Professional Documents
Culture Documents
TENDER NOTICE
(Along with terms & conditions)
FURNISHING/ELECTRICAL & DATA CABLING WORKS OF
KITCHLU NAGAR, LUDHIANA BRANCH
1. Tenders are invited on behalf of Deputy General Manager, Union Bank of India,
Regional Office, Walia Complex, Atam Nagar, Dugri Road, Ludhiana for the commissioning &
completion of above work. Tenderers are advised to inspect and examine the Site and its
surrounding and satisfy themselves before submitting their tenders as also to the nature of the
work, the means of access to the Site, etc. and any information they may require. Contractors
in general shall themselves obtain all necessary information as to risk and contingencies and
other circumstances which may influence or effect their tender. A tenderer shall be deemed to
have full knowledge of the site whether he inspects or not and no claims for anything extra
consequent upon any misunderstanding or otherwise shall be payable.
2. Submission of a tender by a tenderer implies that he has read this notice and all other contract
documents and has made himself aware of the scope and specifications of the work to be
done and of conditions and rates at which execution of the work is to be carried out.
3. A tenderer should quote in figures as well as in words the rate(s) tendered. The amount of
each item should be worked out and the requisite totals given. Special care shall be taken to
write rates in figures as well as in the words and the amounts in figurers only in such a way
that interpolation is not possible. In case of any discrepancy the rate mentioned in the works
shall be taken for evaluation purpose. In case of figures, the words, "Rs" should be written
before the figures of rupees and the word "Paise" after the decimal figure, e.g. Rs.2.16p
and in case of word "Rupees" should precede and the "paise" should be written at the
end. Unless the rate is in whole rupees followed by the word "only" it should invariably be
upto two places of decimal.
4. All rates should be quoted in the tender form, which shall have to be in sealed cover.
5. In case of item rate tenders, only rates quoted shall be recorded. Any tender containing
percentage below/above the rates quoted is liable to be rejected. However, where a tenderer
voluntarily offers a rebate, this may be considered.
6. Tenders shall be received by The Chief Manager, Union Bank of India, Regional
Office, Walia Complex, Atam Nagar, Dugri Road, Ludhiana by 22.04.2013 up to
03.00 PM and shall be opened in the office of the Deputy General Manager, Union
Bank of India, Regional Office, Walia Complex, Atam Nagar, Dugri Road, Ludhiana
on the same day at 04.00 P.M. in the presence of tenderers who wish to be present.
7. The tender must be accompanied by earnest money amounting to Rs. 20,000/- (Rupees
Twenty thousand only) in the shape of crossed Bank Draft issued in favour of Union Bank of
India, Regional Office, Ludhiana payable at Ludhiana. No other form of earnest money shall
be acceptable & tenders not complying with these conditions shall liable to be rejected. No
interest shall be payable on amount with held in the shape of earnest money or security
deposits.
8. On acceptance of tender, the earnest money will be treated as part of the security deposit
which shall be deducted @ 10% of the value of work done from all payments.
-2-
-2-
9. Bank will return the earnest money, where applicable to every unsuccessful tenderer
after the allotment of work or 90 days from the date of opening of the tender.
10. A tenderer shall submit the tender who satisfies each and every condition laid down in
this notice, failing which, the tender may be rejected.
11. The acceptance of tender will rest with Union Bank of India which does not bind
himself to accept the lowest tender and reserve to itself the authority to reject any or
all the tenders received without assignment of any reason. All tenders in whom any of
the conditions are not fulfilled or are incomplete in any respect are liable to be
rejected.
12. Bank further reserves to himself the right of accepting the tender whole or in part and
tenderers shall be bound to perform the same at their quoted rates. Also the
quantities of items can be increased or decreased as per requirement of the Bank.
However, the bank shall entertain no claim on this ground.
13. Since the work to be handed over complete in all respect with 100% workable and
functioning condition, so all material shall be F.O.R. site including all taxes like Sales
Tax, State Tax, Excise duty, Octroi, Freights, carriage etc. in respect of this contract
shall be payable by the Contractor(s) and the employer will not entertain any claim
whatsoever in this respect. Income-tax shall also be deducted as per statutory
instructions, from all payments due to the contractor(s).
