Tender for Repairs and painting of CCI Flat no F 47 and allied area

भारतीय कपास िनगम िलिमटेड
THE COTTON CORPORATION OF INDIA LTD.
भारत सरकार का उपकर्म व
मंतर्ालय के अंतगर्त
(A Government of India Undertaking, Affiliated Ministry of Textiles )
िनगिमत पह्चान संख्या :U51490MH1971GOI1
पर्शासकीय एवं पंजीकृ त कायार्लय : कपास भवन , प्लॉट न.3ए, सेक्टर न.10, सी बी डी बेलापुर , नवी मुब
ं ई-400 614
Admn & Registered Office : Kapas Bhavan , Plot No. 3/A, Sector- 10, CBD Belapur, Navi Mumbai -400 614
दूरभाष् /PHONE:27579217 ⃘गर्ाम/GRAM:COTCORPIND ⃘ फै क्स/FAX:(022)27576030-9219-6069
E-mail: [email protected]
site: http://www.cotcorp.gov.in, http://www.ministryoftextiles.gov.in
No. CCI/HO/Estate/CBD/ Flat IT Colony/Kapas Bhavan /2014-15/
14.01.2015
िनिवदा सुचना
1. भारतीय कपास िनगम िलिमटेड , आईटी कालोनी, सेक्टर 21 व 22, सीबीडी बेलापुर, नवी मुंबई -400614 म िस्थत
सीसीआई फ्लैट एफ – 47 का मरम्मत और पिटग संब
कायर् कराने हेतु पर्िति त और अनुभवी एजिसय / फमर् /
िक्तय से
दो बोिलय पर्णाली म मोहरबंद िनिवदा आमंितर्त करताहै |
कर्.संख्या
िरक्त टडर
दस्तावेज मुल्य
कायर् का ब्यौरा
(रूपये म ).
I
आईटी कालोनी, सेक्टर 21 व 22, सीबीडी बेलापुर, नवी मुब
ं ई
-
कायर् आदेश जारी
करने के बाद कायर्
पूरा
करने की
तािरख
22245/-
30 days
िवना मुल्य
400614 म िस्थत सीसीआई फ्लैट एफ – 47 का मरम्मत और पिटग
संब
बयाना राशी
रूपये
कायर्
2. इछु क एजसी/ कं पनी
लोके शन भारतीय कपास िनगम िलिमटेड, कपास भवन , प्लॉट न.3ए, सेक्टर न.10, सी बी डी
बेलापुर , नवी मुंबई-400 614
म सोमवार से शुकर्वार कायार्लय समय म सुबह 10 बजे से शाम 5.30 बजे के बीच िद.
05.01.2015 से 21.01.2015 तक िनगम के कायार्लय से सुचना देकर देख सकते है । कायार्लय दुरध्वनी कर्मांक : 02227579217 िवस्तार कर्ं 620/402/481
3.
िनिवदा के िवस्तृत िनयम एवं शत के साथ एजसी / कं पनी अपना पर्स्ताव भारतीय कपास िनगम िलिमटेड् के पक्ष मे िकसी
भी अनुसुिचत बको म से तैय्यार बयाना राशी रूपये 22245/- (बाईस हजार दो सौ पतालीस के वल )का िडमांड डर्ाफ्ट/ पे
आडर्र /बकर चेक
िकया जायेगा ।
मुबंई पर देय
के साथ दे सकती है। अपेिक्षत िबना बयाना राशी के साथ आपका पर्स्ताव स्वीकृ त नही
4. इछु क एजसी/ कं पनी अपनी मोहरबंद िनिवदा अपराह्न 3:00 बजे िद. 22.01.2015 को या इसके पूवर् िनगम की चौथी
मंिजल पर रखी गई िनिवदा पेटी (टडर बॉक्स) कपास भवन , प्लॉट न.3ए, सेक्टर न.10, सी बी डी बेलापुर , नवी मुंबई400 614 मे डाल सकते है ।
5. पूवर् बोली बैठक िद. 15.01.2015 अपराह्न 2:30 बजे कपास भवन , प्लॉट न.3ए, सेक्टर न.10, सी बी डी बेलापुर , नवी
मुंबई-400 614 मे होगी ।
6. मोहरबंद िनिवदा दस्तावेज , िनन्मानुसार पर्स्तुत िकया जाना है
िलफाफा “ए “– (तकिनकी बोिल -1 एवं बयाना राशी), िलफाफा “बी “– िव ीय बोिल -2
िलफाफा “सी“–िलफाफा “सी “ म िलफाफा “ए “ और “बी” दोन होने चािहए ।
ं ई पर्त्येक िलफाफे पर “भारतीय कपास िनगम िलिमटेड , आईटी कालोनी, सेक्टर 21 व 22, सीबीडी बेलापुर, नवी मुब
400614 म िस्थत सीसीआई फ्लैट एफ – 47 का मरम्मत और पिटग संब
कायर् ”, अंिकत करे एवं और िलफाफे की बायी
तरफ िनिवदा कतार् का पूरा पता होना चािहए ।
7. पर्ा िनिवदा उसी िदन िद 22.01.2015 को अपराह्न 3:30 बजे उपिस्थत िनिवदा पर्ितिनधी के समक्ष खोले जायगे ।
िनगम कोई िनिवदा स्वीकर या अस्वीकार (सभी िनिवदा अस्वीकार ) करने का अपना अिधकार आरिक्षत रखता है ।
तथािप िनिवदाकतार् िनगम से उनके िनिवदा की अस्वीकृ त करने का कारण पुछ सकता है।
मुख्य महापर्बंधक(समन्वय )
भारतीय कपास िनगम िलिमटेड
THE COTTON CORPORATION OF INDIA LTD.
