Download as pdf or txt
Download as pdf or txt
You are on page 1of 32

TENDER FOR 7TH FLOOR 'E' WING CONFERENCE ROOM CEILING WORKS AT

NABARD, BKC, MUMBAI-51

TENDER DOCUMENT

DEPARTMENT OF PREMISES, SECURITY AND PROCUREMENT

HEAD OFFICE

NATIONAL BANK FOR AGRICULTURE AND RURAL DEVELOPMENT


C-24, G- Block, BKC , Bandra (E), Mumbai-400 051

ARCHITECT & CONSULTANTS


M/S SANDEEP GOVALKAR DESIGN ASSOCIATES
ARCHITECTS – INTERIOR – LANDSCAPE CONSULTANTS

A3/301-302, SHIVCHHAYA, GILBERT HILL ROAD,


ANDHERI WEST, MUMBAI – 400 058.INDIA.
TLFX: - 022 – 2670 3158 CELL: 098211 73563/ 09969699169
E-MAIL – govalkarsgda@gmail.com / sgdesignassociates@gmail.com

(Last date of receipt of Tender : 14.30 Hours on 07.08.2017)


Date of opening of tender :15.00 Hours on 07.08.2017
INDEX

PAGE
SI.NO. PARTICULARS
FROM TO
1. Notice inviting tender 1 3
2. Tender Terms and conditions 4 26
2.1 Form of Tender 4 5
2.2 General Instructions to the Contractors 6 9
and General Conditions
2.3 Special Conditions of Contract 10 13
2.4 General Specifications 14 14
2.5 Detail Specifications 15 18
2.6 List of approved make of materials/ 19 20
trade
2.7 Articles of Agreement- Annexure A 21 23
2.8 Format of Virtual Completion 24 24
Certificate-Annexure B
2.9 Drawings -Annexure C 25 26
3 Schedule of Quantities 27-30 4 PAGES
NOTICE INVITING TENDER
Ref. No. NB. DPSP/ FALSE CEILING -HO 30/ 1052 / 2017 – 18

28 July 2017

M/s

Dear Sir,

Tender for “7th Floor 'E' Wing Conference Room ceiling works at NABARD, BKC, Mumbai-51”

1. National Bank for Agriculture and Rural Development invites tender from empanelled
Civil/Interior contractors having GST registration and in the category of above Rs 5
lakh for the aforesaid work (GST registration details should be attached along with the
tender). You are requested to submit your offer in sealed envelope for the aforesaid
work as per detailed specifications and other requirements as mentioned more
specifically elsewhere in this tender document.

2. Properly filled tenders shall be submitted in a sealed envelope, duly furnishing all the
required information. The envelope should be superscribed as “Tender for 7th Floor
'E' Wing Conference Room ceiling works at NABARD, BKC, Mumbai-51” and
should be addressed to “The Chief General Manager, DPSP, National Bank for
Agriculture and Rural Development, C-24, G-Block, Ground Floor, A-wing, BKC,
Bandra(E), Mumbai - 400 051”, so as to reach this office latest by 14:30 hours on 07
August 2017. The tenders shall be submitted in 'Original' to the Bank.

राष्ट्रीय कृषि और ग्रामीण षिकास बैंक


National Bank for Agriculture and Rural Development
¹ããäÀÔãÀ , ÔãìÀàãã †Ìãâ ‘ããä£ã¹ãÆã¹ããä¦ã
प्लॉट क्र सी-24, 'जी' ब्लॉक, बाांद्रा-कुलाा कॉम्पप्लेक्स, बाांद्रा (पिू )ा , मुांबई - 400 051. टे ली: +91 22 26530024 • फ़ैक्स: +91 22 26530150 • ई मेल:
dpsp@nabard.org
Department of Premises, Security & Procurement
Plot No. C-24, 'G' Block, Bandra-Kurla Complex, Bandra (E), Mumbai - 400 051 • Tel.: +91 22 2653 0024 • Fax: +91 22 2653 0150
• E-mail: dpsp@nabard.org
3. Tender should not contain any conditions whatsoever and any conditional bids shall be
rejected.
4. An Earnest Money Deposit (EMD) of Rs.10,000/- (Rupees Ten thousand only) by
way of a Demand Draft from Nationalised Bank/ Scheduled Bank payable at Mumbai in
favour of ‘NABARD’ should be submitted alongwith the tender. Tender without EMD
shall be rejected.

5. The Tenders will be opened on 08 August 2017 at 15.00 hrs, in the presence of
bidders’ representatives, should they choose to be present.

6. Before filling up the tenders, the bidders may note the following:
a. The bids shall remain valid and open for acceptance for 3 months from the date
of opening of Tenders
b. Time of Completion: The work shall be completed within 30 days from the date
of issue of work order.
c. Liquidated damages for delay in completion of the works will be levied at
0.25% of the value of the accepted tender for every week of delay or part
thereof, subject to maximum of 5% of the value of the accepted tender
d. Bidders are advised to visit the site at their cost, conduct inspection of existing
washrooms as to familiarise themselves with the site conditions, nature of
works etc. and get all clarifications as necessary from NABARD during the pre-
bid meeting before quoting the rates.

7. NABARD reserves the right to accept or reject any /all tender/s in part or whole of any
firm / firms without assigning any reasons for doing so.

