procurement of furniture items and other allied goods...

147
1 Office of The Director, Social Welfare Department 3, Church Road, Pune – 411 001 Maharashtra, India. Telephones : 020 26122652 Fax : 020 26126698 Email : [email protected]. PROCUREMENT OF FURNITURE ITEMS AND OTHER ALLIED GOODS AT SITE (TECHNO – COMMERCIAL SYSTEM) 1. BID REFERENCE : CB No- CB/SWD/09/2010 2. DATE OF ISSUE OF NOTIFICATION : 01/01/2011 3. THE BLANK BID FORM WILL BE AVAILABLE DURING THE PERIOD FROM 06/01/2011 TO 21/01/2011 EXCLUDING HOLIDAYS, DURING OFFICE HOURS IN THE OFFICE OF THE DIRECTOR, SOCIAL WELFARE ACCOUNT OFFICER. 4. THE BID FORM DULY FILLED IN, WILL BE RECEIVED LATEST ON 27/01/2011 AT ACCOUNT OFFICER (LOANS), DIRECTOR SOCIAL WELFARE PUNE UPTO 1 PM AND WILL BE OPENED ON THE SAME DAY, IF POSSIBLE. BID DOCUMENT SHALL NOT BE SENT / RECEIVED BY POST / COURIER. 5. PAYMENT OF BID FORM AND BID SECURITY FEES SHOULD BE PAID SEPARATELY BY DEMAND DRAFT(S) PAYABLE AT PUNE IN FAVOUR OF ACCOUNT OFFICER (LOANS), DIRECTOR SOCIAL WELFARE, M.S., PUNE THROUGH A NATIONALISED OR SCHEDULED BANK.

Upload: others

Post on 17-Jul-2020

2 views

Category:

Documents


0 download

TRANSCRIPT

Page 1: PROCUREMENT OF FURNITURE ITEMS AND OTHER ALLIED GOODS …swd.maharashtra.etenders.in/tnduploads/swd/tndheader/TND... · SBD for Procurement of Furniture and Other Allied Goods at

1

Office of The Director, Social Welfare Department 3, Church Road, Pune – 411 001

Maharashtra, India.

Telephones : 020 26122652 Fax : 020 26126698 Email : [email protected].

PROCUREMENT OF FURNITURE ITEMS AND

OTHER ALLIED GOODS AT SITE

(TECHNO – COMMERCIAL SYSTEM)

1. BID REFERENCE : CB No- CB/SWD/09/2010

2. DATE OF ISSUE OF NOTIFICATION : 01/01/2011

3. THE BLANK BID FORM WILL BE AVAILABLE DURING THE PERIOD

FROM 06/01/2011 TO 21/01/2011 EXCLUDING HOLIDAYS, DURING OFFICE HOURS IN THE OFFICE OF THE DIRECTOR, SOCIAL WELFARE ACCOUNT OFFICER.

4. THE BID FORM DULY FILLED IN, WILL BE RECEIVED LATEST ON

27/01/2011 AT ACCOUNT OFFICER (LOANS), DIRECTOR SOCIAL WELFARE PUNE UPTO 1 PM AND WILL BE OPENED ON THE SAME DAY, IF POSSIBLE. BID DOCUMENT SHALL NOT BE SENT / RECEIVED BY POST / COURIER.

5. PAYMENT OF BID FORM AND BID SECURITY FEES SHOULD BE PAID SEPARATELY BY DEMAND DRAFT(S) PAYABLE AT PUNE IN FAVOUR OF ACCOUNT OFFICER (LOANS), DIRECTOR SOCIAL WELFARE, M.S., PUNE THROUGH A NATIONALISED OR SCHEDULED BANK.

Page 2: PROCUREMENT OF FURNITURE ITEMS AND OTHER ALLIED GOODS …swd.maharashtra.etenders.in/tnduploads/swd/tndheader/TND... · SBD for Procurement of Furniture and Other Allied Goods at

2

6. THE BID VALIDITY PERIOD IS 120 DAYS FROM THE DATE OF BID DEADLINE OF BID DOCUMENT.

7. TIME FOR COMPLETION OF INDIVIDUAL BUILDING – PROCUREMENT OF FURNITURE AND OTHER ALLIED GOODS AT SITE FOR AMBEDKAR BHAVAN, RESIDENTIAL SCHOOLS AND HOSTELS OF DEPARTMENT OF SOCIAL JUSTICE – 4 MONTHS FROM THE DATE OF PURCHASE ORDER (INCLUSIVE OF MONSOON).

8. DEFECT LIABILITY PERIOD - 12 MONTHS.

9. DIRECTOR SOCIAL WELFARE RESERVES THE RIGHT TO ACCEPT

OR REJECT ANY OR ALL BIDS WITHOUT ASSIGNING ANY REASON.

10. THE BID PROPOSAL SHOULD BE SUBMITTED ON THE AUTHENTICATED DOCUMENT. THE PROPOSALS SUBMITTED ON PHOTOCOPIES OF THE BID DOCUMENT SHALL BE SUMMARILY REJECTED. DIRECTOR, SOCIAL WELFARE WILL NOT BE RESPONSIBLE FOR ANY DELAY IN RECEIVING THE PROPOSALS AND RESERVES THE RIGHT TO ACCEPT / REJECT ANY OR ALL PROPOSALS WITHOUT ASSIGNING ANY REASON THEREOF. THE BIDDER WILL BE SELECTED AS PER THE GUIDELINES AS INDICATED IN THE BID DOCUMENT.

11. COST OF BID DOCUMENT – Rs. 50,000/- (RS. FIFTY THOUSAND ONLY).

12. A PRE-BID MEETING WILL BE HELD ON 21/01/2011 AT 3.00 PM IN THE OFFICE OF THE DIRECTOR, SOCIAL WELFARE, PUNE.

Sd/- Director, Social Welfare, M.S. Pune

Page 3: PROCUREMENT OF FURNITURE ITEMS AND OTHER ALLIED GOODS …swd.maharashtra.etenders.in/tnduploads/swd/tndheader/TND... · SBD for Procurement of Furniture and Other Allied Goods at

3

DIRECTOR, SOCIAL WELFARE DEPARTMENT PUNE- 411001.

Foreword

These Techno-Commercial Bidding Documents have been prepared by the PROJECT MANAGEMENT CONSULTANTS for the Procurement of furniture and other allied goods at site through Competitive Bidding (CB) in projects that are financed in whole by the Government of Maharashtra. These bidding documents for the procurement of furniture items and other allied goods at site, assumes that no prequalification has taken place before bidding. Bidders having queries or requiring additional information on these bidding documents are requested to contact the Project Management consultants as below:

Project Management Consultants. 1) M/s.Design Ideas – For Rest of Maharashtra Region

102, Vasant Kunj, Pbuilding No 163/E, Ambedkar Road, Opp. Parsi Gymkhana, Dadar (E), Mumbai-4000014. Tel: 022 24121713. Fax: 022 24118778. e-Mail: [email protected] Web: www.designideas.co.in

2) M/s Elements Architects – For Vidarbha Region

C-03, Durvankur Building, Opp. Sussex Indl. Estate, Dadoji Kondadeo Marg, Byculla (E),Mumbai-400 027. Tel – 022 32712694 / 09833373639 Fax – 022 24715004 e-Mail: [email protected]

3) V.K.Associates – For Marathwada Region

35/A, Ashirwad, Cement Road, Shivaji Nagar, Nagpur - 440010 Tel – 91 712 2243640 / 641, 3018500-520 Fax – 2243642 e-Mail: [email protected]

Page 4: PROCUREMENT OF FURNITURE ITEMS AND OTHER ALLIED GOODS …swd.maharashtra.etenders.in/tnduploads/swd/tndheader/TND... · SBD for Procurement of Furniture and Other Allied Goods at

4

B I D D I N G D O C U M E N T S

For

Procurement of Furniture and other Allied Goods at Site.

Cost of Bid Document :- Rs.50,000/-

Issued to: M/s. _______________________________________

As per his request and payment of Demand Draft No- _________

Dated -_________ of ________________________________Bank.

CB No: CB/SWD/09/2010

Authenticated by

Shri ________________________

Designation : _________________________

________________________

Volume - I

Page 5: PROCUREMENT OF FURNITURE ITEMS AND OTHER ALLIED GOODS …swd.maharashtra.etenders.in/tnduploads/swd/tndheader/TND... · SBD for Procurement of Furniture and Other Allied Goods at

5

Standard Contract Document For

PROCUREMENT OF FURNITURE AND OTHER ALLIED GOODS AT SITE.

Volume - I

Page 6: PROCUREMENT OF FURNITURE ITEMS AND OTHER ALLIED GOODS …swd.maharashtra.etenders.in/tnduploads/swd/tndheader/TND... · SBD for Procurement of Furniture and Other Allied Goods at

6

SBD for Procurement of Furniture and Other Allied Goods at Site

Summary

PART 1 – BIDDING PROCEDURES

Section I. Instructions to Bidders (ITB)

This section provides information to help bidders prepare their bids. Information is also provided on the submission, opening, and evaluation of bids and on the award of contracts. Section I contains provisions that are to be used without modification.

Section II. Bidding Data Sheet (BDS)

This section includes provisions that are specific to procurement of furniture and other allied goods at site and that supplement section I, Instructions to bidders.

Section III. Evaluation and Qualification Criteria

This section specifies the criteria to be used to evaluate the bids, and the bidder’s qualification requirements to perform the contract.

Section IV. Bidding Forms

This section includes the forms for the bid information forms, bid submission, price schedule forms, undertaking for payment of testing charges, commercial bid declaration, the manufacturer’s authorization and the manufacturer’s undertaking to be submitted with the bid.

PART 2 – SUPPLY REQUIREMENTS

Section V. Schedule of Requirements

This section includes the types of buildings, list of furniture item & other allied goods at site buildingwise, the technical specifications and the drawings that describe the furniture items and other allied related goods at site that are to be supplied for the four types of buildings of director, Social Welfare Department.

PART 3 – CONTRACT

Section VI. General Conditions of Contract (GCC)

This section includes the general clauses to be applied in all contracts. The text of the clauses in this section shall not be modified.

Page 7: PROCUREMENT OF FURNITURE ITEMS AND OTHER ALLIED GOODS …swd.maharashtra.etenders.in/tnduploads/swd/tndheader/TND... · SBD for Procurement of Furniture and Other Allied Goods at

7

Section VII. Special Conditions of Contract (SCC)

This section includes clauses specific to each contract that modify or supplement section VI, general conditions of contract.

Section VIII. Contract Forms

This section includes the form for the agreement, which, once completed, incorporates corrections or modifications to the accepted bid that are permitted under the instructions to bidders, the general conditions of contract, and the special conditions of contract.

The forms for performance security, shall only be completed by the successful bidder after the contract award.

Page 8: PROCUREMENT OF FURNITURE ITEMS AND OTHER ALLIED GOODS …swd.maharashtra.etenders.in/tnduploads/swd/tndheader/TND... · SBD for Procurement of Furniture and Other Allied Goods at

8

Table of Contents

PART 1 – Bidding Procedures ..................................................................................

Section I. Instructions to Bidders............................................................................... Section II. Bidding Data Sheet (BDS) ........................................................................ Section III. Evaluation and Qualification Criteria ......................................................... Section IV. Bidding Forms ..........................................................................................

PART 2 – Supply Requirements ...............................................................................

Section V. Schedule of Requirements ........................................................................

PART 3 - Contract ......................................................................................................

Section VI. General Conditions of Contract .............................................................. Section VII. Special Conditions of Contract ............................................................... Section VIII. Contract Forms.......................................................................................

Page 9: PROCUREMENT OF FURNITURE ITEMS AND OTHER ALLIED GOODS …swd.maharashtra.etenders.in/tnduploads/swd/tndheader/TND... · SBD for Procurement of Furniture and Other Allied Goods at

9

PART 1 – Bidding Procedures

Page 10: PROCUREMENT OF FURNITURE ITEMS AND OTHER ALLIED GOODS …swd.maharashtra.etenders.in/tnduploads/swd/tndheader/TND... · SBD for Procurement of Furniture and Other Allied Goods at

10

Section I. Instructions to Bidders

Table of Clauses

A. General ..................................................................................................................

1. Scope of Bid...................................................................................................... 2. Source of Funds................................................................................................ 3. Fraud and Corruption ........................................................................................ 4. Eligible Bidders ................................................................................................. 5. Eligible Goods and Related Services ................................................................

B. Contents of Bidding Documents.........................................................................

6. Sections of Bidding Documents ........................................................................ 7. Clarification of Bidding Documents ................................................................... 8. Amendment of Bidding Documents...................................................................

C. Preparation of Bids ..............................................................................................

9. Cost of Bidding.................................................................................................. 10. Language of Bid ................................................................................................ 11. Documents Comprising the Bid......................................................................... 12. Bid Submission Form and Price Schedules ...................................................... 13. Alternative Bids ................................................................................................. 14. Bid Prices and Discounts .................................................................................. 15. Currencies of Bid............................................................................................... 16. Documents Establishing the Eligibility of the Bidder.......................................... 17. Documents Establishing Eligibility of the Goods at Site ................................... 18. Documents Establishing Conformity of the Goods at Site................................. 19. Documents Establishing the Qualifications of the Bidder .................................. 20. Period of Validity of Bids ................................................................................... 21. Bid Security and Bid-Securing Declaration........................................................ 22. Format and Signing of Bid.................................................................................

D. Submission and Opening of Bids .......................................................................

23. Submission, Sealing and Marking of Bids, Payment of Testing Charges.......... 24. Deadline for Submission of Bids ....................................................................... 25. Late Bids ........................................................................................................... 26. Bid Opening ......................................................................................................

E. Evaluation and Comparison of Bids ...................................................................

27. Confidentiality.................................................................................................... 28. Clarification of Bids ........................................................................................... 29. Responsiveness of Bids.................................................................................... 30. Non-conformities, Errors, and Omissions.......................................................... 31. Preliminary Examination of Bids........................................................................

Page 11: PROCUREMENT OF FURNITURE ITEMS AND OTHER ALLIED GOODS …swd.maharashtra.etenders.in/tnduploads/swd/tndheader/TND... · SBD for Procurement of Furniture and Other Allied Goods at

11

32. Examination of Terms and Conditions; Technical Evaluation............................ 33. Evaluation of Bids ............................................................................................. 34. Opening & Comparison of Commercial Bids ..................................................... 35. Postqualification of the Bidder........................................................................... 36. Purchaser’s Right to Accept Any Bid, and to Reject Any or All Bids .................

F. Award of Contract ................................................................................................

37. Award Criteria ................................................................................................... 38. Purchaser’s Right to Vary Quantities at Time of Award..................................... 39. Notification of Award ......................................................................................... 40. Signing of Contract............................................................................................ 41. Performance Security........................................................................................

Page 12: PROCUREMENT OF FURNITURE ITEMS AND OTHER ALLIED GOODS …swd.maharashtra.etenders.in/tnduploads/swd/tndheader/TND... · SBD for Procurement of Furniture and Other Allied Goods at

12

Section I. Instructions to Bidders

A. GENERAL

1. Scope of Bid

1.1. The purchaser indicated in the Bidding Data Sheet (BDS), issues these Techno-Commercial bidding documents for the procurement of furniture and other allied goods at site incidental thereto as specified in the four types buildings detailed at Section V, schedule of requirements. The name and identification number of this Competitive Bidding (CB) procurement is specified in the BDS.

1.2. Throughout these bidding documents: The term “in writing” means

communicated in written form (e.g. by mail, e-mail, fax, telex) with proof of receipt; If the context so requires, “singular” means “plural” and vice versa.

1.3. Please note that the costs of preparing the bid and of negotiating the

contract, including visits to the purchaser, sites etc are not reimbursable as a direct cost of the assignment.

2. Source of Funds

2.1. The Director, Social Welfare specified in the BDS has received financing (hereinafter called “funds”) from the Government, of Maharashtra (hereinafter called “the Government”) towards the cost of the project named in the BDS. The Director, Social Welfare intends to apply a portion of the funds to eligible payments under the contract for which these Bidding Documents are issued.

3. Fraud and Corruption

3.1. The Government requires that The Director, Social Welfare as well as bidders, suppliers, contractors, and consultants under Government - financed contracts, observe the highest standard of ethics during the procurement and execution of such contracts.

3.2. Furthermore, bidders shall be aware of the provision stated in Sub-Clause

33.1.1.3 of the General Conditions of Contract. 4. Eligible Bidders

4.1. A bidder shall not have a conflict of interest. All bidders found to have conflict of interest shall be disqualified. Bidders may be considered to have a conflict of interest with one or more parties in this bidding process, if they:

4.1.1. Are or have been associated in the past, with a firm or any of its affiliates which have been engaged by the purchaser to provide

Page 13: PROCUREMENT OF FURNITURE ITEMS AND OTHER ALLIED GOODS …swd.maharashtra.etenders.in/tnduploads/swd/tndheader/TND... · SBD for Procurement of Furniture and Other Allied Goods at

13

consulting services for the preparation of the design, specifications, and other documents to be used for the procurement of the goods to be purchased under these bidding documents; or

4.1.2. Submit more than one bid in this bidding process.

4.2. A bidder that is under a declaration of ineligibility by the government in accordance with ITB Clause 3, at the date of contract award, shall be disqualified.

4.3. Bidders shall provide such evidence of their continued eligibility

satisfactory to the purchaser, as the purchaser shall reasonably request.

5. Eligible Goods and Related Services

5.1. All the furniture items and other allied goods at site to be supplied under the contract and financed by the government may have their origin in any country.

5.2. For purposes of this clause, furniture items and goods at site include all

the articles as specified in Section V- Schedule of Requirements.

5.3. The term “origin” means the country where the goods have been mined, grown, cultivated, produced, manufactured or processed; or, through manufacture, processing, or assembly, another commercially recognized article results that differs substantially in its basic characteristics from its components.

B. CONTENTS OF BIDDING DOCUMENTS 6. Sections of Bidding Documents

6.1. The bidding documents consist of parts 1, 2, and 3, which include all the sections indicated below, and should be read in conjunction with any Addendum issued in accordance with ITB Clause 8.

PART 1 Bidding Procedures

Section I. Instructions to Bidders (ITB) Section II. Bidding Data Sheet (BDS) Section III. Evaluation and Qualification Criteria Section IV. Bidding Forms PART 2 Supply Requirements Section V. Schedule of Requirements PART 3 Contract Section VI. General Conditions of Contract (GCC) Section VII. Special Conditions of Contract (SCC) Section VIII. Contract Forms

6.2. The Invitation for bids issued by the purchaser is part of the bidding

documents.

Page 14: PROCUREMENT OF FURNITURE ITEMS AND OTHER ALLIED GOODS …swd.maharashtra.etenders.in/tnduploads/swd/tndheader/TND... · SBD for Procurement of Furniture and Other Allied Goods at

14

6.3. The purchaser is not responsible for the completeness of the bidding documents and their addendum, if they were not obtained directly from the purchaser.

6.4. The bidder is expected to examine all instructions, forms, terms, and

specifications in the bidding documents. Failure to furnish any information or documentation required by the bidding documents may result in the rejection of the bid.

6.5. The bidders are advised to visit the site prior to submission of bids. They

shall be deemed to have got acquainted with site – conditions at the time of submitting the bid.

7. Clarification of Bidding Documents

7.1. A Bidder requiring any clarification of the Bidding Documents shall contact the Project Management Consultant in writing at the Project Management Consultant’s address specified in the BDS. The Project Management Consultant will respond in writing to any request for clarification, provided that such request is received no later than seven (7) days prior to the deadline for submission of bids. The Project Management Consultant shall forward copies of its response to all those who have acquired the Bidding Documents directly from the Purchaser, including a description of the inquiry but without identifying its source. Should the Project Management Consultant after due deliberations with the Purchaser deem it necessary to amend the bidding documents as a result of a clarification, it would be done following the procedure under ITB Clause 8 and ITB Sub-Clause 24.2.

8. Amendment of Bidding Documents

8.1. At any time prior to the deadline for submission of bids, the purchaser may amend the bidding documents by issuing addendum.

8.2. Any addendum issued shall be part of the bidding documents and shall be

communicated in writing to all who have obtained the Bidding Documents directly from the purchaser.

8.3. To give prospective bidders reasonable time in which to take an

addendum into account in preparing their bids, the purchaser may, at its discretion, extend the deadline for the submission of bids, pursuant to ITB Sub-Clause 24.2

C. PREPARATION OF BIDS

9. Cost of Bidding

9.1. The bidder shall bear all costs associated with the preparation and submission of its bid, and the purchaser shall not be responsible or liable

Page 15: PROCUREMENT OF FURNITURE ITEMS AND OTHER ALLIED GOODS …swd.maharashtra.etenders.in/tnduploads/swd/tndheader/TND... · SBD for Procurement of Furniture and Other Allied Goods at

15

for those costs, regardless of the conduct or outcome of the bidding process.

10. Language of Bid

10.1. The bid, as well as all correspondence and documents relating to the bid exchanged by the bidder and the purchaser, shall be written in the language specified in the BDS. Supporting documents and printed

literature that are part of the bid may be in another language provided they are accompanied by an accurate translation of the relevant passages into the language specified in the BDS, in which case, for purposes of interpretation of the bid, such translation shall govern.

11. Documents Comprising the Bid

11.1. The Bid shall comprise the following : 11.1.1. Bid Submission Form and Price Schedules, in accordance

with ITB Clauses 12, 14, and 15; 11.1.2. Bid Security in accordance with ITB clause 21, if required; 11.1.3. Written confirmation authorizing the signatory of the bid to

commit the Bidder, in accordance with ITB clause 22; 11.1.4. Documentary evidence in accordance with ITB clause 16

establishing the bidder’s eligibility to bid; 11.1.5. Documentary evidence in accordance with ITB clause 17,

that the goods at site to be supplied by the bidder are eligible. 11.1.6. Documentary evidence in accordance with ITB clause 18

and 30, that the goods at site conform to the bidding documents; 11.1.7. Documentary evidence in accordance with ITB clause 19

establishing the bidder’s qualifications to perform the contract if its bid is accepted; and

11.1.8. Mandatory documents required in the BDS & Section III, evaluation & qualification criteria.

12. Bid Submission Form and Price Schedules

12.1. The bidder shall submit the bidder information form & bid submission form using the form furnished in Section IV, bidding forms in the technical bid envelope. This form must be completed without any alterations to its format, and no substitutes shall be accepted. All blank spaces shall be filled in with the information requested.

12.2. The bidder shall submit the Price Schedules Forms & Commercial

Bid Declaration Form for goods at site in the commercial bid envelope, using the forms furnished in Section IV, bidding forms.

13. Alternative / Conditional Bids

13.1. As specified in the BDS, alternative / conditional bids shall not be considered.

Page 16: PROCUREMENT OF FURNITURE ITEMS AND OTHER ALLIED GOODS …swd.maharashtra.etenders.in/tnduploads/swd/tndheader/TND... · SBD for Procurement of Furniture and Other Allied Goods at

16

14. Bid Prices and Discount

14.1. The price to be quoted only in the Price – Schedule Form shall be the total price of the bid, including all government duties, levies, free delivery and installation at destination. The financial proposal shall take into account all types of the tax liabilities including cost of insurance.

14.2. Prices quoted by the bidder shall be fixed during the bidder’s

performance of the contract which is for a period of 24 months from the date of acceptance of the bid and not subject to variation on any account. A bid submitted with an adjustable price quotation shall be treated as non responsive and shall be rejected, pursuant to ITB clause 30.

14.3. As indicated in ITB Sub-Clause 1.1, bids are being invited for

individual 4 types of buildings. Prices quoted shall correspond to 100% of the furniture and other allied goods at site specified for each building and to 100% of the quantities specified for each type of a building.

15. Currencies of Bid

15.1. Cost shall be expressed in Indian Rupees (INR) only. The payments shall be made in Indian Rupees (INR) only by the purchaser.

16. Documents Establishing the Eligibility of the Bidder

16.1. To establish their eligibility in accordance with ITB Clause 4, Bidders shall complete the Bidder Information Form & Bid Submission Form, included in Section IV, Bidding Forms and also mandatorily comply & confirm with Section III, The Evaluation & Qualification Criteria of the Purchaser.

17. Documents Establishing the Eligibility of the Goods at Site

17.1. To establish the eligibility of the Furniture and other Allied Goods at site in accordance with ITB Clause 5, Bidders shall complete the documents in the Bidding Form.

18. Documents Establishing the Conformity of the Goods at Site

18.1. To establish the conformity of the Furniture and other Allied Goods

at Site to the Bidding Documents, the Bidder shall furnish as part of its Bid the documentary evidence that the Goods conform to the technical specifications and standards specified in Section V, Schedule of Requirements.

18.2. The documentary evidence may be in the form of literature,

drawings or data, and shall consist of a detailed item by item description

Page 17: PROCUREMENT OF FURNITURE ITEMS AND OTHER ALLIED GOODS …swd.maharashtra.etenders.in/tnduploads/swd/tndheader/TND... · SBD for Procurement of Furniture and Other Allied Goods at

17

of the essential technical and performance characteristics of the goods, demonstrating substantial responsiveness of the goods to the technical specification as specified in Section V, Schedule of Requirement.

18.3. The bidder shall also furnish a list giving full particulars,

including available sources, necessary for the proper and continuing functioning of the goods following commencement of the use of the goods by the purchaser.

19. Documents Establishing the Qualifications of the Bidder.

19.1. The documentary evidence of the bidder’s qualifications to perform the contract if its bid is accepted shall establish to the purchaser’s satisfaction:

19.1.1. That, as required in the BDS if a bidder that does not manufacture or produce the goods it offers to supply. He shall submit the manufacturer’s authorization using the form included in section IV, bidding forms to demonstrate that he has been duly authorized by the manufacturers or producers of the goods required, to supply these goods as desired by the purchaser.

19.1.2. The furniture manufacturer would have to submit an undertaking on Rs 100/- stamp paper strictly as per accompanying proforma as per Section IV bidding forms. The bidder must also submit a copy of valid ISO certificate of furniture manufacturer.

19.1.3. That the bidder meets each of the qualification criterions specified in Section III, evaluation and qualification criteria.

19.2. The qualification determination shall be based upon an examination of the documentary evidence of the bidder’s qualifications submitted by the bidder, pursuant to ITB clause 19 and clauses 31 and 32.

20. Period of Validity of Bids

20.1. Bids shall remain valid for the period of 120 days after the bid submission deadline date prescribed by the Purchaser. A bid valid for a shorter period shall be rejected by the Purchaser as non responsive.

20.2. In exceptional circumstances, prior to the expiration of the bid

validity period, the Purchaser may request bidders to extend the period of validity of their bids. The request and the responses shall be made in writing. A Bidder may refuse the request without forfeiting its Bid Security. A Bidder granting the request shall not be required or permitted to modify its bid.

21. Bid Security

21.1. The bidder shall furnish as part of its bid, a bid Security as specified in the BDS by way of Demand Draft only, payable in favour of the Account Officer (Loans) Director, Social Welfare, M. S. Pune.

Page 18: PROCUREMENT OF FURNITURE ITEMS AND OTHER ALLIED GOODS …swd.maharashtra.etenders.in/tnduploads/swd/tndheader/TND... · SBD for Procurement of Furniture and Other Allied Goods at

18

21.2. Bid security is required in accordance with ITB Sub-Clause 21.1, any bid not accompanied by a substantially responsive bid security in accordance with ITB Sub-Clause 21.1, shall be rejected by the purchaser as non-responsive.

21.3. The bid security of unsuccessful bidders shall be returned as

promptly as possible upon the successful bidder’s furnishing of the performance security pursuant to ITB sub Clause 41.

21.4. The bid security may be forfeited:

21.4.1. if a bidder wishes to withdraws its bid during the period of bid validity specified by the bidder, except as provided in ITB Sub-Clause 20.2; or

21.4.2. if the successful bidder fails to: 21.4.2.1. sign the contract in accordance with ITB Clause 40; 21.4.2.2. furnish a performance security in accordance with ITB clause

41.

21.5. The bidder has to submit bid security in pursuant of sub clause 21.1 up to 5.00 pm, a day prior to the deadline of bid submission. Kindly note that bid security will not be accepted on the due / deadline date of the bid.

22. Format and Signing of Bid

22.1. The bidder shall prepare one original set of the documents comprising the bid as described in ITB Clause 11, including architectural drawings and clearly mark it “ORIGINAL.” In addition, the bidder shall submit a copy of the bid, as specified in the BDS and clearly mark it as “COPY.” In the event of any discrepancy between the original and the copy, the original shall prevail.

22.2. The original and copy of the bid shall be typed or written in

indelible ink and shall be signed by a person duly authorized to sign on behalf of the bidder. A copy of the Power of Attorney of the Authorized Signatory is to be submitted in the technical bid envelope.

22.3. Any interlineations, erasures, or overwriting shall be valid only if

they are signed or initialed by the person signing the bid.

D. SUBMISSION AND OPENING OF BIDS

23. Submission, Sealing and Marking of Bids & Payment of Testing Charges

23.1. Bidders must always submit their bids by hand - 23.1.1. The bidder must submit their bids duly wax sealed in 3

envelopes in a Techno-commercial system. 23.1.2. Technical envelope comprising of compliance

documents mandatorily required for section III, evaluation & qualification criteria in duplicate duly marked as “Original” & “Copy”.

Page 19: PROCUREMENT OF FURNITURE ITEMS AND OTHER ALLIED GOODS …swd.maharashtra.etenders.in/tnduploads/swd/tndheader/TND... · SBD for Procurement of Furniture and Other Allied Goods at

19

23.1.3. Commercial envelope comprising strictly of the Price – Schedule form and Commercial Bid Declaration form in duplicate duly marked as “Original” & “Copy”.

23.1.4. These technical and commercial envelope(s) are to be then enclosed in one single envelope. The rest of the procedure shall be in accordance with ITB Sub clauses 23.2 & 23.3

23.2. The inner and outer envelopes shall:

23.2.1. bear the name and address of the bidder and clearly be marked as Technical Bid Envelope & Commercial Bid Envelope;

23.2.2. be addressed to the Purchaser in accordance with ITB Sub-Clause 24.1;

23.2.3. bear the specific identification of this bidding process indicated in ITB 1.1

23.2.4. bear a warning “Not to open before the time and date for bid opening”.

23.3. If all envelopes are not wax sealed and marked as required, the

purchaser will assume no responsibility for the wrong, misplacement or premature opening of the bid.

23.4. Bid Samples as detailed in Section III, evaluation & qualification

criteria must be submitted one day prior to the deadline for submission of bids, failing which their bid would be kept aside and not be considered responsive. Documentary evidence i.e. the receipted delivery challan of bid samples submission should be submitted in the technical bid envelope. The sample should be duly sealed and labeled with CB number, due date and name & address of the bidder.

23.5. The bidders must deposit Rs.3,70,000/- (Rupess Three lakhs

seventy thousand only) as testing charges for the bid samples submitted by them. These charges must be deposited one day prior to the deadline for submission of bids, failing which the samples submitted by them would not be sent for testing and their offer would be treated as non-responsive.

24. Deadline for Submission of Bids.

24.1. Bids must be received by the purchaser at the address and no later than the date and time specified in the BDS.

24.2. The purchaser may, at its discretion, extend the deadline for the

submission of bids by amending the bidding documents in accordance with ITB Clause 8, in which case all rights and obligations of the purchaser and bidders previously subject to the deadline shall thereafter be subject to the deadline as extended.

Page 20: PROCUREMENT OF FURNITURE ITEMS AND OTHER ALLIED GOODS …swd.maharashtra.etenders.in/tnduploads/swd/tndheader/TND... · SBD for Procurement of Furniture and Other Allied Goods at

20

25. Late Bids 25.1. The purchaser shall not accept and/or consider any bid that arrives

after the deadline for submission of bids, in accordance with ITB clause 24. Any bid received by the purchaser after the deadline for submission of bids shall be declared late, rejected, and returned unopened immediately to the bidder.

26. Bid Opening

26.1. The purchaser shall conduct the technical bid envelope opening in public at the address, date and time specified in the BDS. Only envelopes that are opened and read out at bid opening shall be considered further.

26.2. All envelopes shall be opened one at a time, reading out the name

of the bidder. The purchaser shall prepare a record of the bid opening.

26.3. Bidder complying to and in conformity with Section III, evaluation and qualification criteria would be intimated of the commercial bid envelope opening in due course.

E. EVALUATION & COMPARISION OF BIDS

27. Confidentiality

27.1. Information relating to the examination, evaluation, comparison, and post qualification of bids, and recommendation of contract award, shall not be disclosed to bidders or any other persons not officially concerned with such process until publication of the contract award.

27.2. Any effort by a bidder to influence the purchaser in the

examination, evaluation, comparison, and post qualification of the bids or contract award decisions may result in the rejection of its bid.

27.3. Notwithstanding , from the time of bid opening to the time of

contract award, if any bidder wishes to contact the purchaser on any matter related to the bidding process, it should do so in writing.

28. Clarification of Bid

28.1. To assist in the examination, evaluation, comparison and qualification of the bids, the purchaser may, at its discretion, ask any bidder for a clarification of its bid. Any clarification submitted by a bidder in respect to its bid and that is not in response to a request by the purchaser shall not be considered. The purchaser’s request for clarification and the response shall be in writing. No change in the prices or substance of the bid shall be sought, offered, or permitted, except to confirm the correction of arithmetic errors discovered by the purchaser in the evaluation of the bids, in accordance with ITB clause 31.

Page 21: PROCUREMENT OF FURNITURE ITEMS AND OTHER ALLIED GOODS …swd.maharashtra.etenders.in/tnduploads/swd/tndheader/TND... · SBD for Procurement of Furniture and Other Allied Goods at

21

29. Responsiveness of Bids

29.1. The purchaser’s determination of a bid’s responsiveness is to be based on the contents of the bid itself. The bidder should mandatorily comply with and confirm to section III evaluation & qualification criteria.

29.2. A responsive bid is one that conforms to all the terms, conditions,

and specifications of the bidding documents without material deviation, reservation, or omission. A material deviation, reservation, or omission is one that:

29.2.1. affects in any substantial way the scope, quality, or performance of the furniture and other allied goods at site specified in the contract; or

29.2.2. limits in any substantial way, inconsistent with the bidding documents, the purchaser’s rights or the bidder’s obligations under the contract; or

29.2.3. if, rectified would unfairly affect the competitive position of other bidders presenting substantially responsive bids.

29.3. If a bid is non-responsive with respect to the bidding documents, it

shall be rejected by the purchaser and will not subsequently be made responsive on behalf of the bidder by correction of document submission, material deviation, reservation, or omission.

30. Nonconformities, Errors, and Omission

30.1. Provided that a bid is responsive, the purchaser may waive any non-conformities or omissions in the bid that do not constitute a material deviation.

30.2. Provided that a bid is substantially responsive, the purchaser at his

discretion may request that the bidder submit the necessary information or documentation, within a reasonable period of time, to rectify nonmaterial nonconformities or omissions in the bid related to documentation requirements. Such omission shall not be related to any aspect of the price of the bid. Failure of the bidder to comply with the request may result in the rejection of its bid.

30.3. Provided that the bid is responsive, the purchaser shall correct

arithmetical errors on the following basis: 30.3.1. if there is a discrepancy between the unit price and the line

item total that is obtained by multiplying the unit price by the quantity, the unit price shall prevail and the line item total shall be corrected, unless in the opinion of the purchaser there is an obvious misplacement of the decimal point in the unit price, in which case the line item total as quoted shall govern and the unit price shall be corrected;

Page 22: PROCUREMENT OF FURNITURE ITEMS AND OTHER ALLIED GOODS …swd.maharashtra.etenders.in/tnduploads/swd/tndheader/TND... · SBD for Procurement of Furniture and Other Allied Goods at

22

30.3.2. if there is an error in a total corresponding to the addition or subtraction of subtotals, the subtotals shall prevail and the total shall be corrected; and

30.3.3. if there is a discrepancy between words and figures, the amount in words shall prevail, unless the amount expressed in words is related to an arithmetic error, in which case the amount in figures shall prevail subject to (a) and (b) above.

30.4. If the bidder that submitted the lowest evaluated bid does not

accept the correction of errors, its bid shall be rejected.