14. This notice of tender shall from part of the contract documents.
15. The validity for acceptance of the tenders by the employer shall be upto 90 days from
the date of opening of tenders.
16. All corrections and over-writings shall have to be initialed by the tenderers. Efforts to
be made to avoid overwriting.
17. The bill of quantities attached to the tender documents is only approximate & is likely
to be increased or decreased as per site conditions.
18. Incomplete and conditional tenders shall be summarily rejected.
19. Contractor(s) shall be responsible for all constructions defects upto a period of Six
months from the date of payment of final bill.
20. Security deposits shall be released after defect liability period of six months is over
from the date of payment of final bill.
21. Bank shall not arrange/supply of any T & P, labour or material required for the
construction and completion of the work.
22. Bank shall not be responsible for any loss or damage to the contractor material or
machinery brought by him at site due to any reason or due to any act of God during
the course of execution. Contractor shall be liable to make good all the damages, if
any till the work is completed and handed over to the Bank Authorities.
-3-
-3-
23. Work shall have to be completed within 35 days from the 7th day from the date of ssue
of order. For unnecessary delay on the part of the contractor, they will be liable for
penalty @ Rs. 500/- per day subject to maximum of 5% of awarded sum. Bank may
extend the time limit in deserving cases for which request shall have to be made in
writing well in time with valid reasons recommended by the Architect.
24. Running payment shall be released after verification of all running bill and final bill by
the Architects and final checking of the work done by the Premises department if
required. Running payment may be permitted at discretion of the bank. Request for
such payment shall not be considered if the value of work done is less than Rs. 1
lacs.
25. All frame work drawings for fixing & other working drawing and details shall be
supplied by the Contractor & approved by the Architect before starting the job and any
clarification can be had from him in his office.
26. The time allowed for the completion of work is 35 days from 7th day after the date of
written order to commence the work or after the date on which the site is handed over
to the contractor, which so ever is later.
27. The successful tenderer should make own arrangement to obtain all materials
required at site including all perishable and non-perishable goods.
28. Contractor shall make his own arrangement for water supply, electricity and security
to his machinery plants & workmen, in case of availability of water and electricity from
work, contractor may be allowed to use the same.
29. All rates shall include the complete cleaning of site with in the premises and
surrounding areas before his submission of final bill and approval from the Architect.
30. If the contractor after receipt of written notice from the Architect requiring compliance
within ten days fails to comply with such further drawings/and or architects/
instructions, the employer may employ any other person to execute any such work
whatsoever that may be necessary and all cost incurred in connection with this shall
be deducted and recoverable from contractors bills by the employer on the certificate
from Architect as a debit.
31. All disputes arising out of work are subject to Ludhiana jurisdiction only.
CHIEF MANAGER
-4-
-4-
1. The term Architect mentioned herein shall mean M/S ARORA AND ASSOCIATES, 467-L,
FIRST FLOOR, MODEL TOWN, LUDHIANA (Contact no.94172-62266) and their associates
as nominated by them.
2. A schedule of approximate quantities accompanies this tender. It shall be definitely
understood that the Architect do not accept any responsibility for the correctness or
competence of this schedule in respect of items and quantities and this schedule is liable for
alternation by omissions, deductions, or additions at the discretion of the Architect/ Employer
without in any way affecting the terms of the Contract.
3. Contractor's rate must include the cost of transportation of tools and machines to and from the
site, all taxes such as sales tax, Excise duty, toll tax and Octroi, Building/construction taxes,
Statuary review, if any, etc. and fixing/placing in position in rooms or any designated place for
which the item of work is intended to be operated. It must be clearly understood that claim for
any extra sales tax, Excise duty, Octroi, Freight etc. shall not be entertained in any case
whatsoever, once the tenders are opened.
4. Since its a TIME BOUND PROGRAMME the contractor might have to work in odd hours so
the contractor's rate shall include the cost of working in multiple shifts around the clock, if
necessary, and general lighting and other arrangements required by him for the same under
securities arrangement for execution completion of job.
5. The contractor shall not be entitled to any compensation for any loss suffered by him on
account of delays in commencing or executing the work, whatsoever the cause for such
delays may be, including delays in procuring necessary sanction or approval, etc. except that
he shall be granted extension of time as stipulated in the general conditions.