भारत सरकार का उपकर्म व
मंतर्ालय के अंतगर्त
(A Government of India Undertaking, Affiliated Ministry of Textiles )
िनगिमत पह्चान संख्या :U51490MH1971GOI1
पर्शासकीय एवं पंजीकृ त कायार्लय : कपास भवन , प्लॉट न.3ए, सेक्टर न.10, सी बी डी बेलापुर , नवी मुब
ं ई-400 614
Admn & Registered Office : Kapas Bhavan , Plot No. 3A, Sector- 10, CBD Belapur, Navi Mumbai -400 614
दूरभाष् /PHONE:27579217 ⃘गर्ाम/GRAM:COTCORPIND ⃘ फै क्स/FAX:(022)27576030-9219-6069
E-mail: [email protected]
site: http://www.cotcorp.gov.in, http://www.ministryoftextiles.gov.in
No. CCI/HO/Estate/CBD/ AC Units/Kapas Bhavan /2014-15/
14.01.2015
TENDER NOTICE
1. The Cotton Corporation of India Ltd., invites sealed tenders in two bid system from reputed & experienced
agencies /firms/individuals for Repairs and painting of CCI Flat no F 47 and allied area , situated at IT
Colony, Sector- 21&22, CBD Belapur, Navi Mumbai -400 614 .
Sr.
Particulars of the work
No
I
Blank Tender
document
NIL
Sector- 21&22, CBD Belapur, Navi Mumbai -400 614
2. Interested party may visit the location during all office working
a.m to 5:30p.m
after Issuance of Work
Rs.
Cost in Rs.
Repairs and painting of CCI Flat 47, situated at IT Colony,
Date of completion
E. M. D in
Order
22245/-
30 days
days i.e Monday to Friday between 10:00
from 02.01.2015 to 21.01.2015 by intimation to The Cotton Corporation of India Ltd. ,
Kapas Bhavan Plot No. 3A, Sector- 10, CBD Belapur, Navi Mumbai- 400 614
CCI Office contact No.
022-27579217 Extension No. 620/402/481
3. Earnest money amounting to Rs. 22245/- (Rupees Twenty Two Thousand Two Hundred Forty Five Only)
in the form of Crossed Demand Draft/Pay Order/Banker’s Cheque drawn on any of the scheduled Banks in
favour of THE COTTON CORPORATION OF INDIA LTD., payable at Mumbai must accompany the tender.
Any Tender not accompanied by the requisite Earnest Money, shall be summarily rejected.
4. The interested agency/Firm may submit their sealed tenders in the Tender Box
situated at 4th Floor ,
The Cotton Corporation of India Ltd. , Kapas Bhavan Plot No. 3A, Sector- 10, CBD Belapur, Navi Mumbai400 614 up to 3:00 p.m on or before 22.01.2015.
5. Pre Bid Meeting will be held on 15.01.2015 at 2:30 p.m venue at Kapas Bhavan Plot No. 3A, Sector- 10,
CBD Belapur, Navi Mumbai- 400 614
6. Sealed Tender documents may be submitted as under:
Envelope A– (Technical bid-I with all enclosures and EMD) , Envelope B - (Financial bid-II)
Envelope C: Envelope “C” should contain both Envelope “A” & Envelope “B”
Each envelope be subscribed as “Tender for Repairs and painting of CCI Flat no F 47 and allied area ,
situated at IT Colony, Sector- 21&22, CBD Belapur, Navi Mumbai -400 614, and should bear the full
address of tenderer at left side bottom of the envelope.
