Upload
haliem
View
241
Download
3
Embed Size (px)
Citation preview
1 | P a g e
Gujarat State Biotechnology Mission [GSBTM]
Dept. of Science & Technology, Govt. of Gujarat
Block 11, 9th
Floor, Udyog Bhavan, Gandhinagar - 382017 (Gujarat)
TENDER ENQUIRY
TENDER NO.GSBTM/SBInc/PLUMB/16/2016-17
Date 10.10.2016
Sub.: Plumbing Works for Effluent Drainage
Last date of submission: 03.11.2016 at 3.00 PM
Date of Opening: 05.11.2016 at 3.30 PM
Tender Fees: - Rs. 1500/- (One thousand and Five Hundred Only)
EMD: - Rs. 15,000/- (Fifteen Thousand Only)
Contact for all Bid related
Queries:
Head, Instrumentation
SAVLI BIO-INCUBATOR, AT EPIP/CFC BUILDING, GIDC – SAVLI, MANJUSAR, VADODARA, 391 775.
Ph: 02667-266000, 266004, Mob: 09909577323 | Email: [email protected] www.SavliBioIncubator.in
2 | P a g e
Chapter 1 Pre-Qualification [PQ] Criteria
1. Bid Processing fees DD of Rs. 1500/-(Rs. One thousand and Five Hundred Only)
should be submitted.
2. Average annual turnover of the company / firm should not be less than Rs.
10 Lacs over last three financial years.
3. The company/firms should be operational for minimum 3 years (attach
attested document)
4. The applicant should complete at least one similar work in past 3 years
(attach attested document)
Please Note:
1) Please submit all required documents duly filled, signed, stamped and
supported with documentary evidences, without fail.
2) The applicant has to accept defect liability period of 1 year.
3) No collaboration / association for application will be accepted.
4) Applicant has to give acceptance for providing 10% of the total value of
the work order as Security Deposit.
5) The bidder has to supply and install materials with required quality
standards/ Certification.
6) Bidders are advised to visit the site, understand the scope of the works
intended to be undertaken, before bidding.
3 | P a g e
Chapter 2 TENDER NOTICE
Tender No GSBTM/SBInc/PLUMB/16/ 2016-17
GSBTM, DST, GoG invites Tender for Plumbing work at Savli Bio-Incubator,
EPIP/CFC building, Savli GIDC, Manjusar, Savli, Baroda as per the Specifications
given in Annexure-IV.
01 Tender No GSBTM/SBInc/PLUMB/16/ 2016-17
02 Work PLUMBing work for feed water, Drain water, and related Civil works
03 Location of work Savli Bio-Incubator, EPIP/CFC building, Savli GIDC, Savli, Vadodara.
04 Location of Physical Tender Submission
Gujarat State Biotechnology Mission [GSBTM], Dept. of Science & Technology, Govt. of Gujarat
Block 11, 9th
Floor, Udyog Bhavan, Gandhinagar - 382017
(Gujarat), Ph:079 232 52197, FAX:07923252195
05 Tender Fee [Non-refundable]
Rs.1500/- by Demand Draft (D.D.) drawn preferably on Nationalized Bank in favour of ‘Savli Bio-Incubator (GSBTM)’, payable at Gandhinagar.
06
Earnest Money deposit EMD of Rs. 15,000/- (Fifteen Thousand Only) has to be paid by D.D. drawn in favour of ‘Savli Bio-Incubator (GSBTM)’, payable at Gandhinagar.
07 Work Completion Time 45 working days from the date of acceptance of purchase order (Acceptance letter should be submitted to GSBTM within 7 days of receipt of purchase order)
08 Security Deposit 10 % of contract value in form of D.D. drawn in favour of ‘Savli Bio-Incubator (GSBTM)’, payable at Gandhinagar, to be submitted on issue of Letter of Intent (LoI).
09 Last date and time for online and physical Submissions in the Tender
On or before Dt: 03.11.2016 up to 15:00 hrs.
10 Opening of Technical Bids and Pre-qualification
05.11.2016 at 15.30 Hrs at 9th Floor, Block - 11, Udyog Bhavan, Sector-11, Gandhinagar.
11 Opening of Price Bids
Will be intimated later to qualified bidders
12 Validity of tender 90 days from the opening of Price bid
13 Penalty for delay of work completion
0.02% of order vale per day subject to maximum of 10% of total contract value.
14 Pre Bid Meeting Dt: 14.10.2016 at 12:30 hrs. At EPIP CFC Building, Savli GIDC, Manjusar, Vadodara.
15 Newspaper Advertisement Dt: 11.10.16
16 Online Submissions Starts on
Dt: 10.10.16 onwards
4 | P a g e
1. The Mission Director, Office of GSBTM, 9th Floor, Block -11, Udyog Bhavan, Sector – 11, Gandhinagar reserves the right to reject any or all the tenders without assigning any reason thereof.
2. The bidders are required to quote the rate strictly as per the terms
and conditions mentioned in the Tender document. The conditional tender will not be entertained and shall be liable for outright rejection.
3. Physical submission of Tender should be sent either by Post or courier and
should reach by the prescribed Time limit. 4. Bidders are advised to visit the site, understand the scope of the works
intended to be undertaken, before bidding.
5 | P a g e
Chapter 3 Brief Introduction
TENDER NO: GSBTM/SBInc/PLUMB/15/ 2016-17 Gujarat State Biotechnology
Mission, under the aegis of Dept. of Science & Technology, Govt. of Gujarat
[hereinafter referred to as GSBTM OR GSBTM, DST, GoG] is the nodal agency
for overall development of Biotechnology in the state and with financial
support from Dept. of Biotechnology, Govt. of India through its newly formed
arm – Biotechnology Industrial Research Assistance Council [BIRAC], has
developed a Bio-Incubator at EPIP/CFC building, GIDC, Savli, Baroda (hereinafter
referred to as Savli BioIncubator OR GSBTM) invites tenders from registered
manufacturers / agencies / suppliers, for plumbing and related Civil Works, in
an two bid system Part I & II, Part I Technical Bid/ PQ Bid and Part II Price Bid. Work: plumbing and civil for water connections from laboratories (Feed and Drain)
to ETP, of Savli BioIncubator, EPIP building, GIDC Estate, Savli, Vadodara-391 775. For any queries and/ or visit to the site, pl. contact: Dr. Manesh Thomas, Head,
Instrumentation, Savli BioIncubator [:02667-264900, 264891, 266604].
Bidders are advised to visit the site, understand the scope of the works
intended to be undertaken, before bidding. In view of the above and to get
reputed / reliable / registered Contractors / agencies / suppliers, for p lumb ing
and re la ted c i v i l wo rk s , it will be necessary to get the bidders pre-qualified
for the tender under reference, on the basis of the documents submitted by the
bidders as asked by GSBTM, 9th Floor, Block - 11, Udyog Bhavan, Sector –11,
Gandhinagar. Only the tenders of the tenderers who are qualified in the Technical Bid / Pre-
Qualification Bid will be considered for further evaluation. The tenderers
(bidders) are requested to send all the required documents as mentioned in the
Technical Bid / Pre-qualification Bid.
Decision of the Mission Director, GSBTM, 9th Floor, Block -11, Udyog Bhavan, Sector
– 11, Gandhinagar regarding pre-qualification based on the documents furnished by
the bidders will be final and binding to all the bidders and no correspondence will
be entertained from any of the bidders in this regard. The Mission Director GSBTM,
9th Floor, Block -11, Udyog Bhavan, Sector – 11, Gandhinagar reserves the right to
reject any or all the Technical Bids for pre-qualification without assigning any
reasons thereof. All decision to award the order will be made by GSBTM.
