SBI INFRA MANAGE CIRCLE OF STATE BANK OF INDIA, 3 ...

91
Tender ID : AHM202009001 SBI INFR C STATE BANK OF IN LAL SBIIMS INVITE T ELECTRICAL WOR THE SBIIMS AHME CONTRACTORS OF AHM PART – A: TECHNICAL B TENDER SUBMITTED BY : NAME ADDRESS DATE 10 TH FLOOR, S 1 Signature & TENDER ID AHM20 DATE 01.09.2 RA MANAGEMENT SOLUTIONS PVT.LT CIRCLE OFFICE, AHMEDABAD NDIA, 3 RD FLOOR, LOCAL HEAD OFFIC LDARWAJA, AHMEDABAD-380001 TENDERS ON BEHALF OF SBI FOR PR RK OF SBI SONI BAZAAR BRANCH GA FROM EDABAD APPROVED EMPANELLED E MEDABAD CIRCLE UNDER CATEGOR RS. 5 LAKH TO RS. 50 LAKH Tender ID :AHM202009001 BID : : : : ARCHITECT: MAHESH DESAI SUMERU, NR. PARIMAL RAILWAY CR PALDI, AHMEDABAD & Seal of Tenderer 02009001 2020 TD. CE, BHADRA, ROPOSED ANDHIDHAM ELECTRICAL RY WORKS UP TO ROSSING,

Transcript of SBI INFRA MANAGE CIRCLE OF STATE BANK OF INDIA, 3 ...

Tender ID : AHM202009001

SBI INFRA MANAGEMENT SOLUTIONS PVT.LTD.CIRCLE OFFICE, AHMEDABAD

STATE BANK OF INDIA, 3LALDARWAJA,

SBIIMS INVITE TENDERS ON BEHALF OF SBI FOR PROPOSED ELECTRICAL WORK OF

THE SBIIMS AHMEDABADCONTRACTORS OF AHMEDABAD CIRCLE

PART – A: TECHNICAL BID

TENDER SUBMITTED BY:NAME

ADDRESS

DATE

10 TH FLOOR, SUMERU, NR. PARIMAL RAILWAY CROSSING,

1 Tender ID : AHM202009001 Signature & Seal of Tenderer

TENDER ID AHM202009DATE 01.09.2020

SBI INFRA MANAGEMENT SOLUTIONS PVT.LTD.CIRCLE OFFICE, AHMEDABAD

STATE BANK OF INDIA, 3RDFLOOR, LOCAL HEAD OFFICE, BHADRA,LALDARWAJA, AHMEDABAD-380001

SBIIMS INVITE TENDERS ON BEHALF OF SBI FOR PROPOSED

ELECTRICAL WORK OF SBI SONI BAZAAR BRANCH GANDHIDHAM

FROM

IMS AHMEDABAD APPROVED EMPANELLED ELECTRICAL OF AHMEDABAD CIRCLE UNDER CATEGORY

RS. 5 LAKH TO RS. 50 LAKH

Tender ID :AHM202009001

A: TECHNICAL BID

: :

:

:

ARCHITECT:

MAHESH DESAI

10 TH FLOOR, SUMERU, NR. PARIMAL RAILWAY CROSSING,

PALDI, AHMEDABAD

Signature & Seal of Tenderer

AHM202009001 .2020

SBI INFRA MANAGEMENT SOLUTIONS PVT.LTD.

FLOOR, LOCAL HEAD OFFICE, BHADRA,

SBIIMS INVITE TENDERS ON BEHALF OF SBI FOR PROPOSED SBI SONI BAZAAR BRANCH GANDHIDHAM

ELECTRICAL UNDER CATEGORY WORKS UP TO

10 TH FLOOR, SUMERU, NR. PARIMAL RAILWAY CROSSING,

Tender ID : AHM202009001

Tender documents are

Sr. No. Description

1 Cover page

2 Index

3 Notice Inviting Tender

4 Form of Tender

5 Articles of Agreement

6 Instructions to the Tenderers

7 General Conditions of Contract

8 Appendix Herein Before Referred To

9 Letter Of Declaration

10 Technical Specifications

11 Tender drawings & Details

12 Bill of Quantities (Not to be filled)

2 Tender ID : AHM202009001 Signature & Seal of Tenderer

INDEX

Tender documents are in two parts (Volumes) i.e. Part –PART – A (TECHNICAL BID)

Notice Inviting Tender

Form of Tender

Articles of Agreement

Instructions to the Tenderers

General Conditions of Contract

Appendix Herein Before Referred To

Letter Of Declaration

Technical Specifications

Tender drawings & Details

Bill of Quantities (Not to be filled) (9Pages)

Signature & Seal of Tenderer

– A and Part – B

Page No.

1

2

3

15

17

22

27

52

55

72

76

83 (83 to 92)

Tender ID : AHM202009001

SBIIMS on behalf of SBI invites contractors only under appropriate category The SBI Empanelled contractors to quote for this tender.

The details of tender are as under: S.No. Description 1. Name of work

2. Nature of Work 3. Time allowed for completion

4. Application Fees

3 Tender ID : AHM202009001 Signature & Seal of Tenderer

NOTICE INVITING TENDERS

invites tenders in two bid system from the SBIunder appropriate category E1,E2, E3, E4 & E5 for the

contractors who receives NIT from Architect are only entitled

The details of tender are as under:

Proposed Electrical works of SBI SONI BAZAAR BRANCH, GANDHIDHAM Electrical Work

Time allowed for completion (45 days) 1½ Months from date of acceptance of work order. Rs 1000 /- (Rupees. One Thousand Only) Non-refundable AMOUNT TO BE PAID ONLY THROUGH SB COLLECT PAYMENT PORTAL AVAILABLE IN SBI site https://www.onlinesbi.com) GUIDELINES TO MAKE ONLINE TENDER FEES

go to SBI Internet Banking https://www.onlinesbi.com/

Select SBI Collect from Top Menu ↓

Click Check box to Proceed ↓

Select "All India “ in state Corporate/Institution and "Commercial Services" in type of Corporate / Institution after that click go

Select " SBI INFRA MANAGEMENT SOLUTIONS PVT. LTD." IN Commercial Services Name and Submit

Signature & Seal of Tenderer

from the SBI Empanelled for the captioned work.

who receives NIT from Architect are only entitled

SBI SONI BAZAAR

Months from date of acceptance

(Rupees. One Thousand Only)

AMOUNT TO BE PAID ONLY THROUGH SB COLLECT PAYMENT PORTAL AVAILABLE IN SBI site

GUIDELINES TO MAKE ONLINE TENDER FEES

go to SBI Internet Banking website-https://www.onlinesbi.com/

Select SBI Collect from Top Menu

Click Check box to Proceed

Select "All India “ in state Corporate/Institution and "Commercial Services" in type of Corporate /

INFRA MANAGEMENT SOLUTIONS PVT. LTD." IN Commercial Services Name and

Tender ID : AHM202009001

5. Earnest Money Deposit

6. Initial Security Deposit

7. Total Security deposit

8. Start and end date for downloading of tender documents from Bank’s website

9. Online submission of tebid on thesite”www.etender.sbi.com

4 Tender ID : AHM202009001 Signature & Seal of Tenderer

Select "Tender Application Fee" in Payment category and Enter "Tender ID “and Submit

The Vendor will have to fill up the fields properly and submit upon making the paymenbe generated with a reference no. on submit. The Contractor has to submit Application Fee deposited challan copy in online Business Rule Document & in hard copy along with EMD submission. Rs. 1,000/- Application fees should be paid through SBI Collect only by using SBI Internet Banking web-site www.onlinesbi.compayment receipt should be enclosed with the Technical Bid. Application received without onapplication fees payment receipt shall be rejected.

Earnest Money Deposit Rs.4000/-(Four Thousand Only)Demand Draft / Pay Order (Valid for a period of 180 Days from the last date of submission of the tender) from any scheduled Nationalized Bank drawn in favor of SBI INFRA MSOLUTIONS PVT LTD payable at & please submit Original EMD to Deputy. Manager – Electrical Engineer, SBIManagement solutions Pvt. Ltd, SBI Admin Office, Nilambaug Circle, Ground floor, BHAVNAGAR -364001 on or before 15to 13.00 Noon.

Initial Security Deposit 2% of contract amount including EMD

Total Security deposit 5% of the final bill amount including ISD.

Start and end date for wnloading of tender

m Bank’s

01/09/2020 to 08/09/2020 at www.sbi.co.inLINK: https://sbi.co.in/web/sbi-in-thenews/procurement-news.

on of technical bid on the web

e”www.etender.sbi.com ”

From : 01.09.2020 BY (time 18 To 09.09.2020 (time 18.00 hour

Signature & Seal of Tenderer

Select "Tender Application Fee" in Payment category and Enter "Tender ID “and Submit

The Vendor will have to fill up the fields properly and submit upon making the payment a receipt will be generated with a reference no. on submit. The Contractor has to submit Application Fee deposited challan copy in online Business Rule Document & in hard copy along with EMD

Application fees should be paid through SBI Collect only by using SBI Internet

www.onlinesbi.com Online fees payment receipt should be enclosed with the Technical Bid. Application received without online application fees payment receipt shall be rejected.

(Four Thousand Only)by means of (Valid for a period of

180 Days from the last date of submission of the tender) from any scheduled Nationalized Bank

SBI INFRA MANAGEMENT ble at BHAVNAGAR

& please submit Original EMD to Deputy. Engineer, SBI Infra

t. Ltd, SBI Admin baug Circle, Ground floor, 364001 on or before 15.09.2020 up

2% of contract amount including EMD

of the final bill amount including ISD.

www.sbi.co.in underthe-

8.00 hours) rs)

Tender ID : AHM202009001

21. Tenders can be downloaded from the bank<Procurement News>. It shall be responsibility of the contractor to arrange and ensure that

10. Address at which EMD & Application fees has to be submitted

11. Date and time of openingonline Technical BiBid.

12. Date & time for e-reverse auction

13. Liquidated Damages

14. Defects liability period15. Validity of offer 16. Value of Interim Certificate

17. Insurance

18. Water & electricity

19. Agency for arranging online bidding (Technical bid indicative price bid and e re- verse auction).

20. Contract no of Bank‟s Engineer for any technical clarification.

5 Tender ID : AHM202009001 Signature & Seal of Tenderer

Tenders can be downloaded from the bank‟s website www.sbi.co.in <Procurement News>. It shall be responsibility of the contractor to arrange and ensure that

Address at which EMD & Application fees in cover has to be submitted

Deputy Manager Electrical, SBI Infra Management Solutions Pvt Ltd. Ground Floor, SBI Administrative Office Building, Nr. Nilambaugh Circle, 364001. On or Before 10.09hours).

opening of id & Price

10/09/2020 at 3:30 PM

reverse NA. This is a percentage rate tender. Bidder has to submit their quote in percentage against the given total amount. The L-1 bidder shall be declared based on Lamount obtained after this percentage tender and e-reverse auction shall be conducted

Liquidated Damages 0.50% of contract amount per weeks subject to max. 5% of contract value or final bill value.

Defects liability period 12 Months from the date of Virtual Completion90 days from the date of opening of Price

Value of Interim Certificate Only full & final payment will be paid.on materials / plant / machinery or mobilization advance shall be paid under any circumstances.The contractor shall obtain all necessary insurance policies as per the law applicable at the centre & shall be required to produce the original policies and receipt of the premium applicable in the matter to the Architect/Bank

Water & Electricity shall be provided by the Bank at one point. However further distribution & extension & light fixture etc. with required MCB switches, switch boards, lamps, tube, etc. shall be arranged by the contractor at their own cost within the accepted tender cost. Bank will recover 0.5% of final bill amount consumption of water & electricity.

Agency for arranging online bidding (Technical bid

verse

M/s. e-Procurement Technology, B-705, Wall Street - II, Opp. Orient Club, Ellis Bridge, Ahmedabad – 380006, State Gujarat, India Contact No.-40270506-90, 79-6813 6853 /843 /6835 / 6840 / 6857 /63 / 20 / 52

‟s Engineer for any technical

0278 / 2519533 / 7600040003

Signature & Seal of Tenderer

www.sbi.co.in (link) <Procurement News>. It shall be responsibility of the contractor to arrange and ensure that

SBI Infra Management Solutions Pvt Ltd. Ground Floor, SBI Administrative Office

Nr. Nilambaugh Circle, BHAVNAGAR-.09.2020 (time 13.00

This is a percentage rate tender. Bidder has to submit their quote in percentage against the given total

1 bidder shall be declared based on L-1 amount obtained after this percentage tender and no

reverse auction shall be conducted. 0.50% of contract amount per weeks subject to max. 5% of contract value or final bill value. 12 Months from the date of Virtual Completion 90 days from the date of opening of Price-bid Only full & final payment will be paid. No advance on materials / plant / machinery or mobilization advance shall be paid under any circumstances. The contractor shall obtain all necessary

s as per the law applicable at the centre & shall be required to produce the original policies and receipt of the premium applicable in the matter to the Architect/Bank.

Electricity shall be provided by the Bank at one point. However further distribution & extension & light fixture etc. with required MCB switches, switch boards, lamps, tube, etc. shall be arranged by the contractor at their own cost within

Bank will recover 0.5% of final bill amount consumption of water &

Procurement Technology, II, Opp. Orient Club, Ellis

380006, State Gujarat, India 6813 6853 /843 /6835

Tender ID : AHM202009001

all pages of technical and financial bid are properly bound separately. Tenders in loose pages may be disqualified. 22. The contractor shall sign and stamp each page of the tender document thereby ensuring the number and sequence of all pages. 23. No conditions other than mentioned in the tender will be considered, and if given they will have to be withdrawn before opening of the price 24. The SBIIMS reserve their rights to accept or reject any or all the tenders, either in whole or in part without assigning any reason(s) for doing so and no claim / correspondence shall be entertained in this regard. 25. Tenders received without EMD and Application Fees shall be summarily rejected and such tenders shall not be allowed to participate in the onlin 26. In case the date of opening of tenders is declared as a holiday, the tenders will be opened on the next working day at the same time. 27. SBIIMS has the right to accept / reject any / all tenders without assigning any reasoand no correspondence shall be entertained in this regard.

Yours Faithfully, For:

For:

AR. MAHESH DESAI

10 TH FLOOR, SUMERU,

NR. PARIMAL RAILWAY CROSSING,

PALDI, AHMEDABAD

6 Tender ID : AHM202009001 Signature & Seal of Tenderer

all pages of technical and financial bid are properly bound separately. Tenders in loose

. The contractor shall sign and stamp each page of the tender document thereby ensuring the number and sequence of all pages.

onditions other than mentioned in the tender will be considered, and if given they will have to be withdrawn before opening of the price-bid.

. The SBIIMS reserve their rights to accept or reject any or all the tenders, either in whole ut assigning any reason(s) for doing so and no claim / correspondence shall

be entertained in this regard.

. Tenders received without EMD and Application Fees shall be summarily rejected and such tenders shall not be allowed to participate in the online price bidding process.

. In case the date of opening of tenders is declared as a holiday, the tenders will be opened on the next working day at the same time.

. SBIIMS has the right to accept / reject any / all tenders without assigning any reasoand no correspondence shall be entertained in this regard.

10 TH FLOOR, SUMERU,

NR. PARIMAL RAILWAY CROSSING,

Signature & Seal of Tenderer

all pages of technical and financial bid are properly bound separately. Tenders in loose

. The contractor shall sign and stamp each page of the tender document thereby

onditions other than mentioned in the tender will be considered, and if given they

. The SBIIMS reserve their rights to accept or reject any or all the tenders, either in whole ut assigning any reason(s) for doing so and no claim / correspondence shall

. Tenders received without EMD and Application Fees shall be summarily rejected and e price bidding process.

. In case the date of opening of tenders is declared as a holiday, the tenders will be

. SBIIMS has the right to accept / reject any / all tenders without assigning any reasons

Tender ID : AHM202009001

(a) List of selected empanelled Electrical contractors for works

S No Name of Applicant

1 M/s Utkarsh Electricals, Off 405, Dalal Chamber, bejanji ketwal street, Nanpura, Surat.

2 M/s Dhanlaxmi Electricals, B/206, Shreenath Residency, Narol - lambha Road, Narol, Ahmedabad. 382405

3 M/s Umesh Engineering Works Gala No. A-10, D M Singh Compound, Opp. Shradhha Tower, Thakur Complex, Kandiwali East, Mumbai 400101

4 M/s Modern Engineering, FF Krishna Arcade, Nr. BSNL Exchange office, Opp. Naroda GIDC, Gate No. 1, Naroda, Ahmedabad. 382330

5 M/s Priority Solutions, 558, Amrut nagar, Nr. Akshar Appt.Laxmipura Road, Shubhanpura, Vadodara 390023

6 M/s Paresh Electric Co. B/1, Harinagar Scoety, Nr. Gurukrupa School Road, CTM, Ahmedabad26

7 M/s R P Enterprise, 309, Saraswati Complex, Manjal pur, Vadodara. 390011

8 M/s Mahadev Electrical C/o Hiren kanabar Matruashish triveni Society, Main Road, Sant kabir Road, Rajkot03.

9 M/s Inter Deco No.14, Opp. Agrawala School, Nr. Punjab Association, Somayampalayam post KNG Pudur Pirvu, Coimbature 641108

10 M/s Harshad Furniture Mart, Sadar, Moti Tanki Chawk, Nr, Elge Travels office, JigarPan Street, Opp. Vedant Hospital, Rajkot 360001.

11 M/s Jai Shree Tulja Electricals, GF/12, Surya deep Complex,

7 Tender ID : AHM202009001 Signature & Seal of Tenderer

List of selected empanelled Electrical contractors for works up to Rs.5.0 Lakh:

Contact Number/E-mail ID

M/s Utkarsh Electricals, Off 405, Dalal Chamber, bejanji ketwal street, Nanpura, Surat.

9825257117 [email protected]

M/s Dhanlaxmi Electricals, B/206, Shreenath Residency,

lambha Road, Narol,

9428739476 [email protected]

M/s Umesh Engineering Works 10, D M Singh

Compound, Opp. Shradhha Tower, Thakur Complex, Kandiwali East, Mumbai

09821098131,09869428623 umesh [email protected]

M/s Modern Engineering, FF -2, Krishna Arcade, Nr. BSNL Exchange office, Opp. Naroda GIDC, Gate No. 1, Naroda,

9998957013 [email protected]

M/s Priority Solutions, 558, Akshar Appt.

Laxmipura Road, Shubhanpura,

9825352496 [email protected]

M/s Paresh Electric Co. B/1, Harinagar Scoety, Nr. Gurukrupa School Road, CTM,

9824129513 [email protected]

M/s R P Enterprise, 309, Saraswati Complex, Manjal pur,

9825467087 [email protected]

M/s Mahadev Electrical C/o Hiren kanabar Matruashish triveni Society, Main Road, Sant kabir Road, Rajkot03.

9824509312 [email protected]

M/s Inter Deco No.14, Opp. Agrawala School, Nr. Punjab Association, Somayampalayam post KNG Pudur Pirvu,

9944093216 [email protected]

M/s Harshad Furniture Mart, Sadar, Moti Tanki Chawk, Nr, Elge Travels office, JigarPan Street, Opp. Vedant Hospital,

9898198877 [email protected]

M/s Jai Shree Tulja Electricals, GF/12, Surya deep Complex,

9825252364 [email protected]

Signature & Seal of Tenderer

up to Rs.5.0 Lakh:

GSTN No.

24AAEFU2705Q1ZX

24AUOPB0440M1ZS

27ABSPJ9380P1ZI

24AKWPP7006K1ZM

24AXYPS5321F2Z3

24AKQPP3545B1Z7

24AQPPP1197G2ZH

24AKWPK7262L1ZO

33AMMPS9075P1ZZ

24ABJPG7477K1Z8

24AASTPP0592K1Z4

Tender ID : AHM202009001

Nr. Old Rupam Cinema, Harni Road, Vadodara.

12 Riya Electricals, 64 Shiv Shankar Nagar,Malaya talav,Nr. Anuradha Society, Jivraj park,Ahmedabad 51

13 Pay & Service 309,Sadguru arcade,Dehbar road one way , Nr. Jivan Commercial Bank , Rajkot 360001

14 R.K. Electricals Ghati Bhadbhunja, near K.M.C. School, (M.P.), Mob.:

15 Compex Services, EBhakti Residency, Nr. Anil Starch Mill, Bapunagar, Ahmedabad24

16 Sarjan Infratech, Sanskrut Complex, T.B. Road, Vijapur, Mehsana

(b) List of selected empanelled Electrical contractors for works up to Rs.20

1 M/s Dhaemesh A Mewada, 123,

Sangath Mall 1 Opp. Govt. Engineering College, VisatGandhinagar Highway, Motera, Ahmedabad. 05

2 M/s Mamta Electricals, 68, Shramjivi Society no. 1, Umra , Ichhanath, Surat.

3 M/s Parameter Engineering Projects, Office No. 7&8, 3rd Floor, Jyoti Plaza, Shyaml Cross Road, Satellite, Ahmedabad, 15

4 M/s Urmi Electric Co. B/5, Jaimini Appt, Nr. Lalbaug Society, Nava Vadaj, Ahmedabad.

5 M/s Vikalap Electricals, LLCentre, Nr. Shreyas Crossing, Ambawadi, Ahmedabad. 15

6 M/s N.K Electricals, SB/BIndraprasth Complex, Opp. Veg market, Illora Park, Vadodara. 390007

7 M/s R.B Trading Co. 9,GF,HH Trust Building, Nr. Kothari Pole, Gandhi

8 Tender ID : AHM202009001 Signature & Seal of Tenderer

Nr. Old Rupam Cinema, Harni

Riya Electricals, 64 Shiv Shankar Nagar,Malaya talav,Nr. Anuradha Society, Jivraj park,Ahmedabad 51

9723958466 [email protected]

Pay & Service 309,Sadguru arcade,Dehbar road one way , Nr. Jivan Commercial Bank , Rajkot -

9825075667 [email protected]

30, Ghati Bhadbhunja, near K.M.C. School, Bhopal

9827216074, Email:[email protected]

Compex Services, E-502, Bhakti Residency, Nr. Anil Starch Mill, Bapunagar, Ahmedabad-

9426441353 Email:[email protected]

Sarjan Infratech, Sanskrut Complex, T.B. Road, Vijapur, Mehsana

9909055554 Email:[email protected]

List of selected empanelled Electrical contractors for works up to Rs.20

M/s Dhaemesh A Mewada, 123, Sangath Mall 1 Opp. Govt. Engineering College, Visat- Gandhinagar Highway, Motera,

9725043778, [email protected]

M/s Mamta Electricals, 68, Shramjivi Society no. 1, Umra , Ichhanath,

9898599899 [email protected]

M/s Parameter Engineering Projects, Office No. 7&8, 3rd Floor, Jyoti Plaza, Shyaml Cross Road, Satellite,

9824013257 [email protected]

M/s Urmi Electric Co. B/5, Jaimini Appt, Nr. Lalbaug Society, Nava

9825342374 [email protected]

M/s Vikalap Electricals, LL-1, OM Centre, Nr. Shreyas Crossing, Ambawadi, Ahmedabad. 15

9825307125 [email protected]

M/s N.K Electricals, SB/B-3, Indraprasth Complex, Opp. Veg market, Illora Park, Vadodara.

9825061543 [email protected]

M/s R.B Trading Co. 9,GF,HH Trust Building, Nr. Kothari Pole, Gandhi

9824002488 [email protected]

Signature & Seal of Tenderer

[email protected] 24AMOPC6458N1ZJ

[email protected] 24ABBPL8050D1Z7

23AGUPK5330P1ZV

24AJHPP0058P2ZV

24ASOPP6453G2ZD

List of selected empanelled Electrical contractors for works up to Rs.20.0 Lakh:

24AGSPM3021F1ZM

24AAXFM2580L1ZN

24AALFP5055D1ZD

24AERPS0016F1ZO

24AAYPP0171F1ZK

24 AAGPT2486H1ZG

24ACJPS9065N2ZR

Tender ID : AHM202009001

Road, Ahmedabad. 01. 8 M/s Gorisha Electricals A/102,

Ayodhya flats, Ayodhya Town ship, B/h Motinagar, Tarsali, Vadodara. 390009

9 M/s Shreeji Electricals, Uview flat, opp. Vastrapur lake, Vastrapur, Ahmedabad,

10 Kruti Electricals 626,Mandir Street,postmota,Varachha,Surat,

11 M/s Shivam Electrical 26,Ambikadham Society,GIDC,Vadsar Road, Nr., Vasantbihar Society, Vadodara 390010

12 M/s K.C. Electrical & TradinMotinagar 3, Nr. Ayodhya Township, Tarsali, Vadodara.

13 Vaidehi Enterprise 15,Trishala Residency,Nr. Ganesh Park Twin bunglows, opp.sola highcourt,nr. R.C Technical college, Sola ,Ahmedabad 380 061

14 System Protection 301/2,Silver line complex, opp.BBC Tower, Sayanji ganj ,Vadodara 390020

15 Shah Associate, 4, Poonam Commercial Centre, Opp. Hotel Ilark, Station Rd., Bhuj-370 001

(c) List of selected empanelled Electrical contractors for works up to Rs.50

1 M/s Royal Electric Sales &

Service, F/6, Vikram Chamber, Nr. Sales India, Ashram Road, Ahmedabad.

2 M/s Maya Transformer & Electricals, C/9, Gopinath Society, Opp. S.K Complex, India Colony Road, bapunagar, Ahmedabad. 380024

3 M/s Kirti Traders, Jeevan Mansion, Lathi Bazar, Bhavnagar,

4 M/s Dhriti Engineers, 28, Mahadev Nagar Society, O/S Panigate, B/h Govindrao Park, Ayurvedik, Vadodara. 19

9 Tender ID : AHM202009001 Signature & Seal of Tenderer

M/s Gorisha Electricals A/102, Ayodhya flats, Ayodhya Town ship, B/h Motinagar, Tarsali, Vadodara.

9904757686 [email protected]

M/s Shreeji Electricals, U-10 Lake view flat, opp. Vastrapur lake,

9726079224 [email protected]

Kruti Electricals

Street,postmota,Varachha,Surat,

9723454883 [email protected]

M/s Shivam Electrical

Society,GIDC,Vadsar Road, Nr., Vasantbihar Society, Vadodara

9998538042 [email protected]

M/s K.C. Electrical & Trading D-44, Motinagar 3, Nr. Ayodhya Township,

9408102250 [email protected]

Vaidehi Enterprise 15,Trishala Residency,Nr. Ganesh Park Twin bunglows, opp.sola highcourt,nr. R.C Technical college, Sola ,Ahmedabad 380 061

9327014869 [email protected] [email protected]

System Protection 301/2,Silver line complex, opp.BBC Tower, Sayanji ganj ,Vadodara

909909498 [email protected]

Shah Associate, 4, Poonam Commercial Centre, Opp. Hotel Ilark,

9825228305 Email:[email protected]

List of selected empanelled Electrical contractors for works up to Rs.50

M/s Royal Electric Sales & Service, F/6, Vikram Chamber, Nr. Sales India, Ashram Road,

9558179999 [email protected]

M/s Maya Transformer & Electricals, C/9, Gopinath Society, Opp. S.K Complex, India Colony Road, bapunagar, Ahmedabad.

9825716962 [email protected]

M/s Kirti Traders, Jeevan Mansion, Lathi Bazar, Bhavnagar,

9426538801

M/s Dhriti Engineers, 28, Mahadev Nagar Society, O/S Panigate, B/h Govindrao Park, Ayurvedik, Vadodara. 19

9998981088 [email protected]

Signature & Seal of Tenderer

24ACUPJ0231E1ZZ

24BJAPK1760K1ZD

24AAPFK2484F2Z6

[email protected] 24AQBPR7028JIZP

24AHQPC3051J1ZH 24AAZPP4066C1ZF

[email protected] 24AAXFS4981P1ZO

24ABTFS2493R2Z2

List of selected empanelled Electrical contractors for works up to Rs.50.0 Lakh:

24AGXPP1052G1Z9

24ALQPR5791N1Z2

. 24ABLPD9631N1ZB

24AXFPS5964B1ZE

Tender ID : AHM202009001

5 M/s A.K. Electricals Engineering, Shaikh Shamsuddin Chawl, R NO. D-5, Qureshnagar, Kurla East, MUMBAI 70.

6 M/s Indian Electric Corporation, A-1, Hemali Bunglows, Nr. Navchetan Highschool, Opp. Katchi jain Samaj, Paldi, Ahmedabad. 07

7 M/s Niyati Engineers Soham, 1/44 Govt. Hous. Soc, 150 Ring Road, B/h Kidvai nagar, RAJKOT. 360007

8 M/s Vimla Electricals 4, Nayandeep Appt., b/h Chief justice bunglow, Jadges bunglow Road, Bodakdev, Ahmedabad54.

9 M/s Aum Electric Engineering Pvt.Ltd. 10, Radhenagar Society, PO Ichchhanath, Opp. SShoping Center, Athvwalines, Surat. 395007

10 M/s Alpha Enterprise AShrihari Complex, Lad Society Road, Nehrupark, Vastrapur, Ahmedabad. 15

11 M/s Bhagat Electricals, 101, Shailya Sankul, Nr. Amrapali Railway Crossing, Raiya Road, Rajkot. 360001.

12 M/s Sai Electrical Works, 19/2/28 Store lane off SA brelvi road, Bahadur Manjil, Fort bazar gate, Mumbai.

13 Patel Electricals 1/A Aastha Complex, Nr. Sanskarmandal Chowk, TalaRoad, Bhavnagar. Ph: 02782225584,

14 Power Control 18,Sur Sarthi complex, b/h Rudra Complex,Ambawadi,Ahmedabad,08

15 S.R.Electricals 4th floor, /402 Sahyog Elena 57 to 60, Chintamani society ,VIP Main Road, Karelibaug, Vadodara390018

10 Tender ID : AHM202009001 Signature & Seal of Tenderer

M/s A.K. Electricals Engineering, Shaikh Shamsuddin Chawl, R

eshnagar, Kurla

9869040950 [email protected]

M/s Indian Electric Corporation, 1, Hemali Bunglows, Nr.

Navchetan Highschool, Opp. Katchi jain Samaj, Paldi,

M: 9327578375 Email: [email protected]

M/s Niyati Engineers Soham, 1/44 Govt. Hous. Soc, 150 Ring Road, B/h Kidvai nagar, RAJKOT.

9227602074 [email protected]

M/s Vimla Electricals 4, Nayandeep Appt., b/h Chief justice bunglow, Jadges bunglow Road, Bodakdev, Ahmedabad54.

9978828663 [email protected]

M/s Aum Electric Engineering Pvt.Ltd. 10, Radhenagar Society, PO Ichchhanath, Opp. Sargam Shoping Center, Athvwalines,

9825093003 [email protected]

M/s Alpha Enterprise A-2, Shrihari Complex, Lad Society Road, Nehrupark, Vastrapur,

9898516773 [email protected]

M/s Bhagat Electricals, 101, Shailya Sankul, Nr. Amrapali Railway Crossing, Raiya Road,

9825165426 [email protected]

M/s Sai Electrical Works, 19/2/28 Store lane off SA brelvi road, Bahadur Manjil, Fort bazar gate,

7666654111 [email protected]

Patel Electricals 1/A Aastha Complex, Nr. Sanskarmandal Chowk, Talaja Road, Bhavnagar. Ph: 0278-

9374754747,9825088095 [email protected],

Power Control 18,Sur Sarthi complex, b/h Rudra Complex,Ambawadi,Ahmedabad,08

9904004123 [email protected]

S.R.Electricals 4th floor, /402 Sahyog Elena 57 to 60, Chintamani society ,VIP Main Road, Karelibaug,

9898161070 [email protected]

Signature & Seal of Tenderer

24AABPK5231A1ZD

M: 9327578375 Email: 24AAXPM0763B1ZP

24ABMPC7254K1ZI

24AAYKPP2362H1ZM

24AAFCA2743N1ZM

24ABXPB6340E1ZS

24ABPPB7859L1Z3

27AAAPP3577F1ZM

24AANFP8435H1ZX

[email protected] 24AAEFP1154G2ZL

[email protected] 24AGTPS9279G1ZH

Tender ID : AHM202009001

SAMPLE BUISNESS RULE DOCUMENT

ONLINE E-TENDERING FOR BAZAAR, GANDHIDHAM

(A) Business rules for E-tendering:

1. Only empanelled ELECTRICAL invited by the project Architect/SBIIMS shall only be eligible to

2. SBIIMS will engage the services of an Enecessary training and assistance before commencement of online bidding on Internet.

3. In case of e-tendering, SBIIMS will inform the vendor in writing, the details of service provider to enable them to contact and get trained.

4. Business rules like event date, closing and opening time etc. also will be communicated through service provider for compliance.

5. Contractors have to send by email, the compliance form in the prescribed format (provided by service provider), before start of Enot be eligible to participate in the event.

6. The Contractors will be required to submit the various documents in sealed Envelope to the office of SBI Infra Solutions Pvt Ltd.stipulated date i.e. (1) Hard Copy of Technical Bid duly signed and stamped on each page (2) Demand Draft of specified amount of EMD (3) Contractors not submitting anyparticipate in the on-line price

7. E-tendering will be conducted on schedule date &time.

8. The e-tendering will be treated as closed only when the bidding process gets closed in all respects for the item listed in the

(B) Terms & conditions of E-tendering: SBIIMS shall finalize the Tender through eProcurement Technology, Ahmedabad service provider. Please go through the guidelines given belowacceptance to the same along with your Commercial Bid.

1. E-tendering shall be conducted by SBIIMS through Ahmedabad., on pre-specified date. While the Contractors shall be quoting from their own offices/ place of their choice, Internet connectivity and other paraphernalia requirements shall have to be ensured by Contractors themselves. In the event of failure of their Internet connectivity,(due to any reason whatsoever it may be) it is the bidders’ responsibility.

11 Tender ID : AHM202009001 Signature & Seal of Tenderer

SAMPLE BUISNESS RULE DOCUMENT

TENDERING FOR PROPOSED ELECTRICAL WORKS OF

tendering:

ELECTRICAL contractors with SBI under appropriateinvited by the project Architect/SBIIMS shall only be eligible to participate.SBIIMS will engage the services of an E-tendering service provider who willnecessary training and assistance before commencement of online bidding on Internet.

tendering, SBIIMS will inform the vendor in writing, the details of service provider to enable them to contact and get trained.

vent date, closing and opening time etc. also will be communicated through service provider for compliance. Contractors have to send by email, the compliance form in the prescribed format (provided by service provider), before start of E-tendering. Withoutnot be eligible to participate in the event. The Contractors will be required to submit the various documents in sealed Envelope to the office of SBI Infra Solutions Pvt Ltd. at the address mentioned hereinbefore by the stipulated date i.e. (1) Hard Copy of Technical Bid duly signed and stamped on each page (2) Demand Draft of specified amount of EMD (3) Online Tender Fees receipt.Contractors not submitting any one or more documents shall

price bidding. tendering will be conducted on schedule date &time.

tendering will be treated as closed only when the bidding process gets closed in all respects for the item listed in the tender.

tendering:

shall finalize the Tender through e-tendering mode for which Procurement Technology, Ahmedabad has been engaged by SBIIMS an authorized service provider. Please go through the guidelines given belowacceptance to the same along with your Commercial Bid.

tendering shall be conducted by SBIIMS through M/s. e-Procurement Technology, specified date. While the Contractors shall be quoting from their

of their choice, Internet connectivity and other paraphernalia requirements shall have to be ensured by Contractors themselves. In the event of failure of their Internet connectivity,(due to any reason whatsoever it may be) it is the

Signature & Seal of Tenderer

WORKS OF SBI SONI

appropriate category who are participate.

tendering service provider who will provide necessary training and assistance before commencement of online bidding on Internet.

tendering, SBIIMS will inform the vendor in writing, the details of service

vent date, closing and opening time etc. also will be communicated

Contractors have to send by email, the compliance form in the prescribed format tendering. Without this the vendor will

The Contractors will be required to submit the various documents in sealed Envelope to at the address mentioned hereinbefore by the

stipulated date i.e. (1) Hard Copy of Technical Bid duly signed and stamped on each Online Tender Fees receipt.

shall not be eligible to

tendering will be treated as closed only when the bidding process gets

tendering mode for which M/s. e-has been engaged by SBIIMS an authorized

service provider. Please go through the guidelines given below and submit your

Procurement Technology, specified date. While the Contractors shall be quoting from their

of their choice, Internet connectivity and other paraphernalia requirements shall have to be ensured by Contractors themselves. In the event of failure of their Internet connectivity,(due to any reason whatsoever it may be) it is the

Tender ID : AHM202009001

In order to ward-off such contingent situation bidders are requested to make all thenecessaryarrangements/alternativessuchasbackthat they are able to circumvent such situation and still be able to participate in thetendering successfully. Failure of power at the premises of Contractors during the Etendering can not be the causethis the time for the E-tenderingsuch eventualities.

2. M/s. e-Procurement Technology, Ahmedabadperson(s), without any costthe E- tendering. You are required to give your compliance process.

3. BIDDING CURRENCY AND UNIT OF MEASUREMENT: Bidding will be conducted in Indian currency & Unit of Measurement will be displayed in Online

4. BID PRICE: The Bidder has to quote the rate as per the Tender Document SBIIMS their appointed Architects.

5. VALIDITY OF BIDS: The Bid price shall be firm for a period specified in the tender document and shall not be subjected to any change

6. Procedure of E-tendering:

i. Online E-tendering:

(a) The hard copy of the Technicalduring the period specified in the

(b) Online e-tendering is openArchitect and qualified for participating in the price bidding as prhereinabove through SBIIMS approved Service

(c) The Price-Bid shall be made available online by the Service Provider wherein the contractors will be required to fill

(d) The Contractors are advisedwise quote in the price bid to avoid complications related with internet connectivity, network problems, system crash down, power failure,

(e) It is mandatory to all the bidders each and every item.

(f) In case, contractor fails to quote their rates for any one or more tender items, their tender shall be treated as “Incomplete Tender

7. LOG IN NAME & PASSWORD: Each Bidder is assigned a Unique User Name & Password by M/s. e-Procurement Technology, Ahmedabadrequested to change the Password after the receipt of initial Password from M/s. Procurement Technology, Ahmedabadbidder will be deemed to have been made by the bidder.

8. BIDS PLACED BY BIDDER: Bids will be taken as an offer to execute the work as specified. Bids once made, cannot be cancelled / withdrawn and the Bidder shall be bound to execute the work at the quoted bid price. In case the Lfail to complete the work as per the rates quoted, SBIIMS shall at liberty to take action

12 Tender ID : AHM202009001 Signature & Seal of Tenderer

off such contingent situation bidders are requested to make all thenecessaryarrangements/alternativessuchasback–uppowersupplywhateverrequiredso that they are able to circumvent such situation and still be able to participate in thetendering successfully. Failure of power at the premises of Contractors during the E

cause for not participating in the E-tendering.tendering can not be extended and SBIIMS is

Procurement Technology, Ahmedabad., shall arrange to traincost to you. They shall also explain you all

You are required to give your compliance on it before start of bid

BIDDING CURRENCY AND UNIT OF MEASUREMENT: Bidding will be conducted in Indian currency & Unit of Measurement will be displayed in Online EBID PRICE: The Bidder has to quote the rate as per the Tender Document

Architects. VALIDITY OF BIDS: The Bid price shall be firm for a period specified in the tender document and shall not be subjected to any change whatsoever.

Technical as well as Price Bid is available onduring the period specified in the NIT.

open to the empanelled bidders who receiveArchitect and qualified for participating in the price bidding as prhereinabove through SBIIMS approved Service Provider.

Bid shall be made available online by the Service Provider wherein the contractors will be required to fill-in their Item-wise rates for each item.

advised not to wait till the last minute to submitwise quote in the price bid to avoid complications related with internet connectivity, network problems, system crash down, power failure, etc. It is mandatory to all the bidders participating in the price bid to quote their rates for

In case, contractor fails to quote their rates for any one or more tender items, their “Incomplete Tender” and shall be liable for rejection.

E & PASSWORD: Each Bidder is assigned a Unique User Name & Procurement Technology, Ahmedabad. The Bidders are

requested to change the Password after the receipt of initial Password from M/s. Procurement Technology, Ahmedabad. All bids made from the Login ID given to the bidder will be deemed to have been made by the bidder. BIDS PLACED BY BIDDER: Bids will be taken as an offer to execute the work as specified. Bids once made, cannot be cancelled / withdrawn and the Bidder shall be

to execute the work at the quoted bid price. In case the L-1 Bidder backs out or fail to complete the work as per the rates quoted, SBIIMS shall at liberty to take action

Signature & Seal of Tenderer

off such contingent situation bidders are requested to make all uppowersupplywhateverrequiredso

that they are able to circumvent such situation and still be able to participate in the E-tendering successfully. Failure of power at the premises of Contractors during the E-

tendering. On account of is not responsible for

train your nominated the Rules related to

on it before start of bid

BIDDING CURRENCY AND UNIT OF MEASUREMENT: Bidding will be conducted in E-tendering.

BID PRICE: The Bidder has to quote the rate as per the Tender Document provided by

VALIDITY OF BIDS: The Bid price shall be firm for a period specified in the tender

on the Bank’s website

receive NIT from the Architect and qualified for participating in the price bidding as provisions mentioned

Bid shall be made available online by the Service Provider wherein the item.

submit their online item-wise quote in the price bid to avoid complications related with internet connectivity,

participating in the price bid to quote their rates for

In case, contractor fails to quote their rates for any one or more tender items, their ” and shall be liable for rejection.

E & PASSWORD: Each Bidder is assigned a Unique User Name & . The Bidders are

requested to change the Password after the receipt of initial Password from M/s. e-made from the Login ID given to the

BIDS PLACED BY BIDDER: Bids will be taken as an offer to execute the work as specified. Bids once made, cannot be cancelled / withdrawn and the Bidder shall be

1 Bidder backs out or fail to complete the work as per the rates quoted, SBIIMS shall at liberty to take action

Tender ID : AHM202009001

as deemed necessary including de

9. At the end of the E-tendering,award of Contract shall be final and binding on all the Bidders.

10. SBIIMS shall be at liberty toordering, without assigning any reason.

11. SBIIMS shall not have any liability to bidders for any interruption or delay in access to the site irrespective of the cause.

12. Other terms and conditions shall be as per your technocorrespondences till date.

13. OTHER TERMS & CONDITIONS:- The Bidder shall not involve himself or any of his representatives in Price manipulation

of any kind directly or indirectly by communicating with other suppliers

- The Bidder shall not divulge either his Bids or any oany other party.

- SBIIMS decision on award of Contract shall be final and binding on all the Bidders.

- SBIIMS reserve their rightssole discretion.

- - SBIIMS or its authorized service provider M/s.

Ahmedabad shall not have any liability to Bidders for any interruption or delay in access to the site irrespective of the cause.

- SBIIMS or its authorized service provider M/s. Ahmedabad is not responsiblebut are not limited to negligence.

- SBIIMS or its authorized service M/s. not be held responsible for consequential damages, including but not limited to systems problems, inability to use the system, loss of electronic information N.B.

- All the Bidders are required to submit the Process Compliance Statementduly signed to M/s. e-Procurement Technology, Ahmedabad

- All the bidders are requested to ensure that they have a valid digital signature certificate well in advance to participate in the online

13 Tender ID : AHM202009001 Signature & Seal of Tenderer

as deemed necessary including de-paneling such contractors and forfeiting their

tendering, SBIIMS will decide upon the winner. award of Contract shall be final and binding on all the Bidders.

to cancel the E-tendering process/tenderassigning any reason.

SBIIMS shall not have any liability to bidders for any interruption or delay in access to cause.

Other terms and conditions shall be as per your techno-commercial offers and other

CONDITIONS: The Bidder shall not involve himself or any of his representatives in Price manipulation of any kind directly or indirectly by communicating with other suppliers

The Bidder shall not divulge either his Bids or any other exclusive details of

SBIIMS decision on award of Contract shall be final and binding on all the Bidders.

rights to extend, reschedule or cancel any E-tendering within its

SBIIMS or its authorized service provider M/s. e-Procurement Technology, shall not have any liability to Bidders for any interruption or delay in

access to the site irrespective of the cause.

SBIIMS or its authorized service provider M/s. e-Procurement Technology, is not responsible for any damages, including damages

negligence.

SBIIMS or its authorized service M/s. e-Procurement Technology, Ahmedabadnot be held responsible for consequential damages, including but not limited to systems problems, inability to use the system, loss of electronic information etc.

All the Bidders are required to submit the Process Compliance StatementProcurement Technology, Ahmedabad.

All the bidders are requested to ensure that they have a valid digital signature certificate well in advance to participate in the online

Signature & Seal of Tenderer

paneling such contractors and forfeiting their EMD

SBIIMS decision on

process/tender at any time, before

SBIIMS shall not have any liability to bidders for any interruption or delay in access to

commercial offers and other

The Bidder shall not involve himself or any of his representatives in Price manipulation of any kind directly or indirectly by communicating with other suppliers / bidders.

ther exclusive details of SBIIMS to

SBIIMS decision on award of Contract shall be final and binding on all the Bidders.

tendering within its

Procurement Technology, shall not have any liability to Bidders for any interruption or delay in

urement Technology, damages that result from,

Procurement Technology, Ahmedabad will not be held responsible for consequential damages, including but not limited to systems

etc.

All the Bidders are required to submit the Process Compliance Statement (Annexure-II)

All the bidders are requested to ensure that they have a valid digital signature certificate well in advance to participate in the online event.

Tender ID : AHM202009001

PROCESS COMPLIANCE STATEMENT (ANNEXURE II)

(The bidders are required to print this on their company’s letter head and sign, stamp before emailing)

To, M/s. e-Procurement Technology, B-705, Wall Street - II, Opp. Orient Club, Ellisbridge, Ahmedabad – 380006, State Gujarat, India E:[email protected] D: +91 79 40016815/6824 AGREEMENT TO THE PROCESS ONLINE E-TENDERING FOR GANDHIDHAM Dear Sir,

This has reference to the Terms & Conditions for the EThis letter is to confirm that:

1) The undersigned is authorized representative of the company.2) We have studied the Commercial

in RFP of SBIIMS as well as this document and confirm our agreement to them.3) We also confirm that we have taken the training on the E

functionality of the same thoroughly.4) We confirm that SBIIMS and M/s.

responsible in any manner whatsoever for my/our failure to access &due to loss of internet connectivity, electricity failure, virus attack, problems with the PC, any other unforeseen circumstances etc. before or during the E

5) We confirm that we have a valid digital signa6) We, hereby confirm that we will honor the Bids placed by us during the E

With regards, Date: Signature with company seal Name: Company / Organization: Designation within Company / Organization: Address of Company / Organization: Scan it and send to this Document on

14 Tender ID : AHM202009001 Signature & Seal of Tenderer

PROCESS COMPLIANCE STATEMENT (ANNEXURE II)

(The bidders are required to print this on their company’s letter head and sign, stamp before

Procurement Technology, II, Opp. Orient Club, Ellisbridge,

[email protected]

AGREEMENT TO THE PROCESS RELATED TERMS AND CONDITIONS FOR THETENDERING FOR PROPOSED ELECTRICAL WORKS OF

This has reference to the Terms & Conditions for the E-tendering mentioned in the Tender document

The undersigned is authorized representative of the company. We have studied the Commercial Terms and the Business rules governing the Ein RFP of SBIIMS as well as this document and confirm our agreement to them. We also confirm that we have taken the training on the E-tendering tool and have understood the

f the same thoroughly. We confirm that SBIIMS and M/s. e-Procurement Technology, Ahmedabadresponsible in any manner whatsoever for my/our failure to access & bid on the edue to loss of internet connectivity, electricity failure, virus attack, problems with the PC, any other unforeseen circumstances etc. before or during the E- tendering event. We confirm that we have a valid digital signature certificate issued by a valid Certifying AuthoritWe, hereby confirm that we will honor the Bids placed by us during the E-tendering process.