राष्ट्रीय कृषि और ग्रामीण षिकास बैंक


National Bank for Agriculture and Rural Development
¹ããäÀÔãÀ , ÔãìÀàãã †Ìãâ ‘ããä£ã¹ãÆã¹ããä¦ã
प्लॉट क्र सी-24, 'जी' ब्लॉक, बाांद्रा-कुलाा कॉम्पप्लेक्स, बाांद्रा (पिू )ा , मुांबई - 400 051. टे ली: +91 22 26530024 • फ़ैक्स: +91 22 26530150 • ई मेल:
dpsp@nabard.org
Department of Premises, Security & Procurement
Plot No. C-24, 'G' Block, Bandra-Kurla Complex, Bandra (E), Mumbai - 400 051 • Tel.: +91 22 2653 0024 • Fax: +91 22 2653 0150
• E-mail: dpsp@nabard.org
8. The successful bidder shall execute an agreement on non-judicial stamp paper worth
of Rs200/- with NABARD in accordance with the standard format enclosed (articles of
agreement) within 5 days from the date of issue of work order failing which the
bidder’s EMD may stand forfeited.

Thanking you,

Yours faithfully,

(Mukesh Vats)
Deputy General Manager
Encl.: Tender Document

राष्ट्रीय कृषि और ग्रामीण षिकास बैंक


National Bank for Agriculture and Rural Development
¹ããäÀÔãÀ , ÔãìÀàãã †Ìãâ ‘ããä£ã¹ãÆã¹ããä¦ã
प्लॉट क्र सी-24, 'जी' ब्लॉक, बाांद्रा-कुलाा कॉम्पप्लेक्स, बाांद्रा (पिू )ा , मुांबई - 400 051. टे ली: +91 22 26530024 • फ़ैक्स: +91 22 26530150 • ई मेल:
dpsp@nabard.org
Department of Premises, Security & Procurement
Plot No. C-24, 'G' Block, Bandra-Kurla Complex, Bandra (E), Mumbai - 400 051 • Tel.: +91 22 2653 0024 • Fax: +91 22 2653 0150
• E-mail: dpsp@nabard.org
FORM OF TENDER

Date :

The Chief General Manager


Department of Premises, Security and Procurement
National Bank for Agriculture and Rural Development
Head Office,
Mumbai – 400051

Dear Sir,

Tender for “7th Floor 'E' Wing Conference Room ceiling works”at NABARD, BKC,
Mumbai-51.

Having examined the Technical bid and price bid of tender document relating to the
works specified in the Memorandum hereinafter set out, having visited and examined
the site of the works specified in the said Memorandum and having acquired the
requisite information relating thereto as affecting the tender, I/We hereby offer to
execute the works specified in the said Memorandum within the time specified, at the
rates mentioned in the Price Bid and in accordance in all respects of the tender and
with such materials as are provided for, by and in all other respects in accordance
with such conditions so far as they may be applicable.

MEMORANDUM

a) Description of work : Tender for 7th Floor 'E' Wing


Conference Room ceiling works at
NABARD, BKC, Mumbai-51
b) Earnest Money : Rs. 10,000/-

c) Time allowed for completion of the : 30 days from Work Order date
Work

d) Retention Money Deposit (RMD) : 5% from every R.A. Bill.

e) Initial security deposit : 2%(EMD)


We understand that the time for completion shown above shall be reckoned from the
date of issue of the Work Order.

Should this tender be accepted, I/We hereby agree to abide by and fulfill the terms
and provisions or the said Conditions of the tender annexed hereto so far as they may
be applicable
Our Banker’s are :

i)

ii)

The names of partners of our firm are :

i)

ii)

iii)

Name of the partner of the firm


Authorized to sign:

OR
Name or person having Power of
Attorney to sign the contract
(certified copy of the Power of
Attorney should be attached):

Yours faithfully,

Signature of Tenderer
A. GENERAL INSTRUCTIONS TO THE CONTRACTORS
AND GENERAL CONDITIONS

