BANK OF INDIA Tender Pokaran.pdfTOWERS, AKHLIYA CHORAHA,CHOPASANI ROAD, JODHPUR 342 004 ,on or...

13
BANK OF INDIA JODHPUR ZONE SPECIFICATIONS & BID DOCUMENTS : FOR SUPPLY , INSTALLATION , TESTING AND COMMISSIONING OF AIRCONDITIONING SYSTEM AT POKARAN BRANCH DISTRICT JAISALMER EMPLOYER : BANK OF INDIA JODHPUR ZONAL OFFICE JASODA TOWERS, AKHLIYA CHORAHA, JODHPUR 342 004 TEL: 0291-2659643/2659646 Email: [email protected] TENDER ISSUED TO : M/S LAST DATE : 29.6.2016 : 1500 HRS EARNEST MONEY : Rs. 5,000.00 COST OF TENDER : Rs. 500.00 ARCHITECTS ANIL ASSOCIATES ARCHITECTS, PLANNERS, ENGINEERS, INT. DESIGN CONSULTANTS AA HOUSE C-330 SARITA VIHAR NEW DELHI 110 076. TEL: 2694 1291, 2694 1292 FAX: (011) 2694 1292 Email : [email protected]

Transcript of BANK OF INDIA Tender Pokaran.pdfTOWERS, AKHLIYA CHORAHA,CHOPASANI ROAD, JODHPUR 342 004 ,on or...

BANK OF INDIA

JODHPUR ZONE

SPECIFICATIONS & BID DOCUMENTS :

FOR SUPPLY , INSTALLATION , TESTING AND

COMMISSIONING OF AIRCONDITIONING SYSTEM

AT POKARAN BRANCH DISTRICT JAISALMER

EMPLOYER : BANK OF INDIA JODHPUR ZONAL OFFICE JASODA TOWERS, AKHLIYA CHORAHA, JODHPUR 342 004

TEL: 0291-2659643/2659646

Email: [email protected] TENDER ISSUED TO : M/S

LAST DATE : 29.6.2016 : 1500 HRS

EARNEST MONEY : Rs. 5,000.00

COST OF TENDER : Rs. 500.00

ARCHITECTS

ANIL ASSOCIATES

ARCHITECTS, PLANNERS, ENGINEERS, INT. DESIGN CONSULTANTS

AA HOUSE

C-330 SARITA VIHAR

NEW DELHI 110 076.

TEL: 2694 1291, 2694 1292

FAX: (011) 2694 1292

Email : [email protected]

Air Conditioning work-Bank of India-Pokaran Branch District Jaisalmer Sealed item rate tenders are invited on behalf of:

Zonal Manager

Bank Of India

Jodhpur Zone

Jodhpur

a) Name of the work : Air Conditioning Work

b) Location of Work : POKARAN Branch

c) Time of Completion: 15 days from the date of issuance of the work order /go ahead instruction.

d) Earnest Money: Rs 5,000/-(Rupees FIVE THOUSAND only)to be deposited in the form of Crossed

Demand Bank Draft /Pay order /Bankers Cheque drawn in favour of BANK OF INDIA,

JODHPUR No interest will Be paid on the Earnest Money deposit

e) Cost of Tender document: Rs 500/-(Rs.Five Hundred only) per set of tender document

(Non-refundable) to be deposited in the form of Pay order favoring Bank of India, Jodhpur

f) Availability of Tender Documents:

From Banks Websitewww.bankofindia.co.in /tenders / Rajasthan Zone under head tenders.

Issue of Tender Document from:-14-06-2016 to 29-06-2016.

g ) Submission of tenders to: At the ZONAL OFFICE : BANK OF INDIA, Jodhpur Zone JASODA TOWERS, AKHLIYA CHORAHA,CHOPASANI ROAD, JODHPUR 342 004 ,on or before 29-06-2016 till 3:00 PM

H) Opening of Tender: - At the ZONAL OFFICE : BANK OF INDIA, Rajasthan Zone on 29-06-2016 at 3:30 PM

I)Mode of submission of Tender:-

The tender shall be submitted in accordance with the procedure detailed herein. Specified documents shall be submitted in

sealed envelope of appropriate size, each of which shall contain thefollowings.