6. The contractor shall co-ordinate with Electrical and other contractors working on the site and
renders all assistance in carrying out the work within the scope of this contract so as to
facilitate progress in the Project.
7. All works shall be carried out as per the specifications for the work contained in this document
and the details shown on the drawing. Where specifications are not available in this
document, the specifications shall be followed as per C.P.W.D. or relevant I.S. codes.
8. Validity: The rates quoted shall remain valid for ninety days for acceptance by the Bank.
9. Mobilization & Secured Advance: No secured advance is payable. Bank shall not sanction any
mobilization advance grant to the contractor. Tenders containing any condition for
payment of mobilization grant are liable to be rejected.
10. Unless otherwise mentioned all materials shall be I.S.I. marked. In case no particular make is
mentioned or the product is not registered with I.S., the contractor shall get the sample(s)
approved from the Architect/Employer for those items before using at the work. Failure to do
so, work may be rejected and in that case contractor shall have to remove the
defective/unapproved material and redo the work for which no claim shall be entertained.
11. Any deviation with respect to time or specifications, Bank without prejudice has the right to:
A ) Cancel / Rescind / Revoke the order to the contractor
B ) Impose penalty upto 20% of the total value of job to the contractor
12. All tests of materials and work done shall be carried out as per standard mandatory test by the
contractor at his own cost from the Govt. Approved lab.
-5-
-5-
DESCRIPTION B R A N D
a) Board / Ply : Greenply, Century, Archid conforming to
ISI specifications
b) Laminate 1 mm th. : Amulaya, Archidlam, Marino, Decolam,
Formica, Greenlam, Century, URO, Sundek
Virgo ( As per approved shade)
c) Door Closer / Floor spring : Everite, Doorking, Sandhu ISI
Marked.
d) Drawer & Keyboard, Slide Rails : Earl Bihari, Ebco
e) Glue for fixing commercial Board / : Fevicol ( pidilite)
Laminate
f) Glass : Triveni, Modi Float
g) Mortice Latch & Lock : Godrej
h) Vertical Blinds : Vista Levelor / Mac.
i) Tapestry/leather foam : Harmony, Vimal, Bhor
j) Aluminium Sections : Jindal/Mahavir/Hindalco
k) False Ceiling : Gypsum marked Gypsteel
l) Synthetic Enamel : Asian, Nerolac, ICI
m) Emulsion paint/ Plastic Paint : Asian, Nerolac, ICI
n) MCBs : MDS, Havells make
o) DB`s : MDS, Havells make
p) Switch & Socket : MDS, Havells make
q) Pipe (PVC) : Uniplast, D-Plast, AKG
r) Telephone Cable : Delton
s) Wires : Havells, R.R. Kabels. Finolax
t) Cables : Grandley, ICC, R.R. Kables.
u) Fans : Khaitan, Crompton
v) Mirror Optics : Philips, Crompton
w) Spot Light & Light fitting : Philips, Crompton
FORM OF TENDER
Date______________
To
The Deputy General Manager
Union Bank of India
Regional Office
Dugri Road
LUDHIANA.
Dear Sir,
Having duly examined the tender documents, including the drawings,
specifications, designs, schedule of quantities relating to the works specified in
the under written memorandum and having visited the site of the said works and
having acquired all the requisite information relating thereto as effecting this
tender. I/We hereby offer to execute the works specified hereunder with in the
time specified therein at the rates specified in the Schedule of quantities and in
accordance, in all respects, with the specifications, designs, drawings, and
instructions in writing referred to in the conditions of tender. The articles of
Agreement, special conditions, the schedule of quantities and conditions of
contract and with such materials as are specified, by and in all other respects in
accordance with such conditions in the schedule of quantities and conditions of
contract so far as applicable.
for:
2 ALUMINIUM PARTITIONS ( 4 x 1 )
WOODEN PARTITIONS
4
Providing and fixing wooden partitions 30or 36
460 Sq.ft.
high made of 2X1 partal wood frame @ 20 c/c
vertically & horizontally. The bottom member shall
be of partal wood of size 2x4. The partal wood
frame should be fixed rigidly at floor level.The frame
work to be cladded with 8 mm thick (I.S.I.marked)
phenol bonded boiling water proof commercial ply
& with 1 mm thick laminate on both sides as/
approved shade & colour. All exposed teak wood
mouldings (2 x 1 ) & beadings shall be stained
to approve colour & finish with melamine polish or
enamel painted
7 WALL PANELLING
8 TABLES
CENTER TABLE
c)
Supplying Center table of size 2'6- 30 diameter,
18 high with circular glass top (12 mm thick )
2 pc.
protruding 9all sides over wooden base made of
th. Commercial board as/design.
