. Billing Procedure All measurements shall be recorded in Duplicate
on standard measurement sheets Prepared jointly by the Architect’s Site Engineer & theContractor’s Representatives duly signed by them. All Bills shall be submitted along with this Checked measurement sheets.
15. 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.
16 Release of TSD : 100% after the Defect liability period. Retention
money will not bear any interest. 17. General The rates should be quoted considering
necessary Scaffolding & staging work, Removal of debris as & when necessary, In view of restriction of Local concern Authority.
TECHNICAL BID SIGN & SEAL OF APPLICANT
16
RECOMMENDED BRANDS
01. 11 KV (UE) 3 Core, ZLPE : armoured cable (ISI marked).
CCI/INCAB/RETCO.
02.
11 KV cable termination. :
INCAB/ CCI/M-SEAL./RR KABLE
03.
100/500 KVA, 11/0.433 KV : DYN-II, 0NAN Type cooling.
OEU/KT PVT. LTD./KEO/ALPHA.
04.
LT switch board panel. :
L&T / MDS / C&S/ Hager
05.
Switch fuse/fuse switch : units.
L&T /Hager/ LEGRAND .
06.
Protective Relays. :
English Electric/GEC/Seimens/L&T.
08.
Voltmeter and Ammeter. :
A.E / Equivalent or MDS.
09. 10.
Voltmeter and Ammeter : Selector switch. HRC Fuse. :
Kaycee / MDS / L&T.
Hager / L&T/ Legrand.
11.
HRC fuse base and carries. :
Hager / L&T/ Legrand.
12.
1.1KV grade PVC insulated : & sheathed/ insulated aluminium wire and flexible cord (ISI marked).
INCAB / NICCO / RR.CABLE/RETCO.
13.
1.1 KV grade PVC insulat ed armoured aluminium cable (ISI marked).
: CCI/INCAB / RETCO./ RR KABLE
14.
1.1KV grade PVC insulated : copper wire and flexible cords.
Finolex /Havell’s/ RR KABLE
15.
RCCB/ELCB/MCCB. :
L&T / LEGRAND/ Hageer
16.
Switch fuse with rewirable : fuses.
L&T/ LEGRAND/ Hager
17.
Isolator. :
L&T / LEGRAND/ Hager
18.
Changeover Switch. :
L & T / LEGRAND/ Hager
19.
MCB Distribution Board. :
L&T/LEGRAND/Hager
20.
MCB/MCB type Isolator. :
L&T/ LEGRAND/Hager
TECHNICAL BID SIGN & SEAL OF APPLICANT
17
21. 30/32A DP moulded Isolat : Hager/ LEGRAND / L&T -ing Switch.
22. 15/5 Amp switch & plug : CRABERTEE / LEGRAND/ L&T socket.
23. 15/5Amp modular switch : CRABERTEE / LEGRAND/ L&T and socket.
24. 15/5 Amp piano key type : CRABERTEE / LEGRAND/ L&T switch/flushed type plug
25.
socket.
Ceiling Rose. :
Anchor / Cona.
26.
Buzzer/Call Bell. :
Cona / L.K FUGA
27.
Electrical fitting fixtures :
Philips / Wipro / Crompton ( Light )
Crompton & Graves / Bajaj ( fan )
TECHNICAL BID SIGN & SEAL OF APPLICANT
18
TECHNICAL BID SIGN & SEAL OF APPLICANT
TENDER –ELECTRICAL WORKS
FOR
MAIN BRANCH
AT
ROURKELA
PART-2 FINANCIAL BID
NAME OF THE TENDERER: ……………………………………..
ADDRESS OF THE TENDERER: …………………………………..
ARCHITECTS:
TECHNO ARCH Plot No - 71/7, Jadupur, Near City Bus Stand, Bhubaneswar.19
Ph.0674-2551479, Mobile. 9437189632
B.O.Q OF ELECTRICAL AND DATA CABLING WORK FOR BANK OF INDIA AT MAIN BRANCH,
ROURKELA .
SL.N
O.