i) Envelope marked No.1: shall contain Tender Cost ,E.M.D. and

Commercial term & condition,Brochure of proposed machines -of

tender furnished in the specified form signed & stamped on each pages,

including authorization of dealer ship,Sales and service dealer Certificate

ii) Envelope marked no.2:shall contain only the priced tender with covering letter and the

prices should be valid for three calendar months

letter and the prices should be valid for Three calendar month..

iii) Envelop No. 3 : Envelop marked nos. 1 & 2 shall be put in a large envelop of adequate size marked No. 3, which shall be properly sealed .This envelop shall be endorsed on the outside face. “ TENDER FOR AIRCONDITIONING WORKS FOR BOI POKARAN BRANCH” 1. Validity of tender : Three month from the date of opening of tender .

2. The employer does not bind it to accept the lowest tender and reserves to itself the right to reject any of all the tenders received without assigning any reason/s thereof & any conditional tender will not be accepted . The notification of award of contract will be made to the successful tender in writing by the consultant. Thanking you Yours faithfully ZONAL MANAGER BANK OF INDIA JODHPUR ZONE

GENERAL INSTRUCTIONS FOR TENDERERS 1.1 Sealed item rate tenders are hereby invited from Manufacturers for Supply, Installation, Testing

and Commissioning of AIRCONDITIONING SYSTEM at the above premises. In case of a Dealer

quoting the tender, an Authority letter from the Manufacturer clearly stating that “the

Manufacturer stand guarantee & is responsible for this AC System work as a whole and the

Dealer, which is being authorized to quote on their behalf, must be attached along with the Tender,

without which the Tender would be rejected.

1.2 The tenderer should study the tender documents carefully and understand the conditions, drawing, specifications etc. before quoting 1.3 The tenderer should visit the site and acquaint himself with site conditions, availability of water, electricity, approach roads , shelters etc for carrying out the work and his staff/labour etc since these are to be provided by the tenderer at his risk and cost.

1.4 The tenderer should quote all items in the tender schedule. The rates should be expressed both in figures

and in words. In case of discrepancy between the two, the rates expressed in words will prevail. Similarly if there is any discrepancy between the unit rate and the amount , the unit rate will prevail.

1.5 The rates quoted should be INCLUSIVE of all material, labour, water, electricity, power equipment, tools, tackles, lifts, leads, scaffolding, FULL RATE OF EXCISE, CUSTOM, OCTROI,

SALES/WORKS CONTRACT TAX , INCOME TAX, ROYALTIES etc . All Taxes/duties/ statutory levies in respect of this contract, prevailing at the time of tender or during execution of the work shall be totally payable by the contractor. NO claim in this respect shall be entertained by the Bank.

1.6 The rates quoted shall be valid for a period of 3 months from the date of opening of tender documents,

herein after referred to as the “Validity period”. Once the quotation is accepted, the rates quoted shall

be

final till the entire work is completed in all respects. NO PRICE VARIATION clause will be allowed in

the contract.

1.7 The tender containing additional conditions or which do not fulfill all or any of the conditions or those which are incomplete in any respect are liable to be rejected. 1.8 The customer is not bound to accept the lowest tender and reserve the right to reject any tender without assigning any reason whatsoever.

The right of acceptance of the tender will rest with the customer, who shall have the right to reject any or

accept any part of the tender received and the tenderer shall be bound to perform the same at the quoted

rates. Bank has the right to revoke the tender notice at any time and cannot be held responsible for any

expenses incurred by a person in connection with the preparation of the tenders.

1.9 The contractor shall make his own arrangement to get the material at site, store & use them as necessary and shall cover himself/itself for any risk or loss thereof at his/its cost.