Signature with company seal Name:

y / Organization: Address of Company / Organization:

Scan it and send to this Document on ---------------------

Signature & Seal of Tenderer

PROCESS COMPLIANCE STATEMENT (ANNEXURE II)

(The bidders are required to print this on their company’s letter head and sign, stamp before

TERMS AND CONDITIONS FOR THE WORKS OF SBI SONI BAZAAR

tendering mentioned in the Tender document

Terms and the Business rules governing the E-tendering as mentioned

tendering tool and have understood the

Procurement Technology, Ahmedabad shall not be liable & bid on the e-E-tendering platform

due to loss of internet connectivity, electricity failure, virus attack, problems with the PC, any other

ture certificate issued by a valid Certifying Authority tendering process.

y / Organization: Address of Company / Organization:

Tender ID : AHM202009001

To, The Circle Head & VP (CIVILCircle Office, SBI Infra Management Solutions Pvt. Ltd., Ahmedabad- 380001. Dear Sir, Having examined the drawings, specification, design and schedule of quantities relating to the works specified in the memorandum hereinafter set out and 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 specifiedrates mentioned in the attachedrespects with the specifications, design, drawings and instructions in writing referred to in conditions of tender, the Articles of Agreement, Special Conditions, Schedule of Quantities and Conditions of Contract and with such materials as are provided for by,and in all other respects inapplicable.

Description of work

Earnest Money

Percentage, if any, to be deducted from Bills and total amount to be retained Time allowed for completion of the Works from fourteenth day after the date of written order or date of handing over of the site (whlater)to commence the work I/We have deposited a sumamount as Earnest Money with the interest. Should I / We fail to do hereby agree that this sum shall be forfeited by me/us to SBI Infra Management Solutions Pvt. Ltd.

15 Tender ID : AHM202009001 Signature & Seal of Tenderer

FORM TENDER

The Circle Head & VP (CIVIL),

SBI Infra Management Solutions Pvt. Ltd.,

Having examined the drawings, specification, design and schedule of quantities relating to the works specified in the memorandum hereinafter set out and having visited and examined the site of the works specified in the said memorandum and

uired the requisite information relating thereto as affecting the tender, I/We hereby offer to execute the works specified in the said memorandum

attached Schedule of Quantities and in accordance in all fications, design, drawings and instructions in writing referred

to in conditions of tender, the Articles of Agreement, Special Conditions, Schedule of Quantities and Conditions of Contract and with such materials as are provided for by,

in accordance with such conditions so far

MEMORANDUM Proposed Electrical works of BRANCH GANDHIDHAM Rs.4000/-(Four Thousand Only)Demand Draft / Pay Order from any scheduled Nationalized Bank drawn in favour of MANAGEMENT SOLUTIONS PVT. LTD.payable at BHAVNAGAR.

deducted from Bills and total amount 10 % from Running Bills, subject to maximum Total 5% of contract amount or actual Final Bill value including EMD & Initial Security Deposit.

Time allowed for completion of the Works from fourteenth day after the date of written order or date of handing over of the site (whichever islater)to commence the work

(45 days)

sum of Rs.4000/-(Four Thousand Only) of theamount as Earnest Money with the State Bank of India which is not to bear any

fail to execute the Contract when called upon to do sodo hereby agree that this sum shall be forfeited by me/us to SBI Infra Management

Signature & Seal of Tenderer

Having examined the drawings, specification, design and schedule of quantities relating to the works specified in the memorandum hereinafter set out and having visited and examined the site of the works specified in the said memorandum and

uired the requisite information relating thereto as affecting the tender, memorandum at the

Quantities and in accordance in all fications, design, drawings and instructions in writing referred

to in conditions of tender, the Articles of Agreement, Special Conditions, Schedule of Quantities and Conditions of Contract and with such materials as are provided for by,

far as they may be

SBI SONI BAZAAR

(Four Thousand Only) by means of Demand Draft / Pay Order from any scheduled Nationalized Bank drawn in favour of SBI INFRA MANAGEMENT SOLUTIONS PVT. LTD.

Bills, subject to maximum

Total 5% of contract amount or actual Final Bill value including EMD & Initial Security Deposit.

the total tender which is not to bear any

execute the Contract when called upon to do so I/ We do hereby agree that this sum shall be forfeited by me/us to SBI Infra Management

Tender ID : AHM202009001

1) Our Bankers are: i)

ii) The names of partners of our firm are: i)

ii) Name of the partner of the firm Authorized to sign

Or (Name of person having Power of Attorney to sign the Contract.

(Certified true copy of the Power of Attorney should be attached)

Yours faithfully,

Signature of Contractors.

Signature and addresses of Witnesses

i)

i

16 Tender ID : AHM202009001 Signature & Seal of Tenderer

The names of partners of our firm are: i)

e firm Authorized to sign

(Name of person having Power of Attorney to sign the Contract.)

(Certified true copy of the Power of Attorney should be attached)

Signature and addresses of Witnesses

Signature & Seal of Tenderer

Tender ID : AHM202009001

(On non-judicial Stamp Paper of Rs. 500/Articles of Agreement made this_______________________________ day of______________________________________________________________ between State Bank Of India, a body, corporate constituted under the State Bank Of India Act and having its Asst. General MaAdministrative Office, (RBO

Herein after called the Bank which expre----------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------of the one part and __________________(name & address of contractor)________________________ hereinafter called the “Contractor” which expression shall include the successors and assigns of the other part. ANDWHEREAS for the said,work to be done to be prepared by

AND WHERE AS the said Drawings numberedinclusive, the Specifications and the Schedule of Quantities have been signed by or onbehalf of the parties hereto.AND WHEREAS the Contractor has agreed to execute upon and subject to the Conditions set forth herein and to the Conditions set forth herein in the Special Conditions and in the Schedule of Quantities and Conditions of Contracare collectively hereinafter referred to as “the said conditions”) the works shown upon the said Drawings and / or described in the said Specifications and included in the Schedule of Quantities at the respective rates therein set forth amotherein arrived at our 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 of the said contract amount to be paid at the time and in the manner set forth in the said conditions, the contractor shall upon and subject to the said conditions execute and complete the work shown in the said drawings and described in the said specifications and the schedule of items and quantities, as per the terms and conditions contained in the said conditions

2. The Bank shall pay the Contractor the said contract amount, or such other sum as shall become payable, at the time and in theconditions.

17 Tender ID : AHM202009001 Signature & Seal of Tenderer

ARTICLES OF AGREEMENT

judicial Stamp Paper of Rs. 500/- or as per latest Govt. Rules) Articles of Agreement made this_______________________________ day of______________________________________________________________

State Bank Of India, a body, corporate constituted under the State Bank Of India Act and having its Asst. General Manager, State Bank Of India, Regional

RBO-IV), KFTZ GANDHIDHAM, DISTT.Kutch.

Herein after called the Bank which expressions shall include its successors and assigns ----------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------of the one part and __________________(name & address of contractor)________________________ hereinafter called the “Contractor” which expression shall include the successors and assigns of the other part.

ANDWHEREAS for the said,and has caused drawings and specifications describing the work to be done to be prepared by AR.MAHESH DESAI, its Architects.

AND WHERE AS the said Drawings numbered inclusive, the Specifications and the Schedule of Quantities have been signed by or onbehalf of the parties hereto. AND WHEREAS the Contractor has agreed to execute upon and subject to the Conditions set forth herein and to the Conditions set forth herein in the Special Conditions and in the Schedule of Quantities and Conditions of Contracare collectively hereinafter referred to as “the said conditions”) the works shown upon the said Drawings and / or described in the said Specifications and included in the Schedule of Quantities at the respective rates therein set forth amotherein arrived at our such other sum as shall become payable there under (hereinafter referred to as “the said Contract Amount.)

NOW IT IS HEREBY AGREED AS FOLLOWS

In consideration of the said contract amount to be paid at the time and in the manner set forth in the said conditions, the contractor shall upon and subject to the said conditions execute and complete the work shown in the said drawings

he said specifications and the schedule of items and quantities, as per the terms and conditions contained in the said conditions

The Bank shall pay the Contractor the said contract amount, or such other sum as shall become payable, at the time and in the manner specified in the said

Signature & Seal of Tenderer

or as per latest Govt. Rules) Articles of Agreement made this_______________________________ day of______________________________________________________________

State Bank Of India, a body, corporate constituted under the State Bank r, State Bank Of India, Regional

Kutch.

ssions shall include its successors and assigns ----------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------

contractor)________________________ hereinafter called the “Contractor” which expression shall include the successors and assigns of the other part.

and has caused drawings and specifications describing the , its Architects.

to inclusive, the Specifications and the Schedule of Quantities have been signed by or on

AND WHEREAS the Contractor has agreed to execute upon and subject to the Conditions set forth herein and to the Conditions set forth herein in the Special Conditions and in the Schedule of Quantities and Conditions of Contract (all of which are collectively hereinafter referred to as “the said conditions”) the works shown upon the said Drawings and / or described in the said Specifications and included in the Schedule of Quantities at the respective rates therein set forth amounting to the sum as therein arrived at our such other sum as shall become payable there under (hereinafter

In consideration of the said contract amount to be paid at the time and in the manner set forth in the said conditions, the contractor shall upon and subject to the said conditions execute and complete the work shown in the said drawings

he said specifications and the schedule of items and quantities, as per the terms and conditions contained in the said conditions

The Bank shall pay the Contractor the said contract amount, or such other sum manner specified in the said

Tender ID : AHM202009001

3. The Architects in the said condition shall mean the said the event of their ceasinwhatever reason, such other person or persons as spurpose by the Bank, provided always that no person subsequently appointed as Architects under this contract shall be entitled to disregard or over rule any previous decisions or approvals or directions given or expressed in writArchitects for the time being.

4. The said general condition, Special condition, technical drawings, Notice Inviting Tender, specifications, Guarantee, Instruction to Tenderers Price Bid (Schedule of Quantities), Correspondences, Letter of Acceptance, Agreements and Appendices there to, cobe read and considered as forming part of this Agreement, and the parties hereto shall respectively abide by, submit themselves to the said conditions and perform the agreements on their part respecti

1. The plans, agreements and documents mentioned herein shall form the basis of this contract. This contract is neither a fixed Lump Sum contract but is a contract to carry out the work in respect of GANDHIDHAM.

As per the scope described and to be paid for according to actual measured quantities at the rates contained in the Schedule of Rates and / or negotiated rates and Probable quantities or as provided in the said conditio

5. The Bank reserves to itself the rights of altering the specifications and nature of the work by adding to or omitting any items of work or having portions of the same carried out without prejudice to this contract.

6. (a) The Contractors represent that twhich will enable them to ensure proper quality check on the materials, whether brought by the contractors or supplied by the Bank to the contractors, and which will ensure that the contractor will carry out proper tspecifications and will supervise the day to day working and execution of the contract work.

(b) If the contractors have any doubt about the quality of the materials or any difficulty in supervision of the day to day work it shall bereport the matter in writing forthwith to the Bank and for the time being suspend that portion of the work about which difficulty is experienced, and the contractors will abide by the directions given by the Bank.

18 Tender ID : AHM202009001 Signature & Seal of Tenderer

The Architects in the said condition shall mean the said Ar. MAHESH DESAIthe event of their ceasing to be the Architects for the purpose of this contract for whatever reason, such other person or persons as shall be nominated for that purpose by the Bank, provided always that no person subsequently appointed as Architects under this contract shall be entitled to disregard or over rule any previous decisions or approvals or directions given or expressed in writArchitects for the time being.

The said general condition, Special condition, technical drawings, Notice Inviting Tender, specifications, Guarantee, Instruction to Tenderers Price Bid (Schedule of Quantities), Correspondences, Letter of Acceptance, Agreements and Appendices there to, contained in the tendered documents/said conditions shall be read and considered as forming part of this Agreement, and the parties hereto shall respectively abide by, submit themselves to the said conditions and perform the agreements on their part respectively in the said conditions contained therein.

The plans, agreements and documents mentioned herein shall form the basis of this contract. This contract is neither a fixed Lump Sum contract but is a contract to carry out the work in respect of ELECTRICAL WORK for

As per the scope described and to be paid for according to actual measured quantities at the rates contained in the Schedule of Rates and / or negotiated rates and Probable quantities or as provided in the said conditio

The Bank reserves to itself the rights of altering the specifications and nature of the work by adding to or omitting any items of work or having portions of the same carried out without prejudice to this contract.

(a) The Contractors represent that they have experience and competent staff which will enable them to ensure proper quality check on the materials, whether brought by the contractors or supplied by the Bank to the contractors, and which will ensure that the contractor will carry out proper tests as required by the specifications and will supervise the day to day working and execution of the

If the contractors have any doubt about the quality of the materials or any difficulty in supervision of the day to day work it shall be duty of the contractors to report the matter in writing forthwith to the Bank and for the time being suspend that portion of the work about which difficulty is experienced, and the contractors will abide by the directions given by the Bank.

Signature & Seal of Tenderer

MAHESH DESAI, In purpose of this contract for hall be nominated for that

purpose by the Bank, provided always that no person subsequently appointed as Architects under this contract shall be entitled to disregard or over rule any previous decisions or approvals or directions given or expressed in writing by the

The said general condition, Special condition, technical drawings, Notice Inviting Tender, specifications, Guarantee, Instruction to Tenderers Price Bid (Schedule of Quantities), Correspondences, Letter of Acceptance, Agreements and

ntained in the tendered documents/said conditions shall be read and considered as forming part of this Agreement, and the parties hereto shall respectively abide by, submit themselves to the said conditions and perform

vely in the said conditions contained therein.

The plans, agreements and documents mentioned herein shall form the basis of this contract. This contract is neither a fixed Lump Sum contract but is a contract

WORK for SBI SONI BAZAAR

As per the scope described and to be paid for according to actual measured quantities at the rates contained in the Schedule of Rates and / or negotiated rates and Probable quantities or as provided in the said condition.

The Bank reserves to itself the rights of altering the specifications and nature of the work by adding to or omitting any items of work or having portions of the

hey have experience and competent staff which will enable them to ensure proper quality check on the materials, whether brought by the contractors or supplied by the Bank to the contractors, and which

ests as required by the specifications and will supervise the day to day working and execution of the

If the contractors have any doubt about the quality of the materials or any duty of the contractors to

report the matter in writing forthwith to the Bank and for the time being suspend that portion of the work about which difficulty is experienced, and the contractors will abide

Tender ID : AHM202009001

(c) The contractors are aware that the Bank will not give daybut will periodically supervise and the contractor has to perform their obligations under the instructions given to him periodically and under sub clauses (a) and (b) above.

(d) The contractors covenant and warrant that completed items of work as well as the entire work on completion will be in conformity with the specifications and the terms and conditions contained in the said conditions and will be of contract quality and description.

7. Time shall be considered as the essence of this contract and the contractor hereby agrees to commence the work on the day on which he is instructed to take possession of the site or from the fourteenth day after the day of issue formal Work Order as provided for in the said conditions whichever is later and to complete the entire work within the extension of time.

2. All payments by the Bank under this contract will be made only BAZAAR GANDHIDHAM

3. Any dispute arising under this Agreement shall be referred to arbitration in accordance with the stipulation laid down in the general conditions of contract.

4. The contents of this agreement have been read by the contractor anunderstood by the contractor.

5. Note:

IN WITNESS WHEREOF the Bank and the Contractor have set their respective hands to these Presents and two duplicates hereof the day and year first herein above written (If the Contractor is a Partnership Firm or an Individual).

IN WITNESS WHEREOF the Bankauthorized official and the contractor has caused its common seal to be affixed hereunto

19 Tender ID : AHM202009001 Signature & Seal of Tenderer

ors are aware that the Bank will not give daybut will periodically supervise and the contractor has to perform their obligations under the instructions given to him periodically and under sub clauses (a) and (b) above.

(d) The contractors covenant and warrant that completed items of work as well as the entire work on completion will be in conformity with the specifications and the terms and conditions contained in the said conditions and will be of

quality and description.

Time shall be considered as the essence of this contract and the contractor hereby agrees to commence the work on the day on which he is instructed to take possession of the site or from the fourteenth day after the day of issue formal Work Order as provided for in the said conditions whichever is later and to complete the entire work within 30 days subject nevertheless to the provisions for the extension of time.

All payments by the Bank under this contract will be made only BAZAAR GANDHIDHAM.

Any dispute arising under this Agreement shall be referred to arbitration in accordance with the stipulation laid down in the general conditions of contract.

The contents of this agreement have been read by the contractor anunderstood by the contractor.

IN WITNESS WHEREOF the Bank and the Contractor have set their respective hands to these Presents and two duplicates hereof the day and year first herein above written (If the Contractor is a Partnership Firm or an Individual).

IN WITNESS WHEREOF the Bank has set its hands to these presents through its duly authorized official and the contractor has caused its common seal to be affixed hereunto

Signature & Seal of Tenderer

ors are aware that the Bank will not give day-to-day supervision but will periodically supervise and the contractor has to perform their obligations under the instructions given to him periodically and under sub clauses (a) and (b) above.

(d) The contractors covenant and warrant that completed items of work as well as the entire work on completion will be in conformity with the specifications and the terms and conditions contained in the said conditions and will be of

Time shall be considered as the essence of this contract and the contractor hereby agrees to commence the work on the day on which he is instructed to take possession of the site or from the fourteenth day after the day of issue of formal Work Order as provided for in the said conditions whichever is later and to

subject nevertheless to the provisions for

All payments by the Bank under this contract will be made only at SBI SONI

Any dispute arising under this Agreement shall be referred to arbitration in accordance with the stipulation laid down in the general conditions of contract.

The contents of this agreement have been read by the contractor and fully

IN WITNESS WHEREOF the Bank and the Contractor have set their respective hands to these Presents and two duplicates hereof the day and year first herein above written

has set its hands to these presents through its duly authorized official and the contractor has caused its common seal to be affixed hereunto

Tender ID : AHM202009001

and the said duplicates have /has caused these presents and the said two duplicates hereof to be executed on its contractor is a Company).

Signature clause:

_______________________

SIGNED AND DELIVERED

By the hand of Shri ------------------and Designation)

In presence of ________________________________________

1. __________________________________________ Address _______________________________________

2. ___________________________________________

Address _____________________________________________

(Witness)

____________________________Contractor is a Partnership Firm or an individual , should be signed by all duly authorized person on behalf of all partners)

(1) ______________________________

Address ______________________________

(2) ______________________________

Address ______________________________

(Witness)

THE COMMON SEAL OF was hereinto of Directors at the Meeting held on__________ (If the Contractor signs under its common seal, the SignatureClause should tally with the sealing clause in the Articles of Association)

20 Tender ID : AHM202009001 Signature & Seal of Tenderer

and the said duplicates have /has caused these presents and the said two duplicates hereof to be executed on its behalf, the day and year first herein above written (If

_______________________

SIGNED AND DELIVERED

------------------Asst. General Manager, of State Bank Of India (Name

In presence of ________________________________________

__________________________________________ Address __________________________________________

___________________________________________

Address _____________________________________________

SIGNED AND DELIVERED by _________________________________(Ifthe

Contractor is a Partnership Firm or an individual , should be signed by all duly authorized person on behalf of all partners)

______________________________

Address ______________________________

______________________________

Address ______________________________

was hereinto affixedpursuant to the resolution By Board of Directors at the Meeting held on__________ (If the Contractor signs under its common seal, the SignatureClause should tally with the sealing clause in the

Signature & Seal of Tenderer

and the said duplicates have /has caused these presents and the said two duplicates behalf, the day and year first herein above written (If

Asst. General Manager, of State Bank Of India (Name

Contractor is a Partnership Firm or an individual , should be signed by all partners or by

affixedpursuant to the resolution By Board of Directors at the Meeting held on__________ (If the Contractor signs under its common seal, the SignatureClause should tally with the sealing clause in the

Tender ID : AHM202009001

SIGNED AND DELIVERED by

(1) ____________________________________

(2) ____________________________________

1) ______________________________

Address ______________________________

(2) ______________________________

Address ______________________________

(Witness)

SIGNED AND DELIVERED by _________________________________ (If the Contractor has signed by the hand of Power of Attorney, whether a Company or Individual)

(1) ______________________________

Address ______________________________

(2) ____________________________

Address ______________________________

(Witness)

21 Tender ID : AHM202009001 Signature & Seal of Tenderer

SIGNED AND DELIVERED by

_______________________________

____________________________________

1) ______________________________

Address ______________________________

(2) ______________________________

Address ______________________________

SIGNED AND DELIVERED by _________________________________ (If the Contractor has signed by the hand of Power of Attorney, whether a Company or

______________________________

Address ______________________________

______________________________

Address ______________________________

Signature & Seal of Tenderer

SIGNED AND DELIVERED by _________________________________ (If the Contractor has signed by the hand of Power of Attorney, whether a Company or

Tender ID : AHM202009001

INSTRUCTIONS TO THE TENDERERS

1.0 Scope of work Sealed Tenders are invitedProposed Electrical works forSite and its location The proposed work is to be carried out at Tender documents

2.0 The work has to be carriedtender consisting of the following documents and the most workmen like Instructions to tenderers General conditions of Contract Special conditions of Contract Additional SpecificationsDrawings Priced bid A

2.1 The above documents shall be taken as complementary and one another but in case of ambiguities or discrepancies, shall take precedence in the order given below;

a) Price Bid

b) Additional Specifications

c) Technical specifications

d) Drawings

e) Special conditions of contract

f) General conditions of contract

g) Instructions to Tenderers

2.2 Complete set of tender documents including relative drawings can be downloadedthe website www.sbi.co.in

2.3 The tender documents are not

3.0 Site Visit:

22 Tender ID : AHM202009001 Signature & Seal of Tenderer

SECTION – 1

INSTRUCTIONS TO THE TENDERERS

invited by SBIIMS for and behalf of SBI / SBIIMSPL for the work of for SBI SONI BAZAAR BRANCH GANDHIDHAM

The proposed work is to be carried out at SBI SONI BAZAAR BRANCH GANDHIDHAM

carried out strictly according to the conditionsthe following documents and the most workmen like

Instructions to tenderers General conditions of Contract Special conditions of Contract Additional Specifications

The above documents shall be taken as complementary and mutually explanatory of one another but in case of ambiguities or discrepancies, shall take precedence in the

contract

contract

Complete set of tender documents including relative drawings can be downloaded

The tender documents are not transferable.

Signature & Seal of Tenderer

for and behalf of SBI / SBIIMSPL for the work of SONI BAZAAR BRANCH GANDHIDHAM

SBI SONI BAZAAR BRANCH GANDHIDHAM

conditions stipulated in the the following documents and the most workmen like manner.

mutually explanatory of one another but in case of ambiguities or discrepancies, shall take precedence in the

Complete set of tender documents including relative drawings can be downloaded from

Tender ID : AHM202009001

3.1 The tenderer must obtain himself on his own responsibility and his own expenses all

information and data that mayand enter into a contract for the satisfactory performance of the work. The tenderer is requested satisfy himself regarding the availability of water, power, transport and communication facilities, the character quality and quantity of the materials, labour, the law and order situation, climatic conditions local authorities requirement, traffic regulations etc; The tenderer will be fully responsible for considering the financial effect of any or all the factors while submitting his

4.0 Earnest Money:

4.1 The tenderers are requested to submit the Earnest Money of Thousand Only) by meansDays from the last date of submission of the tender) from any scheduled NationalizedBank drawn in favour ofBHAVNAGAR.

4.2 EMD in any other form other than as specified above will not be accepted. Tender not accompanied by the EMD in accordance with clause 4.1 above shall be

4.3 No interest will be paid on the

4.4 EMD of unsuccessful tenderer will be refunded within 30 days of award of

4.5 EMD of successful tenderer will be retained as a part of security

5.0 Initial Security Deposit: The successful tenderer will have to submit a sum equivalent to 2% of accepted tender value less EMD by means of DD drawn in favour of within a period of 7 days of acceptance of 5.1 Security Deposit: Total security deposit shall be 5% of contract value. Out of this 2% of contract value is in the form of Initial Security Deposit (ISD) which includes the EMD. be deducted from the runningrespective running account10% till Total Security Deposit (TSD) including ISD reaches to 5% of c50% of the Total Security Deposit shall be paid to the contract on the basis of architect’s certifying the virtual completion. The balance 50% would be paid to the contractors after the defects liability period as specified in the 5.2 Additional Security Deposit:In case L-1 bidder quotes abnormally low rates (i.e. 10% or more, below estimated project cost), the bank may

23 Tender ID : AHM202009001 Signature & Seal of Tenderer

must obtain himself on his own responsibility and his own expenses all may be required for the purpose of filling this

and enter into a contract for the satisfactory performance of the work. The tenderer is ed satisfy himself regarding the availability of water, power, transport and

communication facilities, the character quality and quantity of the materials, labour, the law and order situation, climatic conditions local authorities requirement, traffic

The tenderer will be fully responsible for considering the financial effect of any or all the factors while submitting his tender.

The tenderers are requested to submit the Earnest Money of means of Demand Draft/Pay Order(Valid

Days from the last date of submission of the tender) from any scheduled Nationalizedof SBI Infra Management Solutions Pvt. Ltd.

her than as specified above will not be accepted. Tender not accompanied by the EMD in accordance with clause 4.1 above shall be

No interest will be paid on the EMD.

EMD of unsuccessful tenderer will be refunded within 30 days of award of

EMD of successful tenderer will be retained as a part of security deposit.

The successful tenderer will have to submit a sum equivalent to 2% of accepted tender value less EMD by means of DD drawn in favour of SBIIMS Payable at Ahmedabad within a period of 7 days of acceptance of tender.

Total security deposit shall be 5% of contract value. Out of this 2% of contract value is in the form of Initial Security Deposit (ISD) which includes the EMD.

running account bill of the work at the account bill i.e., deduction from each running bill

Total Security Deposit (TSD) including ISD reaches to 5% of c50% of the Total Security Deposit shall be paid to the contract on the basis of architect’s certifying the virtual completion. The balance 50% would be paid to the contractors after the defects liability period as specified in the contract.

Additional Security Deposit: 1 bidder quotes abnormally low rates (i.e. 10% or more, below estimated

may ask such bidder to deposit additional security

Signature & Seal of Tenderer

must obtain himself on his own responsibility and his own expenses all this tender document

and enter into a contract for the satisfactory performance of the work. The tenderer is ed satisfy himself regarding the availability of water, power, transport and

communication facilities, the character quality and quantity of the materials, labour, the law and order situation, climatic conditions local authorities requirement, traffic

The tenderer will be fully responsible for considering the financial effect

The tenderers are requested to submit the Earnest Money of Rs.4000/-(Four for a period of 180

Days from the last date of submission of the tender) from any scheduled Nationalized SBI Infra Management Solutions Pvt. Ltd. payable at

her than as specified above will not be accepted. Tender not accompanied by the EMD in accordance with clause 4.1 above shall be rejected.

EMD of unsuccessful tenderer will be refunded within 30 days of award of Contract.

deposit.

The successful tenderer will have to submit a sum equivalent to 2% of accepted tender Payable at Ahmedabad

Total security deposit shall be 5% of contract value. Out of this 2% of contract value is in the form of Initial Security Deposit (ISD) which includes the EMD. Balance 3% shall

rate of 10% of the bill account will be @

Total Security Deposit (TSD) including ISD reaches to 5% of contract value. The 50% of the Total Security Deposit shall be paid to the contract on the basis of architect’s certifying the virtual completion. The balance 50% would be paid to the contractors after

1 bidder quotes abnormally low rates (i.e. 10% or more, below estimated security deposit (ASD)

Tender ID : AHM202009001

equivalent to difference of of contract. Such ASD could be in the joint name of the Bank and bidder in the form of FDR / Bank’s guarantee as per format approved by the Bank. On successful completion of work ASD will be returned to the cowork in time or as per tenderat liberty to recover the dues from ASD or to forfeit such ASD as the case may be within its sole discretion. No interest shall be paid to the amount retained by the Bank as Security Deposit forthe defect liability period of one year from the date virtual completion certificate (VCC).However, interest on FDR for additional security

5.3 Signing of contract Documents:The successful tenderer shall be bound to implement the contract by signingagreement and conditions of contract attached herewith within 15 days from theof intimation of acceptance of the tender by the of the tenders by the Bank will constitute a binding agreement between the Bank and successful tenderer whether not. 6.0 Completion Period: Time is essence of the accordance with the terms of contract within a period of of work. 7.0 Validity of tender: Tenders shall remain valid and open for acceptance for a period of 90 days from the date of e-reverse auction. If the tenderer withdraws his/her offer during the value period or makes modifications in his/herprejudice to any other right or remedy the Bank shall be at liberty forfeit 8.0 Liquidated Damages: The liquidated damages shall be 0.50% per week subject to a maximum of 5% of contract value. 9.0 Rate and prices: 9.0.1 In case of percentageThe rate quoted shall be firm and shall include all coslabors, taxes etc. except G.S.T, which shall be payable / reimbursed at

The SBIIMS reserve their rightsentrust the work in phasesproject within its sole discretion without assigning any reason(s) for doing so and no claim / correspondence shall be entertained in this regard.

i. The intending bidders here asked to quote their offers in online price bid in terms of "specific Percentage numerical value"(only up to two decimal places) above(+)/below(-) / at par with the Total Estimated Cost published for the project, he will be willing to execute the work.

24 Tender ID : AHM202009001 Signature & Seal of Tenderer

estimated cost vis-à-vis L-1quoted amountof contract. Such ASD could be in the joint name of the Bank and bidder in the form of FDR / Bank’s guarantee as per format approved by the Bank. On successful completion of work ASD will be returned to the contractor. In case contractor fails to complete the

tender specification or leave the job incomplete,recover the dues from ASD or to forfeit such ASD as the case may be within

terest shall be paid to the amount retained by the Bank as Security Deposit forthe defect liability period of one year from the date virtual completion certificate (VCC).However, interest on FDR for additional security deposit will be received by the

Signing of contract Documents: The successful tenderer shall be bound to implement the contract by signingagreement and conditions of contract attached herewith within 15 days from theof intimation of acceptance of the tender by the Bank. However, the written acceptance of the tenders by the Bank will constitute a binding agreement between the Bank and

whether such formal agreement is subsequently

contract. The work should be completedaccordance with the terms of contract within a period of 45 days from the date of award

Tenders shall remain valid and open for acceptance for a period of 90 days from the reverse auction. If the tenderer withdraws his/her offer during the value period

his/her original offer which are not acceptableprejudice to any other right or remedy the Bank shall be at liberty forfeit

The liquidated damages shall be 0.50% per week subject to a maximum of 5% of

9.0.1 In case of percentage rate tender: The rate quoted shall be firm and shall include all costs, allowances,

rs, taxes etc. except G.S.T, which shall be payable / reimbursed at

rights to accept any tenders, either in wholephases or may drop the part scope of work

project within its sole discretion without assigning any reason(s) for doing so and no claim / correspondence shall be entertained in this regard.

The intending bidders here asked to quote their offers in online price bid in terms Percentage numerical value"(only up to two decimal places)

) / at par with the Total Estimated Cost published for the project, he will be willing to execute the work.

Signature & Seal of Tenderer

amount for due fulfillment of contract. Such ASD could be in the joint name of the Bank and bidder in the form of FDR / Bank’s guarantee as per format approved by the Bank. On successful completion

ntractor. In case contractor fails to complete the incomplete, the bank will be

recover the dues from ASD or to forfeit such ASD as the case may be within

terest shall be paid to the amount retained by the Bank as Security Deposit for the defect liability period of one year from the date virtual completion certificate (VCC).

deposit will be received by the bidder.

The successful tenderer shall be bound to implement the contract by signing an agreement and conditions of contract attached herewith within 15 days from the receipt

Bank. However, the written acceptance of the tenders by the Bank will constitute a binding agreement between the Bank and

subsequently entered in to or

completed in all respect from the date of award

Tenders shall remain valid and open for acceptance for a period of 90 days from the reverse auction. If the tenderer withdraws his/her offer during the value period

acceptable to Bank without prejudice to any other right or remedy the Bank shall be at liberty forfeit the EMD.

The liquidated damages shall be 0.50% per week subject to a maximum of 5% of

ts, allowances, materials, rs, taxes etc. except G.S.T, which shall be payable / reimbursed at actual.

whole or in part or may at any stage of the

project within its sole discretion without assigning any reason(s) for doing so and no

The intending bidders here asked to quote their offers in online price bid in terms Percentage numerical value"(only up to two decimal places)

) / at par with the Total Estimated Cost published for the project,

Tender ID : AHM202009001

ii. After taking into account the Percentage Rebate/Addition Offered by all bidders over the Estimate Cost, "Net Tender Value" of each bidder shall be evaluated (Mostly by the online system itself) and the bidder offering Lowest Tender Amount for projects pertaining to Procurement/Purchase Contract and Highest Tender Amount foBidder".

iii. The "Percentage Offer" shall be uniformly applicable to each and every item

including all sections/sub sections / sub heads of the Tender.

iv. ln case, the Lowest Tendered Amount (i.e. Estimated cosquoted) of two or more contractors is same, such lowest contractors will again be asked to submit sealed / online .Revised ± Percentage (%) offers" on the original Estimated cost of tender including all sub sections/sub heads as the casebe, but the revised percentage quoted shall, in no case, be higher than the percentage quoted during their initial offer for the project. The lowest tender shall be decided on the basis of revised offers.

v. The process of online re

rates shall continue till L

vi. ln case, any of such contractor(s)(quoted same tender amount during initial bidding or subsequent retreated as "withdrawal of tender” by the Contractor before acceptance. The earnest money of such contractors shall be forfeited.

vii. ln case all the lowest contractors those have quoted same tendered amount,

refuse to participate in online revised bidding process for the psuch Contractors shall be forfeited and the tenders shall be reproject.

viii. The Contractor(s), whose earnest money is forfeited because of non

of revised offer, shall not be allowed to participate in the rethe said project.

ix. Further, to deal with Contractors/bidders submitting erratic and unreasonably low

offers i.e. below 10% or more of estimated cost, provisions for submission of Additional Security Deposit (equal to difference in estimatetender amount quoted) as Performance Guarantee in the form of "Unconditional Bank Guarantee" or Demand Draft favoring SBI shall continue.

x. Wherever the L-1 bid received remains within ± 5% of the approved estimated

project cost, the SBIIMSto the successful bidder subject to laid down procedural formalities.

25 Tender ID : AHM202009001 Signature & Seal of Tenderer

After taking into account the Percentage Rebate/Addition Offered by all bidders over the Estimate Cost, "Net Tender Value" of each bidder shall be evaluated (Mostly by the online system itself) and the bidder offering Lowest Tender Amount for projects pertaining to Procurement/Purchase Contract and Highest Tender Amount for Sales Contracts shall be declared as "Successful

The "Percentage Offer" shall be uniformly applicable to each and every item including all sections/sub sections / sub heads of the Tender.

ln case, the Lowest Tendered Amount (i.e. Estimated cosquoted) of two or more contractors is same, such lowest contractors will again be asked to submit sealed / online .Revised ± Percentage (%) offers" on the original Estimated cost of tender including all sub sections/sub heads as the casebe, but the revised percentage quoted shall, in no case, be higher than the percentage quoted during their initial offer for the project. The lowest tender shall be decided on the basis of revised offers.

The process of online re-bidding amongst Two or more contractors offering same rates shall continue till L-1 bidder is discovered.

ln case, any of such contractor(s)(quoted same tender amount during initial bidding or subsequent re-bidding) refuses to submit revised offer, it shall be

thdrawal of tender” by the Contractor before acceptance. The earnest money of such contractors shall be forfeited.

ln case all the lowest contractors those have quoted same tendered amount, refuse to participate in online revised bidding process for the psuch Contractors shall be forfeited and the tenders shall be re

The Contractor(s), whose earnest money is forfeited because of nonof revised offer, shall not be allowed to participate in the re-tende

Further, to deal with Contractors/bidders submitting erratic and unreasonably low offers i.e. below 10% or more of estimated cost, provisions for submission of Additional Security Deposit (equal to difference in estimatetender amount quoted) as Performance Guarantee in the form of "Unconditional Bank Guarantee" or Demand Draft favoring SBI shall continue.

1 bid received remains within ± 5% of the approved estimated SBIIMS/SBI shall proceed with the process of awarding contract

to the successful bidder subject to laid down procedural formalities.

Signature & Seal of Tenderer

After taking into account the Percentage Rebate/Addition Offered by all the bidders over the Estimate Cost, "Net Tender Value" of each bidder shall be evaluated (Mostly by the online system itself) and the bidder offering Lowest Tender Amount for projects pertaining to Procurement/Purchase Contract and

r Sales Contracts shall be declared as "Successful

The "Percentage Offer" shall be uniformly applicable to each and every item including all sections/sub sections / sub heads of the Tender.

ln case, the Lowest Tendered Amount (i.e. Estimated cost * Percentage Bid quoted) of two or more contractors is same, such lowest contractors will again be asked to submit sealed / online .Revised ± Percentage (%) offers" on the original Estimated cost of tender including all sub sections/sub heads as the case may be, but the revised percentage quoted shall, in no case, be higher than the percentage quoted during their initial offer for the project. The lowest tender shall

or more contractors offering same

ln case, any of such contractor(s)(quoted same tender amount during initial bidding) refuses to submit revised offer, it shall be

thdrawal of tender” by the Contractor before acceptance. The

ln case all the lowest contractors those have quoted same tendered amount, refuse to participate in online revised bidding process for the project, the EMD of such Contractors shall be forfeited and the tenders shall be re-invited for the

The Contractor(s), whose earnest money is forfeited because of non-submission tendering process for

Further, to deal with Contractors/bidders submitting erratic and unreasonably low offers i.e. below 10% or more of estimated cost, provisions for submission of Additional Security Deposit (equal to difference in estimated cost vis-a-vis final tender amount quoted) as Performance Guarantee in the form of "Unconditional Bank Guarantee" or Demand Draft favoring SBI shall continue.

1 bid received remains within ± 5% of the approved estimated shall proceed with the process of awarding contract

to the successful bidder subject to laid down procedural formalities.

Tender ID : AHM202009001

xi. lf the L-1 bid is beyond 5% but up to 10% of the estimated cost, the SBIIMSshall examine the following eventualities

a) !f the increase in project cost beyond 5% of the estimated cost is on account

of justifiable reasons, the SBIIMSthe same and shall process the proposal for awarding the contract afteseeking financial sanction from the competent authority.

b) lf, the SBIIMS/SBI

bidder is genuinely on high side and there is adequate justification and scope for negotiations with the Lseeking necessary approval from the competendecision judiciously after concluding the negotiation process.

xii. ln case, L-1 bid is beyond 10% of the estimated cost and the SBIIMS

convinced that the Lrecording the justification and seeking necessary approval from the competent authority, the negotiation process shall be started immediately. After negotiations, if the revised offer from the successful bidder is found to be acceptable, the SBIIMSelse re-invitation of tenders shall be undertaken without loss of time. ln any case, not more than 15 days' time from the date of opening of price bids should be allowed for concluding the process.

xiii. lf less than 3 Financial Bids are received in first call, the SBIIMS

arrange to extend the date of submission of tenders (not more than two occasions). Thereafter, tender should be remake all out efforts to get adequate competitHowever, if the response in second call is also not found to be encouraging, the SBIIMS/SBI shall take a conscious decision to either enlarge the panel of contractors to have sufficient competitive bids or to opt for seeking pthe competent authority to open less than 3 tenders after recording due justification for the same. As far as possible opening of less than 3 tenders should be avoided.

xiv. ln case no financial bid is received, before going for re

shall critically examine and ensure that:a. The panel of contractors invited for bidding is adequate andb. The estimated cost being uploaded is based on the reasonable and

workable rates for each tender item and the same is fairly comparable with prevailing market rates.

26 Tender ID : AHM202009001 Signature & Seal of Tenderer

1 bid is beyond 5% but up to 10% of the estimated cost, the SBIIMSshall examine the following eventualities and proceed accordingly:

!f the increase in project cost beyond 5% of the estimated cost is on account of justifiable reasons, the SBIIMS/SBI shall exercise due diligence in justifying the same and shall process the proposal for awarding the contract afteseeking financial sanction from the competent authority.

/SBI is convinced that the quote submitted by the successful bidder is genuinely on high side and there is adequate justification and scope for negotiations with the L-1 bidder, they shall arrange for the same after seeking necessary approval from the competent authority and will take a final decision judiciously after concluding the negotiation process.

1 bid is beyond 10% of the estimated cost and the SBIIMSconvinced that the L-1 bid can be rationalized through negotiations, after

g the justification and seeking necessary approval from the competent authority, the negotiation process shall be started immediately. After negotiations, if the revised offer from the successful bidder is found to be acceptable, the SBIIMS/SBI shall arrange to proceed with the proposal as usual

invitation of tenders shall be undertaken without loss of time. ln any case, not more than 15 days' time from the date of opening of price bids should be allowed for concluding the process.

inancial Bids are received in first call, the SBIIMSarrange to extend the date of submission of tenders (not more than two occasions). Thereafter, tender should be re-invited and the SBIIMSmake all out efforts to get adequate competitive tenders for the project. However, if the response in second call is also not found to be encouraging, the

shall take a conscious decision to either enlarge the panel of contractors to have sufficient competitive bids or to opt for seeking pthe competent authority to open less than 3 tenders after recording due justification for the same. As far as possible opening of less than 3 tenders

ln case no financial bid is received, before going for re-tendering, the shall critically examine and ensure that:

The panel of contractors invited for bidding is adequate andThe estimated cost being uploaded is based on the reasonable and workable rates for each tender item and the same is fairly comparable with prevailing market rates.

Signature & Seal of Tenderer

1 bid is beyond 5% but up to 10% of the estimated cost, the SBIIMS/SBI and proceed accordingly:

!f the increase in project cost beyond 5% of the estimated cost is on account shall exercise due diligence in justifying

the same and shall process the proposal for awarding the contract after

is convinced that the quote submitted by the successful bidder is genuinely on high side and there is adequate justification and scope

1 bidder, they shall arrange for the same after t authority and will take a final

decision judiciously after concluding the negotiation process.

1 bid is beyond 10% of the estimated cost and the SBIIMS/SBI is 1 bid can be rationalized through negotiations, after

g the justification and seeking necessary approval from the competent authority, the negotiation process shall be started immediately. After negotiations, if the revised offer from the successful bidder is found to be

ge to proceed with the proposal as usual invitation of tenders shall be undertaken without loss of time. ln any case,

not more than 15 days' time from the date of opening of price bids should be

inancial Bids are received in first call, the SBIIMS/SBI shall arrange to extend the date of submission of tenders (not more than two

invited and the SBIIMS/SBI shall ive tenders for the project.

However, if the response in second call is also not found to be encouraging, the shall take a conscious decision to either enlarge the panel of

contractors to have sufficient competitive bids or to opt for seeking permission of the competent authority to open less than 3 tenders after recording due justification for the same. As far as possible opening of less than 3 tenders

tendering, the SBIIMS/SBI

The panel of contractors invited for bidding is adequate and The estimated cost being uploaded is based on the reasonable and workable rates for each tender item and the same is fairly comparable with

Tender ID : AHM202009001

GENERAL CONDITIONS OF CONTRACT

1.0 Definitions:- “Contract means the documentsformal agreement executed between SBI Infra Management Solutions Pvt. Ltd. (client) and the contractor, together with the documents referred there in including these conditions, the specifications, designs, drawings and instructions issued from time to time by the Architects / Bank and all these documents taken together shall be deemed to form one contract and shall be complementary to one In the contract the following expressions shall, unless the context otherwise requires, have the meaning hereby respectively assigned to 1.0.1 ‘SBIIMS’ shall meanManagement Services ProviderBhadra, Laldarwaja, Ahmedabadsuccessors and assigns. 1.0.2 ‘Architects/ Consultants’ shall mean , 1.0.3 ‘Site Engineer’ shall mean an Engineer appointed by the SBIIMS at site as their representative for day-to-day supervision of work and to give instructions to the contractors. 1.0.4 ‘The Contractor’ shall mean the individual or firm or company whether incorporate not, undertakingindividual or the composing the firm or company and the permitted assignees of individual or firms of company. The expression ‘works’ or ‘work’ shall mean the permanent description in the “Scope ofincludes materials, apparatus, equipment, temporary supports, fittings and things of kinds to be provided, the obligations of the contractor hereundethe contractor under the contract. 1.0.5 ‘Engineer’ shall mean the representative of the 1.0.6 ‘Drawings’ shall mean the drawings prepared by the Architects and issued by the Engineer and refer red to inas may be issued by the Engineerthe entire work as stipulated in the letter of acceptance of tender subject such additions there to or deductions there from as may be made under the provide herein after contained. 1.0.7 Specifications’ shall mean the specifications referred to in the tender and

27 Tender ID : AHM202009001 Signature & Seal of Tenderer

GENERAL CONDITIONS OF CONTRACT

documents forming the tender and the acceptanceformal agreement executed between SBI Infra Management Solutions Pvt. Ltd. (client)

contractor, together with the documents referred there in including these conditions, the specifications, designs, drawings and instructions issued from time to time by the Architects / Bank and all these documents taken together shall be deemed

e contract and shall be complementary to one another.

In the contract the following expressions shall, unless the context otherwise requires, have the meaning hereby respectively assigned to them.

mean SBI Infra Management SolutionsManagement Services Provider-PMS) having its Circle Office at Third Floor, SBI, LHO, Bhadra, Laldarwaja, Ahmedabad-380001 and includes the client’s representatives,

‘Architects/ Consultants’ shall mean , SBIIMS, Ahmedabad.

‘Site Engineer’ shall mean an Engineer appointed by the SBIIMS at site as their day supervision of work and to give instructions to the

‘The Contractor’ shall mean the individual or firm or company whether rporate not, undertaking the works and shall include legal personal

the composing the firm or company and the permitted assignees of individual or firms of company.