The selected tenderer will have to enter into an agreement with the GSBTM, 9th
Floor, Block-11, Udyog Bhavan, Sector – 11, Gandhinagar on a stamp paper
(Rs.100/=), and should be Notarised. The approved format of agreement by the
GSBTM, covering all terms and conditions interlay, that are advertised and stated
in this tender form and those which may be agreed upon or modified by both
parties during subsequent correspondence / discussions / negotiations.
6 | P a g e
Chapter 4 Check List of Documents to be enclosed with the Tender
Cover I (Technical BID)
To be appropriately super scribed
Mandatory Documents in Physical Submission Prequalification & Technical Bid
Prequalification:
1. Bid Processing fees DD of Rs. 1500/- 2. Form No.1 Financial Strength of the Bidder 3. Form No.2 Firms/Company/ Contractor Details (Attested Documents) 4. Form No.3 Earnest Money Deposit (with DD) 5. Form No.4 Declaration
Technical Bid
6. Form No. 5 Technical Strength of bidder 7. Form No. 6 Performa of Compliance Letter 8. Form No. 7 Undertaking
(Financial BID Online Submission)
Mandatory Documents in Online Submission Financial Bid
1. Form No. 8 Commercial/Financial Bid(Form Available Online-Fill Data) 2. Form No. 9 Schedule of works(Form Available Online –Fill Data)
Note: Bidder have to fill up all details in all the forms, along with supporting
documents, failing which, it will lead to rejection of the BID
7 | P a g e
Chapter 5 GENERAL TERMS & CONDITIONS
General Instructions (1). Tender
Tenders are invited on behalf of the Project Director, Savli Bio-Incubator,
EPIP/CFC BUILDING, SAVLI GIDC, MANJUSAR, VADODARA, Gujarat (India) from
reputed firm/company/unit/Contractors for plumbing and related Civil works for
New Drainage connection to Effluent Treatment Plant. The offer/Bid must be
strictly as per required specifications and the tender terms & conditions.
Commercial bid must be submitted separately as mentioned or otherwise bid will
be rejected.
(2). SUBMISSION OF OFFERS:
a. Bid should be submitted directly by company/firm/ authorized. The bidder
should be registered with any of the Government / Municipal Authorities, etc.,
as required under the law for carrying out business. The copy of the said
certificate(s) is to be enclosed with the technical bid.
b. The bid should be addressed to the Project Director, Savli Bio-Incubator Project,
Gujarat State Biotechnology Mission [GSBTM], Dept. of Science & Technology,
Govt. of Gujarat, Block 11, 9th Floor, Udyog Bhavan, Gandhinagar – 382017
(Gujarat).
c. Average annual turnover of the bidder in last 3 years from sales of Similar/Items
should be an average of Rs.10 Lacs. Audited Balance Sheets & Income Tax, Sales
Tax Returns for Last three years, as support Documents should be submitted
(Authorized by Government Department) along with the Technical bid. Bidder has
to confirm of having Sales Tax/VAT and Service Tax registration number. Attested
copy of the same to be provided along with the bid.
d. The bidder has to provide list of similar work done along with certificate.
e. Each page of your offer & tender form should be numbered, signed by an
authorized signatory giving his/her name, designation and Stamped.
f. Please quote best minimum prices applicable, leaving no scope for any further negotiations on prices.
g. The prices quoted should be final and inclusive of all charges.
8 | P a g e
(3). DUE DATE & OPENING DATE: The Offer/Bid must reach Project Director, Savli
BioIncubator Project, GSBTM office, Block 11, 9th
Floor, Udyog Bhavan,
Gandhinagar - 382017 (Gujarat) on or before 03/11/2016 up to 3.00 PM sharp.
The tenders will be opened for pre-qualification and technical documents on 05/11/2016 at 15.30 hrs in the presence of bidders, who wish to present themselves at the time of opening of tender. In case, opening date happens to be a holiday, the tender will be opened on next working day at the same time & location. The price bids of two bid tender system shall be opened after technical evaluation & qualification of technical bids. The date of opening of price bids shall be informed to the bidders found suitable in technical evaluation.
(4). ACCEPTANCE OR REJECTION OF OFFER: The Project Director, Savli Bio-
Incubator, reserves the right to accept or reject any Bid/tender in part or full
without assigning any reason thereof.
(5) PURCHASERS RIGHT TO ACCEPT ANY BID AND TO REJECT ANY OR ALL BIDS:
The purchaser reserves the right to accept or reject any bid, and to annul the
bidding process and reject all bids at any time prior to award of contract, without
thereby incurring any liability to the affected bidder or any obligation to inform
the affected bidder, of the grounds for the purchasers action.
(6). VALIDITY OF OFFER: The prices must be valid at least for a period of 90 Days
from the date of opening of the Technical Bid. No changes in prices will be
acceptable in any condition after opening of tender till the validity of the offer or
execution of the order whichever is later.
(7). NOTIFICATION OF AWARD: Prior to the expiration of the period of bid
validity, the GSBTM will notify the successful bidder in writing by registered letter
or by cable or telex or fax or e-mail. Successful bidder has to accept the same by
way of a confirmation letter to GSBTM within 15 days.
(8) BID PROCESSING FEES: Bid processing fees of Rs. 1500/- (Rupees One
Thousand Five hundred Only) for each tender, in the form of A/C Payee Demand
Draft drawn Bank in favour of ‘Savli Bio-Incubator (GSBTM)’ should be submitted
along with the Bid. Bid processing fee is non-refundable. Non submission of Bid
processing fee will lead to rejection of the Bid.
(9). EARNEST MONEY DEPOSIT (EMD): EMD of Rs.15,000/-( Rupees Fifteen
Thousand Only) for the parts quoted have to be submitted in the form of A/C
Payee Demand Draft drawn in favour of ‘Savli Bio-Incubator (GSBTM)’. Bids
without EMD in the prescribed format given or with insufficient amount of EMD
shall not be taken into consideration. No interest will be paid by the institute for
refund of EMD.
9 | P a g e
(10) SECURITY DEPOSIT (SD): An amount of 10% of the contract value shall be
needed to be deposited as Security Deposit (SD), at the time of Acceptance of the
Works.
a. The successful bidder who has been notified of selection will have to submit
an unconditional Letter of Acceptance in the Format provided in Annexure
II and Annexure III, along with Security Deposit equivalent to 10% of the
total cost of the work, in the form of A/C Payee Demand Draft drawn in favour
of ‘Savli Bio-Incubator (GSBTM)’ payable at Gandhinagar, within 15 days from
the date of receipt of intimation of selection.
b. If the security Deposit is not paid within time specified, the EMD shall be
forfeited & BID will be rejected.
c. Security Deposit shall be released by the Project Director, Savli Bio-
Incubator, after the successful completion of defect liability period. No
interest will be paid on ‘Security Deposit’ and in the event of non–supply of
the Order, Delay supply & incomplete related formalities; the Security
Deposit shall be forfeited.
