rfp of interior work of bhamashah technical hub, jhalana...
TRANSCRIPT
RFP of Interior work of Bhamashah Technical Hub,
Jhalana Institutional Area, Jaipur (After Pre-bid)
Page 1 of 230
RFP of Interior work of Bhamashah Technical Hub, Jhalana Institutional Area, Jaipur
Mode of Bid Submission Online though eProcurement/ eTendering system
at http://eproc.rajasthan.gov.in
Procuring Authority Technical Director, DoIT&C, Second Floor, IT
Building, Yojana Bhawan, Tilak Marg, C-Scheme,
Jaipur (Rajasthan)
Date & Time of Pre-bid meeting
Last Date & Time of Submission of Bid
Date & Time of Opening of Technical Bid
Bidding Document Fee: Rs. 10,000 (Rupees Ten Thousand only)
Name of the Bidding Company/ Firm:
Contact Person(Authorised Bid Signatory):
Correspondence Address:
Mobile No. Telephone &
Fax Nos.:
Website & E-Mail:
Department of Information Technology &Communications (DoIT&C)
2ndFloor, IT Building, Yojana Bhawan Campus, Tilak Marg, C-Scheme, Jaipur (Rajasthan)
Phone: 0141-2224855Fax: 0141-2222011
Web: http://DoIT&C.rajasthan.gov.in, Email: [email protected]
RFP of Interior work of Bhamashah Technical Hub,
Jhalana Institutional Area, Jaipur (After Pre-bid)
Page 2 of 230
Contents
Contents
CONTENTS 2
ABBREVIATIONS & DEFINITIONS 6
1. INVITATION FOR BID (IFB) & NOTICE INVITING BID (NIB) 9
2. PROJECT PROFILE & BACKGROUND INFORMATION 11
3. PRE-QUALIFICATION/ ELIGIBILITY CRITERIA 12
4. SCOPE OF WORK, DELIVERABLES & TIMELINES 16
1) Details of work (SoW) 16
2) Project Kick-off Meeting 16
3) Not in the Scope of this Tender 16
4) Project Deliverables, Milestones & Time Schedule as per site progress at different
locations 17
5. INSTRUCTION TO BIDDERS (ITB) 18
1) Sale of Bidding/ Tender Documents 18
2) Pre-bid Meeting/ Clarifications 18
3) Changes in the Bidding Document 18
4) Period of Validity of Bids 19
5) Format and Signing of Bids 19
6) Cost & Language of Bidding 20
7) Alternative/ Multiple Bids 20
8) Bid Security 20
9) Deadline for the submission of Bids 21
10) Withdrawal, Substitution, and Modification of Bids 21
11) Opening of Bids 21
12) Selection Method: 22
13) Clarification of Bids 22
14) Verification of Eligibility Documents by DoIT&C 22
15) Evaluation & Tabulation of Technical Bids 23
16) Evaluation & Tabulation of Financial Bids 24
17) Correction of Arithmetic Errors in Financial Bids 24
18) Registration with Commercial Tax Department in Rajasthan, Should consider
the GST 25
19) Price/ purchase preference in evaluation 25
20) Negotiations 25
21) Exclusion of Bids/ Disqualification 25
22) Lack of competition 26
23) Acceptance of the successful Bid and award of contract 26
RFP of Interior work of Bhamashah Technical Hub,
Jhalana Institutional Area, Jaipur (After Pre-bid)
Page 3 of 230
24) Information and publication of award 27
25) P o u i g e tity s ight to a ept o eje t a y o all Bids 27
26) Right to Vary Quantity and Repeat Orders 27
27) Rate Analysis for Items Not Given in BoQ, But May Require at Site 28
28) Performance Security 28
29) Execution of agreement 29
30) Confidentiality 29
31) Cancellation of procurement process 30
32) Code of Integrity for Bidders 30
33) Conflict of Interest 31
34) Interference with Procurement Process 31
35) Appeals 31
36) Stay of procurement proceedings 33
37) Vexatious Appeals & Complaints 33
38) Offenses by Firms/ Companies 33
39) Debarment from Bidding 33
40) Monitoring of Contract 34
6. GENERAL TERMS AND CONDITIONS OF TENDER &CONTRACT 35
Definitions 35
1) Contract Documents 35
2) Interpretation 35
3) Language 36
4) Joint Venture, Consortium or Association 36
5) Eligible Goods and Related Services 37
6) Service of Notices Documents & Orders 37
7) Governing Law 37
8) Scope of Supply 37
9) Delivery & Installation 38
10) Su essful idde s/ Sele ted Bidde s ‘espo si ilities 38
11) Pu hase s ‘espo si ilities 38
12) Contract Price 38
13) Recoveries from Successful bidder/ Selected Bidder 38
14) Taxes & Duties 39
15) Copyright 39
16) Confidential Information 39
17) Sub-Contracting 40
18) Specifications and Standards 40
19) Packing and Documents 41
RFP of Interior work of Bhamashah Technical Hub,
Jhalana Institutional Area, Jaipur (After Pre-bid)
Page 4 of 230
20) Insurance 41
21) Transportation 41
22) Inspection 41
23) Samples 42
24) Drawl of Samples 42
25) Testing Charges 42
26) Rejection 42
27) Compensation for Delay 43
28) Risk & Cost Clause 44
29) Contractor remains liable to pay compensation, if action not taken under
clause 28 45
30) Extension of Time 46
31) No Compensation for Alteration in Restraction of Work to Be Carried Out 46
32) Authenticity of Equipment 46
33) Work to Be Open to Inspection: Contractor or His Responsible Agent to Be
Present 47
34) Notice To Be Given Before Any Work Is Covered Up 47
35) Contractor Liable For Damage Done and For Imperfections 47
36) Warranty 47
37) Maintenance Contract 48
38) Contractor to Adhere To Labour Laws / Regulation 48
39) Withdrawal of Work from the Contractor 49
40) Protect Works 49
41) Fair Wage Clause 49
42) Patent Indemnity 50
43) Limitation of Liability 50
44) Force Majeure 51
45) Change Orders and Contract Amendments 51
46) Termination 51
47) Exit Management 52
48) Settlement of Disputes 55
7. SPECIAL TERMS AND CONDITIONS OF TENDER & CONTRACT 56
1) Payment Terms and Schedule as per Site Progress 56
2) Change Requests/ Management 56
ANNEXURE-1: TECHNICAL SPECIFICATION 58
A) CEILING 58
B) LIGHTS 64
RFP of Interior work of Bhamashah Technical Hub,
Jhalana Institutional Area, Jaipur (After Pre-bid)
Page 5 of 230
C) VERTICAL FINISHES (CLADDING & PARTITIONS) 66
D) FLOORING 80
E) DOORS 87
F) UNDERDECK INSULATION: - 89
G) LOOSE FURNITURE 89
H) MODULAR CABINS 106
I) REST PODS 107
J) GYM EQUIPMENT 107
K) DECORATIVE ITEMS (AS PER PHOTOGRAPHS ATTACHED ACCEPTABLE TO DOIT&C) 109
L) AV SOLUTIONS 110
ANNEXURE-2: BILL OF QUANTITY (BOQ) 133
ANNEXURE-3: TENDER FORM 171
ANNEXURE-4: TECHNICAL BID COVERING LETTER 173
ANNEXURE- : BIDDE‘ S AUTHO‘I)ATION CERTIFICATE 175
ANNEXURE-6: SELF-DECLARATION 176
ANNEXURE-7: A LISTS OF MAKES TO BE OFFERED BY BIDDER 177
ANNEXURE-8: FINANCIAL BID COVER LETTER & FORMAT 181
ANNEXURE-9: BANK GUARANTEE FORMAT 183
ANNEXURE-10: DRAFT AGREEMENT FORMAT 188
ANNEXURE-11: MEMORANDUM OF APPEAL UNDER THE RTPP ACT, 2013 191
ANNEXURE-12: FORMAT FOR CONSORTIUM AGREEMENT 192
ANNEXURE-13: PREFERRED MAKES 196
ANNEXURE-14: INDICATIVE CONFIDENTIALITY AND NON DISCLOSURE AGREEMENT 202
ANNEXURE-15: DRAWINGS 206
2D DRAWING 206
GROUND FLOOR 211
1ST FLOOR 214
2ND FLOOR 217
3RD FLOOR 222
7TH AND 8TH FLOOR 224
RFP of Interior work of Bhamashah Technical Hub,
Jhalana Institutional Area, Jaipur (After Pre-bid)
Page 6 of 230
ABBREVIATIONS & DEFINITIONS
Act The Rajasthan Transparency in Public Procurement Act, 2012 (Act No. 21
of 2012) and Rules thereto
Authorised Signatory
The idde s ep ese tati e/ offi e ested e pli itl , i pli itl , o th ough conduct) with the powers to commit the authorizing organization to a
binding agreement. Also called signing officer/ authority having the Power of
Attorney (PoA) from the competent authority of the respective Bidding firm.
BG Bank Guarantee
Bid Security
A security provided to the procuring entity by a bidder for securing the
fulfilment of any obligation in terms of the provisions of the bidding
documents.
Bid/ eBid A formal offer made in pursuance of an invitation by a procuring entity and
includes any tender, proposal or quotation in electronic format
Bidder/Supplier/Contractor Any firm participating in the procurement/ bidding process with the
procurement entity. In case of sole bidder, sole bidder should qualify all
terms and conditions of RFP.
Bidding Document
Documents issued by the procuring entity, including any amendments
thereto, that set out the terms and conditions of the given procurement and
includes the invitation to bid
BoM Bill of Material
BoQ Bill of Quantity
BSDC Bhamashah State Data Center
BTH Bhamashah Technical Hub
CINOC Centralized Integrated Network Operations Centre
CMC Contract Monitoring Committee
Competent Authority An authority or officer to whom the relevant administrative or financial
powers have been delegated for taking decision in a matter relating to
procurement. Technical Director- DoIT&C, in this bidding document.
Contract/ Procurement
Contract
A contract entered into between the procuring entity and a successful bidder
concerning the subject matter of procurement
Contract/ Project Period The Contract/ Project Period shall commence from the date of signing of
agreement for CAPEX – 6 Months and OPEX - 5 years.
CAPEX Capital Expenditure
COTS Commercial Off The Shelf Software
CST Central Sales Tax
Day A calendar day as per IST.
DCO Data Center Operator during the OPEX Period
DeitY, GoI Department of Electronics and Information Technology, Government of India
DoIT&C Department of Information Technology and Communications, Government
of Rajasthan.
DLP Defect Liability Period
DRS Disaster Recovery Site
RFP of Interior work of Bhamashah Technical Hub,
Jhalana Institutional Area, Jaipur (After Pre-bid)
Page 7 of 230
eGRAS Online Government Receipts Accounting System (e-GRAS) is an e-
Governance Initiative of Government of Rajasthan under Mission Mode
Project category and is part of Integrated Financial Management System
(IFMS). E-GRAS facilitates collection of tax/ non-tax revenue in both the
modes: online as well as manual. All types of government revenue may be
deposited online using this website: https://egras.raj.nic.in/
FOR/ FOB Free on Board or Freight on Board
GoI/ GoR Govt. of India/ Govt. of Rajasthan
Goods
All articles, material, commodities, electricity, livestock, furniture, fixtures,
raw material, spares, instruments, software, machinery, equipment,
industrial plant, vehicles, aircraft, ships, railway rolling stock and any
other category of goods, whether in solid, liquid or gaseous form,
purchased or otherwise acquired for the use of a procuring entity as well as
services or works incidental to the supply of the goods if the value of
services or works or both does not exceed that of the goods themselves
GST Goods and Service Tax
ICT Information and Communication Technology.
IFB
Invitation for Bids (A document published by the procuring entity inviting
Bids relating to the subject matter of procurement and any amendment
thereto and includes notice inviting Bid and request for proposal)
INR Indian Rupee
ISI Indian Standards Institution
ISO International Organisation for Standardisation
IT Information Technology
ITB Instruction to Bidders
LD Liquidated Damages
LoI Letter of Intent
NCB A bidding process in which qualified bidders only from within India are
allowed to participate
NeGP National e-Governance Plan of Government of India, Department of
Information Technology (DIT), Ministry of Communications and Information
Technology (MCIT), New Delhi.
NIB Notice Inviting Bid
Notification A notification published in the Official Gazette
OEM Original Equipment Manufacturer
OPEX Operational Expenditure
PAN Permanent Account Number
PBG Performance Bank Guarantee
PC Procurement/ Purchase Committee
PQ Pre-Qualification
Procurement Process
The process of procurement extending from the issue of invitation to Bid till
the award of the procurement contract or cancellation of the procurement
process, as the case may be
RFP of Interior work of Bhamashah Technical Hub,
Jhalana Institutional Area, Jaipur (After Pre-bid)
Page 8 of 230
Procurement/ Public
Procurement
The acquisition by purchase, lease, license or otherwise of works, goods or
services, including award of Public Private Partnership projects, by a
procuring entity whether directly or through an bidder with which a contract
for procurement services is entered into, but does not include any
a uisitio ithout o side atio , a d p o u e o p o u ed shall e construed accordingly
Project Site Wherever applicable, means the designated place or places.
PSD Performance Security Deposit
Procuring Authority /
Purchase Officer /
Procuring Entity /
Competent Authority
Technical Director, Department of IT & C
RajNET An umbrella network covering RajSWAN, SecLAN, GRAMSAT, VSAT and any
other network of Govt of Rajasthan.