The expression ‘works’ or ‘work’ shall mean the permanent of work” and/or to be executed in accordance

includes materials, apparatus, equipment, temporary supports, fittings and things of kinds to be provided, the obligations of the contractor hereunder and work to be done by

contract.

‘Engineer’ shall mean the representative of the Architect/consultant.

‘Drawings’ shall mean the drawings prepared by the Architects and issued by the in the specifications and any modifications

Engineer from time to time Contract valuethe entire work as stipulated in the letter of acceptance of tender subject such additions

ere from as may be made under the provide herein after

Specifications’ shall mean the specifications referred to in the tender and

Signature & Seal of Tenderer

acceptance thereof and the formal agreement executed between SBI Infra Management Solutions Pvt. Ltd. (client)

contractor, together with the documents referred there in including these conditions, the specifications, designs, drawings and instructions issued from time to time by the Architects / Bank and all these documents taken together shall be deemed

In the contract the following expressions shall, unless the context otherwise requires,

Solutions Pvt. Ltd.(Project Third Floor, SBI, LHO,

380001 and includes the client’s representatives,

‘Site Engineer’ shall mean an Engineer appointed by the SBIIMS at site as their day supervision of work and to give instructions to the

‘The Contractor’ shall mean the individual or firm or company whether personal representative of

the composing the firm or company and the permitted assignees of

The expression ‘works’ or ‘work’ shall mean the permanent or temporary work accordance with the contract

includes materials, apparatus, equipment, temporary supports, fittings and things of r and work to be done by

Architect/consultant.

‘Drawings’ shall mean the drawings prepared by the Architects and issued by the modifications of such drawings

value shall mean value of the entire work as stipulated in the letter of acceptance of tender subject such additions

ere from as may be made under the provide herein after

Specifications’ shall mean the specifications referred to in the tender and

Tender ID : AHM202009001

modifications thereof as may time to time be furnished or approved by the Architect/Consultant. 1.0.8 “Month” means calendar1.0.9 “Week” means seven consecutive1.0.10 “Day” means a calendar day beginning and ending at 00 Hrs and 24 Hrs respectively. 1.1.11 “SBIIMS’s Engineer”of the Project, as nominated by the CirAhmedabad 1.1.12 The following shall constitute the Joint Project Committee (herein under referred to as JPC) for assessing and reviewing the progress of the work on the project and to issue instructions or directions from time toArchitects Site Engineer / PMC and other consultants / contractors engaged in the execution of the project. i) Vice President – Circle Head of ii) SBIIMS Engineer (ELECTRICALiii) Concerned partner of the Architects and their Resident Architect CLAUSE

1.0 Total Security Deposit

Total Security deposit comprise of Earnest Money DepositRetention Money

1.1 Earnest Money DepositThe tenderer shall furnish EMD of Demand draft or bankers cheque drawn in favour of Pvt. Ltd. payable at BHAVNAGARconsidered unless the EMD is so deposited in the required form. No interest shall be paid on this EMD. The EMD of the unsuccessful tendererthe decision to award theabsolutely forfeited if the tenderer revokes his tender at any time the period when he is required to keep his tender open acceptance by the SBIIMS or after it is accepted by the SBIIMS, the contractor fails to enter isecurity deposit as stipulated or fails to commence the commence the work within the stipulated time. 1.2 Initial Security Deposit (lSD)The amount of ISD shall be 2% of accepted vdrawn in favor of State Bank of India, Payable at Nationalized Bank and shall be deposited within 15 days from the date of acceptance of

28 Tender ID : AHM202009001 Signature & Seal of Tenderer

modifications thereof as may time to time be furnished or approved by the

lendar month. “Week” means seven consecutive days. “Day” means a calendar day beginning and ending at 00 Hrs and 24 Hrs

Engineer” shall mean The ELECTRICAL/ElectricalProject, as nominated by the Circle Head and Vice President, SBIIMS

The following shall constitute the Joint Project Committee (herein under referred to as JPC) for assessing and reviewing the progress of the work on the project and to issue instructions or directions from time to time for being observed and followed by the Architects Site Engineer / PMC and other consultants / contractors engaged in the

Circle Head of SBIIMS ELECTRICAL and Electrical) in-charge of the Project

Concerned partner of the Architects and their Resident Architect Member.

Total Security Deposit

Total Security deposit comprise of Earnest Money Deposit, Initial security deposit and

Earnest Money Deposit- The tenderer shall furnish EMD of Rs.4000/-(Four Thousand Only)Demand draft or bankers cheque drawn in favour of SBI Infra Management Solutions

BHAVNAGAR., on any Scheduled Bank. No tender shaconsidered unless the EMD is so deposited in the required form. No interest shall be paid on this EMD. The EMD of the unsuccessful tenderer shall be

the contract is taken without interest. The EMD shall stand absolutely forfeited if the tenderer revokes his tender at any time the period when he is required to keep his tender open acceptance by the SBIIMS or after it is accepted by

the contractor fails to enter into a formal agreement or fails to pay the initial security deposit as stipulated or fails to commence the commence the work within the

Initial Security Deposit (lSD) The amount of ISD shall be 2% of accepted value of in the form of DD

in favor of State Bank of India, Payable at RAJKOT fromBank and shall be deposited within 15 days from the date of acceptance of

Signature & Seal of Tenderer

modifications thereof as may time to time be furnished or approved by the

“Day” means a calendar day beginning and ending at 00 Hrs and 24 Hrs

/Electrical Engineer in-charge ead and Vice President, SBIIMS,

The following shall constitute the Joint Project Committee (herein under referred to as JPC) for assessing and reviewing the progress of the work on the project and to

time for being observed and followed by the Architects Site Engineer / PMC and other consultants / contractors engaged in the

charge of the Project Member.

, Initial security deposit and

(Four Thousand Only) in the form of Infra Management Solutions

, on any Scheduled Bank. No tender shall be considered unless the EMD is so deposited in the required form. No interest shall be

refunded soon after without interest. The EMD shall stand

absolutely forfeited if the tenderer revokes his tender at any time the period when he is required to keep his tender open acceptance by the SBIIMS or after it is accepted by

nto a formal agreement or fails to pay the initial security deposit as stipulated or fails to commence the commence the work within the

alue of in the form of DD/Bankers Cheque from any scheduled/

Bank and shall be deposited within 15 days from the date of acceptance of

Tender ID : AHM202009001

tender.

1.3 ADDITIONAL SECURITY DEPOSIT / PERFORMANCE GUARANTEEIn case L-1 bidder quotes abnormally low rates (i.e. 10% or more, below estimated project cost), the bank mayequivalent to difference of estimatedof contract. Such ASD could be in the joint name of the Bank and bidder in the form of FDR / Bank’s guarantee as per format approved by the Bank. On successful completion of work ASD will be returned to the contractor. In case contractor fails to complete thwork in time or as per tenderat liberty to recover the dues from ASD or to forfeit such ASD as the case may be within its sole discretion. No interest shall be paid to the amount retained by defect liability period of one year from the date virtual completion certificate (VCC). However, interest on FDR for additional security deposit will be received by the bidder. 1.4 Retention Money: Besides the SD as depositedmoney shall be deducted from the running account bill at the rate of 10% of the gross value of work done by the contractor and claimed in each bill provided the total security deposit i.e. ISD plus EMD plus Retention Money shall both together not exceed 5% of the contract value. The 50% of the total security deposit shall be refunded to the contractor without any interest on issue of Virtual Completion certificate by the Architect/consultant. The balance 50% of the total security deposit shall be refunded to the contractors without interestprovided the contractor has satisfactorily attended to all defects in accordance with the conditions of contract including site clearance. 2.0 Language: The language in which the contract documents shall be drawn shall be in English. 3.0 Errors, omissions and discrepancies:In case of errors, omissions and/ or disagreement between written anddimensions on the drawings or between the drawings and specifications etc., the following order shall apply.

i) Between scaled and written dimension (or description) on a drawing, the latter shall be adopted.

ii) Between the written or shown descriptioncorresponding one in the specification the former shall be taken as

iii) Between written description of the item in the specifications and descriptions in bills

29 Tender ID : AHM202009001 Signature & Seal of Tenderer

ADDITIONAL SECURITY DEPOSIT / PERFORMANCE GUARANTEE1 bidder quotes abnormally low rates (i.e. 10% or more, below estimated

may ask such bidder to deposit additional securityestimated cost vis-à-vis L-1 quoted amount

contract. Such ASD could be in the joint name of the Bank and bidder in the form of FDR / Bank’s guarantee as per format approved by the Bank. On successful completion of work ASD will be returned to the contractor. In case contractor fails to complete th

tender specification or leave the job in complete,recover the dues from ASD or to forfeit such ASD as the case may be within

No interest shall be paid to the amount retained by the Bank as Securitydefect liability period of one year from the date virtual completion certificate (VCC). However, interest on FDR for additional security deposit will be received by the bidder.

eposited by the contractor in the above said manner,money shall be deducted from the running account bill at the rate of 10% of the gross value of work done by the contractor and claimed in each bill provided the total security

ISD plus EMD plus Retention Money shall both together not exceed 5% of the contract value. The 50% of the total security deposit shall be refunded to the contractor without any interest on issue of Virtual Completion certificate by the

. The balance 50% of the total security deposit shall be refunded to interest within fifteen days after the end of defects

provided the contractor has satisfactorily attended to all defects in accordance with the conditions of contract including site clearance.

The language in which the contract documents shall be drawn shall be in English.

Errors, omissions and discrepancies: In case of errors, omissions and/ or disagreement between written anddimensions on the drawings or between the drawings and specifications etc., the

Between scaled and written dimension (or description) on a drawing, the latter shall

Between the written or shown description or dimensions in the drawings and the corresponding one in the specification the former shall be taken as correct.

Between written description of the item in the specifications and descriptions in bills

Signature & Seal of Tenderer

ADDITIONAL SECURITY DEPOSIT / PERFORMANCE GUARANTEE 1 bidder quotes abnormally low rates (i.e. 10% or more, below estimated

security deposit (ASD) amount for due fulfillment

contract. Such ASD could be in the joint name of the Bank and bidder in the form of FDR / Bank’s guarantee as per format approved by the Bank. On successful completion of work ASD will be returned to the contractor. In case contractor fails to complete the

complete, the bank will be recover the dues from ASD or to forfeit such ASD as the case may be within

the Bank as Security Deposit for the defect liability period of one year from the date virtual completion certificate (VCC). However, interest on FDR for additional security deposit will be received by the bidder.

manner, the Retention money shall be deducted from the running account bill at the rate of 10% of the gross value of work done by the contractor and claimed in each bill provided the total security

ISD plus EMD plus Retention Money shall both together not exceed 5% of the contract value. The 50% of the total security deposit shall be refunded to the contractor without any interest on issue of Virtual Completion certificate by the

. The balance 50% of the total security deposit shall be refunded to defects liability period

provided the contractor has satisfactorily attended to all defects in accordance with the

The language in which the contract documents shall be drawn shall be in English.

In case of errors, omissions and/ or disagreement between written and scaled dimensions on the drawings or between the drawings and specifications etc., the

Between scaled and written dimension (or description) on a drawing, the latter shall

or dimensions in the drawings and the correct.

Between written description of the item in the specifications and descriptions in bills

Tender ID : AHM202009001

of quantities of the same item, the former shall be a) In case of difference between rates written in figures and words, the rate in words shall prevail.

b) Between the duplicate / subsequent copies of the tender, the original tender shall be taken as correct.

4.0 Scope of Work: The contractor shall carryout complete and maintain the said work in every respect strictly accordance with this contract and with the directions of and to the satisfaction Bank to be communicated through the architect/consultant. The architect/consultant at the directions of the SBIIMS from time to time issue further drawings and / or write instructions, details directions and explanations which are here after collectively references to as Architect’s /modification of the design, quality or quantity of any work or the addition or omission or substitution work. Any discrepancy in the drawings or between BOQ and / or drawings and/or specifications. The removalContractor and any substitutionexecution of any work executed by him. The dismissal from the work of any person engaged the re upon. 5.0 i) Letter of Acceptance:Within the validity period of the tender the SBdirectly or through the architect by registered post or otherwise depositing at the of the contractor as given in the tenderper the terms of the tender. The between the SBIIMS and the ii) Contract Agreement: On receipt of intimation ofsuccessful tenderer shall bethere of shall sign an agreement in a non 6.0 Ownership of drawingsAll drawings, specifications and copies thereof furnished by the SBIIMS Architect / consultants are the properties of the other work. 7.0 Detailed drawings and instructions:The SBIIMS through its architects / consultants shall furnish with reasonable proper additional instructions by means of drawings or otherwthe work. All such drawings and instructions shall be consistent with contract documents, true developments thereof and reasonably inferable there. The work shall be executed

30 Tender ID : AHM202009001 Signature & Seal of Tenderer

of quantities of the same item, the former shall be adopted:

In case of difference between rates written in figures and words, the rate in words

Between the duplicate / subsequent copies of the tender, the original tender shall be

arryout complete and maintain the said work in every respect strictly accordance with this contract and with the directions of and to the satisfaction Bank to be communicated through the architect/consultant. The architect/consultant at

he SBIIMS from time to time issue further drawings and / or write instructions, details directions and explanations which are here after collectively references to as Architect’s / consultant’s instructions in regard to the variation or

design, quality or quantity of any work or the addition or omission or substitution work. Any discrepancy in the drawings or between BOQ and / or drawings

removal from the site of any material broughtsubstitution of any other materials therefore the

of any work executed by him. The dismissal from the work of any person

Letter of Acceptance: Within the validity period of the tender the SBIIMS shall issue a letter of acceptance directly or through the architect by registered post or otherwise depositing at the of the

tender to enter into a Contract for the executionper the terms of the tender. The letter of acceptance shall constitute a bind contract between the SBIIMS and the contractor.

of the acceptance of tender from the SBIIMSbe bound to implement the contract and

there of shall sign an agreement in a non-judicial stamp paper of appropriate

Ownership of drawings: All drawings, specifications and copies thereof furnished by the SBIIMS

nts are the properties of the SBIIMS They are not to be used on

Detailed drawings and instructions: The SBIIMS through its architects / consultants shall furnish with reasonable proper additional instructions by means of drawings or otherwise necessary for the execution of the work. All such drawings and instructions shall be consistent with contract documents, true developments thereof and reasonably inferable there.

executed in conformity there with and the contractor

Signature & Seal of Tenderer

In case of difference between rates written in figures and words, the rate in words

Between the duplicate / subsequent copies of the tender, the original tender shall be

arryout complete and maintain the said work in every respect strictly accordance with this contract and with the directions of and to the satisfaction Bank to be communicated through the architect/consultant. The architect/consultant at

he SBIIMS from time to time issue further drawings and / or write instructions, details directions and explanations which are here after collectively

consultant’s instructions in regard to the variation or design, quality or quantity of any work or the addition or omission or

substitution work. Any discrepancy in the drawings or between BOQ and / or drawings brought thereon by the the removal and/or re-

of any work executed by him. The dismissal from the work of any person

IIMS shall issue a letter of acceptance directly or through the architect by registered post or otherwise depositing at the of the

execution of the work as letter of acceptance shall constitute a bind contract

SBIIMS /Architect the and within fifteen days

judicial stamp paper of appropriate value.

All drawings, specifications and copies thereof furnished by the SBIIMS / SBI through its They are not to be used on

The SBIIMS through its architects / consultants shall furnish with reasonable proper ise necessary for the execution of

the work. All such drawings and instructions shall be consistent with contract documents, true developments thereof and reasonably inferable there.

contractor prepare a

Tender ID : AHM202009001

detailed programme schedule indicating therein the date of start and completion of various activities on receipt of the work order and submit the same to the SBIIMS through the architect/consultant 7(a) Copies of agreement:Two copies of agreement duly signed by both the parties with the drawings shall be handed over to the contractors.

8.0 Liquidated damages: If the contractor fails to maintainto complete the work and clear the site inclucontracted or extended date or completion, without justification in support of the cause of delay, he may be called under the law to the SBIIMS on account of such breach to pay a liquidated damages at the rate of 0.50% of the contract value which subject to a maximum of contract value. 9.0 Materials, Appliances and Employees:Unless or otherwise specified the contractor shall provide labor, water, power, tools, equipment transportation and any other facilities that are required for the satisfactory execution and completion of the work. Unless or otherwise specified all materials shall be new and both workmanship and materials shall be best quality. The contractor shall at all times enforce strict discipline and good order among his employees and shall not employ on the work any unfit person or anyone not skilled in the work assigned to him. Workman whose work or behavior is found to be unsatisfactory by the SBIIMSimmediately. 10.0 Permits, Laws and Regulations:Permits and licenses required for the execution of the work shall be obtained by the contractor at his own expenses. The contractor shall give notices and comply with the regulations, laws, and ordinances rules, applicable to the contract. If the contractoobserves any discrepancy between the drawings and specifications, he shall promptly notify the SBIIMS in writing under intimation of the Architect/ Consultant. If the contractor performs any act,meet all the costs arising thearising there from. 11.0 Setting out Work: The contractor shall set out the work and shall be responsible for the true and perfect setting out of the same andalignment of all parts thereof and get it approved by the architect / consultant before proceeding with the work. If at any time any error in this respect shall appear duringprogress of the works, irrespectivearchitect / consultant the contractor shall be responsible for the same ad shall his own

31 Tender ID : AHM202009001 Signature & Seal of Tenderer

detailed programme schedule indicating therein the date of start and completion of various activities on receipt of the work order and submit the same to the SBIIMS

architect/consultant.

Copies of agreement: ent duly signed by both the parties with the drawings shall be

handed over to the contractors.

maintain the required progress in terms of clause

to complete the work and clear the site including vacating their office on or before the contracted or extended date or completion, without justification in support of the cause

upon without prejudice to any other rightunder the law to the SBIIMS on account of such breach to pay a liquidated damages at the rate of 0.50% of the contract value which subject to a maximum of

9.0 Materials, Appliances and Employees: cified the contractor shall provide and pay for all materials,

r, water, power, tools, equipment transportation and any other facilities that are required for the satisfactory execution and completion of the work. Unless or otherwise

rials shall be new and both workmanship and materials shall be best quality. The contractor shall at all times enforce strict discipline and good order among his employees and shall not employ on the work any unfit person or anyone not skilled

assigned to him. Workman whose work or behavior is found to be SBIIMS /Architect/ consultant he shall be removed from the site

10.0 Permits, Laws and Regulations: Permits and licenses required for the execution of the work shall be obtained by the contractor at his own expenses. The contractor shall give notices and comply with the regulations, laws, and ordinances rules, applicable to the contract. If the contractoobserves any discrepancy between the drawings and specifications, he shall promptly

in writing under intimation of the Architect/ Consultant. If the act, which is against the law, rules and the reform and shall indemnify the SBIIMS a

The contractor shall set out the work and shall be responsible for the true and perfect and for the correctness of the positions, levels,

alignment of all parts thereof and get it approved by the architect / consultant before proceeding with the work. If at any time any error in this respect shall appear during

irrespective of the fact that the layout had beenarchitect / consultant the contractor shall be responsible for the same ad shall his own

Signature & Seal of Tenderer

detailed programme schedule indicating therein the date of start and completion of various activities on receipt of the work order and submit the same to the SBIIMS

ent duly signed by both the parties with the drawings shall be

clause 6.0 of GOC or ding vacating their office on or before the

contracted or extended date or completion, without justification in support of the cause right of remedy available

under the law to the SBIIMS on account of such breach to pay a liquidated damages at the rate of 0.50% of the contract value which subject to a maximum of 5% of the

and pay for all materials, r, water, power, tools, equipment transportation and any other facilities that are

required for the satisfactory execution and completion of the work. Unless or otherwise rials shall be new and both workmanship and materials shall be best

quality. The contractor shall at all times enforce strict discipline and good order among his employees and shall not employ on the work any unfit person or anyone not skilled

assigned to him. Workman whose work or behavior is found to be /Architect/ consultant he shall be removed from the site

Permits and licenses required for the execution of the work shall be obtained by the contractor at his own expenses. The contractor shall give notices and comply with the regulations, laws, and ordinances rules, applicable to the contract. If the contractor observes any discrepancy between the drawings and specifications, he shall promptly

in writing under intimation of the Architect/ Consultant. If the regulations he shall

SBIIMS any legal actions

The contractor shall set out the work and shall be responsible for the true and perfect levels, dimensions, and

alignment of all parts thereof and get it approved by the architect / consultant before proceeding with the work. If at any time any error in this respect shall appear during the

been approved by, the architect / consultant the contractor shall be responsible for the same ad shall his own

Tender ID : AHM202009001

expenses rectify such error, if so, required to satisfaction of the 12.0 Protection of works and property:The contractor shall continuousldamage and shall protect the SBI’s properties from injury or loss arising in connection with contract. He shall make good any such damage, injury, loss, beyond his control and due to his fault or negligence. He shall take adequate care and steps for protection of the adjacent properties. The contractor shall take all precautions for safety and protections of his employees on the works and shall comply with all applicable provisions of Govt. and local bodies’ safetylaws and building codes to or adjacent to his place ofclause at his own cost. The policy may be taken in joint names of the contractor and the SBIIMS and the original policy may be lodged with the 13.0 Inspection of work: The SBIIMS / Architect / Consultant or their representatives shall at all reasonable times have free access to the work site and / or to the workshop, factories, or other places where materials are lying or from where they are obtained and the contractor shall give every facility to the SBIIMSinspection and examination and test of the materials and workmanship. No person unless authorized by the Public authorities shall be allowed on the work atduring its construction stageTechnical Examiner’s Organization a wing of Central Vigilance 14.0 Assignment and subletting:The whole of work includednot directly entrust and engage or indirectly transfer, assign or underlet the contract or any part or share there of or interest therein without the through the Architect and no undertaking shall relieve the contractor from the responsibility of the contractor from active & superintendence of the work during its progress. 15.0 Quality of materials, workmanship &Test:All materials and workmanship shall be best of the respective kinds described in the contract and in accordance with Architect/consultant instructions and shall be subject from time to time to such tests as the architect/consultant may direct at the place of manufacture or fabrication or on the site or an approved testing laboratory. The contractor shall provide such assistance, instruments, machinery, labor, and materials as are normally required for examining measuring sampling and testing any material or part of work before in corporationrequired by the architect/consultant.

32 Tender ID : AHM202009001 Signature & Seal of Tenderer

expenses rectify such error, if so, required to satisfaction of the SBIIMS

and property: The contractor shall continuously maintain adequate protection of all his work from damage and shall protect the SBI’s properties from injury or loss arising in connection with contract. He shall make good any such damage, injury, loss, except due to causes beyond his control and due to his fault or negligence.

He shall take adequate care and steps for protection of the adjacent properties. The contractor shall take all precautions for safety and protections of his employees on the

and shall comply with all applicable provisions of Govt. and local bodies’ safety prevent accidents, or injuries to persons of work. The contractor shall take insurance

at his own cost. The policy may be taken in joint names of the contractor and the and the original policy may be lodged with the SBIIMS

/ Architect / Consultant or their representatives shall at all reasonable times

have free access to the work site and / or to the workshop, factories, or other places where materials are lying or from where they are obtained and the contractor shall give

SBIIMS/Architect/consultant and their representatives necessary for inspection and examination and test of the materials and workmanship. No person unless authorized by the SBIIMS/ Architect/Consultant except the representative of

lic authorities shall be allowed on the work at any time. The proposedstage or its completion can also be inspected by the Chief

Technical Examiner’s Organization a wing of Central Vigilance commission.

and subletting: included in the contract shall be executed the contractor

not directly entrust and engage or indirectly transfer, assign or underlet the contract or any part or share there of or interest therein without the written consent of the through the Architect and no undertaking shall relieve the contractor from the responsibility of the contractor from active & superintendence of the work during its

15.0 Quality of materials, workmanship &Test: materials and workmanship shall be best of the respective kinds described in the

contract and in accordance with Architect/consultant instructions and shall be subject from time to time to such tests as the architect/consultant may direct at the place of

anufacture or fabrication or on the site or an approved testing laboratory. The contractor shall provide such assistance, instruments, machinery, labor, and materials as are normally required for examining measuring sampling and testing any material or

corporation in the work for testing as mayarchitect/consultant.

Signature & Seal of Tenderer

SBIIMS

of all his work from damage and shall protect the SBI’s properties from injury or loss arising in connection

except due to causes

He shall take adequate care and steps for protection of the adjacent properties. The contractor shall take all precautions for safety and protections of his employees on the

and shall comply with all applicable provisions of Govt. and local bodies’ safety or property on about

insurance covers as per at his own cost. The policy may be taken in joint names of the contractor and the

/ Architect / Consultant or their representatives shall at all reasonable times have free access to the work site and / or to the workshop, factories, or other places where materials are lying or from where they are obtained and the contractor shall give

/Architect/consultant and their representatives necessary for inspection and examination and test of the materials and workmanship. No person

/ Architect/Consultant except the representative of proposed work either

can also be inspected by the Chief commission.

contractor and he shall not directly entrust and engage or indirectly transfer, assign or underlet the contract or

written consent of the SBIIMS through the Architect and no undertaking shall relieve the contractor from the responsibility of the contractor from active & superintendence of the work during its

materials and workmanship shall be best of the respective kinds described in the contract and in accordance with Architect/consultant instructions and shall be subject from time to time to such tests as the architect/consultant may direct at the place of

anufacture or fabrication or on the site or an approved testing laboratory. The contractor shall provide such assistance, instruments, machinery, labor, and materials as are normally required for examining measuring sampling and testing any material or

may be selected and

Tender ID : AHM202009001

ii) Samples: All samples of adequate numbers, size, shades & pattern as per specifications shall be supplied by the contractor without any used are of such nature that samples cannot be presented or prepared at the site detailed literature / test certificateArchitect/consultant beforehimself that the material / equipment for which he is submitting the sample / literature meet with the requirement in writing by the architect/consultantand installation of the particular material / equipment. The approved samples shall by the signed by the Architect / Consultant for identification and shall be kept on record site office until the completion of the work for inspection / comparison at any time. The Architect/Consultant shall take reasonable time to approve the sample. Any delay that might occur in approving theother discrepancies inadequacy in furnishing samples of best qualities from various manufacturers and such other aspects causing delay on the approval of the materials / equipment etc. shall be to the account of the contractor.

iii) Cost of tests: The cost of making any test shall be borne by the contractor if such test is intended by or provided for in the specification or BOQ.

iv) Costs of tests not provided for:If any test is ordered by the Architect/ Consultant which is eithera) If so intended by or provparticularized, or though so intended or provided for but ordered by the Architect / Consultant to be carried out by an independent person at any place other than the site or the place of manufacture or approved laboratory, then the cost of such test shall be borne by the

16.0 Obtaining information related to execution of work:No claim by the contractor for additional payment shall be consequent upon failure on his part to obtain correct information as to any matter affecting the execution of the work nor any misunderstanding or the obtaining incorrect information or the failure to obtain correct information relievethe entire responsibility for the fulfillment of 17.0 Contractor’s superintendence:The contractor shall give necessary personal superintendence during the executionworks and as long, thereafter,the expiry of the defects liability period, stated hereto. 18.0 Quantities: The bill of quantities (BOQ) unless or otherwise stated shall be deemed to have been prepared in accordance with the Indian Standard Metho

33 Tender ID : AHM202009001 Signature & Seal of Tenderer

All samples of adequate numbers, size, shades & pattern as per specifications shall be supplied by the contractor without any extra charges. If certain items proposed to be used are of such nature that samples cannot be presented or prepared at the site

certificate of the same shall be provided to theefore submitting the sample/literature the contractor

himself that the material / equipment for which he is submitting the sample / literature of tender specification. Only when the samples

architect/consultant the contractor shall proceed withand installation of the particular material / equipment. The approved samples shall by the signed by the Architect / Consultant for identification and shall be kept on record

fice until the completion of the work for inspection / comparison at any time. The Architect/Consultant shall take reasonable time to approve the sample. Any delay that

the samples for reasons of its not meeting other discrepancies inadequacy in furnishing samples of best qualities from various manufacturers and such other aspects causing delay on the approval of the materials / equipment etc. shall be to the account of the contractor.

of making any test shall be borne by the contractor if such test is intended by or provided for in the specification or BOQ.

Costs of tests not provided for: If any test is ordered by the Architect/ Consultant which is either

If so intended by or provided for or (in the cases above mentioned) is not so particularized, or though so intended or provided for but ordered by the Architect / Consultant to be carried out by an independent person at any place other than the site or the place of manufacture or fabrication of the materials tested or any Government / approved laboratory, then the cost of such test shall be borne by the

16.0 Obtaining information related to execution of work: No claim by the contractor for additional payment shall be entertained which is consequent upon failure on his part to obtain correct information as to any matter affecting the execution of the work nor any misunderstanding or the obtaining incorrect information or the failure to obtain correct information relieve him from any risks orthe entire responsibility for the fulfillment of contract.

17.0 Contractor’s superintendence: The contractor shall give necessary personal superintendence during the execution

fter, as the Architect/Consultant may considerthe expiry of the defects liability period, stated hereto.

The bill of quantities (BOQ) unless or otherwise stated shall be deemed to have been prepared in accordance with the Indian Standard Method of Measurements and

Signature & Seal of Tenderer

All samples of adequate numbers, size, shades & pattern as per specifications shall be extra charges. If certain items proposed to be

used are of such nature that samples cannot be presented or prepared at the site the satisfaction of the

contractor shall satisfy himself that the material / equipment for which he is submitting the sample / literature

samples are approved with the procurement

and installation of the particular material / equipment. The approved samples shall by the signed by the Architect / Consultant for identification and shall be kept on record at

fice until the completion of the work for inspection / comparison at any time. The Architect/Consultant shall take reasonable time to approve the sample. Any delay that

the specifications or other discrepancies inadequacy in furnishing samples of best qualities from various manufacturers and such other aspects causing delay on the approval of the materials /

of making any test shall be borne by the contractor if such test is intended by or

ided for or (in the cases above mentioned) is not so particularized, or though so intended or provided for but ordered by the Architect / Consultant to be carried out by an independent person at any place other than the site

fabrication of the materials tested or any Government / approved laboratory, then the cost of such test shall be borne by the contractor.

entertained which is consequent upon failure on his part to obtain correct information as to any matter affecting the execution of the work nor any misunderstanding or the obtaining incorrect

him from any risks or from

The contractor shall give necessary personal superintendence during the execution the consider necessary until

The bill of quantities (BOQ) unless or otherwise stated shall be deemed to have been d of Measurements and

Tender ID : AHM202009001

quantities. The rate quoted shall remain valid for variation of quantity against individual item to any extent. The entire amount paid under Clause 19, 20 hereof as well as amounts of prime cost and provision sums, if any, shall be ex 19.0 Works to be measured:The Architect/Consultant mayrequires the work to be measured and the contractor shall forthwith attend or send a quantity representative to assist the Architect in calculation and to furnish all particulars or to give all assistance required by any of them. Such measurements shall be taken in accordance with the Mode of measurements detail in the specifications. The representative of the measurements with the contractor’s representative and the measurements shall be entered in the measurementsign all the pages of the measurementrecorded in token of his acceptance. All the corrections shall be duly attested by both representatives. No over writingsattend or neglect or omit to depute his representative tmeasurements recorded byAll authorized extra work, omissions and all variations made shall be included such measurement. 20.0 Variations: No alteration, omission or variationthe contract. In case the SBIIMS/ Architect / Consultant thinks proper at any during the progress of works to make any alteration in, or additions to or omission from theor any. Alteration in the kindConsultant shall give notice thereof in writing to the contractor shall confirm in writing within seven days of giving such oral instructions the contract shall alter to, addomit from as the case mayany work extra to or make any alterations or additions to or omissions from the works or any deviation from any of the provisions of the contract, stipulations, contract drawings without previous consent in writing of the Architect/ Consultant and the value of such extras, alterations, additions or omissions shall in all cases be determined by the Architect / Consultant and the same shall be addefrom the contract value, as the case maybe. 21.0 Valuation of Variations:No claim for an extra shall be allowed unless it shall have been executed under the authority of the Architect / Consultant with the concurrence of the SBIIMS as hementioned. Any such extra is herein referred to as authorized extra and shall be made in accordance with the following provisions. (i) The net rates or prices inwhere such extra work is ofthe work price herein.

34 Tender ID : AHM202009001 Signature & Seal of Tenderer

quantities. The rate quoted shall remain valid for variation of quantity against individual item to any extent. The entire amount paid under Clause 19, 20 hereof as well as amounts of prime cost and provision sums, if any, shall be excluded.

19.0 Works to be measured: may from time to time intimate to the

requires the work to be measured and the contractor shall forthwith attend or send a quantity representative to assist the Architect in taking such measurements and calculation and to furnish all particulars or to give all assistance required by any of them. Such measurements shall be taken in accordance with the Mode of measurements detail in the specifications. The representative of the Architect / Consultant shall take measurements with the contractor’s representative and the measurements shall be

measurement book. The contractor or his authorizedmeasurement book in which the measurements

ecorded in token of his acceptance. All the corrections shall be duly attested by both writings shall be made in the M book should

attend or neglect or omit to depute his representative to take measurements the by the representative of the Architect/consultant

All authorized extra work, omissions and all variations made shall be included such

variation ordered in writing by the Architect/consultantthe contract. In case the SBIIMS/ Architect / Consultant thinks proper at any during the progress of works to make any alteration in, or additions to or omission from the

kind or quality of the materials to be used therein,Consultant shall give notice thereof in writing to the contractor shall confirm in writing within seven days of giving such oral instructions the contract shall alter to, add

may be in accordance with such but the contractorany work extra to or make any alterations or additions to or omissions from the works or any deviation from any of the provisions of the contract, stipulations, contract drawings without previous consent in writing of the Architect/ Consultant and the value of such extras, alterations, additions or omissions shall in all cases be determined by the Architect / Consultant and the same shall be addefrom the contract value, as the case maybe.

21.0 Valuation of Variations: No claim for an extra shall be allowed unless it shall have been executed under the authority of the Architect / Consultant with the concurrence of the SBIIMS as hementioned. Any such extra is herein referred to as authorized extra and shall be made in accordance with the following provisions.

in the contract shall determine the valuationwhere such extra work is of similar character and executed under similar conditions as

Signature & Seal of Tenderer

quantities. The rate quoted shall remain valid for variation of quantity against individual item to any extent. The entire amount paid under Clause 19, 20 hereof as well as

cluded.

the contractor that he requires the work to be measured and the contractor shall forthwith attend or send a

taking such measurements and calculation and to furnish all particulars or to give all assistance required by any of them. Such measurements shall be taken in accordance with the Mode of measurements

Architect / Consultant shall take measurements with the contractor’s representative and the measurements shall be

authorized representative shall measurements have been

ecorded in token of his acceptance. All the corrections shall be duly attested by both should the contractor not

o take measurements the Architect/consultant shall be final.

All authorized extra work, omissions and all variations made shall be included such

Architect/consultant vitiates the contract. In case the SBIIMS/ Architect / Consultant thinks proper at any during the progress of works to make any alteration in, or additions to or omission from the works

therein, the Architect / Consultant shall give notice thereof in writing to the contractor shall confirm in writing within seven days of giving such oral instructions the contract shall alter to, add to, or

contractor shall not do any work extra to or make any alterations or additions to or omissions from the works or any deviation from any of the provisions of the contract, stipulations, specifications or contract drawings without previous consent in writing of the Architect/ Consultant and the value of such extras, alterations, additions or omissions shall in all cases be determined by the Architect / Consultant and the same shall be added to or deducted

No claim for an extra shall be allowed unless it shall have been executed under the authority of the Architect / Consultant with the concurrence of the SBIIMS as herein mentioned. Any such extra is herein referred to as authorized extra and shall be made

valuation of the extra work similar character and executed under similar conditions as

Tender ID : AHM202009001

(ii) Rates for all items, whereverpriced BOQ. The net prices of the original tender shall determine the value of tprovided if omissions do not vary the conditions under which any remaining items of Works are carried out, otherwise the prices for the same shall be valued under subClause ‘c’ hereunder. Where the extra works are not of similar characconditions as aforesaid or where the omissions vary the conditions under which any remaining items or works are carried out, then the contractor shall within 7 days of the receipt of the letter of acceptance inform the Arcintends to charge for such items of work, duly supported by analysis of the rate orclaimed and the Architect/consultantin his opinion are reasonable and Where extra work cannotallowed day work prices atstated then in accordanceprovided that in either case, vouchers specifying the daily time (and if required by the Architect/Consultant) the workman’s name and materials employed be delivered for verifications to the Architect /consultant at or befwhich the work has been executed. It is further clarified that forderived from the tender, analysis worked on the ‘market rate basis for material, labour hire / running charges of equipment and wastages etc. plus 15% towards establishment charges, contractor’s overheads and profit. Such items shall, not be eligible for 22.0 Final measurement: The measurement and valuationmonths of the virtual completion of the 23.0 Virtual Completion Certificate (VCC):On successful completion of entire works covered by the contract tof the SBIIMS, the contractor shall ensure that the following works have been completed the satisfaction of the Clear the site of all scaffolding, wiring, pipes, surplus materials, contractor’s labour equipment and machinery. Demolish, dismantle and removeincluding labor sheds/campsbrought upon or erected at the site or any land allotted to the contractor by the not incorporated in the permanent

35 Tender ID : AHM202009001 Signature & Seal of Tenderer

wherever possible should be derived out of the

The net prices of the original tender shall determine the value of the items omitted, provided if omissions do not vary the conditions under which any remaining items of Works are carried out, otherwise the prices for the same shall be valued under sub

Where the extra works are not of similar character and/or executed under similar conditions as aforesaid or where the omissions vary the conditions under which any remaining items or works are carried out, then the contractor shall within 7 days of the receipt of the letter of acceptance inform the Architect/ consultant of the rate which he intends to charge for such items of work, duly supported by analysis of the rate or

Architect/consultant shall fix such rate or prices as in his opinion are reasonable and proper, based on the market rate.

ot be properly measured or valued the at the net rates stated in the tender, of the

then in accordance with the local day work rates and wageseither case, vouchers specifying the daily time (and if required by the

Architect/Consultant) the workman’s name and materials employed be delivered for verifications to the Architect /consultant at or before the end of the week following that in which the work has been executed.

for all such authorized extra items where the Contractor shall submit rates duly

worked on the ‘market rate basis for material, labour hire / running charges of equipment and wastages etc. plus 15% towards establishment charges, contractor’s overheads and profit. Such items shall, not be eligible for escalation.

valuation in respect of the contract shall be completed

months of the virtual completion of the work.

23.0 Virtual Completion Certificate (VCC): On successful completion of entire works covered by the contract to the full

, the contractor shall ensure that the following works have been completed the satisfaction of the SBIIMS:

Clear the site of all scaffolding, wiring, pipes, surplus materials, contractor’s labour

remove the contractor’s site office, temporarysheds/camps and constructions and other items and

brought upon or erected at the site or any land allotted to the contractor by the not incorporated in the permanent works.

Signature & Seal of Tenderer

the rates given in the

he items omitted, provided if omissions do not vary the conditions under which any remaining items of Works are carried out, otherwise the prices for the same shall be valued under sub-

ter and/or executed under similar conditions as aforesaid or where the omissions vary the conditions under which any remaining items or works are carried out, then the contractor shall within 7 days of the

hitect/ consultant of the rate which he intends to charge for such items of work, duly supported by analysis of the rate or rates

in the circumstances contractor shall be

the BOQ or, if not, so wages for the district;

either case, vouchers specifying the daily time (and if required by the Architect/Consultant) the workman’s name and materials employed be delivered for

ore the end of the week following that in

where rates cannot be duly supported by rate

worked on the ‘market rate basis for material, labour hire / running charges of equipment and wastages etc. plus 15% towards establishment charges, contractor’s

escalation.

completed within two

o the full satisfaction , the contractor shall ensure that the following works have been

Clear the site of all scaffolding, wiring, pipes, surplus materials, contractor’s labour

temporary works, structure and things whatsoever

brought upon or erected at the site or any land allotted to the contractor by the SBIIMS

Tender ID : AHM202009001

Remove all rubbish, debris etc. from the site and the land allotted to the contractor by the SBIIMS and shall clear, level and dress, compact the site as required by the Shall put the SBIIMS in undisputed custody and possession of the site and all land allot by the SBIIMS Shall hand over the work in a peaceful manner to the All defects / imperfections have been attended and rectified as pointed out by the Architects to the full satisfaction of Upon the satisfactory fulfillment by the contractor as stated above, the contractor is entitled to apply to the Architect / coRelative to which the completion certificate has been sought, the Architect/ consultant shall within fourteen (14) daysissue a VCC in respect of the work for which the VCC hasThis issuance of a VCC shall not be without prejudice to the SBIIMS’s rights and contractor liabilities under the contract including the contractor’s liability for defects liability nor shall the issuance of VCC in construction as a waiver of any right or claim of the respect of or work at the site and in respect of which the VCC has been issued.

24.0 Work by other agencies:The SBIIMS / Architect / consultant reserves the rights to use premises and any portion the site for execution of any work not included in the scope of this contract which it may desire to have carried out by other persons simultaneously and the contractor shall not only allow but also extend reasonable facilities for the execution of such work.contractor however shall execution of such work except by special arrangement with the SBI. Such work shallcarried out in such mannercontract. 25.0 Insurance of works: Without limiting his obligations and responsibilities under the contract the contractor shall insure in the joint namesdamages from whatever cause arising other than the excepted risks, for which he is responsible under the terms of contract and in such a manner that the contractor are covered for the period stipulated I clause of during the period of maintenance for loss or damage arising from a cause, occurring prior to the commencement of the period of maintenance and for any loss or damageoccasioned by the contractorpurpose of complying with his obligations under clause. The Works for the time being executed to the estimated current Contract value thereof,

36 Tender ID : AHM202009001 Signature & Seal of Tenderer

Remove all rubbish, debris etc. from the site and the land allotted to the contractor by r, level and dress, compact the site as required by the

in undisputed custody and possession of the site and all land allot

Shall hand over the work in a peaceful manner to the SBIIMS

All defects / imperfections have been attended and rectified as pointed out by the Architects to the full satisfaction of SBIIMS

Upon the satisfactory fulfillment by the contractor as stated above, the contractor is entitled to apply to the Architect / consultant is satisfied of the completion of work. Relative to which the completion certificate has been sought, the Architect/ consultant

days of the receipt of the application for completionthe work for which the VCC has applied.

This issuance of a VCC shall not be without prejudice to the SBIIMS’s rights and contractor liabilities under the contract including the contractor’s liability for defects liability nor shall the issuance of VCC in respect of the works or work at any site be construction as a waiver of any right or claim of the SBIIMS against therespect of or work at the site and in respect of which the VCC has been issued.

24.0 Work by other agencies: hitect / consultant reserves the rights to use premises and any portion

the site for execution of any work not included in the scope of this contract which it may desire to have carried out by other persons simultaneously and the contractor shall not

allow but also extend reasonable facilities for the execution of such work. not be required to provide any plant

execution of such work except by special arrangement with the SBI. Such work shallmanner as not to impede the progress of the works

Without limiting his obligations and responsibilities under the contract the contractor

names of the SBIIMS And the contractordamages from whatever cause arising other than the excepted risks, for which he is responsible under the terms of contract and in such a manner that the contractor are covered for the period stipulated I clause of GCC and are also covered during the period of maintenance for loss or damage arising from a cause, occurring prior to the commencement of the period of maintenance and for any loss or damage

contractor in the course of any operations carriedpurpose of complying with his obligations under clause.

The Works for the time being executed to the estimated current Contract value thereof,

Signature & Seal of Tenderer

Remove all rubbish, debris etc. from the site and the land allotted to the contractor by r, level and dress, compact the site as required by the SBIIMS

in undisputed custody and possession of the site and all land allot

All defects / imperfections have been attended and rectified as pointed out by the

Upon the satisfactory fulfillment by the contractor as stated above, the contractor is nsultant is satisfied of the completion of work.

Relative to which the completion certificate has been sought, the Architect/ consultant completion certificate,

This issuance of a VCC shall not be without prejudice to the SBIIMS’s rights and contractor liabilities under the contract including the contractor’s liability for defects

respect of the works or work at any site be against the contractor in

respect of or work at the site and in respect of which the VCC has been issued.

hitect / consultant reserves the rights to use premises and any portion the site for execution of any work not included in the scope of this contract which it may desire to have carried out by other persons simultaneously and the contractor shall not

allow but also extend reasonable facilities for the execution of such work. The or material for the

execution of such work except by special arrangement with the SBI. Such work shall be works included in the

Without limiting his obligations and responsibilities under the contract the contractor contractor against all loss of

damages from whatever cause arising other than the excepted risks, for which he is responsible under the terms of contract and in such a manner that the SBIIMS and

GCC and are also covered during the period of maintenance for loss or damage arising from a cause, occurring prior to the commencement of the period of maintenance and for any loss or damage

carried out by him for the

The Works for the time being executed to the estimated current Contract value thereof,

Tender ID : AHM202009001

or such additional sum as mayin the works at their replacement The constructional plant and other things brought on to the site by the contractor to the replacement value of such constructional plant and other things. Such insurance shall be effected with an insurer and iwhich approval shall not be unreasonably withheld and the contractor shall whenever required produce to the Architect / consultant the policy if insurance and the receipts for payment of the current premiums. 26.0 Damage to persons and property:The contractor shall, except if and so far as the contract provides otherwise indemnify the SBI against all losses and claims in respect of injuries or damages to any personmaterial or physical damage to any property whatsoever whconsequence of the execution and maintenance of the works and against all claims proceedings, damages, costs, charges and expenses whatsoever in respect of or in relation thereto except any compensation of damages for or with res a) The permanent use or occupation of land by or any part thereof.

b) The right of SBIIMS to execute the works or any part thereof on, over, under, in or through any lands. c) Injuries or damages to persons or properties which are unavoidable result of thexecution or maintenance of the works in accordance with thed) Injuries or damage to personsSBIIMS their agents, employees or other contractors not being employed by the contractor or for or in respect of any claims, proceedings, damages, costs, charges and expenses in respect thereof or in relation thereto or where the injury or damage was contributed to by the contractor, his servants or agents such part of the compensation as may be just and equitable having regard to the extent of the responsibility of the SBIIMS, their employees, or agents or other employees, or agents or other contractors for the damage or injury. 27.0 Contractor to indemnify The contractor shall indemnifycosts, charges and expenses in respect of the matters referred to in the provision subclause 26.0 of this clause. 28.0 Contractor’s superintendence:The contractor shall fully indemnify and keep indemaction, claim, or proceeding relating to infringement or use of any patent or design or any alleged patent or design rights and shall pay any royalties which may be payable inrespect to any article or partmade under or action brought against the contractor shall be immediately

37 Tender ID : AHM202009001 Signature & Seal of Tenderer

may be specified together with the materialsin the works at their replacement value.

The constructional plant and other things brought on to the site by the contractor to the replacement value of such constructional plant and other things.