31. Preliminary Examination of Bids

31.1. The purchaser shall examine the technical bids to confirm that all documents as requested in ITB Clause 11 have been provided, and to determine the completeness of each document submitted.

31.2. The purchaser shall confirm that all the mandatory documents and

information have been provided in the bid. If any of these documents or information is missing, the bid shall be rejected.

31.3. Bid samples submission – Bid samples of only the technically

responsive bidders who comply and conform with section III, evaluation & qualification criteria and section IV. Bidding Forms would be sent to Government / Government approved laboratories for testing. The reports of such Government laboratories would be considered as final and no correspondence on such matters would be entertained. Test reports of Government laboratories would form an integral part of technical evaluation and be vital for compliance to section III, evaluation and qualification criteria.

32. Examination of Terms and Conditions - Technical Evaluation

32.1. The purchaser shall examine the bid to confirm that all terms and conditions specified in the GCC and the SCC have been accepted by the bidder without any deviation or reservation.

32.2. The purchaser shall evaluate the technical aspects of the bid

submitted in accordance to confirm that all requirements specified in section III, evaluation & qualification criteria, section IV bidding forms and section V, schedule of requirements of the bidding documents have been met without any deviation or reservation.

32.3. If, after the examination of the terms and conditions and the

technical evaluation, the purchaser determines that the bid is not responsive in accordance with ITB clause 31, it shall reject the bid, and no correspondence on the same would be entertained.

Page 23: PROCUREMENT OF FURNITURE ITEMS AND OTHER ALLIED GOODS …swd.maharashtra.etenders.in/tnduploads/swd/tndheader/TND... · SBD for Procurement of Furniture and Other Allied Goods at

23

33. Evaluation of Bids

33.1. The purchaser shall evaluate each bid that has been determined, up to this stage of the evaluation, to be substantially responsive.

33.2. To technically evaluate a bid, the purchaser shall only use all the

factors, methodologies and criteria defined in ITB clause 31 & 32. No other criteria or methodology shall be permitted.

34. Opening and Comparison of Commercial Bids

34.1. Commercial envelope of only the bidders whose bid have been found technically responsive in accordance and compliance to ITB clauses 31 & 32 would be opened by the purchaser to determine the lowest evaluated commercial bid. The bidders must quote for 100% of the goods at site specified for each type of building and 100% of the quantities specified therein.

34.2. To determine the lowest commercial bidder, the purchaser shall

only consider the price quoted for each type of building which corresponds to 100% of the goods at site specified for each type of building and 100% of the quantities specified therein for each type of building.

34.3. Price adjustment for correction of arithmetic errors in

accordance to ITB Clause-Sub clause 30.3

34.4. As specified in the BDS, these bidding documents shall allow bidders to quote separate prices for different kinds of buildings, and shall allow the purchaser to award one or multiple buildings to one bidder.

35. Post qualification of the Bidder

35.1. The purchaser shall determine to its satisfaction whether the bidder that is selected as having submitted lowest evaluated and responsive bid is qualified to perform the contract satisfactorily.

35.2. An affirmative determination shall be a prerequisite for award of the contract to the bidder. A negative determination shall result in disqualification of the bidder and shall constitute sufficient grounds for annulment of the contract and forfeiture of bid security.

36. Purchaser’s Right to Accept Any Bid, and to Reject Any or All Bids

36.1. 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 contract award, without thereby incurring any liability to bidders.

Page 24: PROCUREMENT OF FURNITURE ITEMS AND OTHER ALLIED GOODS …swd.maharashtra.etenders.in/tnduploads/swd/tndheader/TND... · SBD for Procurement of Furniture and Other Allied Goods at

24

F. AWARD OF CONTRACT

37. Award Criteria

37.1. The purchaser shall award the contract to the bidder whose offer has been determined to be the lowest commercial bid and is strictly responsive to the bidding documents, provided further that the bidder is determined to be qualified to perform the contract satisfactorily. The contract period of the said contract will be twentyfour months from the date of acceptance of the bid and award of the contract.

38. Purchaser’s Right to Vary Quantities at Time of Award

38.1. At the time when the contract is awarded, the purchaser reserves the right to increase and/or decrease upto fifty percent of the quantum of buildings as specified in section V, schedule of requirements, without any variation of price, any other terms and conditions of the bid and the bidding documents during the validity of the contract period.

39. Notification of Award

39.1. Prior to the expiration of the period of bid validity, the purchaser shall notify the successful bidder, in writing, that its bid has been accepted.

39.2. Until a formal contract is prepared and executed, the notification of

award shall constitute a binding contract.

39.3. Upon the successful bidder’s furnishing of the signed contract form and performance security pursuant to ITB clause 41, the purchaser will promptly notify each unsuccessful bidder and will discharge its bid security, pursuant to ITB Clause 21.3.

40. Signing of Contract

40.1. Promptly after notification, the purchaser shall send to the successful bidder the agreement and the special conditions of contract.

40.2. Within Twenty five (25) days of receipt of the agreement, the

successful bidder shall stamp, sign, date, and return it to the purchaser. The cost of which shall be borne by the bidder.

40.3. Notwithstanding ITB 40.2 above, in case signing of the contract

agreement is delayed, that the bidder should demonstrate to the purchaser that signing of the contact agreement has not been prevented by any lack of diligence on the part of the bidder in completing any formalities.

Page 25: PROCUREMENT OF FURNITURE ITEMS AND OTHER ALLIED GOODS …swd.maharashtra.etenders.in/tnduploads/swd/tndheader/TND... · SBD for Procurement of Furniture and Other Allied Goods at

25

41. Performance Security

41.1. Within twenty five (25) days of the receipt of notification of award from the purchaser, the successful bidder, shall furnish the performance security in accordance with the GCC, using for that purpose the performance security form included in Section IX contract forms, or another form acceptable to the purchaser. The purchaser shall promptly notify each unsuccessful bidder and discharge the bid securities of the unsuccessful bidders pursuant to ITB sub-clause 21.3.

41.2. Failure of the successful bidder to submit the above-mentioned

performance security or sign the contract shall constitute sufficient grounds for the annulment of the award and forfeiture of the bid security.

Page 26: PROCUREMENT OF FURNITURE ITEMS AND OTHER ALLIED GOODS …swd.maharashtra.etenders.in/tnduploads/swd/tndheader/TND... · SBD for Procurement of Furniture and Other Allied Goods at

26

Section II. Bidding Data Sheet (BDS)

The following specific data for the furniture items & goods at site to be procured shall complement, supplement, or amend the provisions in the Instructions to Bidders (ITB). Whenever there is a conflict, the provisions herein shall prevail over those in ITB.

ITB Clause Reference

A. General

ITB 1.1 Purchaser : The Director, Social Welfare Department

ITB 1.1 Name and Identification number of CB : CB No :- CB/SWD/09/2010

ITB 2.1 Name of the Project: Procurement of Furniture and other Allied Goods at Site.

B. Contents of Bidding Documents

ITB 7.1 For Clarification of bid purposes only, the Purchaser’s address is: The Director, Social Welfare Department 3, Church Road, Pune - 411001 Maharashtra State, India. Ph - 020 26122652 Fax - 020 26126698 E mail ID – [email protected] the Project Management Consultants are: For Rest of Maharashtra Region Design Ideas 102,Vasant Kunj, Building No 163/E Ambedkar Road, Opp.Parsi Gymkhana, Dadar (East), Mumbai-400 014. Tel: 022 24121713. Fax: 022 24118778. e-Mail: [email protected] Web: www.designideas.co.in

Page 27: PROCUREMENT OF FURNITURE ITEMS AND OTHER ALLIED GOODS …swd.maharashtra.etenders.in/tnduploads/swd/tndheader/TND... · SBD for Procurement of Furniture and Other Allied Goods at

27

For Rest of Vidarbha Region M/s Elements Architects C-03, Durvankur Building., Opp. Sussex Indl. Estate, Dadoji Kondadeo Marg, Byculla (E),Mumbai-400 027. Tel: 022 32712694 / 09833373639 Fax: 022 24715004 e-Mail: [email protected] For Marathawada Region V.K.Associates – For Marathwada Region 35/A, Ashirwad,Cement Road, Shivaji Nagar, Nagpur- 440010 Tel: 0712 2243640 / 641, 3018500-520 Fax: 0712 2243642 e-Mail: [email protected]

C. Preparation of Bids

ITB 10.1 The language of the bid is English.

ITB 11.1.8 The bidder shall mandatorily submit the documents as required in section III, evaluation & qualification criteria in its technical bid.

ITB 13.1 Conditional / Alternative bids shall not be considered.

ITB 14.1 Prices quoted for each type of building shall be free at destination, firm and final, inclusive of installation, all government levies, taxes and duties.

ITB 14.3 Place of destination – The purchaser has constructed new buildings of four types – a) Dr. Babasaheb Ambedkar Bhavan b) Hostel 1000 students c) Hostel 100 students d) Residential Schools the details of sites are available in section V, Schedule of Requirements.

ITB 15.1 The bidder is required to quote only in Indian Rupees.

ITB 19.1.1 In case the bidder does not manufacture the goods it offers to supply the manufacturer’s authorization is required.

ITB 19.1.2 The bidder is required to submit furniture manufacturer’s undertaking in the proforma as per section IV bidding forms.

ITB 20.1 The bid validity period shall be 120 days.

ITB 21.1 Bid shall include a bid security.

ITB 21.2 The amount of the bid security shall be: Rs.2,00,00,000/- (Rupees Two hundred lakhs only)

D. Submission and Opening of Bids

ITB 22.1 In addition to the original of the bid, one copy is to be submitted.

Page 28: PROCUREMENT OF FURNITURE ITEMS AND OTHER ALLIED GOODS …swd.maharashtra.etenders.in/tnduploads/swd/tndheader/TND... · SBD for Procurement of Furniture and Other Allied Goods at

28

ITB 23.1 The bidder must submit bids in three envelopes, Techno – Commercial Bid System i.e. Technical Bid Envelope and Commercial Bid Envelope individually wax-sealed and enclosed in one single envelope.

ITB 23.2 The inner and outer envelopes shall bear the following additional identification marks: CB No: CB/SWD/10/2011 Project: Procurement of furniture and other allied goods at site. Not to be opened before 27/01/2011 – 1 Pm.

ITB 23.4 Bidder must submit bid samples as detailed in section III evaluation & qualification criteria, failing which their bid would not be considered and it would be kept aside. These samples must be submitted one day prior to the deadline of the bid submission.

ITB 23.5 The bidder must remit Rs.3,70,000/- as testing charges one day prior to the deadline of the bid submission, failing which their bid samples would not be sent for testing and their bid would not be considered.

ITB 24.1 Bid submission address : The Director, Social Welfare Department 3, Church Road, Pune - 411001 Maharashtra State, India. The deadline for the submission of bids is: Date: 27/ 01/2011. Time: 1 PM

ITB 26.1 Technical Bid opening address : The Director, Social Welfare Department 3, Church Road, Pune - 411001 Maharashtra State, India.

E. Evaluation and Comparison of Bids

ITB 31.2 Purchaser shall confirm that the technical bid complies and confirms with all the mandatory requisites as per section III, evaluation & qualification criteria.

ITB 31.3 Bid samples of bidder would be tested in Government / Government approved laboratories, whose reports would be considered as final and no correspondence in this regard would be entertained.

ITB 32.3 If on the basis of examination of documents it is determined that bid is not responsive and the mandatory requisite documents have not been submitted the bid would be summarily rejected.

ITB 34.1 Commercial bid of only bidders’ whose bid have been found technically responsive and whose samples confirm to bid requirements would be opened to determine the lowest bidder.

ITB 34.2 Bidder are instructed that bids would be entertained, only if they correspond to 100% of the required goods at site as specified in section V - Schedule of Requirements for each type of building.

Page 29: PROCUREMENT OF FURNITURE ITEMS AND OTHER ALLIED GOODS …swd.maharashtra.etenders.in/tnduploads/swd/tndheader/TND... · SBD for Procurement of Furniture and Other Allied Goods at

29

ITB 34.5 The bidders can quote different bids for all types of buildings, the purchaser reserves the right pertaining to award of single or multiple buildings.

F. Award of Contract

ITB 38.1 The purchaser reserves the right to increase and/or decrease upto fifty percent of the quantum of buildings as specified in section V, Schedule of Requirements, without any variation of price, any other terms and conditions of the bid and the bidding documents during the validity of the contract period.

Page 30: PROCUREMENT OF FURNITURE ITEMS AND OTHER ALLIED GOODS …swd.maharashtra.etenders.in/tnduploads/swd/tndheader/TND... · SBD for Procurement of Furniture and Other Allied Goods at

30

Section III. Evaluation and Qualification Criteria

This section complements the Instructions to bidders. It contains the criteria that the purchaser would use to evaluate a bid and determine whether a bidder has the required qualifications. No other criteria shall be used.

1) Mandatory conditions & requirements. 2) Authority letter of the manufacturer in case the bidder does not manufacture

the goods. 3) Bid samples to be submitted. 1) Mandatory Conditions & Requirements.

The documents enumerated below must be submitted as compliance for fulfillment of evaluation and qualification criteria. Failure to submit any of the listed documents would result in the bid being non–responsive and kept out of consideration in Technical Bid Envelope. These documents should be duly attested wherever applicable. (a) Original bid form duly signed and completed in all respects. Power of

Attorney of the Authorized Signatory is to be submitted along with pursuant to ITB sub clause 22.3

(b) Bidder Information Form must be as per the format without any alterations / substitutions. Attested copies of documents listed in the Bidder Information Form must be submitted mandatorily for evaluation of the bid in all respects pursuant to ITB sub clause 12.1.

(c) Bid Submission Form duly filled in all respects pursuant to ITB sub clause 12.1

(d) Furniture manufacturer’s undertaking pursuant to ITB sub clause 19.1.1 (e) ISO certification of furniture manufacturer for manufacture of furniture items

pursuant to ITB sub clause 19.1.2. (f) Bid of Security Receipt pursuant to ITB sub clause 21. (g) Bid Samples submission original receipt pursuant to ITB sub clause 23.4 (h) Testing charges paid receipt pursuant to ITB sub clause 23.5 (i) Testing charges payment undertaking as per section IV bidding forms.

2) Manufacturer’s Authority Letter.

Only furniture manufacturers or their authorized agents can quote. The authorized agent shall submit an authority letter as per the accompanying proforma as per section IV’ bidding forms in original in pursuant of ITB sub clause 19.1. Any bid received without the aforesaid shall be rejected outright.

Page 31: PROCUREMENT OF FURNITURE ITEMS AND OTHER ALLIED GOODS …swd.maharashtra.etenders.in/tnduploads/swd/tndheader/TND... · SBD for Procurement of Furniture and Other Allied Goods at

31

3) List of Bid Samples for Submission

1. The Steel Tube (MS ERW Round Pipe) confirming to IS 7138: 1973 with latest amendments in size 25 mm Dia x 2 mm x 1000 mm L - 4 Pieces

2. The Steel Tube (MS ERW Round Pipe) confirming to IS 7138: 1973 with

latest amendments in size of 20 mm Dia x 1.6mm x 1000 mm L - 4 Pieces

3. The Hollow Steel Section MS Square Pipe confirming to IS 4923: 1997 of Grade CF Yst 210 with latest amendments in size of 25 mm x 50mm x 2 mm x 1000 mm L - 4 Pieces

4. The Hollow Steel Section MS Rectangular Pipe confirming to IS 4923:

1997of Grade CF Yst 210 with latest amendments in size of 50 mm x 50mm x 2 mm x 1000 mm L - 4 Pieces

5. The Stainless Steel Sheet confirming to IS 6911: 1992 of Grade ISS 304

S1 with latest amendments in size 1.2 mm x 300 mm x 300 mm - 4 Pieces

6. The Medium Density Fiber Boards (MDF) confirming to IS 12406 : 2003 of Grade SBG II with latest amendments in size 25 mm x 300 mm x 300 mm - 4 Pieces

7. The Medium Density Fiber Boards (MDF) confirming to IS 12406 : 2003 of

Grade SBG II with latest amendments in size 12 mm x 300 mm x 300 mm - 4 Pieces

8. The Decorative Thermostatic Synthetic Resin Bonded Laminated Sheets

in any colour confirming to IS 2046 : 1995 of Grade P with latest amendments in size 1 mm x 2400 mm x 1200 mm - 2 Pieces

9. The Decorative Thermostatic Synthetic Resin Bonded Laminated Sheets

in white colour confirming to IS 2046 : 1995 of Grade P with latest amendments in size 1 mm x 2400 mm x 1200 mm - 2 Pieces

10. The Plywood (Ply) confirming to IS 303: 1989 of Grade MR, TYPE AA with

latest amendments in size 6 mm x 2400 mm x 1200 mm - 2 Pieces

11. The Marine Plywood confirming to IS 710: 2010 with latest amendments in size 19 mm x 2400 mm x 1200 mm - 2 Pieces

12. The Marine Plywood confirming to IS 710: 2010 with latest amendments in

size 25 mm x 2400 mm x 1200 mm - 2 Pieces

13. The MS ERW Square tube duly powder coated confirming to IS 13871 : 1993 of Grade B with latest amendments in size 25 mm Dia x 2 mm x 1000 mm L - 4 Pieces

Page 32: PROCUREMENT OF FURNITURE ITEMS AND OTHER ALLIED GOODS …swd.maharashtra.etenders.in/tnduploads/swd/tndheader/TND... · SBD for Procurement of Furniture and Other Allied Goods at

32

14. The MS ERW Rectangular Pipe duly powder coated confirming to IS 13871: 1993 of Grade B with latest amendments in size 20 mm Dia x 1.6mm x 1000 mm L - 4 Pieces

15. The MS ERW Round pipe duly powder coated confirming to IS 13871:

1993 of Grade B with latest amendments in size 25 mm x 50 mm x 2 mm x 1000 mm L - 4 Pieces

16. The MS CRCA Sheet duly powder coated confirming to IS 13871: 1993 of

Grade B with latest amendments in size 0.91 mm x 300 mm x 300 mm - 4 Pieces

1. The Anodic coating on Aluminium (Anodizing) confirming to IS 1868 : 1996

of Grade AC 15 with latest amendments in size 25 mm(minimum) x 1 mm (minimum) x 1000 mm L - 4 Pieces

18. The Aluminium Hollow Sections confirming to IS 1285 : 2002 of Grade

63400 (T5)with latest amendments in size 25 mm(minimum) x 1 mm (minimum) x 1000 mm L - 4 Pieces

19. The Aluminium Hollow Sections confirming to IS 1285: 2002 of Grade

63400 (T5) with latest amendments in size 150 mm (minimum) x 1.5 mm (minimum) x 300 mm L - 4 Pieces

20. The Galvanized Steel Sheets (GI Sheet) confirming to IS 277: 2003 of

Grade of Coating 220 with latest amendments in size 32 SWG X 300 mm x 300 mm - 4 Pieces

21. The Cold Reduced Low Carbon Steel Sheet (MS Sheet) confirming to IS

513 : 2008 of Grade CR 1 with latest amendments in size 0.91 mm X 300 mm x 300 mm - 4 Pieces

22. The Flat Transparent Sheet Glass confirming to IS 2835 : 1987 of Grade

B with latest amendments in size 8 mm X 1000 mm x 1000 mm - 2 Pieces

23. The Aluminium Composite Panel confirming to the following listed Specifications in size 3 mm X 300 mm x 300 mm - 4 Pieces

Page 33: PROCUREMENT OF FURNITURE ITEMS AND OTHER ALLIED GOODS …swd.maharashtra.etenders.in/tnduploads/swd/tndheader/TND... · SBD for Procurement of Furniture and Other Allied Goods at

33

Note :- Pursuant to ITB 23.4 Bidder mandatorily have to submit 100% samples of all the items specified as per the quantities stated above. Non submission of any of the above samples would result in their offer being treated as non responsive and rejected outright.

Sr. No.

Parameters Unit ASTM

methods Requirements

A Properties of Aluminium Composite panel 1 Panel Thickness mm .------ 3.0 ± 0.1 2 Weight Kg/M² .------ 3.85 - 3.90 3 Polyethylene Core Density Gsm/Cm³ D 1505 0.914 ± 0.002 B Mechanical Properties 4 180º pell strength N/mm D 903 6.0 -7.5

5 Tensile Strength Kg/mm² D 638 4.2-5.0

6 Yield strength ( 0.2% Proof stress ) Kg/mm² D 638 3.8-4.0 7 Elongation % D 638 3.0 - 5.0 8 Flexural strength Kg/mm² D 790 10.0 -12.0 9 Punching shear stress 0.3 D 732 20-30 C Thermal Properties 10 Thermal Expansion ( 49ºC - 100ºC) mm/M D 696 0.0210-0.230 11 Temperature range ºC C 1363 -50 to 80 12 Water absorption % by weight D 570 0.00 D Properties of Aluminum skin and performance of Coating 13 Skin thickness mm ------ 0.3 ±0.01 14 Tensile Strength Kg/mm² E 8 150-160 15 Yield strength ( 0.2% Proof stress ) Kg/mm² E 8 130-140 16 Elongation % E 8 6.0-12.0 17 Modulus of elasticity Kg/mm² E 8 7000 E General

18 Type of coating - front, coating thickness

------ Chemical PVDF - 26 µm

(min)

19 Type of Coating - Back side, Coating thickness

µm D 7091 Polyester - 20

µm (min) 20 Gloss at 60º GU D523 25-35 21 Pencil Hardness -- D 3363 2H-3H

22 Taber Abrasion (CS 17 Wheel ) mg /1000

cycles D 4060 80 (max.)

F Chemical Resistance 23 Sodium hydroxide 20%,NaOH, 1 hr Visual D 1308 Passes

24 Detergent, 3% solution,38ºC,72 hrs. Visual AAMA 2605

Passes

25 Mortar , 100 % RH, 24 hrs Visual AAMA 2605

Passes

G Weathering 26 Colour Change ( 500h) ∆E D2214 0.5-0.75 27 Gloss Retention % D523 90 (min.) 28 Chalking Visual D4214 Passes

Page 34: PROCUREMENT OF FURNITURE ITEMS AND OTHER ALLIED GOODS …swd.maharashtra.etenders.in/tnduploads/swd/tndheader/TND... · SBD for Procurement of Furniture and Other Allied Goods at

34

Section IV. Bidding Forms

Table of Forms

(1) Bidder Information Form......................................................................................

(2) Bid Submission Form ..........................................................................................

(3) Price Schedule:.....................................................................................................

(4) Commercial Bid Declaration Form:.....................................................................

(5) Undertaking for Payment of Testing Charges....................................................

(6) Manufacturer’s Authorization .............................................................................

(7) Manufacturer’s Undertaking ...............................................................................

Page 35: PROCUREMENT OF FURNITURE ITEMS AND OTHER ALLIED GOODS …swd.maharashtra.etenders.in/tnduploads/swd/tndheader/TND... · SBD for Procurement of Furniture and Other Allied Goods at

35

Section IV Bidder Information Form [To be enclosed in Technical Bid envelope]

The bidder shall fill in this Bidder Information Form pursuant to ITB sub-clause 12.1. No alterations to the format shall be permitted and no substitutions shall be accepted.

Date: _________ CB No:- CB/SWD/09/2010

Page ___ of___ pages

1. Bidder’s Name : 2. Bidder’s Address :

3. Bidder’s Authorized Representative Information

Name : Address: Tele : Fax : Email Address : 5. Attached attested copies of original documents of the bidder by the Gazetted Officer:

o Constitution – Proprietorship/Partnership/Memorandum & Articles of Association.

o VAT Registration Number / Certificate. o CST Registration Number / Certificate. o PAN Card – Company / Individual o VAT Clearance / No Dues Certificate as on 31/12/2010 o Shop & Establishment License o Solvency Certificate – Rs.2500 Lakhs o Power of Attorney of the Authorized Signatory o Copy of Balance Sheets depicting an average turnover of Rs.2500 Lakhs

in the last three financial years.

Bidder Name & Signature

Page 36: PROCUREMENT OF FURNITURE ITEMS AND OTHER ALLIED GOODS …swd.maharashtra.etenders.in/tnduploads/swd/tndheader/TND... · SBD for Procurement of Furniture and Other Allied Goods at

36

Bid Submission Form [To be enclosed in Technical Bid Envelope]

[The Bidder shall fill in this Bid Submission Form pursuant to ITB Sub-Clause 12.1. No alterations to the format shall be permitted and no substitutions shall be accepted.]

Date: _________

CB No:- CB/SWD/09/2010

To: The Director Social Welfare Department, Pune. I / We, the undersigned, declare that:

(a) We have examined and have no reservations to the bidding documents. (b) We offer to supply in conformity with the bidding documents and in

accordance with the schedule of requirements.

(c) Our bid shall be valid for the period of time specified in ITB sub-clause 20.1, from the date fixed for the bid submission deadline in accordance with ITB sub-clause 24.1, and it shall remain binding upon us and may be accepted at any time before the expiration of that period;

(d) If our bid is accepted, we commit to furnish a performance security in

accordance with ITB clause 41 and GCC clause 17 for the due performance of the contract;

(e) We have no conflict of interest in accordance with ITB clause 4.

(f) We understand that this bid, together with your written acceptance thereof

included in your notification of award, shall constitute a binding contract between us, until a formal contract is prepared and executed.

(g) We understand that you are not bound to accept the lowest evaluated

commercial bid or any other bid that you may receive.

Dated on _______ day of _______, _______

Bidder Name & Signature

Page 37: PROCUREMENT OF FURNITURE ITEMS AND OTHER ALLIED GOODS …swd.maharashtra.etenders.in/tnduploads/swd/tndheader/TND... · SBD for Procurement of Furniture and Other Allied Goods at

37

Price Schedule Forms

[The bidder shall fill in these Price Schedule Forms pursuant to ITB Sub Clause 12.2 No alterations to the format shall be permitted and no substitutions shall be accepted.]

Refer to Financial Bid - Vol - III

Page 38: PROCUREMENT OF FURNITURE ITEMS AND OTHER ALLIED GOODS …swd.maharashtra.etenders.in/tnduploads/swd/tndheader/TND... · SBD for Procurement of Furniture and Other Allied Goods at

38

Commercial Bid Declaration Form

[The bidder shall submit this on a Rs 100/- Stamp Paper duly notarized with red seal in Commercial Bid Envelope pursuant to

ITB SubClause 12.2. No alterations to the format shall be permitted and no substitutions shall be accepted.]

Refer to Financial Bid - Vol - III

Page 39: PROCUREMENT OF FURNITURE ITEMS AND OTHER ALLIED GOODS …swd.maharashtra.etenders.in/tnduploads/swd/tndheader/TND... · SBD for Procurement of Furniture and Other Allied Goods at

39

Form of Undertaking for Payment of Testing Fees

Date: _________

CB No:- CB/SWD/09/2010

To: The Director Social Welfare Department, Pune.

Ref : CB No: - CB/SWD/09/2010

I/We, ______________________________________________________ hereby

undertake that the prescribed difference of amount of testing charges would be

paid by me/us within 4 days from receipt of intimation letter. It is also understood

that if, I/We fail to pay charges on demand, my/our bid will not be processed and

will be kept out of consideration and the action deem fit will be initiated against

me/us.

BIDDER’S FULL SIGNATURE

WITH RUBBER STAMP Note: This undertaking should be on an original letterhead of bidding company and should be signed by a person competent and having power of attorney to bind the bidder.

Page 40: PROCUREMENT OF FURNITURE ITEMS AND OTHER ALLIED GOODS …swd.maharashtra.etenders.in/tnduploads/swd/tndheader/TND... · SBD for Procurement of Furniture and Other Allied Goods at

40

Proforma for Authority Letter from Manufacturer

[The Bidder shall submit the Authorization letter pursuant to ITB sub clause 19.1. No alterations to the format shall be permitted and no substitutions

shall be accepted.] Date: _________ To, The Director Social Welfare Department, Pune.

Sub: - Authorization Letter.

Ref: - CB No: - CB/SWD/09/2010 due on 27/01/2011 Dear Sir, We (name of manufacturer) an established and reputed manufacturer of furniture

items having factory at (manufacturer’s location) do hereby authorize M/s (name

of authorised agent) having office at (address of authorized agent) to bid,

negotiate and conclude the contract for the goods manufactured by us with you

against the CB No: CB/SWD/09/2010 due on 27/01/2011.

No company / firm or individual other than M/s (name of authorized agent) are

authorized to bid, negotiate and conclude the contract in regard to this business

against this specific invitation for Competitive Bidding.

Yours faithfully, Name for & on behalf of M/s. (Name of Manufacturer) (Full Signature of Authorized Person with rubber stamp) Note: This letter of authority should be on original letter head of manufacturer and should be signed by a person competent and having power of attorney to bind the manufacturer.

Page 41: PROCUREMENT OF FURNITURE ITEMS AND OTHER ALLIED GOODS …swd.maharashtra.etenders.in/tnduploads/swd/tndheader/TND... · SBD for Procurement of Furniture and Other Allied Goods at

41

Proforma for Undertaking from Manufacturer (To be enclosed in Technical Bid Envelope)

[The bidder shall submit this on a Rs 100/- stamp paper duly notarized with red seal in technical bid envelope pursuant to ITB sub clause 19.1. No alterations to the format shall be permitted and no substitutions shall be accepted.]

Date: _________ To, The Director Social Welfare Department, Pune.

Sub: - UNDERTAKING

Ref: - CB No: - CB/SWD/09/2010 due on 27/01/2011

I/We, the undersigned declare that:

a) we possess in–house under one roof, the following listed facilities as required in the manufacturing process of various types of Furniture items listed in the Schedule of Requirements:

• 8 Tank Pre-treatment Process.

• Oven Baking Process.

• Powder Coating Plant.

• Bending Machine.

• Shearing Machine.

• CO2 Welding Machine.

• Grinding Machine.

• Edge Bending.

• CNC Router Machine.

• Cold Press.

• Panel Saw Machine.

• Glue Spreader. b) we take cognizance of all the items and/or services, if the orders are

placed on our authorized agent appointed for this tender. c) we undertake to adhere and follow all the process listed above in

accordance to bid specifications to produce a superior quality product.

Name for & on behalf of M/s. (Name of Manufacturer) (Full Signature of Authorized Person with rubber stamp)

Note: This should be signed by a person competent and having power of attorney to bind the manufacturer.

Page 42: PROCUREMENT OF FURNITURE ITEMS AND OTHER ALLIED GOODS …swd.maharashtra.etenders.in/tnduploads/swd/tndheader/TND... · SBD for Procurement of Furniture and Other Allied Goods at

42

PART 2 – Supply Requirements

Page 43: PROCUREMENT OF FURNITURE ITEMS AND OTHER ALLIED GOODS …swd.maharashtra.etenders.in/tnduploads/swd/tndheader/TND... · SBD for Procurement of Furniture and Other Allied Goods at

43

Section V. Schedule of Requirements

Contents

1. Types of Buildings & Sites..................................................................................

2. Schedule of Requirements Buildingwise............................................................

3. Technical Specifications......................................................................................

4. Drawings ...............................................................................................................

5. Inspections and Tests..........................................................................................

Page 44: PROCUREMENT OF FURNITURE ITEMS AND OTHER ALLIED GOODS …swd.maharashtra.etenders.in/tnduploads/swd/tndheader/TND... · SBD for Procurement of Furniture and Other Allied Goods at

44

1. Types of Buildings and Sites

Page 45: PROCUREMENT OF FURNITURE ITEMS AND OTHER ALLIED GOODS …swd.maharashtra.etenders.in/tnduploads/swd/tndheader/TND... · SBD for Procurement of Furniture and Other Allied Goods at

45

The purchaser invites tenders for the work of procurement of furniture and other allied goods at site for newly constructed buildings of the Social Welfare Department all over the state of Maharashtra. The Schedule of Requirements included in the bidding documents by the Purchaser cover at a minimum, a description of the goods to be supplied at site. The objective of the Schedule of Requirements is to provide sufficient information to enable bidders to prepare their bids efficiently and accurately, in particular, the Price Schedule, for which a form is provided in section IV. In addition, the Schedule of Requirements, together with the price schedule, should serve as a basis in the event of quantity variation at the time of award of contract pursuant to ITB clause 38.1.

This section gives an exhaustive list of furniture items and related goods at site to be rendered by the bidder in all the 4 types of buildings complying to the detailed technical specifications & layouts attached which form an integral part of the tender document as desired by the purchaser.

The following are the 4 types of buildings wherein the goods are to be supplied.