RajSWAN/ RSWAN Rajasthan State Wide Area Network
RISL RajCOMP Info Services Limited
RSDC Rajasthan State Data Centre, New IT Building, Jaipur
RVAT Rajasthan Value Added Tax
Services
Any subject matter of procurement other than goods or works and includes
physical, maintenance, professional, intellectual, consultancy and advisory
services or any service classified or declared as such by a procuring entity and
does not include appointment of any person made by any procuring entity
SLA
Service Level Agreement is a negotiated agreement between two parties
wherein one is the customer and the other is the bidder. It is a service
contract where the level of service is formally defined. In practice, the term
SLA is sometimes used to refer to the contracted delivery time (of the
service) or performance.
State Government Government of Rajasthan (GoR)
State Public Procurement
Portal http://sppp.raj.nic.in
STQC Standardisation Testing and Quality Certification, Govt. of India
Subject Matter of
Procurement Any item of procurement whether in the form of goods, services or works
SD Security Deposit for work done till DLP period
TIN Tax Identification Number
TPA Third Party Auditors
UASL Unified Access Service Licence
VAT Value Added Tax
VSAT Very Small Aperture Terminal for satellite communication for data, voice and
video services
WO/ PO Work Order/ Purchase Order
RFP of Interior work of Bhamashah Technical Hub,
Jhalana Institutional Area, Jaipur (After Pre-bid)
Page 9 of 230
1. INVITATION FOR BID (IFB) & NOTICE INVITING BID (NIB)
UBN No.: DoIT/OCB/2017-18/157 dated 27.11.2017
Ref File No.: F5(1093)/DoIT/Tech/17/I/76923/2017 dated 27.11.2017
RFP of Interior work of Bhamashah Technical Hub,
Jhalana Institutional Area, Jaipur (After Pre-bid)
Page 10 of 230
RFP of Interior work of Bhamashah Technical Hub,
Jhalana Institutional Area, Jaipur (After Pre-bid)
Page 11 of 230
2. PROJECT PROFILE & BACKGROUND INFORMATION
Department of Information Technology & Communication, Government of Rajasthan invite bids through
competitive bidding to select and SI/ Agency / Bidder for Interior Work of Bhamashah Technical Hub, Jhalana
Institutional Area, Jaipur.
RFP of Interior work of Bhamashah Technical Hub,
Jhalana Institutional Area, Jaipur (After Pre-bid)
Page 12 of 230
3. PRE-QUALIFICATION/ ELIGIBILITY CRITERIA
Note: The supporting documents submitted as evidence to fulfil the eligibility criteria will be evaluated by
the Tendering Authority. During the bid evaluation stage, the Tendering Authority may request for
clarification (if required).
1) Pre-Qualification Criteria
The supporting documents submitted as evidence to fulfil the eligibility criteria will be evaluated by the
Tendering Authority. During the bid evaluation stage, the Tendering Authority may request for clarification
(if required).
A bidder participating in the procurement process shall possess the following minimum pre-
qualification/ eligibility criteria.
S. No. Basic
Requirement Specific Requirements Documents Required
1 Legal Entity The bidder should be a Proprietorship
firm duly registered either under the
Rajasthan Shops & Commercial
Establishments Act, 1958 or any other
Act of State/ Union, as applicable for
dealing in the subject matter of
procurement
(Note: A self-certified declaration
regarding
the non-applicability of registration to
any Act should be submitted by the
bidder)
OR
A company registered under Indian
Companies Act, 1956
OR
A partnership firm registered under
Indian Partnership Act, 1932.
- Copy of valid Registration
Certificates
- In case of company, Copy of
Certificates of incorporation In
case of Contractual firm,
Copy of registration certificate
with any State Govt.
OR
- Central Govt. Works
Department
- In case of a consortium, a
Consortium Agreement must be
submitted, duly signed by the
consortium members. The
Consortium Agreement must
clearly specify the stake of each
member and outline their roles
and responsibilities as per
Annexure-12
2 Financial:
Turnover
The bidder should have average annual
financial turnover of Rs. 30 Crores for
last three financial year 2014-15, 2015-
16, and 2016-17.
Copies of balance sheets of last three
financial years duly certified by a
CA Ce tifi ate ith CA s Registration Number/ Seal
RFP of Interior work of Bhamashah Technical Hub,
Jhalana Institutional Area, Jaipur (After Pre-bid)
Page 13 of 230
S. No. Basic
Requirement Specific Requirements Documents Required
Chartered Accountant shall be
submitted in support of the requisite
financial Turnover.
3 Technical
Experience
The firm must have experience of
executing minimum 05 Nos. of control
room / Control Command Centers /
NOC / Incubation Centers /
building interior / Audio Video System
within last six years in any
Govt./PSU/Private Organization. The
firm should submit proof of work order
for the above job to qualify for the BID.
The bidder should have executed at
least
One single order of similar nature of Rs.
12 crores
OR
Two order of similar nature of Rs. 7
crores
OR
Three order of similar nature of Rs. 5
crores
In any of last Six financial years. (From
2011-12 to 2016-17)
Completion/appreciation letters to be
submitted along with the bid.
Work Order + Work Completion
Certificates from the client;
OR
Work Order + Self Certificate of
Completion (Certified by the CA);
4 Finance:
Net worth
The net worth of the Bidder, as on 31st
March 2016/2017, should be Positive.
CA Certifi ate ith CA s Registration Number/ Seal
5 Tax
Registration
and
Clearance
The bidder should have a registered
number of
i. GST registration certificate from
GSTN, where his business is located
ii. Income Tax / PAN number
The bidder should have cleared his VAT
/ CST dues up to 31st March 2017.
Copies of GST & PAN Card
A self-declaration by the bidder
for paying VAT / CST till
31.03.2017along with a
certificate of CA to the effect.
6 Mandatory
Undertaking
Bidder should:
a) not be insolvent, in receivership,
bankrupt or being wound up, not have
A Self Certified letter : Self-
Declaration as per Annexure-6
RFP of Interior work of Bhamashah Technical Hub,
Jhalana Institutional Area, Jaipur (After Pre-bid)
Page 14 of 230
S. No. Basic
Requirement Specific Requirements Documents Required
its affairs administered by a court or a
judicial officer, not have its business
activities suspended and must not be
the subject of legal proceedings for any
of the foregoing reasons;
b) not have, and their directors and
officers not have, been convicted of
any criminal offence related to their
professional conduct or the making of
false statements or mis-
representations as to their
qualifications to enter into a
procurement contract within a period
of three years preceding the
commencement of the procurement
process, or not have been otherwise
disqualified pursuant to debarment
proceedings;
c) not have a conflict of interest in the
procurement in question as specified in
the bidding document.
d) comply with the code of integrity as
specified in the bidding document.
7 Company
Certificates
ISO 9001-2008 or ISO 9001-2015 Copies of Certificates
2) In addition to the provisions regarding the qualifications of the bidders as set out in (1) above: -
a. The p o u i g e tit shall dis ualif a idde as pe the p o isio s u de Clause: E lusio / Disqualification of bids in Chapter- : ITB ; a d
b. The procuring entity may require a bidder, who was pre-qualified, to demonstrate its qualifications
again in accordance with the same criteria used to pre-qualify such bidder. The procuring entity shall
disqualify any bidder that fails to demonstrate its qualifications again, if requested to do so. The
procuring entity shall promptly notify each bidder requested to demonstrate its qualifications again
as to whether or not the bidder has done so to the satisfaction of the procuring entity.
c. The bidder should depute and submit the documents related to execution of staff as detailed out
during execution:
S.
No.
Manpower
required
No
required
Qualification required
1 Project Head 1 Having 10 years of experience as Project Head having
degree in Interiors designing / civil / MEP services / NIFFT/
IID
RFP of Interior work of Bhamashah Technical Hub,
Jhalana Institutional Area, Jaipur (After Pre-bid)
Page 15 of 230
2 Site Manager 2 Having 5 years of experience as Site Manager having
diploma in Interiors Designing / Civil / MEP services / NIFFT/
IID
3 Site Supervisor 4 Having 10 years of experience as Site Supervisor having
diploma / ITI in Interiors Designing / Civil / MEP services
RFP of Interior work of Bhamashah Technical Hub,
Jhalana Institutional Area, Jaipur (After Pre-bid)
Page 16 of 230
4. SCOPE OF WORK, DELIVERABLES & TIMELINES
1) Details of work (SoW)
The scope of work is related to interior works of Bhamashah Technical Hub from Ground to Eight floor
as per details given in Bill of Quantity complying to standard specifications as enclosed.
S. No. Description of work: Execution of interior works of Bhamashah Technical Hub
a. The scope of work is for interiors of Bhamashah Technical Hub from Ground to Eight floor which
includes reception on ground floor, canteen and dining area on first floor, office and Auditorium
on 2nd floor, office area on 3rd and training centers 4th floor. Incubation center on 5th and 6th
floors and Digital Museum on 7th and 8th floors. The interior items to be executed is enclosed in
specifications and Bill of Quantities. The snapshots of interiors is also enclosed separately. The
interior works includes flooring, false ceiling, electrical fixtures, furniture, wall finishes, plants,
artefacts etc. as given in detail BOQ.
b. The work is to be executed on ground floor to Eight floor. The contractor has to quote
accordingly for construction as per drawings enclosed.
c. The contractor should quote with cost of material, Labour T & P & cost of water for suitable
construction and Electricity required with all leads and lifts involved.
d. All constructions should be as per IS codes for strength and specifications of material
e. The contractor should see the site before quoting and understand the amount of work to be
executed with in a period of 4 months of placement of order
f. The contractor should see the conceptual drawing enclosed or in the office of RISL, DoIT&C
before quoting.
g. The contractor should quote for all necessary deductions of GST and other statuary deductions
to be made.
The Selected / Successful Bidder need to submit all working drawings and documents related to project.
2) Project Kick-off Meeting
a. Preparation and submission of Comprehensive Project implementation Plans and Schedules.
b. Preparation and submission o f Manpower Deployment plan and schedule with list of staff to
be deployed during different parts/stages of the project.
c. Preparation and submission of schedules of Supply and Installation of the Items.
d. Plan for Integration and Testing of various services.
e. Responsibilities of the supplier and Tendering Authority.
f. Submission of PERT and CPM Charts as per the completion period of 4 months.
3) Not in the Scope of this Tender
The following works are not in scope of Interior contractor, but they have to coordinate with original
contractor executing following works and submit the drawings of interiors to them to have better
coordination:
i. HVAC
ii. Fire Fighting & Alarm system
iii. Turnstile& Access control system and relevant devices.
iv. Cameras and other surveillance equipment
RFP of Interior work of Bhamashah Technical Hub,
Jhalana Institutional Area, Jaipur (After Pre-bid)
Page 17 of 230
v. Content for Video Walls & Interactive screens in experience zone
vi. Floor raceways
vii. Water proofing
viii. Major Civil work and Trenches
ix. LAN, Electrical Conduits, Wiring, switches, sockets and Junction boxes.
x. Rodent repellent & pest control system and equipment.
xi. Plumbing, Sanitary and Toilets
xii. Exterior including windows and facades
xiii. Electrical and electronic goods not specifically mentioned in the BOQ.
xiv. Kitchen Items
xv. UPS, generators, DG sets, LT & HT Cables, Electrical Panels, DB.
xvi. Primer and Putty on walls
4) Project Deliverables, Milestones & Time Schedule as per site progress at different locations
S.
No. Phase Deliverable Timelines Payment
1. First
Running
Bill
Measurement of the work done
duly sealed and signed by
Engineer Incharge
Within 30
Days
Payment will be released on the
basis of actual work done with
statutory deductions*
2. Second
Running
Bill
Measurement of the work done
duly sealed and signed by
Engineer Incharge
Within 75
Days
Payment will be released on the
basis of actual work done with
statutory deductions*
3. Final Bill Measurement of the work done
duly sealed and signed by
Engineer Incharge
Within 120
Days
Payment will be released on the
basis of actual work done with
statutory deductions*
RFP of Interior work of Bhamashah Technical Hub,
Jhalana Institutional Area, Jaipur (After Pre-bid)
Page 18 of 230
5. INSTRUCTION TO BIDDERS (ITB)
1) Sale of Bidding/ Tender Documents
a) The sale of bidding documents shall be commenced from the date of publication of Notice Inviting
Bids (NIB) and shall be stopped one day prior to the date of opening of Bid. The complete bidding
document shall also be placed on the State Public Procurement Portal and e-Procurement portal.
The prospective bidders shall be permitted to download the bidding document from the websites
and pay its price while submitting the Bid to the procuring entity.
b) The bidding documents shall be made available to any prospective bidder who pays the price for it
in cash or by bank demand draft, banker's cheque.
c) Bidding documents purchased by Principal of any concern may be used by its authorised sole selling
agents/ marketing agents/ distributors/ sub-distributors and authorised dealers or vice versa.
2) Pre-bid Meeting/ Clarifications
a) Any prospective bidder may, in writing, seek clarifications from the procuring entity in respect of the
bidding documents.
b) A pre-bid conference is also scheduled by the procuring entity as per the details mentioned in the
NIB and to clarify doubts of potential bidders in respect of the procurement and the records of such
conference shall be intimated to all bidders and where applicable, shall be published on the
respective websites.
c) The period within which the bidders may seek clarifications under (a) above and the period within
which the procuring entity shall respond to such requests for clarifications shall be as under: -
a. Last date of submitting clarifications requests by the bidder: as per NIB
b. Response to clarifications by procuring entity: as per NIB
d) The minutes and response, if any, shall be provided promptly to all bidders to which the procuring
entity provided the bidding documents, so as to enable those bidders to take minutes into account
in preparing their bids, and shall be published on the respective websites.