7. Tenders shall be opened on the same day i.e. on 22.01.2015 at 3.30 p.m. in the presence of tenderers who
may wish to remain present.
Corporation reserves its right to accept or reject any tender (s). However, tenderer may seek the
reasons for rejection of their tender from the Corporation.
CGM (Co-ordination)
भारतीय कपास िनगम िलिमटेड
THE COTTON CORPORATION OF INDIA LTD.
भारत सरकार का उपकर्म व मंतर्ालय के अंतगर्त
(A Government of India Undertaking, Affiliated Ministry of Textiles )
िनगिमत पह्चान संख्या :U51490MH1971GOI1
पर्शासकीय एवं पंजीकृ त कायार्लय : कपास भवन , प्लॉट न.3ए, सेक्टर न.10, सी बी डी बेलापुर , नवी मुब
ं ई-400 614
Admn & Registered Office : Kapas Bhavan , Plot No. 3A, Sector- 10, CBD Belapur, Navi Mumbai -400 614
दूरभाष् /PHONE:27579217 ⃘गर्ाम/GRAM:COTCORPIND ⃘ फै क्स/FAX:(022)27576030-9219-6069
E-mail: [email protected]
site: http://www.cotcorp.gov.in, http://www.ministryoftextiles.gov.in
TENDER DOCUMENT FOR
REPAIRS AND PAINTING OF CCI FLAT F-47 , SITUATED AT IT COLONY,
SECTOR- 21&22, CBD BELAPUR, NAVI MUMBAI -400 614
TECHNICAL BID- I
INDEX
Sr.No.
Particulars
1
CHECK LIST OF SELF ATTESTED
Page No.
1
DOCUMENTS
2
Submission of tender and Declaration
2
2
General Terms and Conditions of the Tender
3-5
3
Eligibility Criteria For Evaluation Of Tender
6
1
CHECK LIST OF SELF ATTESTED DOCUMENTS
Please make tick () Mark
1. a, Blank tender document purchased from office
b. Tender document down loaded from web site enclosed blank
Yes
No
Yes
No
Yes
No
Yes
No
Yes
No
Yes
No
Yes
No
tender documents cost
2. Earnest Money Deposit Amount of Rs.22245/- in favour of The
Cotton Corporation of India Ltd., Mumbai is enclosed.
3. Registration of various authorities and their Nos. for Eligibility
Criteria (Self attested Copies of the same shall be enclosed)
a. Service Tax No.
b . PAN under Income tax authority (Govt of India),
4. Copies of completion certificates/ work orders to be attached.
a.
Three similar completed works costing not less than the amount
of equal to Rs.3.56 Lakh each
OR
b. Two similar completed works costing not less than the amount of
equal to Rs.4.45Lakh each
OR
c.
One similar completed works costing not less than the amount of
equal to Rs.7.12 Lakh
Signature and seal of Tenderer
Name
Capacity /authority to sign
Full address:
2
Date:__________
To,
The Cotton Corporation Of India Ltd.,
Kapas Bhavan, Plot No.3A, Sector-10,
CBD, Belapur
Navi Mumbai- 400614
Sub: Submission of tender for “Repairs and painting of CCI Flat F-47, situated at IT Colony, Sector- 21&22,
CBD Belapur, Navi Mumbai -400 614” and DECLARATION
Dear Sir,
1
I/We have read and understood all the terms & conditions of the tender and other
instructions and hereby undertake to abide by them.
2
I/We are enclosing herewith, Demand Draft/ Pay Order No. ______________ dtd.
________ in your favour, towards earnest money deposit of Rs.22245.00
3
I/We have filled and signed each page of the tender documents and the same are
enclosed here with.
4
I/We hereby declare that tender documents have been downloaded from CCI
website www.cotcorp.gov.in and it is submitted in original without any
alterations/modifications/deletions/additions. I/we are enclosing tender documents
cost of NIL
Signature and seal of tenderer
Name
Capacity /authority to sign
Full address:
3
SCOPE OF WORK
1. The scope of this tender covers the furnishing of all materials, equipment, plant, labour scaffolding company
applicator, transport, tools and services for the works of Repairs and painting of CCI Flat F-47, situated at
IT Colony, Sector- 21&22, CBD Belapur, Navi Mumbai -400 614 as per Bill of quantity.
2. The quantum of work involved is given in the bill of quantities, however it shall be clearly understood that the
quantities are only approximate and meant for the purpose of tender comparison only and no claim
whatsoever, will be entertained by the OWNER if the actual quantities of work differ from those indicated in
the schedule or if any items of work are deleted from the schedule either partly or wholly, nor shall any claim
be put forward by the contractor on grounds of overheads and or loss of anticipated profit etc.