Such insurance shall be effected with an insurer and in terms approved by the which approval shall not be unreasonably withheld and the contractor shall whenever required produce to the Architect / consultant the policy if insurance and the receipts for payment of the current premiums.

persons and property: The contractor shall, except if and so far as the contract provides otherwise indemnify the SBI against all losses and claims in respect of injuries or damages to any personmaterial or physical damage to any property whatsoever which may arise out of or in consequence of the execution and maintenance of the works and against all claims proceedings, damages, costs, charges and expenses whatsoever in respect of or in relation thereto except any compensation of damages for or with res

The permanent use or occupation of land by or any part thereof.

to execute the works or any part thereof on, over, under, in or

Injuries or damages to persons or properties which are unavoidable result of thexecution or maintenance of the works in accordance with the contract

persons or property resulting from any acttheir agents, employees or other contractors not being employed by the

for or in respect of any claims, proceedings, damages, costs, charges and expenses in respect thereof or in relation thereto or where the injury or damage was contributed to by the contractor, his servants or agents such part of the compensation

just and equitable having regard to the extent of the responsibility of the , their employees, or agents or other employees, or agents or other contractors

27.0 Contractor to indemnify SBIIMS: The contractor shall indemnify the SBIIMS against all claims, proceedings, damages, costs, charges and expenses in respect of the matters referred to in the provision sub

28.0 Contractor’s superintendence: The contractor shall fully indemnify and keep indemnified the SBIIMSaction, claim, or proceeding relating to infringement or use of any patent or design or

r design rights and shall pay any royalties which may be payable inpart thereof included in the contract. In the

made under or action brought against SBIIMS in respect of such matters as aforesaidimmediately notified thereof and the contractor

Signature & Seal of Tenderer

materials for incorporation

The constructional plant and other things brought on to the site by the contractor to the

n terms approved by the SBIIMS which approval shall not be unreasonably withheld and the contractor shall whenever required produce to the Architect / consultant the policy if insurance and the receipts for

The contractor shall, except if and so far as the contract provides otherwise indemnify the SBI against all losses and claims in respect of injuries or damages to any person or

ich may arise out of or in consequence of the execution and maintenance of the works and against all claims proceedings, damages, costs, charges and expenses whatsoever in respect of or in relation thereto except any compensation of damages for or with respect to:

to execute the works or any part thereof on, over, under, in or

Injuries or damages to persons or properties which are unavoidable result of the contract.

act or neglect of the their agents, employees or other contractors not being employed by the

for or in respect of any claims, proceedings, damages, costs, charges and expenses in respect thereof or in relation thereto or where the injury or damage was contributed to by the contractor, his servants or agents such part of the compensation

just and equitable having regard to the extent of the responsibility of the , their employees, or agents or other employees, or agents or other contractors

against all claims, proceedings, damages, costs, charges and expenses in respect of the matters referred to in the provision sub-

SBIIMS against any action, claim, or proceeding relating to infringement or use of any patent or design or

r design rights and shall pay any royalties which may be payable in the event of any claim

in respect of such matters as aforesaid contractor shall be at liberty,

Tender ID : AHM202009001

at his own expenses to settlethere from, provided that theinfringement of the patent or design or any alleged patent result of an order passed by the Architect / consultant in this 29.0 Third Party Insurance:Before commencing the execution of the work the contractor but without limiting his obligations and responsibilitiesliability for any material or physical damage, loss, or injury which may occur to any property including that of SBIIMS, by or arising out contract, otherwise than duethereof. 30.0 Minimum amount of Third Party Insurance: Such insurance shall be affected with an insurer and in terms approved by the which approval shall not bebelow. The contractor shall, whenever required, produce to the. Architect / consultant the policy or policies of insurance cover and receipts for payment of the current premiums.

The minimum insurance cover for physical property, injury, and death is Rs.5 Lakh per occurrence with the number of occurrences limited to four. After each occurrence contractor will pay additional premium necessary to make insurance valid for four occurrences always. 31.0 Accident or Injury to workman:The SBIIMS Shall not be payable at law in respect orother person in the employmentexcept an accident or injury resulting from any act or default of the agents, or employees. Theagainst all such damages and compensation, save and except as aforesaid, and against all claims, proceedings, costs, charges and expenses whatsoever in respect thereof or in relation thereto. 32.0 Insurance against accidents etc. to workmen: The contractor shall insure During the whole of the timeshall, when required, produce to the architect / consultant such policy of insurance anreceipt for payment of the current premium. Provided always that, in respect ofpersons employed by any subaforesaid under this sub-insured against the liability in respect of such persons in such manner that indemnified under the policy but the contractor shall require such subproduce to the Architect /consultant when such policy of insurance and the receipt for

38 Tender ID : AHM202009001 Signature & Seal of Tenderer

settle any dispute or to conduct any litigationthe contractor shall not be liable to indemnify

infringement of the patent or design or any alleged patent or design right is the direct ed by the Architect / consultant in this behalf.

29.0 Third Party Insurance: Before commencing the execution of the work the contractor but without limiting his

responsibilities under clause 25.0 of GCC shallliability for any material or physical damage, loss, or injury which may occur to any property including that of SBIIMS, or to any person, including any employee of the

of the execution of the works or in thedue to the matters referred to in the provision

30.0 Minimum amount of Third Party Insurance: Such insurance shall be affected with an insurer and in terms approved by the which approval shall not be reasonably withheld and for at least the amount stated below. The contractor shall, whenever required, produce to the. Architect / consultant the policy or policies of insurance cover and receipts for payment of the current

cover for physical property, injury, and death is Rs.5 Lakh per occurrence with the number of occurrences limited to four. After each occurrence contractor will pay additional premium necessary to make insurance valid for four

cident or Injury to workman: liable for or in respect to any damages

or inconsequence of any accident or injuryemployment of the contractor or any sub-contractor,

except an accident or injury resulting from any act or default of the The contractor shall indemnify and keep

against all such damages and compensation, save and except as aforesaid, and against all claims, proceedings, costs, charges and expenses whatsoever in respect

thereto.

32.0 Insurance against accidents etc. to workmen: against such liability with an insurer approved

time that any persons are employed by himshall, when required, produce to the architect / consultant such policy of insurance anreceipt for payment of the current premium. Provided always that, in respect ofpersons employed by any sub-contractor the contractor’s obligation to insured as

-clause shall be satisfied if the sub-contractored against the liability in respect of such persons in such manner that

indemnified under the policy but the contractor shall require such subproduce to the Architect /consultant when such policy of insurance and the receipt for

Signature & Seal of Tenderer

litigation that may arise indemnify the SBIIMS if the

design right is the direct

Before commencing the execution of the work the contractor but without limiting his shall insure against his

liability for any material or physical damage, loss, or injury which may occur to any , or to any person, including any employee of the

the carrying out of the provision to clause 25.0

Such insurance shall be affected with an insurer and in terms approved by the SBIIMS reasonably withheld and for at least the amount stated

below. The contractor shall, whenever required, produce to the. Architect / consultant the policy or policies of insurance cover and receipts for payment of the current

cover for physical property, injury, and death is Rs.5 Lakh per occurrence with the number of occurrences limited to four. After each occurrence contractor will pay additional premium necessary to make insurance valid for four

damages or compensation injury to any workmen or

contractor, save and except an accident or injury resulting from any act or default of the SBIIMS or their

indemnified SBIIMS against all such damages and compensation, save and except as aforesaid, and against all claims, proceedings, costs, charges and expenses whatsoever in respect

approved by the SBIIMS him on the works and

shall, when required, produce to the architect / consultant such policy of insurance and receipt for payment of the current premium. Provided always that, in respect of any

contractor the contractor’s obligation to insured as contractor shall have

ed against the liability in respect of such persons in such manner that SBIIMS is indemnified under the policy but the contractor shall require such sub-contractor to produce to the Architect /consultant when such policy of insurance and the receipt for

Tender ID : AHM202009001

the payment of the current 33.0 Remedy on contractor’s failure to insure:If the contractor fails to effect and keep in force the insurance referred to above or any other insurance which he mayand in any such case the SBIIMSpay such premium or premiums as may be necessary for that purpose and from time to time deduct the amount so paid by the which may become due to the contractor, or recover the same as debt from thecontractor. Without prejudice to the others rights of the such default, the employercontractor the amount of any damages costs, charges, and other expenses paid bySBIIMS And which are payableshall upon settlement by the Insurer of any claim made against the insurer pursuant to policy taken under this clause, proceed with due diligence to rebuild or repair the works destroyed or damaged. In this event all the monies received from the Insurer in respect of such damage shall be paid to the contractor and the Contractor shall not to any further payment in respect of the expenditure incurred for rebuilding or repairing of the materials or goods destroyed orThe date of commencement of the work will be reckoned from the date of award ofby the SBIIMS 35.0 Time for completion:Time is essence of the contract and shall be strictly observed by the contractor. The entire work shall be completed within a period of commencement. If required in the contract or aThe contractor shall complete certain portions of work before completion of the entire work. However, the completion date shall be reckoned as the date by which the whole work is completed as per the terms of the c 36.0 Extension of time: If, in the opinion of the Architect/consultant,control of the contractor, the Architect/consultant may submit a recommendation to the SBIIMS to grant a fair andthe terms of contract. If the contractor needs an extension of time for the completion of work or if the completion of work is likely to be delayed for any reasons beyond the due date of completion as stipulaThrough the Architect’ Consultantscheduled time and while applyingdetail and his justification if an’, for the delays. The architect/consultant shall submit their recommendations to the time. While granting extension of time the contractor shall be informed the period extended time which will qualify for levy of liquidated damages. For the balance period

39 Tender ID : AHM202009001 Signature & Seal of Tenderer

premium.

33.0 Remedy on contractor’s failure to insure: If the contractor fails to effect and keep in force the insurance referred to above or any

may be required to effect under the termsSBIIMS may effect and keep in force any such insurance and

pay such premium or premiums as may be necessary for that purpose and from time to time deduct the amount so paid by the SBIIMS as aforesaid from any amount due or

ch may become due to the contractor, or recover the same as debt from the

Without prejudice to the others rights of the SBIIMS against contractors. In respectemployer shall be entitled to deduct from any sums

contractor the amount of any damages costs, charges, and other expenses paid bypayable by the contractors under this clause.

shall upon settlement by the Insurer of any claim made against the insurer pursuant to policy taken under this clause, proceed with due diligence to rebuild or repair the works destroyed or damaged. In this event all the monies received from the Insurer in respect of such damage shall be paid to the contractor and the Contractor shall not to any further payment in respect of the expenditure incurred for rebuilding or repairing of the materials or goods destroyed or damaged.34.0 Commencement of Works:The date of commencement of the work will be reckoned from the date of award of

: Time is essence of the contract and shall be strictly observed by the contractor. The entire work shall be completed within a period of 45 dayscommencement. If required in the contract or as directed by the Architect / consultant. The contractor shall complete certain portions of work before completion of the entire work. However, the completion date shall be reckoned as the date by which the whole work is completed as per the terms of the contract.

Architect/consultant, the work be delayed forcontrol of the contractor, the Architect/consultant may submit a recommendation to the

reasonable extension of time for completionthe terms of contract. If the contractor needs an extension of time for the completion of work or if the completion of work is likely to be delayed for any reasons beyond the due date of completion as stipulated in the contract, the contractor shall apply

Consultant in writing at least 30 Days beforeapplying for extension of time he shall furnish the reason in

fication if an’, for the delays. The architect/consultant shall submit their recommendations to the SBIIMS in the prescribed format for granting extension of time. While granting extension of time the contractor shall be informed the period

hich will qualify for levy of liquidated damages. For the balance period

Signature & Seal of Tenderer

If the contractor fails to effect and keep in force the insurance referred to above or any terms of contract, then

may effect and keep in force any such insurance and pay such premium or premiums as may be necessary for that purpose and from time to

as aforesaid from any amount due or ch may become due to the contractor, or recover the same as debt from the

against contractors. In respect of sums payable to the

contractor the amount of any damages costs, charges, and other expenses paid by the clause. The contractor

shall upon settlement by the Insurer of any claim made against the insurer pursuant to a policy taken under this clause, proceed with due diligence to rebuild or repair the works destroyed or damaged. In this event all the monies received from the Insurer in respect of such damage shall be paid to the contractor and the Contractor shall not be entitled to any further payment in respect of the expenditure incurred for rebuilding or repairing

34.0 Commencement of Works: The date of commencement of the work will be reckoned from the date of award of letter

Time is essence of the contract and shall be strictly observed by the contractor. The days from the date of

s directed by the Architect / consultant. The contractor shall complete certain portions of work before completion of the entire work. However, the completion date shall be reckoned as the date by which the whole

for reasons beyond the control of the contractor, the Architect/consultant may submit a recommendation to the

completion of work as per the terms of contract. If the contractor needs an extension of time for the completion of work or if the completion of work is likely to be delayed for any reasons beyond the due

ted in the contract, the contractor shall apply to the SBIIMS Days before the expiry of the

shall furnish the reason in fication if an’, for the delays. The architect/consultant shall submit

in the prescribed format for granting extension of time. While granting extension of time the contractor shall be informed the period

hich will qualify for levy of liquidated damages. For the balance period

Tender ID : AHM202009001

in excess of original stipulated period and dulyprovision of liquidated damagesFurther the contract shall remain in force even for the period beyond the due date of completion irrespective whether the extension is granted or 37.0 Rate of progress: Whole of the materials, plantmanner and speed of execution and maintenance of the works are to be of a kind and conducted in a manner to progress of the work or any part thereof be at any time be in the opinion the. Architect /consultant too Slow to ensure the completion of the whole of the work the prescribed time or extended time for such steps as considered necessary by the Architect / consultant to expedite progressso as to complete the works by the prescribed time or extended time. Such communications from the Architect / consultant neither shall relieve. The contractor from fulfilling obligations under the contract nor he will be entitled to raise any claims arisiout of such directions. 38.0 Work during nights and holidays:Subject to any provision to the contrary contained in the contract no permanent work shall save as herein provided be carried on during the night or on holidays without thepermission in writing of theabsolutely necessary for the saving of life or property or for the safety of the work in which case the contractor shall immediately advise the Architect / consultant. However the provisions of the clause shall not be applicable in the case of any work which becomes essential to carry by rotary or double shifts in order to achieve the progress and quality of the part of the works being technically required / continued with the prior approval of the Architect / consultant at no extra cost to the All work at night after obtainingwithout unreasonable noise and disturbance. 39.0 No compensation or restrictions of work:If at any time after acceptance of the tender the scope of work for any reason whatsoever and hence not required the whole or any part of the work to be carried out. The Architect / consultant shall give noticethat effect to the contractorcontractor shall have no claim to any payment of compensation or otherwise what so ever on account of any profit or advantage which he might have derivedexecution of the Work fullyclosure of the whole or part of the Provided that the contractor shall be paid the charges on the cartage only of materials actually and bonafide brought to the ssurplus as a result of the abandonment, curtailment of the work or any portion thereof

40 Tender ID : AHM202009001 Signature & Seal of Tenderer

in excess of original stipulated period and duly sanctioned extensiondamages as stated under clause 10.0 shall become applicable.

contract shall remain in force even for the period beyond the due date of completion irrespective whether the extension is granted or not.

plant and labor to be provided by the contractand speed of execution and maintenance of the works are to be of a kind and

the satisfaction of the Architect/consultantprogress of the work or any part thereof be at any time be in the opinion the. Architect /consultant too Slow to ensure the completion of the whole of the work the prescribed

completion the Architect/consultant shallsuch steps as considered necessary by the Architect / consultant to expedite progressso as to complete the works by the prescribed time or extended time. Such communications from the Architect / consultant neither shall relieve. The contractor from fulfilling obligations under the contract nor he will be entitled to raise any claims arisi

38.0 Work during nights and holidays: Subject to any provision to the contrary contained in the contract no permanent work shall save as herein provided be carried on during the night or on holidays without the

the Architect/consultant, save when the workabsolutely necessary for the saving of life or property or for the safety of the work in which case the contractor shall immediately advise the Architect / consultant. However

ovisions of the clause shall not be applicable in the case of any work which becomes essential to carry by rotary or double shifts in order to achieve the progress and quality of the part of the works being technically required / continued with the prior pproval of the Architect / consultant at no extra cost to the SBIIMS.

obtaining approval from competent authoritieswithout unreasonable noise and disturbance.

39.0 No compensation or restrictions of work: If at any time after acceptance of the tender SBIIMS shall decide to abandon or reduce the scope of work for any reason whatsoever and hence not required the whole or any part of the work to be carried out. The Architect / consultant shall give notice

contractor and the contractor shall act accordinglycontractor shall have no claim to any payment of compensation or otherwise what so ever on account of any profit or advantage which he might have derived

fully but which he did not derive in consequence of the foreclosure of the whole or part of the work.

Provided that the contractor shall be paid the charges on the cartage only of materials actually and bonafide brought to the site of the work by the contractor and rendered surplus as a result of the abandonment, curtailment of the work or any portion thereof

Signature & Seal of Tenderer

extension of time by the under clause 10.0 shall become applicable.

contract shall remain in force even for the period beyond the due date of

contractor and the mode, and speed of execution and maintenance of the works are to be of a kind and

Architect/consultant should the rate of progress of the work or any part thereof be at any time be in the opinion the. Architect / consultant too Slow to ensure the completion of the whole of the work the prescribed

shall the re upon take such steps as considered necessary by the Architect / consultant to expedite progress so as to complete the works by the prescribed time or extended time. Such communications from the Architect / consultant neither shall relieve. The contractor from fulfilling obligations under the contract nor he will be entitled to raise any claims arising

Subject to any provision to the contrary contained in the contract no permanent work shall save as herein provided be carried on during the night or on holidays without the

work is unavoidable or absolutely necessary for the saving of life or property or for the safety of the work in which case the contractor shall immediately advise the Architect / consultant. However

ovisions of the clause shall not be applicable in the case of any work which becomes essential to carry by rotary or double shifts in order to achieve the progress and quality of the part of the works being technically required / continued with the prior

.

authorities shall be carried out

shall decide to abandon or reduce the scope of work for any reason whatsoever and hence not required the whole or any part of the work to be carried out. The Architect / consultant shall give notice in writing

accordingly in the matter. The contractor shall have no claim to any payment of compensation or otherwise what so ever on account of any profit or advantage which he might have derived from the

consequence of the fore

Provided that the contractor shall be paid the charges on the cartage only of materials ite of the work by the contractor and rendered

surplus as a result of the abandonment, curtailment of the work or any portion thereof

Tender ID : AHM202009001

and then taken back by theshall have in such cases the option purchase price or a local current rate whichever is In case of such stores having been issued from contractor to stores, credit shall be given to him at the rates nowhich were originally issued to the contractor after taking into consideration and deduction for claims on account of any deterioration or damage while in the custody of the contractor and in this respect the decision of Architect / co 40.0 Suspension of work:The contractor shall, on receipt of the order in writing of the Architect / consultant (whose decision shall be final and binding on the contractor) suspend the progress of works or any part the offerconsider necessary so as notor endanger the safety thereof for any of following a) On account any default on the part of the contractor,b) For proper execution of the works or part thereof for reasons other than the default the contractor, or c) For safety of the works or partThe contractor shall, duringextent necessary and carry out the instructions given in that behalf by the Architect / consultant. i)If the suspension is ordered for reasons (b) and (c) in sub

The contractor shall be entitledsuspension. No compensation whatsoever shall be paid on this 41.0 Action when the whole security deposit is forfeited:In any case in which under any clause or clauses of this contract, the Contractor shall have rendered himself liablesecurity deposit the Architect / consultant shall have the power to adopt any of the following course as they may deem best suited to the interest of the To rescind the contract (of which rescission noticArchitect / consultant shall be conclusive evidence) and in which case the security, deposit of the contractor shall be forfeited and be absolutely To employ labor paid by the part of the work, debiting thesuch labor and materials as worked out by the Architectconclusive against the contractor)all respects in the same manner and at the same manner and at the same rates as if it had been carried out by the contractor under the terms of this contract certificate of architect /consultant as to the v

41 Tender ID : AHM202009001 Signature & Seal of Tenderer

the contractor, provided however that the shall have in such cases the option of taking over all or any such materials at their purchase price or a local current rate whichever is less.

In case of such stores having been issued from SBIIMS stores and returned by the contractor to stores, credit shall be given to him at the rates not exceeding those at which were originally issued to the contractor after taking into consideration and deduction for claims on account of any deterioration or damage while in the custody of the contractor and in this respect the decision of Architect / consultant shall be final.

40.0 Suspension of work: The contractor shall, on receipt of the order in writing of the Architect / consultant (whose decision shall be final and binding on the contractor) suspend the progress of

offer such time and in such manner as Architect/consultantnot to cause any damage or injury to the

endanger the safety thereof for any of following reasons:

On account any default on the part of the contractor, or For proper execution of the works or part thereof for reasons other than the default

For safety of the works or part thereof. during such suspension, properly protect and secure

carry out the instructions given in that behalf by the Architect /

If the suspension is ordered for reasons (b) and (c) in sub-para (i) above:

entitled to an extension of time equal to the on. No compensation whatsoever shall be paid on this account.

41.0 Action when the whole security deposit is forfeited: In any case in which under any clause or clauses of this contract, the Contractor shall

liable to pay compensation amounting tosecurity deposit the Architect / consultant shall have the power to adopt any of the following course as they may deem best suited to the interest of the

To rescind the contract (of which rescission notice in writing to the contractor by Architect / consultant shall be conclusive evidence) and in which case the security, deposit of the contractor shall be forfeited and be absolutely at the disposal of

r paid by the SBIIMS and to supply materials to carry out the work,the contractor with the cost of the labor and

r and materials as worked out by the Architect / consultant shall final andcontractor) and crediting him with the value

all respects in the same manner and at the same manner and at the same rates as if it had been carried out by the contractor under the terms of this contract certificate of architect /consultant as to the value of work done shall be final conclusive against the

Signature & Seal of Tenderer

Architect/Consultant of taking over all or any such materials at their

stores and returned by the t exceeding those at

which were originally issued to the contractor after taking into consideration and deduction for claims on account of any deterioration or damage while in the custody of

nsultant shall be final.

The contractor shall, on receipt of the order in writing of the Architect / consultant (whose decision shall be final and binding on the contractor) suspend the progress of

Architect/consultant may the work already done

For proper execution of the works or part thereof for reasons other than the default

secure the works the carry out the instructions given in that behalf by the Architect /

above:

period of every such account.

In any case in which under any clause or clauses of this contract, the Contractor shall to the whole of his

security deposit the Architect / consultant shall have the power to adopt any of the following course as they may deem best suited to the interest of the SBIIMS:

e in writing to the contractor by - Architect / consultant shall be conclusive evidence) and in which case the security,

the disposal of SBIIMS.

pply materials to carry out the work, or and materials cost of

consultant shall final and of the work done, in

all respects in the same manner and at the same manner and at the same rates as if it had been carried out by the contractor under the terms of this contract certificate of

alue of work done shall be final conclusive against the

Tender ID : AHM202009001

contractor. To measure up the work of the contractor, and to take such part thereof as shall unexecuted, out of his hands, and to give it to another contractor to complete in which case any expenses which maypaid to the original contractor,of which excess the certificates in writing of the Architects / consultant shall final and conclusive) shall be borne to him by SBIIMS under the contract or otherwise, or from his security deposit or the proceeds of sale thereof, or sufficient part In the event of any of above courses being adopted by the have no claim to compensationpurchased or procured any material or entered into any engagements or make any advances on account of, or with a view to the execution of the work or the performanceof the contract and incase the contractor shall not be entitled to recover or to be paid any sum or any work therefor actually performed under this contract, unless, and until the Architect / consultant will have certified in writing the performance of such work and the value payablethereof, and he shall only been 42.0 Owner’s right to terminate the contract:If the contractor being an individual or a firm commit any ‘Act of insolvency’ or shall be adjusted an insolvent or being an incorporated company shall have an order for compulsory winding up voluntOfficial Assignee of the liquidatorunable within seven days after notice to him to do so, to show to the reasonable satisfaction of the Architect / Ccontract, and to dye security therefore if so required by the Architect /Consultant. Or if the contractor (whether an individual firm or incorporated Company) shall suffer execution to be issued or shor on behalf of any of the creditors of the Or shall assign or sublet this contract without the consent in writing of the through the Architect/Consultant or shall charge or encumber this contract or any payment due to which may become due to the contractor there under: has abandoned the contract; has failed to commence the works, or has without any lawful excuse under conditions suspended the progress of the works for 14 days after receiving from the SBIIMS through the Architect / consultant written notice to proceed, has failed to proceed with the works with such diligence and failed to make such due

42 Tender ID : AHM202009001 Signature & Seal of Tenderer

To measure up the work of the contractor, and to take such part thereof as shall unexecuted, out of his hands, and to give it to another contractor to complete in which

may be incurred in excess of the sum whichcontractor, if the whole work had been executed

of which excess the certificates in writing of the Architects / consultant shall final and by original contractor and may be deducted

under the contract or otherwise, or from his security deposit or the proceeds of sale thereof, or sufficient part thereof.

In the event of any of above courses being adopted by the SBIIMScompensation for any loss sustained by him by reasons of his having

purchased or procured any material or entered into any engagements or make any es on account of, or with a view to the execution of the work or the performance

the contract shall be rescind under the the contractor shall not be entitled to recover or to be paid any sum or any work therefor actually performed under this contract, unless, and until the Architect / consultant will have certified in writing the performance of such work and the value payable

been titled to be paid the value so certified.

42.0 Owner’s right to terminate the contract: If the contractor being an individual or a firm commit any ‘Act of insolvency’ or shall be adjusted an insolvent or being an incorporated company shall have an order for compulsory winding up voluntarily or subject to the supervision of Govt. and of the

liquidator in such acts of insolvency or unable within seven days after notice to him to do so, to show to the reasonable satisfaction of the Architect / Consultant that he is able to carry out and fulfill the contract, and to dye security therefore if so required by the Architect /Consultant.

Or if the contractor (whether an individual firm or incorporated Company) shall suffer shall suffer any payment under this contract

or on behalf of any of the creditors of the contractor.

Or shall assign or sublet this contract without the consent in writing of the through the Architect/Consultant or shall charge or encumber this contract or any payment due to which may become due to the contractor there under:

has abandoned the contract; or

has failed to commence the works, or has without any lawful excuse under conditions suspended the progress of the works for 14 days after receiving from the

through the Architect / consultant written notice to proceed,

has failed to proceed with the works with such diligence and failed to make such due

Signature & Seal of Tenderer

To measure up the work of the contractor, and to take such part thereof as shall unexecuted, out of his hands, and to give it to another contractor to complete in which

which would have been by him (The amount

of which excess the certificates in writing of the Architects / consultant shall final and deducted any money due

under the contract or otherwise, or from his security deposit or the

SBIIMS the contractor shall reasons of his having

purchased or procured any material or entered into any engagements or make any es on account of, or with a view to the execution of the work or the performance

provision aforesaid, the contractor shall not be entitled to recover or to be paid any sum or any work thereto for actually performed under this contract, unless, and until the Architect / consultant will have certified in writing the performance of such work and the value payable in respect

certified.

If the contractor being an individual or a firm commit any ‘Act of insolvency’ or shall be adjusted an insolvent or being an incorporated company shall have an order for

arily or subject to the supervision of Govt. and of the winding up shall be

unable within seven days after notice to him to do so, to show to the reasonable onsultant that he is able to carry out and fulfill the

contract, and to dye security therefore if so required by the Architect /Consultant.

Or if the contractor (whether an individual firm or incorporated Company) shall suffer contract to be attached by

Or shall assign or sublet this contract without the consent in writing of the SBIIMS through the Architect/Consultant or shall charge or encumber this contract or any payment due to which may become due to the contractor there under:

has failed to commence the works, or has without any lawful excuse under these conditions suspended the progress of the works for 14 days after receiving from the

or

has failed to proceed with the works with such diligence and failed to make such due

Tender ID : AHM202009001

progress as would enable the works to be completed within the time agreed upon, or has failed to remove the materials from the site or to pull down and replace work within seven days after written notice from the the said materials were condemned and rejected by the these conditions; or has neglected or failed persistently to observe and perform all or any of the acts matters or things by this contract to be observed and performed by the contactor for seven days after written notice shall have been given to the contractor to observe or perform the same or has to the detriment of good workmanship or in defiance of the SBIIMS or Architect’s / consultant’s instructions to the contrary subject any part of the contract. Then and in any of said cases the consultant, may not withstanding any previous waiver, after giving seven days’ notice in writing to the contractor, determine the contract, but without thereby affectinpowers of the SBIIMS or the Architect/consultantcontractor the whole of which shall continue in force as fully as if the contract had not been determined and as if the works subsequently had been executed by of the contractor. And, further the or employees may enter upon and take possession of the work and all plants, took scaffoldings, materials, sheds, machineries lying upon the premises or lands or roads use the same by means of their own employees or workmen in carrying on and completing the work or by engaging any other contractors or persons to the work and the contractor shall not in any was interrupt or do any act, mattor hinder such other contractor or other persons employed for complement and finishing or using the materials and plant for the When the works shall be completedarchitect/consultant shall givematerials and plants and should the contractor fail to do so within 14 days after receive thereof by him the SBIIMSshall, adjust the amount realized by such auction. The contractor shall have no right to question any of the act of the 43.0 Certificate of payment:The contractor shall be entitled under thconsultant to the contractor within 10 working days from the date of certificate to payment from SBIIMS Fromother dues including the retention amountalways that the issue of any certificate by the Architect / consultant during progressworks or completion shallcontractor from his liability under The Architect / consultant shall have power to withhold the certificate if the work or in part thereof is not carried out to their satisfaction.certificate make any correctionsThe SBIIMS shall modify the certificate of payment as issued by the architect/ consultant from time to time while making the

43 Tender ID : AHM202009001 Signature & Seal of Tenderer

as would enable the works to be completed within the time agreed upon, or has failed to remove the materials from the site or to pull down and replace work within seven days after written notice from the SBIIMS through the Architect / Consultant

said materials were condemned and rejected by the Architect/these conditions; or has neglected or failed persistently to observe and perform all or any of the acts matters or things by this contract to be observed and performed by the

tactor for seven days after written notice shall have been given to the contractor to observe or perform the same or has to the detriment of good workmanship or in

or Architect’s / consultant’s instructions to the contrary subject y part of the contract. Then and in any of said cases the SBIIMS and or the Architect /

consultant, may not withstanding any previous waiver, after giving seven days’ notice in writing to the contractor, determine the contract, but without thereby affectin

or the Architect/consultant or the obligation which shall continue in force as fully as if the contract had not

been determined and as if the works subsequently had been executed by of the contractor. And, further the SBIIMS through the Architect / consultant their agents or employees may enter upon and take possession of the work and all plants, took scaffoldings, materials, sheds, machineries lying upon the premises or lands or roads use the same by means of their own employees or workmen in carrying on and completing the work or by engaging any other contractors or persons to the work and the contractor shall not in any was interrupt or do any act, matter or thing to prevent or hinder such other contractor or other persons employed for complement and finishing or using the materials and plant for the works.

completed or as soon thereafter as convenientgive a notice in writing to the contractor to

materials and plants and should the contractor fail to do so within 14 days after receive SBIIMS sell the same by publication, and after due publ

shall, adjust the amount realized by such auction. The contractor shall have no right to question any of the act of the SBIIMS incidental to the sale of the materials

43.0 Certificate of payment: The contractor shall be entitled under the certificates to be issued by the Architect / consultant to the contractor within 10 working days from the date of certificate to

From time to time SBIIMS shall recover the other dues including the retention amount from the certificate of payment.always that the issue of any certificate by the Architect / consultant during progress

shall not have effect as certificate of satisfactioncontractor from his liability under clause.

The Architect / consultant shall have power to withhold the certificate if the work or in part thereof is not carried out to their satisfaction. The Architect/consultant

corrections required previous certificate. shall modify the certificate of payment as issued by the architect/

consultant from time to time while making the payment

Signature & Seal of Tenderer

as would enable the works to be completed within the time agreed upon, or has failed to remove the materials from the site or to pull down and replace work within

the Architect / Consultant that Architect/ consultant under

these conditions; or has neglected or failed persistently to observe and perform all or any of the acts matters or things by this contract to be observed and performed by the

tactor for seven days after written notice shall have been given to the contractor to observe or perform the same or has to the detriment of good workmanship or in

or Architect’s / consultant’s instructions to the contrary subject and or the Architect /

consultant, may not withstanding any previous waiver, after giving seven days’ notice in writing to the contractor, determine the contract, but without thereby affecting the

and liabilities of the which shall continue in force as fully as if the contract had not

been determined and as if the works subsequently had been executed by or on behalf through the Architect / consultant their agents

or employees may enter upon and take possession of the work and all plants, took scaffoldings, materials, sheds, machineries lying upon the premises or on the adjoining lands or roads use the same by means of their own employees or workmen in carrying on and completing the work or by engaging any other contractors or persons to the work

er or thing to prevent or hinder such other contractor or other persons employed for complement and finishing

convenient the SBIIMS Or to remove his surplus

materials and plants and should the contractor fail to do so within 14 days after receive sell the same by publication, and after due publication, and

shall, adjust the amount realized by such auction. The contractor shall have no right to incidental to the sale of the materials etc.

e certificates to be issued by the Architect / consultant to the contractor within 10 working days from the date of certificate to

statutory recovering from the certificate of payment. Provided

always that the issue of any certificate by the Architect / consultant during progress of satisfaction relieve the

The Architect / consultant shall have power to withhold the certificate if the work or in Architect/consultant may by any

shall modify the certificate of payment as issued by the architect/

Tender ID : AHM202009001

The contractor shall submit interim bills only after taking actual measurements and properly recorded in the Measurement

The final bill may be submittedof virtual completion and Architect / consultant shall issue the certificate of payment within a period of two months.months from the date of issue of certificate provided there is no dispute in respect of rates and quantities. The contractor shall submit the interim bills in the prescribed format with all details.44.0 A. Settlement of Disputes and Arbi Except where otherwise provided in the contract all questions and disputes to the meaning of the specifications, design, drawings and instructions herein before mentioned and as to the quality of workmanship or materials used on the work or as toany other question , claim, right, matter or thing whatsoever in any way arising out of or relating to the contract, designs, drawings specifications, estimates, instructions orders or these conditions or otherwise concerning the work or the execution or execute the same whether arising during the progress of the work or after the cancellation, termination, completion or abandonment thereof shall be dealt with as mentioned hereinafter: If the contractor considers that he is entitled to any extrrespect of the works over and above the amounts admitted as payable by the Architect or in case the contractor wants to dispute the validity of any deductions or recoveries made or proposed to be madeforthwith give notice in writing of his claim, or dispute to The Senior Vice President. SBIIMS, Head Office, Mumbai and endorse30 days from the date of disallowance thereof or tsaid notice shall give full particulars of the claim,detailed calculations of theraise any claim nor shall the SBIIMS Pvt. by the contractor unless noticethe Senior Vice President, time as aforesaid. The Contractor his rights in respect of any Mumbai in writing in the manner and within the time aforesaid. B. Settlement of Disputes and Arbitration:The Senior Vice President, Headclaims notified by the receipt of the contractor may within 30 days of the receipt of the decision of the Sr. V.P., Head Office / Submit his claims to the conciliating autnamely the M.D. & C.E.O., SBIIMSPL, Head Office, Mumbai forall details and copies of correspondence exchanged between him and the

44 Tender ID : AHM202009001 Signature & Seal of Tenderer

The contractor shall submit interim bills only after taking actual measurements and easurement books.

submitted by contractor within a period of one of virtual completion and Architect / consultant shall issue the certificate of payment

months. The SBIIMS Shall pay the amount withinmonths from the date of issue of certificate provided there is no dispute in respect of

The contractor shall submit the interim bills in the prescribed format with all details.

Settlement of Disputes and Arbitration:

Except where otherwise provided in the contract all questions and disputes to the meaning of the specifications, design, drawings and instructions herein before mentioned and as to the quality of workmanship or materials used on the work or as toany other question , claim, right, matter or thing whatsoever in any way arising out of or relating to the contract, designs, drawings specifications, estimates, instructions orders or these conditions or otherwise concerning the work or the execution or execute the same whether arising during the progress of the work or after the cancellation, termination, completion or abandonment thereof shall be dealt with as

If the contractor considers that he is entitled to any extra payment or compensation in respect of the works over and above the amounts admitted as payable by the Architect or in case the contractor wants to dispute the validity of any deductions or recoveries

made from the contractor raise any dispute,forthwith give notice in writing of his claim, or dispute to The Senior Vice President.

, Head Office, Mumbai and endorse a copy of the same to the Architect, within 30 days from the date of disallowance thereof or the date of deduction or recovery. The said notice shall give full particulars of the claim, grounds on which

the amount claimed and the contractor shall not be entitled to raise any claim nor shall the SBIIMS Pvt. Ltd be in any way liable in

notice of such claim shall have been given SBIIMS, Head Office, Mumbai in the manner and within the

time as aforesaid. The Contractor shall be deemed to have waived claim not notified to the Senior Vice President, Head Office,

Mumbai in writing in the manner and within the time aforesaid.

B. Settlement of Disputes and Arbitration: Senior Vice President, Head Office, Mumbai shall give his decision

claims notified by the receipt of the contractor may within 30 days of the receipt of the decision of the Sr. V.P., Head Office / Submit his claims to the conciliating autnamely the M.D. & C.E.O., SBIIMSPL, Head Office, Mumbai for conciliation

and copies of correspondence exchanged between him and the

Signature & Seal of Tenderer

The contractor shall submit interim bills only after taking actual measurements and

month from the date of virtual completion and Architect / consultant shall issue the certificate of payment

within a period of three months from the date of issue of certificate provided there is no dispute in respect of

The contractor shall submit the interim bills in the prescribed format with all details.

Except where otherwise provided in the contract all questions and disputes to the meaning of the specifications, design, drawings and instructions herein before mentioned and as to the quality of workmanship or materials used on the work or as to any other question , claim, right, matter or thing whatsoever in any way arising out of or relating to the contract, designs, drawings specifications, estimates, instructions orders or these conditions or otherwise concerning the work or the execution or failure to execute the same whether arising during the progress of the work or after the cancellation, termination, completion or abandonment thereof shall be dealt with as

a payment or compensation in respect of the works over and above the amounts admitted as payable by the Architect or in case the contractor wants to dispute the validity of any deductions or recoveries

dispute, the contractor shall forthwith give notice in writing of his claim, or dispute to The Senior Vice President.

a copy of the same to the Architect, within he date of deduction or recovery. The

which it is based and and the contractor shall not be entitled to

respect of any claim given by the contractor to

in the manner and within the and extinguished all

Senior Vice President, Head Office,

decision in writing on the claims notified by the receipt of the contractor may within 30 days of the receipt of the decision of the Sr. V.P., Head Office / Submit his claims to the conciliating authority

conciliation along with and copies of correspondence exchanged between him and the SBIIMS

Tender ID : AHM202009001

If the conciliation proceedings are terminated without settlement of the disputes, thecontractor shall, within a period of 30 days of termination thereof shall give a notice to the concerned M.D. & C.E.O. of the adjudicate the notified claims falling which the claims of the contractor shall beto have been considered absolutely barred and Except where the decision has become final, binding and conclusive in terms of the contract, all disputes or differencesaforesaid and all claims of thearbitration by the Sole Arbitrator appointed by the M.D. & C.E.O. and who will be of Deputy General Manager rank. It will also be no objection to any such appointmentthe Arbitrator so appointed to which the Contract relates in the course of his duties as arbitrator so appointed is unable or unwilling to act or resigns his appointment or vacates his office due to any reason whatsoever another sole arbitrator shallappointed in the manner person shall be entitled to proceedby his predecessor. It is a term of this contract that the party invoking arbitration shall give a list of disputes with amounts claimed in respect of each dispute along with the notice for appointment of arbitrator. It is also a term of this contract that no pChief General Manager as aforesaid should act as arbitrator.arbitration shall be conducted in accordance with the provisions of the Arbitration & Conciliation Act 1996 or any or any accordanthe rules made there under. It is also a term of the contract that if any fees are payable to the Arbitrator these shall be paid equally by both the parties. However, no fees will be payable to the arbitrator if he is a SBIIMS Officer. It is also a term of the contract that the Arbitrator shall be deemed to have entered on the reference on the date their statement of claims and counter statement of claimshall be such place as may be fixed by the arbitrator in his sole discretion. The fees, if any of the arbitrators shall, if required to be paid before the award is made and published, be paid half and half by each of the parthe award (including the fees,arbitrator who may direct to any by whom and din what manner, such costs or any part thereof, shall be paid and fix or settle 45.0 Water supply: The contractor shall make his own arrangements for water required for the work and

45 Tender ID : AHM202009001 Signature & Seal of Tenderer

If the conciliation proceedings are terminated without settlement of the disputes, thecontractor shall, within a period of 30 days of termination thereof shall give a notice to the concerned M.D. & C.E.O. of the SBIIMS for appointment of an arbitrator to adjudicate the notified claims falling which the claims of the contractor shall beto have been considered absolutely barred and waived.

Except where the decision has become final, binding and conclusive in terms of the differences arising out of the notified claims

the SBIIMS Pvt. Ltd shall be referred for arbitration by the Sole Arbitrator appointed by the M.D. & C.E.O. and who will be of Deputy General Manager rank. It will also be no objection to any such appointment

is a SBIIMS, Officer and that he had to dealto which the Contract relates in the course of his duties as SBIIMSarbitrator so appointed is unable or unwilling to act or resigns his appointment or acates his office due to any reason whatsoever another sole arbitrator shall

aforesaid by the said M.D. & C.E.O. ofproceed with the reference from the stage

It is a term of this contract that the party invoking arbitration shall give a list of disputes with amounts claimed in respect of each dispute along with the notice for appointment

It is also a term of this contract that no person other than a person appointed by such Chief General Manager as aforesaid should act as arbitrator. The conciliation and arbitration shall be conducted in accordance with the provisions of the Arbitration & Conciliation Act 1996 or any or any accordance modification or reenactment thereof and the rules made there under.

It is also a term of the contract that if any fees are payable to the Arbitrator these shall be paid equally by both the parties. However, no fees will be payable to the arbitrator if

It is also a term of the contract that the Arbitrator shall be deemed to have entered on he issues notice to both the parties calling

their statement of claims and counter statement of claims. The venue of the arbitration shall be such place as may be fixed by the arbitrator in his sole discretion. The fees, if

the arbitrators shall, if required to be paid before the award is made and published, be paid half and half by each of the parties. The Cost of the reference and of

fees, if any of the arbitrator) shall be in who may direct to any by whom and din what manner, such costs or any part

thereof, shall be paid and fix or settle the amount of costs to be so paid.

The contractor shall make his own arrangements for water required for the work and

Signature & Seal of Tenderer

If the conciliation proceedings are terminated without settlement of the disputes, the contractor shall, within a period of 30 days of termination thereof shall give a notice to

for appointment of an arbitrator to adjudicate the notified claims falling which the claims of the contractor shall be deemed

Except where the decision has become final, binding and conclusive in terms of the claims of the contractor as

adjudication through arbitration by the Sole Arbitrator appointed by the M.D. & C.E.O. and who will be of Deputy General Manager rank. It will also be no objection to any such appointment that

deal with the matters SBIIMS, Officer. If the

arbitrator so appointed is unable or unwilling to act or resigns his appointment or acates his office due to any reason whatsoever another sole arbitrator shall be

M.D. & C.E.O. of the SBIIMS Such stage at which it was let

It is a term of this contract that the party invoking arbitration shall give a list of disputes with amounts claimed in respect of each dispute along with the notice for appointment

erson other than a person appointed by such The conciliation and

arbitration shall be conducted in accordance with the provisions of the Arbitration & ce modification or reenactment thereof and

It is also a term of the contract that if any fees are payable to the Arbitrator these shall be paid equally by both the parties. However, no fees will be payable to the arbitrator if

It is also a term of the contract that the Arbitrator shall be deemed to have entered on calling them to submit

s. The venue of the arbitration shall be such place as may be fixed by the arbitrator in his sole discretion. The fees, if

the arbitrators shall, if required to be paid before the award is made and ties. The Cost of the reference and of

the discretion of the who may direct to any by whom and din what manner, such costs or any part

paid.

The contractor shall make his own arrangements for water required for the work and

Tender ID : AHM202009001

nothing extra will be paid for the same. This will be subject to the following condition. i) That the water used by the satisfaction of the Architect /consultant’s. ii) The contractor shall make alternative arrangements for the supply of water if the arrangement made by the contractor for procurement of water in the Architect / consultant is unsatisfactory. iii) In case contractor is permitted to use SBIIMS’s source of water i.e. Municipal connection, Bore well (existing or new) etc., the SBIIMS Pvt. Ltd will recover @ 0.of contract amount form the fina

The contractor shall construct temporary well / tube well in SBIIMS Pvt. Ltd land for

taking water for constructionSBIIMS The contractor has to make hthe water at his own cost.accidents or damages caused due to construction and subsequent maintenance of thewells. He has to obtain necessaryown cost. He shall restore the ground to its original condition after wells are dismantled on completion of work or hand over the well to the directed by the architect /consultant. 46.0 Power supply: The contractor shall make his own arrangements for power and supply / distribution system for driving plant or machinery for the work and for lighting purpose at his owcost, the cost of running and maintenance of the plants are to be included in his tender prices, He shall pay all fees and charges required, by the power supply and include the same in his tendered rates necessary approval from the appropriate authorities, if In case contractor is permitted to use Bank’s source of power supply provided at one point, the SBIIMS will recover @ 0. 47.0 Treasure trove etc. Any treasure trove, coin or object antique which may be found on the site shall be the property of SBIIMS and shall be handed over to the bank immediately. 48.0 Method of measurement:

Unless otherwise mentioned in the schedule of the measurement will be on the net quantities or work produced in accordance with up to date rules laid down by the Bureau of Indian Standards. In the event any dispute/ disagreement the decision of the Architect / concorrector.

46 Tender ID : AHM202009001 Signature & Seal of Tenderer

nothing extra will be paid for the same. This will be subject to the following condition.

That the water used by the contractor shall be fit for construction purposes to the satisfaction of the Architect /consultant’s.

The contractor shall make alternative arrangements for the supply of water if the arrangement made by the contractor for procurement of water in the

unsatisfactory.

In case contractor is permitted to use SBIIMS’s source of water i.e. Municipal connection, Bore well (existing or new) etc., the SBIIMS Pvt. Ltd will recover @ 0.of contract amount form the final bill of contractor.

The contractor shall construct temporary well / tube well in SBIIMS Pvt. Ltd land for construction purposes only after obtaining permission

The contractor has to make his own arrangements for drawing and distributingcost. He has to make necessary arrangements.

accidents or damages caused due to construction and subsequent maintenance of thenecessary approvals from local authorities,

own cost. He shall restore the ground to its original condition after wells are dismantled on completion of work or hand over the well to the SBIIMS without any compensation as directed by the architect /consultant.