(11). Work Specifications:
It must be ensured that the offers must be strictly as per Savli Bio-Incubator work specifications as mentioned in Annexure IV. Work under this section consists of furnishing all labour, materials, equipment and appliances necessary required to completely install internal and external water supply pipes, pipes, fittings, valves and specialties, construction of manholes, platforms and related Civil works etc. with water proofing material as indicated on the drawings or specifications. The Contractor shall carryout and completes the said work under this contract in every respect in conformity with the rules and regulations of the local Authority. Supply, Installation, testing and commissioning of the complete work shall be as per the specifications and drawings and minor modifications as per the instructions of the Engineer in charge. The contractor must get acquainted with the proposed site for the works and study specifications and conditions carefully before tendering. The work shall be executed as per programme approved by the Project Engineer. If part of site is not available for any reason or there is some unavoidable delay in supply of materials stipulated by the employer, the programme of construction shall be modified accordingly and the contractor shall have no claim for any extras or compensation on this account. The GSBTM also reserves right to amend, alter, increase or decrease the scope of work and payment will be made accordingly. (12). Workmanship: The workmanship shall be best of its kind and shall conform to the specifications, as below or Indian Standard Specifications in every respect or latest trade practices and shall be subject to approval of the engineer in charge. Bidders must furnish a Compliance Statement of each and every required Specification of the tender (Form No. 7). All materials shall be best of their kind and shall conform to the latest Indian Standards.
10 | P a g e
(13). Time scheduled for Work Completion: The plumbing and related civil works at EPIP Building, Savli should be completed
within 45 working days1 from the date of acceptance of work order. Completing
the works on time is very important and if Works are not completed within the
stipulated time, GSBTM shall be at liberty to levy penalty, token or as shall be
decided by the Mission Director, GSBTM; but maximum as spelt in the concerned
Clause herein or procure the material at tenderer’s risk and cost and if thereby
any extra expenditure is involved, the same shall be debited to tenderer’s
account. If GSBTM is unable to procure the material from alternate source in time
and if GSBTM suffers any consequential loss, tenderer will have to bear the same.
GSBTM, in that case, will forfeit the security deposit and will also have the right to
recover the claim against party for damage incurred. GSBTM may undertake mid-
term and/ or term-end inspection/ testing of the performance through internal or
external experts/ Engineer(s).
(14). Work Completion time Penalty:
If work is not completed as per work completion time, GSBTM shall be at liberty to
levy penalty, token or as shall be decided by the Mission Director, GSBTM; but
maximum to be levied @ 0.02% of contract value per every working day delayed,
up to the maximum 10 % of the contract value. This will not absolve the contractor
from the responsibility of getting the balance work done.
At any stage of tender even after issue of purchase order, if it is found that any
defaulting/ deviation/ falsification/ misrepresentation of any tender terms or
technical specification using similar technical terms with functional difference, has
been effected (unless it is clearly mentioned in the compliance statement
submitted to GSBTM), it is considered as a case of conniving and The Mission
Director GSBTM, 9th Floor, Block -11, Udyog Bhavan, Sector – 11, Gandhinagar,
reserves the right to disqualify bidder, forfeit EMD/SD/Black list the company
from further Tenders.
(15). Defect Liability Period:
The defect liability period of 12 Months from the date of actual completion (Fully functional) of work by the bidder and certified by Engineer in charge. If any damage during to materials or constructions, bidder should make arrangements for repair and/or replacement within a period of 7 working days of the complaint. If failed to provide repair/replacement, the Bidder will be required to pay a penalty towards delay, @ 0.01% of the invoice value for every day delayed, and the same shall be deducted from Security Deposit.
1 Working days of Government of Gujarat
11 | P a g e
(16). Loss and Damages:
Any loss or damages or deterioration of any material in transit shall be at the cost
of the bidders. It shall be at the discretion of GSBTM to reject, damaged or spoiled
material, if so noticed. During the work, if any property of EPIP Building is
damaged then book value/repair cost + 20 % of same would be recovered from the
contractor.
(17) Insurance:
Transit insurance of the consignment/Insurance of contractor’s manpower should
be provided by the contractor at his cost.
(18) Statutory Obligations:-
I. That the “Bidder shall obtain license under the Bombay Shops and Establishment
Act and it shall pay wages and benefits in accordance with the applicable laws and
shall not pay less than as notified by the Government Authorities from time to time
and shall maintain the employment records as required under applicable laws.
II. That the Bidder shall get his own License under Contract Labour (Regulation and
Abolition) Act, it shall be binding to get the same renewed from time to time and
shall maintain all the records as per the act.
III. That the Bidder shall be responsible to enroll his employees, deduct, add and
deposit in the relevant accounts the contributions as required under the Employees
State Insurance Act, 1952 and the Employees Provident Funds and Miscellaneous
Provisions Act 1952 and any other enactment's covered under the various
applicable labour laws as well as maintain all books of records for the staff and
employees deputed by it for this contract such as required under any laws
applicable. The Bidder shall also furnish a copy of such statements as documentary
proof to the GSBTM, 9th Floor, Block -11, Udyog Bhavan, Sector – 11, Gandhinagar.
IV. That if the Bidder is not covered under the Employees State Insurance Act,
1952 then it shall be the duty of the Bidder to take appropriate insurance cover
under the Workmen Compensation Act and take Group Personal Accident Policy for
all the employees deputed at the premises of the “First Part”.
V. The Bidder has to issue to the employee's Identity card with their photos and
shall also maintain relevant register.
VI. That the Bidder shall give leave/holiday to its workforce as per the provisions
of labour laws applicable.
VII. That the Bidder would comply with all applicable laws and maintain all such
necessary records as necessitated under such enactments.
12 | P a g e
(19) Prices:
Prices quoted by the tenderer should be firm and no price increase will be allowed
to the tenderer during the supply period. The prices quoted shall be all inclusive
(e.g. inclusive of all taxes &/or duties applicable, transport, loading-unloading,
damage, breakage, etc.).
(20). INVOICE: The Party who will be selected by the purchaser will have to submit
the Invoices in 3 Copies.
The Following points should be specifically included in the Invoice:
a) Invoice to be made in the name of The Project Director, Savli Bio-
Incubator.
b) Invoice Value must be mentioned in Indian Rupees and no change to the
same shall be entertained.
c) Invoice should include complete details of Item i.e. as per BOQ, along with
their prices.
d) Duties & Taxes as applicable should be mentioned separately.
(21). PAYMENT CONDITION: No advance payment will be made to any supplier.
Payment will be made only after 30 days of satisfactory completion of work
subsequent to commissioning and certification of works by our technical
expert/agency as may be decided by the client. The payments will be made in
Indian currency only by crossed multicity Cheque.
(22). Other Payment and related Terms:
Payments will be done within 30 working days from the date of receipt of the bill.
Payments shall be made only for the work executed, mentioned in Schedule of works in all respects as per quoted rates (BOQ), based on drawings and specifications. Works contract tax / sales tax TDS/Service tax, prevailing from time to time as per rule shall be deducted from the running account bills. TDS will be deducted from bill amount as per the prevailing Govt. Rules and regulations. The payment will be made to the Tenderer only after completion of the work as full and final settlement. Other deduction either statutory or other work reason, if any.
(23). DELETION OF NAME: Names of bidders, backing-out/defaulting after opening
of tenders will be recommended for deletion from the list of suppliers in addition
to forfeiture of EMD submitted by them, if any.
(24). LATE/ DELAYED /UNSOLICITED BID: Late or delayed/Unsolicited Bid/offers
shall not be considered at all.
(25). DISPUTE SETTLEMENT: All disputes arising out of this contract shall be referred to the sole arbitration of the Project Director, Savli Bio Incubator, Manjusar, Vadodara, who is overall controlling authority of this laboratory and
13 | P a g e
his/her award shall be final and binding on the parties to the dispute. The venue of arbitration shall be SAVLI BIO- INCUBATOR, EPIP/CFC BUILDING, SAVLI GIDC, MANJUSAR, VADODARA, GUJARAT (INDIA), 391 775 or venue decided by Project Director. (26). AMENDMENT TO BID DOCUMENT
a. At any time prior to the deadline for submission of bids, the Purchaser may,
for any reason, whether at its own initiative or in response to a clarification
requested by a prospective bidder, modify the Bid Document by
amendment. Such amendments shall form an integral part of bid documents
and it shall amount to an amendment of relevant clauses of the Bid
Document.
b. The prospective bidders are required to keep a watch on the GSBTM and
Savli BioIncubator website. The Purchaser reserves the right to reject the
bids if the bids are submitted without taking into account these
amendments/clarifications. In order to allow prospective bidders reasonable
time in which to take the amendment into account in preparing their bids,
the Purchaser, at its discretion, may extend the deadline for the submission
of bids.