3. The item rates quoted in the bill of quantity should also remain valid for a 25% (Quantum of work) Plus or
minus variation in the quantity of work awarded and plus or minus 10% of total contracted value.
4. The work should be carried as per approved scope of work listed in the Bill of Quantity”. Should there be any
circumstances warranting change in the scope of work, then same should be effected only after prior written
approval of the Competent Authority.
TERMS AND CONDITIONS:
1. Party/ tenderer shall visit the site before giving its bids, to avoid any confusion.
2. The offer shall remain valid for a period of 30 days from the last date of opening of tenders.
3.
Evaluation of technical Bid-I shall be as per elegibility criteria and finacial Bid-II of the tenderer shall be
opened only if it qualifies the technical Bid-I .
4. Earnest Money deposit amounting to Rs.22245/- (Rupees TWENTY TWO
HUNDRED FORTY FIVE
scheduled
THOUSAND TWO
only) in the form of Crossed Demand Draft/Pay Order drawn on any
Banks in favour of The Cotton Corporation of India Ltd., payable at Mumbai must be
accompany the technical Bid-I
5. The sucessful tenderer shall have to make payment of 10 % value of the work order towards sceuirity
deposit. 50 % of the sceurity depsoit inclusive of EMD shall be made within 5 working days from the
date of work order and balance 50 % shall be recovered from the Bill of the tenderer.
6. If the tenderer neglects or refuses for their rates quoted after submission of their tender to comply with
the above conditions or any of them, the earnest money deposit already paid shall be forfeited. This is
applicable in case of the party surrenders it self
himself from their rates quoted and not ready to
execute even if fit for award of work by the corporation or back out from the work by keeping it
incomplete.
7. All the approved rates shall be inclusive of all material, labour, transportation, taxes (including service
tax), scaffolding etc. complete. The quoted rate shall be in Indian currency i.e. in Rupees. Bidders are
required to quote prices individually both in figures as well as in words for each item in the Bills of
Quantities and Sub Head totals in the Summary Sheet and Form of Tender. The amount of each item
should be worked out and the requisite total given. Special care shall be taken to write rates in figures as
well as in words, and the amounts in figures only in such a way that interpolation is not possible. The
total amount shall be written both in figures as well as in words.
8. Complete work as per technical specifications should be completed within 30 days from the date of issue
of order. If work is not completed within stipulated period then penalty @ rate of 0.5 % will be imposed
on per week basis delay subject to a maximum of 10% of total amount of the work order.
4
9. The above mentioned works to be carried-out without hampering normal office work preferably beyond
normal office working hours and also on Saturday, Sundays and closed holidays.
10. Bidders are required to quote prices individually both in figures as well as in words for each item in the
Bills of Quantities and Sub Head totals in the Summary Sheet and Form of Tender. The amount of each
item should be worked out and the requisite total given. Special care shall be taken to write rates in
figures as well as in words, and the amounts in figures only in such a way that interpolation is not
possible. The total amount shall be written both in figures as well as in words.
11. All the columns of the tender shall be duly, properly and exhaustively filled in. Any cutting/over writing etc. in
the tender must be signed by the person who is signing the tender. The rates and units shall not be
overwritten. The financial part in the bid shall always be both in figures and words. In case of discrepancy in
words or figures, the amount written in figure will be treated as final.
12. While submitting the tender, if any of the prescribed conditions are not fulfilled or are incomplete in any form,
the tender is liable to be rejected. If any Tenderer stipulates any condition of his own, such conditional tender
is liable to be rejected.
13. Only substantially responsive Bids will be checked by the Owner for any arithmetic errors. Errors will be
corrected by the Owner as follows :
i. In case of lump-sum bid, if there is any discrepancy between the offer quoted in figures and in words, the
lower of the two will be treated as the offer.
ii. In case of item rate bid, if there is any discrepancy between the rates in figures and in words, the rate in
words will govern and where there is discrepancy between the unit rate and the line item total, resulting
from multiplying unit rate by the quantity, the unit rate as quoted will govern.
iii. If there is any arithmetical error in totaling of individual items, the correct total shall be computed by the
Owner and the same shall govern.
14. No escalation clause shall be considered for any rise in material, labour or other inputs etc. etc.
Similarly, no extra unit rate shall be considered in case of increase or decrease in quantity of individual
items. The party shall have to complete the same with in the accepted rates.
15. The electricity and water will be given free of cost to the contractor from the available source. In case it is
not available then the contractor shall have to make their own arrangement for the same to avoid the
delay in completion of work.
16. The tenderer will have to make full proof arrangements of erecting required scaffolding up to height of
slabs & walls for the work.