DRESSING TABLE
d)
Supplying wooden dressing table of size 4 x
16x16 made up of 19 mm thick (I.S.I. marked) 1 pc.
phenol bonded boiling water proof commercial
9 CREDENZA ( 21 WIDE )
10
CREDENZA ( 15 WIDE )
14 NOTICE BOARD :-
15 BANK LOGO :-
2 no.s
Providing and fixing Bank logo in position as /bank
norms ,complete in all respect
16
GRANITE ON CASH COUNTER :
22 Sq.ft.
Providing & Laying, granite (20mm thick) as/ design
pattern with necessary chemical /cement mortar or
adhesive as required of approved colour , including
making moulding on steps as per approved pattern,
designed by the Architect/Bank Engineer.
17 FIXING OF M.S. BARS OVER CASH
COUNTER :
44 Sq.ft.
Providing and fixing thick M.S. square bars at 9
c/c over Cash cabin including paint work complete
in all respect.
18 DOOR CLOSER :
3 no.s
Providing and fixing hydraulic door closer ISI
marked of approved brand & manufacture as per
direction of the Architect.
19 DOOR LOCK :
2 no.
Providing and fixing colour (matching with
aluminum partitions) door lock Godrej/ISI marked of
approved brand & manufacture as per direction of
the Architect / banks engineer.
TOTAL A
B) TENDER FOR ELECTRICAL & DATA CABLING WORKS AT
UNION BANK OF INDIA, KITCHLU NAGAR, LUDHIANA.
c) 5 Amp socket point wiring with 2.5 mm sq. multi stand Each 12
PVC copper wire including plate switches, socket of
Anchor make ( Roma series )
d) 30 Amp. with 4mm sq. multistand PVC copper wire and Each 4
metal clad enclosure, sockets and plugs.
2. CIRCUIT WIRING
2. Cable size 2x4 mm sq. copper conductor 1100 volt grade. Mt. 140
3. Cable size 2x6mm copper conductor 1100 volt grade. Mt. 125
P/F & testing triple 5 amp point wiring for computers with Each 9
2.5 mm aq. Multi stand copper PVC wire in unbreakable
PVC conduits 25mm. dia with special having wall thickness
2mm incl. MS switches boxes with rust proof treatment size
to accommodate the three No. Piano type 5 amp sockets. 3
pin sockets controlled by 1 No. 5 Amp Piano type switches
indicator mounted on 3mm thick ISI marked bakelite
laminated sheet and painted of box etc complete as
requirement. (Switches/ socket Anchor make.)_
4. BELL POINT
Wiring fir bell point with 2x1.5mm sq multi stand PVC Each 1
insulated single core cable copper conductor in PVC conduit
in wall/ existing floor i.e. providing and fixing of MS
switches boxes with rust proof treatment size as reqd bell
push and steel plate switch as reqd.
5. DISTRIBUTION BOXES
c) P/F of metal claid industrial type ply & socket with MCB . Set 4
8. CEILING LIGHT.
9. DOWN LIGHT
Painted.
Panel shall be floor/ wall mounting type, complete with inter
connection of outgoing cables.
INCOMING FEEDER
Telephone points with two pair wire of finolex make running Each 6
through PVC pipe of standard specifications as required with
jack socket.
14. P/F of air conditioner point with 25 Amp. Socket & plug No. 2
as required .
15. Providing & fixing of single tube set 1x28 watt ( 122 x 228 No. 4
H.F. ) Philips make.
h. Labour for total LAN cabling in branch including fitting L.S. --------
of lease line / isnd line , rack testing of networking.
TOTAL B Electrical & Data cabling works
DATE