(27). Quality standard
Bidder has to match the requirement of specification and quality standards of
Items/ goods / materials as specified in the tender document. The Project
Director, Savli BioIncubator reserves the rights to enquire such specification or
standards at any time during execution. Failing to meet the requirements of
specifications or standards stands for the penalty. The Project Director, Savli
BioIncubator has the rights to cancel the work order if the quality is not matching
the requirement of tender.
IMPORTANT NOTE:
All the following prescribed forms/Proformas/ attachments to the tender
along with the relevant documents will have to be duly filled, signed,
stamped and submitted in physical form. Manipulations of any kind to
change the original prescribed forms/proformas by the Bidder, will lead to
rejection of the BID.
Execution of work will be at: Savli BioIncubator, EPIP/CFC building, Savli GIDC,
Savli, Vadodara.
Bidders are advised to visit the site, understand the scope of the works
intended to be undertaken, before bidding.
14 | P a g e
Chapter 6 Submission Performa
Form No.1 (Pre-Qualification)
Financial Strength of the Bidder:
Sr. No. Financial Year (Last 3 Years) Turnover (Rs. In Lacs)
1 2012-2013
2 2013-2014
3 2014-2015
4 2015-2016
Average
Audited Balance sheet or Profit and Loss account statement and Certificate of
turnover attested by CA
Signature with seal of Bidder
Form No. 2 (Pre-Qualification)
Firms/Company/ Contractor Details
Sr. No.
Attested copy of following documents should be attached.
Submitted Yes/ No/NA
1 Firm Registration Certificate
2 Copy of Partnership Deed or proprietorship deed/ Memorandum of Association/ Articles of Association as applicable
3 Copy of latest Income Tax returns (last 3 years)
4 Copy of PAN card
5 Copy of Service Tax certificate
6 Bidder/Firm details
7 Whether enlisted as approved Contractor with GoG or any State or Central Govt. / Public Sector Undertaking/ SEB / any other; if so, please furnish details and copy of certificate (Not compulsory)
8 Registration Certificate Copy in the state of Gujarat or equivalent class in other state or CPWD (Copy attached) or Empanelled with any Bank/ organization (Not compulsory)
Failing to provide any of above mentioned documents other than not compulsory
documents leads to disqualification
Signature with seal of Bidder
15 | P a g e
Form No. 3 Earnest Money Deposit (Pre-Qualification) On Tenderer’ s Letter Head From: Ref:
Date: To, GSBTM, Block -11, 9th Floor, Udyog Bhavan, Sector - 11 Gandhinagar – 382 017 Sub: Earnest Money Deposit against TENDER NO.GSBTM/SBInc/Plumb/16/ 2016-17
Dear Sir, With reference to above and as per terms and conditions of tender we are sending
Herewith D.D. No. ________________________ Dated________________ drawn on
[Name of Bank and Branch]______________________________ Payable at
Gandhinagar for the items quoted.
Kindly acknowledge the receipt.
Thanking you,
Yours truly,
[Name and Signature]
16 | P a g e
Form No. 4 (Pre-Qualification) On Tenderer’s Letter Head
DECLARATION
From: Ref:
Date:
To,
GSBTM,
Block -11, 9th Floor, Udyog Bhavan,
Sector – 11, Gandhinagar – 382 017
Sub: Declaration.
Ref: TENDER NO.GSBTM/SBInc/Plumb/16/ 2016-17
Dear Sir,
I / We have carefully gone through and clearly understood the tender notice tender terms and conditions and tendered to execute and satisfactorily complete the whole work strictly in accordance with the said Tender.
I/We hereby solemnly declare that none of our Partners Jointly or Severally or Our Firm / Company / Associates company have not been Black Listed by the Central Government or any State Government or It’s Undertaking.
I/We hereby solemnly declare that we have formed any consortia/joint venture/association/ collaboration for the purpose of this tender.
I/We hereby solemnly accept to provide 10% of the Tender Value as Security Deposit [SD].
I/We hereby further declare that, if the above Declaration is found untrue, GSBTM, 9th Floor, Block - 11, Udyog Bhavan, Sector – 11, Gandhinagar shall be entitled to take any action against us severally and or individually or our firm / Company, In this regard in any manner that May deemed fit BY GSBTM, 9th Floor, Block -11, Udyog Bhavan, Sector – 11, Gandhinagar.
Thanking you,
Yours truly,
[Name and Signature & Stamp]
17 | P a g e
Form No. 5 (Technical)
Technical Strength of bidder( Similar work carried out during last three years)
Sr. No. Name of Client Nature of work
Work Order No Date of commencement
Date of completion
Value. INR
1
2
3
Minimum one satisfactory work completion certificate is required for
Qualification. Proof accepted are
1) Attach Form No. 3A for Government works if any
2) Attach architect’s completion certification for private work.
Note: If the adequate documents are not provided, the bid is liable for rejection.
Signatures of the authorized signatory____________________
Name of the signatory _________________________________
Designation ______________________________________
Name & Seal of the Bidder party ______________________________________
Dated:___________
_______________________________________________________________________
18 | P a g e
Form No. 6 (Technical)
Performa of Compliance Letter
(On bidder’s letterhead duly Signed by Authorized Signatory and Stamped)
To,
Project Director,
Savli Bio-Incubator,
CFC/EPIP Building,
Opp. Netafim, Opp. Sabic, Savli GIDC Estate,
Manjusar, Savli Vadodara.
Sub: Compliance with the tender terms and conditions, specifications and
eligibility Criteria
Ref: TENDER NO.GSBTM/SBInc/PLUMB/16/ 2016-17
Dear Sir/Madam,
With reference to above referred tender, I, Undersigned<<Name of Signatory>>, in
the capacity of <<Designation of Signatory>>, is authorized to give the undertaking
on behalf of <Name of the bidder>>
We wish to inform you that we have read and understood the total requirement of
the above mentioned bid submitted by us on __________(dd/mm/yyyy)
We hereby confirm that all our quoted items meet or exceed the requirements and
are absolutely in compliance with specifications mentioned in the bid document.
We also explicitly understand that all quoted items and technical specifications of
the bid and that such technical specification overrides the brochures/standard
literature if the same contradicts or is absent in brochures.
In case of breach of any tender terms and conditions or deviation from bid
specification other than already specified as mentioned above the decision of Savli
Bio Incubator Tender Committee for disqualification will be acceptable to us.
Thanking you,
For <<Name of the bidder>>
<<Authorized Signatory>>
<<Stamp of the bidder>>
_______________________________________________________________________
19 | P a g e
Form No. 7(Technical)
Performa of Undertaking (To be given on the Letterhead)
Undertaking to be given by the tenderer for supply of Items mentioned in tender:
Whereas, Project Director, Savli Bio-Incubator, CFC/EPIP Building, Opp. Netafim,
Opp. Sabic, Savli GIDC Estate, Manjusar, Savli Vadodara. (Gujarat-India), has called
for tenders for supplies/service as per the List enclosed.