17. The corporation shall release payment of work in one single bill including full and final bill after the
satisfactory completion of work and submission of bill.
18. The work will be executed as per the work order and as per the directions of the Engineer In-Charge.
19. Extension of time for completion of work shall not be granted except for natural calamities and other
unseen reasons. For any damage or injury to any third party or labour is the sole responsibility of the
contractor and the Corporation is not responsible for any payment of compensation. The contractor is
fully responsible of all such risks and compensation.
5
20. The defect liability period of 12 months shall be from the date of completion of works as certified by the
Engineer In Charge. The security deposit of 10 % of the
total value of work done during this work will
be withheld with the corporation till the satisfactorily completion of defect liability period.
21. In case of any dispute or difference arising out of or in relation to this work, same shall be governed by
The Arbitration & Conciliation Act 1996. An Arbitrator (other than an employee of the Corporation) to be
appointed by the Competent Authority of The Cotton Corporation of India Ltd., whose decision shall be
final and binding upon the parties.
22. The legal jurisdiction for the purposes of this sale shall always be at Navi Mumbai.
SIGNATURE AND SEAL OF TENDERER
6
Technical Eligibility Criteria for tenderers :
1. Name of the firms:
M/s. _________________________________________
Official Address:
___________________________
_________________________________________
City: -___________________ PIN: - _______________
Tel.No. _______________ (O) _______________(R )
Mobile No. __________________________________
Email. ______________________________________
2. Earnest Money Deposit Amount & their details:
Rs. ________ (Rupees _____________________________)
Drawn on ____________________________________
Vide DD/PO No. _____________________________
In favour of The Cotton Corporation of India Ltd., Mumbai is
enclosed.
3. a. Service Tax No
A. Service Tax No. ________________
b. PAN under Income tax authority (Govt of India),
B. PAN No.
_____________________
(Self attested Copies must be enclosed)
4. The intending Tenderer must have in its name as
I.
having
a.
Name of the Agency: __________________.
successfully completed similar nature of works
b.
Address of Work & Location :_________________________
during last Five years ending last day of month
c.
Date of award of work : __________________.
previous to the one in which tenders are invited,
d.
Value of Work done : Rs._________________.
should be either of the following:
e.
Date of completion: ___________________
prime
a.
contractor
experience
of
Three similar completed works costing
II.
not less than the amount of equal to
a.
Name of the Agency: __________________.
Rs.3.56 Lakh each
b.
Address of Work & Location :_________________________
c.
Date of award of work : __________________.
Two similar completed works costing not
d.
Value of Work done : Rs._________________.
less than the amount of equal to Rs.4.45
e.
Date of completion: ___________________
Lakh each
III.
OR
a.
a.
Name of the Agency: __________________.
One similar completed works costing not
b.
Address of Work & Location :_________________________
less than the amount of equal to Rs.7.12
c.
Date of award of work : __________________.
Lakh
d.
Value of Work done : Rs._________________.
OR
b.
e. Date of completion: ___________________
(Self attested Copies of completion certificates /work orders issued by the concerned departments/firms/agency, shall be enclosed)
Pl. Note :

Self-attested copies wherever required, must be enclosed otherwise tenderer shall be deemed not eligible.

The similar works means civil and allied works.

The
Tenderers
must
submit
the
self-attested
copies
of
work
execution
certificates
as
issued
by
concerned
departments/firms/agencies clearly stating the date of award of work, schedule date of completion, value of contract, name of work,
location etc.
भारतीय कपास िनगम िलिमटेड
THE COTTON CORPORATION OF INDIA LTD.
भारत सरकार का उपकर्म व
मंतर्ालय के अंतगर्त
(A Government of India Undertaking, Affiliated Ministry of Textiles )
िनगिमत पह्चान संख्या :U51490MH1971GOI1
पर्शासकीय एवं पंजीकृ त कायार्लय : कपास भवन , प्लॉट न.3ए, सेक्टर न.10, सी बी डी बेलापुर , नवी मुब
ं ई-400 614
Admn & Registered Office : Kapas Bhavan , Plot No. 3A, Sector- 10, CBD Belapur, Navi Mumbai -400 614
दूरभाष् /PHONE:27579217 ⃘गर्ाम/GRAM:COTCORPIND ⃘ फै क्स/FAX022)27576030-9219-6069
E-mail: [email protected]
site: http://www.cotcorp.gov.in, http://www.ministryoftextiles.gov.in
TENDER DOCUMENT FOR
REPAIRS AND PAINTING OF CCI FLAT F-47 , SITUATED AT IT COLONY,
SECTOR- 21&22, CBD BELAPUR, NAVI MUMBAI -400 614
FINANCIAL BID- II
INDEX
Sr.No.