2.0 TENDER DOCUMENTS TO BE RETURNED BACK WITH ALL THE PAPERS DULY SIGNED

& STAMPED IN ALL PAGES”

SECTION – 1

SPECIAL CONDITIONS OF CONTRACT

AIR-CONDITIONING WORK

1.0 Work shall be done as per CPWD and ISI Specifications for air-conditioning 1977 amended upto date . i. In the event of any discrepancy between the Specifications as mentioned under Technical Specifications

and as given in the Specifications as mentioned above. The specifications under Technical specifications shall

prevail. ii) The relevant latest IS Specifications, Codes of Practice shall be followed if the Specifications for the item is not available in the Specifications as mentioned above or in Technical Specifications in the agreement. iii) In case of any discrepancy, the decision of the Architect Ms/ Anil Associates, shall be final and binding

1.1 SHOP DRAWINGS

The successful bidder shall have to submit all shop drawings within 5 days in stages from the date of issue of letter of intent to the Architects for approval.

The list of shop drawings shall be as follows:

a. Detailed duct layout plans for each area.

b)

c)

Refrigerant piping route Condenser / Evaporative unit location.

c. Electrical panel and control scheme d. Foundation details. h. Any other detailed drawings required for the system.

1.2. The owner do not bind themselves to accept the lowest or any tender and reserve the right with themselves to accept or reject any or all the tenders in whole or in part without assigning any reason for doing so.

1.3.1 Each tender should be signed by the person having the power of attorney to sign. Bill of quantities should be

signed and returned. If the tender is made by or on behalf of a Company incorporated under the Companies Act of

1956. it shall be signed by its Executive, authorized to sign or on their behalf shall bear the official seal of the

Company and accompanied by a Photostat copy of Power of Attorney. If the tender is made by an individual, it

shall be signed with his full name and address, if made by a Firm, it shall be signed under the partnership of the Company name by a Member of the Firm, who shall sign his own name and give the name and address of each Partner / Directors of the Firm and attach the copy of the Power of Attorney with the tender.

1.4. The contractor must acquaint / acquire themselves with the site conditions, means of access to the work, local

conditions and all matters pertaining thereto. It shall be the contractor’s responsibility to obtain all necessary information

required for quoting the above tender and for entering into a contract. The detailed drawings and specifications available

with the document / with the owner must be studied and examined carefully by the bidders before submitting their offers.

This site is finished with all light fixtures, fittings and False ceiling and is ready to move in. The contractor should take good

care of these, while installing his equipment. Any damage to fixtures, fittings, False ceiling, Painting of the walls etc. shall

have to be rectified by contractor at his own cost and contractor is to hand over the building in the same condition.

1.5. The successful bidder shall prepare required number of copies, as desired by the owner/Architects (duly bound) of

agreement on a stamp paper within two weeks from the date of approval of draft copy of agreement by the owner.

The following documents shall generally constitute the contract agreement: a. Invitation to tenders. b. Special conditions of contract, tender documents and drawings. c. Complete correspondence with the successful bidder and owner shall be consolidated in one letter by the

bidder. d. Any other document necessary for completion of contract agreement.

1.6. The bidders shall submit alongwith their tender a list of few important jobs giving date of order, year of completion/ commissioning of the plant, approximate delay in completion/ commissioning of jobs, reasons of

delay by them within last three years.

1.7. The rates quoted in the tender shall include all charges for civil, scaffolding, hiring charges for any tools/ equipments etc., required for execution of the contract. The rates shall be inclusive of excise duty, sales tax, octroi

or any other duties or fees levied by Govt. or any Public or Local Bodies. The assessable value, quantum/ rate of excise duty included on each excisable equipment should be indicated separately in the price bid.

The quoted rates shall be on works contract basis and subject to statutory variation in sales tax on work contract

or on rate of excise duty. In case assessable values are increased by the manufacturer during the currency of

contract, the client shall not pay any increase in quantum of excise duty on account of change of accessible

value. No foreign exchange and license shall be arranged by the owner. The bidders shall quote only for indigenously manufactured machines.

1.8. Calculations made by the contractors should be based upon probable quantities of the several items of work, which

are furnished for the their convenience in the `Bill of Quantities’. It must be clearly understood that quantities are

liable to alteration, by omission, deletion or additions at the discretion of the owner. The detailed bill of

quantities are given for the guidance of the contractor only.

It shall be contractor’s full responsibility to check and ascertain the correct quantities and quote accordingly.

The contract shall be on works contract basis and the owner reserves the right to add / delete any items of work

during the currency of contract.