I/We hereby offer our tender at the rates as submitted a commercial bid and
hereby also affix my/our signature(s) below this tender voluntarily and with full
acceptance of all the terms and conditions of this tender, which shall be the
agreement between the above tender calling authority and myself/us.
Signature of the Supplier:
Name of the Supplier:
Capacity in which signing:
Full address of the supplier:
With Seal/Stamp
Place:
Date:
20 | P a g e
Form No. 8 (MUST BE SUBMITTED ONLINE ONLY)
Commercial /Financial Bid
With reference to Tender Notice No: TENDER NO.GSBTM/SBInc/PLUMB/16/2016-
17 dated 15/7/2016, (inclusive of taxes, transportation etc.,) and total cost for our
Bid quantity is as given below.
Sr.
No. Name of the Work
Total Cost
(INR)
Remarks
1 Plumbing Works for Effluent Drainage 0.00
Total(INR) 0.00
In Words: INR ___________________________________________________________
I agree to terms and conditions as mentioned in the Tender Notice No:
……………………… dated …………….., issued by the Project Director, Savli Bio-
Incubator, CFC/EPIP Building, Savli GIDC Estate, Manjusar, Savli Vadodara,
(Gujarat). The Items, for which the Commercial /Financial Bid is being submitted
on line, is as per the specification specified in the Tender Notice.
Signature
Name of the Manufacturer / Supplier
Stamp
21 | P a g e
Form No. 9 (MUST BE SUBMITTED ONLINE ONLY)
Schedule of works:
Sr.
No.
Description Quantity Unit R
at
e
Amou
nt
1 CPVC PRESSURE PIPES (IS 15778) AND
FITTINGS FOR FEED WATER FROM
EXISTING LINE
Supply and fitting of pipes for conveying feed
water for washbasins & RO Units.
Supply and Fittings of ¾” size, CPVC pressure
pipes with all required fittings, with high
quality branded material, using standard
jointing compound thereafter providing sealant
complete followed by testing and
commissioning.
New connection should be established from
existing supply line of ¾”or 1inch size,
external through the wall (40 cm) and should
be properly clamped to wall. Clamping of the
pipe is to be done to support it while allowing
the freedom for movement. Core drilling,
filling of the joints and colouring should be
done.
Piping for future fixtures shall terminate with
approved cap or plug
Proper connection to tap inlet of wash basin/
proper termination of the Piping should be
done with threaded plug where ever required as
per the instructions of the Engineer in charge.
65
Mtr
2 UPVC PRESSURE PIPES AND FITTINGS
FOR DRAIN WATER FROM WASH
BASINS
(IS 13592 Unplasticised polyvinyl chloride
(UPVC) pipes for soil and Waste discharge
system for inside and outside building)
Supply & Fittings UPVC (2 inches ) pipes for
wash basin drain outlet point with all required
fittings of high quality branded material, using
standard jointing compound thereafter
providing sealant complete. Core drilling,
300
Mtr
22 | P a g e
filling of the joints and colouring should be
done where ever necessary.
New connection should be established with 2”
size UPVC SCH 40 DWV, through the wall
and should be properly clamped. Clamping of
the pipe is to be done to support it while
allowing the freedom for movement.
Junctions should be provided for collection of
drain from sink outlet/ proper termination of
the Piping should be done with threaded plug
where ever required.
This Pipe line should be connected to external
2” Waste UPVC SCH 40 DWV pipes with
required fittings.
Piping for future fixtures shall terminate with
approved cap or plug.
External vertical connections should be done
using 2” size UPVC SCH 40 DWV through the
wash room to the service duct outside building
from drain outlets of third floor, Second floor
and first floor as per the instructions of the
Engineer in charge.
Some wash rooms have curved inner side,
where bending of uPVC pipe or bendable
chemical and solvent resistant pipe can be used
(it should be crack Free).
This pipeline should be properly clamped to the
service duct wall, Tee should be with a
threaded door, connecting each floor and
Individual vertical outlets of drain should be
extended to ground and should be terminated to
manhole as per the instructions of the Engineer
in charge.
3 UPVC PRESSURE PIPES AND FITTINGS
FOR DRAIN PIPING (IS 13592)
Unplasticised polyvinyl chloride (UPVC)
pipes, Type A, for soil and waste discharge
system for outside building.
Supply & Fittings 8 Inch Drainage type UPVC
SCH 40 DWV pipes for underground drain line
with all required fittings (Tees, Elbows, of high
quality branded material, using standard
jointing compound thereafter providing sealant
complete.
Adequate slop should be provided for
horizontal drainage piping with uniform
alignment for free flow of waste water.
Drainage Piping for future fixtures shall
terminate with approved cap or plug
151
Mtr
23 | P a g e
Individual Manholes should be connected with
8” Waste UPVC SCH 40 DWV with adequate
slope and extended to the collection tank for
Effluent treatment Plant (ETP).
4 DRAINAGE MANHOLE, BOTH SIDE
WATER PROOF, WITH 3 or 4 WAY
CONNECTION WITH MANHOLE
COVER WITH FRAME
The excavation for Manholes of 120 × 90 cm,
as per IS 4111, depth up to 1.2 m, shall be true
to dimensions and levels should be maintained.
The manhole shall be built on a bed of cement
concrete 1:4:8 with thickness of 20 cm.
The brick work shall be with class 75 bricks in
cement mortar 1:4, external joints of the brick
masonry shall be finished smooth, and the
joints of the pipes with the masonry shall be
made perfectly leak proof. The walls of the
manholes shall be plastered inside and the
external surface with 12 mm thick cement
plaster 1:3 (1 cement: 3 coarse sand) finished
smooth.
Supply and laying of C.I Cover With Frame
of dimension 300 mm of MD - 10 grade, with
all required fittings. Specification for Cast Iron
Manhole Covers and Frames as per IS 1726
and Manhole covers and frame shall be
manufactured from appropriate grade of grey
cast iron not inferior than FG150 grade of IS
210. Shape, dimensions and tolerance of pre-
cast concrete manhole covers and frames shall
conform to IS 12592
The frames of manhole shall be firmly
embedded to correct alignment and level in
RCC slab or plain concrete as the case may be
on the top of masonry.
The rate shall include the cost of materials and
labour involved in all the operations described
above
9
Nos
5 DIGGING OF TRENCH FOR LAYING
PIPE AND REFILLING
The trenches shall be so dug that the pipes may
be laid to the required alignment to maintain
slope and at required depth (0.6 Mtr depth to
2.0 Mtr and width of the trenches shall not be
less than 500 mm).
Bedding of trench for laying pipe should be
125
Cubic
Mtr
24 | P a g e
done with required grade by filling with
selected fine earth or sand (or fine moorum if
fine soil or sand is not available locally) and
compacted so as to provide a smooth bedding
for the pipe.
During excavation propor supervision should
be done to avoid damage to pipe line/electrical
cables etc. if any damage occurred it is bidders
responsibility to replace the same.
The materials excavated shall be separated and
stacked so that in refilling they may be re-laid
and compacted in the same order to the
satisfaction of the Engineer-in-Charge
6 REMOVAL AND REFIXING OF PAVER
BLOCKS
Removal of existing paver blocks carefully and
without damage for digging of soil and re-
fixing the same, if damage occur contractor
should make arrangement for the same type of
paver blocks, all this work should be done as
per the instructions of the Engineer in charge.
76 Sq.m
7 REMOVAL AND REFIXING OF RED
MANDANA STONE
Removal of existing Red Mandana stone
carefully and without damage for digging of
soil and re-fixing the same, if damage occur
contractor should make arrangement for the
same type of Red Mandana Stone, all this work
should be done as per the instructions of the
Engineer in charge.