Particulars
1
BILL OF QUANTITY
Page No.
1-5
1
NAME OF THE WORKS : Repairs and painting of CCI Flat F-47, situated at IT Colony, Sector- 21&22, CBD
Belapur, Navi Mumbai -400 614
BILL OF QUANTITY
Sr.No
Particulars
I
II
Unit
Qty
III
IV
Miscellaneous work
A
Removal of existing Flooring/Wall/ Platform tiles of Flat area ,
1
providing & fixing by approved make, shade & colour
/wall/ platform tiles
including disposal of debris
floor
from the
premises at appropriate dumping place etc complete
a
b(i)
Hall & passage Ceramic floor Tiles
Polish kota at Kitchen & first floor , passage & terrace and
Sq.m
44
sq.m
45
corridor of F47 corroidor and front passage , first floor terrace
(ii)
Wall glazed tiles at Kitchen of F47
sq.m
15
(iii)
Bed room Gr. Floor , Bed rooms First floor and passage
sq.m
60
LS
2
LS
1
Nos
1
Nos
1
ceramic flooring
(iv)
Wc/Bath (toilet area)
antiskid flooring and wall glazed tiles
(ground floor and first floor of F46- 2nos ) ,
The above scope
work involved for making concealed drain out , nahani trap and
water proofing etc complete No extra charges will be paid for
internal touch up plaster and Waterproofing at floor level . The
scope of work involved providing and fixing of CPVC consealed
plumbing pipeline for washbasin, mixers, geyser, shower and
out lets nahaini traps, bottle traps for washbasin etc. Also,
providing and fixing
plumbing accessories like angle and bob
cock, stopcock, shower, mixer , bottle traps, nahni traps , Hand
frost and Jet spray , Sanitary fitting and fixtures
like Water
Closet (Indian/EWC) of approved make and shade , cover, SS
soap box, SS Towel rod, etc complete
(v)
Kitchen Area F47 : Removal of Existing kitchen sink, and pipe
line and Providing and fixing of CPVC consealed
plumbing
pipeline for kitchen sink , Water filter line (Aqua), necessary
waterproofing at Nahini trap area etc complete . The scope also
involved provision of SS good quality sink with necessary
accessories fixing, Flexible pipe , Angle/Bib cocks/ stop cock/
Handle cock , fitting for Aqua filter
and Providing L- shape
Kitchen Platform top with Black Granite etc complete .
Removal/Dismantling of Existing Doors/windows of flat area,
2
providing and fixing new one ,
disposal of debris etc from the
premises at appropriate dumping place etc complete .
2a(i)
Flush Door with both side laminate at Hall- 1 Nos , framing
necessary hard wear, heavy duty Hinges locking arrangements
of Godrej latch, eye hole Brass Handles , tower Bolts , Aldrop
inside and outside etc complete
ii)
Double shutter Flush Door with both side synthetic enamel
even paints of approved
hardware,
make and colour
heavy duty Hinges ,
,
necessary
Brass Handles ,
locking
arrangements like tower Bolts , Aldrop inside and outside etc
complete
Unit rate in Rs
V
VI
Amount in Rs
VII
2
iii)
single shutter Flush door with both side synthetic enamel
even paints of approved make
hardware,
and colour
heavy duty Hinges ,
,
Nos
6
Nos
1
Nos
2
Nos
3
Ls
1
LS
1
Nos
7
Nos
1
Nos
2
necessary
Brass Handles ,
locking
arrangements like tower Bolts , Aldrop inside and outside etc
complete necessary hardware , heavy duty Hinges
Handles (ss coating) with
make , tower Bolts ,
locking arrangements of
Brass
Godrej
etc complete Bed rooms -3, kitchen_1,
Terrace -2, with necessary hardware etc complete .
iv)
Both side laminate single shutter Flush door with SS Jali at
appropriate location , necessary hardware , heavy duty Hinges
Brass Handles (ss coating) with
locking arrangements of
Godrej make ,safety chain , tower Bolts ,
etc complete
Hall
safety door
v)
P/f Fixing
Readymade Aluminum section framing PVC door
with Hinges , tower bolts inside and outside of approved make
and colour at Toilets , P/f Black Granite double door framing
for Door etc complete F47 _ 2 Nos
b
Attending the existing collapsible Doors making functional ,
painting in even shade with one coat of redoxide and black
synthetic enamel of approved make etc complete
Corridor
Gr.-1, First Floor-2
c
Attending the window grills , painting in even shade with one
coat of red oxide and black synthetic enamel of approved make
etc complete
d
Removal of existing monkey ladder and providing and Fixing
MS ladder at appropriate location , painting in even shade with
one coat of red oxide and black synthetic enamel of approved
make etc complete
e
Al. Glazed Windows
i)
Windows Hall -1+1=2 , Gr floor Bed -2, First floor Bed rooms –
2+1=3, Aluminum (Anodized sections) Glazed with Tinted glass
, sliding , locking arrangements Granite framing etc complete .