Sr.No Types Description of the Building

1 A Dr Babasaheb Ambedkar Bhavan

2 B Hostel Building for 1000 students

3 C Hostel Building for 100 students

4 D Residential School Building

(A) Rest of Maharashtra Region

Bldg Type A - Dr. Babasaheb Ambedkar Bhavan Sr No District Location / Taluka Place

1 Ratnagiri Ratnagiri Ratnagiri

2 Nashik Nashik Nashik

3 Nandurbar Nandurbar Nandurbar

4 Jalgaon Jalgaon Jalgaon

5 Sangli Sangli Sangli

6 Solapur Solapur Solapur

7 Parbhani Parbhani Parbhani

8 Kolhapur Kolhapur Kolhapur

9 Raigad Mahad Mahad

10 Satara Satara Satara

11 Pune Pune Pune

12 Sindhudurg Oros Oros

13 Thane Thane Thane

14 Dhule Dhule Dhule

Page 46: PROCUREMENT OF FURNITURE ITEMS AND OTHER ALLIED GOODS …swd.maharashtra.etenders.in/tnduploads/swd/tndheader/TND... · SBD for Procurement of Furniture and Other Allied Goods at

46

Bldg Type B – Hostel Building for 1000 students Sr No District Location / Taluka Place

1 Nashik Nashik Adgaon

2 Pune Pune Pune

Bldg Type C – Hostel Building for 100 students

Sr No District Location / Taluka Place

1 Ratnagiri Ratnagiri Ratnagiri

2 Sindhudurg Vengurla Vengurla

3 Pune Baramati Baramati

4 Sangli Tasgaon (G) Tasgaon

5 Sangli Jath Jath

6 Sangli Kavthemahankal Kavthemahankal

7 Sangli Khanapur Vita

8 Sangli Atpadi (G) Pujarwadi

9 Nashik Niphad Rasalpur

10 Nashik Yevla Babhulgaon

11 Dhule Bhadne Bhadne

12 Nandurbar Nandurbar Haveli

13 Sangli Tasangaon(B) Tasangaon

14 Sangli Kavthemahakal (B) Kavthemahakal

15 Sangli Atpadi (B) Pujarwadi

16 Ratnagiri Ratnagiri Kuwarbaon

17 Kolhapur Aajra (B) Aajra

18 Solapur Akkalkot (G) Akkalkot

19 Solapur Akkalkot (B) Akkalkot

20 Kolhapur Hatkangle (B) Hatkangle

21 Kolhapur Hatkangle (G) Hatkangle

22 Kolhapur Gadhinglaj Gadhinglaj

23 Dhule Newasa Newasa

24 Pune Indapur (B) Tarangwadi

25 Kolhapur Kagal Kagal

26 Solapur Solapur Madha

27 Pune Indapur (G) Tarangwadi

28 Ahmednagar Shigonda Madavgan

29 Ahmednagar Jamkhed Arolenagar

30 Raigad Sudhagad Pali Tada

31 Ratnagiri Chiplun-Savarde Savarde

32 Pune Rajgurunagar Chandola

33 Kolhapur Radhanagri Radhanagri

Page 47: PROCUREMENT OF FURNITURE ITEMS AND OTHER ALLIED GOODS …swd.maharashtra.etenders.in/tnduploads/swd/tndheader/TND... · SBD for Procurement of Furniture and Other Allied Goods at

47

34 Kolhapur Aajra Aajra

35 Kolhapur Panhala Masud male

36 Sangli Kadegaon Kadegaon

37 Pune Purandar Dive

38 Pune Aambegaon Peth

39 Sangli Kadegaon Wangi

40 Sangli Walwa Tujorpur

41 Kolhapur Gaganbawda Gaganbawda

Bldg Type D – Residential School Building

Sr No District Location / Taluka Place

1 Pune Purandar Dive

2 Pune Aambegaon Peth

3 Nandurbar Nandurbar Haveli

4 Nashik Yevla Babhulgaon

5 Dhule Sakhari Bhadne

6 Dhule Shevgaon Shevgaon

7 Kolhapur Radhanagri Radhanagri

8 Ahmednagar Karjat Gaykarwadi

9 Nandurbar Shahada Shahada (Mahinde)

10 Pune Indapur Tarangwadi

11 Kolhapur Shirala Shirol

12 Kolhapur Gaganbawda Gaganbawda

13 Pune Rajgurunagar Rajgurunagar Chandoli

14 Sangli Tasgaon Kavthe Ekand

15 Sangli Kadegaon Wangi

16 Sangli Jat Jat

17 Sangli Kavthemahakal Kavthemahakal

18 Sangli Vita Khanapur

19 Solapur Akkalkot Akkalkot

20 Kolhapur Panhala Masud male

21 Ahmednagar Shrigonda Mandavgan

22 Ahmednagar Jamkhed Aarolenagar

23 Raigad Mangaon Mangaon

24 Solapur Pandharpur Pandharpur

Page 48: PROCUREMENT OF FURNITURE ITEMS AND OTHER ALLIED GOODS …swd.maharashtra.etenders.in/tnduploads/swd/tndheader/TND... · SBD for Procurement of Furniture and Other Allied Goods at

48

(B) Marathwada Region

Bldg Type A - Dr. Babasaheb Ambedkar Bhavan Sr No District Location / Taluka Place

1 Jalna Jalna Jalna

2 Parbhani Parbhani Parbhani

3 Beed Beed Beed

4 Osmanabad Osmanabad Osmanabad

5 Hingoli Hingoli Hingoli

Bldg Type B – Hostel Building for 1000 students

Sr No District Location / Taluka Place

1 Aurangabad Aurangabad Aurangabad

2 Latur Latur Latur

Bldg Type C – Hostel Building for 100 students

Sr No District Location / Taluka Place

1 Beed Patoda (B) Patoda

2 Beed Patoda (G) Patoda

3 Parbhani Selu Selu Girls

4 Osmanabad Paranda Paranda Girls

5 Aurangabad Kannad Kannad

6 Nanded Bhokar Bhokar Boys

7 Nanded Bhokar Bhokar Girls

8 Nanded Naygaon Naygaon

9 Nanded Hadgaon Rui Boys

10 Nanded Hadgaon Rui Girls

11 Nanded Ardhapur Ardhapur Boys

12 Jalna Bokhrdhal Jhombala

13 Jalna Badnapur Badnapur

14 Parbhani Manvat Manvat Boys

15 Parbhani Manvat Manvat Girls

16 Nanded Umri Umri Girls

17 Latur Renapur Renapur Girls

18 Beed Shirur Zopewadi

19 Nanded Umri Umri Boys

20 Hingoli Sengaon Sengaon

21 Osmanabad Lohara Lohara Boys

22 Nanded Purna Purna

Page 49: PROCUREMENT OF FURNITURE ITEMS AND OTHER ALLIED GOODS …swd.maharashtra.etenders.in/tnduploads/swd/tndheader/TND... · SBD for Procurement of Furniture and Other Allied Goods at

49

Bldg Type D – Residential School Building

Sr No District Location / Taluka Place

1 Jalna Bhokardhan Bhokardhan

2 Beed Shirur Zopewadi

3 Jalna Jalna Jalna

4 Aurangabad Vaijapur Vaijapur

5 Latur Nilanga Nilanga

6 Jalna Badnapur Badnapur

7 Latur Udgir Tondar

8 Latur Ahmedpur Marshivni

9 Osmanabad Bhoom Bhoom

10 Osmanabad Umrga Murum

11 Latur Renapur Renapur

12 Parbhani Selu Hadgaon

13 Parbhani Jintur Akoli

14 Nanded Hadgaon Rui

15 Osmanabad Osmanabad Hatladevi

16 Latur Latur MIDC - 3

17 Hingoli Kalamnuri Kalamnuri

18 Nanded Naygaon Naygaon

19 Nanded Umri Umri

20 Beed Parli Parli

21 Beed Patoda Patoda

22 Hingoli Purna Purna

23 Nanded Mahur Mahur

24 Parbhani Manvat Manvat

(C) Vidarbha Region

Bldg Type A - Dr. Babasaheb Ambedkar Bhavan

Sr No District Location / Taluka Place

1 Buldhana Buldhana Buldhana

2 Washim Washim Washim

3 Yavatmal Yavatmal Yavatmal

4 Gondiya Gondiya Gondiya

5 Gadchiroli Gadchiroli Gadchiroli

6 Chandrapur Chandrapur Chandrapur

7 Vardha Vardha Vardha

8 Bhandara Bhandara Bhandara

Page 50: PROCUREMENT OF FURNITURE ITEMS AND OTHER ALLIED GOODS …swd.maharashtra.etenders.in/tnduploads/swd/tndheader/TND... · SBD for Procurement of Furniture and Other Allied Goods at

50

Bldg Type B – Hostel Building for 1000 students Sr No District Location / Taluka Place

1 Amravati Amravati Amravati

Bldg Type C – Hostel Building for 100 students

Sr No District Location / Taluka Place

1 Jalna Bhokardhan Jombhala

2 Jalna Badnapur Badnapur

3 Beed Patoda Patoda Boys

4 Beed Patoda Patoda Girls

5 Yavatmal Digras (B) Isapur

6 Yavatmal Ner Nababpur

7 Gadchiroli Aheri Krishnapur

8 Buldhana Shegaon Shegaon

9 Buldhana Lonar Lonar

10 Amravati Tiwsa Tiwsa

11 Amravati Chandur Railway Chandur Railway

12 Gadchiroli Gadchiroli Navegaon

13 Chandrapur Chandrapur Jatpura ward

14 Nagpur Hingna Hingna

15 Nagpur Kuhi Boys Kuhi

16 Akola Akola Akola

17 Hingoli Purna Purna

18 Gadchiroli Aheri Krishnapur

19 Yavatmal Digras (G) Isapur

20 Washim Risod Savad

21 Washim Manglurpir Tuljapur

22 Vardha Vardha Boys Umri Meghe

23 Vardha Aaarvi Dhanori Haibatpur

24 Vardha Devli Devli

25 Nagpur Kamthi Nanda Koradi

26 Chandrapur Sindewahi Mauza Gaudmaushi

27 Gadchiroli Gadchiroli Gadchiroli

28 Bhandara Lakhandur Lakhandur

Bldg Type D – Residential School Building Sr No District Location / Taluka Place

1 Amravati Chandur Railway Tuljapur

2 Amravati Varud Benoda

3 Amravati Anjangaon Surji Khanaspur

4 Amravati Dhamangaon Rly Hingangaon

Page 51: PROCUREMENT OF FURNITURE ITEMS AND OTHER ALLIED GOODS …swd.maharashtra.etenders.in/tnduploads/swd/tndheader/TND... · SBD for Procurement of Furniture and Other Allied Goods at

51

5 Akola Murtijapur selu vetal

6 Yavatmal Digras Isapur

7 Yavatmal Mahagaon Mahagaon

8 Washim Washim Surkudi

9 Washim Mangalurpir Tuljapur

10 Buldhana Shegaon Shegaon

11 Buldhana Lonar Lonar

12 Buldhana Chikhli Valti

13 Akola Akola Gorgaon

14 Nagpur Kamthi Vargaon

15 Amravati Daryapur Daryapur- Banosa

16 Amravati Achalpur Burghat

17 Akola Aakot Patsul

18 Yavatmal Pusad Aasarpend

19 Yavatmal Ner Nababpur

20 Yavatmal Vani Parsoda

21 Yavatmal Umarkhed Sarmul

22 Washim Risod Savad

23 Buldhana Buldhana Kolwad

24 Akola Balapur Balapur – Shelad

25 Gadchiroli Aheri Krishnapur

26 Buldhana Khamgao Khamgao

27 Bhandara Bhandara Raje Dahegaon

28 Chandrapur Ballarpur Bhivkund

29 Gondiya Tiroda Rasandi

30 Chandrapur Chimur Khedgaon

31 Gadchiroli Sironcha Sironcha Lagan

32 Vardha Vardha Umrimeghe

33 Gondiya Sadakarjuni Sadakarjuni – Dava

34 Vardha Aarvi Haibatpur

Page 52: PROCUREMENT OF FURNITURE ITEMS AND OTHER ALLIED GOODS …swd.maharashtra.etenders.in/tnduploads/swd/tndheader/TND... · SBD for Procurement of Furniture and Other Allied Goods at

52

2. Schedule of Requirements Buildingwise

Page 53: PROCUREMENT OF FURNITURE ITEMS AND OTHER ALLIED GOODS …swd.maharashtra.etenders.in/tnduploads/swd/tndheader/TND... · SBD for Procurement of Furniture and Other Allied Goods at

53

(1) Bldg Type A - Dr. Babasaheb Ambedkar Bhavan

This type of building consists of two 2-storied buildings namely A and B centrally joined by an auditorium namely building C. It has built up area of 3502.53 sqm each. Building “A” at ground floor contains offices of the Annabhau Sathe Vikas Mahamandal, Sant Rohidas Charmakar Mahamandal, Apang Vikas Mahamandal, Bhavan Office and Mahatma Phule Vikas Mahamandal. Building A at first, floor contains office of District Social Welfare Officer, OBC Vikas Mahamandal, VJNT Vikas Mahamandal. Building “B” at first floor contains Study room, IT lab, Library, Computer Institute and Conference room. Building “C” an auditorium centrally located contains stage, green rooms, seating arrangement, acoustics treatment, false ceiling and interior designing. Bidders are required to provide economical and functional furniture & other allied goods at site for each of the above buildings, adopting the base layout plan prepared by PMC. Items & Quantity of Items required.

Sr. No. Item Code Description Total

1 101 Aluminium Ladder 3

2 102 Steel Glass 38

3 116 Chairs 213

4 117 Chairs 44

5 118 Chairs 42

6 119 Chairs 72

7 120 Chairs 56

8 122 Chairs 2

9 124 Chairs 50

10 126 Chairs 4

11 127 Chairs 88

12 128 Chairs Wheel 2

13 129 Pedestal Fans 4

14 130 Water Pipe (30 feet) 2

15 131 Water Pipe Winder 1

16 132 Fire Fighting System 1

17 133 Dustbin Large 10

18 134 Flower Pot 18

19 135 Bucket (20) Ltr 4

20 136 Mug – Toilet 20

21 137 Brooms (Regular) 20

22 138 Brooms Plastic 20

23 139 Waste Paper Basket 118

24 161 SS, Cooler with RO 100 LPH 4

25 177 Dust Pan 20

26 179 CCTV Survelliance System 1

Page 54: PROCUREMENT OF FURNITURE ITEMS AND OTHER ALLIED GOODS …swd.maharashtra.etenders.in/tnduploads/swd/tndheader/TND... · SBD for Procurement of Furniture and Other Allied Goods at

54

27 201 Cycle Stand 9

28 204 Sofa 28

29 208 Sofa 4

30 209 Sofa 8

31 214 Table 5

32 215 Table 18

33 216 Credenza 117

34 217 Table 9

35 218 Table 1

36 220 Table 10

37 221 Workstation 84

38 222 Workstation 15

39 223 Table 2

40 224 Table 1

41 225 Table 10

42 226 Table 22

43 229 Table 1

44 230 Table 1

45 239 News Paper Stand 2

46 240 News Paper Rack 1

47 242 Book Rack 10

48 243 Journal Rack 4

49 244 Steel Rack 20

50 246 Notice Board 26

51 248 Pin Up Board 37

52 250 Writing Board 1

53 253 Benches 27

54 256 Storage 11

55 257 Storage 31

56 258 Storage 103

57 259 Storage 2

58 260 Storage 48

59 265 Storage 22

60 266 Security Cabin 2

61 270 Bathroom/WC Corner 20

62 271 Compactor Storage 1

63 273 Platform 2

64 274 Dressing Table 2

65 275 Kiosk 1

66 276 Podium 1

67 278 Pillar 6

68 279 Linear Modules for 2 Persons 22

Page 55: PROCUREMENT OF FURNITURE ITEMS AND OTHER ALLIED GOODS …swd.maharashtra.etenders.in/tnduploads/swd/tndheader/TND... · SBD for Procurement of Furniture and Other Allied Goods at

55

69 281 Linear Modules for 4 Persons 11

70 282 Signage Board For Bldg 2

71 283 Signage 89

72 284 Signage 39

73 301 Curtains Set For Windows - 2 Pcs Set 104

74 306 Wall Clock 37

75 307 Dressing Mirror 4

76 308 Mirror on Wash Basin 16

77 309 India Map 12

78 310 Maharashtra Map 12

79 311 Photo frames 68

80 315 LCD TV 3

81 316 PA System with Speaker 1

82 317 Cabin Bells 11

83 320 Door Frame Metal Detector 2

84 322 Biometric Management System 1

85 330 Partition 2

86 333 Curtain Rod 3

87 334 Curtain Rod 101

88 336 Folding Partition 1

89 350 Partition 3

90 351 Partition 3

91 353 Partition 19

92 354 Partition 1

93 355 Partition 1

94 356 Partition 3

95 357 Partition 1

96 358 Partition 12

97 359 Partition 5

98 360 Partition 1

(2) Bldg Type B - Hostel Building for 1000 students It is 4 storied structure having built up area of 28209.00 sqm. This building has 28 rooms, rectors’ flat, two kitchens and four dining halls on the ground floor. On the first floor it has 32 rooms, a gymnasium and an entertainment/TV room. On the third and fourth floor it has 32 rooms each. Bidders are required to provide economical and functional furniture & other allied goods at site for each of the above buildings, adopting the base layout plan prepared by PMC.

Page 56: PROCUREMENT OF FURNITURE ITEMS AND OTHER ALLIED GOODS …swd.maharashtra.etenders.in/tnduploads/swd/tndheader/TND... · SBD for Procurement of Furniture and Other Allied Goods at

56

Items & Quantity of Items required.

Sr. No. Item Code Description Total

1 101 Aliminium Ladder 4

2 102 Steel Glass 2200

3 103 Steel Jug 988

4 104 Steel Cloth Drying Stand (Folding) 252

5 105 Examination Couch and Double Step Stool 2

6 106 Bed 6

7 107 Table 6

8 108 Saline Stand 6

9 109 Revolving Stool 4

10 110 Bed sheet 2976

11 111 Pillow Cover 2976

12 112 Counterpane 1984

13 113 Blankets 992

14 114 Pillows 992

15 115 Coir Mattress 992

16 116 Chairs 14

17 117 Chairs 4

18 119 Chairs 986

19 124 Chairs 500

20 127 Chairs 322

21 128 Chairs Wheel 6

22 129 Pedestal Fans 4

23 130 Water Pipe (30 feet) 4

24 131 Water Pipe Winder 2

25 132 Fire Fighting System 1

26 133 Dustbin Large 20

27 134 Flower Pot 12

28 135 Bucket (20) Ltr 262

29 136 Mug – Toilet 502

30 137 Brooms (Regular) 280

31 138 Brooms Plastic 280

32 139 Waste Paper Basket 6

33 140 Dustbin Small 252

34 141 Soap Case 996

35 142 Basket Ball 6

36 143 Volley Ball 6

37 144 Foot Pump 2

38 145 Smith/Squat Machine 1

39 146 Leg/Curl Extension 2

40 147 Leg Press 2

41 148 5 Station Gym 2

42 149 Dumbbells with Stand 4

Page 57: PROCUREMENT OF FURNITURE ITEMS AND OTHER ALLIED GOODS …swd.maharashtra.etenders.in/tnduploads/swd/tndheader/TND... · SBD for Procurement of Furniture and Other Allied Goods at

57

43 150 Flat/Incline Bench 2

44 151 Free Bench 2

45 152 Free weight 10

46 153 Exercise Swiss Balls 2

47 154 Exercise Mats 5

48 155 Stationary Cycles 4

49 156 Weighing Scale 2

50 157 Carrom Board with Stand 4

51 158 Chess Board Set 4

52 159 Punching Bag 4

53 160 Punching Gloves 8

54 161 SS, Cooler with RO 100 LPH 8

55 162 Vegetable Rack Trolley 6

56 166 Three Sink Unit 4

57 168 Work Table 8

58 171 Two Burner Cooking Range 4

59 172 Chapati/Dosa Plate 2

60 173 Bain Marie Counter 5

61 174 Thali Dropping Trolley 4

62 175 Pot Rack 2

63 177 Dust Pan 260

64 178 Towels 1984

65 179 CCTV Survelliance System 1

66 201 Cycle Stand 40

67 202 Shoe Rack 308

68 204 Sofa 4 69 208 Sofa 20

70 209 Sofa 48

71 210 Bed 4

72 211 Bed 982

73 213 Table 4

74 214 Table 54

75 215 Table 52

76 216 Credenza 10

77 220 Table 4

78 223 Table 6

79 231 Table 4

80 236 Table 4

81 237 Table 982

82 238 Table 2

83 244 Steel Rack 162

84 246 Notice Board 20

Page 58: PROCUREMENT OF FURNITURE ITEMS AND OTHER ALLIED GOODS …swd.maharashtra.etenders.in/tnduploads/swd/tndheader/TND... · SBD for Procurement of Furniture and Other Allied Goods at

58

85 248 Pin Up Board 264

86 253 Benches 80

87 254 Benches 116

88 255 Storage 6

89 258 Storage 8

90 260 Storage 2

91 261 Storage 248

92 264 Storage 8

93 266 Security Cabin 2

94 270 Bathroom/WC Corner 514

95 273 Platform 2

96 274 Dressing Table 2

97 282 Signage Board For Bldg 4

98 283 Signage 315

99 284 Signage 315

100 301 Curtains Set For Windows - 2 Pcs Set 560

101 303 Entertainment / TV Room Curtain 2

102 304 3 fold Curtains 4

103 305 Cloth Drying Rod with Wooden Baton 252

104 306 Wall Clock 284

105 307 Dressing Mirror 292

106 308 Mirror on Wash Basin 280

107 309 India Map 4

108 310 Maharashtra Map 4

109 311 Photo frames 56

110 312 Photo frames (Body Parts) 8

111 313 Photo frames (Gymnastic) 20

112 314 LCD TV 4

113 315 LCD TV 20

114 316 PA System with Speaker 1

115 318 Basket Ball Net with Setup 2

116 319 Volley Ball Net with Setup 2

117 321 Hot Water Geyser 256

118 322 Biometric Management System 2

119 323 Solar Lighting System 2

120 329 Curtain Rod 2

121 334 Curtain Rod 560

122 335 Folding Partition 2

123 362 Partition 4 124 363 Partition 4 125 364 Aluminum Tope without handle with Lid 1 126 370 Aluminum Tope with Four handle with Lid 1 127 371 Aluminum Tope with Four handle with Lid 1

Page 59: PROCUREMENT OF FURNITURE ITEMS AND OTHER ALLIED GOODS …swd.maharashtra.etenders.in/tnduploads/swd/tndheader/TND... · SBD for Procurement of Furniture and Other Allied Goods at

59

128 372 Aluminum Tope with Four handle with Lid 1 129 374 S.S.Palta 2 130 377 M.S.Kadai with Two Handle 1

131 380 S.S.Hole Zara with Half Wooden Handle 1 132 383 Aluminum Chalni for Rice 1 133 386 Aluminum Parat 1 134 387 Wooden Round Plate with Roller 4 135 388 Aluminum Sauce Pan with Wooden Handle 1

136 389 M.S.Veg Knife 2 137 390 S.S.Bucket 3

138 391 S.S.Tea Kettle 4

139 392 S.S. Compartmental tray 1100 140 393 Baby Spoon 1100

141 396 S.S.Ladel with Wooden Handle 3

(3) Bldg Type C - Hostel Building for 100 students

It is two storied Building having built up area of 2387.70 sqm each. The building on ground floor has 13 rooms for students, rectors’ flat, office, TV room, kitchen room and dining hall, while on the first floor it has 14 rooms for students, library and study room, store room and a gymnasium. Bidders are required to provide economical and functional furniture & other allied goods at site for each of the above buildings, adopting the base layout plan prepared by PMC. Items & Quantity of Items required.

Sr. No. Item Code

Description Total

1 101 Aluminium Ladder 1

2 102 Steel Glass 250

3 103 Steel Jug 106

4 104 Steel Cloth Drying Stand (Folding) 28

5 105 Examination Couch and Double Step Stool 1

6 106 Bed 3

7 107 Table 3

8 108 Saline Stand 3

9 109 Revolving Stool 2

10 110 Bed sheet 321

11 111 Pillow Cover 321

12 112 Counterpane 214

13 113 Blankets 107

14 114 Pillows 107

15 115 Coir Mattress 107

16 116 Chairs 6

Page 60: PROCUREMENT OF FURNITURE ITEMS AND OTHER ALLIED GOODS …swd.maharashtra.etenders.in/tnduploads/swd/tndheader/TND... · SBD for Procurement of Furniture and Other Allied Goods at

60

17 117 Chairs 2

18 119 Chairs 124

19 124 Chairs 50

20 127 Chairs 33

21 128 Chairs Wheel 3

22 129 Pedestal Fans 1

23 130 Water Pipe (30 feet) 2

24 131 Water Pipe Winder 1

25 132 Fire Fighting System 1

26 133 Dustbin Large 7

27 134 Flower Pot 3

28 135 Bucket (20) Ltr 29

29 136 Mug – Toilet 60

30 137 Brooms (Regular) 38

31 138 Brooms Plastic 38

32 139 Waste Paper Basket 3

33 140 Dustbin Small 28

34 141 Soap Case 108

35 142 Basket Ball 3

36 143 Volley Ball 3

37 144 Foot Pump 1

38 145 Smith/Squat Machine 1

39 146 Leg/Curl Extension 1

40 147 Leg Press 1

41 148 5 Station Gym 1

42 149 Dumbbells with Stand 1

43 150 Flat/Incline Bench 1

44 151 Free Bench 1

45 152 Free weight 8

46 153 Exercise Swiss Balls 1

47 154 Exercise Mats 2

48 155 Stationary Cycles 2

49 156 Weighing Scale 1

50 157 Carrom Board with Stand 2

51 158 Chess Board Set 1

52 159 Punching Bag 1

53 160 Punching Gloves 4

54 161 SS, Cooler with RO 100 LPH 2

55 162 Vegetable Rack Trolley 1

56 166 Three Sink Unit 1

57 167 Sink Table 1

58 168 Work Table 2

59 170 Single Burner Cooking Range 1

60 171 Two Burner Cooking Range 1

Page 61: PROCUREMENT OF FURNITURE ITEMS AND OTHER ALLIED GOODS …swd.maharashtra.etenders.in/tnduploads/swd/tndheader/TND... · SBD for Procurement of Furniture and Other Allied Goods at

61

61 172 Chapati/Dosa Plate 1

62 173 Bain Marie Counter 1

63 174 Thali Dropping Trolley 1

64 175 Pot Rack 1

65 177 Dust Pan 28

66 178 Towels 214

67 179 CCTV Survelliance System 1

68 201 Cycle Stand 8

69 202 Shoe Rack 42

70 208 Sofa 3

71 209 Sofa 1

72 210 Bed 1

73 211 Bed 103

74 213 Table 1

75 214 Table 1

76 215 Table 2

77 216 Credenza 4

78 217 Table 4

79 220 Table 2

80 223 Table 2

81 231 Table 1

82 237 Table 103

83 239 News Paper Stand 1

84 240 News Paper Rack 1

85 241 Book Rack 12

86 242 Book Rack 2

87 243 Journal Rack 4

88 244 Steel Rack 27

89 246 Notice Board 3

90 248 Pin Up Board 32

91 251 Benches 13

92 253 Benches 26

93 254 Benches 20

94 255 Storage 2

95 257 Storage 28

96 258 Storage 4

97 259 Storage 1

98 260 Storage 1

99 261 Storage 27

100 264 Storage 2

101 266 Security Cabin 1

102 270 Bathroom/WC Corner 60

Page 62: PROCUREMENT OF FURNITURE ITEMS AND OTHER ALLIED GOODS …swd.maharashtra.etenders.in/tnduploads/swd/tndheader/TND... · SBD for Procurement of Furniture and Other Allied Goods at

62

103 282 Signage Board For Bldg 2

104 283 Signage 53

105 284 Signage 53

106 301 Curtains Set For Windows - 2 Pcs Set 75

107 304 3 fold Curtain 2

108 305 Cloth Drying Rod with Wooden Baton 28

109 306 Wall Clock 37

110 307 Dressing Mirror 43

111 308 Mirror on Wash Basin 34

112 309 India Map 2

113 310 Maharashtra Map 2

114 311 Photo frames 4

115 312 Photo frames (Body Parts) 4

116 313 Photo frames (Gymnastic) 10

117 314 LCD TV 1

118 315 LCD TV 3

119 316 PA System with Speaker 1

120 318 Basket Ball Net with Setup 1

121 319 Volley Ball Net with Setup 1

122 321 Hot Water Geyser 28

123 322 Biometric Management System 1

124 323 Solar Lighting System 1

125 334 Curtain Rod 75

126 363 Partition 2

127 364 Aluminum Tope without handle with Lid 2

128 365 Aluminum Tope without handle with Lid 1

129 366 Aluminum Tope Without handle with Lid 1

130 373 S.S.Palta 2

131 375 M.S.Kadai with Two Handle 1

132 378 S.S.Hole Zara with Half Wooden Handle 1

133 381 Aluminum Chalni for Rice 1

134 384 Aluminum Parat 1

135 387 Wooden Round Plate with Roller 2

136 388 Aluminum Sauce Pan with Wooden Handle 1

137 389 M.S.Veg Knife 2

138 390 S.S.Bucket 3

139 391 S.S.Tea Kettle 1

140 392 S.S. Compartmental tray 120

141 393 Baby Spoon 120

142 394 S.S.Ladel with Wooden Handle 3

Page 63: PROCUREMENT OF FURNITURE ITEMS AND OTHER ALLIED GOODS …swd.maharashtra.etenders.in/tnduploads/swd/tndheader/TND... · SBD for Procurement of Furniture and Other Allied Goods at

63

(4) Bldg Type D - Residential School Building It is two storied building having built up area of 3352.04 sqm. The building on the ground floor has 13 rooms, rectors’ flat, TV room and dinning hall, while on first floor it has 14 rooms for students, library-cum-study room, store room and a gymnasium. Bidders are required to provide economical and functional furniture & other allied goods & services for each of the above buildings, adopting the base layout plan prepared by PMC. Items & Quantity of Items required.

Sr. No. Item Code

Description Total

1 101 Aluminium Ladder 1

2 102 Steel Glass 900

3 103 Steel Jug 186

4 104 Steel Cloth Drying Stand (Folding) 27

5 110 Bed sheet 1113

6 111 Pillow Cover 1113

7 112 Counterpane 742

8 113 Blankets 371

9 114 Pillows 371

10 115 Coir Mattress 371

11 116 Chairs 15

12 117 Chairs 10

13 118 Chairs 1

14 119 Chairs 248

15 124 Chairs 100

16 126 Chairs 1

17 127 Chairs 8

18 128 Chairs Wheel 3

19 129 Pedestal Fans 3

20 130 Water Pipe (30 feet) 2

21 131 Water Pipe Winder 1

22 132 Fire Fighting System 1

23 133 Dustbin Large 6

24 134 Flower Pot 8

25 135 Bucket (20) Ltr 20

26 136 Mug – Toilet 45

27 137 Brooms (Regular) 35

28 138 Brooms Plastic 35

29 139 Waste Paper Basket 23

30 140 Dustbin Small 25

31 141 Soap Case 373

32 142 Basket Ball 3

Page 64: PROCUREMENT OF FURNITURE ITEMS AND OTHER ALLIED GOODS …swd.maharashtra.etenders.in/tnduploads/swd/tndheader/TND... · SBD for Procurement of Furniture and Other Allied Goods at

64

33 143 Volley Ball 3

34 144 Foot Pump 1

35 161 SS, Cooler with RO 100 LPH 3

36 162 Vegetable Rack Trolley 2

37 166 Three Sink Unit 2

38 168 Work Table 1

39 170 Single Burner Cooking Range 1

40 171 Two Burner Cooking Range 1

41 172 Chapati/Dosa Plate 2

42 173 Bain Marie Counter 2

43 174 Thali Dropping Trolley 1

44 175 Pot Rack 1

45 177 Dust Pan 35

46 178 Towels 742

47 179 CCTV Survelliance System 1

48 201 Cycle Stand 8

49 202 Shoe Rack 63

50 203 Steel Lockers 4

51 204 Sofa 3

52 208 Sofa 6

53 209 Sofa 8

54 210 Bed 2

55 211 Bed 3

56 212 Bunk Bed 183

57 214 Table 9

58 215 Table 14

59 216 Credenza 10

60 217 Table 4

61 218 Table 3

62 220 Table 5

63 223 Table 17

64 225 Table 2

65 231 Table 4

66 232 Table 2

67 234 Table 186

68 235 Table 3

69 236 Table 2

70 238 Table 2

71 241 Book Rack 6

72 242 Book Rack 6

73 244 Steel Rack 44

Page 65: PROCUREMENT OF FURNITURE ITEMS AND OTHER ALLIED GOODS …swd.maharashtra.etenders.in/tnduploads/swd/tndheader/TND... · SBD for Procurement of Furniture and Other Allied Goods at

65

74 246 Notice Board 9

75 248 Pin Up Board 47

76 249 Flip flop Board 13

77 250 Writing Board 12

78 252 Benches 204

79 253 Benches 18

80 254 Dining benches 24

81 255 Storages 12

82 257 Over head Storages 34

83 258 Storages 27

84 259 Storages 20

85 260 Storages 4

86 261 Storages 97

87 264 Storages 4

88 266 Security Porta Cabin 1

89 270 Bathroom / W C Corner 44

90 273 Wooden Platform 10

91 278 Pillar 1

92 282 Signage Board For Bldg 2

93 283 Signage 70

94 284 Signage 70

95 301 Curtains Set For Windows - 2 Pcs Set 108

96 305 Cloth Drying Rod with Wooden Baton 2

97 306 Wall Clock 45

98 307 Dressing Mirror 49

99 308 Mirror on Wash Basin 24

100 309 India Map 18

101 310 Maharashtra Map 18

102 311 Photo frames 76

103 314 LCD TV 2

104 315 LCD TV 3

105 316 PA System with Speaker 1

106 318 Basket Ball Net with Setup 1

107 319 Volley Ball Net with Setup 1

108 321 Hot Water Geyser 18

109 322 Biometric Management System 1

110 323 Solar Lighting System 1

111 334 Curtain Rod 108

112 364 Aluminum Tope without handle with Lid 1

113 367 Aluminum Tope with Two handle and Lid 1

114 368 Aluminum Tope with Two handle and Lid 1

115 369 Aluminum Tope with Two handle and Lid 1

116 376 M.S.Kadai with Two Handle 1

Page 66: PROCUREMENT OF FURNITURE ITEMS AND OTHER ALLIED GOODS …swd.maharashtra.etenders.in/tnduploads/swd/tndheader/TND... · SBD for Procurement of Furniture and Other Allied Goods at

66

117 379 S.S.Hole Zara with Half Wooden Handle 1

118 382 Aluminum Chalni for Rice 1

119 385 Aluminum Parat 1

120 387 Wooden Round Plate with Roller 3

121 388 Aluminum Sauce Pan with Wooden Handle 1

122 389 M.S.Veg Knife 2

123 390 S.S.Bucket 3

124 391 S.S.Tea Kettle 2

125 392 S.S. Compartmental tray 400

126 393 Baby Spoon 400

127 396 S.S.Ladel with Wooden Handle 3

Page 67: PROCUREMENT OF FURNITURE ITEMS AND OTHER ALLIED GOODS …swd.maharashtra.etenders.in/tnduploads/swd/tndheader/TND... · SBD for Procurement of Furniture and Other Allied Goods at

67

3. Technical Specifications

Page 68: PROCUREMENT OF FURNITURE ITEMS AND OTHER ALLIED GOODS …swd.maharashtra.etenders.in/tnduploads/swd/tndheader/TND... · SBD for Procurement of Furniture and Other Allied Goods at

68

Aluminium Ladder Item Code No – 101 The aluminium ladder shall be folding type platform ladder 6ft H which shall be non-slip corrugated with steps with aluminium. The ladder shall be firm rigid and chequered with platform on top fitted. The ladder shall be with 4 legs enabling with solid Rubber Shoes.

Steel Glass Item Code No – 102 The SS glass shall be of 4.5” L x 3” Dia 0.1kg weight in 22 gauge.

Steel Jug Item Code No – 103

The SS water jug shall be of size 15 with 8.50” L x 5” dia 0.6 kg weight with 2 ltr capacity in 22 gauge.

Steel Cloth Drying Stand (Folding) Item Code No – 104

The overall approx. size of steel cloth drying stand (folding) shall be 1524 L x 1219 W x 1219mm H. the tubular frame should be made of 25.4mm outside dia x 2mm thick M.S. best quality pipe and it should be fixed with 19 x 2mm thick M.S. pipes on all four sides at a height of 229mm from the ground. The stand should have ten numbers of cross supports of 19 x 2mm thick at equal distance and welded at ends on the top sides pretreated & powder coated.

Examination Couch and Double Step Stool Item Code No - 105 Overall approx. Size: 1890 mm L x 560mm W x 840mm H. Fixed upholstered top 4” thick in two pieces. Headrest adjustable on gas spring. Upper section of box with three drawers. Lower section comprises of three cabinets with separate doors. B.P. apparatus tray provided near headrest. Pretreated and powder coated. Supplied in kdc. Double Step Stool Height : 230/450mm. Step size approx. 510mm L x 300mm W. MS tubular frame fitted with Aluminium tread flats. Legs fitted with rubber feet. Pretreated and powder coated.

Bed Item Code No- Item Code No - 106

Overall approximate extended size: 2090 mm L x 910 mm W x 600mm H. Bed frame size: Approx. size: 1980 mm L x 910 mm W. The bed shall have a bed frame made from minimum 18 G. thickness CRCA Sheet double bent of height minimum 50 mm reinforced with two formed channels of size minimum 47mm web and minimum 24 mm flange welded inside the lengthwise frame bends. Widthwise the bed frame should be provided with 3 Nos. angles stiffener of minimum size 3.5 cm x 3.5 cm x 14 G. and 2 Nos. angle supports one at each head and leg end of size of 35mm x 50mmx 2mm. CRCA sheet top should be uniformly perforated at regular internal with 9.5 mm dia. Holes & embossed to give depression downwards. Total 12 holes, 6 in each row. The bed shall have head board made from 31.75mm OD x 18 G, M.S ERW tubes with 1060 mm height. The leg board shall have outer tube of 31.75 mm OD x 18g, M.S ERW tubes with 820 mm height. Both head and the leg boards shall have one tubular horizontal support 25mm dia x 18G, M.S. ERW tube and three vertical supports of 15.80mm dia x 18G, M.S. ERW tubes. The head / foot board shall have provision for mosquito net poles. All MS parts are passed through 8 tank pretreated & powder coated process. SS parts finished with Matt Polish.

Page 69: PROCUREMENT OF FURNITURE ITEMS AND OTHER ALLIED GOODS …swd.maharashtra.etenders.in/tnduploads/swd/tndheader/TND... · SBD for Procurement of Furniture and Other Allied Goods at

69

Table Item Code No - 107 Overall approx size of top should be 810 mm x 350 mm. Fitted with gas spring mechanism shall have latch pressing mechanism for lowering down the table top; the raising of the top shall be done by merely lifting it up without pressing the latch. The gas spring shall be housed in aluminum extruded telescopic sections for smooth sliding up and down from approx.: 760mm to 1050mm. Two sections top shall be fixed on 19mm Square ERW tube frame work. Fixed section to be provided with rounded SS railing of 6mm dia rod on three sides. Bigger section of the table top should be hinged & could be inclined to two raised position options. Front side of the bigger section of the top should be provided with raised PVC edge to prevent things from slipping off the top. Base of the adjustable table should be made from 60mm x 30mm x 16G rectangular tube should be fitted with four castors of wheel dia 50 mm. All MS parts shall be 8 tank pretreated & powder coated process. SS parts shall be finished with Matt Polish.