1. Contractors are advised to visit the site and thoroughly understand the nature
and scope of the works and be familiar with the site conditions before quoting.
2. The work is to be carried out with minimum disturbance to the staff of the
premises. Demolition and cutting work where noise pollution and dust pollution
is high shall be carried out after office hours and on holidays.
3. The quantities indicated in the BOQ are only tentative and shall be executed only
at the sole discretion of NABARD.
4. Quoted rates should be workable and reasonable and should include incidental
and all overheads and profits. The contractor should furnish Rate Analysis for
scrutiny of the rates by NABARD, if required.
5. Rates shall include costs of all materials, labour charges as per Act, curing,
staging, scaffolding etc. to complete the items in all respect and should be firm
for the entire contract period. No escalation of rates will be allowed for the
entire contract period and extended time if any on any account. GST as
applicable shall be extra to the total quoted amount.
6. Materials used should conform to relevant National/ International Codes.
7. Specifications and Method of Measurements shall be followed as applicable.
However, in the absence of the same and / or in case of any discrepancy, the
decision of NABARD will be final.
8. The items not covered in the Schedule of Quantities of the Contract Document
shall be paid at the rates as per Rate Analysis based on the market prices
supported by documentary proof with 15% towards Contractor’s OHP plus
Goods and Service Tax as applicable. The Rate Analysis shall be submitted by the
Contractor for scrutiny and approval of NABARD.
9. Income Tax will be deducted from total payment due to the Contractor.
10. The Contractor should have valid License relating to his Contract and the
workmen employed by the Contractor should also have the valid License and
experience in their trade.
11. The Contractor should take necessary Insurance cover (CAR policy – contractor’s
all risk policy) at his cost for his persons employed at site and for third Party.
Policies should be taken in the joint names of NABARD and the Contractor for
which first name should be NABARD. The policy in original shall be deposited to
NABARD within 7 days of awarding the work.
12. All the Standard Conditions of the Contract shall be binding on the parties as per
Indian Contract Act and prevailing Rules.
13. The entire work is required to be completed as specified in the tender.
14. The Contractor shall comply with the provisions of Contract, Labour (Regulation
& Abolition) Act, 1970, Minimum Wages Act and all other Labour Laws and other
Statutory Regulations (both Central and State) that may be enforced from time
to time by the appropriate authorities. NABARD shall not be held responsible for
any penalty on failure of the any Labour Regulations. NABARD shall have the
power to inspect the Wage Register and for physical verification of salary paid to
the staff with reference to any records of the Contractor and to insist the
Contractor to comply with Laws.
15. The Contractor should be responsible to fulfil all the obligations in connection
with the workers employed by the Contractor for the purpose of the Contract
and all the Statutory and other liabilities, if any, including minimum wages, leave
salary, uniform, ex-gratia, gratuity, ESI, Provident Fund, Workman
Compensation, if any, etc. in connection therewith shall be on the Contractor’s
account and payable by the Contractor.
16. The Contractor should obtain necessary permission that may be required for the
purpose of this Contract from such authorities as may be prescribed by Law from
time to time.
17. The Contractor or his authorised representative should visit the site regularly
and if necessary meet NABARD’s Engineer with prior appointment for any
clarifications and to receive instructions, take measurements, etc. at the site.
18. The Contractor shall be fully responsible and shall compensate NABARD with
suitable Insurance cover in the event of any damage to men or material, injury /
damage or death as the case may be, caused directly or indirectly due to the
negligence of the Contractor or his agents and / or his employees, or workmen.
The decision of NABARD in this regard shall be final and binding.
19. Any act of indiscipline / misconduct / theft / pilferage / careless activities on the
part of any employee engaged by the Contractor resulting in any loss to NABARD
in kind or cash will be viewed seriously and NABARD will have the right to claim
damages or levy fine and / or terminate the Contract forthwith, if necessary.
20. In case of any default or failure on Contractor’s part to comply with all / any one
of the Terms / Conditions, NABARD reserves to itself the right to take necessary
steps to remedy the situation including, inter-alia, the deduction of appropriate
amount/ s from dues otherwise payable to Contractor and / or by taking
recourse to appropriate recovery proceedings.
21. The Contractor should not at any time do, cause or permit any nuisance on the
site / do anything which shall cause unnecessary disturbances or inconvenience
to the staff/visitors at site or near the site of work.
22. The work should be carried out with least inconvenience to the staff. The
workmen employed by the Contractor should abide by the Rules and Regulations
maintained by NABARD in the premises, especially in respect of working hours,
entry of the workers to the premises etc. The contractor should keep
interpersonal relationship and co-ordination with the Electrical section, Protocol
and Security Section and any other concerned departments of the Bank related
to complete the work under intimation to concerned Engineering wing of
NABARD.
23. The Contractor should obtain approvals, if any, necessary for the work from the
statutory bodies on behalf of NABARD. The fees and other statutory charges, if
any, will be reimbursed to the Contractor based on the original receipts
produced to NABARD.
24. The Contract can be terminated by NABARD on 15 days’ notice if works are
found to be unsatisfactory and if there is no improvement even after issue of
three notices to the contractor.
25. On-site storage space will be provided to the Contractor subject to availability.
However, the Contractor may erect temporary sheds for storage purposes at his
cost with the permission of NABARD. NABARD will not be responsible for
Contractor’s materials. The Contractor may be required to vacate the storage
space and sheds as per exigency after maki8ng making good the area clean
without any extra cost to NABARD.
26. The Contractor shall provide everything necessary for the proper execution of
the works. NABARD will not supply any ‘T & P’ and materials or any other
equipment, materials, labour, etc. and no payment in this respect will be made
by NABARD. The Contractor shall supply, and maintain suitable single or double
bamboo/MS scaffoldings with working plat forms at all levels, jhulla, T&P etc. in
service duct or any other area if required at his cost during the execution of any
work and remove them as soon as the work is completed without any damage to
existing structure/fittings/fixtures.
27. The Contractor shall not directly or indirectly transfer, assign or sublet the
Contract or any part of it, without written permission of NABARD.
28. Any defect which may appear within the Defect Liability Period after the Virtual
completion of work should be rectified by the Contractor at his cost and risk and
only thereafter the Security Deposit will be refunded to the Contractor.
29. Retention Money Deposit: Retention Money Deposit (RMD) will be deducted @
5% of the gross value of the work done / each Running Bill and Final Bill till EMD
and RMD together[Security Deposit(SD)] amounts to 5% of contract value. This
amount shall not bear any interest. 50% of the total SD is refunded after virtual
completion of the work and rest 50% will be refunded after Defects Liability
Period from the date of Virtual Completion of works provided the Contractor has
satisfactorily carried out all the rectification works and attended to all defects to
the satisfaction of NABARD.
30. Defects LIABILITY period : One year from the date of Virtual Completion of works
certified by NABARD.
31. Validity of Tender : 3 months from the date of opening of Tender.
32. Liquidated Damages : 0.25% of the accepted Tender Value per week or part of
the week subject to maximum of 5% of the value of work.
33. PAYMENT : The contractor shall be entitled to receive payment after completion
of work as per the contract and after submission of the bill with joint
measurements with the Architect deputed by the Bank.
We accept all the above Terms and Conditions in all respects without any reservation.
Place:
DATE:

(SIGNATURE OF THE BIDDER)

NAME and SEAL


B. SPECIAL CONDITIONS

1. The Tender is strictly on Item Rate basis.

2. All the pages of the Tender Document shall be signed by the Tenderer.

3. NABARD takes no responsibility for delay / loss in post or non receipt of Tender
Documents.

4. Bids submitted by unauthorised agents and FAX / Telex / Telegraphic bids shall
not be entertained / considered.

5. Bidders are advised to visit the site at their cost, conduct inspection of
existing condition of false ceiling so as to familiarise themselves with the site
conditions, nature of works etc. and get all clarifications as necessary from
NABARD before quoting the rates.