1.9. BAR CHART AND CASH FLOW CHART

The contractor shall prepare a bar chart and cash-flow chart in consultation with the owner and shall strictly

adhere to the same. The progress and the completion of the work shall be in accordance with the bar chart and

will form part of the agreement. The said schedule of work/ bar chart will be subject to conditions of contract

related to extension of time.

1.10. SUB-CONTRACTORS The successful contractor shall take written consent from the owner before appointing any sub-contractor,

however, the total responsibility of the job conforming to specifications carried out by sub-contractors shall be

owned by the contractor.

1.11. PERFORMANCE BOUND CONTRACT The contract will be a performance bound contract and therefore the tenderers shall make their independent

checks for heat loads, selection of equipments etc. Capacities of various equipments specified in the tender documents are tentative and minimum acceptable. The drawings, if enclosed with the tender documents, shall

be tentative and for tendering purpose only. 1.12. TRAINING OF PERSONNEL

The contractor shall impart training to the owner’s appointed staff free of cost during erection and commissioning of the

plant at site.

1.14. GUARANTEE

The contractor shall guarantee the performance of complete air-conditioning system for a period of 12 months from

the date of satisfactory handing over for faulty/ bad workmanship, manufacturing defects etc. The tenderer shall

guarantee the air-conditioning system to maintain space conditions, as mentioned in the tender documents.

Tenderers shall also guarantee the performance of various equipments individual and jointly. The same shall not

be less than 3% of the specified ratings when working under operating conditions for the complete installation. In

case the plant cannot be commissioned due to reasons not attributable to the contractor, a bank guarantee of suitable

amount, as agreed by the owner, shall be furnished by the contractor and payment due against commissioning

shall be released thereafter. However, the commissioning of the plant shall be done by the contractor and all tests

at site shall be conducted as per tender documents. During guarantee period, loss of refrigerant and oil, if any, shall

be borne by the contractor. The capacity/ ratings of various equipments in this contract given are minimum

acceptable and for guidance purpose only. The contractor shall check in detail the design / selection of equipments

and shall be finally responsible for maintaining the desired inside conditions and shall not deprive him of

responsibly, if selection of equipments are not thoroughly checked. In case of short-fall, the contractor shall replace

/ modify equipments for achieving desired parameters without any extra cost to owners or employer

1.15. TESTING EQUIPMENTS

The machines shall be inspected by the owner/Architects at the manufacturer’s works prior to dispatch. All

expenses towards the above pre dispatch inspection shall be borne by the contractor and quoted price should

include the same..

All testing equipments, measuring steel taps, tools, scaffolding and ladder etc. that may be required for taking

measurements or testing shall be arranged and supplied by the contractor at his own cost.

1.16. REPAIR / REPLACEMENT OF PARTS DURING GUARANTEE

Any defects or other faults which may appear within defects liability, guarantee period of 12 months from the date

of handing over of the plant (except for normal wear and tear) arising in the plant for material or workmanship not

in accordance with the contract shall be borne by the contractor.

1.17. All entries should be filled in English only made by hand clearly written in ink. All corrections should be initialed by bidders as many times as the corrections occur.

1.18. All rates should be filled in figures and sub-totals and grand-totals in figures and words both.

1.19. On tender scrutiny, if differences are found in rates given by the bidder in words and figures or in sub-total,

grand- total amount is found, the procedure for deriving the final value shall be as follows:

a. The item rates quoted by bidder shall be taken as correct in cases where amount worked out of any item does not correspond to the rate written in figures or words.

b. For items not quoted by the bidder, the highest rates quoted by other bidder shall be taken as correct

for such

item for loading purposes and lowest rates for execution purposes.

1.20. Bids not submitted on prescribed form are liable to be rejected. Bidders are advised to quote offer as per bill of quantities. No alternate offer is acceptable. Any alteration/ cutting/ additions made in the tender documents shall

lead to disqualification of the bid without any prejudice.

1.21. Any comments on technical or commercial conditions should be done clause wise.

1.22. Bids can be sent by registered post at the risk and responsibility of the bidder. Any bids received after the time and date of submission of bids shall not be entertained.

1.23. The acceptance of bid shall be intimated to the successful bidder through an award letter and thereafter formal

agreement shall be entered within the time specified in the award letter.