The contractor shall make his own arrangements for power and supply / distribution system for driving plant or machinery for the work and for lighting purpose at his owcost, the cost of running and maintenance of the plants are to be included in his tender prices, He shall pay all fees and charges required, by the power supply and include the

and hold the owner free from all such costs.necessary approval from the appropriate authorities, if required.

In case contractor is permitted to use Bank’s source of power supply provided at one will recover @ 0.25% of contract amount from the bill of contractor.

Any treasure trove, coin or object antique which may be found on the site shall be the and shall be handed over to the bank immediately.

48.0 Method of measurement:

Unless otherwise mentioned in the schedule of quantities or in mode of measurement, the measurement will be on the net quantities or work produced in accordance with up to date rules laid down by the Bureau of Indian Standards. In the event any dispute/ disagreement the decision of the Architect / consultant shall be final and binding on the

Signature & Seal of Tenderer

nothing extra will be paid for the same. This will be subject to the following condition.

contractor shall be fit for construction purposes to the

The contractor shall make alternative arrangements for the supply of water if the arrangement made by the contractor for procurement of water in the opinion of the

In case contractor is permitted to use SBIIMS’s source of water i.e. Municipal connection, Bore well (existing or new) etc., the SBIIMS Pvt. Ltd will recover @ 0.25%

The contractor shall construct temporary well / tube well in SBIIMS Pvt. Ltd land for permission in writing from the

is own arrangements for drawing and distributing arrangements. To avoid any

accidents or damages caused due to construction and subsequent maintenance of the authorities, if required, at his

own cost. He shall restore the ground to its original condition after wells are dismantled without any compensation as

The contractor shall make his own arrangements for power and supply / distribution system for driving plant or machinery for the work and for lighting purpose at his own cost, the cost of running and maintenance of the plants are to be included in his tender prices, He shall pay all fees and charges required, by the power supply and include the

costs. He has to obtain

In case contractor is permitted to use Bank’s source of power supply provided at one 5% of contract amount from the bill of contractor.

Any treasure trove, coin or object antique which may be found on the site shall be the and shall be handed over to the bank immediately.

quantities or in mode of measurement, the measurement will be on the net quantities or work produced in accordance with up to date rules laid down by the Bureau of Indian Standards. In the event any dispute/

sultant shall be final and binding on the

Tender ID : AHM202009001

49.0 Maintenance of registers:The contractor shall maintain the following registers as per the enclosed perform at site of work and should produce the same for inspection of SBIIMS /Architect / whenever desired by them. The contractor shall also maintain the records / registers as required by the local authorities / Govt. from time to time.

i) Register for securedii) Register for hindrance toiii) Register for running account billiv) Register for labour

50.0 Force Majeure: Neither contractor nor SBIIMSobligations if such performancehostilities revolution, riots, epidemics, accidents, fire, storms, floods, droughts, earthquakes or ordinances or any act of or for any other cause beyond the reasonable control of the party affected or prevents or delayed. However, a notice is rehappening of the event withpossible to serve a notice, within the shortest possible period without As soon as the cause of force majeure perform its obligations has been affected, shall notify the other of such cessation and the actual delay incurred in such affected activity adducing necessary evidence in support thereof. From the date of occurrencaffected.

51.0 Water power and other facilitiesThe rate quoted by the contractor shall include all expenses that are required for providing all the water required for the work and the contractor arrangements for the supplyquality drinking water for theirwell / open well and bring water by means of tankers at his own cost for the purpose The SBIIMS will not be liable to pay any charges in connection with the above The rate quoted in the tender shall include the expenses for obtaining and maintaining power connections and shall pay for the consumption The contractors for other trades directly appointed by the take power and water connectionsby the contractor However, the conarrangements to draw the supply and pay directly the actual consumption charges at mutually agreed rates between them. All municipal charges for drainage and water connection for Construction purposes shall be borne b

47 Tender ID : AHM202009001 Signature & Seal of Tenderer

49.0 Maintenance of registers: The contractor shall maintain the following registers as per the enclosed perform at site of work and should produce the same for inspection of SBIIMS /Architect / whenever desired by them. The contractor shall also maintain the records / registers as required by the local authorities / Govt. from time to time.

Register for secured advance Register for hindrance to work Register for running account bill

labour

SBIIMS shall be considered in default in performance ofperformance is prevented or delayed by events such

hostilities revolution, riots, ELECTRICAL commotion, strikes, lockout, conflagrations, epidemics, accidents, fire, storms, floods, droughts, earthquakes or ordinances or any act of or for any other cause beyond the reasonable control of the party affected or prevents or delayed. However, a notice is required to be given within 30 days from the

with complete details, to the other party to thepossible to serve a notice, within the shortest possible period without

As soon as the cause of force majeure has been removed the party whose ability perform its obligations has been affected, shall notify the other of such cessation and the actual delay incurred in such affected activity adducing necessary evidence in

occurrence of a case off or force majeure obligations

.0 Water power and other facilities: The rate quoted by the contractor shall include all expenses that are required for providing all the water required for the work and the contractor

supply of good quality water suitable for the constructiontheir workers If necessary the contractor

/ open well and bring water by means of tankers at his own cost for the purpose The will not be liable to pay any charges in connection with the above

The rate quoted in the tender shall include the expenses for obtaining and maintaining ections and shall pay for the consumption charges

The contractors for other trades directly appointed by the SBIIMSconnections from the temporary water and power

by the contractor However, the concerned contractor shall make their own arrangements to draw the supply and pay directly the actual consumption charges at mutually agreed rates between them. All municipal charges for drainage and water connection for Construction purposes shall be borne by the contactor and charges

Signature & Seal of Tenderer

The contractor shall maintain the following registers as per the enclosed perform at site of work and should produce the same for inspection of SBIIMS /Architect / consultant whenever desired by them. The contractor shall also maintain the records / registers as

shall be considered in default in performance of the such as but not war,

tion, strikes, lockout, conflagrations, epidemics, accidents, fire, storms, floods, droughts, earthquakes or ordinances or any act of or for any other cause beyond the reasonable control of the party affected or

quired to be given within 30 days from the the contract ,if it is not

possible to serve a notice, within the shortest possible period without delay.

has been removed the party whose ability perform its obligations has been affected, shall notify the other of such cessation and the actual delay incurred in such affected activity adducing necessary evidence in

obligations of the party

The rate quoted by the contractor shall include all expenses that are required for providing all the water required for the work and the contractor shall make his own

construction and good contractor has to sink a tube

/ open well and bring water by means of tankers at his own cost for the purpose The will not be liable to pay any charges in connection with the above

The rate quoted in the tender shall include the expenses for obtaining and maintaining

SBIIMS shall be entitled to power supply obtained

cerned contractor shall make their own arrangements to draw the supply and pay directly the actual consumption charges at mutually agreed rates between them. All municipal charges for drainage and water

y the contactor and charges

Tender ID : AHM202009001

payable for permanent connections,the SBIIMS will reimburse the amount on production of The SBIIMS as well as the Architect / consultant shall give all possible assistance to the Contractor’s to obtain the requisite Permission from the various authorities,responsibility for obtaining the

In case contractor is permitted to use Bank’s source of water and power supply provided at one point, the SBIIMSelectricity separately from the bill of contractor. 51.0 Facilities for contractor’s employees:The contractor shall make his own arrangement for the housing and welfare of his staff and workmen including adequatemake the arrangements at his own cost for transport where necessary for his staff and workmen to and from site of work at his own 52.0 Lighting of works: The contractor shall at all times provide adequate and approved lighting as required for the proper execution and supervision and inspection of work. 53.0 Firefighting arrangements:The contractor shall provide suitable arrangement for firefighting at his purpose he shall provide requisitebuckets, some of which areequipment shall be providedbe properly maintained. Any deficiency in the fire safety or unsafe conditions shall be corrected by the contractor at his own cost and, to the approval of the relevant authorities. The the following arrangements at his own cost but not limited the a) Proper handling, storage and disposal of combustible materials andb) Work operations which can create fire

c) Access for fire-fighting equipment.d) Type, number and location of containers for the removal of surplus materials and

rubbish. e) Type, size, number and location of fire extinguishers or other tire fightingf) General housekeeping.

54.0 Site order book: A site order book shall be maintained at site for the purpose of quick communication between the Architect / Consultant. Any communconveyed through records to the other shall be deemed to have been adequately served in terms of contract

48 Tender ID : AHM202009001 Signature & Seal of Tenderer

connections, if any, shall be initially paid bywill reimburse the amount on production of receipts.

as well as the Architect / consultant shall give all possible assistance to the Contractor’s to obtain the requisite Permission from the various authorities,

the same in time shall be of the contractor.

ctor is permitted to use Bank’s source of water and power supply SBIIMS will recover @ 0.5% of contract amount for water and

electricity separately from the bill of contractor.

51.0 Facilities for contractor’s employees: tractor shall make his own arrangement for the housing and welfare of his staff

adequate drinking water facilities. The contractormake the arrangements at his own cost for transport where necessary for his staff and

n to and from site of work at his own cost.

The contractor shall at all times provide adequate and approved lighting as required for the proper execution and supervision and inspection of work.

53.0 Firefighting arrangements: The contractor shall provide suitable arrangement for firefighting at his

requisite number of fire extinguishers and are to be always kept filled with sand and some

provided at suitable prominent and easily accessible

Any deficiency in the fire safety or unsafe conditions shall be corrected by the contractor at his own cost and, to the approval of the relevant authorities. The the following arrangements at his own cost but not limited the following:

oper handling, storage and disposal of combustible materials andWork operations which can create fire hazards.

equipment. Type, number and location of containers for the removal of surplus materials and

number and location of fire extinguishers or other tire fighting

A site order book shall be maintained at site for the purpose of quick communication between the Architect / Consultant. Any communication relating to the work may be

in the site order book. Such a communicationto the other shall be deemed to have been adequately served in terms of contract

Signature & Seal of Tenderer

by the contactor and

as well as the Architect / consultant shall give all possible assistance to the Contractor’s to obtain the requisite Permission from the various authorities, but the

contractor.

ctor is permitted to use Bank’s source of water and power supply will recover @ 0.5% of contract amount for water and

tractor shall make his own arrangement for the housing and welfare of his staff contractor shall also

make the arrangements at his own cost for transport where necessary for his staff and

The contractor shall at all times provide adequate and approved lighting as required for

The contractor shall provide suitable arrangement for firefighting at his own cost. This adequate number of some with water this

accessible place and shall

Any deficiency in the fire safety or unsafe conditions shall be corrected by the contractor at his own cost and, to the approval of the relevant authorities. The contractor makes

following:

oper handling, storage and disposal of combustible materials and waste.

Type, number and location of containers for the removal of surplus materials and

number and location of fire extinguishers or other tire fighting equipment.

A site order book shall be maintained at site for the purpose of quick communication ication relating to the work may be

communication from one party to the other shall be deemed to have been adequately served in terms of contract Each

Tender ID : AHM202009001

site order book shall have machine numbered pagesmaintained and preserved by/consultant as and when demandedlike to issue to the contractor or the consultant two copies of such instructions shall be taken from the site order book and one copy will be handed over to the party against proper acknowledgment and the second copy will be retained for their 55.0 Temporary fencing/barricading:The contractor shall providegates at his cost to adequatelypublic and for the proper execution and security of the work and in accordance with the requirement of the architect/be altered, relocated and adopted from time to time as necessary and removed on completion of the work. 56.0 Site meetings: Site meetings will be held to review the progress and quality evaluation. The contractor shall depute a senior representativeapproved sub-contractors and suppliers as required to tfollow up actions. Any additional review meetings shall he held if required by the architect/ consultant.-

57.0 Disposal of refuse: The contractor shall cart away all debris, refuse etc. arising from the work from and deposit the same as directed by the architect / consultant at his own cost. It is the responsibility of the contractoreffect that all rubbish arising out of contractor’s activities at the other off-site activities borrow pits has been properly disposed 58.0 Contractor to verify site measurement:The contractor shall check and verify all site measurements whenever requested other specialists contractors or othedrawing and pass on the informationthe works. 59.0 Displaying the name of the work:The contractor shall put up a name board of suitable size as consultant indicating there architect/consultant at his own cost and remove the same on completion of work. 60.0 As built drawings: For the drawings issued to the contractor by the Architect / Consultant. The architect Consultant will issue two sets of drawings to the Contractor for the items for some changes have been made. From the approved drawings as instructed by the

49 Tender ID : AHM202009001 Signature & Seal of Tenderer

site order book shall have machine numbered pages in triplicate and shall carefully by the contractor and shall be made available

demanded- Any instruction which the architect/consultantlike to issue to the contractor or the contractor may like to bring to the architect / consultant two copies of such instructions shall be taken from the site order book and one copy will be handed over to the party against proper acknowledgment and the second copy will be retained for their record.

55.0 Temporary fencing/barricading: provide and maintain a suitable temporary fencing/barricading

adequately enclose all boundaries of the site forexecution and security of the work and in accordance with the

architect/consultant and regulations of local authorities.be altered, relocated and adopted from time to time as necessary and removed on

Site meetings will be held to review the progress and quality evaluation. The contractor representative along with the site representative

contractors and suppliers as required to the site meetings and ensure all follow up actions. Any additional review meetings shall he held if required by the

The contractor shall cart away all debris, refuse etc. arising from the work from and deposit the same as directed by the architect / consultant at his own cost. It is the

contractor to obtain from the local authoritieseffect that all rubbish arising out of contractor’s activities at the construction site or any

site activities borrow pits has been properly disposed off.

58.0 Contractor to verify site measurement: The contractor shall check and verify all site measurements whenever requested other

other sub-contractors to enable them to prepareinformation with sufficient promptness as will

59.0 Displaying the name of the work: The contractor shall put up a name board of suitable size as directed by the architect/

in the name of the project and other details as given by the architect/consultant at his own cost and remove the same on completion of work.

For the drawings issued to the contractor by the Architect / Consultant. The architect Consultant will issue two sets of drawings to the Contractor for the items for some changes have been made. From the approved drawings as instructed by the

Signature & Seal of Tenderer

in triplicate and shall carefully available to the architect architect/consultant may

contractor may like to bring to the architect / consultant two copies of such instructions shall be taken from the site order book and one copy will be handed over to the party against proper acknowledgment and the

fencing/barricading and for the protection of the

execution and security of the work and in accordance with the authorities. These shall

be altered, relocated and adopted from time to time as necessary and removed on

Site meetings will be held to review the progress and quality evaluation. The contractor representative and other staff of he site meetings and ensure all

follow up actions. Any additional review meetings shall he held if required by the

The contractor shall cart away all debris, refuse etc. arising from the work from the site and deposit the same as directed by the architect / consultant at his own cost. It is the

authorities concerned to the construction site or any

The contractor shall check and verify all site measurements whenever requested other prepare the own shop

will in any way delay

directed by the architect/ in the name of the project and other details as given by the

architect/consultant at his own cost and remove the same on completion of work.

For the drawings issued to the contractor by the Architect / Consultant. The architect Consultant will issue two sets of drawings to the Contractor for the items for some changes have been made. From the approved drawings as instructed by the SBIIMS /

Tender ID : AHM202009001

Architect / Consultant. The contractor will make the changes made on these copies and return these copies to the architect / Consultant for their approval. In cases revisionrequired or the correctionsout the discrepancies to thecorrections and / or attend to discrepancies either on copies as directed by the architect / consultant and resubmit to him for approval. The architect / copy duly approved by him. For the drawings prepared by theThe contractor will modify the drawing prepared by him wherever the changes madethe SBIIMS / architect / consultant. And submit two copies of such modifthe architect/ consultant for approval. The architect / consultant will return one copy of the approved drawing to the 61.0 Approved make: The contractor shall providecost and also appoint the specialized agency for the waterproofingtreatment, aluminum doors and windows and any other item as specified in the tender. The architect/consultant may approve any make / agency within the approved list as given in the tender after inspection of the sample/mockup. 62.0 Procurement of materials:The contractor shall make his own arrangements to procure all the required materials for the work. All wastages and losses in weight shall be to the contractors account 63.0 Excise duty, taxes, levies etc.;The contractor shall pay and be responsible for payment of all taxes, duties, levies, royalties, fees, cess or charges in respect of the works including but not limited totax, tax on works contract excise duty, and equipment plant and other things required for the contact. All of the aforesaid taxes, duties, levies, fees and chargesShall not be required to paytaxes, duties, fees, levies etc. if any, till completion of work shall be deemed to included in the quoted rates and no extra amount on this account. Variation of taxes, duties, fees, levies etc. if any, tithe quoted rates and no extra claim on this account will in any case be entertained. If a new tax or duty or levy or cess or royalty or Octroi is imposed under as statutory law during the currency of contract the same shall be borne by theGST will be paid extra. 64.0 Acceptance of tender:The SBIIMS shall have the right to reject any or all tenders without assigning any reason. They are not to bind to accept the lowest or any tender and the tenderer or tenderers shall have no right to question the acts of the transparency would be maintained by the

50 Tender ID : AHM202009001 Signature & Seal of Tenderer

itect / Consultant. The contractor will make the changes made on these copies and return these copies to the architect / Consultant for their approval. In cases revision

corrections are not properly marked the architect/Consultant willthe contractor. The contractor will have to

corrections and / or attend to discrepancies either on copies as directed by the architect / consultant and resubmit to him for approval. The architect / consultant will return one

him.

For the drawings prepared by the contractor: The contractor will modify the drawing prepared by him wherever the changes made

/ architect / consultant. And submit two copies of such modifthe architect/ consultant for approval. The architect / consultant will return one copy of the approved drawing to the contractor.

provide all materials from the list of approvedst and also appoint the specialized agency for the waterproofing

, aluminum doors and windows and any other item as specified in the tender. The architect/consultant may approve any make / agency within the approved list as

the tender after inspection of the sample/mockup.

62.0 Procurement of materials: The contractor shall make his own arrangements to procure all the required materials for the work. All wastages and losses in weight shall be to the contractors account

Excise duty, taxes, levies etc.; The contractor shall pay and be responsible for payment of all taxes, duties, levies, royalties, fees, cess or charges in respect of the works including but not limited totax, tax on works contract excise duty, and Octroi, payable in respect of materials, equipment plant and other things required for the contact. All of the aforesaid taxes,

charges shall be to the contractor’s accountpay any additional or extra amount on this account.

taxes, duties, fees, levies etc. if any, till completion of work shall be deemed to included in the quoted rates and no extra amount on this account. Variation of taxes, duties, fees, levies etc. if any, till completion of work shall be deemed to be included in the quoted rates and no extra claim on this account will in any case be entertained. If a new tax or duty or levy or cess or royalty or Octroi is imposed under as statutory law

contract the same shall be borne by the contractor.

64.0 Acceptance of tender: shall have the right to reject any or all tenders without assigning any

reason. They are not to bind to accept the lowest or any tender and the tenderer or tenderers shall have no right to question the acts of the SBIIMS.

ld be maintained by the SBIIMS

Signature & Seal of Tenderer

itect / Consultant. The contractor will make the changes made on these copies and return these copies to the architect / Consultant for their approval. In cases revision is

architect/Consultant will point to incorporated these

corrections and / or attend to discrepancies either on copies as directed by the architect consultant will return one

The contractor will modify the drawing prepared by him wherever the changes made by / architect / consultant. And submit two copies of such modified drawings to

the architect/ consultant for approval. The architect / consultant will return one copy of

approved makes at his own st and also appoint the specialized agency for the waterproofing, anti-termite

, aluminum doors and windows and any other item as specified in the tender. The architect/consultant may approve any make / agency within the approved list as

The contractor shall make his own arrangements to procure all the required materials for the work. All wastages and losses in weight shall be to the contractors account

The contractor shall pay and be responsible for payment of all taxes, duties, levies, royalties, fees, cess or charges in respect of the works including but not limited to sales

Octroi, payable in respect of materials, equipment plant and other things required for the contact. All of the aforesaid taxes,

account and the SBIIMS account. Variation of

taxes, duties, fees, levies etc. if any, till completion of work shall be deemed to be included in the quoted rates and no extra amount on this account. Variation of taxes,

ll completion of work shall be deemed to be included in the quoted rates and no extra claim on this account will in any case be entertained. If a new tax or duty or levy or cess or royalty or Octroi is imposed under as statutory law

contractor. However,

shall have the right to reject any or all tenders without assigning any reason. They are not to bind to accept the lowest or any tender and the tenderer or

SBIIMS. However adequate

Tender ID : AHM202009001

65.0 Photographs: The Contractor shall at his own expense supply to the Architects with duplicate hard copies of large photographs not less than 25 cm. x 20 cm. (10” x 8”) of the works,from two approved portionsduring the progress of the work or at every important stage In addition to above, the photographs along with eachprogress of work measured and claimed therein failing which the Architect/ consider returning the Bill to the contractor and no claim forentertained. 66.0 Safety Codes:

1. First aid appliances including adequate supply of sterilized dressing and cotton wool shall be kept in a readily accessible

2. An injured person shall be taken to a public hospital without loss of time, in casesthe injury necessitates hospitalization

3. Suitable and strong scaffolds should be provided for workmen for all works that cannot

safely be done from the ground. 4. No portable single ladder shall be over 8 meters in length. The width between the side

rails shall not be less than 30 cm. (clear) and the distance between running's shall not be more than 30 cm. When a ladder is used an extra engaged for holding ladder.

5. The excavated material shall not be placed within 1.5 meters of the edge of the trench

half of the depth of trench whichever is more. provided with necessary fencing and

6. Every opening in the floor of

means to prevent the fall of persons or materials by providing suitable fencing or railing whose minimum height shall be one

7. No floor, roof or other part of

as to render it unsafe. 8. Workers employed on mixing and handling material such as asphalt, cement, mortar,

concrete and lime shall be provided with protective footwear and rubber hand gloves. 9 Those engaged in welding works shall be provided with welders’ protective eye shield

and gloves.

51 Tender ID : AHM202009001 Signature & Seal of Tenderer

The Contractor shall at his own expense supply to the Architects with duplicate hard copies of large photographs not less than 25 cm. x 20 cm. (10” x 8”) of the works,

portions of each building, at intervals of not more than one months during the progress of the work or at every important stage of construction.

contractor shall be bound to submit adequateeach Running Bill for the project clearing

progress of work measured and claimed therein failing which the Architect/ consider returning the Bill to the contractor and no claim for delay on this account will be

aid appliances including adequate supply of sterilized dressing and cotton wool shall be kept in a readily accessible place.

An injured person shall be taken to a public hospital without loss of time, in caseshospitalization.

Suitable and strong scaffolds should be provided for workmen for all works that cannot ground.

No portable single ladder shall be over 8 meters in length. The width between the side rails shall not be less than 30 cm. (clear) and the distance between running's shall not be more than 30 cm. When a ladder is used an extra engaged for holding ladder.

The excavated material shall not be placed within 1.5 meters of the edge of the trench half of the depth of trench whichever is more. All trenches and excavations shall be provided with necessary fencing and lighting.

of a building or in a working platform be providedmeans to prevent the fall of persons or materials by providing suitable fencing or railing whose minimum height shall be one meter.

of the structure shall be so overloaded with

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

engaged in welding works shall be provided with welders’ protective eye shield

Signature & Seal of Tenderer

The Contractor shall at his own expense supply to the Architects with duplicate hard copies of large photographs not less than 25 cm. x 20 cm. (10” x 8”) of the works, taken

more than one months construction.

adequate no. of site clearing showing major

progress of work measured and claimed therein failing which the Architect/ SBIIMS may delay on this account will be

aid appliances including adequate supply of sterilized dressing and cotton wool

An injured person shall be taken to a public hospital without loss of time, in cases when

Suitable and strong scaffolds should be provided for workmen for all works that cannot

No portable single ladder shall be over 8 meters in length. The width between the side rails shall not be less than 30 cm. (clear) and the distance between two adjacent running's shall not be more than 30 cm. When a ladder is used an extra labour shall be

The excavated material shall not be placed within 1.5 meters of the edge of the trench trenches and excavations shall be

provided with suitable means to prevent the fall of persons or materials by providing suitable fencing or railing

with debris or material

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

engaged in welding works shall be provided with welders’ protective eye shield

Tender ID : AHM202009001

10. (i) No paint containing lead or lead products shall be used except in the form of paste

readymade paint. (ii)Suitable face masks should

in the form of spray or surface having lead paint dry rubbed and 11. Overalls shall be supplied by the contractor to the painters and adequate facilities shall

be provided to enable the working painters to wash during 12 Hoisting machines and tackle used in the works including their attachments anchor and

supports shall be in perfect condition. 13. The ropes used in hoisting or lowering material or as a means of suspension shall be

durable quality and adequate strength and free form

52 Tender ID : AHM202009001 Signature & Seal of Tenderer

(i) No paint containing lead or lead products shall be used except in the form of paste

should be supplied for use by the workers whenin the form of spray or surface having lead paint dry rubbed and scrapped.

Overalls shall be supplied by the contractor to the painters and adequate facilities shall be provided to enable the working painters to wash during cessation of

machines and tackle used in the works including their attachments anchor and supports shall be in perfect condition.

The ropes used in hoisting or lowering material or as a means of suspension shall be ality and adequate strength and free form

Signature & Seal of Tenderer

(i) No paint containing lead or lead products shall be used except in the form of paste

when the paint applied scrapped.

Overalls shall be supplied by the contractor to the painters and adequate facilities shall cessation of work.

machines and tackle used in the works including their attachments anchor and

The ropes used in hoisting or lowering material or as a means of suspension shall be ality and adequate strength and free form defects.

Tender ID : AHM202009001

APPENDIX HEREIN

1) Name of the organization Offering Contract: The Circle Head &Vice President. SBIIMS, Circle Office, SBI, LHO, Bhadra, Laldarwaja, Ahmedabad

2) Consultants : SBIIMS

3) Site Address: SBI SONI BAZAAR BRANCH GANDHIDHAM

4) Scope of Work : Proposed Electrical works ofGANDHIDHAM.

5) Name of the Contractor

6)Address of the Contractor

7) Period of Completion

8) Earnest Money Deposit Demand Draft/Pay Order submission of the tender) from any scheduled Nationalized Bank drawn Infra Management Solutions

. 9) Retention Money

10) Defects Liability Period

11) Insurance to be undertaken

12) Liquidated damages shown in the tender per week subject to max. 5% of the contract value or actual final bill value.

13) Value of Interim Bill (Min.)

14) Date of Commencement

53 Tender ID : AHM202009001 Signature & Seal of Tenderer

APPENDIX HEREIN BEFORE REFERRED TO

Name of the organization Offering Contract: The Circle Head &Vice President. , Circle Office, SBI, LHO, Bhadra, Laldarwaja, Ahmedabad-1

SBIIMS

SBI SONI BAZAAR BRANCH GANDHIDHAM..

Proposed Electrical works of SBI SONI BAZAAR BRANCH

: ----------------------------------------------------------------------------------------------------------

Contractor : ------------------------------------------------------------------------------------------------------------

: 45 days from the date of • Issue of work order.

: Rs.4000/-(Four Thousand Only)Demand Draft/Pay Order (Valid for a period of 180 Days from the last date of submission of the tender) from any scheduled Nationalized Bank drawn Infra Management Solutions Pvt. Ltd. and payable at BHAVNAGAR

: As per clause no. 1 general Conditions

: Twelve Months from the date Virtual completion.

Insurance to be undertaken by the : 125% of Contract Value Contractor at his cost(Contractor’s all risk

: 0.5% of the Contract amount in the tender per week subject to max. 5% of the contract value or actual final bill

Bill (Min.) : No Interim Bill.

Commencement : From the date of work order

Signature & Seal of Tenderer

BEFORE REFERRED TO

Name of the organization Offering Contract: The Circle Head &Vice President. 1

SBI SONI BAZAAR BRANCH

----------------------------------- ----------------------------------- ------------------------------------

------------------------------------ ------------------------------------ ------------------------------------

days from the date of Issue of work order.

(Four Thousand Only) by means of (Valid for a period of 180 Days from the last date of

submission of the tender) from any scheduled Nationalized Bank drawn in favor of SBI BHAVNAGAR.

As per clause no. 1.4 of general Conditions

Twelve Months from the date of ompletion.

125% of Contract Value (Contractor’s all risk policy)

0.5% of the Contract amount in the tender per week subject to max. 5% of the contract value or actual final bill

No Interim Bill.

From the date of work order

Tender ID : AHM202009001

issued to the Contractor/ or the day on which the Contractor is instructed to take possession of the site whichever is earlier.

15) Period of Final Measurement

16) Initial Security Deposit :

17) Total Security Deposit 18) Refund of initial Security Comprising of EMD and ISD.shall be refunded to the Contractor on completion only after the Defect Liability Period is 19) Period for Honoring CertificateFinal Payment Will be done only. No RA Bills) 20) The final bill will be submitted by the Contractor within one month of the date fixed for completion work and the Bill shall be certified within 3 montreceipt of final bill provided the bills are submitted with all reports etc. prescribed in the

54 Tender ID : AHM202009001 Signature & Seal of Tenderer

ssued to the Contractor/ or the day on which the Contractor is instructed to take possession of the site whichever is earlier.

Measurement : 2 Months from the date of Completion.

Deposit : 2% of the Accepted Value of

: 5% of the final bill amount including ISD.

Refund of initial Security Deposit ISD. : 50% of the Security Deposit

to the Contractor on completion of the work and balanceafter the Defect Liability Period is over.

Certificate : One Month for R.A.BillsFinal Payment Will be done only. No RA Bills)

The final bill will be submitted by the Contractor within one month of the date fixed for completion work and the Bill shall be certified within 3 months from the date of

rovided the bills are submitted with all pre-requisite documents/test reports etc. prescribed in the tender.

Signature of Tenderer.

Date:

Signature & Seal of Tenderer

ssued to the Contractor/ or the day on which the Contractor is instructed to take

2 Months from the date of Virtual

2% of the Accepted Value of the Tender.

5% of the final bill amount including ISD.

50% of the Security Deposit balance refunded

One Month for R.A.Bills ( Here Full &

The final bill will be submitted by the Contractor within one month of the date fixed hs from the date of

requisite documents/test

Signature of Tenderer.

Tender ID : AHM202009001

To, The C.H. &V.P., Circle Office,SBI Infra Management Solutions Pvt. Ltd., Third Floor, SBI, LHO,Bhadra, Laldarwaja, Ahmedabad-1 Dear Sir,

PROPOSED ELECTRICALGANDHIDHAM Having examined the terms & conditions, drawings, specifications, design relating to the works specified in the memorandum hereinafter set out and having visited and examined the site of the worksthe requisite information relating thereto and affecting the quotation, I/We hereby offer to execute the works specified in the said memorandum within the time specified in the said memorandum on the item rate basis mentioned in the attached schedule in accordance in all respect with the specifications, design, drawings and instructions in writing referred to in conditions of Tender, the articles of agreement, conditions of contract and with such conditions so far as they may be MEMORANDUM (a) Description of work

(b) Earnest Money

(c) Time allowed for completion of work from the date of issue of work order.

Should this tender be accepted, I/we hereby agree to abide by and fulfill provisions of the said conditions of Contract annexed hereto so far as they may be applicable or in default thereof to forfeit and pay to SBIIMS, the amount mentioned in the said conditions.

I/we have deposited DemaThousand Only) as Earnest

55 Tender ID : AHM202009001 Signature & Seal of Tenderer

LETTER OF DECLARATION

The C.H. &V.P., Circle Office, SBI Infra Management Solutions Pvt. Ltd., Third Floor, SBI, LHO,

PROPOSED ELECTRICAL WORKS OF SBI SONI BAZAAR BRANCH

examined the terms & conditions, drawings, specifications, design relating to the works specified in the memorandum hereinafter set out and having visited and

the works specified in the said memorandum and having acquired requisite information relating thereto and affecting the quotation, I/We hereby offer

to execute the works specified in the said memorandum within the time specified in the said memorandum on the item rate basis mentioned in the attached schedule in accordance in all respect with the specifications, design, drawings and instructions in writing referred to in conditions of Tender, the articles of agreement, conditions of contract and with such conditions so far as they may be applicable.

Proposed Electrical works forBAZAAR GANDHIDHAM

Rs.4000/-(Four Thousand Only)of Demand Draft / Pay Order from any scheduled Nationalized Bank drawn in favour of SBI Infra Management Solutions Pvt. Ltd.and payable at BHAVNAGAR

Time allowed for completion of work from the date of issue of

45 days from the date of commencement as per tender.

Should this tender be accepted, I/we hereby agree to abide by and fulfill provisions of the said conditions of Contract annexed hereto so far as they may be applicable or in default thereof to forfeit and pay to SBIIMS, the amount mentioned in

I/we have deposited Demand Draft / Banker’s Cheque for a sumEarnest money deposit with the SBI Infra Management

Signature & Seal of Tenderer

SBI SONI BAZAAR BRANCH

examined the terms & conditions, drawings, specifications, design relating to the works specified in the memorandum hereinafter set out and having visited and

and having acquired requisite information relating thereto and affecting the quotation, I/We hereby offer

to execute the works specified in the said memorandum within the time specified in the said memorandum on the item rate basis mentioned in the attached schedule and in accordance in all respect with the specifications, design, drawings and instructions in writing referred to in conditions of Tender, the articles of agreement, conditions of

works for SBI SONI

(Four Thousand Only) by means of Demand Draft / Pay Order from any scheduled Nationalized Bank drawn in favour

Solutions Pvt. Ltd.BHAVNAGAR.

days from the date of commencement as

Should this tender be accepted, I/we hereby agree to abide by and fulfill the terms and provisions of the said conditions of Contract annexed hereto so far as they may be applicable or in default thereof to forfeit and pay to SBIIMS, the amount mentioned in

for a sum of Rs.4000/-(Four Management Solutions

Tender ID : AHM202009001

Pvt. Ltd. Should I/we do fail to execute the contract when called upon to do so, I/we hereby agree that this sum shall be forfeited by me/us to SBI Solutions Pvt. Ltd. We understand that as per terms of this tender, the SBIIMS may consider accepting our tender in part or whole or may entrust the work of various buildings proposed (i.e. Institute Building, Staff Qtrs.therefore, undertake that weBank deciding to drop any ofat any stage during the contractentrusted to us in phases on our approved rates and within the stipulated time limit without any extra claim for price escalation as provided for in Clause to Tenderers” of this tender. We, hereby, also undertake that, we will not raise any claim for any escalation in the prices of any of the material during the currency of contract/execution/completion period. Yours faithfully,

Signature of contractor With Seal

56 Tender ID : AHM202009001 Signature & Seal of Tenderer

Pvt. Ltd. Should I/we do fail to execute the contract when called upon to do so, I/we hereby agree that this sum shall be forfeited by me/us to SBI

We understand that as per terms of this tender, the SBIIMS may consider accepting our tender in part or whole or may entrust the work of various buildings proposed (i.e.

Qtrs. And Director’s Bungalow/Interior work)we shall not raise any claim/compensation

of the building/buildings from the scope ofcontract period. Further, we also undertake to execute the work

entrusted to us in phases on our approved rates and within the stipulated time limit without any extra claim for price escalation as provided for in Clause

der.

We, hereby, also undertake that, we will not raise any claim for any escalation in the prices of any of the material during the currency of contract/execution/completion

Signature of contractor With Seal

Signature & Seal of Tenderer

Pvt. Ltd. Should I/we do fail to execute the contract when called upon to do so, I/we hereby agree that this sum shall be forfeited by me/us to SBI Infra Management

We understand that as per terms of this tender, the SBIIMS may consider accepting our tender in part or whole or may entrust the work of various buildings proposed (i.e.

ungalow/Interior work) in phases. We, claim/compensation in the eventuality of

of work of this tender Further, we also undertake to execute the work

entrusted to us in phases on our approved rates and within the stipulated time limit without any extra claim for price escalation as provided for in Clause 9.0.1 “Instructions

We, hereby, also undertake that, we will not raise any claim for any escalation in the prices of any of the material during the currency of contract/execution/completion

Tender ID : AHM202009001

The measurements on the basis of which the above entries for the Running Bill No.

---------------------- were made have been taken jointly on

recorded at pages --------------------------

No.--------------------------.

---------------------------------- Signature and date of

Contractor

The work recorded in the above

satisfactorily as per tender drawings, conditions and specifications.

---------------------------------- Architect

57 Tender ID : AHM202009001 Signature & Seal of Tenderer

CERTIFICATE

The measurements on the basis of which the above entries for the Running Bill No.

were made have been taken jointly on --------------------------

-------------------------- to -------------------------- of measurement book

------------------------------------ ----------------------------------Signature and date of

Architects Representative (Seal)

Signature and date of Site Engineer

The work recorded in the above-mentioned measurements has been done at the site

satisfactorily as per tender drawings, conditions and specifications.

---------------------------------- Signature and date of Site Engineer

Signature & Seal of Tenderer

The measurements on the basis of which the above entries for the Running Bill No.----

-------------------------- and are

of measurement book

---------------------------------- Signature and date of

Site Engineer

mentioned measurements has been done at the site

Signature and date of Site Engineer

TENDER ID: AHM20209001

SPECIFICATIONS FOR ELECTRICAL WORKS General:

The scope of work covers execution and completion of the electrical installation work of the proposed ELECTRICAL WORKS FOR BANK OF INDIA, GANDHIDHAM in accordance with drawings & specifications. Rules & Regulations: The installation shall be generally carried out in confirmatory with the requirements of Indian Electricity Act 1910 (as amended up to date) and the latest Indian Electricity Rules and supplementary Regulations of the State Electricity Departments and Electricity Undertaand where the installation is subject to inspection and approval of Fire Insurance and Explosives Authorities, such installation shall be planned and executed to conform to their special Rules. 1.0 Point Wiring: 1.1 Supply: The following material shall be included in a point wiring and accessories.a) Conduit - PVC rigid 2.0mm thick conduit and accessories.b) Wires - PVC insulated copper conductor multi

1.5, 2.5, 4.0, 6.0, 10, 16sq.mmc) Switches - 5 Amp single pole, two way switch, 5 amp socket, 15 Amp switch and socket,

fan Regulators with flush metal boxes wherever concealed and front plates and boxes of company make for surface mounting all of approved make.

d) Cover plates for outlet boxes purposes.

e) Hardware - screws and washers non rusting type brass type.Switch Boards and outlet Boxes mounting for switches and accessories and 16 SWGboxes with knock-outs for conduit entries and tapped holes for screws.Holders - Pendant holders / angle holders / ceiling rose etc.color.

g) Industrial Sockets - Industrial type metal clad w 1.2 Installation: All conduit shall be concealed / surface mounted in / on walls, beam, column, slabs or concealed in false ceiling in all A/C areas etc. by necessary charis or clamping with saddles,

TENDER ID: AHM20209001 58 Signature & Seal of Tenderer

SPECIFICATIONS FOR ELECTRICAL WORKS

The scope of work covers execution and completion of the electrical installation work of the ELECTRICAL WORKS FOR BANK OF INDIA, SBI SONI BAZAAR BRANCH

accordance with drawings & specifications.

n shall be generally carried out in confirmatory with the requirements of Indian Electricity Act 1910 (as amended up to date) and the latest Indian Electricity Rules and supplementary Regulations of the State Electricity Departments and Electricity Undertaand where the installation is subject to inspection and approval of Fire Insurance and Explosives Authorities, such installation shall be planned and executed to conform to their special Rules.

shall be included in a point wiring and accessories.PVC rigid 2.0mm thick conduit and accessories.

PVC insulated copper conductor multi-stranded flexible type wires ISI mark of 1.0, 1.5, 2.5, 4.0, 6.0, 10, 16sq.mm

5 Amp single pole, two way switch, 5 amp socket, 15 Amp switch and socket, fan Regulators with flush metal boxes wherever concealed and front plates and boxes of company make for surface mounting all of approved make. Cover plates for outlet boxes - 3 mm thick Formica / Hylam sheet specially for electrical

screws and washers non rusting type brass type. Switch Boards and outlet Boxes - Factory made boxes of approved make for flush mounting for switches and accessories and 16 SWG m.s. sheet with Gl boxes as outlet

outs for conduit entries and tapped holes for screws.Pendant holders / angle holders / ceiling rose etc. of approved make white in

Industrial type metal clad with metallic top.

All conduit shall be concealed / surface mounted in / on walls, beam, column, slabs or concealed in false ceiling in all A/C areas etc. by necessary charis or clamping with saddles,

Signature & Seal of Tenderer

SPECIFICATIONS FOR ELECTRICAL WORKS

The scope of work covers execution and completion of the electrical installation work of the SBI SONI BAZAAR BRANCH

n shall be generally carried out in confirmatory with the requirements of Indian Electricity Act 1910 (as amended up to date) and the latest Indian Electricity Rules and supplementary Regulations of the State Electricity Departments and Electricity Undertakings and where the installation is subject to inspection and approval of Fire Insurance and Explosives Authorities, such installation shall be planned and executed to conform to their special Rules.

shall be included in a point wiring and accessories.

stranded flexible type wires ISI mark of 1.0,

5 Amp single pole, two way switch, 5 amp socket, 15 Amp switch and socket, fan Regulators with flush metal boxes wherever concealed and front plates and boxes of

mm thick Formica / Hylam sheet specially for electrical

Factory made boxes of approved make for flush m.s. sheet with Gl boxes as outlet

outs for conduit entries and tapped holes for screws. of approved make white in

All conduit shall be concealed / surface mounted in / on walls, beam, column, slabs or concealed in false ceiling in all A/C areas etc. by necessary charis or clamping with saddles,

TENDER ID: AHM20209001

spacers of hot deep Gl. made. Charisrefilling of the charis with cement mortarwall points) shall be concealed / surface in/on walls and should be kept in line and level with help of spirit level. Fan boxes shall be provided with nut welded on top with threaded hook and check nut. Wire drawing should be done with the help of draw wire. The conduits shall be cleaned of all foreign materials before inserting the wires Drawing of wirethat the insulation of wires is not damaged.All works shall be done as per instruction and satisfaction of the Consultant.For surface conducing wiring, the conduit fitting switch/ceiling fan regulator boxes etc. shall be installed surface exposed. Flexible conduits shall not be used earth continuity conductors. Separate earth wire shall be provided either inside or outside the flexible conduits which shall be connected by means of earth clips to the earth system at one end and to theother end as per IS 3043-1987.Size of wire shall be chosen to limit Voltage drop within 5 %. Area of conductor shall be 1.0, 1.5, 2.5, 4.00 and 10.0 sq. mm copper. Generally not more than 8 to 10 points shall be wired in one circuit. 1.3 Testing: After completion of wiring, installation of switches etc., testing shall be done for insulation resistance as specified in the tenderNotes No Joints shall be allowed in any wires in the conduits, aconnected at termination points. All circuits shall have individual neutrals and one neutral shall riot complete the whole wiring system.Circuit’s mains shall start from Distribution board to switch board or from Meter board to Distribution. The circuits mains includes supply and installation of two nos. of wires with earth wire for single phase mains and Four nos. of wires with earth wire for three phase mains. 2.1 Supply:

a) Conduit - PVC rigid 2.0mm thick conduit and accessories.b) Wires - PVC insulated copper conductor multi1.5, 2.5, 4.0, 6.0, 10, 16 sq.mm 2.2 Installation:

a) For conceal wiring system all conduits shall be laid in the slab before casting of slab and shall be concealed in walls by making charts in walls and refilling the same before the final plaster of wall is done. All the switch boards and outlet boxes also shall be installed concealed in line and level. b) For surface wiring system all conduits / PVC trunking shall be clamped with saddles / spacers on wall, ceiling, beam, column etc. in line align with the help of spirit level. All the switch boards and outlet boxes shall be surface mounted type and to be installed in line and level.

TENDER ID: AHM20209001 59 Signature & Seal of Tenderer

spacers of hot deep Gl. made. Charis shall be made in walls to conceal the conduits and then refilling of the charis with cement mortar. All switch boards and outlet boxes (placed for bracket wall points) shall be concealed / surface in/on walls and should be kept in line and level with

of spirit level. Fan boxes shall be provided with nut welded on top with threaded hook and check nut. Wire drawing should be done with the help of draw wire. The conduits shall be cleaned of all foreign materials before inserting the wires Drawing of wirethat the insulation of wires is not damaged. All works shall be done as per instruction and satisfaction of the Consultant.For surface conducing wiring, the conduit fitting switch/ceiling fan regulator boxes etc. shall be

urface exposed. Flexible conduits shall not be used earth continuity conductors. Separate earth wire shall be provided either inside or outside the flexible conduits which shall be connected by means of earth clips to the earth system at one end and to the

1987. Size of wire shall be chosen to limit Voltage drop within 5 %. Area of conductor shall be 1.0, 1.5, 2.5, 4.00 and 10.0 sq. mm copper. Generally not more than 8 to 10 points shall be wired in one

After completion of wiring, installation of switches etc., testing shall be done for insulation resistance as specified in the tender Notes No Joints shall be allowed in any wires in the conduits, all wires shall only be joined andconnected at termination points. All circuits shall have individual neutrals and one neutral shall riot complete the whole wiring system. Circuit’s mains shall start from Distribution board to switch board or from Meter board to

mains includes supply and installation of two nos. of wires with earth wire for single phase mains and Four nos. of wires with earth wire for three phase mains.