Saline Stand Item Code No- 108 Saline stand fitted with five swivel twin non-rusting 50mm dia. Wheels. Strong S.S. tubular construction mounted on five pronged rectangular tubular base, SS rod of 12mm dia. With two hooks made from 6 mm dia S.S. 304 grade TIG welded to upright rod. Height adjustable from approx. 1620mm to 2340mm.Vertical tube dia of approx 31.7MMx18G S.S. round tube welded on 40x20x16G. Rect. S.S. ERW tubes. M.S. bush welded inside of vertical tube. PVC cover provided at the base. The distance between the axes of the saline rod and any of the Castor wheel bush shall not be less than 235 mm to ensure stability of the saline stand. To hold saline rod at one fixed height PVC knob is provided with stainless steel threaded stud.

Revolving Stool Item Code No – 109

1. The Minimum approx height should be 465mm-475mm, and maximum approx height 670mm-680mm.

2. Tubular tripod base should be of 25.4mm OD x 18G thick tube. 3. Stool should be adjustment in height by 25 mm Dia. machined screw is

covered with min. 38mm x 16G vertical MS round tube welded with tripod. 4. Approximately 290 - 300mm dia stainless steel top with bent burr free from

sharp edges. 5. Rubber shoe with nylon reinforcement.

Bed sheet Item Code No – 110

Cotton bed sheets of plain weave white bleached finished size 250 X 150 cms. The bed sheets to have two sides selvedge and two ends hemmed with six chords no. 40, thread 11-12 stitches per inch. Each transverse ends of bed sheet shall have a 2 cm hem. Minimum Of 0.5 cm of the raw edge shall be turned in. The Words “SWD” and the year of supply i.e. 2010-2011,to be indelibly printed on each bed sheet.

Bed Sheets – Bleached (IS 175: 1989) (Variety No. 2) a) Threads / cm Ends/cm : 24 (min) Picks/cm : 21 (min) b) Weight per Sq. mtrs. (gms) : 170 (min) c) Weave : Plain.

Page 70: PROCUREMENT OF FURNITURE ITEMS AND OTHER ALLIED GOODS …swd.maharashtra.etenders.in/tnduploads/swd/tndheader/TND... · SBD for Procurement of Furniture and Other Allied Goods at

70

d) Count of yarn Warp : 16s (36 Tex) Weft : 16s (36 Tex) e) Fiber content : 100% Cotton f) pH Value : 6 to 8.5 g) %Dimensional Stability Warp : 2.5 (max) Weft : 2.5 (max) h) % Added matter : 2.0 (max)

Pillow Cover Item Code No – 111

Size – 40 cms X 60 cms: a) Threads / cm Ends/cm : 24 (min) Picks/cm : 21 (min) b) Weight per Sq. mtrs. (gms) : 170 (min) c) Weave : Plain. d) Count of yarn Warp : 16s (36 Tax) Weft : 16s (36 Tax) e) Fiber content : 100% Cotton f) pH Value : 6 to 8.5 g) %Dimensional Stability Warp : 2.5 (max) Weft : 2.5 (max) h) % Added matter : 2.0 (max)

Counterpane Item Code No – 112

Size : 220cms X 148cms Ends : 60 per 25 mm. Picks : 32 per 25 mm. Weight : 1200 gms per piece. Color fastness : 4 or better. Tolerance : + 10 % in ends picks and weight.

+ 2 cm in length and width.

Blankets Item Code – 113 Woolen Blanket (IS 894: 1980) ( Variety No. 1 )

Size : 215cms X 152cms a) Threads /dm Ends /dm : 80 ( + 5%) Picks/dm : 80 ( + 5%) b) Mass per Sq. mtrs. (gms) : 700 gms Sq. mtr. ( + 5% ) Mass per Blanket : 2.4 kg ( + 5% ). c) Weave : 2/2 twill. d) Breaking load on strips min ( 15 X 20 cm ) Warpway : 1080 N or 110 kgf Weftway : 980 N or 98 kgf

Page 71: PROCUREMENT OF FURNITURE ITEMS AND OTHER ALLIED GOODS …swd.maharashtra.etenders.in/tnduploads/swd/tndheader/TND... · SBD for Procurement of Furniture and Other Allied Goods at

71

e) Length : 215 cm ( + 2% ) f) Width : 152 cm ( + 2% )

g) Relaxation shrinkage % ( max ) : 4 h) Scouring loss % ( max ) : 4 i) DDT % ( min ) : 0.3 j) Color fastness to Light : 4 or better Washing : 3 or better Organic Solvent : 4 or better Rubbing : 3 or better k) Average fiber diameter : 31.00 to 32.69 micron.

Pillows Item Code – 114

The rubberized coir pillows shall be of 60cms length, 40cms width, and 10cms thickness. Rubberized coir pillows (inner cushioning material rubberized coir sheets) soft grade confirming to IS 8391:1987 with latest amendments. The inner cushioning material to be pasted with inner protective blanket and outer floral jacquard tapestry cloth in any shade.

Coir Mattress Item Code No – 115

Size ( in cms ) Item No.

Length Width Thickness

1 198 91 10 2 180 75 10 3 180 150 10

Rubberised coir mattresses with expanded vinyl coated fabrics cover with:

1. Inner cover of bleached long cloth, 2. Outer cover of bed ticking cloth, and 3. Outermost cover of expanded vinyl coated fabric (leather touch foam rexin).

The coconut fiber on curling should get converted into myriads of small highly resilient, non-metallic and noiseless permanent coir springs of high elasticity and fairly strong. The finished product should contain as many springs as would given a high degree of elasticity and springiness. The mattresses should have uniform density, resilience and shall present a uniform appearance throughout the structure and shall not contain loose fibers or voids. The odour of rubberized coir shall be as mild as possible and shall not be objectionable. The latex should be treated with gauge resistant chemicals before rubberizing. The mattresses should be light in weight, hygienic, durable, free from greasiness and lumpiness, permanently resilient and porous construction as per sizes above. The outer cover shall of bed ticking cloth. It should be removable with buttoning arrangement at on end. Each mattress should have outermost removable expanded vinyl coated fabrics cover with Velcro at one end. Expanded vinyl

Page 72: PROCUREMENT OF FURNITURE ITEMS AND OTHER ALLIED GOODS …swd.maharashtra.etenders.in/tnduploads/swd/tndheader/TND... · SBD for Procurement of Furniture and Other Allied Goods at

72

coated fabric cover should be stitched with stitches lightly tensioned and not closer 8 to 10 inch.

1. Rubberised Coir Sheet: Grade : Medium IS 8391: 1987

Compression Set : Max 25 % when tested by the method prescribed in ‘Appendix E’ and max 15 % after 3 hours recovery, When tested under atmospheric condition. Tolerance : Length and width : Upto 100 cms. + 6 mm. 100 to 150 cms + 9 mm

Thickness :+ 3 mm 2. Long Cloth Bleached (IS 187 : 1978)

a) Threads / cm Ends/cm : 39 ( + 5% ) Picks/cm : 31 ( + 5% ) b) Weight per Sq. mtrs. ( gms ) : 90 (min) c) Weave : Plain d) Count of yarn Warp : 44 ( 13.5 Tax ) Weft : 44 (13.5 Tax ) e) Fibre Content : 100% Cotton. f) pH Value : 6 to 8.5. g) % Added matter : 2.0 max h) % Dimensional stability Warp : 2.5 ( max ) Weft : 2.5 ( max )

3. Bed Ticking Cloth (IS 175: 1989) (Variety No. 3) a) Threads / cm Ends/cm : 27 (min) Picks/cm : 21 (min) b) Weight per Sq. mtrs. (gms) : 185 (min) c) Weave : 2/1 or 3/1 ( Warp faced Twill ) d) Count of yarn Warp : 14 ( 42 Tax ) Weft : 18 ( 32 Tax ) e) Fiber Content : 100% Cotton. f) pH Value : 6 to 8.5 g) % Added matter: 2.0 max h) Colourfastness to washing (Test 3) Change in colour : 4 (min) Staining of adjacent fabric: 4 ( min ) i) Colourfastness to rubbing Dry : 4 ( min ) Wet : 3 ( min )

4. Expanded Vinyl coated fabric (Leather Touch foam Rexine) (IS 8698: 1984)

a) Mass of finished fabric gms/sq. mtr (min) : 800 b) Breaking strength in Kgf/5cm width (min) Longitudinal direction: 35.0 Transverse Direction : 27.5

Page 73: PROCUREMENT OF FURNITURE ITEMS AND OTHER ALLIED GOODS …swd.maharashtra.etenders.in/tnduploads/swd/tndheader/TND... · SBD for Procurement of Furniture and Other Allied Goods at

73

c) Resistance to damage by flexing (number of flexing cycles in Thousand) (min) First stage : 100 Second : 200 d) Thickness in mm : 1.5 to 1.8

Chairs Item Code No - 116

The chair shall be low back, revolving chair with ABS back, hard handles, push back, and gas lift with P U stands.

Chairs Item Code No – 117

The chair shall be Medium back, revolving chair with P U handles, push back and gas lift with P U stands.

Chairs Item Code No – 118

The chair shall be High back revolving chair along with P U handles, push back and gas Lift with P U stands.

Chairs Item Code No – 119

The chair shall be low back, revolving chair with fixed back, hard arms with P U stands.

Chairs Item Code No – 120

The chair shall be MS perforated with a provision of writing flap attached to one side.

Chairs Item Code No – 122

The chair shall be MS perforated with 4 seating arrangement and armrest on both the ends.

Chairs Item Code No – 124

The chairs overall size shall be 585mm L x 570mm B x 800mm H with weight of 2.080 KG. The chairs shall be made from 100% virgin plastic food grade, PP. The legs of chairs shall be provided with rubber stopper to avoid spreading or sliding of chairs.

Chairs Item Code No – 126

The chair shall be High back revolving chair with P U Handles, push back and gas Lift with P U Stands.

Chairs Item Code No – 127

The chair structure shall be flat pipe Metal stand duly epoxy powder coated, high density foam seat and back cushion on hot pressed ply with good quality cotton tapestry and P U hard handles.

Page 74: PROCUREMENT OF FURNITURE ITEMS AND OTHER ALLIED GOODS …swd.maharashtra.etenders.in/tnduploads/swd/tndheader/TND... · SBD for Procurement of Furniture and Other Allied Goods at

74

Chairs Wheel Item Code No -128 Wheelchair folding type to confirm to IS 7454 Overall Dimensions :- Overall length 1000-1100 mm, overall width open 650-720mm, Overall width folded -300-330, overall height 910- 950mm, Seat & Back :- Vinyl Coated fabrics shall confirming to IS-1259- 1984 Armrest :- Made by P.U. foam Footrest :- Die cast aluminum with corrugated rubber based surface Clothing Guard :- Made of M.S. sheet shall be confirming to IS-277- 1903 Rear Wheel :- 24”x1.5 size rim with solid type, nipple, spoke & Washer-confirming to IS - 630 & IS -624. Hand rim :- Made by E.R.W. pipe (o.d.-19mm) confirming to IS- 2039-1991 Coaster :- Non marking quality rubber confirming to is-5192- 1975 and dia 178x45mm Brake :- Hand operated (smooth and powerful) Frame :- Made by (19mmx1.6mm) and (22.2mmx1.6mm) ERW pipe confirming to IS - 2039-1991 Driven mechanisms :- Attendant controlled Bottom assembly :- Bottom assembly are confirming to is-1131-32-33- 34-1985.

Pedestal Fans Item Code No – 129 The pedestal fans shall be hi performance motor with quiet operations and efficient cooling. It should be 3-speed control, full metal construction, dense guards, smooth oscillation, adjustable height and chrome plated guards. Pedestal fan shall have 500mm blade, 220/50 Volts/Hz/Speed 400 R.P.M. and air volume 170 m3/min.

Water Pipe (30 feet) Item Code No – 130 Braided PVC hose for water applications. made of transparent PVC, with polyester inlays. Internally and externally smooth. Bursting pressure = 3 x working pressure. Chemical-resistant. Flexible in nature.

Water Pipe Winder Item Code No – 131 Specially designed for winding 10 mtr long braided PVC flexible pipe. Main frame in 20 SWG MS powder coated with SS handles and rubberised handle grip with rubberised single wheel for smooth movements on the ground.

Fire Fighting System Item Code No – 132

1. Basic Loop Specification (Safe Area) The safe area of the fire system shall comprise of a two wire circuit starting and returning to the same two terminals at the Control and Indicating Equipment.(C.I.E.). The loop shall be capable of driving a maximum of 126 uniquely addressable devices over a maximum loop distance of 2 kilometres. There shall be no predetermined order for addressing the device. Each device shall be address in an order appropriate to the site conditions. This order will be

Page 75: PROCUREMENT OF FURNITURE ITEMS AND OTHER ALLIED GOODS …swd.maharashtra.etenders.in/tnduploads/swd/tndheader/TND... · SBD for Procurement of Furniture and Other Allied Goods at

75

determined at the commissioning stage and the C.I.E. will have the facility to override the current poling address order in the event of any field device initiating an alarm flag onto the data stream. Short circuit Isolator shall fitted at a minimum of one per 20 field devices. The Isolators shall protect against short circuit faults on the loop by isolating that area of the loop affected by such a fault, thus maintaining the integrity of the remainder of the loop. LED indicator shall be fitted each field device, to be illuminated in the event of an alarm condition under the direct control of the C.I.E. All such LED’ shall capable of being reset by the C.I.E. without removing power the loop. The communicator from the C.I.E. to each field device shall be provided by Voltage Pulse Position Modulation on the same two wires as are used for the d.c. supply voltage. The communication from the field device to the C.I.E. shall be in the form of Current Pulse Response of the order of 20mA amplitude on the same two wires used for the DC supply voltage. Each manual Call Point (MCP) installed on the loop shall have a unique address, set by means of a 7 bit switch. Further, if, within 1 second of being polled by the C.I.E. the MCP is activated, the address of the unit operated must appear on the data stream to be acted upon by the C.I.E. before the next polling cycle begins. There shall be no electronic components in any mounting based of any of the field devices. The address of each field device shall be set by means of the insertion of a plastic coded card into each mounting base, allowing up to a maximum of 126 unique address codes. The code shall be a simple 7 bit binary code, set at the time of commissioning. The C.I.E. shall be able to identify each type of device installed at each unique location throughout the loop, in order to protect against accidental installation of inappropriate sensor. The C.I.E. shall be able to identify the absence of any device from the loop.

2. Optical (Photoelectric) Smoke Detector: 2.1 The optical device used shall be of the analogue addressable type to provide for an intelligent fire system. Each device will be capable of being locked in to the mounting base as standard to avoid unwarranted removal of the detector. 2.2 The optical smoke detectors shall be suitable for the detection of visible products of combustion, and be of the light scattering type using a pulse internal infra red LED light source and silicon photo- diode receiver. 2.3 The optical sensing chamber shall be configured such that the horizontal optical bench housing the emitter and sensor is arranged radially to detect forward scattered light. 2.4 The detector shall be suitable for connection to a two wire 24 V d.c. supply voltage and operate satisfactorily within the voltage range 17V-28V d.c. 2.5 A single LED shall provide on the detector, which mat be illuminated once the device has reached a pre-set alarm threshold. The operation of the LED will be controlled independently from the device by the C.I.E. if, within 1 second of last being polled by the C.I.E. the detector reached its own pre-determined fire threshold the detector will place an alarm flag and its own unique address on the protocol stream so as to facilitated ease of location to the C.I.E. 2.6 Provision shall be made for an output from the device such that a remote indicator or other device with a current limitation of 4mA at 5V may be operated. The operation of the remote output will be independent of the device, and will be controlled by the C.I.E.

Page 76: PROCUREMENT OF FURNITURE ITEMS AND OTHER ALLIED GOODS …swd.maharashtra.etenders.in/tnduploads/swd/tndheader/TND... · SBD for Procurement of Furniture and Other Allied Goods at

76

2.7 The optical detector will be capable of operation within the following environmental parameters.

Humidity 0% to 95% RH (no consideration) Wind Speed Unaffected Atmospheric Unaffected Sensitivity Level 2.4% Light Grey Smoke obscuration per meter

(EN54 pt 7-1984) IP Rating IP 43

2.8 Separate mounting bases shall be required to enable easy removal of the device for maintenance purposes. The bases shall be free of electronic components and allow the address of each device to be held within the parameters of the base so as to ensure that each address location remains in site and cannot be accidentally removed with the detector. Reference Section 1.8. 2.9 The detector shall be constructed of pure white V-O rated to UL 94 poly-carbonate, self extinguishing plastic. The electronic circuit shall be protected from the ingress of moisture and fungus. Smoke entry points must be protected against the ingress of dust and insects by corrosion resistant gauze. The detector must be unobtrusive when installed, having a dimension not exceeding 100mm (diameter) X 50mm (height) complete with the mounting base. 2.10 The detector shall be capable of protecting an area up to 100m at a height of up to 12m. The detector will comply and be certified to EN54 Pt 7 1984, or equivalent. 2.11 Data transmission from the detector to the C.I.E. will be of the format discussed in section 1.6. Any circuitry involved in the data communication will be manufactured by the original manufacturer and will form a complete and integral part of the detector. 2.12 Each detector will be addressed with a coded card as specified 1.8 Each address card will provided a space visible from below where the loop number and individual address can be written. This label will be visible even though the detector is fitted securely in the base. 2.13 The build up dirt or similar environment contamination on the optical sensing element will cause the analogue value output from the detector to gradually rise. This rise may be compensated for in the C.I.E. but at a pre set level, C.I.E. will identify the change and initiate a signal to indicate that the detector is in need of service. 2.14 The detector shall be capable of being remotely tested from the C.I.E. by the transmission of a 3 bit code. The detector shall so respond to provide an analogue value in excess of the recommended fire threshold to indicate a healthy condition. The C.I.E. will recognize this response as a test signal and shall not raise a general alarm. 3.Temperature (Heat) Detector 3.1 The temperature devices used shall be of the analogue addressable type to provide for an intelligent fire system. Each device will be capable of being locked into the mounting vase standard to avoid unwarranted removal of the detector. 3.2 The temperature detector shall be suitable for the detection of rate of rise of ambient temperature (by means of C.I.E. software algorithms) and fixed temperature threshold. The detection will be means of a single NTC thermister.

Page 77: PROCUREMENT OF FURNITURE ITEMS AND OTHER ALLIED GOODS …swd.maharashtra.etenders.in/tnduploads/swd/tndheader/TND... · SBD for Procurement of Furniture and Other Allied Goods at

77

3.3 The detector shall be suitable for connection to a two wire 24 V d.c. supply voltage and operate satisfactorily within the voltage range 17V-28V d.c. 3.4 A single LED shall be provided on the detector, which may be illuminated once the device has reached a pre-set alarm threshold. The operation of the LED will controlled independently from the device by the C.I>E. if, within 1 second of last being polled by the detector reaches its own pre-determined fire threshold the detector will place an alarm flag and its own unique address on the protocol stream so as to facilitate ease of location to the C.I.E. 3.5 Provision shall be made for an output from the device such that a remote indicator or other device with a current limitation of 4mA at 5V may be operated. The operation of the remote output will be independent of the device, and will be controlled by the C.I.E. 3.6 The temperature detector will be capable of operating within the following environment parameters.

Temperature Range -20degree C to + 70 degree C (no consideration or icing)

Humidity 0% to 95% RH ( no consideration) Wind Speed Unaffected in fixed temp.made Atmospheric Unaffected Sensitivity Level 25 degree C to 90degree C : 1degree/Count IP Rating IP 53

3.7 Separate mounting bases shall be required to enable easy removal of the device for maintenance purposes. The bases shall be free of electronics components and allow the address of each device to be held within the parameters of the base so as to ensure that address location remains in site and cannot be accidentally removed with the detector. Reference Section1.8. 3.8 The detector shall be constructed of pure white V-O rated to UL 94 poly-carbonate, self extinguishing plastic. The electronic circuit shall be protected from the ingress of moisture and fungus. The detectors must be unobtrusive when installed, having a dimension not exceeding 100mm (diameter) X 50mm (height) complete with the mounting base. 3.9 The detector shall be capable of protecting an area of up to 5m at a height of up to7.5m. The detector will comply and be certified to EN54 Pt7 1984, or equivalent. 3.10 Data transmission from the detector to the C.I.E. will be of the format discussed in Section 1.6. Any circuit involved in the data communication will be manufactured by the original manufacture and will form a complete and integral part of the detector. 3.11 Each detector will be addressed with a coded card as specified in Section 1.8. Each address card will provide a space visible from below where the loop number and individual address can be written. This label will be visible even though the detector is fitted securely in the base. 3.12 The detector shall be capable of being remotely tested from the C.I.E. by the transmission of a bit code. The detector shall respond to provide analogue value in excess of the recommended fire threshold to indicate a healthy condition. The C.I.E. will recognize this response as a test signal and shall not raise a general alarm.

Page 78: PROCUREMENT OF FURNITURE ITEMS AND OTHER ALLIED GOODS …swd.maharashtra.etenders.in/tnduploads/swd/tndheader/TND... · SBD for Procurement of Furniture and Other Allied Goods at

78

4. Manual Call Point (MCP) 4.1 The MCP shall be manufactured fro red plastic with dimensions not exceeding 87mm X 87mm X 52mm. 4.2 The MCP shall incorporate a similar electronics circuit to that of the detector equipment, in that the communication system protocol and fast address response is assured. The MCP housing together with its electronic circuitry shall be supplied by the same manufacturer as that of the detector and interface units. 4.3 A single LED shall be provided on the MCP, which will be illuminated once the device has reached a pre-set alarm thereshold. The operation of the LED will be controlled independently from the device by the C.I.E. The MCP will be addressed by setting a 7 bit d.i.l. switch, providing a maximum of 1216 unique address locations. Further, the MCP will provide an interrupt to the communication protocol in the event that it is operated outside its normal polling position. During the interrupt cycle, the MCP will place its own unique alarm address in a position that can be readily accepted and acted upon by the C.I.E. In all cases. The time elapsed between the actuation of the MCP and the initiation of the soundness operation an alarm condition via command from the C.I.E. will be less than 3 seconds. 4.4 The MCP shall be suitable for connection to a two wire 24 V d.c. supply voltage and operate satisfactorily within the voltage range 17V-28V d.c. 4.5 The manual Call Point will be capable of operating within the following environment parameters. Temperature Range -20degree C to + 70 degree C (no

consideration or icing) Humidity 0% to 95% RH ( no consideration) Wind Speed Unaffected Atmospheric Pressure Unaffected Sensitivity Level 25 degree C to 90degree C : 1degree/Count IP Rating IP 53 4.6 Data transmission from the MCP to the C.I.E. will be of the format discussed in Section 1.6. Any circuit involved in the communicated will be manufactured by the original manufacture and will from complete and integral part of the detector. 4.7 The MCP shall be capable of being remotely tested from the C.I.E. by the transmission of bit code. The MCP shall so respond to provide an analogue value in express of the recommended fire threshold to indicate a healthy condition. The C.I.E. will recognize as a test signal, and shall raise a general alarm.

Bill Of Quantity

NO Description Item Unit Bldg- A Bldg- B Bldg- C Bldg- D

1 Single loop Addressable Fire Alarm Panel with battery back up (SMF) Nos 1 1 1 1

2 Optical Smoke Detector Nos 65 146 37 59

3 Addressable Heat Detector Nos 0 8 2 3

4 Addressable Hooter Nos 5 8 3 3

5 Addressable Manual Call Point Nos 7 8 3 4

6 Cu armoured FRLS Cable Mtrs 1540 3320 920 1380

Page 79: PROCUREMENT OF FURNITURE ITEMS AND OTHER ALLIED GOODS …swd.maharashtra.etenders.in/tnduploads/swd/tndheader/TND... · SBD for Procurement of Furniture and Other Allied Goods at

79

Extinguishers a) DCP Type 5kgs (ABC) Nos 2 1 1 2

7 b) Water Type-kgs Nos 10 29 5 9

Dustbin Large Item Code No – 133

The trash shall be HDPE material with 22 KGS + 5% weight, with capacity of 360 L. the overall size shall be 700 L x 850 W x 1100 H. The trash shall be provided with 2 rubber wheels.

Flower Pot Item Code No – 134

The flower pot shall be of 12cm height made from lacquer ceramic and porcelain.

Bucket (20) Ltr Item Code No – 135

The overall size of bucket shall be 355mm B x 325mm H with weight of 0.570 gm. The bucket shall be made from 100% food grade virgin plastic HDPE with easy grip for handling.

Mug – Toilet Item Code No – 136 The overall size of mug shall be 165mm L x 120mm B x 115mm H with weight of 0.053 gm. The mug shall be made from 100% food grade virgin plastic HDPE with wide handle.

Brooms (Regular) Item Code No - 137 Brooms shall be made from soft grass bristles, 800mm long (approx.) bounded with country twines/plastic/binding wires. The weight of each broom shall be between 200 – 240 Gms. The weight of brooms will be checked in bundles of 50 Nos. the weight of bundle shall be divided by 220 gms and rounded of to nearest lower number.

Brooms Plastic Item Code No – 138 The overall weight of brooms shall be 160gms with size of 21” x 15” with suitable plastic handle of 6”.

Waste Paper Basket Item Code No – 139

The waste paper basket shall be of size 220mm L x 220mm B x 270mm H with weight of 0.243 gm. The waste paper basket shall be made from 100% food grade virgin plastics PP.

Dustbin Small Item Code No – 140

The dustbin shall be of Size 285mm L x 225mm B x 465mm H with weight of 0.725 gm. The dustbin shall be made from 100% food grade virgin plastic. The dustbin shall be provided with swing lid for convenient discharge.

Soap Case Item Code No – 141 The overall size of soap case shall be 115mm L x 85mm B x 40mm H with weight of 0.054 gm. The soap case shall be made from 100% food grade virgin plastics HDPE.

Basket Ball Item Code No – 142 Rubberized regular of size 7 of reputed manufacturer like COSCO, Nelco Nivia, etc

Volley Ball Item Code No – 143 Rubber hand stitched of size of reputed manufacturer like COSCO, Nelco Nivia, etc.

Page 80: PROCUREMENT OF FURNITURE ITEMS AND OTHER ALLIED GOODS …swd.maharashtra.etenders.in/tnduploads/swd/tndheader/TND... · SBD for Procurement of Furniture and Other Allied Goods at

80

Foot Pump Item Code No – 144 The mini foot pump shall weigh around 9 ounces and shall stand 5 ½ inches off the ground. The pressure gauge shall be 140 psi (10 bar)

Smith/Squat Machine Item Code No – 145 Precise 7” angle Smith Machine combined with 7” angle free weight barbell workout center designed for natural upper and lower body exercise movements. Liner ball bearing Smith system with 20 cross member lock-out points for a safe, solid stop at any point. Free weight gun rack system with 14 lift-off and racking positions for ultimate versatility safety and control. Large diameter Smith bar responds quickly, is easy to control and weight only 25 Lbs. Heavy-duty all-4-side welded 11 gauge and 12 gauge 2”x3” mainframe steel construction with a safe, solid 4-point stance for maximum stability Includes incredibly strong, adjustable safeties for both the Smith system and the free weight barbell workout center. Six Olympic weight plate storage posts safely suspend plates off the floor for easy access. Olympic bar holder mounted to the frame without obstructing any exercise movements.

Leg/Curl Extension Item Code No – 146 Commercial quality station isolates the quads with smooth fluid movements, includes basic 200 lbs weight stack. Custom designed biomechanical seat with a 12 position adjustable back pad to properly suit users of all sizes and ages. Oversized 9” diameter self-adjusting leg pad provides comfort and proper alignment during both leg curls and leg extensions. Leg pad has adjustments for both leg cuts and leg extensions providing a greater range of motion during other exercise. Pon-pin adjustable thigh hold down pad comfortable secures user and also provide support during exercise. Includes a 210 lb to weight stack with a 310 lb weight stack option. Works as a modular component on the Pro Dual 3-Stack and 4-stack Gyms.

Leg Press Item Code No – 147 Quad track roller system operates smoothly and distributes weight evenly. Both back pads utilize a quick flip-and-lock mechanism.Extra-heavy gauge diamond plate foot platform for both press and hack squat positions. Easy-access under-carriage plate load system. Extra heavy-duly 2”x4” 11 –gauge steel mainframe minimizes torsional flex for maximum strength and stability. Ultra-tough, double-stitched dura firm! back and shoulder pads 4” thick and contoured for maximum support of the lower back and shoulder areas. Three lockout positions for user safety and convenience. Capacity of 1,000 lbs.

5 Station Gym Item Code No – 148 Chest press, pec deck, knee raise, leg press, dipping, push up, tricep, bicep, leg, extension, standing calf raise shoulder and lat, includes leg developer 6-position flat / incline / decline dura firm TM back and seat pads adjustable uprights.

Page 81: PROCUREMENT OF FURNITURE ITEMS AND OTHER ALLIED GOODS …swd.maharashtra.etenders.in/tnduploads/swd/tndheader/TND... · SBD for Procurement of Furniture and Other Allied Goods at

81

Dumbbells with Stand Item Code No – 149 Dumbbell shall be made of Cast Iron (CI) With weighing limits from, Total - 1Kg to 3 Kg with suitable stand made in MS. 4 sets of each weight required with MS stand duly powder coated with anti skid rubber shoes.

Flat/Incline Bench Item Code No – 150

Full commercial quality with over 1000 lbs, quick, easy, solid, and secure 6 position ladder-style back pad adjustment. Improved design features 6-position seat pad adjustment allows all size users to do bent knee sit-ups and about crunches with proper lower back support and hip alignment. Full 2% thick dura firm TM pada will never bottom out includes I-Bar leg hold down with over size rollers for extra comfort and stability includes wheels for easy mobility.

Free Bench Item Code No – 151 Bench press shall be high quality cushioned back rest covered & high quality rexene.The structure has to be rigid & powder coated, with back rest tilting adjustment.

Free weight Item Code No – 152 The encompassing range of weight lifting shall be highly durable and shall be made available in 23mm, 25mm & 28mm chromium plated rods. With weighing limits from, Total 5Kg to 20 Kg with suitable stand powder coated made in MS with anti skid rubber shoes. 3 sets of each required.

Exercise Swiss Balls Item Code No – 153 Standard size exercise ball. Anti burst, water proof, made of rubber / vinyl-nylon Cloth. Weight bearing capacity – 250 Kg, latex free with power blaster hand pump.

Exercise Mats Item Code No – 154 The exercise mats shall be of size 50” X 80” with minimum thickness of 7mm. The exercise mats shall be designed by using optimum quality processed rubber, which provides adequate strength to the mats. The mats shall be waterproof and shall be non-slip surface and easy to fold and shall be suitable for use on any surface.

Stationary Cycles Item Code No – 155 Stationary cycle with gears and height adjustment suitable to the user shall be made of MS powder coated tubes, under structure with speed adjustment as recommended by the instructor duly mounted.

Weighing Scale Item Code No – 156 The weighing scale shall be of capacity of 125kg x 500gm with magnifying Lens over revolving dial for easy reading.

Carrom Board with Stand Item Code No -157

Full size tournament 3” X 2” champion, 16mm, superior quality with wooden stand.

Chess Board Set Item Code No – 158 Chess board Set 17” (king size) made of card board, covered with PVC, cover (foam padded & screen printed) Chess man of hollow construction, size of king 7.8cms. Chess Board table as per Item No-213

Page 82: PROCUREMENT OF FURNITURE ITEMS AND OTHER ALLIED GOODS …swd.maharashtra.etenders.in/tnduploads/swd/tndheader/TND... · SBD for Procurement of Furniture and Other Allied Goods at

82

Punching Bag Item Code No – 159 Made of soft leather with complete heavy galvanized chains.

Punching Gloves Item Code No – 160 Superior quality standard size made of Soft leather in blue & red colour pairs.

SS, Cooler with RO 100 LPH Item Code No – 161 Sr.No Specifications 100 LPH

1 Compact Steel Body Model Yes

2 Pre Carbon / Post Carbon Filters Standard Company

3 RO Membrane Filmtec , DOW Company USA

4 Sediment Micron Filter Puritex, USA

5 NSF Certified Components Yes

6 Body Structure SS 304

7 System Mounted on Roller Coasters Yes

8 IC Display Auto Flushing Yes

9 Auto ON / OFF Yes

10 Drinking Water Taps 5 Taps- 3 Cold & 2 Normal

11 RO Capacity (Ltr.) 100

12 Storage Tank Capacity (Ltr.) 80

13 Cooler Cooling Capacity (Ltr.) 50

14 Chilled Water Storage Tank (Ltr) 60

15 Normal Water Storage Tank (Ltr.) 20

16 Input Voltage 110-240 A/c

17 Compressor Kirloskar Make

18 Chilled Water Temp in Celsius 15 to 25

• The Manufacturer should have an minimum experience of 3 years in the field of manufacture of RO system, must possess ISO:9001-2008 for design, manufacture, sales & service of RO system, be certified under ISO 14001:2004 and OHSAS 18001:2007, be certified for the use of ‘CE’ marking for supply of RO water treatment systems with coolers preferably.

• Taps should preferably be in three directions so that maximum number of

people / students can drink water at the same time.

• The system should have a single drainage system for proper solution of spilt

water.

• Preference will be given to half round / oval models.

• The Bidder will have to provide CMC Service for prompt running of the system

for 3 years from date of supply to the purchaser, no payments in the said

period will be made for the same.

Page 83: PROCUREMENT OF FURNITURE ITEMS AND OTHER ALLIED GOODS …swd.maharashtra.etenders.in/tnduploads/swd/tndheader/TND... · SBD for Procurement of Furniture and Other Allied Goods at

83

Vegetable Rack Trolley Item Code No – 162 The overall size should be 600mm L X 480mm W X 1775mm Ht. The unit should be made up of 32mm x 32mm square pipe in 18 SWG of S.S 304. There should be six plastic crates of size 500mm x 400mm x 200mm with four castor wheels at the bottom. Complete unit should be made as per drawing given.

Three Sink Unit Item Code No – 166 The overall size should be 2000mm L X 750mm W X 990mm Ht. The unit consists of three sink made up of SS 18 SWG of 450mm x 550mm x 300mm. The leg should be of SS of 38mm dia polished. Each sink consist of bottom drain of S.S nipple of 2 inch dia. At the bottom of the leg there should be a nylon bush. Complete unit should be made as per drawing.

Sink Table Item Code No – 167 The overall size should be 1500mm L X 612mm W X 972mm Ht. The leg should be made up of S.S of dia 38mm and polished whereas the shelf should be of S.S 20 SWG. The base consists of a nylon bush. The sink consist of a provision for tap of half inch dia. The top is of S.S 18 SWG with bision backing. The sink should be of 450mm x 450mm x 200mm deep with drainage nipple of two inch diameter made up of S.S at the bottom.Complete unit should be made as per drawing.

Work Table Item Code No – 168 The overall size should be 1500mm L X 630mm W X 795mm Ht. The top should be made up of 1mm thick S.S 304 whereas the bottom two shelf should be made up of 0.8mm thick S.S 304. The legs should be of 30mm x 30mm square pipe in S.S304. Complete unit should be made as per drawing.

Single Burner Cooking Range Item Code No – 170

The overall size should be 530mm L X 600mm W X 698mm Ht. The unit consist of a 20 SWG S.S shelf, legs made of S.S 38mm dia and S.S drip tray. Complete unit should be made as per drawing given.

Two Burner Cooking Range Item Code No – 171

The overall size should be 1060mm L X 600mm W X 650mm Ht. The inside frame should be of S.S 40mm x 40mm. The entire unit consists of two HP burners M-9. The shelf should be of S.S 20 SWG whereas the leg should be of S.S 38mm dia. Complete unit should be made as per drawing.

Chapati/Dosa Plate Item Code No – 172 The overall size should be 1260mm L X 610mm W X 810mm Ht. The shelf should be made up of S.S 20 SWG whereas the leg should be made up of S.S 40mm x 40mm. The unit should consist of two burner of V-type, four gas valve, lighting window of dia 10mm at the centre and two puffer plate. Complete unit should be made as per drawing.

Bain Marie Counter Item Code No – 173

The overall size of the Item Code: 173 should be 2800mm L X 1000 mm W X 830 mm Ht.The top should be made up of S.S 304. There are 6 no of S.S vessel with lid of dia 330mm. The leg should be of 30mm x 30mm square pipe of SS 304.