3) Changes in the Bidding Document
a) At any time, prior to the deadline for submission of Bids, the procuring entity may for any reason,
whether on its own initiative or as a result of a request for clarification by a bidder, modify the
bidding documents by issuing an addendum in accordance with the provisions below.
b) In case, any modification is made to the bidding document or any clarification is issued which
materially affects the terms contained in the bidding document, the procuring entity shall publish
such modification or clarification in the same manner as the publication of the initial bidding
document.
c) In case, a clarification or modification is issued to the bidding document, the procuring entity may,
prior to the last date for submission of Bids, extend such time limit in order to allow the bidders
sufficient time to take into account the clarification or modification, as the case may be, while
submitting their Bids.
d) Any bidder, who has submitted his Bid in response to the original invitation, shall have the
opportunity to modify or re-submit it, as the case may be, within the period of time originally allotted
or such extended time as may be allowed for submission of Bids, when changes are made to the
bidding document by the procuring entity:
Provided that the Bid last submitted or the Bid as modified by the bidder shall be considered for
evaluation.
RFP of Interior work of Bhamashah Technical Hub,
Jhalana Institutional Area, Jaipur (After Pre-bid)
Page 19 of 230
4) Period of Validity of Bids
a) Bids submitted by the bidders shall remain valid during the period specified in the NIB/ bidding
document. A Bid valid for a shorter period shall be rejected by the procuring entity as non-responsive
Bid.
b) Prior to the expiry of the period of validity of Bids, the procuring entity, in exceptional circumstances,
may request the bidders to extend the bid validity period for an additional specified period of
time. A bidder may refuse the request and such refusal shall be treated as withdrawal of Bid and in
such circumstances bid security shall not be forfeited.
c) Bidders that agree to an extension of the period of validity of their Bids shall extend or get extended
the period of validity of bid securities submitted by them or submit new bid securities to cover the
extended period of validity of their bids. A bidder whose bid security is not extended, or that has not
submitted a new bid security, is considered to have refused the request to extend the period of
validity of its Bid.
5) Format and Signing of Bids
a) Bidders must submit their bids online at e-Procurement portal i.e. http://eproc.rajasthan.gov.in.
b) All the documents uploaded should be digitally signed with the DSC of authorized signatory.
c) A Two stage Two cover system shall be followed for the Bid: -
a. Technical Bid, including fee details, eligibility& technical documents
b. Financial Bid
d) The technical bid shall consist of the following documents: -
S.
No.
Documents Type Document Format
Fee Details
1. Bidding document Fee (Tender Fee) Proof of submission (PDF)
2. RISL Processing Fee (e-Procurement) Instrument/ Proof of submission (PDF)
3. Bid Security Instrument/ Proof of submission (PDF)
and As per Annexure-9 (PDF)
Eligibility& Technical Documents
4. Tender Form As per Annexure-3 (PDF)
5. Technical Bid - Covering Letter As per Annexure-4 (PDF)
6. Bidde s Autho isatio Ce tifi ate alo g ith op of PoA/ Board resolution stating that Auth. Signatory can
sign the bid/ contract on behalf of the firm.
As per Annexure-5 (PDF)
7. Self-Declaration As per Annexure-6 (PDF)
8. A Lists of Makes to be offered by Bidder As per Annexure-7 (PDF)
b) Financial bid shall include the following documents: -
S.
No. Documents Type Document Format
1. Financial Bid – Cover
Letter
O idde s lette head dul sig ed authorized signatory as per
Annexure-8 (PDF)
2. Financial Bid - Format As per BoQ (.XLS) format available on e-Procurement portal
c) The bidder should ensure that all the required documents, as mentioned in this bidding document,
are submitted along with the Bid and in the prescribed format only. Non-submission of the required
RFP of Interior work of Bhamashah Technical Hub,
Jhalana Institutional Area, Jaipur (After Pre-bid)
Page 20 of 230
documents or submission of the documents in a different format/ contents may lead to the
rejections of the Bid submitted by the bidder.
6) Cost & Language of Bidding
a) The Bidder shall bear all costs associated with the preparation and submission of its Bid, and the
procuring entity shall not be responsible or liable for those costs, regardless of the conduct or
outcome of the bidding process.
b) The Bid, as well as all correspondence and documents relating to the Bid exchanged by the Bidder
and the procuring entity, shall be written only in English Language. 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 in English/ Hindi language, in which case, for
purposes of interpretation of the Bid, such translation shall govern.
7) Alternative/ Multiple Bids
Alternative/ Multiple Bids shall not be considered at all. Also, the bidder shall not quote for multiple
brands/ make/ models but only one in the technical Bid.
8) Bid Security
Every bidder, if not exempted, participating in the procurement process will be required to furnish the
bid security as specified in the NIB.
a) In lieu of bid security, a bid securing declaration shall be taken from Departments of the State
Government, Undertakings, Corporations, Autonomous bodies, Registered Societies and
Cooperative Societies which are owned or controlled or managed by the State Government and
Government Undertakings of the Central Government.
b) Bid security instrument or cash receipt of bid security or a bid securing declaration shall necessarily
accompany the technical bid.
c) Bid security of a bidder lying with the procuring entity in respect of other bids awaiting decision shall
not be adjusted towards bid security for the fresh bids. The bid security originally deposited may,
however, be taken into consideration in case bids are re-invited.
d) The bid security may be given in the form of a a ke s cheque or demand draft or bank guarantee,
in specified format, of a scheduled bank. The bid security must remain valid 90 days beyond the
original or extended validity period of the bid.
e) The issuer of the bid security and the confirmer, if any, of the bid security, as well as the form and
terms of the bid security, must be acceptable to the procuring entity.
f) Prior to presenting a submission, a bidder may request the procuring entity to confirm the
acceptability of proposed issuer of a bid security or of a proposed confirmer, if required. The
procuring entity shall respond promptly to such a request.
g) The bank guarantee presented as bid security shall be got confirmed from the concerned issuing
bank. However, the confirmation of the acceptability of a proposed issuer or of any proposed
confirmer does not preclude the procuring entity from rejecting the bid security on the ground that
the issuer or the confirmer, as the case may be, has become insolvent or has otherwise ceased to be
creditworthy.
h) The bid security of unsuccessful bidders shall be refunded soon after final acceptance of successful
bid and signing of Agreement and submitting performance security.
i) The Bid security taken from a bidder shall be forfeited, including the interest, if any, in the following
cases, namely: -
a. when the bidder withdraws or modifies its bid after opening of bids;
RFP of Interior work of Bhamashah Technical Hub,
Jhalana Institutional Area, Jaipur (After Pre-bid)
Page 21 of 230
b. when the bidder does not execute the agreement, if any, after placement of supply/ work order
within the specified period;
c. when the bidder fails to commence the supply of the goods or service or execute work as per
supply/ work order within the time specified;
d. when the bidder does not deposit the performance security within specified period after the
supply/ work order is placed; and
e. if the bidder breaches any provision of code of integrity, prescribed for bidders, specified in the
bidding document.
j) Notice will be given to the bidder with reasonable time before bid security deposited is forfeited.
k) No interest shall be payable on the bid security.
l) In case of the successful bidder, the amount of bid security may be adjusted in arriving at the amount
of the Performance Security, or refunded if the successful bidder furnishes the full amount of
performance security.
m) The procuring entity shall promptly return the bid security after the earliest of the following events,
namely:-
a. the expiry of validity of bid security;
b. the execution of agreement for procurement and performance security is furnished by the
successful bidder;
c. the cancellation of the procurement process; or
d. the withdrawal of bid prior to the deadline for presenting bids, unless the bidding documents
stipulate that no such withdrawal is permitted.
9) Deadline for the submission of Bids
a) Bids shall be received online at e-Procurement portal and up to the time and date specified in the
NIB.
b) Normally, the date of submission and opening of Bids would not be extended. In exceptional
circumstances or when the bidding document are required to be substantially modified as a result
of discussions in pre-bid meeting/ conference or otherwise and the time with the prospective
bidders for preparation of Bids appears insufficient, the date may be extended by the procuring
entity. In such case the publicity of extended time and date shall be given in the manner, as was
given at the time of issuing the original NIB and shall also be placed on the State Public Procurement
Portal, if applicable. It would be ensured that after issue of corrigendum, reasonable time is available
to the bidders for preparation and submission of their Bids. The procuring entity shall also publish
such modifications in the bidding document in the same manner as the publication of initial bidding
document. If, in the office of the Bids receiving and opening authority, the last date of submission or
opening of Bids is a non-working day, the Bids shall be received or opened on the next working day.
10) Withdrawal, Substitution, and Modification of Bids
a) If permitted on e-Procurement portal, a Bidder may withdraw its Bid or re-submit its Bid (technical
and/ or financial cover) as per the instructions/ procedure mentioned at e-Procurement web site
under the section "Bidder's Manual Kit".
b) Bids withdrawn shall not be opened and processes further.
11) Opening of Bids
a) The Bids shall be opened by the bid opening & evaluation committee on the date and time
mentioned in the NIB in the presence of the bidders or their authorised representatives who choose
to be present.
RFP of Interior work of Bhamashah Technical Hub,
Jhalana Institutional Area, Jaipur (After Pre-bid)
Page 22 of 230
b) The committee may co-opt experienced persons in the committee to conduct the process of Bid
opening.
c) The committee shall prepare a list of the bidders or their representatives attending the opening of
Bids a d o tai thei sig atu es o the sa e. The list shall also o tai the ep ese tati e s a e a d telepho e u e a d o espo di g idde s a es a d add esses. The authority letters, if
any, brought by the representatives shall be attached to the list. The list shall be signed by all the
members of Bid opening committee with date and time of opening of the Bids.
d) All the documents comprising of technical Bid/ cover shall be opened & downloaded from the e-
Procurement website (only for the bidders who have submitted the prescribed fee(s) to tendering
authority).
e) The committee shall conduct a preliminary scrutiny of the opened technical Bids to assess the prima-
facie responsiveness and ensure that the: -
a. bid is accompanied by bidding document fee, bid security or bid securing declaration, and
processing fee (if applicable);
b. bid is valid for the period, specified in the bidding document;
c. bid is unconditional and the bidder has agreed to give the required performance security; and
d. other conditions, as specified in the bidding document are fulfilled.
e. any other information which the committee may consider appropriate.
f) No Bid shall be rejected at the time of Bid opening except the Bids not accompanied with the proof
of payment or instrument of the required price of bidding document, processing feeand bid security.
g) The Financial Bid cover shall be kept unopened and shall be opened later on the date and time
intimated to the bidders who qualify in the evaluation of technical Bids.
12) Selection Method:
a) The selection method is Least Cost Based Selection (LCBS or L1).
13) Clarification of Bids
a) To assist in the examination, evaluation, comparison and qualification of the Bids, the bid evaluation
committee may, at its discretion, ask any bidder for a clarification regarding its Bid. The committee's
request for clarification and the response of the bidder shall be through the e-Procurement portal.
b) Any clarification submitted by a bidder with regard to its Bid that is not in response to a request by
the committee shall not be considered.
c) 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 committee in the evaluation of the
financial Bids.
d) No substantive change to qualification information or to a submission, including changes aimed at
making an unqualified bidder, qualified or an unresponsive submission, responsive shall be sought,
offered or permitted.
14) Verification of Eligibility Documents by DoIT&C
DoIT&C reserves the right to verify all statements, information and documents submitted by the bidder in
response to tender document, the bidder shall, when so required by DoIT&C, make available all such
information, evidence and documents as may necessary for such verification. Any such verification or lack
of verification by DoIT&C shall not relieve the bidder of its obligations or liabilities hereunder nor will it affect
any right of DoIT&C there under, If any statement, information and documents submitted by the bidder is
found to be false, manipulated or forged during verification process, strict action shall be taken as per RTPP
Act 2012.
RFP of Interior work of Bhamashah Technical Hub,
Jhalana Institutional Area, Jaipur (After Pre-bid)
Page 23 of 230
15) Evaluation & Tabulation of Technical Bids
a) Determination of Responsiveness
a. The bid evaluation committee shall determine the responsiveness of a Bid on the basis of bidding
document and the provisions of pre-qualification/ eligibility criteria of the bidding document.
b. A responsive Bid is one that meets the requirements of the bidding document without any
material deviation, reservation, or omission where: -
i. de iatio is a depa tu e f o the e ui e e ts spe ified i the iddi g do u e t; ii. ese atio is the setti g of li iti g o ditio s o ithholdi g f o complete acceptance
of the requirements specified in the bidding document; and
iii. O issio is the failu e to su it pa t o all of the i fo atio o do u e tatio e ui ed in the bidding document.
c. A material deviation, reservation, or omission is one that,
i. if accepted, shall:-
1. affect in any substantial way the scope, quality, or performance of the subject matter
of procurement specified in the bidding documents; or
2. limits in any substantial way, inconsistent with the bidding documents, the procuring
e tit s ights o the idde s o ligatio s u de the p oposed o t a t; o
ii. if rectified, shall unfairly affect the competitive position of other bidders presenting
responsive Bids.
d. Any Shortfall documents submitted by the bidder on the request of procuring entity during the
stage of submitting clarifications, should not belong to a date beyond the last date of bid
submission.
e. The bid evaluation committee shall examine the technical aspects of the Bid in particular, to
confirm that all requirements of bidding document have been met without any material
deviation, reservation or omission.
f. The procuring entity shall regard a Bid as responsive if it conforms to all requirements set out in
the bidding document, or it contains minor deviations that do not materially alter or depart from
the characteristics, terms, conditions and other requirements set out in the bidding document,
or if it contains errors or oversights that can be corrected without touching on the substance of
the Bid.
b) Non-material Non-conformities in Bids
a. The bid evaluation committee may waive any non-conformities in the Bid that do not constitute
a material deviation, reservation or omission, the Bid shall be deemed to be substantially
responsive.
b. The bid evaluation committee may request the bidder to submit the necessary information or
document like audited statement of accounts/ CA Certificate, Registration Certificate, ISO
Certificates, etc. within a reasonable period of time. Failure of the bidder to comply with the
request may result in the rejection of its Bid.
c. The bid evaluation committee may rectify non-material non conformities or omissions on the
basis of the information or documentation received from the bidder under (b) above.
c) Technical Evaluation Criteria
Bids shall be evaluated based on the documents submitted as part of technical bid. Technical bid
shall o tai all the do u e ts as asked i the lause Fo at a d sig i g of Bids . d) Tabulation of Technical Bids
RFP of Interior work of Bhamashah Technical Hub,
Jhalana Institutional Area, Jaipur (After Pre-bid)
Page 24 of 230
a. If Technical Bids have been invited, they shall be tabulated by the bid evaluation committee in
the form of a comparative statement to evaluate the qualification of the bidders against the
criteria for qualification set out in the bidding document.
b. The members of bid evaluation committee shall give their recommendations below the table as
to which of the bidders have been found to be qualified in evaluation of Technical Bids and sign
it.
e) The number of firms qualified in technical evaluation, if less than three and it is considered necessary
by the procuring entity to continue with the procurement process, reasons shall be recorded in
writing and included in the record of the procurement proceedings.
f) The bidders who qualified in the technical evaluation shall be informed in writing about the date,
time and place of opening of their financial Bids.