PVC rigid 2.0mm thick conduit and accessories. ated copper conductor multi-stranded flexible type wires ISI mark of 1.0,

1.5, 2.5, 4.0, 6.0, 10, 16 sq.mm

a) For conceal wiring system all conduits shall be laid in the slab before casting of slab and shall ing charts in walls and refilling the same before the final plaster of

wall is done. All the switch boards and outlet boxes also shall be installed concealed in line and

b) For surface wiring system all conduits / PVC trunking shall be clamped with saddles / spacers on wall, ceiling, beam, column etc. in line align with the help of spirit level. All the switch boards and outlet boxes shall be surface mounted type and to be installed in line and

Signature & Seal of Tenderer

shall be made in walls to conceal the conduits and then All switch boards and outlet boxes (placed for bracket

wall points) shall be concealed / surface in/on walls and should be kept in line and level with of spirit level. Fan boxes shall be provided with nut welded on top with threaded hook and

check nut. Wire drawing should be done with the help of draw wire. The conduits shall be cleaned of all foreign materials before inserting the wires Drawing of wires should be done such

All works shall be done as per instruction and satisfaction of the Consultant. For surface conducing wiring, the conduit fitting switch/ceiling fan regulator boxes etc. shall be

urface exposed. Flexible conduits shall not be used earth continuity conductors. Separate earth wire shall be provided either inside or outside the flexible conduits which shall be connected by means of earth clips to the earth system at one end and to the equipment at the

Size of wire shall be chosen to limit Voltage drop within 5 %. Area of conductor shall be 1.0, 1.5, 2.5, 4.00 and 10.0 sq. mm copper. Generally not more than 8 to 10 points shall be wired in one

After completion of wiring, installation of switches etc., testing shall be done for insulation

ll wires shall only be joined and connected at termination points. All circuits shall have individual neutrals and one neutral shall

Circuit’s mains shall start from Distribution board to switch board or from Meter board to mains includes supply and installation of two nos. of wires with earth

wire for single phase mains and Four nos. of wires with earth wire for three phase mains.

stranded flexible type wires ISI mark of 1.0,

a) For conceal wiring system all conduits shall be laid in the slab before casting of slab and shall ing charts in walls and refilling the same before the final plaster of

wall is done. All the switch boards and outlet boxes also shall be installed concealed in line and

b) For surface wiring system all conduits / PVC trunking shall be clamped with hot deep Gl. saddles / spacers on wall, ceiling, beam, column etc. in line align with the help of spirit level. All the switch boards and outlet boxes shall be surface mounted type and to be installed in line and

TENDER ID: AHM20209001

c) Wires shall be drawn in conduit awires. No damage to the insulation of wires should be done while drawing. 2.3 Testing: After completion of wiring, installation of switches etc.resistance as specified in the tender. 3.0 Distribution Boards: 3.1 Supply: Distribution boards shall be of sheet metal with rated bus bars, factory made. They shall be for three-phase or single phase distribution system as per the requirements or schedule of quantities. 3.2 Installation: The distribution board shall be concealed in wall, flush mounted or surface mounted and should be in line and level. These shall be factory tested. Final MCBs on sub circuits shall be marked by permanent markers on the DB door 3.3 Test: After installation of MCBs, it shall be tested. 4.0 M.C.B & ELMCB. 4.1 Supply: MCB : These shall be SP.SPN.TP or TPN as specified in dr30A, 63A. 10KA fault level, as per ISELMCB : These shall be of SPN. TPN and specified in drawings of rated value. ELMCB 4293 neutral advance feature at closing neutral will be first to contact at the time of opening neutral breaks last after allowing the phases to open first Since the ELCB is toswitch, it shall have safe interrupting clearance as per IEC 408/IS 4064. The ELCB shall have terminals to terminate aluminum conductor up to 25 mm2. The ELMCB shall have sensitivity of 30 - 300 ma as per requirements 4.2 Installation: All ELMCB and MCBs shall be installed in the DB on din rail provided in the DB, spares shall be blocked by blank plates.

TENDER ID: AHM20209001 60 Signature & Seal of Tenderer

c) Wires shall be drawn in conduit after cleaning of conduits and drawn with the help of draw wires. No damage to the insulation of wires should be done while drawing.

, installation of switches etc. testing shall be done for insulation specified in the tender.

Distribution boards shall be of sheet metal with rated bus bars, factory made. They shall be for phase or single phase distribution system as per the requirements or schedule of

The distribution board shall be concealed in wall, flush mounted or surface mounted and should be in line and level. These shall be factory tested. Final MCBs on sub circuits shall be marked by permanent markers on the DB door

After installation of MCBs, it shall be tested.

MCB : These shall be SP.SPN.TP or TPN as specified in drawings Rating of 2A, 6A, l6A, 30A, 63A. 10KA fault level, as per IS-8828--S978; BS 3871-part l.

These shall be of SPN. TPN and specified in drawings of rated value. ELMCB 4293 neutral advance feature at closing neutral will be first to contact at the time of opening neutral breaks last after allowing the phases to open first Since the ELCB is toswitch, it shall have safe interrupting clearance as per IEC 408/IS 4064. The ELCB shall have terminals to terminate aluminum conductor up to 25 mm2. The ELMCB shall have sensitivity of

300 ma as per requirements

ll ELMCB and MCBs shall be installed in the DB on din rail provided in the DB, spares shall be

Signature & Seal of Tenderer

fter cleaning of conduits and drawn with the help of draw wires. No damage to the insulation of wires should be done while drawing.

shall be done for insulation

Distribution boards shall be of sheet metal with rated bus bars, factory made. They shall be for phase or single phase distribution system as per the requirements or schedule of

The distribution board shall be concealed in wall, flush mounted or surface mounted and should be in line and level. These shall be factory tested. Final MCBs on sub circuits shall be marked

awings Rating of 2A, 6A, l6A, 25A.

These shall be of SPN. TPN and specified in drawings of rated value. ELMCB - BS-4293 neutral advance feature at closing neutral will be first to contact at the time of opening neutral breaks last after allowing the phases to open first Since the ELCB is to be used as main switch, it shall have safe interrupting clearance as per IEC 408/IS 4064. The ELCB shall have terminals to terminate aluminum conductor up to 25 mm2. The ELMCB shall have sensitivity of

ll ELMCB and MCBs shall be installed in the DB on din rail provided in the DB, spares shall be

TENDER ID: AHM20209001

4.3 Testing: All ELMCB should be tested for overloading, short circuit, earth leakage tripping and MCBs should be tested for overloading and short circuit tripping 5.0 Material: All materials, fittings and appliances used in the electrical installation shall be of the best quality of approved manufacturer and shall conform to the latest Indian Standard Specifications wherever these exist. 6.0 Workmanship: Good workmanship and neat appearance are the prerequisites for compliance with the various sections of these specifications. The work shall be carried out under direct supervision of a person holding Certificate of Competency issued with the statutory rules and regulations in force. The relevant ISI code of practice shall be followed wherever applicable. 7.0 Drawing: The set of all relevant electrical drawings, with specifications are furnishis own use until the completion of the contract. However wherever required, detailed drawings shall be prepared and got approved.On completion of the work, completion drawings shall be prepared and five copies of the same should be submitted to the Employer. The completion drawings shall indicate clearly the main switch board, the runs of various mains and subcircuits shall be clearly indicated and numbered in the wiring diagramsgiven the same number as the circuit to which they are electrically connected. 8.0 Marking & Apparatus: When a board is connected to voltage higher than 250 volts, all the terminals or leads of the apparatus mounted on it shall bor phases to which the apparatus or its different terminals may have been connected.Three Phases -- Red, Blue & Yellow Neutral -- Black Off wire -- White or Grey Earth wire -- GreenWhere four wire three phase wiring is done, thethree wire in another color. Where has more than one switch, each such switch shall be marked to indicate which section of the installation it controls. The main switch shall be marked as such and where there is more than one main switch is the building, each such switch shall be marked to indicate which section of the installation it controls.

TENDER ID: AHM20209001 61 Signature & Seal of Tenderer

All ELMCB should be tested for overloading, short circuit, earth leakage tripping and MCBs ng and short circuit tripping

All materials, fittings and appliances used in the electrical installation shall be of the best quality of approved manufacturer and shall conform to the latest Indian Standard Specifications

Good workmanship and neat appearance are the prerequisites for compliance with the various sections of these specifications. The work shall be carried out under direct supervision of a person holding Certificate of Competency issued by the State Government and in accordance with the statutory rules and regulations in force. The relevant ISI code of practice shall be

The set of all relevant electrical drawings, with specifications are furnished to the Contractor for his own use until the completion of the contract. However wherever required, detailed drawings shall be prepared and got approved. On completion of the work, completion drawings shall be prepared and five copies of the same

be submitted to the Employer. The completion drawings shall indicate clearly the main switch board, the runs of various mains and sub-mains, position of points and their controls. All circuits shall be clearly indicated and numbered in the wiring diagramsgiven the same number as the circuit to which they are electrically connected.

When a board is connected to voltage higher than 250 volts, all the terminals or leads of the apparatus mounted on it shall be marked in the following colours to indicate the different poles or phases to which the apparatus or its different terminals may have been connected.

Red, Blue & Yellow Black White or Grey Green

Where four wire three phase wiring is done, the neutral shall be in black color. Where has more than one switch, each such switch shall be marked

indicate which section of the installation it controls. The main switch shall be marked as such and where there is more than one main switch is the building, each such switch shall be marked to indicate which section of the installation it controls.

Signature & Seal of Tenderer

All ELMCB should be tested for overloading, short circuit, earth leakage tripping and MCBs

All materials, fittings and appliances used in the electrical installation shall be of the best quality of approved manufacturer and shall conform to the latest Indian Standard Specifications

Good workmanship and neat appearance are the prerequisites for compliance with the various sections of these specifications. The work shall be carried out under direct supervision of a

by the State Government and in accordance with the statutory rules and regulations in force. The relevant ISI code of practice shall be

hed to the Contractor for his own use until the completion of the contract. However wherever required, detailed drawings

On completion of the work, completion drawings shall be prepared and five copies of the same be submitted to the Employer. The completion drawings shall indicate clearly the main

mains, position of points and their controls. All circuits shall be clearly indicated and numbered in the wiring diagrams and all points shall be given the same number as the circuit to which they are electrically connected.

When a board is connected to voltage higher than 250 volts, all the terminals or leads of the e marked in the following colours to indicate the different poles

or phases to which the apparatus or its different terminals may have been connected.

neutral shall be in black color and the other r. Where has more than one switch, each such switch shall be marked

indicate which section of the installation it controls. The main switch shall be marked as such and where there is more than one main switch is the building, each such switch shall be marked

TENDER ID: AHM20209001

All marking required under this clause shall be clear and permanent. 9.0 Materials: All materials used in the construction of fittings shall be of such quality, design and construction that will provide adequate protection in normal use against mechanical and and exposures to the risk of injury or electric shock and shall withstand the effects of exposure to atmosphere.

10.0 Ceiling Rose: Ceiling rose and similar attachments be used on a circuit, the voltage of which normally exceeds 250 Volts. Normally only one flexible cord shall be attached a ceiling rose. Specially designed ceiling roses shall be used for multiple pendants 11.0 Socket Outlets & Plugs: A socket outlet shall not embody fuse terminals as an integral part of it. But the fuse may be embodied in plug in which case the plug shall be nonconnected that the fuse is connected to an outer or phase conductor or the nonconductor of the circuit. Every socket outlet shall be controlled by switch will be on the live side of the line. In an earthed system of supply, the outlet and plug shall be three pin type and the third terminal connected to earth.Every lighting fitting shall be controlled by a switch and where control at more than point is necessary by as many as two ways and intermediate switches as there are control points. Lights, fans and socket outlets shall be so located as to provide maximum comfort to the occupant and to enable him to utilizWhere conductors are required to be drawn through tube or channel leading to the fittings, the tube or channel must be free from sharp angles or protecting edges and of such size asenable them to be wired with the conductors used for the final subbraiding or taping. As far as possible all tubes or channels should be of sufficient size to permit looping back. c) Where a light fitting is supported bywhich the twin flexible cords can be subjected shall be as follows: SIZE OF TWIN FLEXIBLE CORDS Nominal cross sectional No. & diameter area of in

wires

Sq.Inch Sq.mm. Sq.Inch

TENDER ID: AHM20209001 62 Signature & Seal of Tenderer

rking required under this clause shall be clear and permanent.

All materials used in the construction of fittings shall be of such quality, design and construction that will provide adequate protection in normal use against mechanical and and exposures to the risk of injury or electric shock and shall withstand the effects of exposure

Ceiling rose and similar attachments - A ceiling rose or any other similar attachments shall not ed on a circuit, the voltage of which normally exceeds 250 Volts. Normally only one flexible

cord shall be attached a ceiling rose. Specially designed ceiling roses shall be used for multiple

not embody fuse terminals as an integral part of it. But the fuse may be embodied in plug in which case the plug shall be non-reversible and shall be so arranged and connected that the fuse is connected to an outer or phase conductor or the non

ductor of the circuit. Every socket outlet shall be controlled by switch will be on the live side of the line. In an earthed system of supply, the outlet and plug shall be three pin type and the third terminal connected to earth.

ll be controlled by a switch and where control at more than point is necessary by as many as two ways and intermediate switches as there are control points. Lights, fans and socket outlets shall be so located as to provide maximum comfort to the

nd to enable him to utilize the electricity in the most economical manner.Where conductors are required to be drawn through tube or channel leading to the fittings, the tube or channel must be free from sharp angles or protecting edges and of such size asenable them to be wired with the conductors used for the final sub-circuit without removing the braiding or taping. As far as possible all tubes or channels should be of sufficient size to permit

Where a light fitting is supported by one or more flexible cords, the maximum weight to which the twin flexible cords can be subjected shall be as follows:

SIZE OF TWIN FLEXIBLE CORDS

No. & diameter area of in wires

Maximum permissible weight

Sq.Inch Sq.mm. Sq.Inch

Signature & Seal of Tenderer

All materials used in the construction of fittings shall be of such quality, design and construction that will provide adequate protection in normal use against mechanical and electrical failures and exposures to the risk of injury or electric shock and shall withstand the effects of exposure

A ceiling rose or any other similar attachments shall not ed on a circuit, the voltage of which normally exceeds 250 Volts. Normally only one flexible

cord shall be attached a ceiling rose. Specially designed ceiling roses shall be used for multiple

not embody fuse terminals as an integral part of it. But the fuse may be reversible and shall be so arranged and

connected that the fuse is connected to an outer or phase conductor or the non-earthed ductor of the circuit. Every socket outlet shall be controlled by switch will be on the live side

of the line. In an earthed system of supply, the outlet and plug shall be three pin type and the

ll be controlled by a switch and where control at more than point is necessary by as many as two ways and intermediate switches as there are control points. Lights, fans and socket outlets shall be so located as to provide maximum comfort to the

e the electricity in the most economical manner. Where conductors are required to be drawn through tube or channel leading to the fittings, the tube or channel must be free from sharp angles or protecting edges and of such size as will

circuit without removing the braiding or taping. As far as possible all tubes or channels should be of sufficient size to permit

one or more flexible cords, the maximum weight to

Sq.mm

TENDER ID: AHM20209001

0.006 0.5 14/0.00760.0010 - 23/0.00760.0017 1.5 40/0.0076 Where a weight is greater than 4.5kflexible cords shall be used so that the maximum weight to which any cord is subjected does not exceed the above values, or Alternatively other support viz. suitable metal pipe or suitable support shall be provided.

No inflammable shade shall form a part of a light fitting unless sucprotected against all risks of fire. Celluloid shade or light fitting shall not be used under any circumstances.

Enclosed type fittings shall be provided with a removable glass receptacle, arranged to enclose the lamp completely and of suchif the position of fitting be such that the glass receptacle is liable to mglass shall be protected by a suitable wire guard. 12.0 Fittings Wire:

The use of fitting wire shall be restricted to the internal wiring of the lighting fittings. Where fittings wire is used for wiring fittings, the subceiling rose or connector from which they shall be carried into the fittings.

13.0 Lamp Holders: Lamp holders for use on brackets and the liall those for use with flexible pendant shall be provided with cord grips. All lamp holders shall be provided with shade carriers. Where centre contact outer or screw contact shall be connected to the ' middle wire ' or the neutral or to the earthed conductor of the circuit. 14-0 Lamps: All incandescent lamps, unless otherwise required, shall be hung at height of 2above the floor level They shall be provided with

Up to and including 200 watt. Above 200 watts and not exceeding 300 watts Above 300 watts

TENDER ID: AHM20209001 63 Signature & Seal of Tenderer

14/0.0076 14/0.193 1.4 23/0.0076 23/0.93 2.3 40/0.0076 40/0.193 4.3

e a weight is greater than 4.5kgs.(10 Lbs) then it has to be supported, two or three twin so that the maximum weight to which any cord is subjected does not

exceed the above values, or Alternatively other support viz. suitable metal pipe or suitable

No inflammable shade shall form a part of a light fitting unless such shade is well protected against all risks of fire. Celluloid shade or light fitting shall not be used under

Enclosed type fittings shall be provided with a removable glass receptacle, arranged to enclose the lamp completely and of such size or construction as to prevent undue heating of the lamp or if the position of fitting be such that the glass receptacle is liable to m

be protected by a suitable wire guard.

wire shall be restricted to the internal wiring of the lighting fittings. Where fittings wire is used for wiring fittings, the sub-circuit leads shall terminate in a ceiling rose or connector from which they shall be carried into the fittings.

Lamp holders for use on brackets and the like shall have not less than 1.3 all those for use with flexible pendant shall be provided with cord grips. All lamp holders shall be provided with shade carriers. Where centre contact Edison screw lamp holders are used, the outer or screw contact shall be connected to the ' middle wire ' or the neutral or to the earthed

All incandescent lamps, unless otherwise required, shall be hung at height of 2above the floor level They shall be provided with caps of the following patterns

- Standard Bayonet (B) Above 200 watts and not exceeding - Edison Screw (E.S.)

- Golliath Screw (GS)

Signature & Seal of Tenderer

3 5 10

gs.(10 Lbs) then it has to be supported, two or three twin so that the maximum weight to which any cord is subjected does not

exceed the above values, or Alternatively other support viz. suitable metal pipe or suitable

h shade is well protected against all risks of fire. Celluloid shade or light fitting shall not be used under

Enclosed type fittings shall be provided with a removable glass receptacle, arranged to enclose size or construction as to prevent undue heating of the lamp or

if the position of fitting be such that the glass receptacle is liable to mechanical damage the

wire shall be restricted to the internal wiring of the lighting fittings. circuit leads shall terminate in a

ceiling rose or connector from which they shall be carried into the fittings.

ke shall have not less than 1.3 cm (1/2") nipple and all those for use with flexible pendant shall be provided with cord grips. All lamp holders shall be

Edison screw lamp holders are used, the outer or screw contact shall be connected to the ' middle wire ' or the neutral or to the earthed

All incandescent lamps, unless otherwise required, shall be hung at height of 2.5m (8 ft.), caps of the following patterns:

TENDER ID: AHM20209001

15.0 Fans, Regulators and Clamps: Ceiling Fans: Ceiling fans including theirfollowing requirements : All ceiling fans shall be wired to ceiling roses or to special connector boxes and hooks or shackles with insulators between hooks and suspension rods. There shall be no joint in the suspension rod but if joints are unavoidable then such joints (2") minimum length and both ends of the pipes shall touch together within coupmeans of split pins; alternatively the two pipes may be welded.Canopies on top of suspension rod shall effectively hide the suspension.The leadings-in-wire shall be of nominal cross section area not less than (3.00.029") and shall be protected from abrasion. ii) Exhaust fans shall be erected at the places indicated by the Architects. For fixing an exhaust fan, a circular hole shall be provided in the wall to suit the size of the frame, which be fixed by means of rag bolt embedded in the wall. The exhaust fan shall be aired as near to the hole as possible by means of a flexible cord, care being taken that the blades rotates in the proper direction.

TESTING OF INSTALLATION 16.0 Insulation Resistance: The insulation resistance shall be measured by applying between earth and the whole system of conductors or any section thereof with all fuses in place and all switches closed and except in earthed concentric wiring all lamps in position or belectrically connected together, a direct current pressure of not less than twice the working pressure provided that it need not exceed 500 volts for medium voltage circuits. Where the supply is derived from the threwhich is connected to earth either direct 01 through added resistance, the working pressure shall be deemed to be that which is maintained between the outer or phase conductor and the neutral. The insulation resistance measured as above shall not be less than 50, divided by the number of points on the circuits provided that the whole installation shall be required to have an insulation resistance greater than one megControl rheostats, heating and power appliances and electrical sings may, it required, be disconnected from the circuit during the test, but in that event the insulation resistance between the case of frame work and all live parts or each rheostat appliance and sign shall not bethan that specified in the relevant IS specifications shall not be less than half a megThe insulation resistance shall also be measured between all conductors connected to one or phase conductor of the supply and all the conductors connected tor to the other pole or phase conductors of the supply and its value shall not be less than that specified in sub clause(b)

TENDER ID: AHM20209001 64 Signature & Seal of Tenderer

15.0 Fans, Regulators and Clamps:

Ceiling Fans: Ceiling fans including their suspension shall conform to IS

All ceiling fans shall be wired to ceiling roses or to special connector boxes and hooks or shackles with insulators between hooks and suspension rods. There shall be no joint in the suspension rod but if joints are unavoidable then such joints (2") minimum length and both ends of the pipes shall touch together within couplers and shall in addition to, be secured by means of split pins; alternatively the two pipes may be welded. Canopies on top of suspension rod shall effectively hide the suspension.

wire shall be of nominal cross section area not less than (3.00.029") and shall be protected from abrasion.

Exhaust fans shall be erected at the places indicated by the Architects. For fixing an exhaust fan, a circular hole shall be provided in the wall to suit the size of the frame, which be fixed by means of rag bolt embedded in the wall. The exhaust fan shall be aired as near to the hole as possible by means of a flexible cord, care being taken that the blades rotates in the

The insulation resistance shall be measured by applying between earth and the whole system of conductors or any section thereof with all fuses in place and all switches closed and except in earthed concentric wiring all lamps in position or both poles of the installation otherwise electrically connected together, a direct current pressure of not less than twice the working pressure provided that it need not exceed 500 volts for medium voltage circuits. Where the supply is derived from the three wire (AC or DC) or a poly phase system, the neutral pole of which is connected to earth either direct 01 through added resistance, the working pressure shall be deemed to be that which is maintained between the outer or phase conductor and the

he insulation resistance measured as above shall not be less than 50, divided by the number of points on the circuits provided that the whole installation shall be required to have an insulation resistance greater than one mega ohm.

ing and power appliances and electrical sings may, it required, be disconnected from the circuit during the test, but in that event the insulation resistance between the case of frame work and all live parts or each rheostat appliance and sign shall not bethan that specified in the relevant IS specifications shall not be less than half a megThe insulation resistance shall also be measured between all conductors connected to one or phase conductor of the supply and all the conductors connected to the middle wire or the neutral or to the other pole or phase conductors of the supply and its value shall not be less than that

Signature & Seal of Tenderer

suspension shall conform to IS: 374-1951 and to the

All ceiling fans shall be wired to ceiling roses or to special connector boxes and suspended from hooks or shackles with insulators between hooks and suspension rods. There shall be no joint in the suspension rod but if joints are unavoidable then such joints (2") minimum length and both

lers and shall in addition to, be secured by

Canopies on top of suspension rod shall effectively hide the suspension. wire shall be of nominal cross section area not less than 0.002 sq.inch

Exhaust fans shall be erected at the places indicated by the Architects. For fixing an exhaust fan, a circular hole shall be provided in the wall to suit the size of the frame, which shall be fixed by means of rag bolt embedded in the wall. The exhaust fan shall be aired as near to the hole as possible by means of a flexible cord, care being taken that the blades rotates in the

The insulation resistance shall be measured by applying between earth and the whole system of conductors or any section thereof with all fuses in place and all switches closed and except in

oth poles of the installation otherwise electrically connected together, a direct current pressure of not less than twice the working pressure provided that it need not exceed 500 volts for medium voltage circuits. Where the

e wire (AC or DC) or a poly phase system, the neutral pole of which is connected to earth either direct 01 through added resistance, the working pressure shall be deemed to be that which is maintained between the outer or phase conductor and the

he insulation resistance measured as above shall not be less than 50, divided by the number of points on the circuits provided that the whole installation shall be required to have an

ing and power appliances and electrical sings may, it required, be disconnected from the circuit during the test, but in that event the insulation resistance between the case of frame work and all live parts or each rheostat appliance and sign shall not be less than that specified in the relevant IS specifications shall not be less than half a mega ohm. The insulation resistance shall also be measured between all conductors connected to one or

o the middle wire or the neutral or to the other pole or phase conductors of the supply and its value shall not be less than that

TENDER ID: AHM20209001

On completion of an electric installation (or an extension to an installation) a certificate shall furnished by the contractor countersigned by the qualified supervisor the installation was carried out. The certificate shall be in the prescribed form as required by the local Electrical Supply Authorities. One such recommended form is given in Appendi Testing of earth continuity path: The earth continuity conductor including metal conduits and metallic envelopes of cables in all cases shall be tested for electric continuity and the electrical resistance of the same along with the earthling lead buleakage circuit-breaker measured from the connection with the earth electrode to any point in the earth continuity conductor in the completed installation shall not exceed one ohm.Testing of polarity of non-linkedIn a two wire installation a test shall be made to verify that all nonhave been fitted in the same conductor throughout and such conductor shall be labeled or marked for connection to an outer of phase cosupply. In a three wire or a four wire installation, a test shall be made to verify that every nonsingle pole switch is fitted in a conductor which is labeled or marked for connection to one of the outer or phase conductor of the supply. 17.0 CONDUIT CAPACITY: Maximum number of PVC insulated cables confirming to IS: 694conduit shall be as follows: Nominal cross sectional area of conductor

SIZE OF CONDUIT

64mm B -------------------------------------------1.5 5 4 10 8 18 12 2.5 5 3 8 6 12 10 4 3 2 6 3 10 8 6 2 - 10 2 - 16 - - 25 - - 35 - - 50 - - 70 - - NOTE: 1. The above table shows the max. Capacity of conduits for a simultaneous drawing of cables.

TENDER ID: AHM20209001 65 Signature & Seal of Tenderer

On completion of an electric installation (or an extension to an installation) a certificate shall furnished by the contractor countersigned by the qualified supervisor the installation was carried out. The certificate shall be in the prescribed form as required by the local Electrical Supply Authorities. One such recommended form is given in Appendix-B.

Testing of earth continuity path: The earth continuity conductor including metal conduits and metallic envelopes of cables in all cases shall be tested for electric continuity and the electrical resistance of the same along with the earthling lead but excluding any added resistance or earth

breaker measured from the connection with the earth electrode to any point in the earth continuity conductor in the completed installation shall not exceed one ohm.

linked single pole switches: In a two wire installation a test shall be made to verify that all non-linked single pole switches have been fitted in the same conductor throughout and such conductor shall be labeled or marked for connection to an outer of phase conductor or to the non-earthed conductor of the

In a three wire or a four wire installation, a test shall be made to verify that every nonsingle pole switch is fitted in a conductor which is labeled or marked for connection to one of the

er or phase conductor of the supply.

Maximum number of PVC insulated cables confirming to IS: 694-1977 that can be drawn in one

SIZE OF CONDUIT

20 mm 25mm 32mm 38mm 51mm

S B S B S B S B S B S

------------------------------------------- 5 4 10 8 18 12 - - - - - - 5 3 8 6 12 10 - - - - - - 3 2 6 3 10 8 - - - - - -

5 4 8 7 - - - - - - 4 3 6 5 8 6 - - - - 2 2 3 3 6 5 10 7 12 8 - - 3 2 5 3 8 7 9 7 - - - - 3 2 6 5 8 6 - - - - - - 5 3 6 5 - - - - - - 4 3 5 4

1. The above table shows the max. Capacity of conduits for a simultaneous drawing of cables.

Signature & Seal of Tenderer

On completion of an electric installation (or an extension to an installation) a certificate shall be furnished by the contractor countersigned by the qualified supervisor the installation was carried out. The certificate shall be in the prescribed form as required by the local Electrical Supply

Testing of earth continuity path: The earth continuity conductor including metal conduits and metallic envelopes of cables in all cases shall be tested for electric continuity and the electrical

t excluding any added resistance or earth breaker measured from the connection with the earth electrode to any point in

the earth continuity conductor in the completed installation shall not exceed one ohm.

linked single pole switches have been fitted in the same conductor throughout and such conductor shall be labeled or

earthed conductor of the

In a three wire or a four wire installation, a test shall be made to verify that every non-linked single pole switch is fitted in a conductor which is labeled or marked for connection to one of the

1977 that can be drawn in one

1. The above table shows the max. Capacity of conduits for a simultaneous drawing of cables.

TENDER ID: AHM20209001

2 The columns headed 'S' applies to runs of conduit which have distance not exceeding 4.25m between draw in boxes and which do not deflect from the straight by an angle of more than 15 The columns headed 'B' apply to runs of conduit which deflect from the straight by an angle of more than 15. 18.0 CABLES 18.1 Cables shall be supplied by Electrical 18.2 Cable Specifications: All cables shall be as per latest IS 1554 Part I PVC insulated heavy duty electric cables Part I for working Voltages up to and including 1100 V.All power cables shall be PVC insulated, armored, inner sheathed, PVC conductor. Control cables shall be of copper conductor.The core insulation and inner sheath shall confirm to the requirement of Type A IS 5831 STI IS respectively. Similarly for outer sheath. Cables shall have amour of steel wire upto 0and flat steel strip for higher OD.Cables shall be supplied in drums of 1000 mts. for and upto 6 sq mm and 10 sqmm and above in 500 mts. 18.3 Cabling: Cabling shall be done with help of jack and rollers. Cable shall be passed through RCC HumePipe wherever road crossing or pathway crossing is there. All cables shall rise form cable trenches in GI Pipes. Cable shall be tagged as per cable schedule at every 30 mts. by Aluminum tags of minimum 2mm thick securely fastened. They shall also be identterminations Above the cable trenches cable route markers shall be installed as per rules and regulations at every 30 mts and at every turnings of the cables or branching of cablesAll cables shall be laid in trenches at a depth of 750mm andlaying of cables sand shall be spread then the cable shall be laid which shall again be covered with sand minimum 150mm from the top of the largest dia of the cable. Then second class bricks shall be laid across the trench combe back filled and compacted by watering intermittentlyAll cables after laid shall be checkedentries in Gl pipes or Hume pipes shall be pipes. If required for the- cable- to run on cable trays then the cable shall be clamped by 16 SWG GI saddles and damps All works should be done to the satisfaction of the Engg 18.4 Terminations Cable shall be terminated by means of single compression glands and terminated by solder less crimped type lugs. All should be done to the satisfaction of the Engg.not have any color identification, then they should be identified by insulation tape of various

TENDER ID: AHM20209001 66 Signature & Seal of Tenderer

2 The columns headed 'S' applies to runs of conduit which have distance not exceeding 4.25m draw in boxes and which do not deflect from the straight by an angle of more than 15

The columns headed 'B' apply to runs of conduit which deflect from the straight by an angle of

Cables shall be supplied by Electrical Contractor.

All cables shall be as per latest IS 1554 Part I PVC insulated heavy duty electric cables Part I for working Voltages up to and including 1100 V. All power cables shall be PVC insulated, armored, inner sheathed, PVC conductor. Control cables shall be of copper conductor. The core insulation and inner sheath shall confirm to the requirement of Type A IS 5831 STI IS respectively. Similarly for outer sheath. Cables shall have amour of steel wire upto 0and flat steel strip for higher OD. Cables shall be supplied in drums of 1000 mts. for and upto 6 sq mm and 10 sqmm and above

Cabling shall be done with help of jack and rollers. Cable shall be passed through RCC HumePipe wherever road crossing or pathway crossing is there. All cables shall rise form cable trenches in GI Pipes. Cable shall be tagged as per cable schedule at every 30 mts. by Aluminum tags of minimum 2mm thick securely fastened. They shall also be ident

Above the cable trenches cable route markers shall be installed as per rules and regulations at every 30 mts and at every turnings of the cables or branching of cables All cables shall be laid in trenches at a depth of 750mm and as shown in drawings. Before laying of cables sand shall be spread then the cable shall be laid which shall again be covered with sand minimum 150mm from the top of the largest dia of the cable. Then second class bricks shall be laid across the trench completely covering the trench, lastly excavated soil shall be back filled and compacted by watering intermittently All cables after laid shall be checked for insulation level and measured before back filling. Cable entries in Gl pipes or Hume pipes shall be sealed by cable compound or putty for smaller dia of

to run on cable trays then the cable shall be clamped by 16 SWG GI saddles and damps All works should be done to the satisfaction of the Engg

Cable shall be terminated by means of single compression glands and terminated by solder less crimped type lugs. All should be done to the satisfaction of the Engg.-in

r identification, then they should be identified by insulation tape of various

Signature & Seal of Tenderer

2 The columns headed 'S' applies to runs of conduit which have distance not exceeding 4.25m draw in boxes and which do not deflect from the straight by an angle of more than 15

The columns headed 'B' apply to runs of conduit which deflect from the straight by an angle of

All cables shall be as per latest IS 1554 Part I PVC insulated heavy duty electric cables Part I for

All power cables shall be PVC insulated, armored, inner sheathed, PVC insulated aluminum

The core insulation and inner sheath shall confirm to the requirement of Type A IS 5831 STI IS respectively. Similarly for outer sheath. Cables shall have amour of steel wire upto 0 D of 18 mm

Cables shall be supplied in drums of 1000 mts. for and upto 6 sq mm and 10 sqmm and above

Cabling shall be done with help of jack and rollers. Cable shall be passed through RCC Hume Pipe wherever road crossing or pathway crossing is there. All cables shall rise form cable trenches in GI Pipes. Cable shall be tagged as per cable schedule at every 30 mts. by Aluminum tags of minimum 2mm thick securely fastened. They shall also be identified near the

Above the cable trenches cable route markers shall be installed as per rules and regulations at

as shown in drawings. Before laying of cables sand shall be spread then the cable shall be laid which shall again be covered with sand minimum 150mm from the top of the largest dia of the cable. Then second class

pletely covering the trench, lastly excavated soil shall

ed before back filling. Cable sealed by cable compound or putty for smaller dia of

to run on cable trays then the cable shall be clamped by 16 SWG GI saddles and damps All works should be done to the satisfaction of the Engg - in Charge.

Cable shall be terminated by means of single compression glands and terminated by solder less in-Charge. If the cores do

r identification, then they should be identified by insulation tape of various

TENDER ID: AHM20209001

phases. Cable shall enter any termination point by means of double compression glands, using reducers if required or drill of holes in gland plates. IF panel installed on a cabldoes not have any bottom excess then holes shall be drilled in one line for the cables then the gland plates is cut into two halves from the centre of the hole. Cables inserted and sealed and the armour in the bottom should open and earthed done by hand crimping tool or hydraulic crimping tool with conducting jelly applied to conductors. Insulation shall be cut immediately after the lugs and care should be taken that the conductor is not left open. All jointing and crimping shall be carried out by licensed and experienced jointers approved E.I.C. and termination and straight joint shall be of 'Taped' or heat shrinkable type as specified.18.5 Testing: Before energizing, the mugger test shall be carrto phase and phase to earth. For cable up to 1.1 KV grade 1000 KV mugger shall be used.D.C. High Voltage test shall be conducted after installation on the following and test results are recorded as per format furnished by the Engineera) All 1000 Volts grade cables in which straight through joints have been made.b) All cables above 1100 V grade.For record purposes test data shall include the measure values of leakage current verses time.The DC High voltage test shall be performed as detailed below in the presence of the EIC or his authorized representative only. Cables shall be installed in final position with shall be kept on unfinished so that tsubjected to test Voltages The Test Voltage shall be as under:i) for cable 3.3 KV Grade 5.4 KV DCii) for cable 66 KV Grade 10.8 KV DC iii) for cable 11 KV Grade 18 Cable schedule and layout drawings must be marked for AS BUILT conditions during the installations work and shall be approved by the Site Engg. IDENTIFICATION OF EARTHED AND EARTHED NEUTRAL CONDUCTORS AND POSITION OF SWITCHES AND CUTOUTS THEREIN: Where the conductors include an earthed conductor of twoconductor of a multi-wire system or a conductor which is to be connected thereto, the following conditions shall be compiled with1. An indication of a permanent naneutral conductor, or the conductor which is to be connected thereto, to enable such conductor to be distinguished from any live conductor. Such indication shall be provided.a) Where the earthed or earthed neutral conductor is the property of the bidder, at or near the point of commencement of the supply.b) Where a conductor forming part of a consumer's system is to be connected to the bidder's

TENDER ID: AHM20209001 67 Signature & Seal of Tenderer

phases. Cable shall enter any termination point by means of double compression glands, using reducers if required or drill of holes in gland plates. IF panel installed on a cabldoes not have any bottom excess then holes shall be drilled in one line for the cables then the gland plates is cut into two halves from the centre of the hole. Cables inserted and sealed and the armour in the bottom should open and earthed to the earth bus. Crimping of lugs shall be done by hand crimping tool or hydraulic crimping tool with conducting jelly applied to conductors. Insulation shall be cut immediately after the lugs and care should be taken that the

All jointing and crimping shall be carried out by licensed and experienced jointers approved E.I.C. and termination and straight joint shall be of 'Taped' or heat shrinkable type as specified.

Before energizing, the mugger test shall be carried out for insulation resistance between phase

For cable up to 1.1 KV grade 1000 KV mugger shall be used. D.C. High Voltage test shall be conducted after installation on the following and test results are

t furnished by the Engineer-in-charge. a) All 1000 Volts grade cables in which straight through joints have been made.b) All cables above 1100 V grade. For record purposes test data shall include the measure values of leakage current verses time.

igh voltage test shall be performed as detailed below in the presence of the EIC or his

Cables shall be installed in final position with all straight through joints complete. Termination shall be kept on unfinished so that the motors, switchgears, t transformers, etc.

The Test Voltage shall be as under: e 3.3 KV Grade 5.4 KV DC

ii) for cable 66 KV Grade 10.8 KV DC iii) for cable 11 KV Grade 18 KV DC Cable schedule and layout drawings must be marked for AS BUILT conditions during the installations work and shall be approved by the Site Engg.

IDENTIFICATION OF EARTHED AND EARTHED NEUTRAL CONDUCTORS AND POSITION OF SWITCHES AND CUTOUTS THEREIN:

Where the conductors include an earthed conductor of two-wire system or an earthed neutral wire system or a conductor which is to be connected thereto, the following

conditions shall be compiled with 1. An indication of a permanent nature shall be provided by the owner of the earthed or earthed neutral conductor, or the conductor which is to be connected thereto, to enable such conductor to be distinguished from any live conductor. Such indication shall be provided.

d or earthed neutral conductor is the property of the bidder, at or near the point of commencement of the supply. b) Where a conductor forming part of a consumer's system is to be connected to the bidder's

Signature & Seal of Tenderer

phases. Cable shall enter any termination point by means of double compression glands, using reducers if required or drill of holes in gland plates. IF panel installed on a cable trench which does not have any bottom excess then holes shall be drilled in one line for the cables then the gland plates is cut into two halves from the centre of the hole. Cables inserted and sealed and

to the earth bus. Crimping of lugs shall be done by hand crimping tool or hydraulic crimping tool with conducting jelly applied to conductors. Insulation shall be cut immediately after the lugs and care should be taken that the

All jointing and crimping shall be carried out by licensed and experienced jointers approved E.I.C. and termination and straight joint shall be of 'Taped' or

ied out for insulation resistance between phase

D.C. High Voltage test shall be conducted after installation on the following and test results are

a) All 1000 Volts grade cables in which straight through joints have been made.

For record purposes test data shall include the measure values of leakage current verses time. igh voltage test shall be performed as detailed below in the presence of the EIC or his

straight through joints complete. Termination tchgears, t transformers, etc. are not

Cable schedule and layout drawings must be marked for AS BUILT conditions during the

IDENTIFICATION OF EARTHED AND EARTHED NEUTRAL CONDUCTORS AND POSITION

wire system or an earthed neutral wire system or a conductor which is to be connected thereto, the following

ture shall be provided by the owner of the earthed or earthed neutral conductor, or the conductor which is to be connected thereto, to enable such conductor to be distinguished from any live conductor. Such indication shall be provided.

d or earthed neutral conductor is the property of the bidder, at or near the

b) Where a conductor forming part of a consumer's system is to be connected to the bidder's

TENDER ID: AHM20209001

earthed or earthed neutral conductor, at the pointc) In all other cases, at a point corresponding to the point of commencement of supply or at such other point as may be approved by an inspector.2. No cut-out, link or switch other than a linkedthe earthed or earthed neutral conductor and live conductor shall be inserted or remain inserted in any earthed or earthed neutral conductor of a twoneutral conductor of a multi-wire system ofollowing exceptions a) A link for testing purposes - OR b) A switch for use in controlling a generator or transformer.ELECTRICAL CODE OF PRACTICEThe following ISI code of practice for providing and deemed any deviation from the code should be approved from the Electrical Inspector.a) ISI 694-1977 : PVC insulated cables for working voltages upb) ISI 1554-1976: PCV insulated (and including 1100 V. c) ISI 1554-1981: PVC insulated (Heavy duty) electric (PART3.3 KV up to and including 11 Kv.

d) ISI 2551-1963: Danger notice plates.

e) ISI 3043-1966: Earthing f) ISI 5578-1970: Guide for marking of insulated conductors.g) ISI 5216-1969: Guide for safety procedures and practices in electrical works.h) ISI 3072-1975: Installation and maintenance of switch gears.i) ISI 1886-1967: Installation & maintenance of transformers.j) ISI 1944-1970: Lighting of Public thoroughfares.

k) ISI 2309-1969 : Protection of building and allied structures against lighting.

i) ISI 3106-1966: Selection, installation and maintenance of fuses (Voltages no exvolts). m) ISI 8923-1978: Warning symbol for dangerous voltages. n) ISI 2208fuse links upto 650 V. o) ISI 8724p) ISI 10118-1982: Switchgear and control gear, selection, (PARTmaintenance code of practice. Part III: Installation. Part IV: Maintenance. q) Transformers, selection, installation and maintenance of code of practice.Part II Installation : 10028 (Part II) 1981. Part III Maintenance: 10028 (Part II) 1981.

TENDER ID: AHM20209001 68 Signature & Seal of Tenderer

earthed or earthed neutral conductor, at the point where such connectionc) In all other cases, at a point corresponding to the point of commencement of supply or at such other point as may be approved by an inspector.

out, link or switch other than a linked-switch arranged to opethe earthed or earthed neutral conductor and live conductor shall be inserted or remain inserted in any earthed or earthed neutral conductor of a two-wire system or in any earthed or earthed

wire system or in any conductor connected thereto with the

OR - b) A switch for use in controlling a generator or transformer. ELECTRICAL CODE OF PRACTICE The following ISI code of practice for providing and installation of the el

ny deviation from the code should be approved from the Electrical Inspector.1977 : PVC insulated cables for working voltages up to and including 1100 Volts.

: PCV insulated (heavy duty) (part-l) electric cables for working voltages up

: PVC insulated (Heavy duty) electric (PART-I) cables for working voltages from to and including 11 Kv.

: Danger notice plates.

: Guide for marking of insulated conductors. : Guide for safety procedures and practices in electrical works.: Installation and maintenance of switch gears.

allation & maintenance of transformers. : Lighting of Public thoroughfares.

1969 : Protection of building and allied structures against lighting.

: Selection, installation and maintenance of fuses (Voltages no ex

: Warning symbol for dangerous voltages. n) ISI 2208ks upto 650 V. o) ISI 8724-1978: Rewireable fuses upto 650 V.

: Switchgear and control gear, selection, (PART

q) Transformers, selection, installation and maintenance of code of practice.

Installation : 10028 (Part II) 1981.

(Part II) 1981.

Signature & Seal of Tenderer

where such connection is to be made. c) In all other cases, at a point corresponding to the point of commencement of supply or at

switch arranged to operate simultaneously on the earthed or earthed neutral conductor and live conductor shall be inserted or remain inserted

wire system or in any earthed or earthed r in any conductor connected thereto with the

installation of the electrical items shall be ny deviation from the code should be approved from the Electrical Inspector.

to and including 1100 Volts. l) electric cables for working voltages up to

I) cables for working voltages from

: Guide for safety procedures and practices in electrical works.

1969 : Protection of building and allied structures against lighting.

: Selection, installation and maintenance of fuses (Voltages no exceeding 650

: Warning symbol for dangerous voltages. n) ISI 2208-1962: HRC cartridge

: Switchgear and control gear, selection, (PART-III) installation and

q) Transformers, selection, installation and maintenance of code of practice.

TENDER ID: AHM20209001

SPECIFICATION FOR PANELS (LIGHTING & POWER) Panel shall be fabricated from CRCA sheet, main frame with 14 SWG sheet and

compartments with 16 SWG sheet Bus Bars shall be of Aluminum /copper (as per SLD dwgs) PVC sleeved with the rating of

stated in drawing. The panel shall have gone through seven tank processes and shall be painted with shade no

631 or approved, oven baked. Panel shall be Dust and Vermin Proof Cable entries shall be from the bottom / top (as per the dwg) and all gland pl

detachable. All outgoing feeders shall have elmex make terminals to be provided in cable alley

compartment. A continuous earth bulbar to be provided at the bottom of panel. All internal wiring / inter-connections shall be made by using coppe PVC insulated ISI wires (flexible type specially used in Panel) according rating of feeders. All compartment doors shall be provided with neoprene rubber gasket and shall have door

interlocking arrangement such that the compartments do not openposition.

Bus Bar alleys can be opened only with castle panel key while the Cable Alleys may have screw type knob arrangement.

A suitable Base frame of with ISMC channel shall be provided.Panel should be rated for 415 V,3 phase 4level of 40 KA (sys) for 1 second. Ambient temperature 45 degree and temperature rise of bus bar is to be limited so that end temperature does not exceed 85 degree C. Bus bars will be mounted on epoxy insulaappropriate cross section should be provided continuously at the bottom of the panel. The incoming and outgoing feeders shall be as per Single Line Diagram.

TENDER ID: AHM20209001 69 Signature & Seal of Tenderer

SPECIFICATION FOR PANELS (LIGHTING & POWER)

Panel shall be fabricated from CRCA sheet, main frame with 14 SWG sheet and compartments with 16 SWG sheet Bus Bars shall be of Aluminum /copper (as per SLD dwgs) PVC sleeved with the rating of

The panel shall have gone through seven tank processes and shall be painted with shade no 631 or approved, oven baked. Panel shall be Dust and Vermin Proof Cable entries shall be from the bottom / top (as per the dwg) and all gland pl

All outgoing feeders shall have elmex make terminals to be provided in cable alley

A continuous earth bulbar to be provided at the bottom of panel. connections shall be made by using copper conductor

PVC insulated ISI wires (flexible type specially used in Panel) according rating of feeders.All compartment doors shall be provided with neoprene rubber gasket and shall have door interlocking arrangement such that the compartments do not open when the switch is in ON

Bus Bar alleys can be opened only with castle panel key while the Cable Alleys may have screw type knob arrangement. A suitable Base frame of with ISMC channel shall be provided. Panel should be rated for 415 V,3 phase 4 wire, 50 c/s, A.C. supply system having a fault level of 40 KA (sys) for 1 second. Ambient temperature 45 degree and temperature rise of bus bar is to be limited so that end temperature does not exceed 85 degree C. Bus bars will be mounted on epoxy insulators of adequate strength. Aluminum earth bus bar of appropriate cross section should be provided continuously at the bottom of the panel. The incoming and outgoing feeders shall be as per Single Line Diagram.

Signature & Seal of Tenderer

SPECIFICATION FOR PANELS (LIGHTING & POWER)

Panel shall be fabricated from CRCA sheet, main frame with 14 SWG sheet and

Bus Bars shall be of Aluminum /copper (as per SLD dwgs) PVC sleeved with the rating of as

The panel shall have gone through seven tank processes and shall be painted with shade no

Cable entries shall be from the bottom / top (as per the dwg) and all gland plates are to be

All outgoing feeders shall have elmex make terminals to be provided in cable alley

r conductor PVC insulated ISI wires (flexible type specially used in Panel) according rating of feeders. All compartment doors shall be provided with neoprene rubber gasket and shall have door

when the switch is in ON

Bus Bar alleys can be opened only with castle panel key while the Cable Alleys may have

wire, 50 c/s, A.C. supply system having a fault level of 40 KA (sys) for 1 second. Ambient temperature 45 degree and temperature rise of bus bar is to be limited so that end temperature does not exceed 85 degree C. Bus bars will

tors of adequate strength. Aluminum earth bus bar of appropriate cross section should be provided continuously at the bottom of the panel. The

TENDER ID: AHM20209001

IMPORTANT POINTS TO BE NOTED

1. Rates for LIGHT, FAN, EX. FAN, CALL BELL, RAW POWER ETC. POINTS includes the cost of main wires and PVC pipes from LDBSWITCHBOARDS WITH REQUIRE CIRCUITS.