Page 84: PROCUREMENT OF FURNITURE ITEMS AND OTHER ALLIED GOODS …swd.maharashtra.etenders.in/tnduploads/swd/tndheader/TND... · SBD for Procurement of Furniture and Other Allied Goods at

84

Under shelf is of 0.8mm thick. Along the water tank there is 2 kw heater arrangement. Complete unit should be made as per drawing.

Thali Dropping Trolley Item Code No – 174

The overall size should be 1250mm L X 650mm W X 987mm Ht. The tank should be made up of SS 18 swg. At the bottom there are four polymer wheels of dia 150mm. The tank consist of drain valve at the bottom of dia 50mm. The base should be made up of MS channel frame square pipe of size 75mm x 38mm. Complete unit should be made as per drawing.

Pot Rack Item Code No – 175 The overall size should be 900mm L X 400mm W X 1800mm Ht.The entire unit should be made of 32mm dia in 18 SWG S.S (204) tube. At the base there should be four plastic shoes. At a distance of 45mm above each rack there should be a support of 5mm dia S.S (304) rod from all the four sides. Complete unit should be made as per drawing.

Dust Pan Item Code No – 177 The Dust Pan shall be of size 141mm L x 141mm B x 68mm H with weight of 0.075 gm. The Dust Pan shall be made from 100% food grade Virgin Plastics PP. the dust pan shall have suitable handle for suitable grip and slope for rest and collect dust/waste.

Towels Item Code No – 178 Honeycomb Towels (bleached) as per variety No.1 of I.S. 854-1991 (or as amended up to date). Towels made out of honeycomb cloth bleached (with tessels) of 2.5 cm length approx on each side of the length.)

1) Size – a) Length – 145 cm (excluding tessels) b) Width – 76 cm .

2) Ends per 25mm – 40 x Two ply 3) Picks per 25mm – 35 (single ply) 4) Mass per Sq. mtrs. 185 gm/m2 5) Count of yam :

a) Warpway – 30 tex x 2 (20 s/2) b) Weftway – 60 tex x (10 s)

6) Weave 4 ends, 5 ends or 6 ends honeycomb. 7) Breaking load – 460 N warpway , 200 N weftway

The word “SWD” to be embroidered with distinguished colour thread. Tolerance: The tolerance should be as per I.S. 854-1991 (or as amended up to date)

1) The tolerance of + 2% on length and width. 2) For ends, picks & mass/sq.mtr. = -5% 3) Breaking load, warpway & weftway = -5% on average -15% on individual reading.

Page 85: PROCUREMENT OF FURNITURE ITEMS AND OTHER ALLIED GOODS …swd.maharashtra.etenders.in/tnduploads/swd/tndheader/TND... · SBD for Procurement of Furniture and Other Allied Goods at

85

CCTV Survelliance System Item Code No – 179

1. Standard Box Camera

Resolution 420 TV lines

Image device 1/3 Inch Color Sony Super HAD II

Min Illunination 0.01 Lux / F1.2

Lens Mount C/CS

White Balance Auto

Gain control Auto

BLC ON/OFF

Video Output 1V-P /75 Ohms

Power Input DC 12 V

Operating temprature upto 50 degree

2. Lens

CS mount Lens 4 / 50 MM long shoot Lens to be mounted

Manual Adjust focal length

3. DVR

8/16 Channel DVR 8/16 Channel DVR with

Resolution support H.264 support

Recording support 480 NTSC/ 400 PAL

Playback rate resolution 480 NTSC/ 400 PAL

Dual streaming Smart remote view at CIF or D1 resolution

Video Input 16 BNC

Video output Main VGA / BNC / Multi call BNC

Audio Input/ Output 4 Input/ 1 outPut

Alarm Input 1 Per BNC video Input

Alarm Output 4 Alarm Output

Video Loss detection Yes

Video Pause Yes

Watch Dog timer Yes

HDD support 2 Internal HDD

User Interface Mouse and front Button

Network Protocol gigabit ethernet TCPIP/ PPEOE/DHCP/POP3

Control PTZ Via OSD Yes through Mouse

RS232 Yes

RS485 through terminal conntector

Power source 12 V DC Input

Certification CE , FCC , UL

Temp 0 to 40 Degree

Software

Free Bundled embeded Video Management Software, Support MPEG 4 and H.264, Multi Monitor Support, 3GPP Mobile Monitor Support, Monitoring via Web Viewer

Page 86: PROCUREMENT OF FURNITURE ITEMS AND OTHER ALLIED GOODS …swd.maharashtra.etenders.in/tnduploads/swd/tndheader/TND... · SBD for Procurement of Furniture and Other Allied Goods at

86

4. UPS

2 KVA UPS Online UPS High frequency double conversion

Voltage Input Single Phase Input

Voltage Output single phase Output

Charger 8 Amp Charger

Indicator Line AC In, On Battery, Bypass mode, Battery

replacement

Extended battery attached yes

Voltage range 60 to 138 V ( Low AC),80 to 300 High AC

Model tower Top

Bypass Automatic by pass for fault tolerance

Cold start Cold start on battery Mode

5. Batteries

SMF 65 AH / 12 V SMF Batteries

maintenance free

Bill Of Quantity

Sr. No. Item Bldg-A Bldg-B Bldg-C Bldg-D

1 CS Mount Camera 20 24 8 16

2 4/50 Lens 20 24 8 16

3 DVR 16 Channel 1 1 0 1

4 DVR 8 Channel 1 1 1 0

5 8 channel Power Supply 3 3 1 2

6 1TB Hard disk SV 3 3 2 2

7 RT4 Cable 15 20 5 8

8 22 Inch LCD 1 1 1 1

9 2 KVA UPS 1 1 1 1

10 65AH Battery 8 8 8 8

11 MS rack 1 1 1 1

12 Video Amp -8x16 1 1 1 1

13 BNC connectors 40 60 32 40

Cycle Stand Item Code No – 201 The overall size of the cycle stand shall be 3528mm L X 550 mm W X 300 mm Ht. The cycle stand shall be made up with 50mm X 50mm in 14 SWG MS ERW square tube as base fixed. 25.4mm in 16 SWG MS ERW round pipe shall be welded to main frame. The cycle stand shall be in accordance with the drawing.

Shoe Rack Item Code No – 202 The overall size of the shoe rack should be 600 mm L X 300 mm W X 750 mm Ht. The complete unit should be made from M.S ERW Square Tube of 19mm x

Page 87: PROCUREMENT OF FURNITURE ITEMS AND OTHER ALLIED GOODS …swd.maharashtra.etenders.in/tnduploads/swd/tndheader/TND... · SBD for Procurement of Furniture and Other Allied Goods at

87

19mm x 16 SWG thick with 3 nos of shelves for keeping shoes. The shoe rack shall be in accordance to drawing.

Steel Lockers Item Code No – 203

The overall size of the steel lockers should be 900mm W x 380mm L x 1830mm Ht.The steel lockers should be made in M.S CRCA sheets of 20 SWG, complete body having 12 nos of equal size lockers and door of 283 mm ht x 400 mm wide having individual locking arrangements, handle, with perforated sheet. The steel lockers shall be in accordance to drawing.

Sofa Item Code No – 204

The overall size should be 788mm L X 725 mm W X 785mm Ht. The seat height should be 425 mm from ground. Frame shall be made from minimum 60 mm X 30 mm X 16 swg MS oval pipe for arm rest and connecting rod. Seat and back should be made of 12 mm thick ply covered with 40 density foam. Frame should have nylon bush at ground level and top edge. The foam should be finished by symphony art leather. Complete unit should be made as per drawing.

Sofa Item Code No – 208 The overall size of the Sofa should be 1200mm L X 725 mm W X 785 mm Ht. The foam should be of forty density finished by symphony art leather. The entire frame should be made of asian mailamile finished with colour as per the choice. The Sofa shall be in accordance to drawing.

Sofa Item Code No – 209

The overall size of the Sofa should be 1800mm L X 725 mm W X 785 mm Ht. The foam should be of forty density finished by symphony art leather. The entire frame should be made of asian mailamile finished with colour as per the choice. The Sofa shall be in accordance to drawing.

Bed Item Code No – 210 The overall size of the bed shall be 1800 mm L X 1500 mm W X 700 mm Ht. The vertical supports of double bed should be made of 50 mm dia X 14 SWG MS ERW tubular pipe. The railings for the vertical support should be made of 25 MM X 16 SWG MS ERW tubular pipe welded horizontally. The frame should be made of MS Rectangular pipe of size 25 mm X 50 mm X 14 SWG MS ERW rectangular pipe. The frame shall rest on brackets of size 38 mm X 38 mm ht X 4 mm thick MS plate welded with the verticals.18mm thick MDF Facia of 150 mm height shall be fixed on MS frames from three sides at 325 mm HT Finished floor level. Headboard 268 mm high & 18 mm thick MDF panel shall be fixed from inside.18mm thick plain MDF of size 1800 mm X 1500mm shall be placed on the base frame. All plain MDF shall be pasted with 1mm laminate of approved shade on positive side and 1mm thick white laminate on negative side. All edges to be finished with 2mm thick PVC edge band of matching colour to the positive side laminate.The bed shall be in accordance to drawing.

Bed Item Code No – 211 The overall size of the bed should be 1800 mm L X 750 mm W X 700 mm Ht. The two vertical supports (two sides) of hostel bed shall be made out of 50 mm dia X 14 SWG MS ERW tubular pipe. The railings for the vertical support made out of

Page 88: PROCUREMENT OF FURNITURE ITEMS AND OTHER ALLIED GOODS …swd.maharashtra.etenders.in/tnduploads/swd/tndheader/TND... · SBD for Procurement of Furniture and Other Allied Goods at

88

two tubular pipes 25 mm dia X 16 SWG MS ERW tubular pipe welded horizontally.The frame should be made out of MS Rectangular pipe of size 25 mm X 50 mm X 14 SWG MS ERW Rectangular pipe. The frame shall rests on brackets made of MS plate of size 38 mm X 38 mm X 4 mm thick welded in the verticals.18mm thick plain MDF Facia of 150 mm height shall be fixed on MS frames from three sides at the 325 mm HT from Finished floor level. Headboard 268 mm high & 18 mm thick MDF panel shall be fixed from inside. 18mm thick plain MDF of size 1700 mm X 714 mm shall be placed on the base frame. All plain MDF shall be pasted with 1mm laminate of approved shade on positive side and 1mm thick white laminate on negative side. All exposed edges of MDF to be finished with 2mm thick PVC edge band of matching colour to the positive side laminate.The bed shall be in accordance to drawing.

Bunk Bed Item Code No – 212 The overall size should be 1800 mm L X 750 mm W X 1750 mm Ht. The vertical support of leg is made of 50 mm dia x 14 SWG MS ERW tubular pipe. The railings made out of two 20 mm dia X 16 swg MS ERW tubular pipe welded horizontally and in between vertical 25 mm dia X 16 SWG MS ERW tubular pipe shall be welded to the vertical supports as shown in the drawing. The legs of the lower bed should have 4 nos of nylon bush. The Joinery 4 NOS of 50 mm dia X 16 swg MS ERW tubular pipe welded with 30 mm dia X 14 SWG tubular pipe 50 mm length on both ends should be used for fitting the two beds together. The Frame should be made out of size 50 mm X 25 mm X 14 SWG MS ERW Rectangular pipe. 18mm thick MDF should be placed on the frame. The frame rests on MS plate of size 38 mm X 38 mm X 4 mm thick welded in the verticals (leg). The loose storage of overall size 600 mm X600 mm X 275 mm H (2 NOS)

should be made of 18 mm MDF with two numbers of equal shutters. Shutter should have locking arrangement and handles. Ladder should be made out of 25 mm dia X 18 SWG MS ERW tubular pipe. The width the ladder should be 325 mm and length 1124 mm. The ladder should be attached with the frames with the help of nuts and bolts and can be easily removable. The ladder should be detachable. Writing plank made of 12mm thick MDF fitted with screws with “C” clip on horizontal railing pipe of bed verticals at head side. The plank shall be edge banded from all exposed sides with 1mm thick PVC edge band. The overall size of the plank is 300 mm W X 450 mm L. MDF should be pasted with 1mm thick laminate of approved shade on both sides.Each unit shall have Reading light fitted with screws on 4mm thick MS plate on vertical of beds at head side. Light shall be non heating, with switch on one side. The frames, vertical supports and ladder should be detachable to make the bed modular. Complete unit should be made as per the drawing.

Table Item Code No – 213

The overall size should be 900 mm L X 600 mm W X 750 mm Ht. The vertical supports made out of 38mm x 38mm x 16 SWG MS ERW square tube. The base should have nylon buffer of minimum 12mm thick. The frame should be made out of 25mm x 25mm x 16 SWG MS ERW square tube welded to 38mm x 38mm x 16 SWG MS ERW square tube leg. 25mm thick plain MDF top shall be fixed on MS frames. All plain MDF shall be pasted with 1mm laminate of approved shade on positive side and 1mm thick white laminate on negative side. All exposed edges of MDF to be finished with 2mm thick PVC

Page 89: PROCUREMENT OF FURNITURE ITEMS AND OTHER ALLIED GOODS …swd.maharashtra.etenders.in/tnduploads/swd/tndheader/TND... · SBD for Procurement of Furniture and Other Allied Goods at

89

edge band of matching colour to the positive side laminate. Complete unit should be made as per drawing.

Table Item Code No – 214

The overall size should be 900mmL X 450mm W x 400mm Ht.The unit should have 12mm thick clear glass top of 900 mm x 450 mm with all computer edges polished placed on top of wooden frame. The 12mm thick clear glass will be placed on 4 nos. of transparent vacuum holder which will be fixed on the top corner of wooden frame as shown in the drawings. The structure consists of BTC wooden frame having 4nos of legs of 50mm x 50mm x 381mm ht and 2nos of support of 50mmx50mmx820mm and 2 nos of support of 50mm x 50mm x 270mm long BTC wooden frame at the top of the table. All BTC wood will be finished in 1 mm thick approve laminate. The vertical legs shall be fitted with 6mm thick nylon buffer at base. Complete unit should be made as per drawing.

Table Item Code No – 215

The overall size should be 400mm X 400mm x 400mm H.The unit should have 12mm thick clear glass top of 400 mm X400 mm with all computer edge polished placed on top of wooden frame. The 12mm thick clear glass will be placed on 4nos. of transparent vacuum holder which will be fixed on the top corner of wooden frame as shown in the drawings. The structure consists of BTC wooden frame having 4nos of legs of 38mm x 38mm x 381mm h and 4nos of support of 38mmx38mmX244mm long BTC wooden frame at the top of the table. All BTC wood will be finished in 1 mm thick approve laminate. The vertical legs shall be fitted with 6mm thick nylon buffer at base. Complete unit should be made as per drawing.

Credenza Item Code No – 216

The overall size of credenza shall be 900mm L x 400mm D x 725 mm H.The Outer case, skirting, shall have one height adjustable shelf made from 18 mm thick MDF with 1 mm thick laminate on both sides. Back and two sliding shutters shall be made up of 12 mm thick MDF with 1 mm thick laminate on both sides. All exposed edges of MDF to be covered with 2 mm thick PVC edge band. All positive sides to have approved colour laminate and negative side shall have white laminate. The Credenza (Side Table) shall be in accordance to drawing.

Table Item Code No – 217 The overall size of the table should be 1500 mm L X 1200 mm W X 750 mm Ht. The four vertical supports of Reading table made out of 38mm x 38mm x 16 SWG MS ERW Square Tube. The base should have nylon buffer of minimum 12mm thick.The frame should be made out of 25mm x 25mm x 16 SWG MS ERW Square Tube welded to 38mm x 38mm x 16 SWG MS ERW Square Tube leg.25mm thick plain MDF top shall be fixed on MS frames. All plain MDF shall be pasted with 1mm laminate of approved shade on positive side and 1mm thick white laminate on negative side. All exposed edges of MDF should be finished with 2mm thick PVC edge band of matching colour to the positive side laminate. The table shall be in accordance to drawing.

Page 90: PROCUREMENT OF FURNITURE ITEMS AND OTHER ALLIED GOODS …swd.maharashtra.etenders.in/tnduploads/swd/tndheader/TND... · SBD for Procurement of Furniture and Other Allied Goods at

90

Table Item Code No – 218 The overall size of the table should be 1500 mm L X 600 mm W X 750 mm Ht. The four vertical supports of Reading table shall be made out of 38mm x 38mm x 16 SWG MS ERW square tube. The base should have nylon buffer of minimum 12mm thick.The frame should be made out of 25mm x 25mm x 16 SWG MS ERW square tube welded to 38mm x 38mm x 16 SWG MS ERW square tube leg. 25mm thick plain MDF top shall be fixed on MS frames. All plain MDF shall be pasted with 1mm laminate of approved shade on positive side and 1mm thick white laminate on negative side. All exposed edges of MDF should be finished with 2mm thick PVC edge band of matching colour to the positive side laminate.The table shall be in accordance to drawing.

Table Item Code No-220 The overall size should be 1500mm L x 750mm W x 750mm Ht. The unit comprises of work surface top made of 25mm MDF. The unit should have fixed pedestal 450mm L x 525mm D x 725mm Ht with 100mm skirting with Nylon buffer at bottom as shown in the drawing. Complete pedestal to be made in 18mm thick MDF Board. Pedestal unit should have two nos of 150 mm high drawers and one drawer size of 302 mm high, fixed on sides, drawer fitted on telescopic channel. Drawer front made in 18 mm thick MDF , sides back and bottom made in 12 mm thick MDF. The unit should have front modesty panel of 1450 x 610 mm HT made in 18mm thick MDF board & 575mm W x 725 mm HT Vertical at one end made in 25 mm thick MDF Board. Top shall be provided with one circular cable manager outlet having diameter of 60mm. A keyboard tray shall be fitted with telescopic channels under the table top. All plain MDF shall be pressed with 1mm thick approved color laminate on positive side & 1mm thick white laminate on negative side. All exposed thickness should be finished with 2 mm thick PVC edge band matching to the approved color laminate. The unit shall consist of all necessary hardware, fittings and fixtures such as handles, telescopic channel, drawer locks, hinges , wire manager 60mm dia, key holes, etc. All the three drawers should have locks. Complete unit should be made as per drawing.

Workstation Item Code No – 221

The overall size should be 1243mm L X 1500 mm W X 1200 mm H. The unit should be made of aluminum vertical 4 way poles. Vertical end rail to be used on ends. Panel will be made of 25 mm thick MDF box (with 1 mm thick laminate of approved shade on both side). Vertical and horizontal panel holder will be made of aluminum. Top will be made of 25 mm plain MDF with 1mm thick laminate of approved shade on positive side & 1mm thick white laminate on negative side. All exposed edges of MDF to be covered with 2mm thick PVC edge band. The unit will have laminated marker board panel and soft board panel with fabric as shown in drawing. The unit should have all the necessary accessory such as top end cap, bottom end cap, Key board, wire manger, CPU trolley etc. Complete unit should be made as per drawing.

Workstation Item Code No – 222

The overall size should be 1285mm L X 1541 mm X 1200 mm Ht. The unit should be made of aluminum vertical 4 way poles. Vertical end rail to be used on ends.

Page 91: PROCUREMENT OF FURNITURE ITEMS AND OTHER ALLIED GOODS …swd.maharashtra.etenders.in/tnduploads/swd/tndheader/TND... · SBD for Procurement of Furniture and Other Allied Goods at

91

Panel will be made of 25 mm thick MDF box (with 1 mm thick laminate of approved shade on both side).Vertical and horizontal panel holder will be made of aluminum. Top will be made of 25 mm plain MDF with 1mm thick laminate of approved shade on positive side & 1mm thick white laminate on negative side. All exposed edges of MDF to be covered with 2mm thick PVC edge band. The unit will have laminated marker board panel and soft board panel thick as shown in drawing. The unit should have all the necessary accessory such as top end cap, bottom end cap, Key board, wire manger, CPU trolley etc. Complete unit should be made as per drawing.

Table Item Code No – 223 The overall size should be 1200 mm L X 600 mm w X 750 mm Ht. The four vertical supports to be made of 25 mm X 25 mm X 16 swg. MS EWR square tube fixed with 25 mm thick MDF. The bottom of 25 mm X 25 mm X 16 swg. MS EWR square tube should have nylon buffer of minimum 12mm thick. 25 mm X 25 mm X 16 swg. MS EWR square tube fixed with 25 mm thick MDF top. The bottom of 25 mm X 25 mm X 16 swg. MS EWR square tube should have center support of 25 mm X 25 mm X 16 swg. MS EWR square tube. The unit should have 100 mm height drawer, fixed on sides, drawer fitted on telescopic channel on side MDF of table. Drawer facia made in 18 mm thick MDF, sides, back and bottom made in 12 mm thick MDF.25 mm thick plain MDF top. All plain MDF shall be pasted with 1mm laminate of approved shade on positive side and 1mm thick white laminate on negative side. All edges to be finished with 2mm thick PVC edge band of matching color to the positive side laminate. Complete unit should be made as per drawing.

Table Item Code No – 224 The overall size should be 1200 mm L X 600 mm W X 750 mm Ht. The vertical supports of unit should be made of 25mm x 25mm x 16 swg MS ERW square tube. The base should have nylon buffer of minimum 12mm thick. The frame should be made out of 25mm x 25mm x 16 swg MS ERW square tube welded to 25mm x 25mm x 16 swg MS ERW square tube leg. 25mm thick plain MDF top shall be fixed on MS frames. All plain MDF shall be pasted with 1mm laminate of approved shade on positive side and 1mm thick white laminate on negative side. All exposed edges of MDF to be finished with 2mm thick PVC edge band of matching color to the positive side laminate. Complete unit should be made as per drawing.

Table Item Code No – 225

The overall size should be 1800mm L x 750mm W x 750mm Ht. The unit should consist of work surface top made of 25mm MDF. The unit should have fixed pedestal 450mm L x 525mm D x 725mm Ht with 100mm skirting with nylon buffer at bottom as shown in the drawing. Complete pedestal to be made in 18mm thick MDF Board. Pedestal unit should have two nos of 150 mm high drawers and one drawer size of 302 mm high, fixed on sides, drawer fitted on telescopic channel. Drawer front made in 18 mm thick MDF , sides back and bottom made in 12 mm thick MDF. The unit should have front modesty panel of 1750 x 610 mm HT made in 18mm thick MDF board & 575mm W x 725 mm HT Vertical at one end made in 25 mm thick MDF Board. Top shall be provided with one circular cable manager outlet having diameter of 60mm. A keyboard tray shall be fitted with telescopic

Page 92: PROCUREMENT OF FURNITURE ITEMS AND OTHER ALLIED GOODS …swd.maharashtra.etenders.in/tnduploads/swd/tndheader/TND... · SBD for Procurement of Furniture and Other Allied Goods at

92

channels under the table top. All plain MDF shall be pressed with 1mm thick approved color laminate on positive side & 1mm thick white laminate on negative side. All exposed thickness should be finished with 2 mm thick PVC edge band matching to the approved color laminate. The unit shall consist of all necessary hardware, fittings and fixtures such as handles, telescopic channel, drawer locks, hinges , wire manager 60mm dia, key holes, etc. All the three drawers should have locks. Complete unit should be made as per drawing.

Table Item Code No - 226

The overall size of the table should be 750 mm L X 750 mm W X 750 mm Ht. The four vertical supports of dining table shall be made out of 38mm x 38mm x 16 SWG MS ERW square tube. The base should have nylon buffer of minimum 12mm thick.The frame should be made of 25mm x 25mm x 16 SWG MS ERW square tube welded to 38mm x 38mm x 16 SWG MS ERW square tube leg.19mm thick Marine ply top shall be fixed on MS frames finished with S.S. sheet 18 SWG (SS304). Bottom of marine ply will have 1mm white laminate. The table shall be in accordance to drawing.

Table Item Code No – 229

The overall size of the meeting table for Social welfare officer should be 2400 mm L X 1200 mm W X 750 mm Ht. The three vertical supports of meeting table should be made of 25mm thick MDF. The bottom of MDF should have nylon buffer of minimum 12mm thick. 25mm thick plain MDF for support shall be fixed with top and three vertical MDF leg. Over all support size should be 906 mm W X 425 mm H. 25mm thick plain MDF top shall be fixed on three vertical MDF leg. Over all leg size should be 1150 mm W X 713 mm H. Front of Top and 2 sides of MDF shall be pasted with 1mm thick laminate of approved shade on positive side and 1mm thick white laminate on negative side. All support of MDF shall be pasted with 1mm thick white laminate on both sides. All edges to be finished with 2mm thick PVC edge band of matching colour to the positive side laminate.The table shall be in accordance to drawing.

Table Item Code No- 230

The overall size of table shall be 7200 mm L X 1800 mm W X 750 mm Ht. The Top size shall be 7200mm x 1800mm shall be made from 25 mm thk marine ply. All borders till the understructure frame shall be reinforced from below with top with 12 mm X 300 mm marine ply, edge finished white 1 mm thick approved laminate. Top shall be fitted with 10 nos 60mm dia wire managers. The understructure shall comprise of 100 x 100mm cp teak wood legs 10 no. fitted with frame of 100mm x 50mm cp teak wood. The frame shall have cross supports of 50mm x 75mm x 300mm. Race way of size 100 w x 50mm h X 8 mm thick MDF for carrying cables shall be fitted under the top. All positive sides to have 1 mm thick approved colour laminate and negative side shall have white laminate. All exposed edges of top, legs to be covered with 1 mm thick approved colour laminate. The complete table shall be in accordance to drawings.

Table Item Code No – 231

The overall size should be 450mm L x 450mm W x 400mm Ht. Top and sides made of 25 mm thick MDF and back made of 12 mm thick MDF. Drawer facia made of 12 mm thick MDF, sides back and bottom made in 12 mm thick MDF.

Page 93: PROCUREMENT OF FURNITURE ITEMS AND OTHER ALLIED GOODS …swd.maharashtra.etenders.in/tnduploads/swd/tndheader/TND... · SBD for Procurement of Furniture and Other Allied Goods at

93

The unit should have nylon buffer as shown in the drawing. All plain MDF shall be pasted with 1mm laminate of approved shade on positive side and 1mm thick white laminate on negative side. All exposed edges of MDF to be finished with 2mm thick PVC edge band of matching color to the positive side laminate. Storage shall consist of all necessary hardware, fittings and fixtures such as handles, telescopic channel, locks, key holes, etc. Complete unit should be made as per drawing.

Table Item Code No – 232

The overall size of the table should be 2400mm L X 900 mm W X 900 mm Ht. The top should be made of 32mm thick pine wood polished from all sides. The legs and the frame should be made up of 50mm x 50mm x 14 SWG M.S ERW square tube, complete frame should be powder coated. The table shall be in accordance to drawing.

Table Item Code No – 234

The overall size should be 750 mm L X 600 mm W X 750 mm Ht. The four vertical supports of meeting room table made out of 38mm x 38mm x 16 swg MS ERW Square Tube. The base should have nylon buffer of minimum 12mm thick. The frame should be made out of 25mm x 25mm x 16 swg. MS ERW Square Tube welded to 38mm x 38mm x 16 swg. MS ERW Square Tube leg. 25mm thick plain MDF top shall be fixed on MS frames. All plain MDF shall be pasted with 1mm laminate of approved shade on positive side and 1mm thick white laminate on negative side. All exposed edges of MDF to be finished with 2mm thick PVC edge band of matching colour to the positive side laminate. The unit should have 100 mm height drawer, fixed on sides, drawer fitted on telescopic channel on side MDF of table. Drawer front made in 18 mm thick MDF, sides, back and bottom made in 12 mm thick MDF. Complete unit should be made as per drawing.

Table Item Code No – 235

The overall size of the lab table should be 2400 mm L X 1000 mm W X 1600 mm Ht., made of 18mm thick marine ply. Table should have storage with adjustable

shelves and openble shutters. The table should have 63 mm height skirting at the bottom. The table top should have 19 mm thick granite. Table should have S.S. sink fitted in center of table. Table should have shutters below the sink area. Shelving on the table should be fixed and made in 18 mm thick marine ply.All plain Marine ply should be pressed with 1mm thick approved color laminate on positive side & 1mm thick white laminate on negative side. Table should consist of all necessary hardware, fittings and fixtures such as handles, hinges, etc.The table shall be in accordance to drawing.

Table Item Code No – 236 The overall size of the table should be 1200 mm L X 750 mm W X 750 mm Ht. The four vertical supports of dining table shall be made of 38mm x 38mm x 16 SWG MS ERW square tube. The base should have nylon buffer of minimum 12mm thick.The frame should be made of 25mm x 25mm x 16 SWG MS ERW square tube welded to 38mm x 38mm x 16 SWG MS ERW square tube leg. 19mm thick Marine ply top shall be fixed on MS frames finished with S.S. Sheet 18 SWG (SS304). Bottom of Marine ply will have 1mm white laminate.The table shall be in accordance to drawing.

Page 94: PROCUREMENT OF FURNITURE ITEMS AND OTHER ALLIED GOODS …swd.maharashtra.etenders.in/tnduploads/swd/tndheader/TND... · SBD for Procurement of Furniture and Other Allied Goods at

94

Table Item Code No – 237 The overall size should be 900 mm L X 600 mm W X 750 mm Ht. The four vertical supports of meeting room table made out of 38mm x 38mm x 16 SWG MS ERW Square Tube. The base should have nylon buffer of minimum 12mm thick. The frame should be made out of 25mm x 25mm x 16 SWG MS ERW Square Tube welded to 38mm x 38mm x 16 SWG MS ERW square tube leg. 25mm thick plain MDF top shall be fixed on MS frames. All plain MDF shall be pasted with 1mm laminate of approved shade on positive side and 1mm thick white laminate on negative side. All exposed edges of MDF to be finished with 2mm thick PVC edge band of matching colour to the positive side laminate. The unit should have 100 mm height drawer, fixed on sides, drawer fitted on telescopic channel on side MDF of table. Drawer facia made in 18 mm thick MDF, sides, back and bottom made in 12 mm thick MDF. Complete unit should be made as per drawing.

Table Item Code No – 238 The overall size of the table should be 2400mm L X 1200mm W X 750mm Ht. The four vertical supports of Entertainment Room table should be made of 38mm x 38mm x 16 SWG MS ERW square tube. The base should have nylon buffer of minimum 12mm thick.The frame should be made out of 25mm x 25mm x 16 SWG MS ERW square tube welded to 38mm x 38mm x 16 swg MS ERW square tube leg. 25mm thick plain MDF top shall be fixed on MS frames. All plain MDF shall be pasted with 1mm laminate of approved shade on positive side and 1mm thick white laminate on negative side. All exposed edges of MDF should be finished with 2mm thick PVC edge band of matching colour to the positive side laminate. The table shall be in accordance to drawing.

News Paper Stand Item Code No – 239

The overall size of the news paper reading stand should be of Size 700 mm L X 500 mm W X 850 mm HtThe vertical supports of news paper reading stand made out of 25 mm x 25 mm x 16 SWG MS ERW Square Tube. The bottom of leg should have nylon buffer of minimum 15mm thick. The frame should be made out of 25mm x 25mm x 16 SWG MS ERW Square Tube welded to 25 mm X25 mm x 16 SWG MS ERW square tube leg as shown in drawing. 18mm thick MDF top shall be fixed on MS frames finished with 1 mm thick approved laminate on positive side and 1 mm thick white laminate on negative side. All exposed edges of MDF should have 2mm PVC edge band. The news paper reading stand shall be in accordance to drawing.

News Paper Rack Item Code No – 240 The news paper rack shall be of size 450mm L x 400mm W x 1200mm Ht. the Unit shall be made up of M.S. CRCA sheet of minimum 20 SWG having 3 nos of shelves fitted at 45 degree. MS frame made of MS ERW square tube 25.4 mm x 18 swg as vertical support and MS ERW square tube of 19 mm x 18 SWG as horizontal support with 3 shelves and base sheet. The news paper rack shall be in accordance to drawing.

Book Rack Item Code No – 241

The overall size of book rack for library should be 900mm L X 450mm W X 1800mm Ht.The outer case shall have three height adjustable shelves & 75 mm

Page 95: PROCUREMENT OF FURNITURE ITEMS AND OTHER ALLIED GOODS …swd.maharashtra.etenders.in/tnduploads/swd/tndheader/TND... · SBD for Procurement of Furniture and Other Allied Goods at

95

high skirting made up from 25 mm thick MDF with 1 mm thick laminate on both sides. Back shall be made up of 12 mm thick MDF with 1 mm thick laminate on both sides. All exposed edges to be edge banded with 2 mm thick PVC edge band. Complete outer case will have 1mm thick laminate of approved shade on it. All other MDF surface will have 1mm thick white laminate. The book rack shall be in accordance to drawing.

Book Rack Item Code No – 242

The overall size of book rack for library should be 900mm L X 600mm W X 1800mm Ht.The Outer case shall have six height adjustable shelves &75 mm high skirting made from 25 mm thick MDF with 1 mm thick laminate on both sides. Centre partition shall be made up of 12 mm thick MDF with 1 mm thick laminate on both sides. All exposed edges of MDF to be covered with 2 mm thick PVC edge band. Outside of outer case should have 1mm thick approved shade laminate. Rest all MDF surface should have 1mm thick white laminate.The book rack shall be in accordance to drawing.

Journal Rack Item Code No – 243

The overall size of journal rack shall be 900mm W X 420mm D X 1490mm Ht. The outer case, three shelves shall be made from 18 mm thick MDF with 1 mm thick laminate on both sides. Centre partitions, slanting planks and drawer shall be made up of 12 mm thick MDF with 1 mm thick laminate on both sides. All exposed edges of MDF to be covered with 2 mm thick PVC edge band. Outer case shall have 1 mm positive laminate of approved shade on all outside. All other sides shall have 1 mm thick white laminate. The journal rack shall be in accordance to drawing.

Steel Rack Item Code No – 244

The steel rack shall be of size 900 mm L x 450 mm W x 1800 mm Ht made of MS ERW Round Tube and MS CRCA perforated sheet. Main frame shall be made of 19 mm dia x 16 SWG. MS ERW Round tube. Main frame should have 12 mm nylon buffer at bottom. Steel rack should have 6 nos of Shelves made of MS CRCA Perforated sheet of size 862 L mm X 400 mm W X16 SWG.The steel rack shall be in accordance to drawing.

Notice Board Item Code No – 246 The overall size should be 900 mm L X 75 mm W X 600 mm Ht. With all four sides made in 18 mm thick MDF, back made in 12 mm thick MDF and 2 nos of 18mm thick MDF. Openable shutters with 6 mm thick clear glass. All exposed edges of MDF should cover 2mm PVC edge band. The unit should have 8mm thick soft board fitted on 12 mm MDF back covered with approved colour tapestry. The unit should have all necessary hardware, fittings and fixtures such as handles, hinges, etc. Plain MDF should be pasted with 1mm laminate of approved shade on both sides. Complete unit should be made as per drawing.

Pin Up Board Item Code No – 248

The overall size of the pinup board should be 1200 mm W X 1200 mm Ht. The pinup board shall be made of 12 mm thick soft board finished with approved fabric. The pinup board shall be in accordance to drawing.

Page 96: PROCUREMENT OF FURNITURE ITEMS AND OTHER ALLIED GOODS …swd.maharashtra.etenders.in/tnduploads/swd/tndheader/TND... · SBD for Procurement of Furniture and Other Allied Goods at

96

Flip flop Board Item Code No – 249 The overall size of the good thought board shall be 900 mm w X 300 mm Ht. The Good thought board shall be made from 8 mm thick Plain MDF board with 32 SWG. GI sheet on negative side and 1mm white marker laminate on positive side. The edges shall be fitted with anodized aluminum sections (flip flop frame). Back side of boards shall be provided with 4 Nos MS powder coated brackets which shall be riveted with pop rivets for mounting of the board on the wall. The flip flop board shall be in accordance to drawing.

Writing Board Item Code No – 250

The overall size should be 1800mm L x 1200mm Ht. The unit should be made from 8 mm thick plain MDF board with 32 SWG. GI sheet on negative side and 0.25mm Triple acrylic resin coated M.S sheet on the positive side. Triple acrylic resin coated M.S. sheet should have 50mm x 50 mm grid. The edges shall be fitted with anodized aluminium sections with 4 Nos. of PVC corners. Back side of boards, 4 NOS of MS powder coated brackets shall be riveted with pop rivets for easy mounting of the board on the wall. A magnetic duster and a chalk holding tray made of PVC shall be provided. Complete unit should be made as per drawing.