DESCRIPTION OF ITEMS UNIT QUANTIT
Y
RATE AMOUNT
1. WIRING TO POINTS
1 Recess conduit wiring to light, ceiling fan, exhaust fan
points with (2x1.5 sq mm + 1(1x1sqmm ) PVC single
core copper wire in PVC/ Super polythene pipe with
galvanized iron junction & switch boxes & clip in type 6
Amp modular type switches with all accessories, T&P
& as directed by the Engineer-in-charge.
1. Primary ( I light/fan controlled by one switch ) Nos. 40.00
Rate in words:-
2. Secondary point (2 lights controlled by 1 switch) Nos 20.00
Rate in words:-
3. Wall fan point ( controlled by 1 switch and one 6 Amp Socket)
Nos 40.00
Rate in words:-
4. Primery point Celing fan controlled by 1 switch and one fan regulator )
Nos 10.00
Rate in words:-
2 A .Recess conduit wiring to 6 Amp plug socket with
switch on existing board as above.
Nos. 15.00
Rate in words:-
B. Recess conduit wiring to 5/15 Amp plug socket with
switch on separate board as above.
Nos 25.00
Rate in words:-
3 Concealed conduit wiring to 20 Amp plug socket with
switch on separate board with (2x2.5 sq mm +
1(1x1.5 sqmm ) PVC single core copper wire in PVC/
Super polythene pipe with galvanized iron junction &
switch boxes & clip in type 15 Amp modular type
switches with all accessories, T&P & as directed by the
Engineer-in-charge at strong room / cash counter.
Nos 8.00
Rate in words:-
4 Supply and fixing of 1.5 meter length 3 core 2.5 sq.mm
PVC insulated copper wire with 3 pin 6A plug top at
one end and the other end to be fixed with Switch
Board of Strong Room and Locker Room
Nos 1.00
Rate in words:-
5 Recess conduit wiring to call bell point with one gong
bell of 6” dia placed at strategic point with 6 Amp
switch bell push clip in type modular type fixed on G.I.
boxes placed at skirting level for emergency use, the
wiring details are as per Sr .no. - 01. The places as
located in drawing & as per direction of Engineer-in-
charge.
Set 1.00
Rate in words:-
SL.N
O.
DESCRIPTION OF ITEMS UNIT QUANTIT
Y
RATE AMOUNT
6 Supply of all required materials and wiring to circuits/
submains with following number and sizes of PVC
insulated 1100 volt grade standard copper wire run
inside pre-laid PVC conduit pipe of ISI mark as
required and copper wire as earth continuity conductor
and complete in all respect including making good to
all damages caused and as per the direction of
Consultant and Engineer-in-charge.
A Recessed wiring with 2x(1x1.5sqmm) +1x(1x1.0sqmm) copper wire
Mts 30.00
Rate in words:-
B Recessed wiring with 2x(1x2.5sqmm) +1x(1x1.5sqmm) copper wire
Mts 240.00
Rate in words:-
C Recessed wiring with 2x (1x4sqmm) + 1x (1x2.5sqmm) copper wire
Mts 80.00
Rate in words:-
7 S & I of 1100V grade armoured cable having sector /
circular shaped aluminium / copper conductor PVC
insulated cores, laid up, PVC tape wrapped inner sheathed,
GI strip / wire armoured and overall extruded PVC sheathed
confirming to IS: 1554, laid on wall or ceiling using GI
clamps and spacers as per route shown at site and further
as directed by Bank / Architect in the following sizes.It also
include S & I of end termination of above mentioned cables
including compressed type brass glands, crimping type
coper lugs, insulation tape etc. as 'required complete with
earthing of glands as per requrement. The work should be
done inlcluding all labour and materials.
a 3 1/2 C x 70 Sq.mm Aluminium cable Mtr 90.00
Rate in words:-
b (4C x 10 Sq.mm)cable +(2+ 6 Sq.mm) Copper wire Mtr 40.00
Rate in words:-
c 4 C x 4.0 Sq.mm Copper cable Mtr 120.00
Rate in words:-
8 Suppling ,fixing and testing of indoor wall mounted
type distribution board of double door type of approved
make .
A L.D.B / P.D.B-1 Set 2.00
12 way SP DB
Incoming 1 No. 40A DP MCB
Out going 10 No. 6-10A SP MCB
Rate in words:-
9 Removing and replacing damage MCB in existing DB to
new one as per requrement rating 20A -40A including all
labour and materials.