14 Sq.m
8 LABORATORY SINK WITH
CABINET(SS 304) FLOOR MOUNTING
Supply and Fittings of all free-standing SS
sinks with cabinet (2 doors) are constructed of
14 gauge type 304 stainless steel. with all
required accessories and connections.
Stand alone Stainless Steel Single Sink cabinet
with Splash Back and raised edges.
SS Cabinet Size (Aprox): L800mm x W600mm
x H800mm or more and Bowl Size: L450mm x
W450mm x D300mm or more
Sinks feature should have Backsplash of; 8"or
more.
Corners should be curved, with SS tap (1 No).
Water and drain connections should be done.
1 Nos
9 WASH BASIN WITH CABINET AND
MIRROR
Providing & fixing 1 No’s Wash Basin With
1 Nos
25 | P a g e
Cabinet with SS Tap, Angle coke and all
fittings.
Wash Basin With Cabinet, Floor Mounting,
Moisture Resistant (1000 x 350 x 750 mm or
more) with extended counter Top Ceramic
Wash Basin 1000 x 460 mm or more
dimensions.
Providing & fixing 1 No’s Mirror with colour
matching to wash basin Cabinet and frame size
of minimum 90 x60.
10 RCC Civil Work of 5*5 meter platform for
ETP plant:
Site clearance: Surface dressing of the ground
including removing trees, vegetation and
making surface leveled and disposal of
rubbish/debris outside SBInc premises to an
unobjectionable place.
Digging on the Ground level (+0.00) up to
depth of 300 mm, for area of 5*5 meter GA
platform, levelling followed by back filling up
to 100 mm below ground level. Disposal of
surplus excavated earth within/outside SBInc
premises to an unobjectionable place as per the
instructions of the Engineer in charge at your
cost.
Providing and laying 7.5 Cubic meter Plain
concrete work (PCC) 1:3:6 (lime concrete
with hand broken stone aggregates40 mm
nominal size and 40 % mortar comprising of 1
lime putty, 3 fine sand and curing complete on
G.L (+0.00) to depth 100 mm.
Providing and laying 7.5 Cubic meter
Reinforcement concrete work (RCC) 1:2:4
(1 cement 2 coarse sand and 4 graded stone
aggregate 20 mm size) and curing complete on
the G.L (+0.00) to height up to 300 mm
through using steels 8T@200C/C.
The rate shall include the cost of materials and
labor involved in all the operations described
above.
1
Work
11 RCC COLLECTION TANK WITH ACID
RESISTANT TILES RCC SLAB AND CI
MANHOLE COVER
Underground laboratory waste water collection
tank(s) should be made as per design supplied
1 Nos
26 | P a g e
by the structural Consultant.
Digging construction, testing & commissioning
of underground tank and back filling after
completed work compacting by the side of
foundation and disposal of surplus excavated
earth within/outside SBInc premises to an
unobjectionable place.
All concrete should be used of IS M:25(1:1:2).
The excavation for the tank, depth up to
required level to maintain free flow of water to
tank
Necessary Air vent pipe should be erected and
inlet for pump set pipe (3 inch Diameter)
should be made.
Providing & fixing of 200 x 100 x 12 Acid
Proof Tiles to inner walls fixed with tiles
adhesive (epoxy based) and filling of joints
with chemical resistant epoxy grout at inner
floors.
Supply and laying of C.I Cover With Frame
of dimension mentioned in drawing, with all
required fittings. Cast iron manhole step should
be provided.
Specification for Cast Iron Manhole Covers
and Frames as per IS 1726 and Manhole covers
and frame shall be manufactured from
appropriate grade of grey cast iron not inferior
than FG150 grade of IS 210.
Termination of all 8” Drainage type UPVC
SCH 40 DWV pipes for underground drain line
should be done in this collection Tank, and the
tank should have at least 4’ depth below inlet
pipe level as described in structure design. As
per the site condition the collection tank should
be finished at ground level and area except
access pipe outlet/ air vent/ manhole should
covered with the removed paver block.
The rate shall include the cost of materials and
labor involved in all the operations described
above.
12 CABLE TRENCH AND UPVC PIPE SUPPLY
AND LAYING.
Digging, laying only (3.5 Core Cable will be
provided) and refilling of trenches after laying
of pipeline with 1100 Volts Grade Cable,
XLPE(3.5 Core X 50 Sq.MM) and with supply
of 110 mm, 0.6 MPa Class3 shall either be
measured separately as specified in the
appropriate clauses of excavation and earth
work or clubbed with main item.
15
Mtr
27 | P a g e
13 REPLACING EXCISTING BALL VALVE 2”
(50 MM) BRASS
Replacing of existing Ball Valve, Non-Rising
Stem with inner Threaded Ends with new Brass
Ball Valves of reputed Brand. If Pipe damaged
it should be replaced by the bidder.
9 Nos
14 REPLACING EXCISTING TAPS FOR
WASH BASINS(SS)1/2”
Replacing of existing ½” Water Taps, with new
SS taps of reputed Brand.
40 Nos
28 | P a g e
Chapter 8 Annexure – I
Pre-Qualification Performa – I
Sr.
No.
Criteria Documentary Proofs to be appended. Documents Submitted (Yes/No)
1. Annual turnover of
firm/not less than Rs.
10 Lacs each in last 3
years (Chapter 7, Form
1)
Audited statement of accounts/profit
or loss statement and Turn over
certificate attested by CA
2. Company operational
over last 3 years
(Chapter 7)
Company registration certificate
4. Defect liability period
of 1 years
Undertaking acceptance letter signed
by authorized signatory
5. Bid processing fees DD in favour of ‘Savli Bio-Incubator
(GSBTM)’
6 EMD DD in favour of ‘Savli Bio-Incubator
(GSBTM)’
Note: If the adequate details and documents are not provided, the bid is liable for
rejection.
29 | P a g e
Performa Contractors Information Sheet- 1
1. Name of Contractor / Firms
2. Brief details of the firm/company/unit
3. Name, address with FAX/Telephone No. and email
4. Name, Designation and telephone Number of contact persons
Signature
Name
Name of the Contractor / Firms Stamp _______________________________________________________________________
30 | P a g e
Chapter 8 Annexure I (For successful bidder only)
ACCEPTANCE LETTER TO BE GIVEN ON THE LETTER HEAD
To,
SAVLI BIO- INCUBATOR,
EPIP/CFC BUILDING,SAVLI GIDC,
MANJUSAR, VADODARA
Gujarat (India)
Sir,
We hereby unconditionally accept the tender terms and conditions in its entirety
for Tender no: …………………….dated…………………..
We also confirm that payment of Security Deposit has been made in the form of DD
and receipt of the same is enclosed where applicable.
We understand that if RATES against each item of Schedule of Quantities are not
WRITTEN in both FIGURES as well as WORDS, the Bid will STAND REJECTED.
Date: ____________
Signature with seal of Bidder
________________________________________________________________
31 | P a g e
Chapter 9 Annexure II
(For successful bidder only)
CONTRACT FORM (Contract form should be duly filled on stamp paper of Rs. 100)
This Agreement is made on the …….day of ……………….2016….between…………………….
The Project Director, Savli Bio Incubator, India (hereinafter “the Purchaser”) of
the one part and ………….. (Name of Contractor & Firm) of ………………….(City and
Country) (hereinafter called “the Contractor”) of the other part: WHEREAS the
Purchaser invited bids for plumbing along with related civil works and other
services viz.,…………………………… (plumbing, civil work and Services) and has
accepted a bid by the contractor& firm for the execution of plumbing, civil work
and services for the sum of …………………. (Contract Price in Words and Figures)
(Hereinafter called “the Contract Price”).