Benches Item Code No – 251

The overall size should be 1500mm L x 381mm W x 750mm Ht. The unit should be modular, two side frame and 3 nos. connecting rods made from MS ERW Round Tube of Diameter 25mm x 16 SWG. Bench should be on 450 mm ht. Backrest top edge height is 750 mm. 18mm thick MDF Sheet of size 1500mm L X 300mm W for seat and 1500mm L x 150mm W for back, should be fitted at 150 mm ht from seat. All MDF shall be pasted with 1mm thick laminate of approved colour on the positive side and 1mm white laminate on negative side. All exposed thickness of MDF shall be finished with 2mm PVC edge band of same colour of laminate on positive side. Assembly shall be made with necessary hardware, PVC shoes / buffer at base, cap at tube open end, etc. Complete unit should be made as per drawing.

Benches Item Code No – 252 The overall size should be 1200mm L x 850mm W x 738mm Ht. The unit should be modular, two side frame and 4 nos. connecting rods made from MS ERW Round Tube of Diameter 25mm x 16 SWG. Bench should be on 413 mm ht, Backrest top edge height is 713 mm. and writing top at 738mm Ht. 18mm thick MDF Sheet of size 1200mm L X 300mm W for top, 1200mm L x 275mm W for seat and 1200mm L x 150mm W for backrest, should be fitted at 150 mm ht from seat. Bench should have book shelf under writing top of size 1050 mm L x 231 mm D x 239 mm H. All MDF shall be pasted with 1mm thick laminate of approved colour on the positive side and 1mm white laminate on negative side. All exposed thickness of MDF shall be finished with 2mm PVC edge band of same colour of laminate on positive side. Assembly shall be made with necessary hardware, PVC shoes / buffer at base, cap at tube open end, etc. Complete unit should be made as per drawing.

Benches Item Code No – 253 The overall size of seat sofa bench should be 1800 mm L x 600 mm D x 900 mm Ht. The size of bench set shall be 1800mm long x 900mm height x 600 mm depth and the seat height shall be 450mm from ground. The base frame shall be made

Page 97: PROCUREMENT OF FURNITURE ITEMS AND OTHER ALLIED GOODS …swd.maharashtra.etenders.in/tnduploads/swd/tndheader/TND... · SBD for Procurement of Furniture and Other Allied Goods at

97

from minimum 50mm dia x 18 SWG MS ERW Round tube with 38.1 mm x 16 SWG MS ERW Square tube as horizontal support to fixed seat frame and should have nylon bush at ground level. Perforated sheet of 18 SWG shall be welded on MS ERW oval tube with abs support and fixed on base frame. The seat size of per chair shall be 437mm x 462mm with armrest support. All MS structure should be powder coated with approved colour. The bench shall be in accordance to drawing.

Bench Item Code No - 254

The overall size of the bench should be 2400mm L X 850mm W X 750mm Ht. The vertical supports of dining room table should be made of 38mm x 38mm x 16 SWG MS ERW square tubes. The base should have nylon buffer of minimum 12mm thick.The frame should be made out of 25mm x 25mm x 16 SWG MS ERW square tubes welded to 38mm x 38mm x 16 SWG MS ERW square tube leg. 25 mm thick plain MDF for seat shall be fixed on 25mmx 25mm x 16 SWG MS ERW square tube. Top of MDF should have 1 mm laminate of approved shade & bottom of MDF should have 1 mm thick white laminate. All exposed edges of MDF should have 2 mm thick edge bend of matching shade of positive laminate.19mm thick Marine ply top shall be fixed on MS frames finished with S.S. Sheet 18 SWG (SS304). Marine ply should have white laminate pasted on bottom.The complete bench shall be done in accordance to drawing.

Storage Item Code No – 255 The overall size of Storage shall be1800mm L x 420mm D x 900 mm H.The outer case, 100 mm high skirting, one height adjustable shelf & four shutters shall be made from 18 mm thick MDF with 1 mm thick laminate on both sides. Back shall be made up of 12 mm THK MDF with 1 mm THK laminate on both sides. All exposed edges of MDF to be covered with 2 mm thick PVC edge band. All positive sides have 1 mm thick approved colour laminate and negative side shall have white laminate.The storage shall be in accordance to drawing.

Storages Item Code No – 256

The small storage shall be of overall size of 900 mm L X 450 mm W X 750 mm H. Top, bottom, sides and back shall be made in 18 mm thick MDF. The storage should have 100 mm high 18 mm thick MDF skirting at the bottom with 25 mm dia X 38 mm ht nylon buffer. Storage should have wooden openable shutter with 8 mm thick glass with computer edge polish. Storage should have one center shelf of 12 mm thick MDF, fixed on sides. All visible outside of storage shall be pasted with 1mm thick laminate of approved shade. Back and inside of storage shall be pasted with 1mm thick white laminate. All edges to be finished with 2mm thick PVC edge band of matching color to the laminate. Storage shall consist of all necessary hardware, fittings and fixtures such as handles, locks, hinges, key holes, etc.The storage shall be in accordance to drawing.

Storages Item Code No – 257 The overall size should be 900 mm L X 400 mm D X 700 mm Ht. Outer case made from 25 mm thick MDF, one adjustable shelf made from 18 mm thick MDF with 1 mm thick laminate on both sides and back made in 12 mm thick MDF. The unit should have two sliding shutters made up of 6 mm clear glass with lock and fixed on track. All exposed edges of MDF to be covered with 2 mm thick PVC

Page 98: PROCUREMENT OF FURNITURE ITEMS AND OTHER ALLIED GOODS …swd.maharashtra.etenders.in/tnduploads/swd/tndheader/TND... · SBD for Procurement of Furniture and Other Allied Goods at

98

edge band. All positive sides to have approved colour laminate and negative side shall have white laminate. The unit should have holes in rear ply to fix the storage. Complete unit should be made as per drawing.

Storage Item Code No – 258 The overall size of storage should be is 900mm L X 450mm W X 1800mm Ht. The outer case shall have three height adjustable shelves & two shutters made from 18 mm thick MDF with 1 mm thick laminate on both sides. Back shall be made up of 12 mm thick MDF with 1 mm thick laminate. All exposed edges of MDF to be covered with 2 mm thick PVC edge band. All positive sides to have approved colour laminate and negative side shall have white laminate. The full height storage shall be in accordance to drawing.

Storage Item Code No – 259 The overall size of storage should be 900 mm L X 450 W X 1800 mm H. The outer case, two shelves & two shutters shall be made from 18 mm thick MDF with 1 mm thick laminate on both sides. Back shall be made up of 12 mm thick MDF with 1 mm thick laminate on both sides. All exposed edges of MDF to be covered with 2 mm thick PVC edge band. All out sides of outer case shall have 1 mm thick laminate of approved shade. All other MDF surface shall have 1 mm thick white laminate. Upper half with two 6mm thick sliding glass shutters to be fitted in two track aluminum channels. The full height storage with glass shall be in accordance to drawing.

Storage Item Code No – 260 The overall storage shall be 900mm L X 450mm W X 1200mm Ht. The outer case, two height adjustable shelves & two shutters shall be made from 18 mm thick MDF with 1 mm thick laminate on both sides. The back shall be made up of 12 mm thick MDF with 1 mm thick laminate on both sides. All exposed edges of MDF shall be covered with 2 mm thick PVC edge band. All positive sides to have approved colour laminate and negative side shall have white laminate. The storage shall be in accordance to drawing.

Storage Item Code No – 261 The overall size of full height storage should be 900mm L X 450mm W X 1800mm Ht. outer case, three height adjustable shelves & two shutters shall be made from 18 mm thick MDF with 1 mm thick laminate on both sides. Back shall be made up of 12 mm thick MDF with 1 mm thick laminate. Storage should have one no. of 25 mm thick MDF vertical partition in center to divide into two storage. All exposed edges of MDF to be covered with 2 mm thick PVC edge band. All positive sides to have approved colour laminate and negative side shall have white laminate. Storage shall consist of all necessary hardware, fittings and fixtures such as handles, locks, hinges, key holes, etc. The storage shall be in accordance to drawings.

Storage Item Code No – 264

The overall size of the steel storage should be 900 mm L X 450 mm W X 1800 mm Ht.The steel storage shall be made in 20 SWG CRCA sheet of size 900mm L x 450mm W x 1800mm H. The Cupboard shall have 4 nos of Shelves of M.S.CRCA sheet of 20 SWG size 897mm Lx 400 mm W which will have 25mm

Page 99: PROCUREMENT OF FURNITURE ITEMS AND OTHER ALLIED GOODS …swd.maharashtra.etenders.in/tnduploads/swd/tndheader/TND... · SBD for Procurement of Furniture and Other Allied Goods at

99

bend from all four sides and one support at bottom as stiffener. The Cupboard should have two nos. legs of M.S.CRCA sheet of 16 SWG size 150mm H x 450mm D x 60 mm W. The steel storage shall be in accordance to drawing.

Storage Item Code No – 265

The storage in museum shall be of 900 mm L X 450 mm W X 1800 mm H. Top, back, bottom and sides shall be made in 18 mm thick MDF, storage should have 100 mm high 18 mm thick MDF skirting at the bottom. Storage should have openable shutter with 8mm thick glass with computer edge polish inside the frame. Storage shall have four nos. of shelf of 12 mm thick MDF at 316 mm distance, fixed on sides. All visible outside of storage shall be pasted with 1mm thick laminate of approved shade. Back and inside of storage shall be pasted with 1mm thick white laminate. All exposed edges of MDF should be finished with 2mm thick PVC edge band of matching color to the laminate. Storage shall consist of all necessary hardware, fittings and fixtures such as handles, locks, hinges, key holes, etc. The storage shall be in accordance to drawing.

Security Cabin Item Code No – 266

The overall size should be 1210mm L X 1270 mm W X 2435 mm Ht. Sr. No.

Item Specification

1 Description The prefabricated security cabin shall be suitable for mounting on ready made concrete floor / plain ground. The components shall be fabricated at factory for easy to assembly at site. The structure shall be manufactured by using insulated sandwich type panels for wall and roof and supported structure made of suitable M.S. rolled / folded section / hollow steel sections, as per the detailed specifications given herein.

2 Structure Base Frame : The base shall be made out with MS angle 40 x 40 x 3 mm. 4 nos. legs shall be made of square tube 38 x 38 x 1.6 mm. 3 mm thick base plate of 75 x 75 mm shall be provided at bottom of legs.

Column : The columns shall be made out with min. 1 mm thick MS sheet with proper bending with rolling machine. The columns are rest on base frame and fixed with suitable size GI nut bolts.

Top Frame : The top frame shall be madeout with MS angle 25 x 25 x 3 mm.

All MS structural member shall be painted with one quote of red-oxide and tow coats of enamel paint after fully fabricated.

3 Wall Panels The Insulated walls shall be made of sandwich panels, made out of 0.25mm thick pre coated steel sheet on both side of PUF. The total thickness of panel will be 25 mm. PU

Page 100: PROCUREMENT OF FURNITURE ITEMS AND OTHER ALLIED GOODS …swd.maharashtra.etenders.in/tnduploads/swd/tndheader/TND... · SBD for Procurement of Furniture and Other Allied Goods at

100

foam must be CFC free, self-extinguishing, fire retardant type having density of 34Kg/Cu.Mt. ( ± 2Kgs). The panels are fixed in groove of columns.

4 Roof Cladding

The insulated roof cladding shall be done with sandwich type panel. The panel shall be made out with 0.25 mm thick Pre-coated G.I. Profile sheets at outer side and 0.25 mm thick Pre-coated G.I. plain sheet at inner side of PUF. Total thickness of roof panel shall be 30 mm. These panels is laid over a wall panels and top frame, fixed using suitable fasteners. The roof have a minimum 50 mm slope from front to rear side.

5 Doors

( Openable type)

Door frame shall be made from rolled section / pressed steel frame using MS steel sheet of 1.5mm (Thick). The section is welded at corner with welding machine. The door frame will be fixed to panels with suitable fasteners.

Single leaf shutter shall be made out with G.I. pre coated sheets both side of PUF. The thickness of shutter shall be minimum 25mm. The door shutter shall be fixed with the door frame with 3 nos. hinges. The door shutter shall be provided with 1 No. aldrops at out side, 1 no. tower bolt at in side and 100mm long handles shall be provided on both the sides.

6 Windows

( Openable type)

Frame shall be made from pressed steel using 1.5mm thick sheet or with suitable rolled section. The section is welded at corner with welding machine. The window frame is fixed to panels. It will also have 6nos hinges welded on to the frame. The frame shall have safety grills made from MS square bar of 10mm having equal spacing.

Shutter shall be made out of steel hollow box profile of 1.25mm thick. Each of the windows shutter will include suitable handles, tower bolt etc for locking. Clear glass sheet of 4mm thick shall be provided in all window shutters & it will be fixed using glass putty. (Size of window : 0.9mt x 0.9mt)

7 Flooring The insulated sandwich panel shall be used as a floor panels. The panels shall be made out of 0.25mm thick pre coated steel sheet on both side of PUF. The total thickness of panel will be 25 mm. The floor panels shall be covered with 6 mm plywood sheet form inside and 1 mm

thick vinyl sheet shall be provided on plywood sheet.

Page 101: PROCUREMENT OF FURNITURE ITEMS AND OTHER ALLIED GOODS …swd.maharashtra.etenders.in/tnduploads/swd/tndheader/TND... · SBD for Procurement of Furniture and Other Allied Goods at

101

8 Furniture Storage unit : 1 no. storage cabinet shall be made out from 20 mm thick PVC pre-lam section shall be provided with each unit. The overall size of storage unit is 500 x 375 x 750 mm.

Chair : 1 no. Medium size molded plastic chair shall be provided with each unit.

Counter : 1 no. counter shall be made out with extruded PVC section shall be provided with each unit. The size of counter shall be 300 mm wide and 1.2 mt long.

Cloth Hanger : 1 no. cloth hanger shall be provided in each unit.

Sun shed : Max. 250 mm wide, 3 nos. sun shed shall be provided with each unit.

Bathroom/WC Corner Item Code No – 270

The overall size of bathroom/WC corner should be 256 X 256 X 547 H. The bathroom/WC corner shall be made in 5mm MS wire. The bathroom corner shall have 3 nos of Shelves of M.S.CRCA sheet of 18 SWG size 256mm L x 256mm W. The bathroom / WC Corner shall be in accordance to drawing.

Compactor Storage Item Code No – 271

The Compactor storage would be quick dry & oven baked spray painted. Structure to be Plain grey colour powder coated. Rails- 28 X 28 mm M.S. square bar. Rails Wheels - M.S. Wheel 138 diameter 40 mm thick. Chain Socket - Chain 5”/8” roller chain. Angle 40mm X 40mm in 14 SWG, panel should be made in 20 SWG. The Compactor storage would have centralized locking system, chrome plated driving wheel, push / pull lock arrangement for individual units, Adjustable shelves, except top and bottom shelves, Stoppers are to be attached to the rails for the safe usage of the mobile system. Load capacity 85 Kgs on shelf.

Platform Item Code No – 273

The overall size of platform should be 2400 mm L X 1200 mm W X 150 mm Ht. The vertical supports of teacher platform should be made of 50 mm X 82 mm H “CP” teak leg. 50 mm X 50 mm square “CP” teak wood framing on all four side with one length wise center support and three nos. of width wise fixed on legs. 18 mm thick plain MDF top. All four sides shall be made in 12 mm thick MDF. All plain MDF shall be finished with 2mm vinyl of approved shade the platform shall be in accordance to drawing.

Dressing Table Item Code No – 274 The overall size of dressing table with mirror should be 600 mm L X 450 mm w X 1750 mm Ht. The structure shall be made in minimum 18mm thick MDF board having 6mm thick mirror of 1168mm H x 450mm W fixed with mirror screw. The mirror should be fixed on backing of 18mm thick MDF Board. The table should have 2 nos of drawer of size 600mm (drawer front) wide x 150mm ht fitted with telescopic channel. Table should have 100mm ht and 18mm thick MDF skirting at bottom. Drawer front made in 18 mm thick MDF, sides back and bottom made in 12 mm thick MDF. The MDF boards shall have 1mm thick laminate of approved

Page 102: PROCUREMENT OF FURNITURE ITEMS AND OTHER ALLIED GOODS …swd.maharashtra.etenders.in/tnduploads/swd/tndheader/TND... · SBD for Procurement of Furniture and Other Allied Goods at

102

shade on positive side and white laminate 1mm thick on the negative side. All exposed thickness of MDF shall be finished with 2mm thick PVC edge band of same color of Laminate. The Dressing Table shall consist of all necessary hardware such as telescopic channel, drawer handles, lock etc. The dressing table shall be in accordance to drawing.

Kiosk Item Code No – 275

The kiosk shall be of size 712 mm L x 510 mm W x 1868mm H. Front and back shall be made in minimum 6mm thick plain MDF Board. Sides and bottom should be made of 18 mm thick MDF. 12 mm thick MDF of 450 mm L X 250 mm W for sliding flap inserted below the screen area. Kiosk should have two numbers of poster area, one 458 mm W X 609 mm H, and other 458 mm W X 395 mm H, made in 3 mm thick sandwich acrylic fixed with SS studs. Kiosk shall have screen area size of 458 mm W X 321 mm H. Kiosk shall also have wire manager and leaflet holder overall size 127 mm W X 238 mm H X 50 mm D, made 3 mm thick acrylic. All plain MDF Boards should be pasted with 1mm thick laminate of approved shade on positive side and with white laminate 1mm thick on the negative side. The kiosk should be provided with all necessary hardware.The kiosk shall be in accordance to drawing.

Podium Item Code No – 276 The overall size should be 600 mm L X 450 mm W X 1200 mm Ht. Front side made of 18 mm thick MDF. Top of unit made in 18 mm thick MDF fixed at 1150 mm H from finished in floor level. 18 mm thick MDF 150 mm high X 600 mm L for facia, fixed on sides and top edge from hollow side. 12 mm thick 75mm X 75mm MDF box for lighting arrangement at front side. The unit should have mike arrangement with 60mm dia wire manager. All plain MDF should be pasted with 1mm laminate of approved shade on positive side and 1mm laminate of white shade on negative side. All exposed edges of MDF to be finished with 2mm thick PVC edge band of matching color to the positive side laminate. Unit shall consist of all necessary hardware, fittings and fixtures etc. Complete unit should be made as per drawing.

Pillar Item Code No – 278

The overall size of the pillar should be 450 L X 450 W X 750 Ht. The pillar should be made from 18 mm thick MDF. Top and all four sides of pillar shall be made from 18 mm thick Plain MDF board. All plain MDF shall be pasted with 1mm laminate of approved shade on positive side. All edges to be finished with 2mm thick PVC edge band of matching colour to the positive side laminate. All negative side of plain MDF will be pasted with 1mm thick white laminate. The pillar shall be in accordance to drawing.

Linear Modules for 2 Persons Item Code No – 279

The overall size of linear modules should be 1500mm L X 600mm W X 750mm Ht. The table shall be made in 25 mm thick MDF top & sides. Front modesty panel should be made of 18 mm thick MDF. All exposed edges of MDF to be covered with 2mm thick PVC edge band. All MDF should be covered with 1mm thick approved colour laminate on positive side and 1mm thick white laminate on

Page 103: PROCUREMENT OF FURNITURE ITEMS AND OTHER ALLIED GOODS …swd.maharashtra.etenders.in/tnduploads/swd/tndheader/TND... · SBD for Procurement of Furniture and Other Allied Goods at

103

negative side. Table shall consist of all necessary hardware such as keyboard tray, wire manager etc. The linear modules shall be in accordance to drawings.

Modules for 4 Persons Item Code No – 281 The overall size of modules should be 1550mm L X 1225 mm X 1200 mm H. The Work station shall be made of aluminium vertical 4 way poles. Vertical end rail to be used on ends. Panel shall be made of 25 mm thick MDF box (with 1 mm thick laminate of approved shade on both side).Vertical and horizontal panel holder shall be made of aluminium. Top shall be made of 25 mm plain MDF with 1mm thick laminate of approved shade on positive side & 1mm thick white laminate on negative side. All exposed edges of MDF to be covered with 2mm thick PVC edge band. Work station should have the entire necessary accessory such as top end cap, bottom end cap, Key board, wire manger etc. The modules shall be in accordance to drawings.

Signage Board Item Code No – 282 The overall size should be 7152 mm L x 1200 mm Ht. The unit should be made of MS structure frame of 7152 mm L x 1200 mm Ht; main frame constructed from MS ERW CRCA Square Tube 50mm X 50mm X 16 SWG, and vertical supports of 37mm X 37mm X 16 SWG. Front facia made of Aluminum Composite Panel of 3 mm thickness of the approved colour shade and as per attached specification. Name and all logos should be screen printed on ACP with three years outdoor life. Address to be written with vinyl cut paste letters. Board will be fixed to the back wall with MS brackets. Complete unit should be made as per drawing.

Signage Item Code No – 283

The overall size should be 300mm L x 150mm Ht. The unit should be made from Aluminum extruded section anodized in approved shade. Molded ABS Removable Plastic caps to be provided on open ends of unit. Digitally Inkjet printed Vinyl of the size 144mm x 300mm with matt Lamination should be inserted in front of unit. Protective cover of transparent PVC of the min. thickness 0.4mm should be inserted on top of vinyl. Complete unit should be made as per drawing.

Signage Item Code No – 284

The Signage (Double) shall be made from Aluminum Extruded Section. All Aluminum Extruded Sections should be anodized in approved shade. Molded ABS Removable Plastic cap to be provided on open end of Double Side Internal Signage. Digitally Inkjet printed Vinyl of the size 144mm x 300mm with matt Lamination should be inserted in front of both sides of Signage. Protective cover of Transparent PVC of the min. thickness 0.4mm should be inserted on top of Vinyl.The signage (Double) shall be in accordance to drawing.

Curtains Set For Windows Item Code No – 301 The curtain sets shall be made from 100% cotton casement fabric in beige colour. The material of the curtain shall be of count in warp 16s and weft 20s with 68 Ends per inch and 60 picks per inch with minimum GSM of 200. The overall size of curtain shall be minimum 1650mm x 1650mm in two parts. A suitable strap to be provided to fold curtain when opened.

Page 104: PROCUREMENT OF FURNITURE ITEMS AND OTHER ALLIED GOODS …swd.maharashtra.etenders.in/tnduploads/swd/tndheader/TND... · SBD for Procurement of Furniture and Other Allied Goods at

104

Entertainment / TV Room Curtains Item Code No – 303 The curtain for Entertainment / TV Room shall be of size 8ft X 8ft. The curtain fabric shall be printed satin with count of yarn 16s warp way and 24s in weft way. The weight of fabric shall be 200 gms/ mtr2 with 60 ends and 56 picks. The surtain shall be provided with suitable strap to fold the curtain when not in use.

3 fold Curtains Item Code No – 304 Overall Size: 1680mm H x 2450mm W. MS tubular construction in three sections. Middle span 1210mm wide mounted on four swivel castors, 50mm dia. Side spans 610mm wide each rotating on one Swivel castors, 50mm dia. Supplied with hooks & springs without curtains. Pretreated and powder coated.

Cloth Drying Rod with Wooden Baton Item Code No – 305

The overall size should be 1500mm L x 400mm W. Three pipes of dia 19mm x 16 SWG S.S should be horizontally fixed in 50mm x 50mm CP frame at both the ends. CP frame will be fixed on wall at the height of 8 feet from ground. Complete unit should be made as per drawing.

Wall Clock Item Code No – 306 Round /Square suitable wall clock of “AJANTA” brand.

Dressing Mirror Item Code No – 307 Mirror Size shall be 1200mm x 450mm x 4mm thick. The frame shall be of Aluminium and board shall be hard board of 2.5mm thick. Hooks shall be provided for hanging. The mirror glass used shall be of following approved brands only “SAINT GOBAIN”, “MODI GUARD”.

Mirror on Wash Basin Item Code No – 308

Mirror size shall be 300mm x 450mm x 3mm thick. The frame shall be of Aluminium and board shall be hard board of 2.5mm thick. Hooks shall be provided for hanging. The Mirror Glass used shall be of following approved brands only “SAINT GOBAIN”, “MODI GUARD”.

India Map Item Code No – 309 Photo frames of laminated digital printing, matt finish, mounted on 3mm sun board with 2” fiber dark brown color with golden border design. Chain fixing to be supplied alongwith size – 30” x 42”

Maharashtra Map Item Code No – 310 Photo frames of laminated digital printing, matt finish, mounted on 3mm sun board with 2” fiber dark brown color with Golden Border design. Chain fixing to be supplied alongwith size – 30” x 42”

Photo frames Item Code No – 311

Photo frames of laminated digital printing, matt finish, mounted on 3mm sun board with 2” fiber Dark Brown Color with golden border design. Chain fixing to be supplied alongwith size – 15” x 21”

Page 105: PROCUREMENT OF FURNITURE ITEMS AND OTHER ALLIED GOODS …swd.maharashtra.etenders.in/tnduploads/swd/tndheader/TND... · SBD for Procurement of Furniture and Other Allied Goods at

105

Photo frames (Body Parts) Item Code No – 312 Photo frames of laminated digital printing, matt finish, mounted on 3mm sun board with 2” fiber dark brown color with golden border design. Chain fixing to be supplied alongwith size – 60” x 84”

Photo frames (Gymnastic) Item Code No – 313 Photo frames of laminated digital printing, matt finish, mounted on 3mm sun board with 2” fiber dark brown color with golden border design. Chain fixing to be supplied alongwith size – 60” x 84”

LCD TV Item Code No – 314

Panel Diagonal Sixe : Nominal (16:9)

Size :32 inch

Resolution: 1366 x 768

Brightness : 450cd/m2

Contrast Ratio: 3000:1

Viewing angle (H/V): 178°/178º

Response Time (G-to-G): 8ms

Color Space : 72%

Acoustic Back panel to reduce noise and separate out hot and cold air. The panel Should Be Coated with Anti Reflection Coating.

Connectivity PC inputs: VGA/DVI Video Inputs: CVBS/HDMI

Control Port Rs232C Input & O/P

Power Power Consumption (Max): 250W LCD TV Item Code No – 315

Panel Diagonal Sixe : Nominal (16:9)

Size :40 inch

Resolution: 1920 X 1080

Brightness : 450cd/m2

Contrast Ratio: 3000:1

Viewing angle (H/V): 178°/178º

Response Time (G-to-G): 8ms

Color Space : 72%

Acoustic Back panel to reduce noise and separate out hot and cold air. The panel Should Be Coated with Anti Reflection Coating.

Connectivity PC inputs: VGA/DVI Video Inputs: CVBS/HDMI

Control Port Rs232C Input & O/P

Power Power Consumption (Max): 350W

Page 106: PROCUREMENT OF FURNITURE ITEMS AND OTHER ALLIED GOODS …swd.maharashtra.etenders.in/tnduploads/swd/tndheader/TND... · SBD for Procurement of Furniture and Other Allied Goods at

106

PA System with Speaker Item Code No – 316

(A) Conference Room in Bldg A :- Microphone A strong flexible gooseneck securely fixed to the aluminium die-cast base, it should incorporate separate push switches for momentary and locked use. Specifications: Frequency response 50 – 15,000 Hz

Sensitivity 2.5 mV/Pa Impedance 600 Ω

With LED indication & long battery life. With Facility to set desire chime sound level Speakers Stylish rugged metal box speaker for a variety of speech and background music applicatios • Vandal proof metal cabinet.

• 6” Full range speaker , 8W/100V

• Key holes for easy wall & ceiling mounting

• Easy power tap selection through terminal strip.

Specifications

Input Power 8 W RMS Power taps on100V 8/4/2 W Impedance 1.25k/2.5k/5kΩ Frequency response 60 – 15,000Hz SPL at 1KhZ (1 W/1m) 92dB

(B) PA Amplifier - (Bldg –B) :-

Amplifier -10000W AC & 48V DC Operation Features- High power clean sound & trouble free operation under extreme climatic conditions haring the following features.

• 8 mic& 4 Aux Input.

• Aux -4 input is through RCA socket specially for connecting CD/DVD

player.

• Preamplifier & line output for connecting to a booster amplifier &

recording the programmes.

• Resettable circuit breaker & MCB at back for protection against

overload and short circuit.

• Instant transfer to DC power (Car Battery) if AC power fails

• Bass boost defeated at Driver unit position for safer operation

Sepcifications: Power Output 1350W Max , 1000W RMS @ 10% THD / 850W

RMS at 5% THD , 800W RMS at 2% THD Output regulation ≤ 2 dB, no load to full load at 1KHz Input Channels 8 xMic 0.8m V/4.7kΩ, 3 x Aux 100m V/50 kΩ,

1 x Aux 250m V/50kΩ

Page 107: PROCUREMENT OF FURNITURE ITEMS AND OTHER ALLIED GOODS …swd.maharashtra.etenders.in/tnduploads/swd/tndheader/TND... · SBD for Procurement of Furniture and Other Allied Goods at

107

1 x Line 1 V/50kΩ Frequency response 50 – 15,000Hz ± 3dB Signal to noise ratio 60 dB Tone controls Bass: ± 10dB at 100Hz, treble: ± 10dB at 10KHz Output Preamp 200m V/600Ω, Line 1V/1kΩ Speaker Output 2Ω , 4Ω , 70V & 100V Power Supply Ac : 220-240V, 50/60Hz , DC : 48V (4X12V Car

Battery)

Speakers 264 Nos (C ) PA System Amplifier ( Bldg – C) :-

Amplifier - 350 W AC & 36V DC Operation

Features- • 7 Mic& 2 Aux Inputs

• Preamplifier & Line output for connecting to a Booster Amplifier and for

recording the programmes.

• Resettable circuit breaker for protection against overload and short

circuit.

• Instant transfer to DC power (Car Battery) if AC power fails.

• Box speaker/ Driver Unit selector switch. Bass boost defeated at Driver

Unit position for safer operation of driver units.

Specifications: Power Output 450W Max., 350W RMS T at 10% THD 320W RMS at 5% THD, 300W RMS at 2% THD

Output regulation <2dB, no load to full load at 1kHz Input Channels 7 x Mic 0.8m V/4.7kΩ, 1 x Aux 100mV/470kΩ

1 x Aux 100mV/470kΩ, 1 x Line 1V/50kΩ Frequency response 50-15, 000Hz +3dB Signal to Noise ratio 60dB

Tone Controls Bass: +10dB at 100Hz, Treble: +10dB at 10kHz Outputs Preamp 200mV/600Ω, Line 1V/1kHΩ

Speaker Outputs 4Ω,8Ω, 70V & 100V Power Supply AC: 220-240V 50/60Hz DC: 36V (3 x 12V Car

Bettery) Power Consumption AC:660VA DC:6A

Speakers 39 Nos

(D ) PA System Amplifier ( Bldg – D) :- Amplifier -500 W AC & 36V DC Operation Features-

• 7 Mic& 2 Aux Inputs

• Preamplifier & Line output for connecting to a booster amplifier and for

recording the programmes.

• Resettable circuit breaker for protection against overload and short

circuit.

• Instant transfer to DC power (car battery) if AC power fails.

Page 108: PROCUREMENT OF FURNITURE ITEMS AND OTHER ALLIED GOODS …swd.maharashtra.etenders.in/tnduploads/swd/tndheader/TND... · SBD for Procurement of Furniture and Other Allied Goods at

108

• Box speaker/ Driver unit selector switch. Bass boost defeated at driver

unit position for safer operation of driver units.

Specifications: Power Output 750W Max., 500W RMS T at 10% THD 450W RMS at 5% THD, 415W RMS at 2% THD Output regulation <2dB, no load to full load at 1kHz

Input Channels 7 x Mic 0.8m V/4.7kΩ, 2 x Aux 100mV/470kΩ 1 x Line 1V/50kΩ

Frequency response 50-15, 000Hz +3dB Signal to Noise ratio 60dB Tone Controls Bass: +10dB at 100Hz, Treble: +10dB at 10kHz

Outputs Preamp 200mV/600Ω, Line 1V/1kHΩ Speaker Outputs 4Ω,8Ω, 70V & 100V

Power Supply AC: 220-240V 50/60Hz DC: 36V (3 x 12V Car Bettery)

Power Consumption AC:660VA DC:6A Speakers 48 Nos

Cabin Bells Item Code No – 317 Battery powered wireless buzzer unit consisting of a receiver and a transmitter. Signal receiving range to be 15 feet. Unit should be supplied with required batteries.

Basket Ball Net with Setup Item Code No – 318 Board 48” .Transparent Acrylic black with wheels, adjustable height. Ring to be made of 15mm solid steel ring with 9mm steel supports & official black plates with hooks for hanging nets.

Volley Ball Net with Setup Item Code No – 319

With MS pipe and court marked at site of superior quality cotton of official size with 4 sides tape.

Door Frame Metal Detector Item Code No – 320

Sun-Mica pasted wooden frame for indoor use. Fully auto set. Micro Controller based. Detect all metals and ferrite. Equal Sensitivity for ferrous & non- ferrous metals (Note – Conventional detectors having 40% less Sensitivity for non-ferrous metals). 0.9 level Sensitivity Control. Visual indications for metal, Led bar-graph, 03 district LEDs, Charge & Low battery. Big LCD Screen. Threshold setting. Intelligent counter (6 Digit) Walk/Stop indicator for traffic control. Key Pad for Parameter Settings. Plug – in type cards. Battery back up 6 to 8 hrs. in built charge. Frame detachable in three parts. Safe for cardiac pacemaker/ film/ pregnant women.

Hot Water Heater Item Code No – 321 Capacity in liters 3 Power supply 230 Volts, 50 Hz, single place AC Wattage (KW) 3000 W

Page 109: PROCUREMENT OF FURNITURE ITEMS AND OTHER ALLIED GOODS …swd.maharashtra.etenders.in/tnduploads/swd/tndheader/TND... · SBD for Procurement of Furniture and Other Allied Goods at

109

Maximum rated pressure 6.0 Bar Thermostat and thermal cutout Available Pressure relief valve Set to operate between 6.5 and 7.5 bar Installation type V-Wall mounting Colour As per approved The Geyser shall be - ABS plastic compact corrosion free, shock proof quterbody, automatic thermostat to cut off the power when set temperature is reached to prevent over heating & dry heating. Pressure release valve to prevent buildup of excessive pressure inside the tank. Mineral filled sheathed element made of copper. 99.9% Pure copper inner tank. Thick Polyurethane form (PUF) insulation to reduce standing heat loss and power consumption. Multi function valve to act as pressure release valve, non return valve, drain valve, expansion valve and vaccum release valve.

Biometric Management System Item Code No – 322

Biometric attendance management system aims to provide a basic platform for e-governance generation of MIS related to attendance of staff / students in schools and hostels. The service support during the contract period shall be exclusive responsibility of the OEM and the same shall be discharged through its own service engineer or its authorized channel partner. The data capture format or finger print image format should conform to ISO 19794.4 standard. All the equipments and peripherals shall be supplied with the relevant interface cables and necessary standard accessories. Also, all the equipments shall be provided with ISI standard, 3-pin power plugs (5-amp/15 amp, as required). The OEM as well as the Bidder shall be jointly and severally responsible for and quality of the supply. The bidder has to quote consolidated price for 3 years operation and maintenance. Periodical cleaning, routine maintenance to be done quarterly.

(A) OEM and bidder should submit following documents. 1. Hardware requirement specification to include hardware component

specification, OS specification and Network connectivity specification 2. Flow diagram, DFD, architecture diagram 3. Technical documentation to include system requirements and software

dependency, database specification and a detail flow of the system 4. Test Document - ETDC report is mandatory to be submitted BEFORE

SIGNING OF CONTRACT. Also a certificate from manufacturer of sensor (Not from China or Korea) that the offered model and make are manufactured with their sensor is to be mentioned.