16) Evaluation & Tabulation of Financial Bids
Subject to the provisions of Acceptance of Successful Bid and Award of Contract below, the procuring
entity shall take following actions for evaluation of financial Bids:-
a) The financial Bids of the bidders who qualified in technical evaluation shall be opened online at the
notified time, date and place by the bid evaluation committee in the presence of the bidders or their
representatives who choose to be present;
b) The process of opening of the financial Bids shall be similar to that of technical Bids.
c) The names of the bidders, the rates given by them and conditions put, if any, shall be read out and
recorded;
d) conditional Bids are liable to be rejected;
e) the evaluation shall include all costs and all taxes and duties applicable to the bidder as per law of
the Central/ State Government/ Local Authorities, and the evaluation criteria specified in the bidding
documents shall only be applied;
f) the offers shall be evaluated and marked L1, L2, L3 etc. L1 being the lowest offer and then others in
ascending order in case price is the only criteria, or evaluated and marked H1, H2, H3 etc. in
descending order.
g) the bid evaluation committee shall prepare a comparative statement in tabular form in accordance
with rules along with its report on evaluation of financial Bids and recommend the lowest offer for
acceptance to the procuring entity, if price is the only criterion, or most advantageous Bid in other
case;
h) The members of bids evaluation committee shall give their recommendations below the table
regarding lowest Bid or most advantageous Bid and sign it.
i) it shall be ensured that the offer recommended for sanction is justifiable looking to the prevailing
market rates of the goods, works or service required to be procured.
17) Correction of Arithmetic Errors in Financial Bids
The bid evaluation committee shall correct arithmetical errors in substantially responsive Bids, on the
following basis, namely: -
a) if there is a discrepancy between the unit price and the total price that is obtained by multiplying
the unit price and quantity, the unit price shall prevail and the total price shall be corrected, unless
in the opinion of the bid evaluation committee there is an obvious misplacement of the decimal
point in the unit price, in which case the total price as quoted shall govern and the unit price shall
be corrected;
b) 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
RFP of Interior work of Bhamashah Technical Hub,
Jhalana Institutional Area, Jaipur (After Pre-bid)
Page 25 of 230
c) 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 clause (a) and (b) above.
18) Registration with Commercial Tax Department in Rajasthan, Should consider the GST
The bidder should have a registered member of
a. GST Registration certificate, where his business is located.
b. PAN Number
19) Price/ purchase preference in evaluation
Price and/ or purchase preference notified by the State Government (GoR) and as mentioned in the
bidding document shall be considered in the evaluation of Bids and award of contract.
20) Negotiations
a) Except in case of procurement by method of single source procurement or procurement by
competitive negotiations, to the extent possible, no negotiations shall be conducted after the pre-
bid stage. All clarifications needed to be sought shall be sought in the pre-bid stage itself.
b) Negotiations may, however, be undertaken only with the lowest or most advantageous bidder when
the rates are considered to be much higher than the prevailing market rates.
c) The bid evaluation committee shall have full powers to undertake negotiations. Detailed reasons
and results of negotiations shall be recorded in the proceedings.
d) The lowest or most advantageous bidder shall be informed in writing either through messenger or
by registered letter and e-mail (if available). A minimum time of seven days shall be given for calling
negotiations. In case of urgency the bid evaluation committee, after recording reasons, may reduce
the time, provided the lowest or most advantageous bidder has received the intimation and
consented to regarding holding of negotiations.
e) Negotiations shall not make the original offer made by the bidder inoperative. The bid evaluation
committee shall have option to consider the original offer in case the bidder decides to increase rates
originally quoted or imposes any new terms or conditions.
f) In case of non-satisfactory achievement of rates from lowest or most advantageous bidder, the bid
evaluation committee may choose to make a written counter offer to the lowest or most
advantageous bidder and if this is not accepted by him, the committee may decide to reject and re-
invite Bids or to make the same counter-offer first to the second lowest or most advantageous
bidder, then to the third lowest or most advantageous bidder and so on in the order of their initial
standing and work/ supply order be awarded to the bidder who accepts the counter-offer. This
procedure would be used in exceptional cases only.
g) In case the rates even after the negotiations are considered very high, fresh Bids shall be invited.
21) Exclusion of Bids/ Disqualification
a) A procuring entity shall exclude/ disqualify a Bid, if: -
a. the information submitted, concerning the qualifications of the bidder, was false or constituted
a misrepresentation; or
b. the information submitted, concerning the qualifications of the bidder, was materially
inaccurate or incomplete; and
c. the bidder is not qualified as per pre-qualification/ eligibility criteria mentioned in the bidding
document;
d. the Bid materially departs from the requirements specified in the bidding document or it
contains false information;
RFP of Interior work of Bhamashah Technical Hub,
Jhalana Institutional Area, Jaipur (After Pre-bid)
Page 26 of 230
e. the bidder, submitting the Bid, his agent or any one acting on his behalf, gave or agreed to give,
to any officer or employee of the procuring entity or other governmental authority a gratification
in any form, or any other thing of value, so as to unduly influence the procurement process;
f. a bidder, in the opinion of the procuring entity, has a conflict of interest materially affecting fair
competition.
b) A Bid shall be excluded/ disqualified as soon as the cause for its exclusion/ disqualification is
discovered.
c) Every decision of a procuring entity to exclude a Bid shall be for reasons to be recorded in writing
and shall be: -
a. communicated to the concerned bidder in writing;
b. Published on the State Public Procurement Portal, if applicable.
22) Lack of competition
a) A situation may arise where, if after evaluation of Bids, the bid evaluation committee may end-up
with one responsive Bid only. In such situation, the bid evaluation committee would check as to
whether while floating the NIB all necessary requirements to encourage competition like standard
bid conditions, industry friendly specifications, wide publicity, sufficient time for formulation of Bids,
etc. were fulfilled. If not, the NIB would be re-floated after rectifying deficiencies. The bid process
shall be considered valid even if there is one responsive Bid, provided that: -
a. the Bid is technically qualified;
b. the price quoted by the bidder is assessed to be reasonable;
c. the Bid is unconditional and complete in all respects;
d. there are no obvious indicators of cartelization amongst bidders; and
e. the bidder is qualified as per the provisions of pre-qualification/ eligibility criteria in the bidding
document
b) The bid evaluation committee shall prepare a justification note for approval by the next higher
authority of the procuring entity, with the concurrence of the accounts member.
c) In case of dissent by any member of bid evaluation committee, the next higher authority in
delegation of financial powers shall decide as to whether to sanction the single Bid or re-invite Bids
after recording reasons.
d) If a decision to re-invite the Bids is taken, market assessment shall be carried out for estimation of
market depth, eligibility criteria and cost estimate.
23) Acceptance of the successful Bid and award of contract
a) The procuring entity after considering the recommendations of the bid evaluation committee and
the conditions of Bid, if any, financial implications, trials, sample testing and test reports, etc., shall
accept or reject the successful Bid. If any member of the bid evaluation committee, has disagreed or
given its note of dissent, the matter shall be referred to the next higher authority, as per delegation
of financial powers, for decision.
b) Decision on Bids shall be taken within original validity period of Bids and time period allowed to
procuring entity for taking decision. If the decision is not taken within the original validity period or
time limit allowed for taking decision, the matter shall be referred to the next higher authority in
delegation of financial powers for decision.
c) Before award of the contract, the procuring entity shall ensure that the price of successful Bid is
reasonable and consistent with the required quality.
d) A Bid shall be treated as successful only after the competent authority has approved the
procurement in terms of that Bid.
RFP of Interior work of Bhamashah Technical Hub,
Jhalana Institutional Area, Jaipur (After Pre-bid)
Page 27 of 230
e) The procuring entity shall award the contract to the bidder whose offer has been determined to be
the lowest or most advantageous in accordance with the evaluation criteria set out in the bidding
document and if the bidder has been determined to be qualified to perform the contract
satisfactorily on the basis of qualification criteria fixed for the bidders in the bidding document for
the subject matter of procurement.
f) Prior to the expiration of the period of bid validity, the procuring entity shall inform the successful
bidder, in writing, that its Bid has been accepted.
g) As soon as a Bid is accepted by the competent authority, its written intimation shall be sent to the
concerned bidder by registered post or email and asked to execute an agreement in the format given
in the bidding documents on a non-judicial stamp of requisite value and deposit the amount of
performance security or a performance security declaration, if applicable, within a period specified
in the bidding documents or where the period is not specified in the bidding documents then within
fifteen days from the date on which the letter of acceptance or letter of intent is dispatched to the
bidder.
h) If the issuance of formal letter of acceptance is likely to take time, in the meanwhile a Letter of Intent
(LOI) may be sent to the bidder. The acceptance of an offer is complete as soon as the letter of
acceptance or letter of intent is posted and/ or sent by email (if available) to the address of the
bidder given in the bidding document. Until a formal contract is executed, the letter of acceptance
or LOI shall constitute a binding contract.
i) The bid security of the bidders ho s Bids could not be accepted shall be refunded soon after the
contract with the successful bidder is signed and its performance security is obtained.
24) Information and publication of award
Information of award of contract shall be communicated to all participating bidders and published on
the respective website(s) as specified in NIB.
25) P o u i g e tity s ight to a ept or reject any or all Bids
The Procuring entity reserves the right to accept or reject any Bid, and to annul (cancel) the bidding
process and reject all Bids at any time prior to award of contract, without thereby incurring any liability
to the bidders.
26) Right to Vary Quantity and Repeat Orders
a) If the procuring entity does not procure any subject matter of procurement or procures less than the
quantity specified in the bidding documents due to change in circumstances, the bidder shall
not be entitled for any claim or compensation except otherwise provided in the bidding
documents.
b) Repeat orders for extra items or additional quantities may be placed, if it is provided in the bidding
documents, on the rates and conditions given in the contract if the original order was given after
inviting open competitive bids. Delivery or completion period may also be proportionately
increased. The limits of repeat order shall be as under: -
1) 50% of the quantity of the individual items and 50% of the value of original contract in case of
works; and
2) 50% of the value of goods or services of the original contract.
The quantities mentioned in the Bid are indicative/ approx. and shall only be used for the purpose of
financial bid evaluation and the Payments shall be made as per actual quantities supplied, installed and
commissioned as per scope of work. However, Lump sum and Job cost shall be paid as per quote
provided by bidder.
RFP of Interior work of Bhamashah Technical Hub,
Jhalana Institutional Area, Jaipur (After Pre-bid)
Page 28 of 230
c) The items of which quantities are not mentioned (Rate Only), the quantity of such items may be
procured as per requirement of the project.
d) If there are quantities of a item is bifurcated into its sub-items, the quantities of sub items may
interchanged as per the site requirement and total quantity of the items will be considered for such
items.
27) Rate Analysis for Items Not Given in BoQ, But May Require at Site
a) Some of the items may be require at site as per technical requirement, which are not available in
BoQ as items and quantity.
b) The following process will be adopted for such items:-
The basic rate giving in the companies/OEM price list of material.
Prevailing discount in the market.
Addition of GST on applicable rates.
Transportation Cost.
Installation cost, Tax on installation cost.
Implementation cost on procurement & installation cost.
10 % of Contractor Profit.
28) Performance Security
a) Prior to execution of agreement, Performance security shall be solicited from all successful bidders
except the departments of the State Government and undertakings, corporations, autonomous
bodies, registered societies, co-operative societies which are owned or controlled or managed by
the State Government and undertakings of the Central Government. However, a performance
security declaration shall be taken from them. The State Government may relax the provision of
performance security in particular procurement or any class of procurement.
b) The amount of performance security shall be 10%, or as may be specified in the bidding document,
of the amount of supply order in case of procurement of goods and services. In case of Small Scale
Industries (SSI) of Rajasthan, it shall be 1% of the amount of quantity ordered for supply of goods
and in case of sick industries, other than SSI, whose cases are pending before the Board of Industrial
and Financial Reconstruction (BIFR), it shall be 2% of the amount of supply order.
c) Performance security shall be furnished in any one of the following forms: -
a. Bank Draft or Banker's Cheque of a scheduled bank;
b. National Savings Certificates and any other script/ instrument under National Savings
Schemes for promotion of small savings issued by a Post Office in Rajasthan, if the same can
be pledged under the relevant rules. They shall be accepted at their surrender value at the
time of bid and formally transferred in the name of procuring entity with the approval of
Head Post Master;
c. Bank guarantee/s of a scheduled bank. It shall be got verified from the issuing bank. Other
conditions regarding bank guarantee shall be same as mentioned in the bidding document
for bid security;
d. Fixed Deposit Receipt (FDR) of a scheduled bank. It shall be in the name of procuring entity
on account of bidder and discharged by the bidder in advance. The procuring entity shall
ensure before accepting the FDR that the bidder furnishes an undertaking from the bank to
make payment/premature payment of the FDR on demand to the procuring entity without
requirement of consent of the bidder concerned. In the event of forfeiture of the
performance security, the Fixed Deposit shall be forfeited along with interest earned on such
Fixed Deposit.