NOW THIS AGREEMENT WITNESSETH AS FOLLOWS:
1. In this Agreement words and expressions shall have the same meanings as are
respectively assigned to them in the Conditions of Contract referred to.
2. The following documents shall be deemed to form and be read and construed as
part of this Agreement, viz:
(a) The Bid Form and the Price Bid submitted by the Bidder;
(b) The Technical Specifications;
(c) The General Conditions of Contract;
(d) The Purchaser’s Notification of Award/work order.
3. In consideration of the payments to be made by the Purchaser to the
contractor/firm as hereinafter mentioned, the contracto hereby covenants with
the Purchaser to provide the right goods, plumbing work, civil work and services
and to remedy defects therein Conformity in all respects with the provisions of the
Contract.
4. The Purchaser hereby covenants to pay the contractor in consideration of the
provision of the goods and services and the remedying of defects therein, the
Contract Price or such other sum as may become payable under the provisions of
the Contract at the times and in the manner prescribed by the Contract.
Brief particulars of the goods and services which shall be supplied / provided by
the Supplier are as under:
Sr. No. Name of the Work Total Cost
(INR)
1 Plumbing Works for Effluent Drainage 0.00
2 Payment Terms 30 days after full and final payment
3 Work completion period 45 working days
4 Defect liability period of One Year
32 | P a g e
IN WITNESS whereof the parties here to have caused this Agreement to be
executed in accordance with their Respective laws the day and year first above
written.
Signed, Sealed and Delivered by the
Said…………………………………(For the Purchaser)
In the presence of ………………………………….
Signed, Sealed and Delivered by the
Said…………………………………………… (For the contractor)
In the presence of ………………………………………….
_______________________________________________________________________
Tender Advertisement Performa:
(Tender Notice No: TENDER NO. SBInc/PLUMB/16/2016-17 Dated 10.10.2016)
Tenders are invited in Two Bid System (Technical Bid & Financial Bid) from reputed
contractors/firms for plumbing works at Savli Bio Incubator, Interested parties
should send their bids by 03.00 P.m. on 03.11.2016 Date to the undersigned.
Project Director,
Savli Bio Incubator
Manjusar
Vadodara
________________________________________________________________
33 | P a g e
On Tenderer’s Letter Head (After finishing defect liability Period of 1 year)
NO DEMAND CERTIFICATE FORMAT
From: Ref:
Date:
To, GSBTM,
Block -11, 9th Floor,
Udyog Bhavan, Sector - 11
Gandhinagar – 382 017
Name of Work: TENDER NO. SBInc/PLUMB/16/2016-17
Dear Sir,
We hereby certify that we have received the payment of all our bills in full and final settlement of our claims in respect of TENDER NO. SBInc/PLUMB/ 16/2016-17, at, Savli BioIncubator, Savli GIDC Estate, Manjusar, Vadodara.
The payment received by us is in full and final settlement of our all the claims towards the amount with respect to the work under reference.
Hence, we do not have any outstanding claim against GSBTM, 9th Floor, Block -11, Udyog Bhavan, Sector – 11, Gandhinagar for the work under reference. We shall not claim any further amount from GSBTM, GANDHINAGAR in future, either one way or the other.
This certificate is given without any prejudice and in the presence of two witnesses.
Signature & Address of
Witnesses
1____________________
2____________________
Signature & Stamp of the Firm
34 | P a g e
Chapter 11 Annexure-IV
Form 9- Schedule of works / Specifications:
Sr.
No.
Description Quantity Unit
1 CPVC PRESSURE PIPES (IS 15778) AND
FITTINGS FOR FEED WATER FROM EXISTING
LINE
Supply and fitting of pipes for conveying feed water for
washbasins & RO Units.
Supply and Fittings of ¾” size, CPVC pressure pipes
with all required fittings, with high quality branded
material, using standard jointing compound thereafter
providing sealant complete followed by testing and
commissioning.
New connection should be established from existing
supply line of ¾”or 1inch size, external through the wall
(40 cm) and should be properly clamped to wall.
Clamping of the pipe is to be done to support it while
allowing the freedom for movement. Core drilling,
filling of the joints and colouring should be done.
Piping for future fixtures shall terminate with approved
cap or plug
Proper connection to tap inlet of wash basin/ proper
termination of the Piping should be done with threaded
plug where ever required as per the instructions of the
Engineer in charge.
65
Mtr
2 UPVC PRESSURE PIPES AND FITTINGS FOR
DRAIN WATER FROM WASH BASINS
(IS 13592 Unplasticised polyvinyl chloride (UPVC)
pipes for soil and Waste discharge system for inside
and outside building)
Supply & Fittings UPVC (2 inches ) pipes for wash
basin drain outlet point with all required fittings of high
quality branded material, using standard jointing
compound thereafter providing sealant complete. Core
drilling, filling of the joints and colouring should be
done where ever necessary.
New connection should be established with 2” size
UPVC SCH 40 DWV, through the wall and should be
properly clamped. Clamping of the pipe is to be done to
support it while allowing the freedom for movement.
300
Mtr
35 | P a g e
Junctions should be provided for collection of drain
from sink outlet/ proper termination of the Piping should
be done with threaded plug where ever required.
This Pipe line should be connected to external 2” Waste
UPVC SCH 40 DWV pipes with required fittings.
Piping for future fixtures shall terminate with approved
cap or plug.
External vertical connections should be done using 2”
size UPVC SCH 40 DWV through the wash room to the
service duct outside building from drain outlets of third
floor, Second floor and first floor as per the instructions
of the Engineer in charge.
Some wash rooms have curved inner side, where
bending of uPVC pipe or bendable chemical and solvent
resistant pipe can be used (it should be crack Free).
This pipeline should be properly clamped to the service
duct wall, Tee should be with a threaded door,
connecting each floor and Individual vertical outlets of
drain should be extended to ground and should be
terminated to manhole as per the instructions of the
Engineer in charge.
3 UPVC PRESSURE PIPES AND FITTINGS FOR
DRAIN PIPING (IS 13592)
Unplasticised polyvinyl chloride (UPVC) pipes, Type A,
for soil and waste discharge system for outside building.
Supply & Fittings 8 Inch Drainage type UPVC SCH 40
DWV pipes for underground drain line with all required
fittings (Tees, Elbows, of high quality branded material,
using standard jointing compound thereafter providing
sealant complete.
Adequate slop should be provided for horizontal
drainage piping with uniform alignment for free flow of
waste water.
Drainage Piping for future fixtures shall terminate with
approved cap or plug
Individual Manholes should be connected with 8”
Waste UPVC SCH 40 DWV with adequate slope and
extended to the collection tank for Effluent treatment
Plant (ETP).
151
Mtr
4 DRAINAGE MANHOLE, BOTH SIDE WATER
PROOF, WITH 3 or 4 WAY CONNECTION WITH
MANHOLE COVER WITH FRAME
The excavation for Manholes of 120 × 90 cm, as per IS
4111, depth up to 1.2 m, shall be true to dimensions and
levels should be maintained. The manhole shall be built
on a bed of cement concrete 1:4:8 with thickness of 20
cm.
36 | P a g e
The brick work shall be with class 75 bricks in cement
mortar 1:4, external joints of the brick masonry shall be
finished smooth, and the joints of the pipes with the
masonry shall be made perfectly leak proof. The walls
of the manholes shall be plastered inside and the
external surface with 12 mm thick cement plaster 1:3 (1
cement: 3 coarse sand) finished smooth.
Supply and laying of C.I Cover With Frame of
dimension 300 mm of MD - 10 grade, with all required
fittings. Specification for Cast Iron Manhole Covers and
Frames as per IS 1726 and Manhole covers and frame
shall be manufactured from appropriate grade of grey
cast iron not inferior than FG150 grade of IS 210.
Shape, dimensions and tolerance of pre-cast concrete
manhole covers and frames shall conform to IS 12592
The frames of manhole shall be firmly embedded to
correct alignment and level in RCC slab or plain
concrete as the case may be on the top of masonry.
The rate shall include the cost of materials and labour
involved in all the operations described above
9 Nos
5 DIGGING OF TRENCH FOR LAYING PIPE AND
REFILLING
The trenches shall be so dug that the pipes may be laid
to the required alignment to maintain slope and at
required depth (0.6 Mtr depth to 2.0 Mtr and width of
the trenches shall not be less than 500 mm).
Bedding of trench for laying pipe should be done with
required grade by filling with selected fine earth or sand
(or fine moorum if fine soil or sand is not available
locally) and compacted so as to provide a smooth
bedding for the pipe.
During excavation propor supervision should be done to
avoid damage to pipe line/electrical cables etc. if any
damage occurred it is bidders responsibility to replace
the same.
The materials excavated shall be separated and stacked
so that in refilling they may be re-laid and compacted in
the same order to the satisfaction of the Engineer-in-
Charge
125
Cubic
Mtr
6 REMOVAL AND REFIXING OF PAVER BLOCKS
Removal of existing paver blocks carefully and without
damage for digging of soil and re-fixing the same, if
damage occur contractor should make arrangement for
the same type of paver blocks, all this work should be
done as per the instructions of the Engineer in charge.
76 Sq.m
7 REMOVAL AND REFIXING OF RED MANDANA
STONE
Removal of existing Red Mandana stone carefully and
14 Sq.m
37 | P a g e
without damage for digging of soil and re-fixing the
same, if damage occur contractor should make
arrangement for the same type of Red Mandana Stone,
all this work should be done as per the instructions of
the Engineer in charge.
8 LABORATORY SINK WITH CABINET(SS 304)
FLOOR MOUNTING
Supply and Fittings of all free-standing SS sinks with
cabinet (2 doors) are constructed of 14 gauge type 304
stainless steel. with all required accessories and
connections.
Stand alone Stainless Steel Single Sink cabinet with
Splash Back and raised edges.
SS Cabinet Size (Aprox): L800mm x W600mm x
H800mm or more and Bowl Size: L450mm x W450mm
x D300mm or more
Sinks feature should have Backsplash of; 8"or more.
Corners should be curved, with SS tap (1 No).
Water and drain connections should be done.
1 Nos
9 WASH BASIN WITH CABINET AND MIRROR
Providing & fixing 1 No’s Wash Basin With Cabinet
with SS Tap, Angle coke and all fittings.
Wash Basin With Cabinet, Floor Mounting, Moisture
Resistant (1000 x 350 x 750 mm or more) with extended
counter Top Ceramic Wash Basin 1000 x 460 mm or
more dimensions.
Providing & fixing 1 No’s Mirror with colour matching
to wash basin Cabinet and frame size of minimum 90
x60.
1 Nos
10 RCC Civil Work of 5*5 meter platform for ETP
plant:
Site clearance: Surface dressing of the ground
including removing trees, vegetation and making
surface leveled and disposal of rubbish/debris outside
SBInc premises to an unobjectionable place.
Digging on the Ground level (+0.00) up to depth of 300
mm, for area of 5*5 meter GA platform, levelling
followed by back filling up to 100 mm below ground
level. Disposal of surplus excavated earth within/outside
SBInc premises to an unobjectionable place as per the
instructions of the Engineer in charge at your cost.
Providing and laying 7.5 Cubic meter Plain concrete
work (PCC) 1:3:6 (lime concrete with hand broken
stone aggregates40 mm nominal size and 40 % mortar
comprising of 1 lime putty, 3 fine sand and curing
1
Work
38 | P a g e
complete on G.L (+0.00) to depth 100 mm.
Providing and laying 7.5 Cubic meter Reinforcement
concrete work (RCC) 1:2:4 (1 cement 2 coarse sand
and 4 graded stone aggregate 20 mm size) and curing
complete on the G.L (+0.00) to height up to 300 mm
through using steels 8T@200C/C.
The rate shall include the cost of materials and labor
involved in all the operations described above.
11 RCC COLLECTION TANK WITH ACID
RESISTANT TILES RCC SLAB AND CI
MANHOLE COVER
Underground laboratory waste water collection tank(s)
should be made as per design supplied by the structural
Consultant.
Digging construction, testing & commissioning of
underground tank and back filling after completed work
compacting by the side of foundation and disposal of
surplus excavated
earth within/outside SBInc premises to an
unobjectionable place.
All concrete should be used of IS M:25(1:1:2).
The excavation for the tank, depth up to required level
to maintain free flow of water to tank
Necessary Air vent pipe should be erected and inlet for
pump set pipe (3 inch Diameter) should be made.
Providing & fixing of 200 x 100 x 12 Acid Proof Tiles
to inner walls fixed with tiles adhesive (epoxy based)
and filling of joints with chemical resistant epoxy grout
at inner floors.
Supply and laying of C.I Cover With Frame of
dimension mentioned in drawing, with all required
fittings. Cast iron manhole step should be provided.
Specification for Cast Iron Manhole Covers and Frames
as per IS 1726 and Manhole covers and frame shall be
manufactured from appropriate grade of grey cast iron
not inferior than FG150 grade of IS 210.
Termination of all 8” Drainage type UPVC SCH 40
DWV pipes for underground drain line should be done
in this collection Tank, and the tank should have at least
4’ depth below inlet pipe level as described in structure
design. As per the site condition the collection tank
should be finished at ground level and area except
access pipe outlet/ air vent/ manhole should covered
with the removed paver block.
The rate shall include the cost of materials and labor
involved in all the operations described above.
1 Nos
12 CABLE TRENCH AND UPVC PIPE SUPPLY AND
LAYING.
Digging, laying only (3.5 Core Cable will be provided)
39 | P a g e
and refilling of trenches after laying of pipeline with
1100 Volts Grade Cable, XLPE(3.5 Core X 50 Sq.MM)
and with supply of 110 mm, 0.6 MPa Class3 shall
either be measured separately as specified in the
appropriate clauses of excavation and earth work or
clubbed with main item.
15
Mtr
13 REPLACING EXCISTING BALL VALVE 2” (50
MM) BRASS
Replacing of existing Ball Valve, Non-Rising Stem with
inner Threaded Ends with new Brass Ball Valves of
reputed Brand. If Pipe damaged it should be replaced by
the bidder.
9 Nos
14 REPLACING EXCISTING TAPS FOR WASH
BASINS(SS)1/2”
Replacing of existing ½” Water Taps, with new SS taps
of reputed Brand.
40 Nos
40 | P a g e
Images of site for work UPVC PRESSURE PIPES AND FITTINGS FOR DRAIN PIPING
DIGGING OF TRENCH FOR LAYING PIPE AND REFILLING
41 | P a g e
REMOVAL AND REFIXING OF PAVER BLOCKS
42 | P a g e
REMOVAL AND REFIXING OF RED MANDANA STONE
PCC & RCC Civil Work of 5*5 meter platform for ETP plant:
43 | P a g e
REPLACING EXCISTING BALL VALVE 2” (50 MM) BRASS
REPLACING EXCISTING TAPS FOR WASH BASINS(SS)1/2”
44 | P a g e
External Drainage drawing
--------------------------------------------------------------------------------------------------------------------------------
45 | P a g e
Collection Tank