2. Rates for COMPUTER POWER POINTS include the cost of wires and PVC pipes from UPS DB to COMPUTER POWER POINTS.

3. Rates for COMPUTER I/O include the cost of DATA cables and PVC pipes from SERVER SWITCH to COMPUTER NODES.

4. Rates for TELE POINTS include the cost of TELEPHONE Wires and PVC pipes from EPABX/CRONE BOX to TELE. POINTS.

5. Rates for A.C. / POWER POINTS include the cost of wires and PVC pipes from A.C. DB to DIFFERENT A.C. AND POWER POINTS WITH REQUIRE CIRCUITS.

6. THE CONTRACTOR SHOULD SUBMIT THE BUILTUP SLD OF PANEL, SLD OF DIFFERENT DBS TO DIFFERENT SWITCHBOARDS WITH NUMBERING, SLD OF DATARACK TO DIFFERENT I/O POINTS WITH NUMBERING, TELE. KRONE BOX TO DIFFERENT TELE. POINTS WITH NUMBERING, ETC. AFTER EXECUTION OF THE BRANCH. – 2 SETS OF COPIES

7. THE CONTRACTOR SHOULD USE MAX. 3 CIRCUITS IN ONE CONDUIT FOR UPS & RAW POWER POINTS.

8. THE CONTRACTOR SHOULD USE MAX. 3 WIRES OF DATA & TELE. IN ONE CONDUIT.9. EVERY CONDUIT FOR UPS , RAW POWER , DATA & TELE., POWER POINTS, AC

POINTS , LIGHTING POINTS SB SHOULD BE SEPARATE.10. FOR DATA & TELE. POINTS, BIG JUNCTION BOX MUST BE REQUIRE11. FOR UPS & RAW POWER POINTS, BIG/ SMALL JUNCTION BOX MUST BEREQUIRED.12. EMPTY CONDUIT MUST BE LAID FOR SECURITY SYSTEM.13. PVC CONDUITS MUST BE CLAMPED WITH SADDLES IN CEILING ONLY.14. ELE. CONTRACTOR MUST SUBMIT CERTIFIED LOAD LIST WITH ELE. LICENSE NO. /

SUPERVISOR CERTIFICATE NO.15. CONTRACTOR SHOULD SUBMIT TEST REPORT.16. CONTRACTOR SHOULD PRESENT EARTHING PLATES BEFORE EXECUTION.

TENDER ID: AHM20209001 70 Signature & Seal of Tenderer

IMPORTANT POINTS TO BE NOTED

for LIGHT, FAN, EX. FAN, CALL BELL, RAW POWER ETC. POINTS includes the cost of main wires and PVC pipes from LDB-ROW POWER DB to DIFFERENT SWITCHBOARDS WITH REQUIRE CIRCUITS. Rates for COMPUTER POWER POINTS include the cost of wires and PVC pipes from UPS DB to COMPUTER POWER POINTS. Rates for COMPUTER I/O include the cost of DATA cables and PVC pipes from SERVER SWITCH to COMPUTER NODES. Rates for TELE POINTS include the cost of TELEPHONE Wires and PVC pipes from EPABX/CRONE BOX to TELE. POINTS.

A.C. / POWER POINTS include the cost of wires and PVC pipes from A.C. DB to DIFFERENT A.C. AND POWER POINTS WITH REQUIRE CIRCUITS.THE CONTRACTOR SHOULD SUBMIT THE BUILTUP SLD OF PANEL, SLD OF DIFFERENT DBS TO DIFFERENT SWITCHBOARDS WITH NUMBERING, SLD OF DATARACK TO DIFFERENT I/O POINTS WITH NUMBERING, TELE. KRONE BOX TO DIFFERENT TELE. POINTS WITH NUMBERING, ETC. AFTER EXECUTION OF THE

2 SETS OF COPIES – 1 WITH LAMINATION. THE CONTRACTOR SHOULD USE MAX. 3 CIRCUITS IN ONE CONDUIT FOR UPS &

THE CONTRACTOR SHOULD USE MAX. 3 WIRES OF DATA & TELE. IN ONE CONDUIT.EVERY CONDUIT FOR UPS , RAW POWER , DATA & TELE., POWER POINTS, AC POINTS , LIGHTING POINTS SB SHOULD BE SEPARATE. FOR DATA & TELE. POINTS, BIG JUNCTION BOX MUST BE REQUIREFOR UPS & RAW POWER POINTS, BIG/ SMALL JUNCTION BOX MUST BEREQUIRED.EMPTY CONDUIT MUST BE LAID FOR SECURITY SYSTEM. PVC CONDUITS MUST BE CLAMPED WITH SADDLES IN CEILING ONLY.ELE. CONTRACTOR MUST SUBMIT CERTIFIED LOAD LIST WITH ELE. LICENSE NO. /

VISOR CERTIFICATE NO. CONTRACTOR SHOULD SUBMIT TEST REPORT. CONTRACTOR SHOULD PRESENT EARTHING PLATES BEFORE EXECUTION.

Signature & Seal of Tenderer

for LIGHT, FAN, EX. FAN, CALL BELL, RAW POWER ETC. POINTS includes the ROW POWER DB to DIFFERENT

Rates for COMPUTER POWER POINTS include the cost of wires and PVC pipes from UPS

Rates for COMPUTER I/O include the cost of DATA cables and PVC pipes from SERVER

Rates for TELE POINTS include the cost of TELEPHONE Wires and PVC pipes from

A.C. / POWER POINTS include the cost of wires and PVC pipes from A.C. DB to DIFFERENT A.C. AND POWER POINTS WITH REQUIRE CIRCUITS. THE CONTRACTOR SHOULD SUBMIT THE BUILTUP SLD OF PANEL, SLD OF DIFFERENT DBS TO DIFFERENT SWITCHBOARDS WITH NUMBERING, SLD OF DATARACK TO DIFFERENT I/O POINTS WITH NUMBERING, TELE. KRONE BOX TO DIFFERENT TELE. POINTS WITH NUMBERING, ETC. AFTER EXECUTION OF THE

THE CONTRACTOR SHOULD USE MAX. 3 CIRCUITS IN ONE CONDUIT FOR UPS &

THE CONTRACTOR SHOULD USE MAX. 3 WIRES OF DATA & TELE. IN ONE CONDUIT. EVERY CONDUIT FOR UPS , RAW POWER , DATA & TELE., POWER POINTS, AC

FOR DATA & TELE. POINTS, BIG JUNCTION BOX MUST BE REQUIRED. FOR UPS & RAW POWER POINTS, BIG/ SMALL JUNCTION BOX MUST BEREQUIRED.

PVC CONDUITS MUST BE CLAMPED WITH SADDLES IN CEILING ONLY. ELE. CONTRACTOR MUST SUBMIT CERTIFIED LOAD LIST WITH ELE. LICENSE NO. /

CONTRACTOR SHOULD PRESENT EARTHING PLATES BEFORE EXECUTION.

TENDER ID: AHM20209001

ADDITIONAL SPECIFICATION & CONDITIONS

1. Wherever the specifications are not specified in details the work shall be carried out CPWD specifications or Manufacturer’s instructions or architects instructions depending upon the site conditions as directed by the Bank/ Architects

2. The tenderer must visit the site and acquaint themselves with the site conditions. It must be noted that the work is to be carried out in the functional branch without hindering the normal functioning of the Branch. The work shall generally be carried out on holidays or after Banking hours only.

3. The contractor has to work in coordination with the other cof working shall be prepared in consultation with the Architects/Banks. Regular updating / modification of such schedule shall be required.

4. For normal functioning of the Bank/Branch the contractor shall be required to setc and/or relocate the existing and/or new loose and/or fix furniture and/or any other item of works and/or any such materials at new location at times. The contractor shall carry out all such activities with utmost priority and withoutshall quote the rates inclusive of all such activities/works as may be required as per site conditions. The rates quoted by the tenderer shall be inclusive of all such temporary/semipermanent works/activities.

5. The contractor shall be required to obtain satisfactory execution and/or application certificate from the manufacturer and/or authorized dealer/s in respect of specialized items of work such as water proofing etc as decided by the Bank/Architects.and inspection of the work in respect of the representatives of such firms/manufacturers within the rates quoted/accepted by the bank.

6. The contractor shall produce the bills / challans / documentary evidences andgenuineness of materials used by him when so ever asked/demanded by the Architects/Bank

7. Please note that in case of a percentage rate tender and individual item rates are not to be filled and/or tempered with and/or altered and/or chanor below (-) the estimated rates & amount are to be filled and the Net Tender Amount is to be worked out.

8. No running bill payments shall be made. The contractor has to submit the Final Bill on satisfactory Completion of the Work. However the contractor shall ensure that the measurements are recorded by them and got checked from the Architects from time to time particularly for hidden/concealed item of works.

9. The Bank will be absolutely authorized and entitled to rthird party and / or Bank and / or workmen and / or any statutory recovery etc. from the contractors bill and / or any amount dsettle such claims and or fails to pay against such claims/recoveries promptly to the satisfaction of the bank/architects.

TENDER ID: AHM20209001 71 Signature & Seal of Tenderer

ADDITIONAL SPECIFICATION & CONDITIONS

Wherever the specifications are not specified in details the work shall be carried out CPWD specifications or Manufacturer’s instructions or architects instructions depending upon the site conditions as directed by the Bank/ Architects The tenderer must visit the site and acquaint themselves with the site conditions. It must be

that the work is to be carried out in the functional branch without hindering the normal functioning of the Branch. The work shall generally be carried out on holidays or after Banking

The contractor has to work in coordination with the other contractors and daily/weekly schedule of working shall be prepared in consultation with the Architects/Banks. Regular updating / modification of such schedule shall be required. For normal functioning of the Bank/Branch the contractor shall be required to setc and/or relocate the existing and/or new loose and/or fix furniture and/or any other item of works and/or any such materials at new location at times. The contractor shall carry out all such activities with utmost priority and without any additional/extra cost to the bank. The tendrerer shall quote the rates inclusive of all such activities/works as may be required as per site conditions. The rates quoted by the tenderer shall be inclusive of all such temporary/semi

The contractor shall be required to obtain satisfactory execution and/or application certificate from the manufacturer and/or authorized dealer/s in respect of specialized items of work such as water proofing etc as decided by the Bank/Architects. The contractor shall arrange for the visit and inspection of the work in respect of the representatives of such firms/manufacturers within the rates quoted/accepted by the bank. The contractor shall produce the bills / challans / documentary evidences andgenuineness of materials used by him when so ever asked/demanded by the Architects/BankPlease note that in case of a percentage rate tender and individual item rates are not to be filled and/or tempered with and/or altered and/or changed. Only the percentage & amount above (+)

) the estimated rates & amount are to be filled and the Net Tender Amount is to be

No running bill payments shall be made. The contractor has to submit the Final Bill on tion of the Work. However the contractor shall ensure that the

measurements are recorded by them and got checked from the Architects from time to time particularly for hidden/concealed item of works. The Bank will be absolutely authorized and entitled to recover the amount on account of loss to third party and / or Bank and / or workmen and / or any statutory recovery etc. from the contractors bill and / or any amount due to be paid to the contractor, in case contractor fails to

ils to pay against such claims/recoveries promptly to the satisfaction

Signature & Seal of Tenderer

ADDITIONAL SPECIFICATION & CONDITIONS

Wherever the specifications are not specified in details the work shall be carried out as per CPWD specifications or Manufacturer’s instructions or architects instructions depending upon

The tenderer must visit the site and acquaint themselves with the site conditions. It must be that the work is to be carried out in the functional branch without hindering the normal

functioning of the Branch. The work shall generally be carried out on holidays or after Banking

ontractors and daily/weekly schedule of working shall be prepared in consultation with the Architects/Banks. Regular updating /

For normal functioning of the Bank/Branch the contractor shall be required to shift the furniture etc and/or relocate the existing and/or new loose and/or fix furniture and/or any other item of works and/or any such materials at new location at times. The contractor shall carry out all such

any additional/extra cost to the bank. The tendrerer shall quote the rates inclusive of all such activities/works as may be required as per site conditions. The rates quoted by the tenderer shall be inclusive of all such temporary/semi-

The contractor shall be required to obtain satisfactory execution and/or application certificate from the manufacturer and/or authorized dealer/s in respect of specialized items of work such as

The contractor shall arrange for the visit and inspection of the work in respect of the representatives of such firms/manufacturers within

The contractor shall produce the bills / challans / documentary evidences and proof in respect of genuineness of materials used by him when so ever asked/demanded by the Architects/Bank Please note that in case of a percentage rate tender and individual item rates are not to be filled

ged. Only the percentage & amount above (+) ) the estimated rates & amount are to be filled and the Net Tender Amount is to be

No running bill payments shall be made. The contractor has to submit the Final Bill on tion of the Work. However the contractor shall ensure that the

measurements are recorded by them and got checked from the Architects from time to time

ecover the amount on account of loss to third party and / or Bank and / or workmen and / or any statutory recovery etc. from the

, in case contractor fails to ils to pay against such claims/recoveries promptly to the satisfaction

TENDER ID: AHM20209001

1. This is an item rate tender. 2. Wherever the specifications are not specified in details the work shall be carried out as per

CPWD specifications or Manufacturer’s instructions or architects instructions depending upon the site conditions as directed by the Bank/ Architects.

3. The tenderer must visit the site and acquaint themselves with the site conditions. It must be

noted that the work is to be carried out in the functional branch without hindering the normal functioning of the Branch. The work shall generally be carried out on holidays or after Banking hours only.

4. The contractor has to work in coordination with the other contractor

of working shall be prepared in consultation with the Architects/Banks. Regular updating / modification of such schedule shall be required.

5. For normal functioning of the Bank/Branch the contractor shall be required to shift the

etc and/or relocate the existing and/or new loose and/or fix furniture and/or any other item of works and/or any such materials at new location at times. The contractor shall carry out all such activities with utmost priority and without any addtenderer shall quote the rates inclusive of all such activities/works as may be required as per site conditions. The rates quoted by the tenderer shall be inclusive of all such temporary/semipermanent works/activities.

6. The contractor shall be required to obtain satisfactory execution and/or application certificate

from the manufacturer and/or authorized dealer/s in respect of specialized items of work such as water proofing etc as decided by the Bank/Architects. The convisit and inspection of the work in respect of the representatives of such firms/manufacturers within the rates quoted/accepted by the bank.

7. The contractor shall produce the bills / challans / documentary evidences and proof

of genuineness of materials used by him when so ever asked/demanded by the Architects/Bank.

8. Please note that in case of a percentage rate tender and individual item rates are not to be

filled and/or tempered with and/or altered and/or changed. above (+) or below (-) the estimated rates & amount are to be filled and the Net Tender Amount is to be worked out.

9. No running bill payments shall be made. The contractor has to submit the Final Bill on

satisfactory Completion of the Work. However the contractor shall ensure that the

TENDER ID: AHM20209001 72 Signature & Seal of Tenderer

TECHNICAL SPECIFICATIONS

Wherever the specifications are not specified in details the work shall be carried out as per specifications or Manufacturer’s instructions or architects instructions depending upon

the site conditions as directed by the Bank/ Architects.

The tenderer must visit the site and acquaint themselves with the site conditions. It must be ork is to be carried out in the functional branch without hindering the normal

functioning of the Branch. The work shall generally be carried out on holidays or after Banking

The contractor has to work in coordination with the other contractors and daily/weekly schedule of working shall be prepared in consultation with the Architects/Banks. Regular updating / modification of such schedule shall be required.

For normal functioning of the Bank/Branch the contractor shall be required to shift theetc and/or relocate the existing and/or new loose and/or fix furniture and/or any other item of works and/or any such materials at new location at times. The contractor shall carry out all such activities with utmost priority and without any additional/extra cost to the bank. The tenderer shall quote the rates inclusive of all such activities/works as may be required as per site conditions. The rates quoted by the tenderer shall be inclusive of all such temporary/semi

The contractor shall be required to obtain satisfactory execution and/or application certificate from the manufacturer and/or authorized dealer/s in respect of specialized items of work such as water proofing etc as decided by the Bank/Architects. The contractor shall arrange for the visit and inspection of the work in respect of the representatives of such firms/manufacturers within the rates quoted/accepted by the bank.

The contractor shall produce the bills / challans / documentary evidences and proof of genuineness of materials used by him when so ever asked/demanded by the

Please note that in case of a percentage rate tender and individual item rates are not to be filled and/or tempered with and/or altered and/or changed. Only the percentage & amount

) the estimated rates & amount are to be filled and the Net Tender

No running bill payments shall be made. The contractor has to submit the Final Bill on of the Work. However the contractor shall ensure that the

Signature & Seal of Tenderer

Wherever the specifications are not specified in details the work shall be carried out as per specifications or Manufacturer’s instructions or architects instructions depending upon

The tenderer must visit the site and acquaint themselves with the site conditions. It must be ork is to be carried out in the functional branch without hindering the normal

functioning of the Branch. The work shall generally be carried out on holidays or after Banking

s and daily/weekly schedule of working shall be prepared in consultation with the Architects/Banks. Regular updating /

For normal functioning of the Bank/Branch the contractor shall be required to shift the furniture etc and/or relocate the existing and/or new loose and/or fix furniture and/or any other item of works and/or any such materials at new location at times. The contractor shall carry out all

itional/extra cost to the bank. The tenderer shall quote the rates inclusive of all such activities/works as may be required as per site conditions. The rates quoted by the tenderer shall be inclusive of all such temporary/semi-

The contractor shall be required to obtain satisfactory execution and/or application certificate from the manufacturer and/or authorized dealer/s in respect of specialized items of work such

tractor shall arrange for the visit and inspection of the work in respect of the representatives of such firms/manufacturers

The contractor shall produce the bills / challans / documentary evidences and proof in respect of genuineness of materials used by him when so ever asked/demanded by the

Please note that in case of a percentage rate tender and individual item rates are not to be Only the percentage & amount

) the estimated rates & amount are to be filled and the Net Tender

No running bill payments shall be made. The contractor has to submit the Final Bill on of the Work. However the contractor shall ensure that the

TENDER ID: AHM20209001

measurements are recorded by them and got checked from the Architects from time to time particularly for hidden/concealed item of works.

10. The Bank will be absolutely authorized and entitled to reco

third party and / or Bank and / or workmen and / or any statutory recovery etc. from the contractors bill and / or any amount due to be paid to the contractor, in case contractor fails to settle such claims and or failssatisfaction of the bank/architects.

11. The necessary permission / permit / work pass required to be obtained from the local authority

shall be taken by the contractor at his own cost. However the Bank obtaining these permissions etc.

12. Sizes of various furniture items mentioned in BOQ / schedule of quantities may vary slightly as

per site conditions and / or as per instructions of architects that is maximum by up to + or No deduction or additional payment shall be made to the contractor if the variation is within the said limits.

Unless otherwise mentioned in item description / bill of quantities/drawings and / or instructed by architects/Engineer following specificatdetail drawing and instructions of Architect/Engineer in

TENDER ID: AHM20209001 73 Signature & Seal of Tenderer

measurements are recorded by them and got checked from the Architects from time to time particularly for hidden/concealed item of works.

The Bank will be absolutely authorized and entitled to recover the amount on account of loss to third party and / or Bank and / or workmen and / or any statutory recovery etc. from the contractors bill and / or any amount due to be paid to the contractor, in case contractor fails to settle such claims and or fails to pay against such claims/recoveries promptly to the satisfaction of the bank/architects.

The necessary permission / permit / work pass required to be obtained from the local authority shall be taken by the contractor at his own cost. However the Bank will assist the contractor in obtaining these permissions etc.

Sizes of various furniture items mentioned in BOQ / schedule of quantities may vary slightly as per site conditions and / or as per instructions of architects that is maximum by up to + or No deduction or additional payment shall be made to the contractor if the variation is within the

Unless otherwise mentioned in item description / bill of quantities/drawings and / or instructed by architects/Engineer following specifications shall be adopted All works to be carried as per detail drawing and instructions of Architect/Engineer in-charge.

Signature & Seal of Tenderer

measurements are recorded by them and got checked from the Architects from time to time

ver the amount on account of loss to third party and / or Bank and / or workmen and / or any statutory recovery etc. from the contractors bill and / or any amount due to be paid to the contractor, in case contractor fails to

to pay against such claims/recoveries promptly to the

The necessary permission / permit / work pass required to be obtained from the local authority will assist the contractor in

Sizes of various furniture items mentioned in BOQ / schedule of quantities may vary slightly as per site conditions and / or as per instructions of architects that is maximum by up to + or – 2”. No deduction or additional payment shall be made to the contractor if the variation is within the

Unless otherwise mentioned in item description / bill of quantities/drawings and / or instructed ions shall be adopted All works to be carried as per

TENDER ID: AHM20209001

1. All working person of the contractor within the site must to wear with safety helmets,

mask, goggles, safety shoes, safety bell, and first aid kit and head gloves etc.2. Adequate precautions shall be taken to prevent danger form electrical equipment. No

materials on any of the sites of work shall be so stacked or placed as to cause danger inconvenience to any person or public.

PERSONAL SAFETY EQUIPMENT

3. When the work is done near any public place where is risk of drawings all necessary equipment’s should be provided and kept ready for se and all necessary steps taken for prompt rescue of any person in dangeprompt first aid treatment of all injuries likely to be sustained during the course of the work.

4. All scaffolds, ladders, and other safety devices mentioned or described herein shall be maintained in safe conditiowhile it is use.

5. These safety provisions should be brought to the notice of all concerned by display on a notice board at a prominent place at work spol. The person responsible for compliance ofthe safety code shall be named therein by the contractor.

6. To ensure effective enforcement of the rule and regulations relating to safety precautions the arrangements made by the contractor shall be open to inspection by the labour officers. Engineer of the department or their representatives.

7. Notwithstanding the above clause from (1) to (7). There is nothing in these to example the contractors from the operations of any other act or rule in force in the republic of India.

TENDER ID: AHM20209001 74 Signature & Seal of Tenderer

SAFTY CODE

All working person of the contractor within the site must to wear with safety helmets, safety shoes, safety bell, and first aid kit and head gloves etc.

Adequate precautions shall be taken to prevent danger form electrical equipment. No materials on any of the sites of work shall be so stacked or placed as to cause danger

y person or public.

QUIPMENT

When the work is done near any public place where is risk of drawings all necessary equipment’s should be provided and kept ready for se and all necessary steps taken for prompt rescue of any person in danger and adequate provision should be made for prompt first aid treatment of all injuries likely to be sustained during the course of the

All scaffolds, ladders, and other safety devices mentioned or described herein shall be maintained in safe condition no scaffold ladder or equipment shall be altered or removed

These safety provisions should be brought to the notice of all concerned by display on a notice board at a prominent place at work spol. The person responsible for compliance ofthe safety code shall be named therein by the contractor. To ensure effective enforcement of the rule and regulations relating to safety precautions the arrangements made by the contractor shall be open to inspection by the labour

e department or their representatives. Notwithstanding the above clause from (1) to (7). There is nothing in these to example the contractors from the operations of any other act or rule in force in the republic of

Signature & Seal of Tenderer

All working person of the contractor within the site must to wear with safety helmets, safety shoes, safety bell, and first aid kit and head gloves etc.

Adequate precautions shall be taken to prevent danger form electrical equipment. No materials on any of the sites of work shall be so stacked or placed as to cause danger

When the work is done near any public place where is risk of drawings all necessary equipment’s should be provided and kept ready for se and all necessary steps taken for

r and adequate provision should be made for prompt first aid treatment of all injuries likely to be sustained during the course of the

All scaffolds, ladders, and other safety devices mentioned or described herein shall be n no scaffold ladder or equipment shall be altered or removed

These safety provisions should be brought to the notice of all concerned by display on a notice board at a prominent place at work spol. The person responsible for compliance of

To ensure effective enforcement of the rule and regulations relating to safety precautions the arrangements made by the contractor shall be open to inspection by the labour

Notwithstanding the above clause from (1) to (7). There is nothing in these to example the contractors from the operations of any other act or rule in force in the republic of

TENDER ID: AHM20209001

TENDER ID: AHM20209001 75 Signature & Seal of TendererSignature & Seal of Tenderer

TENDER ID: AHM20209001

Cable Schedule SBI SONI BAZAAR GANDHIDHAM

Sr No Description 1 From main Panel to UPS I/P DB

2 From UPS Room UPS O/p DP MCB to Contactor Block (UPS Contactor TB) at Main DB

3 From UPS Room Inverter O/P MCB to Contactor Block ( Lighting Contactor TB) at Main DB

4 From Main Panel to Contactor Block ( ACDB Contactor TB)

5 From Contactor Block ( ACDB Contactor TB) to ACDB Input

6 From Contactor Block ( Lighting Contactor TB) to Lighting DB

7 From Contactor Block (UPS Contactor TB) to UPS O/p DB

8 From Contactor block Aux Supply to Pushbutton at Entrance

9 From Sign board Timer to Sign board

10 From Main Panel to Elobby DB

11 From UPS Room E lobby UPS O/p DP MCB to UPS output DB at Elobby

TENDER ID: AHM20209001 76 Signature & Seal of Tenderer

Schedule SBI SONI BAZAAR GANDHIDHAM

Cable Type From main Panel to UPS I/P DB 4CX 6SQ mm Cu Armoured Cable

From UPS Room UPS O/p DP MCB to Contactor Block (UPS Contactor 3C X 4SQ mm Cu Armoured Cable

From UPS Room Inverter O/P MCB to Contactor Block ( Lighting

3C X 4SQ mm Cu Armoured Cable

From Main Panel to Contactor Block 4CX 6SQ mm Cu Armoured Cable

From Contactor Block ( ACDB TB) to ACDB Input

4CX 6SQ mm Cu Armoured Cable

From Contactor Block ( Lighting Contactor TB) to Lighting DB

3C X 4SQ mm Cu Armoured Cable

From Contactor Block (UPS Contactor TB) to UPS O/p DB

3C X 4SQ mm Cu Armoured Cable

block Aux Supply to 2CX1.5 sq mm cu armoured cable

From Sign board Timer to Sign 3CX2.5sq mm cu armoured cable

From Main Panel to Elobby DB 4CX 6SQ mm Cu Armoured Cable From UPS Room E lobby UPS O/p

to UPS output DB at 3C X 4SQ mm Cu Armoured Cable

Signature & Seal of Tenderer

Schedule SBI SONI BAZAAR GANDHIDHAM

Legnth in Rmt

30

30

30

3

3

3

3

10

10

10

32

TENDER ID: AHM20209001

TENDER ID: AHM20209001 77 Signature & Seal of TendererSignature & Seal of Tenderer

TENDER ID: AHM20209001

ELE. POINTS FOR STATE BANK OF INDIA ,

S.B. No.

Location of S.B.

MCB PHASE -

LOOP FROM SB

- CKT. DAETAIL

S

modular box size

1 s/

w 1

L

BOQ NO.

MCB PHASE -

LOOP FROM SB -

CKT. DAETAILS B

OQ

A

1. a

)

sb 1 entrance left side

LDB - R 1 ACDB - R 1 for AC

8 M - 1 no 2

sb 2 on wall B/h SWO-1

LDB - R1 ACDB - R 1 for AC

8M - 1 no 3

sb 3

Out side cashroom wall nr. SWO-4

LDB - R1 ACDB - R 2 for AC

8 M - 1 no 2

sb 4

On cash room wall Nr 2 back office table

LDB - R2 6 M - 1 no 1

sb5 Out side BM on Toilet Wall

LDB - R2 ACDB - R 2 for AC

6 M - 1 no 0

sb 6 bm cabin LDB - R2 2 M - 2 no 1

sb 6 A bm cabin table

LDB - R2 ACDB - Y

1for AC 6 M - 1 no

sb7 Cash room 8M - 1 no 1

sb 8 o/s. gf toilet LDB - R3 8 M - 1 no 2

TENDER ID: AHM20209001 78 Signature & Seal of Tenderer

ELE. POINTS FOR STATE BANK OF INDIA , SONI BAZAR BRANCH , GANDHIDHAM, RAO.

Wall fan/Exhaust Fan PoinPDB ,1 switch Plug socket type 3 modular Point. Per 4

wall fan Point One circuit need to run. As per Location Given in Lighting drawing

1 s/

w 2

L

1 s/

w 3

L

1 s/

w 1

Fan

on b

oard

p

lug

6/16

A S

.S.

A.C

.

1x36

W le

d

fitt

ing

1x11

W L

ed

dow

n

1x18

W L

ed

T5

1x7W

Cei

lin

g Fa

n

BO

Q

A 1

. b)

BO

Q

A 1

. c)

BO

Q

A 1

. d)

BO

Q

A 1

. e)

BO

Q

A 2

BO

Q

A 3

BO

Q

B

1. a

)

BO

Q

B

1. b

)

BO

Q

B

1. g

)

BO

Q

B

1. c

)

BO

Q

B

1. f

) MCB PHASE -

LOOP FROM SB -

CKT. DAETAILS

LOCATION

1 1 1 1 4 3 PDB-R1 B/h Grahak

1 1 1 1 4 4 PDB-R1 Nr SWO

0 0 1 1 2 0 PDB-R1 Nr SWO

1 1 0 2 1 PDB-R1 Nr back

office Table

2 1 1 1 2 5 PDB-R2 Column

1 PDB-R2 Column

2 1 1 4 PDB-R2 BM Cabin

1 1 1 1 PDB-R2 Sitting

1 1 1 1 PDB-R3 Sitting

Signature & Seal of Tenderer

Wall fan/Exhaust Fan Point supply need to given by 1 switch Plug socket type 3 modular Point. Per 4

wall fan Point One circuit need to run. As per Location Given in Lighting drawing

modular box size

Ex.

Fan

Wal

l Fan

LOCATION

BO

Q

B

1. e

)

BO

Q

B

1. h

)

B/h Grahak Mitra

3M-1no 1

Nr SWO-1 3M-1no 1

Nr SWO-5 3M-1no 1

Nr back office Table

2 nos 3M-1no 1

Column-1 3M-1no 1

Column-2 3M-1no 1

BM Cabin 3M-1no 1

public Sitting-1 3M-1no 1

public Sitting-2 3M-1no 1

TENDER ID: AHM20209001

sb9 nr. Staircase - gf ( two way Switch)

LDB - R3 1

sb 10 Nr staircase FF

LDB-R4 12M-1 no 1

sb11 Nr Officer On Locker room wall

LDB-R4 ACDB -

B1 for AC 12M-1 no 0

sb12 Record Room

LDB-R5 8 M - 1 no 0

sb13 fire cabinet store ff

LDB-R5 12M-1 no

sb14 locker room 8 M - 1 no

sb15 UPS server room

LDB R6 4M-1no

sb16 Pantry area ff

LDB R6 ACDB -

B2 for AC 8 M - 1 no 2

sb17 o/s. toilet area ff

LDB R6 6m-1no 2

sb18 ATM room

SP MCB OF

E LOBBY DB.

2M-1no 0

TOTAL 18

TENDER ID: AHM20209001 79 Signature & Seal of Tenderer

0 0 0 0 1 PDB-R3 Nr Staircase

2 1 1 0 4 1 PDB-R1 at GF Tpilet

1 1 2 1 2 0 0 5 2 PDB-R4

1 1 1 1 0 0 0 2 1 PDB-R4 at L Toilet FF

1 2 1 1 3 2 PDB-R4 at G Toilet

2 1 1 4 1

1 1 1 2 1

0 1 1 0 1 2 1

0 0 1 2

2 0 2 2 2

16 5 10 16 2 10 17 20 25 3 10 0

Signature & Seal of Tenderer

Nr Staircase 3M-1no 1

at GF Tpilet 3M-1no 1

at UPS Room

3M-1no 1

at L Toilet FF 3M-1no 1

at G Toilet FF

3M-1no 1

0 0 4 10

TENDER ID: AHM20209001

UPS, R. POWER DATA & TELE. POINTS FOR STATE BANK OF INDIA SBI SONI BAZAAR GANDHIDHAM BRANCH. AT GANDHIDHAM

Location of

S.B. UPS

Ferrule No UPS

Point

1 Branch Manager

2 U1,U2

2 back Office-1 1 U3

3 back office-2 1 U4

4 SWO-1 2 U5,U6

5 SWO-2 2 U7,U8

6 Service manager

2 U9,U10

7 SWO-3 2 U11,U1

2

8 FF Officer table-1

1 U13

9 Ff Officer table-2

1 U14

10 grahak Mitra 1 U15

11 ATM/Elobby

12 Digital wall 1 U16

13 QMS at Entry 1 U17

14 RACK From Essential UPS o/p DB

1 UA

15 CCTV From Essential UPS O/p DB

2 UB.UC

16 Fire From Essential UPS o/p DB

17

Burgler Alarm From Essential UPS o/p DB

18 Pantry

19

1 Switch Contactor Block From Essential UPS o/p DB

TOTAL 20 0

Note: Cross Ferruling & Tagging need to provide in Each Point. Point Without Tagging and Ferruling Will be Straightly Rejecte

TENDER ID: AHM20209001 80 Signature & Seal of Tenderer

UPS, R. POWER DATA & TELE. POINTS FOR STATE BANK OF INDIA SBI SONI BAZAAR GANDHIDHAM BRANCH. AT GANDHIDHAM

UPS (1S/1P)

For Elobby

Ferrule No UPS

Point RPP

Ferrule No RP Point

RJ-45 Ferrule No

RJ 45

1 R1 2 D1,D2

1 R2 1

1 R3 1

1 R4 2 D5,D6

2 R5,R6 2 D7,D8

1 R7 2 D9,D10

2 R8,R9 2 D11,D12

1 R10 1 D13,D14

1 R11 1 D15

1 R12 2 D16,D17

4 U2A to

U2D 4 D18toD21

1 D22

1 D23

1 UD

1 UE

1 R13

1 UF

7 0 13 0 22

Note: Cross Ferruling & Tagging need to provide in Each Point. Point Without Tagging and Ferruling Will be Straightly Rejecte

Signature & Seal of Tenderer

UPS, R. POWER DATA & TELE. POINTS FOR STATE BANK OF INDIA SBI SONI BAZAAR GANDHIDHAM BRANCH. AT GANDHIDHAM

Ferrule No RJ 45

TELE. Ferrule No.

Tel

D1,D2 2 T1,T2

D3 1 T3

D4 0 0

D5,D6 1 T4

D7,D8 0 0

D9,D10 1 T5

D11,D12 0

D13,D14 1 T6

D15

D16,D17 1 T7

D18toD21

D22

D23

1 T8

1 T9

0 9 0

Note: Cross Ferruling & Tagging need to provide in Each Point. Point Without Tagging and Ferruling Will be Straightly Rejected.

TENDER ID: AHM20209001

SR. DESCRIPTION

CONTECTOR C

1 C1 - 4POLE 63A NC TYPE CONTACTOR, AUX. COIL SUPPLY 230V AC /50HZ FOR AC DB SUPPLY

2 CST TERMINAL BLOCK 10 SQ.MM SUITABLE FOR RING TYPE LUG TERMINATION ON BOTH SIDE FOR INPUT AND OUT PUT

3 CST TERMINAL BLOCK 2.5 SQ.MM SUITABLE FOR PIN TYPE LUG TERMINATION ON BOTH SIDE FOR CONTACTOR AUX. SUPPLY

CONTECTOR C

4 C2, - 4POLE NC 40A TYPE CONTACTOR, AUX. COIL SUPPLY 230V AC /50HZ FOR CASSETTE AC SUPPLY

5 CST TERMINAL BLOCK 10 SQ.MM SUITABLE FOR RING TYPE LUG TERMINATION ON BOTH SIDE FOR INPUT AND OUT PUT

TENDER ID: AHM20209001 81 Signature & Seal of Tenderer

QTY. APPROVED MAKE

CONTECTOR C-1

TYPE CONTACTOR, AUX. COIL SUPPLY 230V AC 1 C&S, SCHNEIDER , L&T, ABB

CST TERMINAL BLOCK 10 SQ.MM SUITABLE FOR RING TYPE LUG TERMINATION ON BOTH SIDE FOR INPUT AND OUT PUT 8

CONNECWELL, ELMEX, JAINSON

CST TERMINAL BLOCK 2.5 SQ.MM SUITABLE FOR PIN TYPE LUG TERMINATION ON BOTH SIDE FOR CONTACTOR AUX. SUPPLY 2

CONNECWELL, ELMEX, JAINSON

CONTECTOR C-2

4POLE NC 40A TYPE CONTACTOR, AUX. COIL SUPPLY 230V AC SUPPLY 1 C&S, SCHNEIDER , L&T, ABB

CST TERMINAL BLOCK 10 SQ.MM SUITABLE FOR RING TYPE LUG TERMINATION ON BOTH SIDE FOR INPUT AND OUT PUT 8

CONNECWELL, ELMEX, JAINSON

Signature & Seal of Tenderer

APPROVED MAKE

C&S, SCHNEIDER , L&T, ABB

CONNECWELL, ELMEX, JAINSON

CONNECWELL, ELMEX, JAINSON

C&S, SCHNEIDER , L&T, ABB

CONNECWELL, ELMEX, JAINSON

TENDER ID: AHM20209001

6 CST TERMINAL BLOCK 2.5 SQ.MM SUITABLE FOR PIN TYPE LUG TERMINATION ON BOTH SIDE FOR CONTACTOR AUX. SUPPLY

CONTECTOR C

7 C3 - 4POLE 25A NC TYPE CONTACTOR, AUX. COIL SUPPLY 230V AC /50HZ FOR POWER DB SUPPLY

8 CST TERMINAL BLOCK 10 SQ.MM SUITABLE FOR RING TYPE LUG TERMINATION ON BOTH SIDE FOR INPUT AND OUT PUT

9 CST TERMINAL BLOCK 2.5 SQ.MM SUITABLE FOR PIN TYPE LUG TERMINATION ON BOTH SIDE FOR CONTACTOR AUX. SUPPLY

CONTECTOR C

10 C4 - POLE 25A NC TYPE CONTACTOR, AUX. COIL SUPPLY 230V AC /50HZ FOR POWER LDB SUPPLY

11 CST TERMINAL BLOCK 10 SQ.MM SUITABLE FOR RING TYPE LUG TERMINATION ON BOTH SIDE FOR INPUT AND OUT PUT

12 CST TERMINAL BLOCK 2.5 SQ.MM SUITABLE FOR PIN TYPE LUG TERMINATION ON BOTH SIDE FOR CONTACTOR AUX. SUPPLY

CONTECTOR C

13 C5 - 4POLE 25A NC TYPE CONTACTOR, AUX. COIL SUPPLY 230V AC /50HZ FOR POWER UPS OUTPUT

14 CST TERMINAL BLOCK 10 SQ.MM SUITABLE FOR RING TYPE LUG TERMINATION ON BOTH SIDE FOR INPUT AND OUT PUT

15 CST TERMINAL BLOCK 2.5 SQ.MM SUITABLE FOR PIN TYPE LUG TERMINATION ON BOTH SIDE FOR CONTACTOR AUX. SUPPLY

PUSH BUTTON STATION COMPONENT

16

CST TERMINAL BLOCK 2.5 SQ.MM SUITABLE FOR PIN TYPE LUG TERMINATION ON BOTH SIDE FOR INCOMING FROM PUSH BUTTON STATION

17

CST TERMINAL BLOCK 2.5 SQ.MM SUITABLE FOR PIN TYPE LUG TERMINATION ON BOTH SIDE FOR PUSH BUTTON STATION NEAR ENTERENCE

18

PUSH BUTTON STATION SUITABLE FOR SINGLE 22.5 MM KEY TYPE LOCKABLE PUSHBUTTON WITH 2 NOS. NC CONTACT, 2NOS. KEY COMPLETE

CONTECTOR CONTROL WIRING AUX. XUPPLY COMPONENT

19

CST TERMINAL BLOCK 2.5 SQ.MM SUITABLE FOR PIN TYPE LUG TERMINATION ON BOTH SIDE INCOMING FROM UPS POINTOF UPS ESSENTIAL DB [THIS IS AGLASS FUSE TYPE CONNECTOR WITH 3 A 2 NOS. GLASS FUSE INSIDE]

20 CST TERMINAL BLOCK 2.5 SQ.MM SUITABLE FOR PIN TYPE LUG TERMINATION ON BOTH SIDE [SPARE ]

TENDER ID: AHM20209001 82 Signature & Seal of Tenderer

CST TERMINAL BLOCK 2.5 SQ.MM SUITABLE FOR PIN TYPE LUG TERMINATION ON BOTH SIDE FOR CONTACTOR AUX. SUPPLY 2

CONNECWELL, ELMEX, JAINSON

CONTECTOR C- 3

4POLE 25A NC TYPE CONTACTOR, AUX. COIL SUPPLY 230V AC /50HZ FOR POWER DB SUPPLY 1 C&S, SCHNEIDER , L&T, ABB

CST TERMINAL BLOCK 10 SQ.MM SUITABLE FOR RING TYPE LUG TERMINATION ON BOTH SIDE FOR INPUT AND OUT PUT 4

CONNECWELL, ELMEX, JAINSON

CST TERMINAL BLOCK 2.5 SQ.MM SUITABLE FOR PIN TYPE LUG TERMINATION ON BOTH SIDE FOR CONTACTOR AUX. SUPPLY 2

CONNECWELL, ELMEX, JAINSON

CONTECTOR C- 4

POLE 25A NC TYPE CONTACTOR, AUX. COIL SUPPLY 230V AC /50HZ FOR POWER LDB SUPPLY 1 C&S, SCHNEIDER , L&T, ABB

CST TERMINAL BLOCK 10 SQ.MM SUITABLE FOR RING TYPE LUG TERMINATION ON BOTH SIDE FOR INPUT AND OUT PUT 4

CONNECWELL, ELMEX, JAINSON

CST TERMINAL BLOCK 2.5 SQ.MM SUITABLE FOR PIN TYPE LUG TERMINATION ON BOTH SIDE FOR CONTACTOR AUX. SUPPLY 2

CONNECWELL, ELMEX, JAINSON

CONTECTOR C- 5

4POLE 25A NC TYPE CONTACTOR, AUX. COIL SUPPLY 230V AC /50HZ FOR POWER UPS OUTPUT DB SUPPLY 1 C&S, SCHNEIDER , L&T, ABB

CST TERMINAL BLOCK 10 SQ.MM SUITABLE FOR RING TYPE LUG TERMINATION ON BOTH SIDE FOR INPUT AND OUT PUT 4

CONNECWELL, ELMEX, JAINSON

CST TERMINAL BLOCK 2.5 SQ.MM SUITABLE FOR PIN TYPE LUG TERMINATION ON BOTH SIDE FOR CONTACTOR AUX. SUPPLY 2

CONNECWELL, ELMEX, JAINSON

PUSH BUTTON STATION COMPONENT CST TERMINAL BLOCK 2.5 SQ.MM SUITABLE FOR PIN TYPE LUG

SIDE FOR INCOMING FROM PUSH BUTTON 2

CONNECWELL, ELMEX, JAINSON

CST TERMINAL BLOCK 2.5 SQ.MM SUITABLE FOR PIN TYPE LUG TERMINATION ON BOTH SIDE FOR PUSH BUTTON STATION NEAR

2 CONNECWELL, ELMEX, JAINSON

SUITABLE FOR SINGLE 22.5 MM KEY TYPE LOCKABLE PUSHBUTTON WITH 2 NOS. NC CONTACT, 2NOS. KEY

1 C&S, SCHNEIDER , L&T, ABBCONTECTOR CONTROL WIRING AUX. XUPPLY COMPONENT

CST TERMINAL BLOCK 2.5 SQ.MM SUITABLE FOR PIN TYPE LUG ON BOTH SIDE INCOMING FROM UPS POINTOF UPS

ESSENTIAL DB [THIS IS AGLASS FUSE TYPE CONNECTOR WITH 3 A 2 2

CONNECWELL, ELMEX, JAINSON

CST TERMINAL BLOCK 2.5 SQ.MM SUITABLE FOR PIN TYPE LUG TERMINATION ON BOTH SIDE [SPARE ] 2

CONNECWELL, ELMEX, JAINSON

Signature & Seal of Tenderer

CONNECWELL, ELMEX, JAINSON

C&S, SCHNEIDER , L&T, ABB

CONNECWELL, ELMEX, JAINSON

CONNECWELL, ELMEX, JAINSON

C&S, SCHNEIDER , L&T, ABB

CONNECWELL, ELMEX, JAINSON

CONNECWELL, ELMEX, JAINSON

C&S, SCHNEIDER , L&T, ABB

CONNECWELL, ELMEX, JAINSON

CONNECWELL, ELMEX, JAINSON

CONNECWELL, ELMEX, JAINSON

CONNECWELL, ELMEX, JAINSON

C&S, SCHNEIDER , L&T, ABB

CONNECWELL, ELMEX, JAINSON

CONNECWELL, ELMEX, JAINSON

TENDER ID: AHM20209001

TENDER ID: AHM20209001 83 Signature & Seal of TendererSignature & Seal of Tenderer

TENDER ID: AHM20209001

BOQ _ ELECTRICAL ALLIED WORK FOR PROPOSED DESIGN OF STATE BANK OF INDIA, SONI BAZAR BRANCH, GANDHIDHAM, RAO.

Sr. No.

DESCRIPTION

NOTE : ALL CHIPPING AND FINISHING WORKS IN WALLS / COLUMNS / SLABS MADE BY THE ELECTRICAL CONTRACTOR FOR INSTALLATION OF CONDUITS / S.B. / BOXES ETC. THE FILLING OF THE SAME IS IN THE SCOPE OF THE ELECTRICAL CONTRACTOR INCLUDING ALL NECESSITY MATERIAL A

A INTERNAL WIRING :

1

P and M point wiring in concealed in walls, furniture's & for above false ceiling, or on ceiling, on beams shall be fixed with saddles & spacers etc., with conduits taken in slab with 20 mm dia PVC Rigid conduits 1.5 mm thick ISI mark with nos. of 1.0 sq. mm. earthing with modular switch with company made flush metal box/surface PVC box etc. comp. with nec. main lines for switch board from LDB of mains ofnos. of 2.5 sq.mm wire and 1 no.of 1.0 sqmm laying in with 20 mm/25 mm dia FRLS type PVC rigid conduits 1.5 mm thick ISI mark .These will be used with point wiring of light, fan, ex. fan, callbell points, etc { Max. 3 Switchboards in one circuit - One Sp MCB }.Phase wire must be Red colour, Nutral Wire must be Black color & Green Wire for Earthing. Color code must be maintained. Tagging from LightinPDB MCB and Switch board must be done.Room/Stationary Room/ UPS Room/ Common passage area etc. need to be given from PDB only.)

a) One 5A switch controling one light point

b) One switch controlling Two light points

c) One switch controlling Three light points

d) One 5A switch controling one fan point (This need to be given from PDB)

e) 5A socket outlet with 5A switch ( on common board )

f) 5A socket outlet with 5A SP switch (as an independent point )need to be given from PDB ) This need to be given at 6.5

g) Call bell point with bell push complete.(The Switch of Call Bell Must Be Under the Table of BM) (This need to be given from PDB )

h)

Loop Light Points From Main Panel Timer Supply to Down Lighter In Signage Board and Signage Board. 2 nos. of 2.5 sq.mm wire and 1 no.of 1.0 sqmm pvc Insulated copper conductor wire FRLS type laying in with 20 mm/25 mm dia FRLS type PVC rigid conduits 1.5 mm thick ISI mark .