RFP of Interior work of Bhamashah Technical Hub,
Jhalana Institutional Area, Jaipur (After Pre-bid)
Page 29 of 230
d) Performance security furnished in the form specified in clause [a.] to [d.] of (c) above shall remain
valid for a period of 90 days beyond the date of completion of all contractual obligations of the
bidder, including warranty obligations and maintenance.
e) Forfeiture of Security Deposit: Security amount in full or part may be forfeited, including interest, if
any, in the following cases:-
a. When any terms and condition of the contract is breached.
b. When the bidder fails to make complete supply as per the scope of tender document.
c. If the bidder breaches any provision of code of integrity, prescribed for bidders, specified in
the bidding document.
f) An opportunity will be given to bidder by issuing a notice with reasonable time to cure and clarify
himself before forfeiture of deposited PSD.
g) No interest shall be payable on the PSD.
29) Execution of agreement
a) A procurement contract shall come into force from the date on which the agreement is signed.
b) The successful bidder shall sign the procurement contract within 15 days from the date on which the
letter of acceptance or letter of intent is despatched to the successful bidder.
c) If the bidder, ho s Bid has been accepted, fails to sign a written procurement contract or fails to
furnish the required performance security within specified period, the procuring entity shall take
action against the successful bidder as per the provisions of the bidding document and Act. The
procuring entity may, in such case, cancel the procurement process or if it deems fit, offer for
acceptance the rates of lowest or most advantageous bidder to the next lowest or most
advantageous bidder, in accordance with the criteria and procedures set out in the bidding
document.
d) The bidder will be required to execute the agreement on a non-judicial stamp of specified value at
its cost and to be purchase from anywhere in Rajasthan only.
e) Bidder has also to sign Non-Disclosure agreement with the tendering authority as per indicative
format attached in Annexure-13.
30) Confidentiality
a) Notwithstanding anything contained in this bidding document but subject to the provisions of any
other law for the time being in force providing for disclosure of information, a procuring entity shall
not disclose any information if such disclosure, in its opinion, is likely to: -
a. impede enforcement of any law;
b. affect the security or strategic interests of India;
c. affect the intellectual property rights or legitimate commercial interests of bidders;
d. affect the legitimate commercial interests of the procuring entity in situations that may include
when the procurement relates to a project in which the procuring entity is to make a competitive
bid, or the intellectual property rights of the procuring entity.
b) The procuring entity shall treat all communications with bidders related to the procurement process
in such manner as to avoid their disclosure to competing bidders or to any other person not
authorised to have access to such information.
c) The procuring entity may impose on bidders and sub-contractors, if there are any for fulfilling the
terms of the procurement contract, conditions aimed at protecting information, the disclosure of
which violates (a) above.
RFP of Interior work of Bhamashah Technical Hub,
Jhalana Institutional Area, Jaipur (After Pre-bid)
Page 30 of 230
d) In addition to the restrictions specified above, the procuring entity, while procuring a subject matter
of such nature which requires the procuring entity to maintain confidentiality, may impose condition
for protecting confidentiality of such information.
31) Cancellation of procurement process
a) If any procurement process has been cancelled, it shall not be reopened but it shall not prevent the
procuring entity from initiating a new procurement process for the same subject matter of
procurement, if required.
b) A procuring entity may, for reasons to be recorded in writing, cancel the process of procurement
initiated by it -
a. at any time prior to the acceptance of the successful Bid; or
b. after the successful Bid is accepted in accordance with (d) and (e) below.
c) The procuring entity shall not open any bids or proposals after taking a decision to cancel the
procurement and shall return such unopened bids or proposals.
d) The decision of the procuring entity to cancel the procurement and reasons for such decision shall
be immediately communicated to all bidders that participated in the procurement process.
e) If the bidder ho sBid has been accepted as successful fails to sign any written procurement contract
as required, or fails to provide any required security for the performance of the contract, the
procuring entity may cancel the procurement process.
f) If a bidder is convicted of any offence under the Act, the procuring entity may: -
a. cancel the relevant procurement process if the Bid of the convicted bidder has been declared as
successful but no procurement contract has been entered into;
b. rescind (cancel) the relevant contract or forfeit the payment of all or a part of the contract
value if the procurement contract has been entered into between the procuring entity and the
convicted bidder.
32) Code of Integrity for Bidders
a) No person participating in a procurement process shall act in contravention of the code of integrity
prescribed by the State Government.
b) The code of integrity include provisions for: -
a. Prohibiting
i. any offer, solicitation or acceptance of any bribe, reward or gift or any material benefit,
either directly or indirectly, in exchange for an unfair advantage in the procurement process
or to otherwise influence the procurement process;
ii. any omission, including a misrepresentation that misleads or attempts to mislead so as to
obtain a financial or other benefit or avoid an obligation;
iii. any collusion, bid rigging or anti-competitive behaviour to impair the transparency, fairness
and progress of the procurement process;
iv. improper use of information shared between the procuring entity and the bidders with an
intent to gain unfair advantage in the procurement process or for personal gain;
v. any financial or business transactions between the bidder and any officer or employee of
the procuring entity;
vi. any coercion including impairing or harming or threatening to do the same, directly or
indirectly, to any party or to its property to influence the procurement process;
vii. any obstruction of any investigation or audit of a procurement process;
b. disclosure of conflict of interest;
RFP of Interior work of Bhamashah Technical Hub,
Jhalana Institutional Area, Jaipur (After Pre-bid)
Page 31 of 230
c. Disclosure by the bidder of any previous transgressions with any entity in India or any other
country during the last three years or of any debarment by any other procuring entity.
c) Without prejudice to the provisions below, in case of any breach of the code of integrity by a bidder
or prospective bidder, as the case may be, the procuring entity may take appropriate measures
including: -
a. exclusion of the bidder from the procurement process;
b. calling-off of pre-contract negotiations and forfeiture or encashment of bid security;
c. forfeiture or encashment of any other security or bond relating to the procurement;
d. recovery of payments made by the procuring entity along with interest thereon at bank rate;
e. cancellation of the relevant contract and recovery of compensation for loss incurred by the
procuring entity;
f. Debarment of the bidder from participation in future procurements of the procuring entity for a
period not exceeding three years.
33) Conflict of Interest
A Bidder may be considered to be in conflict of interest with one or more parties in a bidding process if,
including but not limited to:-
a) they have controlling partners in common;
b) they receive or have received any direct or indirect subsidy from any of them;
c) they have the same legal representative for purposes of the bid;
d) they have a relationship with each other, directly or through common third parties, that puts them
in a position to have access to information about or influence on the bid of another;
e) A bidder participates in more than one bid in the same bidding process. However, this does not limit
the inclusion of the same sub-contractor, not otherwise participating as a bidder, in more than one
bid; or
f) A bidder or any of its affiliates participated as a consultant in the preparation of the design or
technical specifications of the subject matter of procurement of the bidding process. All bidders shall
provide in Eligibility Criteria documents, a statement that the bidder is neither associated nor has
been associated directly or indirectly, with the consultant or any other entity that has prepared
the design, specifications and other documents for the subject matter of procurement or being
proposed as Project Manager for the contract.
34) Interference with Procurement Process
A bidder, who: -
a) withdraws from the procurement process after opening of financial bids;
b) withdraws from the procurement process after being declared the successful bidder;
c) fails to enter into procurement contract after being declared the successful bidder;
d) fails to provide performance security or any other document or security required in terms of the
bidding documents after being declared the successful bidder, without valid grounds,
shall, in addition to the recourse available in the bidding document or the contract, be
punished with fine which may extend to fifty lakh rupees or ten per cent of the assessed value of
procurement, whichever is less.
35) Appeals
a) “u je t to Appeal ot to lie i e tai ases elo , if a idde o p ospe ti e idde is agg ie ed that any decision, action or omission of the procuring entity is in contravention to the
provisions of the Act or the rules or guidelines issued there under, he may file an appeal to such
officer of the procuring entity, as may be designated by it for the purpose, within a period of10 days
RFP of Interior work of Bhamashah Technical Hub,
Jhalana Institutional Area, Jaipur (After Pre-bid)
Page 32 of 230
from the date of such decision or action, omission, as the case may be, clearly giving the specific
ground or grounds on which he feels aggrieved:
a. P o ided that afte the de la atio of a idde as su essful i te s of A a d of Co t a t , the appeal may be filed only by a bidder who has participated in procurement proceedings:
b. Provided further that in case a procuring entity evaluates the technical Bid before the opening
of the financial Bid, an appeal related to the matter of financial Bid may be filed only by a bidder
whose technical Bid is found to be acceptable.
b) The officer to whom an appeal is filed under (a) above shall deal with the appeal as expeditiously as
possible and shall endeavour to dispose it of within 30 days from the date of filing of the appeal.
c) If the officer designated under (a) above fails to dispose of the appeal filed under that sub-section
within the period specified in (c) above, or if the bidder or prospective bidder or the procuring entity
is aggrieved by the order passed, the bidder or prospective bidder or the procuring entity, as the
case may be, may file a second appeal to an officer or authority designated by the State Government
in this behalf within 15 days from the expiry of the period specified in (c) above or of the date of
receipt of the order passed under (b) above, as the case may be.
d) The officer or authority to which an appeal is filed under (c) above shall deal with the appeal as
expeditiously as possible and shall endeavour to dispose it of within 30 days from the date of filing
of the appeal:
e) The officer or authority to which an appeal may be filed under (a) or (d) above shall be :
First Appellate Authority: Principal Secretary, IT&C, GoR
Second Appellate Authority: Secretary (Budget),Finance Department, GoR
f) Form of Appeal:
a. Every appeal under (a) and (c) above shall be as per Annexure-11 along with as many copies
as there are respondents in the appeal.
b. Every appeal shall be accompanied by an order appealed against, if any, affidavit verifying
the facts stated in the appeal and proof of payment of fee.
c. Every appeal may be presented to First Appellate Authority or Second Appellate Authority,
as the case may be, in person or through registered post or authorised representative.
g) Fee for Appeal: Fee for filing appeal:
a. Fee for first appeal shall be rupees two thousand five hundred and for second appeal shall
be rupees ten thousand, which shall be non-refundable.
b. The fee shall e paid i the fo of a k de a d d aft o a ke s he ue of a “ heduled
Bank payable in the name of Appellate Authority concerned.
h) Procedure for disposal of appeal:
a. The First Appellate Authority or Second Appellate Authority, as the case may be, upon filing
of appeal, shall issue notice accompanied by copy of appeal, affidavit and documents, if any,
to the respondents and fix date of hearing.
b. On the date fixed for hearing, the First Appellate Authority or Second Appellate Authority,
as the case may be, shall,-
i. hear all the parties to appeal present before him; and
ii. Peruse or inspect documents, relevant records or copies thereof relating to the
matter.
c. After hearing the parties, perusal or inspection of documents and relevant records or copies
thereof relating to the matter, the Appellate Authority concerned shall pass an order in
writing and provide the copy of order to the parties to appeal free of cost.
RFP of Interior work of Bhamashah Technical Hub,
Jhalana Institutional Area, Jaipur (After Pre-bid)
Page 33 of 230
d. The order passed under (c) shall also be placed on the State Public Procurement Portal.
i) No information which would impair the protection of essential security interests of India, or impede
the enforcement of law or fair competition, or prejudice the legitimate commercial interests of the
bidder or the procuring entity, shall be disclosed in a proceeding under an appeal.
36) Stay of procurement proceedings
While hearing of an appeal, the officer or authority hearing the appeal may, on an application made in
this behalf and after affording a reasonable opportunity of hearing to the parties concerned, stay the
procurement proceedings pending disposal of the appeal, if he, or it, is satisfied that failure to do so is
likely to lead to miscarriage of justice.
37) Vexatious Appeals & Complaints
Whoe e i te tio all files a e atious, f i olous o ali ious appeal o o plai t u de the The Rajasthan Transparency Public Procurement Act 2012 , with the intention of delaying or defeating any
procurement or causing loss to any procuring entity or any other bidder, shall be punished with fine
which may extend to twenty lakh rupees or five per cent of the value of procurement, whichever is
less.
38) Offenses by Firms/ Companies
a) Where an offence under The ‘ajastha T a spa e Pu li P o u e e t A t has been
committed by a company, every person who at the time the offence was committed was in charge
of and was responsible to the company for the conduct of the business of the company, as well as
the company, shall be deemed to be guilty of having committed the offence and shall be liable to
be proceeded against and punished accordingly:
Provided that nothing contained in this sub-section shall render any such person liable for any
punishment if he proves that the offence was committed without his knowledge or that he had
exercised all due diligence to prevent the commission of such offence.
b) Notwithstanding anything contained in (a) above, where an offence under this Act has been
committed by a company and it is proved that the offence has been committed with the consent
or connivance of or is attributable to any neglect on the part of any director, manager, secretary
or other officer of the company, such director, manager, secretary or other officer shall also be
deemed to be guilty of having committed such offence and shall be liable to be proceeded against
and punished accordingly.
c) For the purpose of this section-
a. "company" means a body corporate and includes a limited liability partnership, firm,
registered society or co- operative society, trust or other association of individuals; and
b. "director" in relation to a limited liability partnership or firm, means a partner in the firm.
d) Abetment of certain offenses: Whoever abets an offence punishable under this Act, whether or
not that offence is committed in consequence of that abetment, shall be punished with the
punishment provided for the offence.