Nos 10.00
Rate in words:-
10 Removing and replacing damage MCB in existing DB to
new one as per requrement rating 20A -40A including all
labour and materials.
Nos 15.00
Rate in words:-
SL.N
O.
DESCRIPTION OF ITEMS UNIT QUANTIT
Y
RATE AMOUNT
11 Refitting of existing switch board as per instruction
including all labour and material for wiring as per direction
of engineer in charge.
Set 10.00
Rate in words:-
12 Rewiring of sub main and points with existing wire over
false celing as per direction of engineer in charge including
all labour and materials.
Mts 120.00
Rate in words:-
13 Shifting and rewiring of A.C points with existing wire as per
requrement and as per direction of engineer in charge to
new position including all labour and materials.
Set 8.00
Rate in words:-
2.COMPUTER WIRING
1 Supply of all required materials and wiring to circuits/
submains with following number and sizes of PVC
insulated 1100 volt grade standard copper wire run
inside pre-laid PVC conduit pipe of ISI mark as
required and copper wire as earth continuity conductor
and complete in all respect including making good to
all damages caused and as per the direction of
Consultant and Engineer-in-charge.
A Recessed wiring with 2x(1x2.5sqmm) +1x(1x1.5sqmm) copper wire
Mts 500.00
Rate in words:-
2 S & I of 1100V grade armoured cable having sector /
circular shaped aluminium / copper conductor PVC
insulated cores, laid up, PVC tape wrapped inner
sheathed, GI strip / wire armoured and overall
extruded PVC sheathed confirming to IS: 1554, laid on
wall or ceiling using GI clamps and spacers as per
route shown at site and further as directed by Bank /
Architect in the following sizes.It also include S & I of end
termination of above mentioned cables including
compressed type brass glands, crimping type coper
lugs, insulation tape etc. as 'required complete with
earthing of glands as per requrement. The work should
be done inlcluding all labour and materials.
A (4C x 10 Sq.mm)+(2C x 6 Sq.mm) Copper Mtr 35.00
Rate in words:-
B 4 C x 4.0 Sq.mm Copper Mtr 150.00
Rate in words:-
3 Supplying & fixing of UPS input DB company made &
wired with double door arrangement OF APPROVED
make) with following arrangement.
SET 1.00
Incoming
40 Amp 4P MCB– 2 no
Rate in words:-
4 Supplying & fixing of UPS output DB company made &
wired with double door arrangement OF APPROVED
make) with the following arrangement.
SET 1.00
Outgoing
40 Amp DP MCB – 5 nos. (4main & 1 spare).
Rate in words:-
SL.N
O.
DESCRIPTION OF ITEMS UNIT QUANTIT
Y
RATE AMOUNT
5 Suppling ,fixing and testing of indoor wall mounted
type distribution board of door type of approved make .
A C.D.B-1 SET 2.00
8 way SPN DB
Incoming 1 No. 32A DP MCB
Out going 6 No. 6-10A SP MCB
Rate in words:-
B C.D.B-2 SET 3.00
12 way SPN DB
Incoming 1 No. 32A DP MCB
Out going 10 No. 6-10A SP MCB
Rate in words:-
6 Supplying & fixing of computer terminal boxes made of
G.I. fitted with (4nos. of 6 Amp switches +4 nos. 6Amp
socket ), all clip in modular type & as per direction of
Engineer-in-charge.
Set 26.00
Rate in words:-
7 Supply of all required materials & wiring to clip in
modular type 5 No. of 15 / 5 amp socket points
controlled by 2 No of 15 amp switch with indicator
complete in all respect including making good to
damages caused as per direction of EIC for Hub
connection / printer supply .
Set 2.00
Rate in words:-
8 Providing and fixing of chemical earth electroad made
out of 50mm dia class-B Asahalock or equevalent 2m
length with copper plate made out of 600x600x3.15
mm tinned copper plate along with one number
40x5mm tinned copper strip grazed with the plate
buried vertically with top edge of the plate at a depth of
1500 mm with arrangements for termination of copper
strip of earth continuty conductor including cost of
charcole, saltoreign soil, water pouring arrangements
brick massionry encloser on top with R.C.C cover
complete with labour and material as per direction of
Engineer-in-charge
Set 1.00
Rate in words:-
9 The earth lead by 8sq.mm bare cupper wire in GI pipe
to connect from earth electrodes to UPS outgoing
earth bus & as per direction of Engineer-in-charge.