The necessary provision for Window Ac units section shall be
made . etc
ii)
Kitchen with necessary arrangement for Exhaust fan units etc
complete . The item is as per e(i).
iii)
Toilet
Al. Glazed Lowered windows section with frosted glass,
with necessary arrangement for Exhaust fan units etc complete.
2 Nos at Flat No F47
Removal of Loose /bulged plaster and Providing and applying
3
new plaster at wall/ceiling surface , curing coat ,
bonding
chicken wire mesh , disposal of debris etc from the premises at
appropriate dumping place etc complete . The scope of work
involved, required scaffolding , tools etc
. Area covered for
Hall , Passage, Kitchen , near by area , first floor terrace ,
ground floor Corridor and top terrace etc complete .
a
Internal
sq.m
200
b
External
sq.m
100
3
4
Removal of existing syntax
water tank situated at terrace ,
LS
1
LS
1
LS
1
sq.m
400
sq.m
480
sq.ft
350
Sq.ft
370
plumbing connection, pipe line etc complete and Providing and
fixing new one of same capacity , necessary plumbing GI Pipe
line and fittings of C class
for smooth functioning of water
supply line at appropriate locations like kitchen, toilets etc .
(Excluding Internal Plumbing line/fittings of Kitchen, Toilets ) ,
Brass float Ball & fittings etc . The above scope of work also
involved disposal of debris , syntax tax , damaged pipeline
/fittings from the premises at appropriate dumping locations for
Flat No F47
5
Provision and fixing of Wardrobe of approximate 10’ x 3 ‘ in
the kitchen area with commercial ply of appropriate thickness
good quality of approved make , laminate of make and
shade/colour on external surface and internal surface shall be
with polished of even shade , good quality handles . hinges etc
complete . The above scope is involved necessary fixing at Wall
to sustain the said wardrobe with necessary kitchen utensil
storages etc .
5a
Providing and making shutters to the area below the kitchen
platform. The Details of item is same as per No5.
6
Removal of existing paints at wall/ceiling/column/beams, crack
filling for Preparing surface for painting by applying lommbby/
putti ,primer coat and applying
even shade internal Oil Bound
distemper paints of approved make, colour
etc complete . The
above scope of work involved necessary tools, tackles, material,
labour, scaffolding, transportation and disposal of debris from
the premises at appropriate dumping place etc complete. For
Flat No 47
7
Removal of existing
vegetative growth/paints at External
surface of wall/ceiling/column/beams and preparing surface for
painting
with
crack filling ,primer coat and applying
even
shade External waterproofing paints of approved make, colour
etc complete . The above scope of work involved necessary
tools, tackles, material, labour, scaffolding, transportation and
disposal of debris from the premises at appropriate dumping
place etc complete. For Flat No F47
8
P/f
AC Roof sheet roofing
vertical and 1~1/2 ‘’
angles
shed with
GI C class Pipe 2’’
Horizontal (Purling) supports
, cleat
at Terraces , ground floor Corridors with necessary
design by taking into consideration of wind/rains intensity
,
bottom supports with Chequerd plate , concrete pedestal, etc
complete. The scope of work involved submission of structural
stability certificate from Professional structural consultant. F47
ground floor Corridor
9
Fixing of Protection grills at Appropriate location with cutting,
welding, red oxide and even shade painting with synthetic
enamel paints of approved make etc. The rate shall be for
labour , tools and tackles , machinery , painting and required
supports etc at F47.