2

SITC of 6/16 Amp. Switch and socket complete with necessory require wiring from PDB of 2 no of 2.5 sqmm wires and 1 no of 1.5 sqmm PVC Insulated copper conductor wire laying in with 20 mm/25 mm dia PVC rigid conduits 1.5 mm thick ISI mark. Lighting Supply to Locker Room, Cash Room, Store Rooom ,In Pantry Area,Water Cololer, Water Pump Points etc. Separate Circuit Need to be provided From PDB.

TENDER ID: AHM20209001 84 Signature & Seal of Tenderer

BOQ _ ELECTRICAL ALLIED WORK FOR PROPOSED DESIGN OF STATE BANK OF INDIA, SONI BAZAR BRANCH, GANDHIDHAM, RAO.

NOT TO FILL BY CONTRACTOR

QTY.

NOTE : ALL CHIPPING AND FINISHING WORKS IN WALLS / COLUMNS / SLABS MADE BY THE ELECTRICAL CONTRACTOR FOR INSTALLATION OF CONDUITS / S.B. / BOXES ETC. THE FILLING OF THE SAME IS IN THE SCOPE OF THE ELECTRICAL CONTRACTOR INCLUDING ALL NECESSITY MATERIAL AND LABOUR.

P and M point wiring in concealed in walls, furniture's & for above false ceiling, or on ceiling, spacers etc., with conduits taken in slab with 20 mm

dia PVC Rigid conduits 1.5 mm thick ISI mark with 2 nos. of 1.5 sq. mm. phase & nutral & 1 earthing with modular switch with company made flush metal

with nec. main lines for switch board from LDB of mains of 2 nos. of 2.5 sq.mm wire and 1 no.of 1.0 sqmm pvc Insulated copper conductor wire FRLS type laying in with 20 mm/25 mm dia FRLS type PVC rigid conduits 1.5 mm thick ISI mark .These

with point wiring of light, fan, ex. fan, callbell points, etc { Max. 3 Switchboards in Phase wire must be Red colour, Nutral Wire must be Black color

& Green Wire for Earthing. Color code must be maintained. Tagging from Lighting DB/ PDB MCB and Switch board must be done. (Here Electrical supply for Pantry/Toliet/ record Room/Stationary Room/ UPS Room/ Common passage area etc. need to be given from PDB

18

16 5

(This need to be given from PDB) 10

5A socket outlet with 5A switch ( on common board ) 16

5A socket outlet with 5A SP switch (as an independent point ) [for ex. Fan,for Wall fan] (This need to be given from PDB ) This need to be given at 6.5 feet height from Floor Level.

14

(The Switch of Call Bell Must Be Under the Table of 1

Loop Light Points From Main Panel Timer Supply to Down Lighter In Signage Board and

2 nos. of 2.5 sq.mm wire and 1 no.of 1.0 sqmm pvc Insulated copper conductor wire FRLS type laying in with 20 mm/25 mm dia FRLS type PVC rigid conduits

1

SITC of 6/16 Amp. Switch and socket complete with necessory require wiring from PDB of 2 no of 2.5 sqmm wires and 1 no of 1.5 sqmm PVC Insulated copper conductor wire laying in with 20 mm/25 mm dia PVC rigid conduits 1.5 mm thick ISI mark. These will be used as Lighting Supply to Locker Room, Cash Room, Store Rooom ,In Pantry Area,Water Cololer, Water Pump Points etc. Separate Circuit Need to be provided From PDB.

2

Signature & Seal of Tenderer

BOQ _ ELECTRICAL ALLIED WORK FOR PROPOSED DESIGN OF STATE BANK OF INDIA, SONI BAZAR BRANCH, GANDHIDHAM, RAO.

UNIT Amount ESTIMATE

NOTE : ALL CHIPPING AND FINISHING WORKS IN WALLS / COLUMNS / SLABS MADE BY THE ELECTRICAL CONTRACTOR FOR INSTALLATION OF CONDUITS / S.B. / BOXES ETC. THE FILLING OF THE SAME IS IN THE SCOPE OF THE ELECTRICAL CONTRACTOR

No 500 9000

No 741 11856

No 859 4295

No 797 7970

No 96 1536

No 690 9660

No 521 521

No 350 350

No 951 1902

TENDER ID: AHM20209001

3

SITC of 20 A/ 25 A , 230 V,100mA DP ELCB all enclosed in a complete to the satisfaction of E.I.C. For SPLIT AC 1.5TR / 2.0 TR unit with necessory require wiring from ACDB of 2 no of 4.0 sqmm wires and 1 no of 2.5 sqmm PVC Insulated copper conductor wire FRLS type laying in with 20 mm/25 mm thick ISI mark. These will be used with point wiring of A.C. points ,etc .Supply need to be given through Main Panel.Phase wire should be Red colour, Nutral Wire should be Black color & Green Wire for Earthing. Color code must be maintained. Tagging from ACDB MCB and AC point must be done. This point should be installed near Split / window AC in concealed manner. No Looping of Neutral or earthing is allowed. Each point needs to provide seperate circuit.]. For Cassate AC power supply indoor or outdoor need to be given as per AC vendor's requirement. The height of switchboard must be at reachable point for easily operation.from that point to Split AC,empty conduit + necessary bends must in concealed mode by ele. contractor.

4 SITC of 25 A , 230 V, with DP MCB all enclosed in all weather IP 65 type Prefabricated Metal Boxes complete. For Cassate/ Split AC 2.0 Tr unit . These will be used for ACDB to Cassate AC Indoor unit Supply.

5 SITC of 40 A , 415 V, with FP MCB all enclosed in all weather IP 65 type Prefabricated Metal Boxes complete. For Cassate AC 3.0/4.0 Tr unit. These will be used for ACDB to Cassate AC Indoor unit Supply.

6

Providing, Installing, testing, Commissioning of mains of following sizes PVC insuleted copper conductor multistranded flexibls type wires with 20 mm/25 mm dia PVC rigid conduits or flexible pipe 1.5 mm thick ISI mark with 2 no of 6.0 sqmm wire and 1 no of 4.0 sqmm PVC Insulated copper conductor wire.

B LIGHTING FIXTURES :

(NOTE : ANY OF FIXTURES AND FITINGS SHALL BE REARCHITECTS / CONSULANTS BEFOTE ORDERING THEM.

1 supply,installation, testing and commissioning (including supply and fixing flexible wires from holder to fixtures hardwares etc.) Here Led fitting & LED Driver both must be of same make only.…. - The marking & cutting of fixtures should be in ele. contractor's scope..

a)

36 W LED, Lighting fixture panel suitable for 2'x2' (600mm X 600 mm) Grid/ Gypsum/ POP / Armstrong flase ceiling of Crompton Model ORION II Cat Ref No: LCTLRN6000 K and CRI > 80, lumen O/P > 3300 lumen, Syatem wattage (LED + Driver) < 40 Watt. or equivalent Philips or Wipro/Bajaj/C&S/ Orient/ Syska makewarranty Should be clamp with hook in cieling. and should be connected to supply wire with PVC connector. Earthing connection with lugging need to given to body of Fixture.

b)

15 W LED Downleighter & Crompton Model CROM LCDDand CRI > 80,Lumen output1450 lumen, System wattage( LED + Driver ) 15 Watt, or equivalent Philips or Wipro/Bajaj/C&S/ Orient/ Syska make. recessed mounted LED down lighter with premium white powder coating and die cast aluminium housing. as per details above. with minimum 2 years warranty.should be connected to supply wire with PVC connector. Earthing connection with lugging need to given to body of Fixture.

c) LED tube light surface mounting type with tube, 1LINNET; CAT Ref No: LCL-07-CDL or equivalent Philips or Wipro/Bajaj/C&S/ Orient/ Syska make .

d) Supply and insallation of Call bell with Indicatore. (Max or equivalent make)

TENDER ID: AHM20209001 85 Signature & Seal of Tenderer

SITC of 20 A/ 25 A , 230 V,100mA DP ELCB all enclosed in a prefabricated M S boxes complete to the satisfaction of E.I.C. For SPLIT AC 1.5TR / 2.0 TR unit with necessory require wiring from ACDB of 2 no of 4.0 sqmm wires and 1 no of 2.5 sqmm PVC Insulated copper conductor wire FRLS type laying in with 20 mm/25 mm dia FRLS type PVC rigid conduits 1.5 mm thick ISI mark. These will be used with point wiring of A.C. points ,etc .Server Room AC Supply need to be given through Main Panel.Phase wire should be Red colour, Nutral Wire

for Earthing. Color code must be maintained. Tagging from ACDB MCB and AC point must be done. This point should be installed near Split / window AC in concealed manner. No Looping of Neutral or earthing is allowed. Each point

rcuit.]. For Cassate AC power supply indoor or outdoor need to be given as per AC vendor's requirement. The height of switchboard must be at reachable point for easily operation.from that point to Split AC,empty conduit + necessary bends

mode by ele. contractor.

10

SITC of 25 A , 230 V, with DP MCB all enclosed in all weather IP 65 type Prefabricated Metal Boxes complete. For Cassate/ Split AC 2.0 Tr unit . These will be used for ACDB to Cassate

SITC of 40 A , 415 V, with FP MCB all enclosed in all weather IP 65 type Prefabricated Metal Boxes complete. For Cassate AC 3.0/4.0 Tr unit. These will be used for ACDB to Cassate AC

Installing, testing, Commissioning of mains of following sizes PVC insuleted

copper conductor multistranded flexibls type wires with 20 mm/25 mm dia PVC rigid conduits or flexible pipe 1.5 mm thick ISI mark with 2 no of 6.0 sqmm wire and 1 no of 4.0

PVC Insulated copper conductor wire.(UPS to UPS O/P DB & UPS I/P DB to UPS).

8

(NOTE : ANY OF FIXTURES AND FITINGS SHALL BE RE-CONFIRMED WITH THE ORDERING THEM.

supply,installation, testing and commissioning (including supply and fixing flexible wires Here Led fitting & LED Driver both must be of same

fixtures should be in ele. contractor's scope..

36 W LED, Lighting fixture panel suitable for 2'x2' (600mm X 600 mm) Grid/ Gypsum/ POP / Armstrong flase ceiling of Crompton Model ORION II Cat Ref No: LCTLRN-36-FO-CDL, CCT

lumen O/P > 3300 lumen, Syatem wattage (LED + Driver) < 40 Watt. or equivalent Philips or Wipro/Bajaj/C&S/ Orient/ Syska make with minimum 2 years warranty Should be clamp with hook in cieling. and should be connected to supply wire

rthing connection with lugging need to given to body of Fixture.

17

15 W LED Downleighter & Crompton Model CROM LCDD-15-CDL/TL/ WW ,CCT 6000 K

80,Lumen output1450 lumen, System wattage( LED + Driver ) 15 Watt, or equivalent Philips or Wipro/Bajaj/C&S/ Orient/ Syska make. Energy Efficient round recessed mounted LED down lighter with premium white powder coating and die cast

per details above. with minimum 2 years warranty.should be connected to supply wire with PVC connector. Earthing connection with lugging need to

20

LED tube light surface mounting type with tube, 1 x 7 Watt, complete Crompton Model :

CDL or equivalent Philips or Wipro/Bajaj/C&S/ Orient/ 3

Supply and insallation of Call bell with Indicatore. (Max or equivalent make) 1

Signature & Seal of Tenderer

No 2501 25010

No 800 0

No 2000 0

Rmt 180 1440

No 1500 25500

No 610 12200

No 350 1050

No 500 500

TENDER ID: AHM20209001

e) Supply and installation of Exhaust fan of 300 mm, fresh air vantilator type with louver complete & 6 Amp. 3 pin TOP. (Crompton/ Khaitan, havells, Usha, Bajaj make) mounting frame should be fixed in coordination with carpenter

f)

Supply and instalation of 48" Ceiling Fan with fan step modular regulator, Max. 3 feet Fan Rode, Anchor Fastner, etc.(WHITE COLOUR) Orient PSPO or Equivalent approved make in Crompton,Model High Breeze Plus BEE 5 Star labeled ceiling fan ,Aluminium body , copper winding

f1) Removing and Reinstalltion of Existing Ceiling fan Rate including Anchore fasterner etc complete. At same premisess

g)

Supply and instalation of 18 / 20W led batten light fixture (Ttube complete with necessory hardwares, etc and 6000K per watt lumens output must be above 90 lumen/watt and 90%lumems maintaiance for 90% of life with inputac 50hz operational without affecting the life, input mov.gtd protection in driver for above 270v protection. and 2 years waranty.LED Batten Comprises of Thermally conductive material. Pre-wired with high efficiency electronic driver. Higgets glare free, smooth light distribution

h) Supply and installation of 400 mm sweep wall mounted fan with metal stand and housing guard. With on site 2 years warranty. (Cromton SDXwith PVC body strictly rejected.

i) Supply and instalation of flexible LED strip light complete with driver unit, 230 v, 50 Hz, as required Make: Philips/ Crompton/ GE/Wirpo/ ORIENT/C&S

C COMPUTER POWER SUPPLY SYSTEM.:

1

SITC of 2 nos. of 6 A, 5 pin Sockets and 1 no. of 6 16 A switche with indicator Computer power metallic boxes or PVC flush box on walls / furniture's / trunking etc complete all respect with necessory wiring of mains of 2 no of 2.5 sq mm and 1 no of 1.5 sqmm pvc insulated copper conductor multi-stranded flexible wire with 20/25 dia. PVC conduits with accessories duly burried under floor with necessary chasing / breaking in floor and to be refinished with all necessary civil material etc. complete from UPSDB to Computer power supply boards.{Maxi. 3 computers in one circuit}. complete with necessary termination etc. complete.[ White Colour Outer Plate For These Switchboards].LOOP POINTS MUST BE OF SAME SIZED WIRES. Phase wire must be Red colour, Nutral Wire must be Black color & Green Wire for Earthing. Color code must be maintained. Tagging from UPS O/P DB MCB and Switch board must be done.

2

FOR E LOBBY : SITC of 1 no. of 6 \ 16 A socket below table outlets with one 16 A switche with indicator Computer power supply PVC flush box on walls / furniture's / trunking etc complete all respect with necessory wiring of mains of 2 no of 2.5 sq mm and 1 no of 1.5 sqmm pvc insulated copper conductor multi-stranded flexible wire with 20/25 dia. PVC conduits with accessories duly burried under floor with necessary chasing / breaking in floor and to be refinished with all necessary civil material etc. complete from UPS DB to Computer power supply boards.{Maxi. 3 computers in one circuit}. complete with necessary termination etc. completeOuter Plate For These Switchboards].LOOP POINTS MUST BE OF SAME SIZED WIRES. Phase wire must be Red colour, Nutral Wire must be Black color & Green Wire for Earthing. Color code must be maintained. Tagging from UPS O/P DB MCB and Switch board must be done.

TENDER ID: AHM20209001 86 Signature & Seal of Tenderer

Supply and installation of Exhaust fan of 300 mm, fresh air vantilator type with louver complete & 6 Amp. 3 pin TOP. (Crompton/ Khaitan, havells, Usha, Bajaj make) [Wooden mounting frame should be fixed in coordination with carpenter - furniture contractor.]

4

of 48" Ceiling Fan with fan step modular regulator, Max. 3 feet Fan

Rode, Anchor Fastner, etc.(WHITE COLOUR) Orient PSPO or Equivalent approved make in Crompton,Model High Breeze Plus BEE 5 Star labeled ceiling fan ,Aluminium body , 10

Removing and Reinstalltion of Existing Ceiling fan Rate including Anchore fasterner etc

Supply and instalation of 18 / 20W led batten light fixture (T-5) with electronic driver and tube complete with necessory hardwares, etc and 6000K per watt lumens output must be above 90 lumen/watt and 90%lumems maintaiance for 90% of life with input voltage 90-270v ac 50hz operational without affecting the life, input mov.gtd protection in driver for above

and 2 years waranty.LED Batten Comprises of Thermally conductive wired with high efficiency electronic driver. High translucent frosted diffuser

25

Supply and installation of 400 mm sweep wall mounted fan with metal stand and housing

With on site 2 years warranty. (Cromton SDX-400 or equivalent make.) Wall fan 10

Supply and instalation of flexible LED strip light complete with driver unit, 230 v, 50 Hz, as

Philips/ Crompton/ GE/Wirpo/ ORIENT/C&S

SITC of 2 nos. of 6 A, 5 pin Sockets and 1 no. of 6 \ 16 A socket below table outlets with one 16 A switche with indicator Computer power supply with concealed company made metallic boxes or PVC flush box on walls / furniture's / trunking etc complete all respect with necessory wiring of mains of 2 no of 2.5 sq mm and 1 no of 1.5 sqmm pvc insulated

xible wire with 20/25 dia. PVC conduits with accessories duly burried under floor with necessary chasing / breaking in floor and to be refinished with all necessary civil material etc. complete from UPSDB to Computer power supply

in one circuit}. complete with necessary termination etc. complete.[ White Colour Outer Plate For These Switchboards].LOOP POINTS MUST BE OF SAME SIZED WIRES. Phase wire must be Red colour, Nutral Wire must be Black color & Green Wire for

code must be maintained. Tagging from UPS O/P DB MCB and Switch board

20

16 A socket below table outlets with one 16 A switche

with indicator Computer power supply with concealed company made metallic boxes or PVC flush box on walls / furniture's / trunking etc complete all respect with necessory wiring of mains of 2 no of 2.5 sq mm and 1 no of 1.5 sqmm pvc insulated copper conductor

re with 20/25 dia. PVC conduits with accessories duly burried under floor with necessary chasing / breaking in floor and to be refinished with all necessary civil material etc. complete from UPS DB to Computer power supply boards.{Maxi. 3

circuit}. complete with necessary termination etc. complete.[ White Colour Outer Plate For These Switchboards].LOOP POINTS MUST BE OF SAME SIZED WIRES. Phase wire must be Red colour, Nutral Wire must be Black color & Green Wire for Earthing.

st be maintained. Tagging from UPS O/P DB MCB and Switch board must be

7

Signature & Seal of Tenderer

No 1650 6600

No 1500 15000

No 300 0

No 350 8750

No 2500 25000

Rmt 150 0

Nos 1228 24560

No 1228 8596

TENDER ID: AHM20209001

3

S & I of 2 nos. of 6 A, 5 pin Sockets and 1 no. of with one 6 A switches raw power supply with concealed company made metallic boxes or PVC flush box on walls / furniture's / trunking etc complete all respect with necessory wiring of mains of 2 nno of 1.5 sqmm pvc insulated copper conductor multiPVC conduits with accessories duly burried under floor with necessary chasing / breaking in floor and to be refinished with all necessary civpower supply boards.{Maxi. 3 Raw Power Points in one circuit}. complete with necessary termination etc. complete.. [ Black Colour Outer Plate For These Switchboards].LOOP POINTS MUST BE OF SAME SIZED WIRES. Phase wire must be Red colour, Nutral Wire must be Black color & Green Wire for Earthing. Color code must be maintained. Tagging from UPS O/P DB MCB and Switch board must be done

D DISTRIBUTION BOARD AND PANELS :

1

Supply, installing, testing and commissioning of metallic double door type distribution board with all necessary connection complete to be installed concealed in wall / surface mount complete to the satisfaction of the Engineer in charge. MCB make. Vertical Type for cable connections

a) 8- WAY SPN DB : (LDB) near main Panel

Incoming : 40 A,60 mA DP ELCB (1 nos)

outgoing : 6 to 10 A SP MCB (6 nos)

All MCB must be B Type Characteristic

b) 12 WAY SPN DB: (PDB) Near main Panel

incoming : 40A DP,100mA RCCB -1 NO outgoing : 6 to 10A SP MCB ( 8nos ) All MCB must be C Type Characteristic

c) 6 WAY TPN DB : (ACDB) Near Main Panel

incoming : 63A FP MCB,- 1 NO

outgoing : 25 A DP MCB Sensitivity ( 10 Nos ) for HI

All MCB must be C Type Characteristic

d) E lobby DB (12 way SPN) in E lobby

incoming: 32A FP MCB-1 nos.

Out Going: 25 A DP ELCB-1 nos. ELCB ( For AC)

Outgoing: 16A 2 pole digital timer Legrand make Model Alpharex DS1 for ATM signboard

Out Going: 16 A SP MCB-1 nos. Sign Board

All MCB must be C Type Characteristic

e) Elobby UPS DB (4 way SPN) in E lobby

Incoming: 25 A,100mA DP ELCB-1 nos.

Out Going: 6 A to 10 A SP MCB-2 nos. (1 nos for ATM & 1 nos for

All MCB must be C Type Characteristic

f) 12 WAY SPN DB : (UPS O/P DB) OUTPUT Making connections of circuits Panel

In Coming: 32 A,100mA DP ELCB -1 Nos.

Outgoing: 10 to 20 A SP MCB -8 Nos.

g) 12 WAY SPN DB : (UPS I/P DB) Connection to UPS/ Inverter

In Coming: 40 A FP MCB -1 Nos.

TENDER ID: AHM20209001 87 Signature & Seal of Tenderer

I of 2 nos. of 6 A, 5 pin Sockets and 1 no. of with one 6 A switches raw power supply with concealed company made metallic boxes or PVC flush box on walls / furniture's / trunking etc complete all respect with necessory wiring of mains of 2 no of 2.5 sq mm and 1 no of 1.5 sqmm pvc insulated copper conductor multi-stranded flexible wire with 20/25 dia. PVC conduits with accessories duly burried under floor with necessary chasing / breaking in floor and to be refinished with all necessary civil material etc. complete from PDB to Computer power supply boards.{Maxi. 3 Raw Power Points in one circuit}. complete with necessary

[ Black Colour Outer Plate For These Switchboards].LOOP IRES. Phase wire must be Red colour, Nutral Wire

must be Black color & Green Wire for Earthing. Color code must be maintained. Tagging from UPS O/P DB MCB and Switch board must be done. .

13

Supply, installing, testing and commissioning of metallic double door type distribution board with all necessary connection complete to be installed concealed in wall / surface mount complete to the satisfaction of the Engineer in charge. The DB should be of same make as

Vertical Type for cable connections

1

1

Near Main Panel 1

outgoing : 25 A DP MCB Sensitivity ( 10 Nos ) for HI- WALL SPLIT AC

1

1 nos. ELCB ( For AC)

Outgoing: 16A 2 pole digital timer Legrand make Model Alpharex DS1 for ATM signboard

1

2 nos. (1 nos for ATM & 1 nos for lighting)

12 WAY SPN DB : (UPS O/P DB) OUTPUT Making connections of circuits location at Main 1

12 WAY SPN DB : (UPS I/P DB) Connection to UPS/ Inverter at UPS room. 1

Signature & Seal of Tenderer

No 1078 14014

No 3850 3850

No 5247 5247

No 9090 9090

No 7793 7793

No 3031 3031

No 4367 4367

No 6871 6871

TENDER ID: AHM20209001

Outgoing: 32A DP MCB -4 Nos.

h) 4 WAY SPN DB : (Essential UPS O/P DB) OUTPUT Making connections of essential UPS load. (i.e CCTV, FIRE, Burgler,Data Rack, 1 switch Control Contactor Block.) to be located in UPS room.

In Coming: 32 A,100mA DP ELCB -1 Nos.

Outgoing: 10 to 20 A SP MCB -2 Nos.

h) 25 A DP MCB C Type with Metal clad Socket in UPS Room.( For Inverter O/p , For Elobby UPS O/P )

2 Shiffting and reinstallation of existing Main required etc complete as directed. Including removal shifting from present premisses to new premisses

1[a] Extra Additional cost for SITC of 200 A SFU Panel] as above as required

1[b] Extra Additional cost for SITC of 200 A TPN, 440 V, 50 Hz., Al. Busbar Busbar for Item No. 1 [ in Main Panel] as above

1[c] SITC of 20 A/ 25 A 415 V 4P RCCB 100 mA Sensitivity RCCB for 3 Phase AC units. As required in main Panel board

3

Providing and Installing of 200A MCCB(1 No.) as Incoming. MCCB with Overload &fault tripping mechanisam. hinged door & locking arrangement duly fabricated from 18 SWG sheet metal box duly painted with one coat of redenamell paints with Phase indicator lamps phase wise , control fuses & complete.The MCCB should be Microprocessor based control with inbuilt earth fault protection. THIS WILL BE INSTALLED NEAR MAIN DOOR THE BANK. ( first ask to BM / Consultant / Architect / Bank Authority.

3[a] Same as above item no-3 but Providing and installing of 125 A MCCB FP Unit etc Complete

3[b] Same as above item no-3 but Providing and installing of 100 A MCCB FP Unit etc Complete

4 Providing and installing 1 Switch Control Contactor Logic Block set with locking arrangement

duly fabricated from 18 SWG sheet metal box duly painted with duly powder coated of approved paints with wooden back complete. Comprises of 63A 4pole NC Contactor-1 nos, 40 A 4pole NC type Power ContactorContactor-3 nos. All Contactor coil must be operated on 230 V Ac supply type. All the power Connection to terminal block need to be provided by 6Sq mm FRLS typAll Contactor Aux Coil Supply need to be provided by 1.5 Sq mm FRLS type Wire. Bpody Earthing need to provide.(Other technical Specification with drawing provided in Technical bid Part.)

E EARTHING SYSTEM:

1 Providing and making Earthing Pit with all necessary mattterial and making masonry kundi, watering arrangment etc complete as per ISI 3043OPERATE)

TENDER ID: AHM20209001 88 Signature & Seal of Tenderer

4 WAY SPN DB : (Essential UPS O/P DB) OUTPUT Making connections of essential UPS load. (i.e CCTV, FIRE, Burgler,Data Rack, 1 switch Control Contactor Block.) This DB need

1

25 A DP MCB C Type with Metal clad Socket in UPS Room.( For Inverter O/p , For Elobby 2

Shiffting and reinstallation of existing Main Panel board with. Internal reconnecting as required etc complete as directed. Including removal shifting from present premisses to 1

Extra Additional cost for SITC of 200 A SFU instead of 125 A SFU for Item No. 1 [ in Main

Extra Additional cost for SITC of 200 A TPN, 440 V, 50 Hz., Al. Busbar instead of 125 A TPN Busbar for Item No. 1 [ in Main Panel] as above as required

SITC of 20 A/ 25 A 415 V 4P RCCB 100 mA Sensitivity RCCB for 3 Phase AC units. As

Providing and Installing of 200A MCCB(1 No.) as Incoming. MCCB with Overload & Earth fault tripping mechanisam. hinged door & locking arrangement duly fabricated from 18 SWG sheet metal box duly painted with one coat of red-oxide paint and two coats of approved enamell paints with Phase indicator lamps phase wise , control fuses & wooden back complete.The MCCB should be Microprocessor based control with inbuilt earth fault

THIS WILL BE INSTALLED NEAR MAIN DOOR - INSIDE OR OUTSIDE - OF THE BANK. ( first ask to BM / Consultant / Architect / Bank Authority.

3 but Providing and installing of 125 A MCCB FP Unit etc Complete

3 but Providing and installing of 100 A MCCB FP Unit etc Complete 1

Providing and installing 1 Switch Control Contactor Logic Block set with locking arrangement duly fabricated from 18 SWG sheet metal box duly painted with duly powder coated of approved paints with wooden back complete. Comprises of 63A 4pole NC type Power

1 nos, 40 A 4pole NC type Power Contactor-1 nos., 32 A 3 pole NC type Power 3 nos. All Contactor coil must be operated on 230 V Ac supply type. All the power

Connection to terminal block need to be provided by 6Sq mm FRLS type wire with lugging. All Contactor Aux Coil Supply need to be provided by 1.5 Sq mm FRLS type Wire. Bpody

Other technical Specification with drawing provided in Technical

1

Providing and making Earthing Pit with all necessary mattterial and making masonry kundi, watering arrangment etc complete as per ISI 3043-1987 (FOLLOWING ITEMS MAY

Signature & Seal of Tenderer

No 3031.61 3031.61

No 1880 3760

No 4000 4000

No 15000 0

No 4000 0

No 3000 0

No 15500 0

No 12500 0

No 10500 10500

No 15000 15000.00

TENDER ID: AHM20209001

a)

JEF Eco safe T-193 Hot DP galvanised with 50 mm meters. Earthing chemical filling 2 Bags of 20KG each (Chemical GI Earthing) ETP MAKE or ASHLOK MAKE With 3 years Manufacturer warranty. Any other make will not be consider. 3 years Manufacturer Warranty. Earthing Certificate, Need to Attached).buried of earthing Photograph must be taken Without Photographic Proof Earthing Will be Rejected. Earthing Road Photo Must be attached with Bill.)

b)

Safe erthing electrode certified for use upto 11kv with 3.00 m pipe back filling comound 2 bag of 25 Kg. with outer pipe 50mm dia and inner 25 mm dia pipe and compund filling as per UL 476 as approved by PWD (Chemical Copper Earthing) ETP MAKE or ASHLOK MAKE With 3 years Manufacturer warranty.Any other make will not be consider. 3 years Manufacturer Warranty. Earthing Certificate Need to Attached)Photograph must be taken Without Photographic Proof Earthing Will be Rejected. Earthing Road Photo Must be attached with Bill.)

2 Supply, laying and jointing of following wire / strip / earth cable on walls, ceiling etc. With necessary non rusting clamps, washers, nuts and bolts etc complete

a) 8 SWG G.I. Wire with 20 mm dia. PVC rigid conduit duly cleated / concealed / burried in floor etc. complete for ELE. PANEL, ALL DBS , ETC.

b) 8 SWG CU. Wire with 20 mm dia. PVC rigid conduit duly cleated / concealed / burried in floor etc. complete

c) 25 x 3 mm G.I. Strip (From earthing to Main panel)

d) 25 x 3 mm CU.strip (From earthing to UPS DB) F CABLES & CABLE TERMINATIONS:

1

Supply, Lying, installation, testing and commissionig of following sizes of PVC insulated PVC sheathed copper / aluminum conductor armoured cable to be laying in existing cable trench or to be laid in existing pipes of with necessary clamps, spacers with etc. complete to the satisfaction of EIC. All types of cable excavation works should be in contractor's scope.( LENTH TO BE VERIFY AT SITE ) with Complete termination & Metal Glanding

a) 3 x 2.5 sq. mm Cu . Conductor YWY cable. (for Signboard & Street Light Points)

b) 4 X 16 sq mm Al YWY armoured Conductor from Main Panel to ACDB.

c) 4 x 6 sq. mm Cu. Armoured Conductor YWY cable. (Main Panel to ACDB ,Input UPS DB & PDB)

d) 4 x 25 sq. mm Al. Armoured Conductor YWY cable. (Main Panel to ACDB)

e) 3C X4 Sq mm Cu YWY Armoured Conductor for (Supply from UPS to E lobby UPS DB, UPS to UPS O/P DB, Inverter O/p to LDB near main panel, ACDB to Out door 2Tr AC. )

f) 4CX4 sq mm Cu YWY armoured cabel from Main Panel to Out Door 3.0 Tr/ 4.0 Tr cassate AC.

g) 3.5 CX35 sq mm YWY Al cabel from main MCCB to Main Panel.

g1 3.5 x 50 sq. mm Alu. Condudtor AYFY cable. (main cable meter to main panel ) (LENGTH as per site contition)

TENDER ID: AHM20209001 89 Signature & Seal of Tenderer

193 Hot DP galvanised with 50 mm dia outer & 25 mm inner dia P/P length 3 meters. Earthing chemical filling 2 Bags of 20KG each (Chemical GI Earthing) ETP MAKE or ASHLOK MAKE With 3 years Manufacturer warranty. Any other make will not be consider.

ng Certificate, Need to Attached).( At the Time of buried of earthing Photograph must be taken Without Photographic Proof Earthing Will be Rejected. Earthing Road Photo Must be attached with Bill.)

certified for use upto 11kv with 3.00 m pipe back filling comound 2 bag of 25 Kg. with outer pipe 50mm dia and inner 25 mm dia pipe and compund filling as per UL 476 as approved by PWD (Chemical Copper Earthing) ETP MAKE or ASHLOK MAKE With 3

acturer warranty.Any other make will not be consider. 3 years Manufacturer Warranty. Earthing Certificate Need to Attached).( At the Time of buried of earthing Photograph must be taken Without Photographic Proof Earthing Will be Rejected. Earthing

1

Supply, laying and jointing of following wire / strip / earth cable on walls, ceiling etc. With necessary non rusting clamps, washers, nuts and bolts etc complete

SWG G.I. Wire with 20 mm dia. PVC rigid conduit duly cleated / concealed / burried in floor etc. complete for ELE. PANEL, ALL DBS , ETC. 40

8 SWG CU. Wire with 20 mm dia. PVC rigid conduit duly cleated / concealed / burried in 40

25 x 3 mm G.I. Strip (From earthing to Main panel) 50

25 x 3 mm CU.strip (From earthing to UPS DB)

Supply, Lying, installation, testing and commissionig of following sizes of PVC insulated PVC sheathed copper / aluminum conductor armoured cable to be laying in existing cable trench or to be laid in existing pipes of with necessary clamps, spacers with cleating on wall ceilling etc. complete to the satisfaction of EIC. All types of cable excavation works should be in contractor's scope.( LENTH TO BE VERIFY AT SITE ) with Complete termination & Metal

(for Signboard & Street Light Points) 20

4 X 16 sq mm Al YWY armoured Conductor from Main Panel to ACDB. 0

4 x 6 sq. mm Cu. Armoured Conductor YWY cable. (Main Panel to ACDB ,Input UPS DB & 46

4 x 25 sq. mm Al. Armoured Conductor YWY cable. (Main Panel to ACDB)

Conductor for (Supply from UPS to E lobby UPS DB, UPS to

UPS O/P DB, Inverter O/p to LDB near main panel, ACDB to Out door 2Tr AC. ) 98

4CX4 sq mm Cu YWY armoured cabel from Main Panel to Out Door 3.0 Tr/ 4.0 Tr cassate AC.

3.5 CX35 sq mm YWY Al cabel from main MCCB to Main Panel. 30

3.5 x 50 sq. mm Alu. Condudtor AYFY cable. (main cable meter to main panel ) (LENGTH as

0

Signature & Seal of Tenderer

No 9500 0

No 11500 11500

Rmt 65 2600

Rmt 85 3400

Rmt 75 3750

Rmt 750 0

Rmt 154 3080

Rmt 187 0

Rmt 365 16790

Rmt 255 0

Rmt 206 20188

Rmt 261 0

Rmt 281 8430

Rmt 365 0

TENDER ID: AHM20209001

g2 3.5 x 70 sq. mm Alu. Condudtor AYFY cable. (main cable meter to main panel ) (LENGTH as per site contition)

g3 3.5 x 95 sq. mm Alu. Condudtor AYFY cable. (main cable meter to main panel ) (LENGTH as per site contition)

h) 4C X25 sq mm cu flexible cable from Main Meter to Main MCCB. i) 2CX 1.5 Sq mm armoured cable from Contactor Block Distribution box to Pushbutton Switch

at Entrance)

G TELEPHONE AND STRUCTURED CABLING :

1

Supply and installing telephone point with Telephine socket outlets of RJ 11 of aapproved make with company made concealed boxes in walls / furniture's etc. complete with Providing, installing, testing, commissioning of 2 pair of 0.51 cross section pvc insulated copper conductor telephone wire of ITI approved with 20/25 dia. PVC conduits with accessories duly burried under floor with necessary chasing / breaking in floor and to be refinished with all necessary civil material etc. or to be cleated on wall / ceiling with saddles / spacer etc. necessary termination etc. complete.from kroone box to table tele. points, etc. complete.Cross Ferruling need to be provided for each point. on Telephone point tagginmust be done.

a) for Intercom Tele. facility.

b) for Fax Tele. facility.

c) for Direct Tele. facility.

2[A] Supply, installation, testing and commissioning of 2 duly enclosed in sheet meral powder coated box with locking arrangement complete with necessary terminations

2[B]

Providing, installing, testing, commissioning of CAT 6 UTP pvc insulated data cable of D - Link with 20/25 dia. PVC conduits with accessories duly burried under floor with necessary chasing / breaking in floor and to be refinished with all necessary civil material etc. or to be cleated on wall / ceiling with saddles / spacer etc. necessary termination etc. with ferrule numbering at both ends of each piece of cable complete.new krone].

3[A]

Supply, installation, testing and commissioning of CAT 6, RJ 45 D-link mke with front modular cover plate, flush box metallic or PVC for trucking system etc. complete with terminations etc complet with Providing, installing, testing, commissioning of CAT 6 UTP pvc insulated copper conductoconduits with accessories duly burried under floor with necessary chasing / breaking in floor and to be refinished with all necessary civil material etc. or to be cleated on wall / ceiling with saddles / spacer etc. necessary termination etc. with ferrule numbering at both ends of each of piece of cable etc. complete as per the requirement from metal rack to table I / O points complete.( one for LCD) One for IP phone facility in BM cabin. Dual RJ45 I/O point Single plate not allowed. Cross Ferruling need to be provided for each point. on Data point tagging must be done.

3[B] Supply and crimping of RJ 45 connector with proper testing.

3[C] Supply & fixing the Patch cord 1 mtr. Long (factory built) .BM / Consultant / Architect / Bank Authority.

TENDER ID: AHM20209001 90 Signature & Seal of Tenderer

3.5 x 70 sq. mm Alu. Condudtor AYFY cable. (main cable meter to main panel ) (LENGTH as

3.5 x 95 sq. mm Alu. Condudtor AYFY cable. (main cable meter to main panel ) (LENGTH as

4C X25 sq mm cu flexible cable from Main Meter to Main MCCB. 2

2CX 1.5 Sq mm armoured cable from Contactor Block Distribution box to Pushbutton Switch 10

TELEPHONE AND STRUCTURED CABLING :

Supply and installing telephone point with Telephine socket outlets of RJ 11 of aapproved make with company made concealed boxes in walls / furniture's etc. complete with

commissioning of 2 pair of 0.51 cross section pvc insulated copper conductor telephone wire of ITI approved with 20/25 dia. PVC conduits with accessories duly burried under floor with necessary chasing / breaking in floor and to be

essary civil material etc. or to be cleated on wall / ceiling with saddles / spacer etc. necessary termination etc. complete.from kroone box to table tele. points, etc.

.Cross Ferruling need to be provided for each point. on Telephone point tagging

8

0

1

Supply, installation, testing and commissioning of 2 nos.10 pair krone telephone tag block duly enclosed in sheet meral powder coated box with locking arrangement complete with 2

Providing, installing, testing, commissioning of CAT 6 UTP pvc insulated copper conductor

Link with 20/25 dia. PVC conduits with accessories duly burried under floor with necessary chasing / breaking in floor and to be refinished with all necessary civil material

addles / spacer etc. necessary termination etc. with ferrule numbering at both ends of each piece of cable complete.[ 2 Lines from BSNL Krone to

40

Supply, installation, testing and commissioning of CAT 6, RJ 45 information outlet (I/O) of

link mke with front modular cover plate, flush box metallic or PVC for trucking system etc. complete with terminations etc complet with Providing, installing, testing, commissioning of CAT 6 UTP pvc insulated copper conductor data cable of D-link make with 20/25 dia. PVC conduits with accessories duly burried under floor with necessary chasing / breaking in floor and to be refinished with all necessary civil material etc. or to be cleated on wall / ceiling with

cer etc. necessary termination etc. with ferrule numbering at both ends of each of piece of cable etc. complete as per the requirement from metal rack to table I / O points

one for LCD) One for IP phone facility in BM cabin. Dual RJ45 I/O point in Single plate not allowed. Cross Ferruling need to be provided for each point. on Data point

22

Supply and crimping of RJ 45 connector with proper testing.

fixing the Patch cord 1 mtr. Long (factory built) .-When supplying , then first ask to BM / Consultant / Architect / Bank Authority. 0

Signature & Seal of Tenderer

Rmt 496 0

Rmt 598 0

Rmt 1390 2780

rmt 70.00 700.00

No 500 4000

No 500 0

No 500 500

No 1000 2000

Rmt 55 2200

No 1050 23100

No 100 0

No 160 0

TENDER ID: AHM20209001

3[D] Supply & fixing the Patch cord 2 mtr. Long (factory built) .BM / Consultant / Architect / Bank Authority.

3[E] Supply and Fixing of HDMI cable with terminal if required on site.

4 Removing 7 refixing of Existing Branch Data Rack with 24 Port Switch , Patch Panel Termination complete

4[a] Testing of existing 24 port Cat - 6 patch panel of 'D' Link make complete as directed.

5 SITC of CABLE TV RG - 6 cable line in PVC Conduit pipe with proper fixing and connecting with modular Co-Axial TV Socket

6(A)

Supply and installation of 300 x 300 x 40 mm size GI box duly fabricated from 18 SWG m.s. sheet with top cover of same sheet complete with necessary knock outs at all the sides of box for conduit entries duly fixed in floor, including breaking in floor and recomplete (Wire Draw Box).

6(B)

Supply and installation of 150 x 150 x 40 mm size GI box duly fabricated from 18 SWG m.s. sheet with top cover of same sheet complete with necessary knock outs at all the sides of box for conduit entries duly fixed in floor, including breaking in floor and recomplete (Wire Draw Box).

7

Supply an installation of 24 Hr, 7 days A/C timer with 2 nos power contector of M.D.S, L & T ,SEIMENS,THEBEN ( indoasian) Make. All enclosed in 18 SWG sheet steel enclosure of 300 X 200 mm complete with all necessary termination for system room A.C & E lobby AC. Here Ready made Cyclic Timer Will not be permited.

8 Supply and installation of 1.5 sq. mm. 3 core flexible with M. S. flexible pipe & 15 amp. 3 pin top of approved make for the supply of locker room.

8[a] Supply & laying of the empty conduit .(1.5 mm thickness PVC FRLS type)

9 Laisioning work ( addition Load ) Electrical Supply authority Apporoval /Meter Shifting and Neccessary cirtificate.

10 Supply and installation of Mushroom Head Key Switch Stay put ( press to lock turn to release)

with mounting cover at Entrance for Single switch control of Branch Supply. Location at Entrance need to ask BM before Installation.

PERCENTAGE ABOVE OR BELOVE OR AT PAR OF TOTAL AMOUNT

Note:

1 ALL RATES SHOULD BE INCLUDE OF ALL TAXES

2 THE CONTRACTOR SHOULD DEPUTE ONE PERSON AT SITE FROM START OF WORK TO CONNECTIONS & ATTENDING PROBLEMS

3 THE CONTRACTOR SHOULD WORK ACCORDING TO THE FINAL LAYOUT.

4 THE CONTRACTOR'S PRESENCE MUST BE COMPULSORY FOR SHIFTING / INSTALLING OF UPS , DATA RACK, EPABX SYSTEMS. MUST HELP TO BANK'S VENDORS LIKE PCS ( HARDWARE ), UPS , DATACRAFT ( PORT SWITCH

TENDER ID: AHM20209001 91 Signature & Seal of Tenderer

fixing the Patch cord 2 mtr. Long (factory built) .-When supplying , then first ask to BM / Consultant / Architect / Bank Authority. 22

Supply and Fixing of HDMI cable with terminal if required on site.

Removing 7 refixing of Existing Branch Data Rack with 24 Port Switch , Patch Panel

1

6 patch panel of 'D' Link make complete as directed. 0

6 cable line in PVC Conduit pipe with proper fixing and connecting 30

Supply and installation of 300 x 300 x 40 mm size GI box duly fabricated from 18 SWG m.s. sheet with top cover of same sheet complete with necessary knock outs at all the sides of box for conduit entries duly fixed in floor, including breaking in floor and re-finished the same etc. 0

and installation of 150 x 150 x 40 mm size GI box duly fabricated from 18 SWG m.s.

sheet with top cover of same sheet complete with necessary knock outs at all the sides of box for conduit entries duly fixed in floor, including breaking in floor and re-finished the same etc. 0

Supply an installation of 24 Hr, 7 days A/C timer with 2 nos power contector of M.D.S, L & T ,SEIMENS,THEBEN ( indoasian) Make. All enclosed in 18 SWG sheet steel powder coated

complete with all necessary termination for system room A.C & E Here Ready made Cyclic Timer Will not be permited.

1

Supply and installation of 1.5 sq. mm. 3 core flexible cable of approved make (4 mtr. Length) with M. S. flexible pipe & 15 amp. 3 pin top of approved make for the supply of locker room. 5

Supply & laying of the empty conduit .(1.5 mm thickness PVC FRLS type) 30

Laisioning work ( addition Load ) Electrical Supply authority Apporoval /Meter Shifting and 1

Supply and installation of Mushroom Head Key Switch Stay put ( press to lock turn to release) with mounting cover at Entrance for Single switch control of Branch Supply. Location at Entrance need to ask BM before Installation.

1

TOTAL'

PERCENTAGE ABOVE OR BELOVE OR AT PAR OF TOTAL AMOUNT

FINAL AMOUNT

ALL RATES SHOULD BE INCLUDE OF ALL TAXES ( EXCLUDING GST) GST will be paid extra as per Apllicable Norms

THE CONTRACTOR SHOULD DEPUTE ONE PERSON AT SITE FROM START OF WORK TO FINISH FOR GIVING TEMPORARY CONNECTIONS & ATTENDING PROBLEMS THE CONTRACTOR SHOULD WORK ACCORDING TO THE FINAL LAYOUT.

THE CONTRACTOR'S PRESENCE MUST BE COMPULSORY FOR SHIFTING / INSTALLING OF UPS , DATA RACK, EPABX SYSTEMS. BANK'S VENDORS LIKE PCS ( HARDWARE ), UPS , DATACRAFT ( PORT SWITCH

Signature & Seal of Tenderer

No 180 3960

rmt 450 0

No 1500 1500

No 5000 0

Rmt 35 1050

No 350 0

No 300 0

No 5000 5000

No 650 3250

Rmt 35 1050

Job 2000 2000

No 350.00 350.00

415,028.61

0.00% 0.00 415,028.61

) GST will be paid extra as per Apllicable Norms

FINISH FOR GIVING TEMPORARY

THE CONTRACTOR'S PRESENCE MUST BE COMPULSORY FOR SHIFTING / INSTALLING OF UPS , DATA RACK, EPABX SYSTEMS. -

BANK'S VENDORS LIKE PCS ( HARDWARE ), UPS , DATACRAFT ( PORT SWITCH - SOFTWARE ), ETC.