39) Debarment from Bidding
a) A bidder shall be debarred by the State Government if he has been convicted of an offence
a. under the Prevention of Corruption Act, 1988 (Central Act No. 49 of 1988); or
b. under the Indian Penal Code, 1860 (Central Act No. 45 of 1860) or any other law for the
time being in force, for causing any loss of life or property or causing a threat to public
health as part of execution of a public procurement contract.
RFP of Interior work of Bhamashah Technical Hub,
Jhalana Institutional Area, Jaipur (After Pre-bid)
Page 34 of 230
b) A bidder debarred under (a) above shall not be eligible to participate in a procurement process of
any procuring entity for a period not exceeding three years commencing from the date on which
he was debarred.
c) If a procuring entity finds that a bidder has breached the code of integrity prescribed in terms of
Code of I teg it fo idde s above, it may debar the bidder for a period not exceeding three
years.
d) Where the entire bid security or the entire performance security or any substitute thereof, as the
case may be, of a bidder has been forfeited by a procuring entity in respect of any procurement
process or procurement contract, the bidder may be debarred from participating in any
procurement process undertaken by the procuring entity for a period not exceeding three years.
e) The State Government or a procuring entity, as the case may be, shall not debar a bidder under
this section unless such bidder has been given a reasonable opportunity of being heard.
40) Monitoring of Contract
a) An officer or a committee of officers named Contract Monitoring Committee (CMC) may be
nominated by procuring entity to monitor the progress of the contract during its delivery period.
b) During the delivery period the CMC shall keep a watch on the progress of the contract and shall
ensure that quantity of goods and service delivery is in proportion to the total delivery period
given, if it is a severable contract, in which the delivery of the goods and service is to be obtained
continuously or is batched. If the entire quantity of goods and service is to be delivered in the form
of completed work or entire contract like fabrication work, the process of completion of work may
be watched and inspections of the sele ted idde s p e ises he e the o k is ei g o pleted may be inspected.
c) If delay in delivery of goods and service is observed a performance notice would be given to the
selected bidder to speed up the delivery.
d) Any change in the constitution of the firm, etc. shall be notified forth with by the contractor in
writing to the procuring entity and such change shall not relieve any former member of the firm,
etc., from any liability under the contract.
e) No new partner/ partners shall be accepted in the firm by the selected bidder in respect of the
contract unless he/ they agree to abide by all its terms, conditions and deposits with the procuring
entity through a written agreement to this effect. The idde s e eipt fo a k o ledge e t o that of any partners subsequently accepted as above shall bind all of them and will be sufficient
discharge for any of the purpose of the contract.
f) The selected bidder shall not assign or sub-let his contract or any substantial part thereof to any
other agency without the permission of procuring entity.
RFP of Interior work of Bhamashah Technical Hub,
Jhalana Institutional Area, Jaipur (After Pre-bid)
Page 35 of 230
6. GENERAL TERMS AND CONDITIONS OF TENDER &CONTRACT
Bidders should read these conditions carefully and comply strictly while sending their bids.
Definitions
For the purpose of clarity, the following words and expressions shall have the meanings hereby assigned to
them: -
a) Co t a t ea s the Ag ee e t e te ed i to et ee the Pu hase a d the su essful/ sele ted bidder, together with the Contract Documents referred to therein, including all attachments,
appendices, and all documents incorporated by reference therein.
b) Co t a t Do u e ts ea s the do u e ts listed i the Ag ee e t, i ludi g a a e d e ts thereto.
c) Co t a t P i e ea s the p i e pa a le to the su essful/ selected bidder as specified in the
Agreement, subject to such additions and adjustments thereto or deductions there from, as may be
made pursuant to the Contract.
d) Da ea s a ale da da . e) Deli e ea s the t a sfe of the Goods f o the su essful/ selected bidder to the Purchaser in
accordance with the terms and conditions set forth in the Contract.
f) Co pletio ea s the fulfil e t of the elated se i es the su essful/ sele ted idde i accordance with the terms and conditions set forth in the Contract.
g) Goods ea s all of the o odities, a ate ial, a hi e a d e uip e t, a d/o othe ate ials that the successful/ selected bidder is required to supply to the Purchaser under the Contract.
h) Pu hase ea s the e tit pu hasi g the Goods and related services, as specified in the bidding
document.
i) ‘elated “e i es ea s the se i es i ide tal to the suppl of the goods, su h as i su a e, installation, training and initial maintenance and other similar obligations of the successful/ selected
bidder under the Contract.
j) “u o t a to ea s a atu al pe so , p i ate o go e e t e tit , o a o i atio of the a o e, including its legal successors or permitted assigns, to whom any part of the Goods to be supplied or
execution of any part of the related services is subcontracted by the successful/ selected bidder.
k) “u essful idde / “u essful o “ele ted idde ea s the pe so , p i ate o go e e t e tit , o a combination of the above, whose Bid to perform the Contract has been accepted by the Purchaser and
is named as such in the Agreement, and includes the legal successors or permitted assigns of the
successful/ selected bidder.
l) The “ite, he e appli a le, ea s the desig ated p oje t pla e s a ed i the iddi g do u e t.
Note: The bidder shall be deemed to have carefully examined the conditions, specifications, size, make and
drawings, etc., of the goods to be supplied and related services to be rendered. If the bidder has any doubts
as to the meaning of any portion of these conditions or of the specification, drawing, etc., he shall, before
submitting the Bid and signing the contract refer the same to the procuring entity and get clarifications.
1) Contract Documents
Subject to the order of precedence set forth in the Agreement, all documents forming the Contract (and
all parts thereof) are intended to be correlative, complementary, and mutually explanatory.
2) Interpretation
a) If the context so requires it, singular means plural and vice versa.
b) Entire Agreement: The Contract constitutes the entire agreement between the Purchaser and the
Successful bidder/ Selected bidder and supersedes all communications, negotiations and
RFP of Interior work of Bhamashah Technical Hub,
Jhalana Institutional Area, Jaipur (After Pre-bid)
Page 36 of 230
agreements (whether written or oral) of parties with respect thereto made prior to the date of
Contract.
c) 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.
d) Non-waiver: Subject to the condition (f) 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.
e) A ai e of a pa t s ights, po e s, o e edies u de the Co t a t ust e i iti g, 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.
f) 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.
3) Language
a) The Contract as well as all correspondence and documents relating to the Contract exchanged by
the successful/ selected bidder and the Purchaser, shall be written in English language only.
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 in the
language specified in the special conditions of the contract, in which case, for purposes of
interpretation of the Contract, this translation shall govern.
b) The successful/ selected bidder shall bear all costs of translation to the governing language and all
risks of the accuracy of such translation.
4) Joint Venture, Consortium or Association
a) Unless otherwise specified in the special conditions of the contract, if the Successful bidder/ Bidder
is a joint venture, consortium, or association, all of the parties shall be jointly and severally liable
to the Purchaser for the fulfilment of the provisions of the contract and shall designate one party
to act as a leader with authority to bind the joint venture, consortium, or association.
b) The composition or the constitution of the joint venture, consortium, or association shall not be
altered without the prior consent of the purchaser.
c) Any change in the constitution of the firm, etc., shall be notified forthwith by the contractor in
writing to the purchase officer and such change shall not relive any former member of the firm,
etc., from any liability under the contract.
d) No new partner/ partners shall be accept in the firm by the contractor in respect of the contract
unless he/ they agree to avoid by all its terms, conditions and deposit with the purchase officer a
written agreement to this effect. The contractors receipt for acknowledgement or that of any
partners subsequently accepted as above shall bind all of them and will be sufficient discharge for
any of the purpose of the contract.
e) The bidder shall not assign or sub-let his contract or any substantial part thereof to any other
agency.
f) No new consortium agreement shall be allowed during the project period.
g) In Consortium, all the members shall be equally responsible to complete the project as per their
roles & responsibilities; however Lead bidder shall give an undertaking for the successful
RFP of Interior work of Bhamashah Technical Hub,
Jhalana Institutional Area, Jaipur (After Pre-bid)
Page 37 of 230
completion of the overall project. In case of any issues, Lead bidder is the responsible for all the
penalties.
h) The non-lead bidder (consortium partner) is liable for the scope of work for which they are
responsible along with the lead bidder.
i) Any change in the consortium at a later date will not be allowed without prior permission from the
procuring entity/ purchaser.
5) Eligible Goods and Related Services
a) Fo pu poses of this Clause, the te goods i ludes o odities, a ate ial, a hi e , e uip e t, a d i dust ial pla ts; a d elated se i es i ludes se i es su h as i su a e, transportation, supply, installation, integration, and testing, commissioning, training, and initial
maintenance.
b) All articles/ goods being bid, other than those marked in the Bill of Quantity (BoQ) should be the
ones which are produced in volume and are used by a large number of users in India/ abroad. All
products quoted by the successful/ selected bidder must be associated with specific make and model
number, item code and names and with printed literature describing configuration and functionality.
Any deviation from the printed specifications should be clearly mentioned in the offer document by
the bidder/ successful bidder. Also, the bidder is to quote/ propose only one make/ model against
the respective item.
c) The OEM/ Vendor of the quoted product must have its own registered spares depot in India having
adequate inventory of the equipment being quoted for providing the necessary spares as per the
requirements of the bidding document.
d) The OEM/ Vendor of the quoted product should also have its direct representation in India in terms
of registered office for at least past 3 years. The presence through any Distribution/ System
Integration partner agreement will not be accepted
e) Bidde ust uote p odu ts i a o da e ith a o e lause Eligi le goods a d elated se i es .
6) Service of Notices Documents & Orders
a) Any notice given by one party to the other pursuant to the Contract shall be in writing to the address
spe ified i the o t a t. The te i iti g ea s o u i ated i itte fo ith p oof of dispatch and receipt.
b) A notice, document or order shall be deemed to be served on any individual by -
a. delivering it to the person personally; or
b. leaving it at, or sending it by post/authorised e-mail to, the address of the place of
residence or business of the person last known;
c. On a body corporate by leaving it at, or sending it by post/authorised e-mail to, the
registered office of the body corporate.
c) A Noti e shall e effe ti e he deli e ed o o the Noti e s effe ti e date, hi he e is late . 7) Governing Law
The Contract shall be governed by and interpreted in accordance with the laws of the Rajasthan State/
the Country (India), unless otherwise specified in the contract.
8) Scope of Supply
a) Subject to the provisions in the bidding document and contract, the goods and related services to be
supplied shall be as specified in the bidding document.
b) Unless otherwise stipulated in the Contract, the scope of supply shall include all such items not
specifically mentioned in the Contract but that can be reasonably inferred from the Contract as being
RFP of Interior work of Bhamashah Technical Hub,
Jhalana Institutional Area, Jaipur (After Pre-bid)
Page 38 of 230
required for attaining delivery and completion of the goods and related services as if such items were
expressly mentioned in the Contract.
c) The bidder shall not quote and supply and hardware/ software that is likely to be declared as End of
Sale in next 6 months and End of Service/ Support for a period of 6 Years from the last date of bid
submission. OEMs are required to mention this in the MAF for all the quoted hardware/ software. If
any of the hardware/ software is found to be declared as End of Sale/ Service/ Support, then the
bidder shall replace all such hardware/ software with the latest ones having equivalent or higher
specifications without any financial obligation to the purchaser.
9) Delivery & Installation
a) Subject to the conditions of the contract, the delivery of the goods and completion of the related
services shall be in accordance with the delivery and completion schedule specified in the bidding
document. The details of supply/ shipping and other documents to be furnished by the successful/
selected bidder are specified in the bidding document and/ or contract.
b) The contract for the supply can be repudiated at any time by the purchase officer, if the supplies are
not made to his satisfaction after giving an opportunity to the bidder of being heard and recording
the reasons for repudiation.
c) The Successful bidder/ Selected Bidder shall arrange to supply, install and commission the ordered
materials/ system as per specifications within the specified delivery/ completion period at various
departments and/ or their offices/ locations mentioned in the PO/ WO.
d) Shifting the place of Installation: The user will be free to shift the place of installation within the
same city /town/ district/ division. The successful/ selected bidder shall provide all assistance, except
transportation, in shifting of the equipment. However, if the city/town is changed, additional charges
of assistance in shifting and providing maintenance services for remaining period would be decided
mutually.
10) Successful idde s/ Sele ted Bidde s ‘espo si ilities
The Successful bidder/ Selected Bidder shall supply all the goods and related services included in the
scope of supply in accordance with the provisions of bidding document and/ or contract.
11) Pu hase s ‘esponsibilities
a) Whenever the supply of goods and related services requires that the Successful bidder/ Selected
Bidder obtain permits, approvals, and import and other licenses from local public authorities, the
Purchaser shall, if so required by the Successful bidder/ Selected Bidder, make its best effort to assist
the Successful bidder/ Selected Bidder in complying with such requirements in a timely and
expeditious manner.
b) The Purchaser shall pay all costs involved in the performance of its responsibilities, in accordance
with the general and special conditions of the contract.
12) Contract Price
a) The Contract Price shall be paid as specified in the contract subject to any additions and adjustments
thereto, or deductions there from, as may be made pursuant to the Contract.
b) Prices charged by the Successful bidder/ Selected Bidder for the Goods delivered and the Related
Services performed under the Contract shall not vary from the prices quoted by the Successful
bidder/ Selected Bidder in its bid, with the exception of any price adjustments authorized in the
special conditions of the contract.
13) Recoveries from Successful bidder/ Selected Bidder
a) Recovery of liquidated damages, short supply, breakage, rejected articles shall be made ordinarily
from bills.
RFP of Interior work of Bhamashah Technical Hub,
Jhalana Institutional Area, Jaipur (After Pre-bid)
Page 39 of 230
b) The Purchase Officer shall withhold amount to the extent of short supply, broken/ damaged or for
rejected articles unless these are replaced satisfactorily. In case of failure to withhold the amount, it
shall be recovered from his dues and performance security available under this contract with
tendering authority.
c) The balance, if any, shall be demanded from the Successful bidder/ Selected Bidder and when
recovery is not possible, the Purchase Officer shall take recourse to law in force.