1.24. PRICES AND UNIT RATES

The prices and units rates quoted by the bidder in the bid shall be firm and deemed to be adequate to cover the

entire responsibility involved in the execution and completion of work. Bidders shall be further deemed to have

include all labour and material rates which shall be inclusive of cost of materials with taxes, octroi and other duties.

Fees, royalty, unloading and loading, freight and forwarding, storage, insurance charges and other charges

necessary for the completion of the work. Bidder shall take into account his risk day to day variations in the prices

on all other accounts. No escalation would be allowed.

1.25. The owner shall deduct TDS at source as applicable or statutory deductions if any to be made at source and certificate

against deductions shall be given to the contractor by the owner.

1.26. POWER AND WATER SUPPLY FOR ERECTION PURPOSES

The owner shall provide power and water required for erection, testing and commissioning purposes and one point

at site and contractor shall make his own arrangements for extending to locations where power and water will be

required by him.

1.27. STORAGE AT SITE

Storage rooms, if available, can be used by the contractor for storage of equipments/ materials brought to site for execution of the work. However, watch and ward of the same shall be at contractor’s risk.

SECTION - 2

ELECTRICAL EQUIPMENTS

6.1 SCOPE

6.1.1 The scope of this Section comprises the supply, erection, testing and commissioning of electrical switch gear and

wiring installation.

6.2 GENERAL 6.2.1 Work shall be carried out in accordance with specifications, I.E. Act 1910 as amended up to date and rules issued

thereunder, regulations of the local fire Insurance Association and Indian Standard code of Practice No. I.S. 732:1963.

6.2.2 A list of acceptable makes of material is given in the tender documents.

6.3 EQUIPMENT CABLING 6.3.1 Cables shall be laid generally to accordance with Indian Standard Code of Practice I.S. 1256-1950. 6.3.2 All cables

shall be heavy duty PVC insulated armoured and PVC sheathed of 1.1 KV grade with aluminum conductors.

6.3.3 Cables shall be laid on GI ‘U’ shaped channel cable trays. Where more than one cable is running, proper spacing shall

be provided to minimise the loss in current carrying capacity. In no case power and control cables shall run

on top and bottom of the tray simultaneously, but separate tray shall be used. For cables running on walls, proper

saddles must be provided. In case of buried cables, the same shall be covered with sand , brick/ tiles.

6.9 TESTING

6.9.1 Before the commissioning of the plant, the entire installation shall be tested in accordance with I.S. 732:1963 and the

test report furnished by a qualified and authorised person. The Electrical installation shall be got passed from

local Electrical Inspector.

6.10 PAINTING 6.10.1 All panels, frame work, conduit, etc. shall be painted with two coats of an approved paint .

SECTION -3

SERVICES TO BE PROVIDED BY BANK

a. Main incoming power supply to AC Panel / units , along with suitable size Switch fuse unit.

b)

Any kind of exposed roof insulation work. Provision of venetian blinds.

PROPOSED AIR CONDITIONING WORK AT POKARAN CITY CONDITIONS OF CONTRACT Tender Notice No. :

Form of Contract Item Based

Name of the work : Air-Conditioning Work

Address : Bank Of India, Pokaran city.

Lessee : Bank of India

Consultant : Anil Associates AA House,C-330 Sarita Vihar, New Delhi

Scope of Work Air-Conditioning Work

Earnest Money Deposit Rs. 5000.00

Cost of tender Rs. 500/-

Sale of Tender BANK OF INDIA ZONAL OFFICE, JODHPUR ZONE, JASHODA TOWER,JODHPUR

Last date of Issue Tender 29-06-2016

Last date of submission of tender 29-06-2016 by 3.00 p.m

Opening of Tenders 29-06-2016 by 3.30 p.m

Defects liability period Twelve Months (12 Months) From the

date of Virtual completion

Completion Period 15 days.

Liquidated Damages 1% of the tender amount shown in tender

per day subject to sealing of 10% of the

contract amount.

Retention Money 10% of the Bill Value

Release of Retention Money 50% along with Completion Certificate

and balance 50% after completion of

defects Liability Period of 12 months

Material All supplied by Contractors as per

specified make and approved by the

Architect.