6. The contractor should provide suitable scaffolding such as stand and higher
working platforms made out of wood / MS Pipes to his workers for carrying out
the work hassle free, smoothly and safely. The rates quoted shall include the
charges for supplying and erecting scaffolding and its removal after completion of
work.

7. Special care shall be taken by providing suitable covers like tarpaulins, polythene
sheets etc. to prevent dust nuisance and for protecting conference table, floor/wall
carpets, furniture, panelling, LED Monitors and costly equipments in the
influence area of his work in the premises. The work shall be carried out without
any inconvenience to the staff, the rates quoted shall include all the above
precautions and for handling and re-arranging the furniture/fixtures etc. in its
original position after completion of work. Any damage to property caused by the
Contractor shall be made good by the Contractor at his cost. The contractor has to
wash and clean the floors in the influence area of his activities at his cost after his
daily completion of work.

8. Rates should include for removal of debris out of work site to the safe limit
earmarked in the premises daily basis, removal of debris out of the premises and
dumping to Municipal Corporations dump yard periodically, removing stains,
cleaning the site thoroughly and unless the same is done to the satisfaction of the
NABARD’s Engineer, the Bill will not be accepted.

9. The Contractor shall make necessary arrangement for watch and ward of his
materials, tools, machines, scaffolding etc. stored for the execution of the work at
his own risk and cost and NABARD will not be responsible on any account.
10. If the last date of receipt of Tender is a holiday, then submission of Tenders shall
be shifted to next working day without change of time and venue.

11. The bidders should quote their rates strictly adhering to Terms and Conditions
stipulated in the Tender Document. Unsolicited correspondence after opening of
the Tender shall not be entertained. Conditional / deviated tenders may be rejected
without making any reference to the bidders.

12. No bidder will be allowed to withdraw his Tender during the validity period.
Subletting of the Contract is not permitted.

13. Rates should be filled in the Tender neatly and as far as possible, no correction
shall be made. The rates quoted should be written legibly in words and figures. If
on check, differences are observed between the rates given by the Contractor in
words and figures or in the amount worked out by him, the following procedure
shall be followed.
a. When there is a difference between the rates in figures and in words the
rates which corresponds to the amounts worked out by the Contractor shall
be taken as correct.
b. When the amount of an item is not worked out by the Contractor or it does
not correspond with the rate written either in figures or in words, then the
rate quoted by the Contractor in words shall be taken as correct.
c. When the rates quoted by the Contractor in figures and in words tallies,
but the amount is not worked out correctly, the rate quoted by the
Contractor shall be taken as correct and not the amount.

14. No advance shall be paid towards mobilisation and cost of materials.

15.
a. No compensation shall be admissible for any loss suffered by the
Contractor during the execution of the work. It shall be the Contractor’s
sole responsibility to protect NABARD‘s staff and his employees against
accidents from any cause and he shall indemnify NABARD against any
claims for damage for injury to person or property, resulting from any
such accidents with necessary Insurance cover.

b. The Contractor should take necessary Insurance cover (CAR policy –


contractor’s all risk policy) at his cost for his persons employed at site and
for Third Party. Policies should be taken in the joint names of NABARD
and the Contractor in which first name should be NABARD.

c. Any damages caused to the building / premises during the execution of the
work shall be made good by the Contractor at his risk and cost and if
necessary, through suitable Insurance cover.
d. The contractor at his cost and risk should shift / displace the Bank’s
furniture / fixtures etc. as per the needs to facilitate the job during the time
of work and should re-shift the goods at its initial place without any
damage.

16. The Contractor shall use necessary safety equipment and maintain all safety
measures during the execution of works and ensure compliance of Safety Code as
per Rules and Regulations in force.

17. The Contractor shall engage necessary qualified and experienced supervisory staff
at his cost during the execution of the work for attending to day to day affairs. He
shall keep record of daily work schedule and keep inform the progress to the
Consultant/Banks Engineer on daily basis.

18. The Contractor shall submit the bills along with the accepted and jointly recorded
measurements with Architect/consultant deputed by the Bank and duly certified
by the consultant.

19. The Contractor should have necessary Contract License and comply with the
Labour Laws as applicable.

20. The contractor should have valid GST registration number.

21. Notwithstanding anything stated above, NABARD reserves the right to assess the
Bidders capability and capacity to perform the contract, should the circumstances
warrant such assessment in the overall interest of NABARD.

22. The decision of NABARD in awarding the work shall be final and cannot be
subjected to arbitration.

23. The Contractor shall be allowed admittance to the site on the ‘Date of
Commencement’, and he shall thereupon and forthwith begin the works and
shall regularly proceed with to complete the same. On or before the ‘Day of
Completion“ subject nevertheless the provision for the extension of time
hereinafter contained:

In case the construction work is held up for any site conditions not attributable
to the contractors or for any decisions instructions / want of details from
Employer / Architects or for any of the conditions in the opinion of the Architect
the works be delayed:

a. By force major or

b. By reason of any exceptionally inclement weather or


c. By reason of proceedings taken or threatened by or dispute with
adjoining or neighbouring owners of public authorities arising, than
through the Contractor’s won default or

d. By the works or delays of the contractors tradesmen engaged or


nominated by the Employer / Architect and not referred in the
Schedule of Quantities and / or specifications or

e. By reason of civil, commotion, local combination of workmen or


strike or lock-out effecting any of the buildings traders

In consequence of the Contractor not having in due time, necessary instructions


from the Architect for which he shall have specifically applied in writing ahead of
time, giving the Architect reasonable time to prepare such instructions, the
Architects shall make a fair and reasonable extension of time for completion of
the Contract works. The contractor shall be allowed reasonable extension of
time by the employer but any additional/ extra claim for payment to idle
labour/tools/establishment/plant etc during this period shall not be the liability
of the employer. Contractor’s quoted rates should include for all such
contingencies.

24. Rates quoted by the contractor shall be as indicated in the tender and is firm
throughout the contract period and extended period if any.

DECLARATION BY THE CONTRACTOR

We / I have read and understood all the instructions / conditions made above and we / I
have taken into account the above Instructions / Terms and Conditions while quoting the
rates. We / I accept all the above Terms and Conditions without any reservation, in all
respects.

Place:

DATE:

(SIGNATURE OF THE BIDDER)


ADDRESS:
NAME and SEAL
C. SPECIFICATIONS

General

1. The entire work shall be done in first class manner. The contractor shall use best
quality of materials of approved manufacturers and as approved by Banks
Engineer.

2. Special care shall be taken by providing suitable covers like tarpaulins, polythene
sheets etc. to prevent dust nuisance and for protecting furniture, workstations,
computers, costly equipments and parked vehicles in the area of influence of the
work/activities. The work shall be carried out without any inconvenience to the
staff, the rates quoted shall include all the above precautions and for handling and
re-arranging the furniture etc. and place in its original position after completion of
work and any damage to property caused by the Contractor shall be made good by
the Contractor at his cost. The contractor has to wash and clean the floors at his
cost after his daily completion of work.

3. After day’s work is over, stains of paint, plaster over floor, fittings, furniture,
glass panes etc. in the area of influence of the work shall be thoroughly removed.

4. The contractor should include the cost of erecting scaffoldings, ladder, jhulla etc.
required for the work and these costs shall be inbuilt in the rates for the items in
the Schedule of Quantities.

MEASUREMENTS

All measurements shall be in metric units. Length and breadth to be measured correct to a
centimeter.
D. DETAILED SPECIFICATIONS

1. Wooden False Ceiling:

Removing and dismantling existing acrylic ceiling and providing new wooden ceiling
made of 4 mm thick veneer of approved make, silk melamine polish finish and shade
on 12 mm thick marine BWP ply (using superior quality adhesive of M/s Pidilite or
equivalent as approved) fixed on a wooden frame made of second quality CP teak
member of size 50mm x 50mm placed @ 2'x2' c/c grid etc. which should be treated with
anti-termite chemicals and wood primer complete as directed. The item also includes the
cost of wooden(Burma teak or matching superior wood) matching beading, supports,
hanger, making provision for electrical fitting and air-conditioning diffuser, grills etc. as
required in different levels/height/patterns and as per details, drawings/views and as
directed by Architect.

2. Gypsum Ceiling work for cove lighting:

Removing and dismantling existing gypsum ceiling and also providing new suspended
gypsum cove and coffered false ceiling of 12mm gypsum sheet(Gyproc make or
equivalent) 0.6 m wide (As per design), which includes providing and fixing G.I perimeter
channels of size 0.55mm thick having one flange of 20mm and another flange of 30mm
and a web of 27mm along with perimeter of ceiling screws fixed to existing peripheral
modular ceiling frame work then suspending G.I intermediate channels of size
45mmX0.9mm thick with 2 flange of 15mm each from the soffit with G.I and steel
expansion fastener only, " fastener" shall be used for ceiling support only. Ceiling section
of 0.55mm thickness having knurled verb of 51.5mm and two flanges of 26mm each with
lips of 10.5mm are then fixed to the intermediate channel with the help of connecting
clips and in direction perpendicular to the intermediate channel at 457mm centers,
12.5mm tapered edge gypsum board( conforming to IS2095-1982) is then screws fixed
to ceiling section with 25mm dry wait at 230mm centers, additional support for AC grill
shall be fixed as per instruction and AC plan/section/layout.
*Screw fixing is done mechanically with screw driver of drilling machine with suitable
attachment. The board are to be joint and finished so as to have a flush look, which
includes filling and finishing the tapered and square edges of the board with jointing
compound, paper tape.

For light fittings, grills diffusers and cut-outs, speakers, fire detectors etc have to be
made with the frame of perimeter channels of size 20X27X30mm and of 0.54mm thick
,supported suitable as per direction of architect ,electrical and AC consultant and as per
the details shown in the drawing / views.

3. Painting on Gypsum board false ceiling

Apply three or more coats of premium grade interior acrylic emulsion with a base coat of
primer on Gypsum board false ceiling of approved shade/colour to surface as per
manufacturer specifications on the bands of width up to 6" with roller finish.
Before applying the primer, the gypsum board ceiling surface shall be prepared by
properly scraping and removing old paint, filling the dents with approved filler birla wall
care putty / gypsum, approved crack filler and binder, applying one coat of acrylic putty,
drying and scraping and cleaning the surface and making the surface dent free for
receiving the primer and paint.

4. Detailed Specifications for plastering/patch plastering for interior and exterior


area at all levels:

Plaster shall be of sand faced plaster in CM 1:4 ( 1 cement : 4 sand) of average


thickness of 15 mm with intergral water proofing compound and polymer bonding
agent of approved manufacturer like Roff/Fosroc including making grooves of existing
size wherever required, including removal of the old damaged/loose plaster.

The plaster has to be done on brick work, concrete surface, ceiling, facia, watta, slope at
junction of wall & eight etc. The exposed joints (of masonry or of concrete) shall be
raked out to a minimum depth of 10 mm uniformly with proper raking tool and tackles
before plastering.
The surface shall be thoroughly cleaned and kept wet till plastering is commenced. The
plaster has to be done in patches (square or rectangular shape) or stretches or on and to
match the adjoining surfaces, sealing the minor crack in plaster with suitable crack seal as
necessary [Patch plastering less than 0.10 Sq.m. for repairs will not be considered for
payment.] at all levels and floors and disposing off the debris, cleaning the area
thoroughly. The work includes costs of all materials, scaffolding charges, labour charges,
curing etc. Complete.

* The contractor must take full precautions that original brick work is not damaged while
dismantling of plaster. In case of any damage the same shall be made good with 22g
chicken wire mesh at his own cost.

* No separate payment for any additional thickness of plaster if any will be made.

* Contractor must visit the site and acquaint himself with building condition.

* On the joint of brickwork and concrete work, the contractor will fix 3” wide 22 gauge
chicken wire mesh to avoid cracks at the junction of two different material as directed
which shall be inclusive in the quoted rate of plastering work.

* The measurement of the plaster will be done is sq m irrespective of the width of plaster
area. The measurement for payment will be taken from the finished plaster area.
* Washed screened ‘Vaitarna’ river sand or from Gujrat shall be used with silt content
upto 6 %

5. Scaffolding: Unless otherwise instructed by the Engineer, single/double scaffolding


(having two sets of vertical bamboo supports) as per the site requirement including MS
props, if required at site shall be provided for repair work. There shall be working
platforms at all levels of work. The supports shall be sound and strong, tied together by
horizontal/inclined members over which scaffolding planks shall be fixed.

The work of scaffolding shall be deemed to be the part of the work of respective items
under schedule and no extra payment in this regard under any circumstance shall be
admissible.

The scaffolding thus erected shall have to be got approved from the Engineer or his
representative before commencing the work or actual painting. However, it should be
noted that approval from the Engineer shall not relieve the Contractor of his
responsibility and any damage to the property or any loss of life due to the negligence on
this regard shall be at the Contractor’s account.

6. Electrical Work:
Electrical cabling, termination, switches and fittings as specified in Schedule of
Quantities after approval of samples by Banks Engineer should be used.

7. SAMPLES FOR APPROVAL

Contractor, before supply of material should show the samples of all the materials to the
bank and get it approved.

8. SAFETY CODE

The Contractor shall maintain in a readily accessible place first aid appliances including
adequate supply of sterilised dressings and cotton wool.

An injured person shall be taken to a public hospital without loss of time, in cases where
the injury necessitates hospitalisation.

No portable single ladder shall be over 8 metres in length. The width between the side
rails shall not be less than 30 cm. Clear and the distance between two adjacent rungs shall
not be more than 30 cm. When a ladder is used an extra eight shall be engaged
for holding the ladder.
Every opening in the floor of a building or in a working platform be provided with
suitable means to prevent the fall of persons or materials by providing suitable fencing or
railing whose minimum height shall be one metre.

Workers employed on mixing and handling material such as asphalt, cement, mortar shall
be provided with protective footwear and rubber hand gloves.

Hoisting machine and tackle used in the works, including their attachments, anchorage
and supports shall be in perfect condition.

The Consultants / Employer reserves the right to instruct the Contractors to take
additional safety precautions if found necessary.

All workers shall be provided with helmet, Safety Shoes and Safety belts.
E. LIST OF APPROVED MAKE OF MATERIALS / TRADE.

Unless otherwise mentioned any one of the approved makes or brands shall be allowed to
be used. Other specific equivalent brands with BIS mark may be allowed to be used if
approved by NABARD.

The bidder shall distinctly understand that it will not be their prerogative to insist on a
particular brand from the list. Final selection will be done with the approval of
NABARD.

If the schedule of quantities prescribes a particular brand of materials or fittings, the same
shall be considered while quoting the rates.

Civil and Interior Materials:

S.NO. Material Name. Brand / Manufacturer.


1. Plywood – BWP Marine Plywood Century Ply Club Prime or equivalent as
(Boiling Water Proof, Termite approved by NABARD
Resistant & Borer Resistant) –
Confirming To IS : 310.
Wooden frame. Second class well seasoned teak wood as
2 approved by The Consultant.
Veneer. (4mm And Paper Veneer) – Truwood / Donear /Sonear Durian / Century /
3 Group Matched, Straight Grain. Archid/ Bhutan tuff.
4 Gypsum False Ceiling Gyproc / Saint Gobain

5 G.I Support System For False Ceiling. Saint Gobain / Gyp steel of Gyproc.
6 Screws. GKW ,Nettlefold.
7 Adhesives. Movicol / Fevicol SH/ Araldite / Makbond
8 Interior Acrylic Paint. Asian / ICI / Berger/Nerolac/ Jotun
9 Wooden beeding Burma teak or matching wood as approved by the
Architect.

NOTE: The contractor shall use only above mentioned material to be approved by the
Consultant/ NABARD. All other materials shall confirm to the specifications laid down
and shall be of reputed company/brand. The bidder shall take this into account while
tendering rates / prices.
Electrical Materials:

S.No. Material Name. Brand / Manufacturer / Recommended Make.


1. Switches/Sockets Roma Anchor, North West, Legrand
2. Copper Conductor wires Finolex / RR Kabel / Qflex/ Lapp/ Anchor
3. PVC conduits & Accessories Precision / Avon plast
4. MS Conduits Gupta / Bharat
5. MCBs /MCB Distribution boards MDS /L&T- Hager /Merlingerin(Compact)
6. Light Fixtures Philips / Osram / GM

NOTE : The contractor shall use only above mentioned material or equivalent make to be
approved by the Consultant. All other materials shall confirm to the specifications
laid down. The bidder shall take this into account while tendering rates / prices.
The Consultant / Owner has got every right to select any of the above Makes for
the Project. However the samples of every material including all fixing accessories
shall be got approved by Owner / Consultant before Execution.
ARTICLES OF AGREEMENT ANNEXURE-A
(On a Rs 200/- Non- Judicial stamp paper)
ARTICLES OF AGREEMENT made this _____________ day of __________
between the National Bank for Agriculture and Rural Development (NABARD)
(hereinafter called “the Employer”) and having its Head Office at C-24, G-Block,
Bandra Kurla Complex, Bandra (E), Mumbai – 400051 of the one part and
__________________(hereinafter called “the Bidder”) and having its registered
office at ………………………………………………….. of the other part.
WHEREAS the Employer is desirous of getting executed “Tender for 7th Floor 'E'
Wing Conference Room ceiling works at NABARD, BKC, Mumbai-51” and has
caused Price Bid showing and describing the work to be done to be prepared by or
under the direction of the Employer.
AND WHEREAS the said technical specifications and the Price Bid have been signed
by or on behalf of the parties hereto.
AND WHEREAS the Bidder has agreed to execute upon and subject to the conditions
set forth in the Price Bid and Conditions of Contract (all of which are collectively
hereinafter referred to as “the said Conditions”) the work shown upon the said
technical specifications, and included in the Price Bid at the respective rates therein
set forth amounting the sum as therein arrived or such other sum as shall become
payable there under (hereinafter referred to as “the said contract amount”).
NOW IT IS HEREBY AGREED AS FOLLOWS:-
1. In consideration hereinafter mentioned, the Bidder will upon and subject to the
conditions annexed, carry out and complete the works shown in the contract,
described by or referred to in the Schedule of Quantities and in the said conditions.
2. The Employer shall pay the Bidder the said contract amount or such sum as shall
become payable at the times and in the manner specified in the said conditions.
3. The said Conditions and Appendix thereto and the documents attached hereto
shall be read and construed as forming part of this Agreement and the parties hereto
shall be respectively abide by, submit themselves to the said Conditions and the
correspondence and perform the agreements on their part respectively in the said
conditions and the documents contained herein.
4. This Agreement and documents mentioned herein shall form the basis of this
contract.
5. This contract is an item rate contract for the complete work to be paid for
according to necessary supply, application and installation carried out at site and for
achieving the desired performance in completing the painting and specified repair
work in the tender at the rate contained in the Schedule of Rates or as provided /
mentioned in the said conditions.
6. The Bidder shall afford every reasonable facility for carrying out of all works of
other Contractors employed by the Employer and shall make good any damage done
to walls, floors, etc. after the completion of such works.
7. The Employer reserves to itself the right of altering the nature of work by adding
to or omitting any items of works or having portions of the same carried out without
prejudice to this contract.
8. Time shall be considered as the essence of this contract, and the Bidder hereby
agrees to complete the entire work within the time period prescribed in the tender
reckoned from the date of issue of work order subject nevertheless to the provision
for extension of time.
9. All payments by the Employer under this contract will be made only at Mumbai
10. All disputes arising out of or in any way connected with this agreement shall be
deemed to have arisen at Mumbai and only Courts in Mumbai shall have the
jurisdiction to determine the same to the exclusion of all other courts.
11. That the several parts of this contract have been read by the bidder and fully
understood by the bidder.

IN WITNESS WHEREOF the Employer has set its hands to these presents through its
duly authorized officials and the Bidder has caused its common seal to be affixed
hereunto and the said two duplicates/ has caused these presents and the said two
duplicates here of to be executed on its behalf, the day and year first herein above
written. (If the Bidder is a company).

Signature Clause

SIGNED AND DELIVERED by the


National Bank for Agriculture and
Rural Development by the hand of
Shri

(Name & Designation)

In the presence of:

Witness #1
Signature:
Name:

Address

Witness #2
Signature:
Name:
Address

SIGNED & DELIVERED by


If the Bidder is a partnership firm
or an an individual

Should be signed by all or on


Behalf of all the partners.
In the presence of:

The COMMON SEAL OF:


Was hereunto affixed pursuant to the resolutions
Passed by its Board of Directors at the meeting
Held on:

Directors who have signed these If the Bidder signs under Presents
Common seal, the signature
clause should tally with the
sealing clause in the Articles
of Association

SIGNED AND DELIVERED by the Bidder If the Bidder is signing by the by the
by the hand of Shri. Hand of Power of Attorney,
Whether a company or an
Individual.

Duly Constituted Attorney.

Witness #1
Signature:

Name:

Address

Witness #2
Signature:

Name:

Address
ANNEXURE-B
VIRTUAL COMPLETION CERTIFICATE

Having executed the work in terms of the contract, we hereby certify and affirm that we
have virtually completed the contracted works.

We hereby certify that the work has been executed wholly to our satisfaction and with
materials and workmanship in accordance with the contract.

We do certify further that we have executed the work in accordance with the applicable
laws and without any transgression of such laws.

Signature of the Contractor

Place: Name :

Date: Address :

Seal
DRAWINGS ANNEXURE-C

Layout and Conference table arrangement at 7E wing of NABARD


Section of proposed Ceiling and existing table at 7E wing of NABARD

Signature of the Contractor Name :


Address :
Place:

Date: Seal
SCHEDULE OF QUANTITIES

TENDER FOR 7TH FLOOR 'E' WING CONFERENCE ROOM CEILING WORKS AT NABARD,
BKC, MUMBAI-51.

Sr. Description of item Unit Quantity Rate Amount


No. (Rs.) (Rs.)
1 VENEER WOODEN CEILING WORK
Removing and dismantling existing Sqm 58
acrylic ceiling and providing new wooden
ceiling made of 4 mm thick veneer of
approved make, silk melamine polish
finish and shade on 12 mm thick marine
BWP ply (using superior quality adhesive
of M/s Pidilite or equivalent as approved)
fixed on a wooden frame made of
second quality CP teak member of size
50mm x 50mm placed @ 2'x2' c/c grid
etc. which should be treated with anti-
termite chemicals and wood primer
complete as directed. The item also
includes the cost of wooden(Burma teak
or matching superior wood) matching
beading, supports, hanger, making
provision for electrical fitting and air-
conditioning diffuser, grills etc. as
required in different levels/height/patterns
and as per details, drawing / views and
directed by Architect, including costs of
scaffolding/working platforms, costs of all
materials including adhesives,
hardwares, labour charges etc. complete
required to complete the item (Basic cost
of veneer= Rs110 / sqft)
2 GYPSUM CEILING WORK FOR COVE
LIGHTING

Removing and dismantling existing m 42


gypsum ceiling and also providing new
suspended gypsum cove and coffered
false ceiling of 12mm gypsum
sheet(Gyproc make or equivalent) 0.6 m
wide (as per design and drawing), which
includes providing and fixing G.I
perimeter channels of size 0.55mm thick
having one flange of 20mm and another
flange of 30mm and a web of 27mm
along with perimeter of ceiling screws
fixed to existing peripheral modular
ceiling frame work then suspending G.I
intermediate channels of size
45mmX0.9mm thick with 2 flange of
15mm each from the soffit with G.I and
steel expansion fastener only, " fastener"
shall be used for ceiling support only.
Ceiling section of 0.55mm thickness
having knurled verb of 51.5mm and two
flanges of 26mm each with lips of
10.5mm are then fixed to the
intermediate channel with the help of
connecting clips and in direction
perpendicular to the intermediate channel
at 457mm centers, 12.5mm tapered edge
gypsum board( conforming to IS2095-
1982) is then screws fixed to ceiling
section with 25mm dry wait at 230mm
centers, additional support for AC grill
shall be fixed as per instruction and AC
plan/section/layout.
*Screw fixing is done mechanically with
screw driver of drilling machine with
suitable attachment. The board are to be
joint free and finished so as to have a
flush look, which includes filling and
finishing the tapered and square edges of
the board with jointing compound, paper
tape. The rate includes costs of all
materials, labour charges, curing etc.
complete.

Note:- For light fittings, grills diffusers


and cut-outs, speakers , fire detectors etc
have to be made with the frame of
perimeter channels of size 20X27X30mm
and of 0.54mm thick ,supported suitable
as per direction of architect ,electrical and
AC consultant and as per the details
shown in the drawing / views without
additional payments.
3 CEILING PAINTING WORK
Supplying and applying three or more Sqm 93
coats of premium grade interior acrylic
emulsion with a base coat of primer on
Gypsum board false ceiling of approved
shade/colour to surface as per
manufacturer specifications on the bands
of width up to 6" with roller finish
including the cost of staging/scaffolding ,
preparation of surface.
Before applying the primer, the gypsum
board ceiling surface shall be prepared
by properly scraping and removing old
paint, filling the dents with approved filler
birla wall care putty / gypsum, approved
crack filler and binder, applying one coat
of acrylic putty, drying and scraping and
cleaning the surface and making the
surface dent free for receiving the primer
and paint. The rate includes costs of all
materials, labour charges, curing etc.
complete.
4 ELECTRICAL WORKS
a LED strip lighting with driver (PHILIPS m 42
make Linea 30 watts for 5 mtr.) for cove
lighting. The rate includes costs of all
materials, labour charges etc. complete.
b 6" dia round 11 watt LED down lighter in No. 35
false ceiling recessed mounting( PHILIPS
CATALOG NO. : BBS 175 or equivalent
approved ) The rate includes costs of all
materials, labour charges etc. complete.
c WIRING (CIRCUIT & LIGHT POINT )
Supplying, Installation, Testing &
Commissioning of Light Point Wiring
using 650 /1100 Volts grade 3 runs
(phase neutral and earth) of 1.5 Sq.mm.
PVC insulated Copper wire FR Grade
pulled through 20mm ISI marked PVC
conduit MMS grade. All the wiring below
false ceiling or on wall must be concealed
with back filling of the same upto finish
level with sand, cement etc. complete.
All the drops from the junction box to the
light of the proposed light point must be
drop in PVC flexible pipe at junction box
though the motion/ presence detector.
Rate quoted must include the cost of
Modular Switches, Modular Sockets, Zinc
passivated Metal Concealed Box,
Modular Plate with Cover & Required
Accessories etc. (Switch Make - Roma
Anchor/ North west / Legrand) ( (PVC
Conduit MMS grade - Prestoplast/
Precision/ Modi). The rate include costs
of all materials, labour charges including
cutting and chasing the wall and make
good the surface etc. complete.
i Primary Light Point No 12

ii Secondary Light Point Looped from No 18


above Primary Light Point.

I Total

II Add Applicable GST

III Grand Total(I+II)

Grand Total in words:

SEAL & SIGN OF CONTRACTOR

You might also like