5. Limitation and further enhancement (B) Technical Specifications of the Equipments. 1. Make must be specified. Manufactured in plant having ISO-9000

certificate. 2. Model must be specified. All the relevant product brochures and manuals

must be submitted as per specifications. 3. Authentication Fingerprint: Yes Password: No RF Card: Yes 4. Speed (FP) 1:1 Node: Require with speed< 1 sec 1: N Node: Yes

Required. 5. Algorithm FAR: < 0.1 % FRR: < 0.001% strictly adhered to. 6. No of Users Server: Unlimited Terminal: 10000 with 2 FP per user 7. Communication (TCP/IP) & GSM/GPRS

Page 110: PROCUREMENT OF FURNITURE ITEMS AND OTHER ALLIED GOODS …swd.maharashtra.etenders.in/tnduploads/swd/tndheader/TND... · SBD for Procurement of Furniture and Other Allied Goods at

110

8. Server Connection Upto 255 devices 9. Smart card Storage Capacity 4 Kb 10. Card Compatibility Smart Identity Card may required in Future (Optional) 11. Swipe Memory 1,00,000 12. Enclosure Rugged Metal enclosure or ABS Body 13. Display LCD (16 X 2) Monochrome 14. Minimum Sensor resolution 500 dpi Optical only Secugen/Sagem is

accepted Certificate from Secugen/Sagem is required that these devices are manufactured with above mentioned sensors only.

15. Operating Environment Temp:0-47oC RH: 0-95 % Power Input: 230 V AC 16. Built in Real time clock with battery backup Yes 17. Biometric Data Interchange Format ISO 19794.4 or ANSI/INCITS 378 18. Warranty 3 years onsite 19. Ports : USB port for data transfer in .pdf format to be provided. 20. Enrollment PC Based 21. Battery backup enabled 22. Battery backup time should be 4 hrs. 23. No Chinese/Korean sensors should be used. (C) Software Specifications:- 1. Monthly department wise sorted muster having employees/students in

vertical column and dates on horizontal column from 1 to 31 with Time In and Time Out

2. Definition of Collector declared holidays 3. Late mark report with department 4. The software should have SQL Database as a backend 5. Open source should be used to develop software 6. The Software should be able to export data to Leave management &

payroll software 7. Central database should be maintained and all transaction should be

recorded in it. In case connectivity is not there offline data transfer should be provided.

8. Export of Data to any other Database should be provided. 9. Exception report like late entry/exit, absent while In/Out. 10. Department wise presently 11. Monthly late comers list department wise 12. Gender wise presenty/late comer report. 13. Monitoring of student attendance in hostels in night/shift wise. (E) Specification for Server:- Only DELL / HP / IBM make only. The same should consists of Intel Quad Core Processor x 1 No with minimum 5420 or better processor, Intel 5000 series Chipset, 4 GB Memory expandable upto 16 GB, 146 GB x 5 Nos of SAS 15 K RPM Hot Swap HDD, Raid 0,1,5, Controller with 256 MB Backup cache, Redundant Power Supply, 2 x 1 GBPS LAN Port, Rack Mount Server, Windows Server 2003 Operating System and Server firewall and antivirus software. The Leased Line required will be taken from BSNL by Director office in Pune. Please note physical location of server will be as per convenience of the Purchaser. Add on items for Biometrics System to be supplied by the Bidder 1. 8 Port Switch 2. 16 Port Switch 3. Cat 6 Cable per meter

Page 111: PROCUREMENT OF FURNITURE ITEMS AND OTHER ALLIED GOODS …swd.maharashtra.etenders.in/tnduploads/swd/tndheader/TND... · SBD for Procurement of Furniture and Other Allied Goods at

111

4. Conduit per Meter 5. Laying of Cat 6 Cable per meter 6. Laying of Conduit per meter 7. RJ 45 8. Fixing of RJ 45 9. Casing for Battery 10. Li-ION battery for 4 Hrs backup with double charge. Panasonic, Excide 11. Battery for 2 hrs backup ISO 9000 certified make only. 12. Battery for 4 hrs backup ISO 9000 certified make only. 13. Charger for battery 14. UPS 500 VA with 15 Min backup on full load. 15. UPS 1000 VA with 15 Min. backup on full load. 16. Smart Card Printing 17. Smart Card Printer

Solar Lighting System Item Code No – 323

For Bldg type “B” – Hostel for 1000 Students – 2.5 KWP Solar Power pack Technical specifications:

• Solar PV module array – 2590 Wp (74 X 35 Nos), rating 2590W (74 W p X 35Nos. or equivalent), mono or poly crystalline silicon

• Solar array junction box - Weather proof junction box, blocking diodes and string indicators

• Solar array mounting frame - Fabricated in GI angle and square tube section with manual tracking facility

• Battery bank 60 V / 600 Ah - Lead acid, tubular plate; rating per battery 6 V / 300 AH (suggested). Typical Discharge Characteristic Curve as per IS:1651-1991 Battery Stand

• Solar + Mains Charge Controller – 60 v / 35 A ; MOSFET based PWM controlled; Efficiency 92%, Indications – Solar ON, Charging ON, Battery Low, Battery state of charge, Mains ON ; Protections – Battery over charge, Battery deep discharge, battery and solar array reverse connection, output short circuit. 60 V / 5 SMPS based mains charger. Manual changeover between solar & mains charger

• Inverter 3000 V A / 60 V - I / P 60 VDC ; O/P : 230 VAC, 50 Hz ; Quasi / True sine wave power corrected output ; Load regulation 2%; Protection: Output over load, output short circuit, earth fault. Indications: input and output voltage and current, Output short circuit / trip LED indications. Manual Changeover to Grid in case of failure / Trip condition

• DC + AC Distribution consisting of Battery isolator, Solar array isolator, Output isolator, Output AC ON indication lamp and Energy meter

• Cabling & Hardware - Panel interconnection; Battery inter connection; System wiring, Wiring up to distribution board. Wires of appropriate cross section – ‘ISI’ marked

For Bldg type “C” – Hostel for 100 students and Bldg type “D” – Residential School - 1 KWP Solar Power Pack

Technical Specifications: • Solar PV Module Array – 1036 Wp (74 X 14 Nos), Rating 1036 W ( 74 W p X

14 Nos. or equivalent ), Mono or Poly Crystalline silicon

Page 112: PROCUREMENT OF FURNITURE ITEMS AND OTHER ALLIED GOODS …swd.maharashtra.etenders.in/tnduploads/swd/tndheader/TND... · SBD for Procurement of Furniture and Other Allied Goods at

112

• Solar array junction box - Weather proof junction box, Blocking diodes, String indicators

• Solar Array Mounting Frame - Fabricated in GI angle and square tube section with Manual tracking facility

• Battery Bank 24 V / 600 Ah - Lead acid, Tubular plate; Rating per battery 6 V / 300 AH (suggested); Typical Discharge Characteristic Curve as per IS:1651-1991 Battery Stand.

• Solar + Mains Charge Controller – 24 v / 35 A ; MOSFET based PWM controlled; Efficiency 92%; Indications – Solar ON, Charging ON, Battery Low, Battery state of charge, Mains ON; Protections – Battery over charge, Battery deep discharge, battery and solar array reverse connection, output short circuit; 24 V / 5 SMPS based mains charger; Manual changeover between solar & mains charger

• Inverter 1250 V A / 24 V - I / P 24 VDC ; O/P : 230 VAC, 50 Hz; Quasi / True sine wave power corrected output; Load regulation 2%; Protection: Output over load, output short circuit, earth fault; Indications: input and output voltage and current, Output short circuit / trip LED indications; Manual Changeover to Grid in case of failure / Trip condition

• DC + AC Distribution consisting of Battery isolator, Solar array isolator, Output isolator, Output AC ON indication lamp and Energy meter

• Cabling & Hardware - Panel interconnection; Battery inter connection; System wiring, Wiring up to distribution board. Wires of appropriate cross section – ‘ISI’ marked

Curtain Rod Item Code No – 329

The overall size should be 2488mm L. The unit should be made of Size 2488 L made in 19 mm dia X 16 SWG MS ERW pipe. Fitting of curtain rod should be made in 25 mm dia X 19 mm L X 16 SWG MS ERW tubular pipe welded with 19 mm X 38 mm H X 4 mm thick MS plate on suspended support from main ceiling (one side welded other side will be detachable).2 nos of suspended support made in 19 mm dia X 16 SWG MS ERW tubular pipe. Complete unit should be made as per drawing.

Partition Item Code No – 330 The overall size of the item code: 330 should be 2400mm L x 64mm W x 1200mm Ht. The unit should be 64mm thick made out of 50 mm x 50 mm CP frame. Frame will be covered with 6 mm thick ply on both sides .The outside of ply shall be finished with 1mm thick approved colour laminate.Complete unit should be made as per drawing.

Curtain Rod Item Code No – 333 The unit should be of the size 713mm L made in 19 mm dia X 16 swg MS ERW pipe. Fitting should be made in 25 mm dia X 19 mm L X 16 swg MS ERW tubular pipe welded with 38 mm dia X 4 mm thick MS plate at one side, other side made in 25 mm dia X 38 mm L X 16 swg MS ERW tubular pipe(one end open and other and will be closed) welded with 8 mm MS road with 38 mm dia X 4 mm thick MS plate as base (one side welded other side will be detachable).Complete unit should be made as per drawing.

Page 113: PROCUREMENT OF FURNITURE ITEMS AND OTHER ALLIED GOODS …swd.maharashtra.etenders.in/tnduploads/swd/tndheader/TND... · SBD for Procurement of Furniture and Other Allied Goods at

113

Curtain Rod Item Code No – 334 The unit should be made of the size 1726 L made in 19 mm dia X 16 swg MS ERW pipe. Fitting of unit should be made in 25 mm dia X 38 mm L X 16 swg MS ERW tubular pipe (one end open and other and will be closed) welded with 8 mm MS Rod X 34 mm L with 38 mm dia X 4 mm thick MS plate as base (one side welded other side will be detachable).Complete unit should be made as per drawing.

Folding Partition Item Code No – 335 The overall size of Folding Partition should be 5312 mm L X 1800 mm H.Partition frame shall be made in 19mm X 19mm X 16 swg MS ERW square pipe all four sides to fixed the 5 mm thick PVC foam board finished with 1 mm approved inkjet vinyl with lamination poster on both side. Partition shall have caster wheel at below fixed on 19 mm X 19 mm X 16 swg MS ERW pipe. 5 mm thick PVC foam board fixed with 19 mm L X19 mm H X 6 mm D X 3 mm thick MS bracket. The unit shall consist of all necessary hardware such as etc.The Complete unit of Folding Partition shall be in accordance to drawing.

Folding Partition Item Code No – 336 The overall size of Folding Partition should be 5806 mm L X 1800 mm H.Partition frame shall be made in 19mm X 19mm X 16 swg MS ERW square pipe all four sides to fixed the 5 mm thick PVC foam board finished with 1 mm approved inkjet vinyl with lamination on both side. Partition should have caster wheel at below fixed on 19 mm X 19 mm X 16 swg MS ERW pipe. 5 mm thick PVC foam board fixed with 19 mm L X19 mm H X 6 mm D X 3 mm thick MS angel (one side). The unit shall consist of all necessary hardware. The Complete unit of Folding Partition shall be in accordance to drawing.

Partition Item Code No – 350

The overall size should be 2900mm L x 64mm W X 2400mm Ht. The unit should be 64mm thick made out of 50 mm x 50mm CP frame and the center to center distance between two CP frames will not be more than 400mm x 400mm. CP frame will be covered with 6 mm thick ply both sides. Outside of ply shall be finished with 1mm thick approved colour laminate. 32 mm thick block board for door finished with 1 mm thick approved colour laminate on both side. Block board edges finished in beading. Door consists of necessary approved lock with handle, door closer & necessary hardware. Complete unit should be made as per drawing.

Partition Item Code No – 351 The overall size should be 2600mm L x 64mm W X 2400mm Ht. The unit should be 64mm thick made out of 50 mm x 50mm CP frame and the center to center distance between two CP frames will not be more than 400mm x 400mm CP frame will be covered with 6 mm thick ply both sides. Outside of ply shall be finished with 1mm thick approved colour laminate.32 mm thick block board for door finished with 1 mm thick approved laminate on both side. Block board edges finished in beading. Door consists of necessary approved lock with handle, door closer & necessary hardware. Complete unit should be made as per drawing.

Page 114: PROCUREMENT OF FURNITURE ITEMS AND OTHER ALLIED GOODS …swd.maharashtra.etenders.in/tnduploads/swd/tndheader/TND... · SBD for Procurement of Furniture and Other Allied Goods at

114

Partition Item Code No – 353 The overall size of the item code: 353 should be 3821mm L x 64mm W x 2400mm Ht. The unit should be 64 mm thick made out of 50 mm x 50mm CP frame and the center to center distance between two CP frames will not be more than 400mm x 400mm. CP frame will be covered with 6 mm thick ply both sides. Outside of ply shall be finished with 1mm thick approved colour laminate. Complete unit should be made as per drawing. Partition Item Code No – 354

The overall size should be 8000mm L X 2400mm Ht. The 64 mm thick partition shall be made out of 50 mm x 50mm CP frame and the center to center distance between two CP frames shall not be more than 400mm x 400mm. CP frame shall be covered with 6 mm thick ply both sides. Outside of ply shall be finished with 1mm thick approved colour laminate.The Complete unit of Full Ht Partition shall be in accordance to drawing.

Partition Item Code No – 355 The overall size should be 9021mm L x 64mm W x 2400mm Ht. The unit should be 64 mm thick made out of 50 mm x 50mm CP frame and the center to center distance between two CP frames will not be more than 400mm x 400mm. CP frame will be covered with 6 mm thick ply both sides. Outside of ply shall be finished with 1mm thick approved colour laminate. 32 mm thick block board for door finished with 1 mm thick approved colour laminate on both side. Block board edges finished in beading. Door consists of necessary approved lock with handle, door closer & necessary hardware. Complete unit should be made as per drawing.

Partition with door Item Code No – 356

The overall size should be 3821mm L x 64mm W x 2400mm Ht. The unit should be 64 mm thick made out of 50 mm x 50mm CP frame and the center to center distance between two CP frames will not be more than 400mm x 400mm. CP frame will be covered with 6 mm thick ply both sides. Outside of ply shall be finished with 1mm thick approved colour laminate. 32 mm thick block board for door finished with 1 mm thick approved colour laminate both on side. Block board edges finished in beading. Door consists of necessary approved lock with handle, door closer & necessary hardware. Complete unit should be made as per drawing.

Partition Item Code No – 357 The overall size should be 8000mm L x 64mm W x 2400mm Ht. The unit should be 64 mm thick made out of 50 mm x 50mm CP frame and the center to center distance between two CP frames will not be more than 400mm x 400mm. CP frame will be covered with 6 mm thick ply both sides. Outside of ply shall be finished with 1mm thick approved colour laminate. 32 mm thick block board for door finished with 1 mm thick approved colour laminate on both side. Block board edges finished in beading. Door consists of necessary approved lock with handle, door closer & necessary hardware. Complete unit should be made as per drawing.

Partition Item Code No – 358

The overall size should be 2613mm L x 64mm W x 2400mm Ht. The unit should be 64 mm thick made out of 50 mm x 50mm CP frame and the center to center distance between two CP frames will not be more than 400mm x 400mm. CP frame will be covered with 6 mm thick ply both sides. Outside of ply shall be

Page 115: PROCUREMENT OF FURNITURE ITEMS AND OTHER ALLIED GOODS …swd.maharashtra.etenders.in/tnduploads/swd/tndheader/TND... · SBD for Procurement of Furniture and Other Allied Goods at

115

finished with 1mm thick approved colour laminate. The unit having 8 mm thick toughened clear glass. Glass should be fixed with wooden beading which shall be finished with approved colour laminate. 32 mm thick block board for door finished with 1 mm thick approved laminate on both side. Block board edges finished in beading. Door consists of necessary approved lock with handle, door closer & necessary hardware.Complete unit should be made as per drawing.

Partition Item Code No – 359

The overall size should be 2924mm L x 64mm W x 2400mm Ht. The unit should be 64 mm thick made out of 50 mm x 50mm CP frame. CP frame will be covered with 6 mm thick ply both sides. Inside of ply should have necessary coating of approved fire retardant paint and the outside of ply shall be finished with 1mm thick approved colour laminate. The unit having 8 mm thick toughened clear glass. Glass should be fixed with wooden beading which shall be finished with approved colour laminate. 32 mm thick block board for door finished with 1 mm thick approved laminate on both side. Block board edges finished in beading. Door consists of necessary approved lock with handle, door closer & necessary hardware. Complete unit should be made as per drawing.

Partition Item Code No – 360 The overall size should be 5176mm L x 64mm W x 2400mm Ht. The unit should be 64 mm thick made out of 50 mm x 50mm CP frame and the center to center distance between two CP frames will not be more than 400mm x 400mm. CP frame will be covered with 6 mm thick ply both sides. Outside of ply shall be finished with 1mm thick approved colour laminate. The unit having 8 mm thick toughened clear glass. Glass should be fixed with wooden beading which shall be finished with approved colour laminate. 32 mm thick block board for door finished with 1 mm thick approved colour laminate on both side. Block board edges finished in beading. Door consists of necessary approved lock with handle, door closer & necessary hardware. Complete unit should be made as per drawing.

Partition Item Code No – 362

The overall size should be 6020mm L x 64mm W x 2400mm Ht.The unit should be 64 mm thick made out of 50 mm x 50mm CP frame and the center to center distance between two CP frames will not be more than 400mm x 400mm. CP frame will be covered with 6 mm thick ply both sides. Outside of ply shall be finished with 1mm thick approved colour laminate. 32 mm thick block board for door finished with 1 mm thick approved colour laminate on both side. Block board edges finished in beading. Door consists of necessary approved lock with handle, door closer & necessary hardware. Complete unit should be made as per drawing.

Partition Item Code No – 363 The overall size should be 1566mm L x 64mm W x 2400mm Ht. The unit should be 64 mm thick made out of 50 mm x 50mm CP frame and the center to center distance between two CP frames will not be more than 400mm x 400mm. CP frame will be covered with 6 mm thick ply both sides. Outside of ply shall be finished with 1mm thick approved colour laminate. Complete unit should be made as per drawing.

Page 116: PROCUREMENT OF FURNITURE ITEMS AND OTHER ALLIED GOODS …swd.maharashtra.etenders.in/tnduploads/swd/tndheader/TND... · SBD for Procurement of Furniture and Other Allied Goods at

116

Aluminum Tope without handle with Lid Item Code No – 364 The tope shall be of size 32 with 9” L x 16.5” Dia of 5.500 kg weight in 8 guage with a capacity of 31 ltrs.

Aluminum Tope without handle with Lid Item Code No – 365 The tope shall be of size 34 with 9.5” L x 17.5” Dia of 6.000 kg weight in 8 guage with a capacity of 34.5 ltrs.

Aluminum Tope Without handle with Lid Item Code No – 366

The tope shall be of size 36 with 10” L x 18.25” Dia of 6.000 kg weight in 8 guage with a capacity of 42.5 ltrs.

Aluminum Tope with Two handle and Lid Item Code No – 367

The tope shall be of size 42 with 11.5” L x 21” Dia of 10.000 kg weight in 8 guage with a capacity of 65 ltrs.

Aluminum Tope with Two handle with Lid Item Code No – 368 The tope shall be of size 44 with 12.5” L x 22” Dia of 11.000 kg weight in 8 guage with a capacity of 75 ltrs.

Aluminum Tope with Two handle with Lid Item Code No – 369 The tope shall be of size 46 with 13.5” L x 23” Dia of 12.500 kg weight in 8 guage with a capacity of 85 ltrs.

Aluminum Tope with Four handle with Lid Item Code No – 370 The tope shall be of size 52 with 14.5” L x 26” Dia of 17.000 kg weight in 8 guage with a capacity of 125 ltrs.

Aluminum Tope with Four handle with Lid Item Code No – 371

The tope shall be of size 54 with 15.5” L x 27” Dia of 19.000 kg weight in 8 guage with a capacity of 140 ltrs.

Aluminum Tope with Four handle with Lid Item Code No – 372

The tope shall be of size 62 with 17” L x 31” Dia of 28.000 kg weight in 8 guage with a capacity of 210 ltrs.

S.S.Palta Item Code No – 373

The S.S.Palta shall be of size 30 with 30” L x 4.5” Dia of 0.900 kg weight in 22 guage.

S.S.Plata Item Code No – 374 The S.S.Palta shall be of size 40 with 40” L x 4.5” Dia of1.200 kg weight in 22 guage.

M.S.Kadai with Two Handle Item Code No – 375 The M.S.Kadai shall be of size 18 with 18” Dia of 12.000 kg weight in 6 guage.

M.S.Kadai with Two Handle Item Code No – 376 The M.S.Kadai shall be of size 24 with 24” Dia of 19.000 kg weight in 6 guage.

M.S.Kadai with Two Handle Item Code No – 377

The M.S.Kadai shall be of size 32 with 32” Dia of 30.000 kg weight in 6 guage.

Page 117: PROCUREMENT OF FURNITURE ITEMS AND OTHER ALLIED GOODS …swd.maharashtra.etenders.in/tnduploads/swd/tndheader/TND... · SBD for Procurement of Furniture and Other Allied Goods at

117

S.S.Hole Zara with Half Wooden Handle Item Code No – 378 The S.S.Hole Zara shall be of size 8 with 27” L x 8” Dia of 0.450 kg weight in 22 guage.

S.S.Hole Zara with Half Wooden Handle Item Code No – 379 The S.S.Hole Zara shall be of size 9 with 28” L x 9” Dia of 0.550 kg weight in 22 guage.

S.S.Hole Zara with Half Wooden Handle Item Code No – 380 The S.S.Hole Zara shall be of size 10 with 29” L x 10” Dia of 0.850 kg weight in 22 guage.

Aluminum Chalni for Rice Item Code No – 381

The Aluminum Chalni shall be of size 24 with 11.5” L x 26” Dia of 2.500 kg weight in 14 guage.

Aluminum Chalni for Rice Item Code No – 382 The Aluminum Chalni shall be of size 34 with 15” L x 36” Dia of 5.300 kg weight in 14 guage.

Aluminum Chalni for Rice Item Code No – 383 The Aluminum Chalni shall be of size 54 with 20” L x 56” Dia of 12.500 kg weight in 12 guage.

Aluminum Parat Item Code No – 384

The Aluminum Parat shall be of size 24 with 6” L x 22” Dia of 2.300 kg weight in 14 guage.

Aluminum Parat Item Code No – 385

The Aluminum Parat shall be of size 34 with 8” L x 30” Dia of 4.400 kg weight in 12 guage.

Aluminum Parat Item Code No – 386

The Aluminum Parat shall be of size 44 with 10” L x 40” Dia of 7.500 kg weight in 12 guage.

Wooden Round Plate with Roller Item Code No – 387 The Wooden Round Plate shall be of size 12 with 6” Dia.

Aluminum Sauce Pan with Wooden Handle Item Code No – 388 The aluminum sauce pan shall be of size 18 with 6.5” L x 11” Dia of 1.100 kg weight in 14 guage.

M.S.Veg Knife Item Code No – 389 The knife shall be of size 15 with 15” L.

S.S.Bucket Item Code No – 390

The S.S. bucket shall be of size 13 with 11” L x 10.5” Dia of 1.450 kg weight in 22 guage.

Page 118: PROCUREMENT OF FURNITURE ITEMS AND OTHER ALLIED GOODS …swd.maharashtra.etenders.in/tnduploads/swd/tndheader/TND... · SBD for Procurement of Furniture and Other Allied Goods at

118

S.S.Tea Kettle Item Code No – 391 The kettle shall be with a capacity of 25 ltrs.

S.S. Compartmental tray Item Code No – 392

The compartmental tray shall be of size 14 with 13” Dia of 0.52 kg weight in 22 guage.

Baby Spoon Item Code No – 393 The spoon shall be of 6.25” Dia of 0.02 kg weight in 22 guage.

S.S.Ladel with Wooden Handle Item Code No – 394

The ladel shall be of size 7 with 21” L x 5.50” Dia of 0.45 kg weight in 22 guage.

S.S.Ladel with Wooden Handle Item Code No – 396 The ladel shall be of size 10 with 24” L x 8” Dia of 0.55 kg weight in 22 guage. Pursuant to Section V Schedule of requirements the bidder mandatorily have to supply all the above furniture items and allied related goods at site, wherever applicable as per the below mentioned specifications and no reservations or deviations from the same would be accepted. 1. The steel tube (MS ERW round pipes) to confirm to IS 7138:1973 with latest

amendments for all sizes and Items. 2. The hollow steel section MS square / rectangular pipes to confirm to IS

4923:1997 of grade CF Yst 210 with latest amendments for all sizes and Items.

3. The stainless steel sheet to confirm to IS 6911:1992 of grade IS 304 S1 with latest amendments for all sizes and Items.

4. The medium density fiber boards (MDF) to confirm to IS 12406:2003 of grade SBG II with latest amendments for all sizes and Items.

5. The decorative thermostatic synthetic resin bonded laminated sheets in all colours to confirm to IS 2046:1995 of Grade P with latest amendments for all sizes, colours and Items.

6. The plywoods (Ply) to confirm to IS 303:1989 of grade MR, type AA with latest amendments for all sizes and Items.

7. The marine plywood to confirm to IS 710:2010 with latest amendments for all sizes and Items.

8. All MS ERW CRCA square/ round / rectangular tubes / sheets duly powder coated to confirm to IS 13871:1993 of grade B with latest amendments for all sizes and Items.

9. The anodic coating on aluminium (Anodizing) to confirm to IS 1868:1996 of grade AC 15 with latest amendments for all sizes and Items.

10. The aluminium hollow sections to confirm to IS 1285:2002 of grade 63400 (T5) with latest amendments for all sizes and Items.

11. The galvanized steel sheets (GI sheet) to confirm to IS 277:2003 of grade of coating 220 with latest amendments for all sizes and Items.

12. The cold reduced low carbon steel sheet (MS sheet) to confirm to IS 513:2008 of grade CR 1 with latest amendments for all sizes and Items.

13. The flat transparent sheet glass to confirm to IS 2835:1987 of grade B with latest amendments for all sizes and Items.

14. The aluminium composite panel to confirm to following listed specifications.

Page 119: PROCUREMENT OF FURNITURE ITEMS AND OTHER ALLIED GOODS …swd.maharashtra.etenders.in/tnduploads/swd/tndheader/TND... · SBD for Procurement of Furniture and Other Allied Goods at

119

A. Properties of Aluminium Composite panel

1 Panel Thickness mm .------ 3.0 ± 0.1 2 Weight Kg/M² .------ 3.85 - 3.90 3 Polyethylene Core Density Gsm/Cm³ D 1505 0.914 ± 0.002

B. Mechanical Properties

1 180º pell strength N/mm D 903 6.0 -7.5 2 Tensile Strength Kg/mm² D 638 4.2-5.0

3 Yield strength ( 0.2% Proof stress )

Kg/mm² D 638 3.8-4.0

4 Elongation % D 638 3.0 - 5.0 5 Flexural strength Kg/mm² D 790 10.0 -12.0 6 Punching shear stress 0.3 D 732 20-30

C. Thermal Properties

1 Thermal Expansion ( 49ºC - 100ºC)

mm/M D 696 0.0210-0.230

2 Temperature range ºC C 1363 -50 to 80

3 Water absorption % by weight

D 570 0.00

D. Properties of Aluminum skin and performance of Coating

1 Skin thickness mm ------ 0.3 ±0.01

2 Tensile Strength Kg/mm² E 8 150-160

3 Yield strength ( 0.2% Proof stress )

Kg/mm² E 8 130-140

4 Elongation % E 8 6.0-12.0 5 Modulus of elasticity Kg/mm² E 8 7000

E. General

1 Type of coating - front, coating thickness

------ Chemical PVDF - 26 µm (min)

2 Type of Coating - Back side, Coating thickness

µm D 7091 Polyester - 20 µm (min)

3 Gloss at 60º GU D523 25-35

4 Pencil Hardness -- D 3363 2H-3H

5 Taber Abrasion (CS 17 Wheel )

mg /1000 cycles

D 4060 80 (max.)

F. Chemical Resistance

1 Sodium hydroxide 20%,NaOH, 1 hr

Visual D 1308 Passes

2 Detergent, 3% solution,38ºC,72 hrs.

Visual AAMA 2605

Passes

3 Mortar , 100 % RH, 24 hrs Visual AAMA 2605

Passes

G. Weathering

1 Colour Change ( 500h) ∆E D2214 0.5-0.75 2 Gloss Retention % D523 90 (min.) 3 Chalking Visual D4214 Passes

Page 120: PROCUREMENT OF FURNITURE ITEMS AND OTHER ALLIED GOODS …swd.maharashtra.etenders.in/tnduploads/swd/tndheader/TND... · SBD for Procurement of Furniture and Other Allied Goods at

120

15. The wheel chair to confirm to IS 7454. 16. The stainless steel utensils to confirm to IS 14756:2000 with latest

amendments. 17. The mirrors to confirm to IS 3438:1994 with latest amendments for all sizes

and Items.

4. Drawings

FOR DETAILED DRAWINGS RELATED TO BUILDING LAYOUTS,

FURNITURE LAYOUTS, LINE–DRAWINGS OF INDIVIDUAL ITEMS TO BE

SUPPLIED

KINDLY REFER TO

VOL. II - ARCHITECTURAL DRAWING

Page 121: PROCUREMENT OF FURNITURE ITEMS AND OTHER ALLIED GOODS …swd.maharashtra.etenders.in/tnduploads/swd/tndheader/TND... · SBD for Procurement of Furniture and Other Allied Goods at

121

5. Inspections and Tests

Page 122: PROCUREMENT OF FURNITURE ITEMS AND OTHER ALLIED GOODS …swd.maharashtra.etenders.in/tnduploads/swd/tndheader/TND... · SBD for Procurement of Furniture and Other Allied Goods at

122

Inspections and Tests

Project Management Consultant in pursuant to BDS have been appointed by the purchaser to carry out post tender activities for the work of providing furniture items and allied goods at site to Dr. Babasaheb Ambedkar Bhavan, hostel building for 1000 students, hostel building for 100 students and residential school buildings. The PMC shall carry out inspection and testing as per Quality Management Plan as approved by the purchaser for all the furniture and other allied goods at site. Additionally, the PMC would carry out the following activites with respect to inspection and testing as follows – 1) All activities related to implementation of the project shall be done as per the

latest guidelines / circulars of Govt. of Maharashtra GR dated 2nd Jan 1992. For items not covered by BIS codes, international standards, such as British and Americans standards may be adopted. The PMC would finalize this in consultation with the purchaser.

2) The PMC shall visit the work site personally from time to time and whenever

his services are required for ascertaining that the work is being carried out satisfactorily and also for studying the problems on the spot and giving necessary clarification / directions.

3) The PMC shall deploy staff, transport and equipments at the site of work for

supervision and exercising adequate and constant day to day technical supervision over the layout checking , checking requirement of material and their procurement in time, checking their quality conforming to approved specification and accepted standard.

4) The PMC will issue memos / inspection reports after each visit and issue

copies to the Bidder and the purchaser. 5) The PMC shall certify also that the work measured, recommended for

payment and insure that the work done is fully consistent with the type, quality and specification prescribed in the agreement entered into with the bidders. In the matter of approving such bills, the PMC shall conform to the rules and instructions issued by the purchaser.

6) The PMC shall supervise the work and also for check measurements or hidden items to be done jointly by the PMC staff in the presence of the Bidder or his authorized representative. The PMC shall affix their signature in token of their check.

7) The PMC would analyze the various results of laboratory and field tests

carried out, prepare and submit reports to the purchaser. 8) The PMC shall exercise complete day to day supervision during construction

period of the assigned work, ensuring quality control in accordance with tender stipulations, specifications, drawing and site conditions. The quality control will be exercised at all stages of construction, viz approval of materials thereof in proper proportion including prescribing norms for test periodically

Page 123: PROCUREMENT OF FURNITURE ITEMS AND OTHER ALLIED GOODS …swd.maharashtra.etenders.in/tnduploads/swd/tndheader/TND... · SBD for Procurement of Furniture and Other Allied Goods at

123

and acceptability criteria and workmanship at all stages of execution of individual items of work.

9) The PMC’s team leader shall participate in the inspection of the work which

shall be carried out by the Bidder. After the inspection the PMC shall submit a report detailing the defect notice and the remedial measures to be taken by the bidder.

10) The purchaser is the arbitrator in case of differences between the supplier and the PMC. The Quality Management Plan approved by the purchaser would prevail and the purchaser would be the final authority whose decision would be binding on the supplier as well as the PMC.

Page 124: PROCUREMENT OF FURNITURE ITEMS AND OTHER ALLIED GOODS …swd.maharashtra.etenders.in/tnduploads/swd/tndheader/TND... · SBD for Procurement of Furniture and Other Allied Goods at

124

PART 3 - Contract

Page 125: PROCUREMENT OF FURNITURE ITEMS AND OTHER ALLIED GOODS …swd.maharashtra.etenders.in/tnduploads/swd/tndheader/TND... · SBD for Procurement of Furniture and Other Allied Goods at

125

Section VI. General Conditions of Contract

Table of Clauses

1. Definitions.............................................................................................................

2. Contract Documents ............................................................................................

3. Fraud and Corruption...........................................................................................

4. Interpretation ........................................................................................................

5. Language...............................................................................................................

6. Power of Attorney.................................................................................................

7. Eligibility................................................................................................................

8. Notices ..................................................................................................................

9. Governing Law......................................................................................................

10. Settlement of Disputes.........................................................................................

11. Scope of Supply ...................................................................................................

12. Delivery and Documents......................................................................................

13. Supplier’s Responsibilities..................................................................................

14. Contract Price .......................................................................................................

15. Terms of Payment ................................................................................................

16. Taxes and Duties ..................................................................................................

17. Performance Security ..........................................................................................

18. Copyright...............................................................................................................

19. Confidential Information ......................................................................................

20. Specifications and Standards .............................................................................

21. Packing and Documents......................................................................................

22. Insurance...............................................................................................................

23. Transportation ......................................................................................................

24. Inspections and Tests..........................................................................................

Page 126: PROCUREMENT OF FURNITURE ITEMS AND OTHER ALLIED GOODS …swd.maharashtra.etenders.in/tnduploads/swd/tndheader/TND... · SBD for Procurement of Furniture and Other Allied Goods at

126

25. Liquidated Damages ............................................................................................

26. Warranty................................................................................................................

27. Patent Indemnity...................................................................................................

28. Limitation of Liability ...........................................................................................

29. Change in Laws and Regulations .......................................................................

30. Force Majeure .......................................................................................................

31. Change Orders and Contract Amendments.......................................................

32. Extensions of Time...............................................................................................

33. Termination...........................................................................................................

34. Assignment ...........................................................................................................

35.Jurisdiction...........................................................................................................

Page 127: PROCUREMENT OF FURNITURE ITEMS AND OTHER ALLIED GOODS …swd.maharashtra.etenders.in/tnduploads/swd/tndheader/TND... · SBD for Procurement of Furniture and Other Allied Goods at

127

Section VI. General Conditions of Contract

1. Definitions

1.1. The following words and expressions shall have the meanings hereby assigned to them except where the context otherwise required:

1.1.1. “The Employer” shall be the Secretary Social Justice & Special

Assistance GOM and shall mean the official who is designated as such for the time being.

1.1.2. “Purchaser” shall mean the Director Social Welfare, Pune and

it’s successors in office and assigns.

1.1.3. The “Director Social Welfare, Pune” shall mean the official who is designated as such by the employer for the time being.

1.1.4. The “Director Social Welfare, Pune” shall mean the officer of

DSWP who is designated as such for the time being in whose jurisdiction the work lies. – Joint Director / Deputy Director.

1.1.5. The “Director Social Welfare, Pune” shall mean the officer of

DSWP who is designated as such for the time being in whose jurisdiction the work lies.- Divisional Social Welfare Officer.

1.1.6. The “Director Social Welfare, Pune” shall mean the officer of

DSWP who is designated as such for the time being in whose jurisdiction the work lies.- Special District Social Welfare Officer.

1.1.7. “Contract” means the Contract Agreement entered into

between the Purchaser and the Bidder, together with the contract documents referred to therein, including all attachments, appendices, and all documents incorporated by reference therein.

1.1.8. “Contract Documents” means the documents listed in the

contract agreement, including any amendments thereto.