1.0 HIGH WALL SPLIT UNIT AIRCONDITIONER QTY UNIT RATES IN FIG RATES IN WORDS AMOUNT

1.1 Supply and installation of wall mounted

energy efficient Split type air conditioners 5-

STAR RATED (100 % copper, designed at

52 degree centigrade ambient temprature)

(Carrier (excluding MIDEA) / Hitachi /

Daiken/Voltas / O General and Blue Star )

The contractor must be Sales & Service

Dealer of the company for which tender is

being quoted. The contractor should

provide the certificate to this effect.The

contractor should visit the site and locate the

placement of indoor & outdoor unit. The cost

should include copper pipes, drainage pipes

upto 6.00 metre and cables required for

1.1.1 1.5 TR (i) Supply 6 each

(ii) installation 6 each

1.2 P & F of of Refrigerant Copper Piping ( 5/8 &

1/4) Inclusive of insulation (9mm) for split

Acs. The pipes are NOT to rest on FALSE

ceiling They are either to be hanged from

ceiling or Fixed at the Walls with the help of

clips. The make of copper pipe should be

26

R.Mtr

BILL OF QUANTITIES FOR AIRCONDITIONING WORK FOR POKHRAN BRANCH OF BANK OF INDIA.

Mandev/Totline/Mat/Ryoku

BILL OF QUANTITIES FOR AIRCONDITIONING WORK FOR POKHRAN BRANCH OF BANK OF INDIA.

1.0 HIGH WALL SPLIT UNIT AIRCONDITIONER QTY UNIT RATES IN FIG RATES IN WORDS AMOUNT

1.3 P&F Drainage PVC pipe (25mm) for split

Acs. To be fixed in side the Wall or floor in

as case may be.

35

R.Mtr

1.4 Providing and fixing 4 KVA Stabilisers for1.5

TR Split AC with 3 step relay and TDR with

input voltage range of 140-280 and output to

be 230 V. Make - Capri/V Guard

6

each

1.5 P&F 2.5 mm Electrical cable (4 core) for 1.5

TR split AC unit. Make -

12

R.Mtr

P l b/RR/Fi l

1.6 Providing and fixing MS Powder coated

Stands for Split AC Outdoor Units.

6

each

1.7 Providing and fixing MS Cages for Split AC

Outdoor Units To be hanged Outsie.The

Cages to be Grouted in ceiling OR walls as

the case maybe. The Cages to have

shuttered openings which are lockable. All the

cages to be painted in synthetic enamel after

6

each

RATES SHALL BE QUOTED FOR COMPLETE ITEM OF WORKS ( INCUDING OF ALL TAXES AS MAY BE APPLICBAL NIL

TO

2

2

8'-6

" 27

'-3"

5'-7

1 " L.

H.

CA

BIN

ET

S

9'-1

1 " 2

3'

5'-7

1 " 2'

-6"

27'-1

1 " 2

2'-6

"

13'-7

" 12

'-8"

G.TOI.

L.TOI.

U.P.S. ROOM

VISITORS

STRONG ROOM

6'-101"

STORE ROOM

4'-3" 13'-6"

CASH CABIN

8'-10"

12'

9'-1"

REV. PLAN 16.1.2016,

18.1.2016

SHEET TITLE

INTERIOR LAYOUT

PLAN, ALT-III

MGRS CABIN

CUSTOMER AREA

E'LOBBY

ARCHITECT

BANK OF INDIA, JODHPUR.

W.T.

2'-6"

3'-8"

PROPOSED INTERIOR DESIGNING OF BANK OF INDIA AT POKHRAN.

13'-91"

ENTRY ENTRY TO E'LOBBY

TO BRANCH 46'-6"

JOB NO.-AA-BOIJINT DRG. NO.BOIJ-A1

SCALE- 1":6' DEALT BY -RD

DATE -11.01.2016

ARCHITECTS

ANIL ASSOCIATES ARCHITECTS, ENGINEERS ,INT.DESIGNERS.

C-330, SARITA VIHAR

NEW DELHI- 76

TEL. - 26941291, 26941292, 26943699

FAX. NO. - 26941292

[email protected]