Sub Total of A
B
Providing and fixing Electrical wiring, fitting fixtures and allied
works at Flat No F47
1
6 A Switch Anchor or equivalent
No
37
2
6 A Socket Anchor or equivalent
No
9
4
3
10 A Fuse Anchor or equivalent
No
9
4
16 A Combined Socket Anchor or equivalent
No
7
5
6 A Indicator Electrical Lamp Anchor or equivalent
No
7
6
400 W Fan regulator Anchor or equivalent
No
6
7
8x10 PVC Board Presto plast or equivalent
No
7
8
7x8 PVC Board Presto plast or equivalent
No
3
9
Angel Holder Anchor or equivalent
No
11
10
Ceiling roze Anchor or equivalent
No
7
11
1”
No
55
casing caping
PVC Patti
of 6’ each
Presto plast or
equivalent
11a
Angle, tee , L Presto plast or equivalent
No
40
12
1.5 sq.mm PVC insulation fexible copper wire Ploycab or
Bundle
3
Bundle
1
Bundle
2
equivalent
13
4 sq.mm PVC insulation fexible copper wire Ploycab or
equivalent
14
2.5 sq.mm PVC insulation fexible copper wire Ploycab or
equivalent
15
Calling Bell Anchor or equivalent
No
1
16
6 A bell Push Pull Switch Anchor or equivalent
No
1
17
4 ft tube light fitting ٛ asingٛ set (Philips)
No
7
18
25/8 wooden screw for ٛ asing
Pocket
2
capping Presto plast or
equivalent
19
50/8 wooden screw for casing capping
Pocket
1
20
3’’x3’’ PVC square box Presto plast or equivalent
No
24
21
PVC wire tape for joints Anchor or equivalent
No
2
22
14 watt CFL lamp Philips
No
9
23
Two way 6A switch Anchor or equivalent
No
4
24
36’’ Side Tube lights fitting 4 ft and fixtures
No
3
No
6
25
combined fitting set (Metal) for Air-conditioning
unit and
geysers unit Anchor or equivalent
26
ELCB 40 Amps 2pole IndoAsian or equivalent
No
1
27
RCB 40 Amp 2 pole Indo Asian or equivalent
No
1
28
MCB single pole 20 Amp Indo Asian or equivalent
No
7
29
MCB single pole 16 Amp Indo Asian or equivalent
No
2
30
Glass Box unit for MCB, RCB, ELCB (Indo Asian or equivalent)
No
1
Restoration of Single Phase Electrical Energy meter As per
No
1
No
1
No
5
31
MSED approved )
32
Box cabinate for fixing of
Single Phase Electrical Energy
meter with MCB unit complete Indo Asian or equivalent)
33
Ceiling Fan 48’’ Crompton greaves
(double ball bearing, High
speed decorative ) Crompton Greaves or equivalent
34
Ceiling Fan 24’’ Crompton Greaves or equivalent
No
1
35
Exhaust Fan 12’’x12’’ unit Unique or equivalent
No
1
36
Wall Fan Crompton Greaves or equivalent
No
1
37
geyser Instant (recold make) Recold or equivalent
No
2
38
Telephone Wire CAT 6 (4pair )
RMT
50
39
Television cable
RMT
50
5
Casing capping Pattie for telephone and TV (1’’ ) of 6’ feet
40
Nos
15
each
41
Rawl plugs grips 8x10
Pockets
6
42
2 C flexible wire for fan fitting /tube lighting connection
RMT
12
43
P/f Al Curtain rod of approved shade at 7 Nos Windows
LS
1
44
P/f Al Curtain rod of approved shade at Hall passage
LS
1
45
Exhaust Fan 6''x6'' unit
No
2
sq.ft
1400
Subtotal for B
P/f
C
AC Roof sheet roofing
shed with
GI C class Pipe 2''
vertical and 1~1/2 '' Horizontal (Purling) supports , cleat angles
at
with necessary
design by taking into
consideration of wind/rains intensity
Terraces ,
, bottom supports with
Chequerd plate , concrete pedestal, etc complete. The scope of
work involved submission of structural stability certificate from
Professional structural consultants. F47 and allied area
D
Reconnection of electrical supply from MSEB
LS
1
LS
1
Total A+B+C+D
E
Less Buy-Back
NET VALUE
Total Value (In words Rupees.____________________________________________________________________________) Pl. Note:
1.
The unit rate shall be inclusive of all materials, Taxes including service taxes etc as applicable, labours, tool equipments,
Scaffolding, clearing and cleaning of debris, vegetative growth of the flat and its nearby area, disposal from the premises
and dumping at appropriate dumping place etc. complete.
2.
Only substantially responsive Bids will be checked by the corporation for any arithmetic errors. Errors will be corrected
by the Owner as follows :
i.
In case of lump-sum bid, if there is any discrepancy between the offer quoted in figures and in words, the lower of the
two will be treated as the offer.
ii.
In case of item rate bid, if there is any discrepancy between the rates in figures and in words, the rate in words will
govern and where there is discrepancy between the unit rate and the line item total, resulting from multiplying unit
rate by the quantity, the unit rate as quoted will govern.
iii.
If there is any arithmetical error in totaling of individual items, the correct total shall be computed by the Owner and
the same shall govern.
3.
Net Value will decide L-1 Tenderer.
I /We hereby agree to execute the work on the rates as mentioned above by me/us in the Bill of quantity complying with the
tender Terms and conditions of contract of the corporation.
Signature and seal of Tenderer
Name
Capacity /authority to sign
Full address: