Download as pdf or txt
Download as pdf or txt
You are on page 1of 11

-:: 1 ::-

Sports Authority of India


Netaji Subhas National Institute of Sports
Old Moti Bagh, Patiala
Telephone: 0175-2215289/301, e-mail: edsainis@rediffmail.com

TENDER NOTICE

Name of Work: Renovation and Up-gradation of Shed near garage area at SAI NS NIS
Patiala.

Notice Inviting Tender (double bid system i.e., technical bid and financial bid), are hereby
invited on behalf of Executive Director (A), SAI, NS NIS Patiala, for“ Renovation and Up-
gradation of Shed near garage area at SAI NS NIS Patiala” from approved, eligible and
registered Contractors/agencies/societies.
CRITICAL DATE SHEET
Estimated Cost of Work (Rs.) Rs. 16,57,509.00 (Rupees Sixteen Lakh Fifty Seven
Thousand Five Hundred & Nine Only)
Completion Time 60 Days
Earnest Money Rs. 33,200.00 (in the shape of demand draft favouring
Executive Director (A) SAI NS NIS Patiala)
Publish Date 02-02-2024
NIT Download 02-02-2024
Clarification Starts Date 02-02-2024
Clarification End Date 05-02-2024
Submission Start Date 06-02-2024
Proposal / Bid Submission End Date 27-02-2024
Technical Bid Opening Date 28-02-2024

Copy of schedule of work along with terms and conditions are enclosed herewith
which should be read carefully and signed by the bidder or his authorized signatory. Agencies
may download the document from the website CPP Portal of Govt. of India
i.e.,http://eprocure.gov.in/eprocure/app. Tender form fee of Rs. 1000.00 plus GST @ 18%
(Rupees One Thousand Only) in the shape of demand draft favouring SED (A) SAI NS NIS
Patiala is also to be attached with the technical bid. Agencies may ensure that their proposals,
complete in all respect, should be uploaded online before the closing date and time as indicated
in the critical date sheet above, on CPP Portal http://eprocure.gov.in/eprocure/app. Also, a
hard copy of Technical bidding along with earnest money and financial bid may be submitted
at SAI NS NIS Patiala as per bidding program. Agency shall not tamper/modify the document
in any manner. In case the same is found to be tempered in any manner tender will be rejected
completely.

For and on behalf of


Executive Director (A)
SAI NS NIS Patiala
-:: 2 ::-

SPORTS AUTHORITY OF INDIA


NETAJI SUBHAS NATIONAL INSTITUTE OF SPORTS, MOTI BAGH, PATIALA
Renovation and Up-gradation of Shed near garage area at SAI NS NIS Patiala

TECHNICAL BID FORM


“Envelope – A”
1. Name of firm / Agency …………………………………………………….………….

2. Name of the Proprietor/Partner ………………..………………………………………………

3. Address of the firm …………………………………………………….………….


…………………………………………………….………….

4. Telephone, Fax No. & Email ID …………………………………………………….……..….


…………………………………………………….………….

5. PAN Number (attach self-attested copy) …………………………………………………….………….

6. GST No if applicable (attach self-attested copy) …………………………………………………….………….

7. Attach copies of ITR for the preceding 3


Assessment years (2021-22, 2022-23, 2023-24) …………………………………………………….………….

8. Work Experience in line (attach self-attested copy) ……………………………………………….………….....

9. Bank Detail (for payment through RTGS / PFMS) :-


a. Account Number ...................................................................
b. Name of Bank ...................................................................
c. IFSC Number ...................................................................
..................................................................
10. Attach list of clients (self-attested copies) …………………………………………………….………….
11.EMD Details: -

a. Name of the Bank ……………………………………………………..………….


b. Bank Draft No. & Date ……………………………………………………..………….
c. Amount ……………………………………………………..………….
d.

12.Any other relevant details ………………………………………………………………….

13.Annual turnover Certified by CA (last three financial years) …………………………………………………………….


14.Valid Enlistment /Registration Certificate (Attach self-attested copies) ....…………………………………………….

DECLARATION
1. I / we have read the terms & Conditions mentioned in the tender documents and undertake to abide
by the same during the contractual period.
2. The information given in the bid by the undersigned is correct.

Place: Signature with seal


Date: Address
-:: 3 ::-

SPORTS AUTHORITY OF INDIA


NETAJI SUBHAS NATIONAL INSTITUTE OF SPORTS,
MOTI BAGH, PATIALA
Terms & Conditions:

1. Your Tender in two separate envelops as Envelope “A” containing technical bid and Envelope
“B” containing financial bid respectively should be sealed in a Third Envelope (Large in size
than Envelopes A & B) superscribing the name of work and addressed to the SED (A) SAI,
NS NIS, Patiala should reach the office of the Deputy Director (Admn.), NIS Patiala on or
before 27-02-2024 By 3:00 PM. Technical bid in Envelope – “A” shall be submitted in the
prescribed Performa as enclosed in the tender form and shall be submitted in the prescribed
Performa as enclosed in the tender form shall be opened 28-02-2024.Whereas, financial
biding Envelope – “B” is to be submitted in the Performa as enclosed.
2. Technical bids must contain earnest money amounting to Rs.33,200.00 (Thirty Three
Thousand and Two Hundred Only) in the shape of demand draft drawn on any scheduled
bank, favoring Executive Director (A) SAI NS NIS Patiala. Tender fees and EMD is
compulsory for prospective/all bidders.
3. Tenders complete in all respect should be uploaded on the CPP portal and also submit the
hard copies under sealed cover wherein two separate envelopes containing technical bid
(Envelope – “A”) and Financial bid (Envelope – “B”) respectively are to be placed. All the
covers and envelopes should superscribe name of the work, and submit to this Institute on or
before 27-02-2024 by 3:00 PM.
4. Only Technical bids shall be opened on 28-02-2024.
5. Bids so to be submitted should be valid for a period of 60 days.
6. Financial bids of such bidders, who qualify technically, shall be opened, only after approval
of the technical bids by the competent authority.
7. In case the work is left over or abandoned at any stage. Whatsoever the reasons may be the
remaining work shall be got completed departmentally or through other contractor/source and
the excess amount spent by the department in getting such works completed will be to the
account of original contractor and shall be met from any amount due to him or recovered by
normal legal channel.
8. Contractor is fully responsible for disposal of malba etc. from the site/Complex as per
direction of the Officer-in-charge.
9. No T & P shall be issued by the department.
10. During execution of work if any damage to the existing structure/buildings etc. occurs at site,
the contractor shall have to restore it at his own cost.
11. In case of any mis-happening at the site of work the contractor shall be fully responsible.
12. In case of failure to execute the work on the part of the firm, after award of work and execution
of agreement, earnest money shall be forfeited without any notice.
13. If the work is not completed within the stipulated period of 60 days, Rs. 1,000/- (Rupees One
Thousand) per day shall be deducted from the contractor’s Bills for each extra number of days
for the completion of work. Maximum up to 5% of tendered cost.
-:: 4 ::-

14. Security deposit shall be 5% and shall be released after 12 months of the date of issue of the
completion certificate for satisfactory Completion of the Work/Installation of the systems.
15. Sub-standard material and workmanship will be rejected without any compensation and no
claim for any loss or damage thereof shall be entertained.
16. In case, bidder(s) submit a false certificate/certification w.r.t the tender or any other statuary
documents, his/her tender will be rejected summarily.
17. No claim for any fluctuation in rates or otherwise shall be entertained
18. Conditional quotations shall not be accepted.
19. All disputes shall be settled in Patiala jurisdiction only.
20. No advance payment is admissible.
21. Payment will be made through RTGS / PFMS as per details provided by the bidder along with
Tender.
22. Defect Liability Period shall be of One year from the issuance of Completion Certificate.
23. The bidder shall depute competent and qualified person/staff to supervise the work.
24. The rates quoted by the bidder shall be applicable for the entire period of the contract.
25. The bidder shall be responsible for fulfilling all statutory provisions of all the labour laws and
also payment of wages as per Minimum Wages Act / Rules of the Union as well as State
Govt.
26. The bidder/agency shall be the sole employer of the staff deployed for the said work and they
shall not be entitled to any claim for any employment or permanency of job with the SAI, NS
NIS Patiala.
27. These are only proposed terms and conditions and can be modified, changed or added in the
interest of the Institute, at the time of signing the agreement.
28. Taxes as applicable shall be deducted from the bill(s), raised by the work executing agency
from time to time.
29. Time allowed for the completion of work shall be 45 days from the date of written work order
and execution of agreement between both the parties.
30. The tenderer should mention the brand and the manufacturer’s details in the tender and
provide service manual along with supply of instruments (if any).
31. The transfer of Bid and subcontracting is not allowed, in-case found, the bid/contract will be
rejected/cancelled along with forfeiture of EMD/PBG.

32. The tenderers are advised to visit the site to understand the scope of work related to various
systems/services
33. ED,SAI NSNIS, Patiala reserves the right of accepting or rejecting all or any of the tenders
without assigning any reasons thereof for the same and or to split up the tender as it may deem
fit and/or also to finalize the tender after negotiations and also increase or decrease the
tendered quantity. Repeat orders will also be placed on them after watching the performance
if considered necessary.
34. Intending bidders are advised to visit CPPP website
https://eprocure.gov.in/eprocure/appandSAI NSNIS website https://nsnis.org/regularly for
any corrigendum/addendum/amendment.

-:: 5 ::-
SPECIAL CONDITIONS OF CONTRACT (To be enclosed with contract)

1. PRICE: The Price quoted shall be inclusive of all Taxes/Duties and the price should be firm
till the completion of work. Further, materials should be delivered at free of cost at the locations
indicated by SAI NSNIS, Patiala. The system shall be installed and brought into complete
operation, at a chosen location and to the complete satisfaction, without any additional charges
whatsoever.

2. PAYMENT TERMS: Payment will be made on the basis of executed quantities at site after
checking and verification as per specifications.

3. TENDER PRICE VALIDITY: The rates quoted in the tender shall be valid for a minimum
period of 60 days from the date of opening of the technical bid, provided that sum total of all
extension shall ordinarily not exceed 180 days(one hundred and eighty days only).

4. Firm will submit the activity wise completion schedule (Bar Chart) for the project to NS NIS
Patiala for approval of the competent authority.

5. Firm/Contractor will submit a certificate/undertaking that he has been visited the working site
and he agreed to do the work as per site condition.

Place: Signature with seal


Date: Address

-:: 6 ::-
FINANCIAL BID FORM

“Envelope – B”
BOQ
Name of Work : Renovation/Up-gradation of shed near garage area at NS NIS Patiala
DSR
S.No Description of Items Unit Quantity Rate Amount
No.
Steel reinforcement for R.C.C. work
including straightening, cutting,
1.01 5.22 bending, placing in position and
binding all complete upto plinth level.
Thermo-Mechanically Treated bars of
1.02 5.22.6 grade Fe-500D or more. Kg 1549.55
Providing and laying in position
specified grade of reinforced cement
concrete, excluding the cost of
2 5.1
centering, shuttering, finishing and
reinforcement - All work up to plinth
level :
1:1.5:3 (1 cement : 1.5 coarse sand
(zone-III) derived from natural sources
2.01 5.1.2 : 3 graded stone aggregate 20 mm Cum 40.28
nominal size de rived from natural
sources)
Centering and shuttering including
3 5.9 strutting, propping etc. and removal of
form for
Lintels, beams, plinth beams, girders,
3.01 5.9.5 bressumers and Sqm 8.25
cantilevers
Brick work with common burnt clay
F.P.S. (non modular) bricks of class
4 6.4 designation 7.5 in superstructure above
plinth level up to floor V level in all
shapes and sizes in :
Cement mortar 1:6 (1 cement : 6 coarse
4.01 6.4.2 Cum 12.57
sand)
5 13.1 12 mm cement plaster of mix :
5.01 13.1.2 1:6 (1 cement: 6 fine sand) Sqm 118.29
Distempering with 1st quality acrylic
distemper (ready mixed) having VOC
content less than 50 gms/litre, of
approved manufacturer, of required
shade and colour complete, as per
6 13.42
manufacturer's specification.

6.01 13.42.1 Two or more coats on new work Sqm 115.29


Providing and applying white cement
based putty of average thickness 1 mm,
of approved brand and manufacturer,
7 13.80 Sqm 115.29
over the plastered wall surface to
prepare the surface even and

Providing and fixing aluminium work


for doors, windows, ventilators and
partitions with extruded built up
standard tubular sections/ appropriate Z
sections and other sections of approved
make conforming to IS: 733 and IS:
1285, fixing with dash fasteners of
required dia and size, including
necessary filling up the gaps at
junctions, i.e. at top, bottom and sides
8 21.1 with required EPDM rubber/ neoprene
gasket etc. Aluminium sections shall be
smooth, rust free, straight, mitred and
jointed mechanically wherever required
including cleat angle, Aluminium snap
beading for glazing / paneling, C.P.
brass / stainless steel screws, all
complete as per architectural drawings
and the directions of Engineer-in-
charge. (Glazing, paneling and dash
fasteners to be paid for separately) :
8.01 21.1.1 For fixed portion
Powder coated aluminium (minimum
8.02 21.1.1.2 thickness of powder coating 50 micron) Kg 39.55
For shutters of doors, windows &
ventilators including
providing and fixing hinges/ pivots and
making provision
8.03 21.1.2 for fixing of fittings wherever required
including the cost
of EPDM rubber / neoprene gasket
required (Fittings
shall be paid for separately)
Powder coated aluminium (minimum
8.04 21.1.2.2 thickness of powder coating 50 micron) Kg 79.39
Providing and fixing glazing in
aluminium door, window, ventilator
shutters and partitions etc. with EPDM
rubber / neoprene gasket etc. complete
9 21.3
as per the architectural drawings and
the directions of engineer-in-charge .
(Cost of aluminium snap beading shall
be paid in basic item):
With float glass panes of 5 mm
9.01 21.3.2 thickness (weight not Sqm 16.20
less than 12.50 kg/sqm)
Providing and fixing precoated
galvanised iron profile sheets (size,
shape and pitch of corrugation as
approved by Engineer-in-charge) 0.50
mm (+ 0.05 %) total coated thickness
with zinc coating 120 grams per sqm as
per IS: 277, in 240 mpa steel grade, 5-7
microns epoxy primer on both side of
the sheet and polyester top coat 15-18
microns. Sheet should have protective
guard film of 25 microns minimum to
10 12.50 Sqm 324.00
avoid scratches during transportation
and should be supplied in single length
upto 12 metre or as desired by
Engineerin- charge. The sheet shall be
fixed using self drilling /self tapping
screws of size (5.5x 55 mm) with
EPDM seal, complete upto any pitch in
horizontal/ vertical or curved surfaces,
excluding the cost of purlins, rafters
and trusses and including cutting to size
and shape wherever required.
Providing and fixing precoated
galvanised steel sheet roofing
accessories 0.50 mm (+0.05 %) total
coated thickness, Zinc coating 120
grams per sqm as per IS: 277, in 240
11 12.51
mpa steel grade, 5-7 microns epoxy
primer on both side of the sheet and
polyester top coat 15-18 microns using
self drilling/ self tapping screws
complete
11.01 12.51.1 Ridges plain (500 - 600mm) Metre 16.00
Providing and fixing false ceiling at all
height including providing and fixing
of frame work made of special sections,
power pressed from M.S. sheets and
galvanized with zinc coating of 120
gms/sqm (both side inclusive) as per IS
: 277 and consisting of angle cleats of
size 25 mm wide x 1.6 mm thick with
flanges of 27 mm and 37mm, at
1200 mm centre to centre, one flange
fixed to the ceiling with dash fastener
12 12.45 12.5 mm dia x 50mm long with 6mm
dia bolts, other flange of cleat fixed to
the angle hangers of 25x10x0.50 mm of
required length with nuts & bolts of
required size and other end of angle
hanger fixed with intermediate G.I.
channels 45x15x0.9 mm running
at the spacing of 1200 mm centre to
centre, to which the ceiling section 0.5
mm thick bottom wedge of 80 mm with
tapered flanges of 26 mm each having
lips of 10.5 mm, at 450 mm centre to
centre, shall be fixed in a direction
perpendicular to G.I. intermediate
channel with connecting clips made out
of 2.64 mm dia x 230 mm long G.I.
wire at every junction, including fixing
perimeter channels 0.5 mm thick 27
mm high having flanges of 20 mm and
30 mm long, the perimeter of ceiling
fixed to wall/partition with the help of
rawl plugs at 450 mm centre, with
25mm long dry wall screws @ 230 mm
interval, including fixing of gypsum
board to ceiling section and perimeter
channel with the help of dry wall
screws of size 3.5 x 25 mm at 230 mm
c/c, including jointing and finishing to
a flush finish of tapered and square
edges of the board with recommended
jointing compound , jointing tapes ,
finishing with jointing compound in 3
layers covering upto 150 mm on both
sides of joint and two coats of primer
suitable for board, all as per
manufacturer's specification and
also including the cost of making
openings for light fittings, grills,
diffusers, cutouts made with frame of
perimeter channels suitably fixed, all
complete as per drawings, specification
and direction of the Engineer in Charge
but excluding the cost of painting with :

12.5 mm thick tapered edge gypsum


12.01 12.45.3 Sqm 304
moisture resistant board

Demolishing brick work manually/ by


mechanical means including stacking
of serviceable material and disposal of
13 15.7
unserviceable material within 50 metres
lead as per direction of Engineer-in-
charge.
13.01 15.7.4 In cement mortar Cum 14.49
Providing and Fixing ACP sheet for
Door of approved quality with the
14 NS spectification confirming to IS Sqm 6.60
complete as per direction of Engineer
in Charge.
Dismantling roofing including ridges,
hips, valleys and gutters etc., and
15 15.28
stacking the material within 50 metres
lead of:
15.01 15.28.1 G.S. Sheet Sqm 270.00
Painting with synthetic enamel paint of
16 13.61 approved brand and manufacture to
give an even shade :
16.01 13.61.1 Two or more coats on new work Sqm 304.00

17 Electrical Work
Wiring for light point/ fan point/
exhaust fan point/ call bell
point with 1.5 sq.mm FRLS PVC
insulated copper conductor single core
cable in surface / recesse
18 1.1 d steel conduit, with piano type switch,
phenolic laminated sheet, suitable size
MS box and earthing the point with 1.5
sq.mm FRLS PVC insulated copper
conductor single core cable etc. as
required.
18.01 1.10.1 Group A Point 10.00
Wiring for circuit/ submain wiring
alongwith earth wire with the following
19 1.7 sizes of FRLS PVC insulated copper
conductor, single core cable in surface/
recessed steel conduit as required.
2 X 2.5 sq. mm + 1 X 2.5 sq. mm earth
19.01 1.7.2 Metre 360.0
wire
Supplying and fixing 5 A to 32 A
rating, 240/415 V, 10 kA, "C" curve,
miniature circuit breaker suitable for
20 2.10 inductive load of following poles in the
existing MCB DB complete with
connections, testing and commissioning
etc. as required.
20.01 2.10.1 Single pole Each 10.00

20.02 2.10.5 Triple pole and neutral Each 5.00


Supplying and fixing of following sizes
of medium class PVC
conduit along with accessories in
21 1.21 surface/recess including
cutting the wall and making good the
same in case of recessed conduit as
required.
21.01 1.21.3 32 mm Metre 60.00
Providing and fixing following rating
415V MS TPN Box complete with
22 MR Each 2.00
connections, testing and commissioning
etc. as required.
Providing and fixing following rating,
240 V,LED Flood light 70W complete
23 MR Each 10.00
with connections, testing and
commissioning etc. as required.

Total Amount (in Rs)


Say Amount (in Rs)
Signature Not Verified
Digitally signed by Rajnish Kumar Mishra
Date: 2024.02.02 15:58:28 IST
Location: eProcure-EPROC

You might also like