Mts 30.00
Rate in words:-
10 Concealed conduit wiring to light in UPS with (2x1.5 sq
mm + 1(1x1sqmm ) PVC single core copper wire in PVC/
Super polythene pipe with galvanized iron junction
& switch boxes & clip in type 6 Amp modular type
switches with all accessories, T&P & as directed by the
Engineer-in-charge.
1. Primary ( I light controlled by one switch in UPS at
cash counter/ BM/ banking hall )
Nos. 6.00
Rate in words:-
SL.N
O.
DESCRIPTION OF ITEMS UNIT QUANTIT
Y
RATE AMOUNT
11 Refitting of existing computer terminal boxes as per
instruction including all labour and material for wiring
with super polythene pipe with galvanized iron junction
& switch boxes & clip in type 6 Amp modular type
switches with all accessories, T&P & as directed by the
Engineer-in-charge.
Mts 8.00
Rate in words:-
3.A.C POINT WIRING
1 Supply of all required materials and wiring to circuits/
submains with following number and sizes of PVC
insulated 1100 volt grade standard copper wire run
inside pre-laid PVC conduit pipe of ISI mark as
required and copper wire as earth continuity conductor
and complete in all respect including making good to
all damages caused and as per the direction of
Consultant and Engineer-in-charge.
A Recessed wiring with 2x (1x4sqmm) + 1x (1x2.5sqmm)
copper wire ( PANEL to.LDB/ A.C points)
Mts 150.00
Rate in words:-
2 S & I of 1100V grade armoured cable having sector /
circular shaped aluminium / copper conductor PVC
insulated cores, laid up, PVC tape wrapped inner sheathed,
GI strip / wire armoured and overall extruded PVC sheathed
confirming to IS: 1554, laid on wall or ceiling using GI
clamps and spacers as per route shown at site and further
as directed by Bank / Architect in the following sizes.It also
include S & I of end termination of above mentioned cables
including compressed type brass glands, crimping type
coper lugs, insulation tape etc. as 'required complete with
earthing of glands as per requrement. The work should be
done inlcluding all labour and materials.
a (4C x 10 Sq.mm)cable +(2+ 6 Sq.mm) Copper wire Mtr 30.00
Rate in words:-
3 Supplying & fixing of A.C DB company made & wired
with double door arrangement OF APPROVED make)
with following arrangement.
A.C DB Set 1.00
8 way TPN DB
Incoming 1 No. 63A 4P MCB
Out going 12 No. 32A DP MCB
Rate in words:-
SL.N
O.
DESCRIPTION OF ITEMS UNIT QUANTIT
Y
RATE AMOUNT
4 Supply of all required materials and wiring to AC plug
point with 2 (1x4sqmm) PVC insulated copper wire run
inside screw type PVC conduit pipe with ISI market
laid on surfaced/recessed of wall/celling alongwith 1
(1x2.5sqmm) PVC insulated copper wire as earth
continuity conductor complete in all respect including
with use of 1.5 TR AC starter, concealed metal boxes
with cover, wire, 20A SPN metalclad plug socket,
metalic switch box for plug, junction box etc complete
with making good the damages caused as required
and as per direction of Engineer in charge.
Nos. 8.00
Rate in words:-
4. MAIN DISTRIBUTION BOARD
1 Supply, delivery, installation , testing , commissioning , Set 1.00
Incoming- 1No 250 A 4P 35 Ka MCCB
125 A TPN bus bar- 2 SET.
100 A 4POLE Change over
Out going- 4 Nos 32 A DP MCB for A.C
1 Nos 63 A 4P MCB for A.C DB
6 Nos 40 A 4P MCB for LDB/PDB
1 Nos 32 A DP MCB for Glow sign Board.
2 Nos 63 A 4P MCB for UPS
1-500 Amp. Meter with selector switch
Volt meter
Ammeter
Phase indicator lamp
Rate in words:-
2 Earthling as per I.E. rules with 40mm dia G.I. pipe of 3
mt. Long perforated on all sides with arrangements of
light , termination of 600x600x3mm copper plate &
19x3 G.I flat firmly connected to plate with copper nut
& bolt , washer etc . The earth pit should be filled with
alternate layers of charcoal, salt & soil. The brick
masonry chamber is to be covered with CI cover of
minimum 300mm x 300mm size with all accessories &
as per direction of Engineer-in-charge.