1.1.9. “Contract Price” means the price payable to the bidder as specified in the contract agreement, subject to such additions and adjustments thereto or deductions there from, as may be made pursuant to the contract.

1.1.10. “Day” means calendar day.

1.1.11. A “Week” shall mean 7 consecutive days without regard to the

number of hours worked in any day in that week.

1.1.12. Month and Year and all dates shall be as per the Gregorian calendar. The time referred to shall be Indian Standard Time.

Page 128: PROCUREMENT OF FURNITURE ITEMS AND OTHER ALLIED GOODS …swd.maharashtra.etenders.in/tnduploads/swd/tndheader/TND... · SBD for Procurement of Furniture and Other Allied Goods at

128

1.1.13. The “Site” shall mean the various buildings, on under in or

through which the work is to be executed under the contract including any other lands or places which may be allotted by the department or used for the purpose of contract.

1.1.14. The “Engineer” shall mean the Project Management

Consultant appointed by the Employer, who is consultant to the employer / purchaser to perform the duties and the responsibilities of the consultant in supervising the contract.

1.1.15. “Completion” means the fulfillment of the supply of all the

furniture items & allied related goods at site by the bidder in accordance with the terms and conditions set forth in the contract.

1.1.16. “GCC” means the General Conditions of Contract.

1.1.17. “Goods” means all of the furniture and other allied goods at

site and /or related services that the bidder is required to supply and perform to the purchaser under the contract.

1.1.18. “SCC” means the Special Conditions of Contract.

1.1.19. “Supplier” means the person or entity, whose bid to perform

the contract has been accepted by the purchaser and is named as such in the contract agreement.

1.1.20. “Urgent Work” shall mean any measures, which in the opinion

of engineer becomes necessary during the progress of the work to obviate any risk or accident or failure or which becomes necessary for security of the work or the person working thereon.

2. Contract Documents

2.1. Subject to the order of precedence set forth in the contract agreement, all documents forming the Contract (and all parts thereof) are intended to be correlative, complementary, and mutually explanatory. The contract agreement shall be read as a whole.

2.2. One copy of the drawing, furnished to the bidder as aforesaid, shall be kept

by the bidder on the site and the same shall at all reasonable times be available for inspection and use by the PMC and the PMC’s representative and by any other person authorized by the PMC in writing.

Page 129: PROCUREMENT OF FURNITURE ITEMS AND OTHER ALLIED GOODS …swd.maharashtra.etenders.in/tnduploads/swd/tndheader/TND... · SBD for Procurement of Furniture and Other Allied Goods at

129

3. Fraud and Corruption

3.1. The Government of Maharashtra requires that as bidders, suppliers, contractors, and consultants under Government financed contracts, observe the highest standard of ethics during the procurement and execution of such contracts.

4. Interpretation

4.1. If the context so requires it, singular means plural and vice versa. 4.2. Incoterms – Unless inconsistent with any provision of the contract, the

meaning of any trade term and the rights and obligations of parties thereunder shall be as prescribed by Incoterms.

4.3. Entire Agreement - The contract constitutes the entire agreement between

the purchaser and the supplier and supersedes all communications, negotiations and agreements (whether written or oral) of the parties with respect thereto made prior to the date of contract.

4.4. Amendment - No amendment or other variation of the contract shall be

valid unless it is in writing, is dated, expressly refers to the contract, and is signed by a duly authorized representative of each party thereto.

4.5. Nonwaiver –

4.5.1. Subject to GCC Sub-Clause 4.5.2 below, no relaxation, forbearance, delay, or indulgence by either party in enforcing any of the terms and conditions of the contract or the granting of time by either party to the other shall prejudice, affect, or restrict the rights of that party under the contract, neither shall any waiver by either party of any breach of contract operate as waiver of any subsequent or continuing breach of contract.

4.5.2. Any waiver of a party’s rights, powers, or remedies under the

contract must be in writing, dated, and signed by an authorized representative of the party granting such waiver, and must specify the right and the extent to which it is being waived.

4.6. Severability - If any provision or condition of the contract is prohibited or

rendered invalid or unenforceable, such prohibition, invalidity or unenforceability shall not affect the validity or enforceability of any other provisions and conditions of the contract.

5. Language

5.1. The contract as well as all correspondence and documents relating to the contract exchanged by the supplier and the purchaser, shall be written in the English as specified in the SCC. Supporting documents and printed literature that are part of the contract may be in another language provided they are accompanied by an accurate translation of the relevant passages English, in

Page 130: PROCUREMENT OF FURNITURE ITEMS AND OTHER ALLIED GOODS …swd.maharashtra.etenders.in/tnduploads/swd/tndheader/TND... · SBD for Procurement of Furniture and Other Allied Goods at

130

which case, for purposes of interpretation of the contract, this translation shall govern.

5.2. The supplier shall bear all costs of translation to the governing language and

all risks of the accuracy of such translation, for documents provided by the supplier.

6. Power of Attorney

6.1. If the supplier is a partnership/ limited company all of the partners / directors shall be jointly and severally liable to the purchaser for the fulfillment of the provisions of the contract and shall designate a Power of Attorney holder to act as a person with authority to bind the bidder. The Power of Attorney must be registered. The composition or the constitution of the bidder shall not be altered without the prior consent of the purchaser.

7. Eligibility

7.1. The supplier shall have the nationality of an eligible country. A supplier shall be deemed to have the nationality of a country if it is a citizen or constituted, incorporated, or registered, and operates in conformity with the provisions of the laws of that country.

7.2. All goods to be supplied under the contract and financed by the Government

shall have their origin in eligible countries. For the purpose of this clause, origin means the country where the goods have been grown, mined, cultivated, produced, manufactured, or processed; or through manufacture, processing, or assembly, another commercially recognized article results that differs substantially in its basic characteristics from its components.

8. Notices

8.1. Any notice given by one party to the other pursuant to the contract shall be in writing to the address specified in the SCC. The term “in writing” means communicated in written form with proof of receipt.

8.2. A notice shall be effective when delivered or on the notice’s effective date,

whichever is later.

9. Governing Law

9.1. The contract shall be governed by and interpreted in accordance with the Indian laws, unless otherwise specified in the SCC.

10. Settlement of Disputes

10.1. The purchaser and the supplier shall make every effort to resolve amicably by direct negotiation any disagreement or dispute arising between them under or in connection with the contract.

Page 131: PROCUREMENT OF FURNITURE ITEMS AND OTHER ALLIED GOODS …swd.maharashtra.etenders.in/tnduploads/swd/tndheader/TND... · SBD for Procurement of Furniture and Other Allied Goods at

131

10.2. If, after twenty-eight (28) from the date of dispute days, the parties have failed to resolve their dispute or difference by such mutual consultation, then either the purchaser or the supplier may give notice to the other party of its intention to commence arbitration, as hereinafter provided, as to the matter in dispute, and no arbitration in respect of this matter may be commenced unless such notice is given. Any dispute or difference in respect of which a notice of intention to commence arbitration has been given in accordance with this clause shall be finally settled by arbitration. Arbitration may be commenced prior to or after delivery of the goods under the contract. Arbitration proceedings shall be conducted in accordance with the rules of procedure specified in the SCC.

10.3. The purchaser is the arbitrator in case of differences between the supplier and the PMC. The Quality Management Plan approved by the purchaser would prevail and the purchaser would be the Final authority whose decision would be binding on the supplier as well as the PMC.

10.4. Notwithstanding any reference to arbitration herein,

10.4.1. The parties shall continue to perform their respective obligations under the contract unless they otherwise agree; and

10.4.2. The purchaser shall pay the supplier any monies due the

supplier.

10.5 The right to appoint the arbitrator in this bid resides with the purchaser in case of disputes.

11. Scope of Supply

11.1. The furniture items & goods at site to be supplied shall be as specified in section V, The Schedule of Requirements.

12. Delivery and Documents

12.1. Subject to GCC Sub-Clause 32.1, the delivery of the goods and completion of the related services shall be within 4 months from the date of receipt of purchase order (Inclusive of monsoon). The details of documents to be furnished by the supplier are specified in the SCC.

12.2. Upon delivery the supplier shall notify the PMC & the purchaser and submit document as follows. (a) Three copies of Invoice (b) Acknowledgement of receipt of goods from the consignees. (c) Manufacturers / suppliers warranty certificate. (d) Inspection certificate issued by the nominated PMC of the region. (e) Suppliers factory inspection report.

12.3. The supplier shall abide by the following delivery financial milestones as mentioned below for the value of furniture items and other allied goods at site for each type of building of the purchaser. The delivery financial milestones will be calculated from the date of the receipted purchase order by the supplier as follows -

Page 132: PROCUREMENT OF FURNITURE ITEMS AND OTHER ALLIED GOODS …swd.maharashtra.etenders.in/tnduploads/swd/tndheader/TND... · SBD for Procurement of Furniture and Other Allied Goods at

132

(a) At the end of 60 days – 25% of the purchase order value. (b) At the end of 90 days – 50% of the purchase order value. (c) At the end of 120 days – 100% of the purchase order value. Non-adherence to the above financial delivery milestones would attract liquidated damages pursuant to SCC 25.1.

13. Supplier’s Responsibilities

13.1. The supplier shall supply all the furniture items and goods at site included in the scope of supply in accordance with GCC clause 11, and the delivery and completion schedule, as per GCC clause 12.

13.2. The bidder shall at all times during the progress of the work take all

requisite precaution and use his best endeavors for preventing any riotous or unlawful behavior by or amongst the worker and other employed on the works and for the preservation of peace and protection of the inhabitant and security of property in the neighborhood of the works. He shall also pay the charges of such special police (if any) as the PMC may deem necessary.

13.3. The bidder shall at his own cost provide and maintain at the site of

works a standard first aid box as directed and approved by the PMC for the use of his own as well as the other staff on site.

13.4. The bidder shall keep the purchaser indemnified by way of Indermnity board against any losses / damages incurred to the various types of buildings of the purchaser during the execution of the contract.

14. Contract Price

14.1. Prices charged by the supplier for the furniture Items and goods at site supplied performed under the contract shall not vary from the prices quoted by the supplier in its bid.

15. Terms of Payment

15.1. The contract price, shall be paid as specified in the SCC. 15.2. The supplier’s request for payment shall be made to the purchaser in

writing, accompanied by invoices describing, as appropriate, the goods delivered, and by the documents submitted pursuant to GCC clause 12 .2 and upon fulfillment of all other obligations stipulated in the contract.

15.3. Payments shall be made promptly by the purchaser, but in no case

later than thirty (30) days after submission of an invoice or request for payment by the supplier, and after the purchaser has accepted it.

Page 133: PROCUREMENT OF FURNITURE ITEMS AND OTHER ALLIED GOODS …swd.maharashtra.etenders.in/tnduploads/swd/tndheader/TND... · SBD for Procurement of Furniture and Other Allied Goods at

133

15.4. The currencies in which payments shall be made to the supplier under this contract shall be those in which the bid price is expressed.

15.5. In the event that the purchaser fails to pay the supplier any payment

by its due date or within the period set forth in the SCC, the purchaser shall not pay to the supplier any interest on the amount of such delayed payment.

16. Taxes and Duties

16.1. For goods manufactured within the purchaser’s country, the supplier shall be entirely responsible for all taxes, duties, etc., incurred until delivery of the contracted Goods to the purchaser.

16.2. If any tax exemptions, reductions, allowances or privileges may be

available to the supplier in the purchaser’s country, the purchaser shall use its best efforts to enable the supplier to benefit from any such tax savings to the maximum allowable extent.

17. Performance Security

17.1. As specified in the SCC, the supplier shall, within twenty five (25) days of the notification of contract award, provide a performance security of 5% of the value of the contract for the performance of the contract in the amount specified in the SCC.

17.2. The proceeds of the performance security shall be payable to the

purchaser as compensation for any loss resulting from the supplier’s failure to complete its obligations under the contract.

17.3. As specified in the SCC, the performance security, if required, shall be

denominated Indian Rupees (INR), acceptable to the purchaser; and shall be in one of the format stipulated by the purchaser in the SCC, or in another

format acceptable to the purchaser.

17.4. The performance security shall be discharged by the purchaser and returned to the supplier not later than ninety (90) days following the date of completion of the supplier’s performance obligations under the contract.

18. Copyright

18.1. The copyright in all drawings, documents, and other materials containing data and information furnished to the purchaser by the supplier herein shall remain vested in the supplier, or, if they are furnished to the purchaser directly or through the supplier by any third party, including suppliers of materials, the copyright in such materials shall remain vested in such third party.

Page 134: PROCUREMENT OF FURNITURE ITEMS AND OTHER ALLIED GOODS …swd.maharashtra.etenders.in/tnduploads/swd/tndheader/TND... · SBD for Procurement of Furniture and Other Allied Goods at

134

19. Confidential Information

19.1. The purchaser and the supplier shall keep confidential and shall not, without the written consent of the other party hereto, divulge to any third party any documents, data, or other information furnished directly or indirectly by the other party hereto in connection with the contract, whether such information has been furnished prior to, during or following completion or termination of the contract.

19.2. The purchaser shall not use such documents, data, and other

information received from the supplier for any purposes unrelated to the contract. Similarly, the supplier shall not use such documents, data, and other information received from the purchaser for any purpose other than the performance of the contract.

19.3. The above provisions of GCC clause 19 shall not in any way modify

any undertaking of confidentiality given by either of the parties hereto prior to the date of the contract in respect of the supply or any part thereof.

19.4. The provisions of GCC clause 19 shall survive completion or

termination, for whatever reason, of the contract.

20. Specifications and Standards

20.1. Technical Specifications and Drawings 20.1.1. The goods at site supplied under this contract shall confirm to

the technical specifications and standards mentioned in section V, Schedule of Requirements.

20.1.2. The supplier shall be entitled to disclaim responsibility for any design, data, drawing, specification or other document, or any modification thereof provided or designed by or on behalf of the purchaser, by giving a notice of such disclaimer to the purchaser.

20.1.3. Wherever references are made in the contract to codes and standards in accordance with which it shall be executed, the edition or the revised version of such codes and standards shall be those specified in the Schedule of Requirements. During contract execution, any changes in any such codes and standards shall be applied only after approval by the purchaser and shall be treated in accordance with GCC Clause 32.

21. Packing and Documents

21.1. The supplier shall provide such packing of the goods as is required to prevent their damage or deterioration during transit to their final destination.

21.2. The packing, marking, and documentation within and outside the

packages shall comply strictly with such special requirements as shall be

Page 135: PROCUREMENT OF FURNITURE ITEMS AND OTHER ALLIED GOODS …swd.maharashtra.etenders.in/tnduploads/swd/tndheader/TND... · SBD for Procurement of Furniture and Other Allied Goods at

135

expressly provided for in the contract, including additional requirements, or any other instructions ordered by the purchaser.

22. Insurance

22.1. Unless otherwise specified in the SCC, the goods supplied under the

contract shall be fully insured, against loss or damage incidental to manufacture, transportation, and delivery, in accordance with the applicable incoterms.

23. Transportation

23.1. Unless otherwise specified in the SCC, responsibility for arranging transportation of the goods shall be of the supplier.

24. Inspections and Tests

24.1. The supplier shall at its own expense and at no cost to the purchaser / PMC carry out all such tests and/or inspections of the goods as are specified in the SCC.

24.2. The inspections and tests may be conducted by the PMC on the

premises of the supplier or at the goods’ final destination, as specified in the SCC. Subject to GCC Sub-Clause 24.5, if conducted on the premises of the supplier, all reasonable facilities and assistance, including access to drawings and production data, shall be furnished to the PMC at no charge to the purchaser.

24.3. The purchaser / PMC shall be entitled to attend the tests and/or

inspections referred to in GCC sub-clause 24.2, provided that the supplier bear all of its own costs and expenses incurred in connection with such attendance including, but not limited to, all traveling and board and lodging expenses.

24.4. Whenever the supplier is ready to carry out any such test and

inspection, it shall give a reasonable advance notice, including the place and time, to the PMC. The supplier shall obtain from any relevant third party or manufacturer any necessary permission or consent to enable the purchaser / PMC to attend the test and/or inspection.

24.5. The purchaser / PMC may require the supplier to carry out any test

and/or inspection not required by the contract but deemed necessary to verify that the characteristics and performance of the goods comply with the technical specifications codes and standards under the contract, provided that the supplier’s reasonable costs and expenses incurred in the carrying out of such test and/or inspection shall be borne by the supplier. Further, if such test and/or inspection impedes the progress of manufacturing and/or the supplier’s performance of its other obligations under the contract, due allowance will be made in respect of the delivery dates and completion dates and the other obligations so affected.

Page 136: PROCUREMENT OF FURNITURE ITEMS AND OTHER ALLIED GOODS …swd.maharashtra.etenders.in/tnduploads/swd/tndheader/TND... · SBD for Procurement of Furniture and Other Allied Goods at

136

24.6. The supplier shall provide the purchaser / PMC with a report of the results of any such test and/or inspection.

24.7. The purchaser / PMC may reject any goods or any part thereof that fail

to pass any test and/or inspection or do not conform to the specifications. The supplier shall either rectify or replace such rejected goods or parts thereof or make alterations necessary to meet the specifications at no cost to the purchaser / PMC and shall repeat the test and/or inspection, at no cost to the purchaser / PMC upon giving a notice pursuant to GCC sub-clause 24.4.

24.8. The supplier agrees that neither the execution of a test and/or

inspection of the goods or any part thereof, nor the attendance by the purchaser / PMC or its representative, nor the issue of any report pursuant to GCC sub-clause 24.6, shall release the supplier from any warranties or other obligations under the contract.

25. Liquidated Damages

25.1. Except as provided under GCC clause 31, if the supplier fails to deliver any or all of the goods by the date(s) of delivery or perform the related services within the period specified in the contract, the purchaser may without prejudice to all its other remedies under the contract, deduct from the contract price, as liquidated damages, a sum equivalent to the percentage specified in the SCC of the delivered price of the delayed goods or unperformed services for each week or part thereof of delay until actual delivery or performance, up to a maximum deduction of the percentage specified in those SCC. Once the maximum is reached, the purchaser may terminate the contract pursuant to GCC clause 33.

26. Warranty

26.1. The supplier warrants that all the goods are new, unused, and of the most recent or current models, and that they incorporate all recent improvements in design and materials, unless provided otherwise in the contract.

26.2. Subject to GCC sub-clause 20.1.1, the supplier further warrants that

the goods shall be free from defects arising from any act or omission of the supplier or arising from design, materials, and workmanship, under normal use in the conditions prevailing in the country of final destination.

26.3. Unless otherwise specified in the SCC, the warranty shall remain valid

for twelve (12) months after the goods, or any portion thereof as the case may be, have been delivered / installed and accepted at the final destination indicated in the SCC.

26.4. The purchaser shall give notice to the supplier stating the nature of

any such defects together with all available evidence thereof, promptly following the discovery thereof. The purchaser shall afford all reasonable opportunity for the supplier to inspect such defects.

Page 137: PROCUREMENT OF FURNITURE ITEMS AND OTHER ALLIED GOODS …swd.maharashtra.etenders.in/tnduploads/swd/tndheader/TND... · SBD for Procurement of Furniture and Other Allied Goods at

137

26.5. Upon receipt of such notice, the supplier shall, within the period

specified in the SCC, expeditiously repair or replace the defective goods or parts thereof, at no cost to the purchaser including transportation.

26.6. If having been notified, the supplier fails to remedy the defect within

the period specified in the SCC, the purchaser may proceed to take within a reasonable period such remedial action as may be necessary, at the supplier’s risk and expense and without prejudice to any other rights which the purchaser may have against the supplier under the contract.

27. Patent Indemnity

27.1. The supplier shall, subject to the purchaser’s compliance with GCC sub-clause 27.1, indemnify and hold harmless the purchaser and its employees and officers from and against any and all suits, actions or administrative proceedings, claims, demands, losses, damages, costs, and expenses of any nature, including attorney’s fees and expenses, which the purchaser may suffer as a result of any infringement or alleged infringement of any patent, utility model, registered design, trademark, copyright, or other intellectual property right registered or otherwise existing at the date of the contract.

27.2. If any proceedings are brought or any claim is made against the

purchaser arising out of the matters referred to in GCC sub-clause 27.1, the purchaser shall promptly give the supplier a notice thereof, and the supplier may at its own expense and in the purchaser’s name conduct such proceedings or claim and any negotiations for the settlement of any such proceedings or claim.

27.3. If the supplier fails to notify the purchaser within twenty-eight (28) days

after receipt of such notice that it intends to conduct any such proceedings or claim, then the purchaser shall be free to conduct the same on its own behalf.

27.4. The purchaser shall, at the supplier’s request, afford all available

assistance to the supplier in conducting such proceedings or claim, and shall be reimbursed by the supplier for all reasonable expenses incurred in so doing.

27.5. The purchaser shall indemnify and hold harmless the supplier and its

employees, officers, and subcontractors from and against any and all suits, actions or administrative proceedings, claims, demands, losses, damages, costs, and expenses of any nature, including attorney’s fees and expenses, which the supplier may suffer as a result of any infringement or alleged infringement of any patent, utility model, registered design, trademark, copyright, or other intellectual property right registered or otherwise existing at the date of the contract arising out of or in connection with any design, data, drawing, specification, or other documents or materials provided or designed by or on behalf of the purchaser.

Page 138: PROCUREMENT OF FURNITURE ITEMS AND OTHER ALLIED GOODS …swd.maharashtra.etenders.in/tnduploads/swd/tndheader/TND... · SBD for Procurement of Furniture and Other Allied Goods at

138

28. Limitation of Liability

28.1. Except in cases of criminal negligence or willful misconduct,

28.1.1. the supplier shall not be liable to the purchaser, whether in contract, tort, or otherwise, for any indirect or consequential loss or damage, loss of use, loss of production, or loss of profits or interest costs, provided that this exclusion shall not apply to any obligation of the supplier to pay liquidated damages to the purchaser and

28.1.2. the aggregate liability of the supplier to the purchaser,

whether under the contract, in tort or otherwise, shall not exceed the total contract price, provided that this limitation shall not apply to the cost of repairing or replacing defective equipment, or to any obligation of the supplier to indemnify the purchaser with respect to patent infringement.

29. Change in Laws and Regulations

29.1. Unless otherwise specified in the contract, if after the date of bid submission, any law, regulation, ordinance, order or by law having the force of law is enacted, promulgated, abrogated, or changed in Maharashtra (India) where the site is located that subsequently affects the delivery date then such delivery date shall be correspondingly increased or decreased, to the extent that the supplier has thereby been affected in the performance of any of its obligations under the contract.

30. Force Majeure

30.1. The supplier shall not be liable for forfeiture of its performance security, liquidated damages, or termination for default if and to the extent that its delay in performance or other failure to perform its obligations under the contract is the result of an event of Force Majeure.

30.2. For purpose of this clause, “Force Majeure” means an event or

situation beyond the control of the supplier that is not foreseeable, is unavoidable, and its origin is not due to negligence or lack of care on the part of the supplier. Such events may include, but not be limited to, acts of the purchaser in its sovereign capacity, wars or revolutions, fires, floods, epidemics, quarantine restrictions, and freight embargoes.

30.3. If a Force Majeure situation arises, the supplier shall promptly notify

the Purchaser in writing of such condition and the cause thereof. Unless otherwise directed by the purchaser in writing, the supplier shall continue to perform its obligations under the contract as far as is reasonably practical, and shall seek all reasonable alternative means for performance not prevented by the Force Majeure event.

Page 139: PROCUREMENT OF FURNITURE ITEMS AND OTHER ALLIED GOODS …swd.maharashtra.etenders.in/tnduploads/swd/tndheader/TND... · SBD for Procurement of Furniture and Other Allied Goods at

139

31. Change Orders and Contract Amendments 31.1. The purchaser may at any time order the supplier through notice in

accordance GCC Clause 11, to make changes within the general scope of the contract in any one or more of the following:

31.1.1. drawings, designs, or specifications, where goods to be

furnished under the contract are to be specifically manufactured for the purchaser;

31.1.2. the place of delivery; and

31.1.3. the allied related goods at site to be provided by the Supplier.

31.2. If any such change causes an increase or decrease in the cost of, or

the time required for, the Supplier’s performance of any provisions under the contract, an equitable adjustment shall be made in the contract Price or in the delivery/completion schedule, or both, and the contract shall accordingly be amended. Any claims by the supplier for adjustment under this clause must be below 10% of the Order value and must be asserted within twenty-eight (28) days from the date of the supplier’s receipt of the purchaser’s change order.

31.3. Prices to be charged by the supplier for any related services or goods

at site that might be needed but which were not included in the contract shall be agreed upon in advance by the parties and shall not exceed the prevailing rates charged to other parties by the supplier for similar services.

31.4. Subject to the above, no variation in or modification of the terms of the

contract shall be made except by written amendment signed by the parties.

32. Extensions of Time

32.1. If at any time during performance of the contract, the supplier should encounter conditions impeding timely delivery of the goods or completion of supply of goods at site, the supplier shall promptly notify the purchaser in writing of the delay, its likely duration, and its cause. As soon as practicable after receipt of the supplier’s notice, the purchaser shall evaluate the situation and may at its discretion extend the supplier’s time for performance, in which case the extension shall be ratified by the parties by amendment of the contract.

32.2. Except in case of Force Majeure, as provided under GCC clause 31, a

delay by the supplier in the performance of its delivery and completion obligations shall render the supplier liable to the imposition of liquidated damages pursuant to GCC clause 25, unless an extension of time is agreed upon, pursuant to GCC sub-clause 32.1.

Page 140: PROCUREMENT OF FURNITURE ITEMS AND OTHER ALLIED GOODS …swd.maharashtra.etenders.in/tnduploads/swd/tndheader/TND... · SBD for Procurement of Furniture and Other Allied Goods at

140

33. Termination

33.1. Termination for Default 33.1.1. The purchaser, without prejudice to any other remedy for

breach of contract, by written notice of default sent to the supplier, may terminate the contract and forfeit the security deposit, in whole or in part and the supplier would not be eligible for any further payments

33.1.1.1. if the supplier fails to deliver any or all of the goods within the period specified in the contract, or within any extension thereof granted by the purchaser pursuant to GCC clause 32;

33.1.1.2. if the supplier fails to perform any other obligation under the contract; or

33.1.1.3. if the supplier, in the judgment of the purchaser has engaged in fraud and corruption, as defined in GCC Clause 3, in competing for or in executing the contract.

33.1.2. In the event the purchaser terminates the contract in whole or in part, pursuant to GCC clause 33.1.1, the purchaser may procure, upon such terms and in such manner as it deems appropriate, goods or related services similar to those undelivered or not performed, and the supplier shall be liable to the purchaser for any additional costs for such similar goods or related services. However, the supplier shall continue performance of the contract to the extent not terminated.

33.2. Termination for Insolvency. 33.2.1. The purchaser may at any time terminate the contract by

giving notice to the supplier if the supplier becomes bankrupt or otherwise insolvent. In such event, termination will be without compensation to the supplier, provided that such termination will not prejudice or affect any right of action or remedy that has accrued or will accrue thereafter to the purchaser.

33.3. Termination for Convenience. 33.3.1. The purchaser, by notice sent to the supplier, may terminate

the contract, in whole or in part, at any time for its convenience. The notice of termination shall specify that termination is for the purchaser’s convenience, the extent to which performance of the supplier under the contract is terminated, and the date upon which such termination becomes effective.

33.3.2. The goods that are complete and ready for installation within sixty (60) days after the supplier’s receipt of notice of termination shall be accepted by the purchaser at the contract terms and prices. For the remaining goods, the purchaser may elect:

33.3.2.1. to have any portion completed and delivered at the contract terms and prices; and/or

33.3.2.2. to cancel the remainder and pay to the supplier an agreed amount for partially completed goods and related services and for materials and parts previously procured by the supplier.

Page 141: PROCUREMENT OF FURNITURE ITEMS AND OTHER ALLIED GOODS …swd.maharashtra.etenders.in/tnduploads/swd/tndheader/TND... · SBD for Procurement of Furniture and Other Allied Goods at

141

34. Assignment

34.1. Neither the purchaser nor the supplier shall assign, in whole or in part, their obligations under this contract, except with prior written consent of the other party.

35. Jursidiction.

35.1 All disputes pertaining to this bid would be subject to Pune Jursidiction.

Page 142: PROCUREMENT OF FURNITURE ITEMS AND OTHER ALLIED GOODS …swd.maharashtra.etenders.in/tnduploads/swd/tndheader/TND... · SBD for Procurement of Furniture and Other Allied Goods at

142

Section VII. Special Conditions of Contract The following Special Conditions of Contract (SCC) shall supplement and / or amend the General Conditions of Contract (GCC). Whenever there is a conflict, the provisions herein shall prevail over those in the GCC.

GCC 1.1 The Purchaser is: The Director, Social Welfare Department.

GCC 1.1 Project Sites/Final Destinations are: The newly constructed various types of buildings of Social Justice Department as detailed in Section V Schedule of Requirements.

GCC 5.1 The language shall be English GCC 8.1 For notices, the Purchaser’s address shall be:

The Director, Social Welfare Department 3, Church Road, Pune - 411001 Maharashtra State, India. Ph - 020 26122652 Fax - 020 26126698 E mail ID – [email protected]

GCC 9.1 The governing law shall be the laws of India

GCC 10.2 The rules of procedure for arbitration proceedings pursuant to GCC Clause 10.2 shall be as follows : In the case of a dispute between the purchaser and a supplier, the dispute shall be referred to adjudication or arbitration in accordance with the Indian Laws.

GCC 12.1 The supplier has to deliver the furniture Items & allied goods at site within four months from the date of receipt of purchase order from the purchaser.

GCC 12.2 The supplier shall notify the purchaser & PMC upon delivery and submit the following documents :

(a) Three copies of invoice (b) Acknowledgement of receipt of goods from the consignees. (c) Manufacturers / suppliers warranty certificate. (d) Inspection certificate issued by the nominated PMC of the region. (e) Suppliers factory inspection report.

GCC 12.3 The supplier shall abide by the following delivery financial milestones as mentioned below for the value of furniture items and other allied goods at site for each type of building of the purchaser. The delivery financial milestones will be calculated from the date of the receipted purchase order by the supplier as follows -

(a) At the end of 60 days – 25% of the purchase order value. (b) At the end of 90 days – 50% of the purchase order value. (c) At the end of 120 days – 100% of the purchase order value.

Non-adherence to the above financial delivery milestones would

Page 143: PROCUREMENT OF FURNITURE ITEMS AND OTHER ALLIED GOODS …swd.maharashtra.etenders.in/tnduploads/swd/tndheader/TND... · SBD for Procurement of Furniture and Other Allied Goods at

143

attract liquidated damages pursuant to SCC 25.1.

GCC 13.4 The bidder shall keep the purchaser indemnified against any losses / damages incurred to the various types of buildings of the purchaser during the execution of the contract.

GCC 15.1 The method and conditions of payment to be made to the supplier under this contract shall be as follows: (a) On delivery – 80%(eighty) of the contract price shall be paid on receipt of goods and upon submission of acceptance certificate issued by the PMC proportionately. (Payments shall be made within thirty (30) days of presentation of claim supported by a certificate from the PMC declaring that the goods have been delivered and that all other contracted goods at Site have been performed.) (b) On final acceptance -20% (twenty) of the contract price shall be released immediately after completion of quality verification and deducting penalty cost if any.

GCC 17.1 A performance security of 5% would be required within 25 days of the award of contract.

GCC 17.3 The performance security shall be in the form of bank guarantee only.

GCC 17.4 Discharge of the performance security shall take place after 90 days of completion of work in all respects.

GCC 22.1 The insurance coverage shall be borne by the supplier.

GCC 23.1 The supplier is required under the contract to transport the goods to a specified place of final destination, defined as the project site, transport to such place of destination, including insurance and storage, shall be arranged by the supplier, and related costs shall be borne by the supplier.

GCC 24.1 The inspections and tests shall be carried by the PMC appointed by the purchaser.

GCC 24.2 The inspections and tests shall be conducted by PMC on a regular basis either at the supplier premises or the final destination of goods.

GCC 25.1 The liquidated damages shall be 0.5% per week or part thereof.

GCC 25.1 The maximum amount of liquidated damages shall be 5%

GCC 26.3 The period of validity of the warranty shall be 365 days

GCC 35.1 This bid would be subject to Pune Jursidiction

Page 144: PROCUREMENT OF FURNITURE ITEMS AND OTHER ALLIED GOODS …swd.maharashtra.etenders.in/tnduploads/swd/tndheader/TND... · SBD for Procurement of Furniture and Other Allied Goods at

144

Section VIII. Contract Forms

Table of Forms

1. Contract Agreement .................................................................................................

2. Performance Security ..............................................................................................

Page 145: PROCUREMENT OF FURNITURE ITEMS AND OTHER ALLIED GOODS …swd.maharashtra.etenders.in/tnduploads/swd/tndheader/TND... · SBD for Procurement of Furniture and Other Allied Goods at

145

1. Contract Agreement

[The successful Bidder shall fill in this form in accordance with the instructions indicated]

THIS CONTRACT AGREEMENT is made on the _________________ day of _______________________, ______.

BETWEEN (1) Purchaser – Director, Social Welfare Department __________________________________________ __________________________________________ (2) Supplier __________________________________________ __________________________________________ WHEREAS the purchaser invited bids vide CB No- CB/SWD/09/2010 for supply of furniture items and other allied goods at site and has accepted a bid by the supplier for the supply of these goods in the sum of Rs__________________ (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 constitute the contract between the purchaser

and the supplier, and each shall be read and construed as an integral part of the contract:

a. This Contract Agreement b. Special Conditions of Contract c. General Conditions of Contract d. Technical Requirements (including Schedule of Requirements and

Technical Specifications) e. The Supplier’s Bid and Original Price Schedules f. The Purchaser’s Notification of Award

3. This contract shall prevail over all other contract documents. In the event of any discrepancy or inconsistency within the contract documents, then the documents shall prevail in the order listed above.

4. In consideration of the payments to be made by the purchaser to the supplier

as hereinafter mentioned, the supplier hereby covenants with the purchaser to provide the goods and to remedy defects therein in conformity in all respects with the provisions of the contract.

Page 146: PROCUREMENT OF FURNITURE ITEMS AND OTHER ALLIED GOODS …swd.maharashtra.etenders.in/tnduploads/swd/tndheader/TND... · SBD for Procurement of Furniture and Other Allied Goods at

146

5. The purchaser hereby covenants to pay the supplier in consideration of the provision of the goods 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.

IN WITNESS whereof the parties hereto have caused this agreement to be executed in accordance with the laws of Government of India on the ________ day of _____________________, __________ For and on behalf of the Purchaser Signed: ___________________________ In the presence of 1) ___________________________ 2) ___________________________ For and on behalf of the Supplier Signed: Director ___________________________ In the presence of 1) ___________________________ 2) ___________________________

Page 147: PROCUREMENT OF FURNITURE ITEMS AND OTHER ALLIED GOODS …swd.maharashtra.etenders.in/tnduploads/swd/tndheader/TND... · SBD for Procurement of Furniture and Other Allied Goods at

147

2. Performance Security

[The bank, as requested by the successful Bidder, shall fill in this form in accordance with the instructions indicated]

Date: _________ CB No. CB/SWD/09/2010 Title Procurement of Furniture and other allied goods at site for

Ambedkar Bhavan, Hostels for students and Residential Schools of the Department of Social Justice.

Bank’s Branch: _______________________________ _______________________________ Beneficiary: Director, Social Welfare Department PERFORMANCE GUARANTEE No.: _______________________________

We have been informed that M/s. ____________________________ (hereinafter

called "the Supplier") has entered into Contract No: _______________________

dated ______________ with you, for the Procurement of Furniture Items and

Other Allied Goods at Site (hereinafter called "the Contract").

Furthermore, we understand that, according to the conditions of the Contract, a

Performance Guarantee is required.

At the request of the Supplier, we hereby irrevocably undertake to pay you any

sum(s) not exceeding Rs. _____________ /- upon receipt by us of your first

demand in writing declaring the Supplier to be in default under the Contract,

without civil or argument, or your needing to prove or to show grounds or reasons

for your demand or the sum specified therein.

This Guarantee shall expire no later than the ______________________ and any

demand for payment under it must be received by us at this office on or before

that date.

[Signatures of authorized representatives of the bank and the Supplier]