14) Taxes & Duties
a) The GST (Goods & Service Tax) shall be deducted at source/ paid by tendering authority as per
prevailing rates.
b) For goods supplied from outside India, the successful/ selected bidder shall be entirely responsible
for all taxes, stamp duties, license fees, and other such levies imposed outside the country.
c) For goods supplied from within India, the successful/ selected bidder shall be entirely responsible
for all taxes, duties, license fees, etc., incurred until delivery of the contracted Goods to the
Purchaser.
d) If any tax exemptions, reductions, allowances or privileges may be available to the successful/
selected bidder in India, the Purchaser shall use its best efforts to enable the successful/ selected
bidder to benefit from any such tax savings to the maximum allowable extent.
e) The Price variation due to any statuary variation in taxes / GST will be recovered / paid at time of
payment as per the applicable tax structure in force.
15) Copyright
The copyright in all drawings, design documents, source code and other materials containing data and
information furnished to the Purchaser by the Successful bidder/ Selected Bidder herein shall remain
vested in the Purchaser, or, if they are furnished to the Purchaser directly or through the Successful
bidder/ Selected Bidder by any third party, including successful bidders of materials, the copyright in
such materials shall remain vested in such third party.
16) Confidential Information
a) The Purchaser and the Successful bidder/ Selected Bidder shall keep confidential and shall not,
without the written consent of the other party hereto, divulge to any third party any drawings,
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.
b) The Successful bidder/ Selected Bidder may furnish to its Subcontractor, if permitted, such
documents, data, and other information it receives from the Purchaser to the extent required for
the Subcontractor to perform its work under the Contract, in which event the Successful bidder/
Selected Bidder shall obtain from such Subcontractor an undertaking of confidentiality similar to that
imposed on the Successful bidder/ Selected Bidder.
c) The Purchaser shall not use such documents, data, and other information received from the
Successful bidder/ Selected Bidder for any purposes unrelated to the Contract. Similarly, the
Successful bidder/ Selected Bidder shall not use such documents, data, and other information
received from the Purchaser for any purpose other than the design, procurement, or other work and
services required for the performance of the Contract.
d) The obligation of a party under sub-clauses above, however, shall not apply to information that: -
i. the Purchaser or Successful bidder/ Selected Bidder need to share with tendering authority or
other institutions participating in the Contract;
ii. now or hereafter enters the public domain through no fault of that party;
RFP of Interior work of Bhamashah Technical Hub,
Jhalana Institutional Area, Jaipur (After Pre-bid)
Page 40 of 230
iii. can be proven to have been possessed by that party at the time of disclosure and which was not
previously obtained, directly or indirectly, from the other party; or
iv. Otherwise lawfully becomes available to that party from a third party that has no obligation of
confidentiality.
e) The above provisions 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.
f) The provisions of this clause shall survive completion or termination, for whatever reason, of the
Contract.
17) Sub-Contracting
a) The bidder shall not assign or sub-let his contract or any substantial part thereof to any other agency
without the permission of Purchaser/ Tendering Authority.
b) If permitted, the selected bidder shall notify the Purchaser, in writing, of all subcontracts awarded
under the Contract, if not already specified in the Bid. Subcontracting shall in no event relieve the
Successful bidder/ Selected Bidder from any of its obligations, duties, responsibilities, or liability
under the Contract.
c) Subcontractors, if permitted, shall comply with the provisions of bidding document and/ or contract.
18) Specifications and Standards
a) All articles supplied shall strictly conform to the specifications, trademark laid down in the bidding
document and wherever articles have been required according to ISI/ ISO/ other applicable
specifications/ certifications/ standards, those articles should conform strictly to those
specifications/ certifications/ standards. The supply shall be of best quality and description. The
decision of the competent authority/ purchase committee whether the articles supplied conforms
to the specifications shall be final and binding on the successful bidder/ selected bidder.
b) Technical Specifications and Drawings
(i) The Successful bidder/ Selected Bidder shall ensure that the goods and related services comply
with the technical specifications and other provisions of the Contract.
(ii) The Successful bidder/ Selected Bidder 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.
(iii) The goods and related services supplied under this Contract shall conform to the standards
mentioned in bidding document and, when no applicable standard is mentioned, the standard
shall be equivalent or superior to the official standards whose application is appropriate to the
country of origin of the Goods.
iii. 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 bidding document. 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 the general conditions of the contract.
d) The successful bidder/ selected bidder must certify that all the goods are new, unused, and of the
agreed make and models, and that they incorporate all recent improvements in design and materials,
unless provided otherwise in the Contract.
e) The successful bidder/ selected bidder should further warrant that the Goods shall be free from
defects arising from any act or omission of the successful bidder/ selected bidder or arising from
design, materials, and workmanship, under normal use in the conditions prevailing in the place of
final destination.
RFP of Interior work of Bhamashah Technical Hub,
Jhalana Institutional Area, Jaipur (After Pre-bid)
Page 41 of 230
19) Packing and Documents
a) The Successful bidder/ Selected Bidder shall provide such packing of the Goods as is required to
prevent their damage or deterioration during transit to their final destination, as indicated in the
Contract. During transit, the packing shall be sufficient to withstand, without limitation, rough
handling and exposure to extreme temperatures, salt and precipitation, and open storage. Packing
case size and weights shall take into consideration, where appropriate, the remoteness of the final
destination of the Goods and the absence of heavy handling facilities at all points in transit.
b) The packing, marking, and documentation within and outside the packages shall comply strictly with
such special requirements as shall be expressly provided for in the Contract, including additional
requirements, if any, specified in the contract, and in any other instructions ordered by the
Purchaser.
20) Insurance
a) The Goods supplied under the Contract shall be fully insured against loss by theft, destruction or
damage incidental to manufacture or acquisition, transportation, storage, fire, flood, under exposure
to weather and delivery at the designated project locations, in accordance with the applicable terms.
The insurance charges will be borne by the successful bidder and Purchaser will not be required to
pay such charges if incurred.
b) The goods will be delivered at the FOR destination in perfect condition.
21) Transportation
a) The successful bidder/ selected bidder shall be responsible for transport by sea, rail and road or air
or any means of transport and delivery of the material in the good condition to the consignee at
destination. In the event of any loss, damage, breakage or leakage or any shortage the bidder shall
be liable to make good such loss and shortage found at the checking/ inspection of the material by
the consignee. No extra cost on such account shall be admissible.
b) All goods must be sent freight paid through Railways or any means of goods transport. If goods are
sent freight to pay, the freight together with departmental charge @5% of the freight will be
e o e ed f o the su essful idde s/ sele ted idde s ill. c) R.R. should be sent under registered cover through Bank only.
d) In case supply is desired to be sent by the purchase officer by passenger train, the entire railway
freight will be borne by the bidder.
e) Remittance charges on payment made shall be borne by the bidder.
22) Inspection
a) The Purchase Officer or his duly authorized representative shall at all reasonable time have access
to the successful bidde s/ OEM s p e ises a d shall ha e the po e at all easo a le ti e to i spe t and examine the materials and workmanship of the goods/ equipment/ machineries during
manufacturing process or afterwards as may be decided.
b) The su essful idde / OEM s shall fu ish o plete add ess of the p e ises of a ufa tu e s factory, office, go-down and workshop where inspection can be made together with name and
address of the person who is to be contacted for the purpose.
c) After successful inspection, it will be su essful idde s/ OEM s espo si ilit to dispat h a d i stall the equipment at proposed site without any financial liability to the Purchaser. However, supplies
when received at proposed site shall be subject to inspection to ensure whether they conform to the
specification at proposed site.
RFP of Interior work of Bhamashah Technical Hub,
Jhalana Institutional Area, Jaipur (After Pre-bid)
Page 42 of 230
23) Samples
a) When notified by the Purchaser to the successful bidder/ bidder/ selected bidder, Bids for articles/
goods marked in the BoQ shall be accompanied by four sets of samples of the articles quoted
properly packed. Such samples if submitted personally will be received in the office. A receipt will be
given for each sample by the officer receiving the samples. Samples if sent by train, etc., should be
despatched freight paid and the R/R or G.R. should be sent under a separate registered cover.
Samples for catering/ food items should be given in a plastic box or in polythene bags at the cost of
the bidder.
b) Each sample shall be marked suitably either by written on the sample or on a slip of durable paper
securely fastened to the sample, the name of the bidder and serial number of the item, of which it
is a sample in the schedule.
c) Approved samples would be retained free of cost upto the period of six months after the expiry of
the contract. Tendering authority shall not be responsible for any damage, wear and tear or loss
during testing, examination, etc., during the period these samples are retained.
The Samples shall be collected by the successful bidder/ bidder/ selected bidder on the expiry of
stipulated period. Tendering authority shall in no way make arrangements to return the samples.
The samples uncollected within 9 months after expiry of contract shall be forfeited by tendering
authority and no claim for their cost, etc., shall be entertained.
d) Samples not approved shall be collected by the unsuccessful bidder. Tendering authority will not be
responsible for any damage, wear and tear, or loss during testing, examination, etc., during the
period these samples are retained. The uncollected samples shall be forfeited and no claim for their
cost, etc., shall be entertained.
e) Supplies when received may be subject to inspection to ensure whether they conform to the
specifications or with the approved samples. Where necessary or prescribed or practical, tests shall
be carried out in Government laboratories, reputed testing house like STQC (ETDC) and the like and
the supplies will be accepted only when the articles conform to the standard of prescribed
specifications as a result of such tests.
f) The successful bidder/ selected bidder shall at its own expense and at no cost to the Purchaser carry
out all such tests and/ or inspections of the Goods and Related Services as are specified in the bidding
document.
24) Drawl of Samples
In case of tests, wherever feasible, samples shall be drawn in four sets in the presence of successful
bidder/ bidder/ selected bidder or his authorised representative and properly sealed in their presence.
Once such set shall be given to them, one or two will be sent to the laboratories and/ or testing house
and the third or fourth will be retained in the office for reference and record.
25) Testing Charges
Testing charges shall be borne by the Government. In case, test results showing that supplies are not up
to the prescribed standards or specifications, the testing charges shall be payable by the selected bidder.
26) Rejection
a) Articles not approved during inspection or testing shall be rejected and will have to be replaced by
the selected bidder at his own cost within the time fixed by the Purchase Officer.
b) If, however, due to exigencies of tendering authority work, such replacement either in whole or in
part, is not considered feasible, the Purchase Officer after giving an opportunity to the selected
bidder of being heard shall for reasons to be recorded, deduct a suitable amount from the approved
rates. The deduction so made shall be final.
RFP of Interior work of Bhamashah Technical Hub,
Jhalana Institutional Area, Jaipur (After Pre-bid)
Page 43 of 230
c) The rejected articles shall be removed by the successful bidder/ bidder/ selected bidder within 15
days of intimation of rejection, after which Purchase Officer shall not be responsible for any loss,
shortage or damage and shall have the right to dispose of such articles as he thinks fit, at the selected
idde s isk a d o his a ou t. d) The manpower deputed by the successful bidder shall be reviewed by the purchaser in terms of its
qualifications, experience, efficiency, cooperation, discipline and performance and services. The
purchaser, upon finding any deficiency in any of the parameter, may reject any of the manpower by
gi i g da s ti e, as de ided the pu hase , which the selected bidder has to replace within
the given time frame.
27) Compensation for Delay
The time allowed for carrying out the work, as entered in the tender, shall be strictly observed by the
Contractor and shall be reckoned from the 10th day after the date written order to commence the work
given to the Contractor. If the contractor does not commence the work within the periods specified in
the work order, he shall stand liable for the forfeiture of the amount of Security Deposit. Besides
appropriate action may be taken by the tendering authority to debar him from taking part in future
tenders for a specified period or black list him. The work shall, through-out the stipulated periods of
completion of the contract, be proceeded with all due diligence, time being essence of the contract, on
the part of the Contractor. To ensure good progress during the execution of work, the contractor shall
be bound in all cases in which the time allowed for any work exceed good progress during the executions
of work, the contractor shall be bound in all cases in which the time allowed for any work exceed one
o th sa e fo spe ial jo s , to o plete / * of the hole of the o k efo e ¼ of the hole ti e allowed under the contract has elapsed 3/8* of the work be for of such time has elapsed and ¾* of the
work before ;A of such time has elapsed. If the contractor fails to complete the work in accordance with
this time schedule in terms of cost in money, and the delay in execution of work is attributable to the
contractor, the contractor shall be liable to pay compensation to the Government at every time span as
below:
A Time Span of full
Stipulated period
1/4th
(30 days)
1/2th
(60 days)
3/4th
(90 days)
Full
(120 days)
B Work to be
completed in terms
of money
1/8th
‘s………..
3/8th
‘s…………
3/4th
‘s…………..
Full
‘s……………
C Compensation
payable by the
contractor for delay
attributable to the
attributable to
stage
2.5% of
Scheduled work
remained
unexecuted on
the last days of
(1/4) time span
5% of Scheduled
work remained
unexecuted on
the last day of
(1/2) time span
7.5% of
Scheduled work
remained
unexecuted on
the last days of
(3/4) span
10% of Scheduled
work remained
unexecuted on
the last day of
Contracted Full
period
Note: In case delayed period over a particular span is split up and is jointly attributable to government and
contractor, the competent authority may reduce the compensation in proportion of delay attributable to
government over entire delayed over that span after clubbing up the split delays attributable to government
and this reduced compensation would be applicable over the entire delayed period without paying any
escalation. Following illustration is given
RFP of Interior work of Bhamashah Technical Hub,
Jhalana Institutional Area, Jaipur (After Pre-bid)
Page 44 of 230
[i] First time span is for 6 months, delay is of 30 days which split over as under Sdays [attributable to
government] + Sdays[attributable to contractor] + Sdays[attributable to government]+ Sdays[attributable
to contractor]+ Sdays [attributable to government] ]+ Sdays[attributable to contractor]. Total delay is thus
clubbed to 15 days [attributable to government] and 15 days [attributable to contractor]. The normal
compensation of 30 days as per clause 2 of agreement is 2.5 which can be reduced as 2.5 15/301.25 over 30
days without any escalation by competent authority.