Nos. 1.00
3 Supplying & fixing Earth lead with 25mm x 3mm thick
GI strip.
Mtrs. 25.00
Rate in words:-
5. DATA& TELEPHONE WIRING
1 Supply , fixing of all required cat – 6 LAN wiring in PVC
pipe (keeping precaution to keep wiring at least 1’ from
electrical wiring) as per direction of EIC .
Mtrs. 750.00
Rate in words:-
2 Supply , fixing of all required cat – 5 LAN wiring in PVC
pipe (keeping precaution to keep wiring at least 1’ from
electrical wiring) as per direction of EIC .
Mtrs. 250.00
Rate in words:-
SL.N
O.
DESCRIPTION OF ITEMS UNIT QUANTIT
Y
RATE AMOUNT
3 Supply , fixing of all required with RJ 45 connector with cat
– 6-LANand cat-5 cable with termination & 2Mt. Patch code with
complete in all respect including IO box of ( D Link / Amps )
as per direction of EIC .make : D link wire / box.
No. 28.00
Rate in words:-
4 Supply , fixing of all required with Dual RJ 45 connector
with cat – 6-LANand cat-5 cable with termination & 2Mt. Patch
code with complete in all respect including IO box of ( D Link /
Amps ) as per direction of EIC .make : D link wire / box.
No. 15.00
Rate in words:-
5 Refitting and fixing ( fitting charge only ) of models Hub and
switch with patch panel and stand box as per direction of
engineer in charge .
Nos. 1.00
Rate in words:-
6.FITTINGS OF FIXTURES
1 Supply,installation and testing of recess LED lights
fittings ( 33 - 39 Wt) of squre type ( 2'-0"x2'-0") with all
accessories complete of Philips make as required as
per direction of Engineer in charge.
Nos. 40.00
Rate in words:-
2 Supply,installation and testing of recess LED lights
fittings ( 12 -15 Wt) of round type spot with all
accessories complete of Philips make as required as
per direction of Engineer in charge.
Nos. 12.00
Rate in words:-
3 Supply,installation and testing of recess LED lights
fittings ( 6 -10 Wt) of round type spot with all accessories
complete of Philips make as required as per direction
of Engineer in charge.
Nos. 10.00
Rate in words:-
4 Providing, Installation and testing of single tube lights
patty fittings T5 (1x28 wt) of surface mounting with all
accessories complete assembly of Philips as required
as per direction of Engineer in charge.
Nos 12.00
Rate in words:-
5 Providing & fitting of 400 mm sweep Cabin fan of
Babaj/Crampton& Graves make .
Nos. 3.00
Rate in words:-
6 Providing & Fitting of 450 mm sweep Wall fan of Babaj/Crampton& Graves make .
Nos. 10.00
Rate in words:-
7 Providing &Fitting of 1200 mm sweep celing fan of Bajaj/Crampton& Graves make .
Nos. 2.00
Rate in words:-
8 Providing & Fitting of 225 mm sweep Exhust fan of Bajaj Crampton& Graves make .
Nos 3.00
Rate in words:-
9 Providing & Fitting of 400 mm sweep Exhust fan of Bajaj Crampton& Graves make .
Nos 3.00
Rate in words:-
10 Providing & Fitting of call bell of approved make . Nos. 1.00
Rate in words:-
SL.N
O.
DESCRIPTION OF ITEMS UNIT QUANTIT
Y
RATE AMOUNT
11 Providing & Fitting of 3wt LED lamp with holder of
Philips make in the counter as per direction of
engineer in charge .
Nos 8.00
Rate in words:-
DISMENTALLING THE EXISTING WIRING
1 Dismentalling
Removing existing wiring fitting fixture etc as per
direction in phase manner to not affecting the working
condition of the branch. Complete the job in all respect
i.e clening, removing the deamaged material out side
the premises as per instruction, including all labour.It
also include the tempory arrangement of power supply
and data as per instruction during the renovation work.
L.S
Rate in words:-
TOTAL
Total amount in words:-