The contractor shall, further, be bound to carry out the work in accordance with the date and quantity
entered in the progress statement attached to the tender.
In case the delay in execution of work is attributable to the contractor, the span wise compensation, as laid
down in this clause shall be mandatory. However in case the slow progress in on time span is covered up
within original stipulated period then the amount of such compensation levied earlier shall be refunded.
The price escalation, if any, admissible under clause 45 of Conditions of Contract would be admissible only
on s: h rates and cost of work, as would be admissible if work would have been carried out in that particular
time span. The Ennineer-in-charge or Tendering Authority shall review the progress achieved in every time
span, and grant stage wise extension in case of slow progress with compensation, if the delay is attributable
to contractor, otherwise without compensation.
However, if for any special job, a time schedule has been submitted by the contractor before execution of
the agreement and it is entered in agreement as well as same has been accepted by the Engineer-in-charge
or Tendering Authority the contractor shall complete the work within the said time schedule. In the event
of the contractor failing to comply with this condition, he shall be liable to pay compensation as this clause
shall not exceed 10% of the value of the contract. While granting extension in time attributable to the
Government, reasons shall be recorded for each delay.
28) Risk & Cost Clause
The Engineer-in-charge or Tendering Authority defined under rules may, without prejudice to his rights
against the Contractor, in respect of any delay or inferior workmanship or otherwise or to any claims for
damages in respect to any breaches of contract and without prejudice to any rights or remedies under any
of provisions of this contract or otherwise, and whether the date for completion has or has not elapsed by
notice in writing, absolutely determine the contract in any of the following cases.
i) If Contractor having been given by the Tendering Authority, a notice in writing to rectify, reconstruct or
replace any defective work or that the work is being performed in any inefficient or otherwise improper
or unworkmanlike manner, shall omit to comply with the requirements of such notice for a period of
seven days, thereafter, or if the contractor shall delay or suspend the execution of the worked so that
either in the judgment of the Tendering Authority (which shall be final and binding) he will be unable to
secure completion of the work by the date for completion of that already, failed to completed the work
by that date.
ii) If the Contractor, being company, shall pass a resolution of the Court shall make an order that the
company shall be wound or if a receiver or a manager, on behalf of a creditor, shall be appointed or if
circumstances shall arise, which entitle the Court or Creditor to appoint a receiver or a manager or which
entitle the Court to make a winding up order.
iii) If the Contractor commits breach of any of the terms and conditions of this contract.
When the Contractor has made himself liable for action under any of the cases aforesaid, the Tendering
Authority on behalf of the Governor of Rajasthan shall have powers.
RFP of Interior work of Bhamashah Technical Hub,
Jhalana Institutional Area, Jaipur (After Pre-bid)
Page 45 of 230
a) To determine or resign the contract, as aforesaid (of which determination or rescission notice in
writing to the Contractor under the hand of the Tendering Authority shall be conclusive evidence)
upon such determination or rescission, the full performance security of the contract shall be liable
to forfeited and shall be absolutely at the disposal of the Government.
b) To employ labour paid by the Department and to supply materials to carry out the work or any part
of work debiting the Contractor with the cost of the labour and the price of the materials (of the
amount of which cost and price certified by the Tendering Authority or Engineer-incharge shall be
final and conclusive against the Contractor) and crediting him with the value of the work done in all
respects in the same manner and at the same rates, as if it had been carried out by the Contractor
under the terms of this contract. The certificate of the Engineer-incharge or Tendering Authority, as
to the value of the work done, shall be final and conclusive evidence against the Contractor provided
always that action under the sub-clause shall only be taken after giving notice in writing to the
Contractor. Provided also that if the expenses incurred by the department are less than amount
payable to the Contractor at his agreement rates, the difference shall not be paid to the Contractor.
c) After giving notice to the Contractor to measure up the work of the contractor and to take such part
thereof, as shall be unexecuted out of his hands and to give to another contractor to complete, in
hi h ase a e pe ses hi h a e i u ed i e ess of the su hi h ould ha e ee paid to the original contractor, if the whole work had been executed by him [ of the amount of which
excess, the certificate in writing of the Engineer-in-charge or Tendering Authority shall be final and
conclusive] shall be borne and paid by the original contractor and may be deducted from any money
due to him by Government under this contractor on any other account. Whatsoever, or from his
Performance security, Enlistment security or the proceeds or sales thereof, or a sufficient part
thereof as the case maybe. In the event of any one or more of the above courses being adopted by
the Tendering Authority, the contractor shall have no claim to compensation for any loss sustained
by him by reason of this having purchased or procured any materials or entered into any
engagements or made any advances on account or with a views to the performance of contract. And,
in case actions I taken under any of provisions aforesaid, the Contractor shall not be exaction of the
work or the entitled to recover or be paid, any work thereof or actually performed under this
contract unless and the Engineer-in-charge or Tendering Authority has certified, in writing, the
performance of such work and the value payable in respect thereof, and he shall only be entitled to
be paid the value so certified.
29) Contractor remains liable to pay compensation, if action not taken under clause 28
i) In any case in which any of the powers conferred by clause 28 hereof, shall have become exercisable and
the same shall have not been exercised the non-exercise, thereof, shall not constitute waiver of any the
conditions hereof, and such power shall not with starting, be exercisable in the event of any future case
of default by the contractor for which, by any clause hereof, he is declared liable to pay compensation
amounting to the whole of his Performance Security and the liability of the past and future compensation
shall remain unaffected.
Po e s to take possessio of o e ui e e o al, sale of Co t a to s pla t: ii) In the event of the Tendering Authority putting in force, powers vested in him under the preceding clause
28 he may, if he so desires, take possession of all or any tools, plants, materials and stores, in or upon
the works or the sue, thereof or belonging to the contractor or procured by him and intended to be used
for the execution of the work or any part thereof, paying or certified by the Tendering Authority or duly
authorized Engineer[ whose certificate, thereof, shall be final and conclusive], otherwise the Tendering
Authority may, be notice in writing to the contractor or his clerk of the works, foreman or other
RFP of Interior work of Bhamashah Technical Hub,
Jhalana Institutional Area, Jaipur (After Pre-bid)
Page 46 of 230
authorized agent, require him to remove such tools plant, materials or stores form the premised[within
a time to be specified in such notice] and in the event of the Contractor failing to comply with any
requisition, the Technical Director, DoIT&C or other duly authorized Engineer or Tendering Authority
may remove them at the contractors expensed sell them by auction or private sale on account of the
contractor and at his risk in all respects, and the certificate, of the Technical Director, DoIT&C or other
duly authorized Engineer or Tendering Authority, as to the expense of any such removal, and the amount
of the proceeds and expense of any such Sale shall be final and conclusive against the Contractor.
30) Extension of Time
If the contractor shall desire an extension of time for completion of the work on the ground of his having
been unavoidably hindered in its execution or any other grounds he shall apply, in writing, to the Tendering
Authority within 30 days of the date of the hindrance, on account of which he desires such extension as
aforesaid, and the Authority Competent to grant extension under the rule/delegations of powers or other
duly authorized Engineer or Tendering Authority shall, if in his opinion , [ which shall be final] reasonable
grounds be shown therefore, authorize such extension of time if any as may, in his opinion, be necessary or
proper, if the period of completion of contract shall be made before the expiry of the period stipulated for
completion of the contract the competent authority shall grant such extension at each such occasion within
a period of 30 days of receipt of application from contractor and shall not wait for finality of work. Such
extensions shall be granted in accordance with provisions under clause [2] of this agreement.
31) No Compensation for Alteration in Restraction of Work to Be Carried Out
If, any time after the commencement of the work, the Government, shall for any reason, whatsoever, not
require the whole work thereof, as specified in the tender, to be carried out, the Tendering Authority shall
give notice in writhing, of the fact to the Contractor, who shall have no claim to any payments or
compensation, whatsoever, on account of any profit or advantage which he might have derived from the
execution of the work in full but which he did not derive in consequence of the full amount of the work not
having been carried out, Neither, shall he have any claim for compensation by reasons of alternations having
been made in the original specifications, drawings and design and instructions, which shall involve any
curtailment of the work, as originally contemplated. Provided, that the contractor shall be paid the charges
for the cartage only, of materials, actually brought to the site of the work by him for bonafide use and
rendered surplus as a result of the abandonment or curtailment of the work as any portion thereof, and
taken them back by the Contractor provided, however that the Tendering Authority shall have, in all such
cases, the option of taking over all or any such materials at their purchase price or at local market rates
whichever may be less. In the case of such stores, having been issued from Government stores, charges
recovered, including storage charges shall be refunded after lacking into consideration any deduction for
claim on account of any deterioration or damage while in the custody of the contractor, and in this respect
the decision of Tendering Authority shall be final.
32) Authenticity of Equipment
a) The selected bidder shall certify that the supplied goods are brand new, genuine/ authentic, not
refurbished, conform to the description and quality as specified in this bidding document and are
free from defects in material, workmanship and service.
b) If during the contract period, the said goods be discovered counterfeit/ unauthentic or not to
conform to the description and quality aforesaid or have determined (and the decision of the
Purchase Officer in that behalf will be final and conclusive), notwithstanding the fact that the
purchaser may have inspected and/ or approved the said goods, the purchaser will be entitled to
reject the said goods or such portion thereof as may be discovered not to conform to the said
des iptio a d ualit , o su h eje tio the goods ill e at the sele ted idde s isk a d all the
RFP of Interior work of Bhamashah Technical Hub,
Jhalana Institutional Area, Jaipur (After Pre-bid)
Page 47 of 230
provisions relating to rejection of goods etc., shall apply. The selected bidder shall, if so called upon
to do, replace the goods etc., or such portion thereof as is rejected by Purchase Officer, otherwise
the selected bidder shall pay such damage as may arise by the reason of the breach of the condition
herein contained. Nothing herein contained shall prejudice any other right of the Purchase Officer in
that behalf under this contract or otherwise.
c) Goods a epted the pu hase i te s of the o t a t shall i o a dilute pu hase s ight to
reject the same later, if found deficient in terms of the this clause of the contract.
33) Work to Be Open to Inspection: Contractor or His Responsible Agent to Be Present
All work, under or in course of execution or executed in pursuance or the contract, shall, at all times, be
open to inspection and supervision of the Engineer-in-charge and Tendering Authority at all times during
the usual working hours, and at all other items at which reasonable notice of the intention of Tendering
Authority the Engineer-in-charge or his subordinate or any other authorized agency of the Government of
committee of retired officer/officers appointed by the State Government for the purpose to visit the works
shall have been given to Contractor, either himself be present to receive orders and instructions or have a
espo si le age t, dul a edited i iti g, p ese t fo pu pose. O de s gi e to the Co t a to s age t shall be considered to have the same force as if they had been given to the Contractor himself.
34) Notice To Be Given Before Any Work Is Covered Up
The contractor shall given not less than 7 days notice, in writing to the Tendering authority or Engineer-in-
charge or his subordinate-in-charge of the work, before covering up or otherwise placing beyond the reach
of measurement, any work in order that the same may be measured, and correct dimensions thereof, be
taken before the same is so covered up or placed beyond the reach of measurement and shall not.
35) Contractor Liable For Damage Done and For Imperfections
If the Contractor or his work people or servants shall break, deface, injure or destroy any part of a building
in which they may be working or any building, road, fence, enclosure, or cultivated ground, contiguous to
the premises on which the work or any part of it is being executed, or if any damage shall happen to the
work. While in progress, from any cause, whatsoever, or any imperfection become apparent it, within a
period specified in Clause 37, after a Certificate, final or otherwise of its completion shall have been given
by the Engineer-in-Charge or Tendering Authority, may cause the same to be made good by other workmen
and deduct the expense (of which the certificate of the Engineering-in-charge or Tendering Authority shall
be final) from any sums may be then, or at any time, thereafter may become due to the Contractor, or form
his performance security, or the proceeds of sale thereof, or of a sufficient portion thereof.
36) Warranty
a) The bidder must supply all items with comprehensive on-site OEM warranty valid for five years
(Excluding battery which shall be considered with 3 years onsite replacement warranty) after the
goods, or any portion thereof as the case may be, have been delivered to, installed and accepted at
the final destination(s) indicated in the bidding document. However, if delay of installation is more
tha a o th s ti e due to the easo s as i ed to the idde , the a a t shall sta t f o the date of completion of the job.
b) At the time of goods delivery, the selected bidder shall submit a certificate/ undertaking from all the
respective OEMs mentioning the fact that the goods supplied are covered under comprehensive
warranty & support for the prescribed period.
c) The purchaser shall give a written notice to the selected bidder stating the nature of any defect
together with all available evidence thereof, promptly following the discovery thereof. The
purchaser shall afford all reasonable opportunity for the selected bidder to inspect such defects.
RFP of Interior work of Bhamashah Technical Hub,
Jhalana Institutional Area, Jaipur (After Pre-bid)
Page 48 of 230
Upon receipt of such notice, the selected bidder shall expeditiously cause to repair the defective
goods or parts thereof or replace the defective goods or parts thereof with brand new genuine/
authentic ones having similar or higher specifications from the respective OEM, at no cost to the
Purchaser. Any goods repaired or replaced by the selected bidder shall be delivered at the respective
location without any additional costs to the purchaser.
d) If having been notified, the selected bidder fails to remedy the defect within the period specified,
the purchaser may proceed to take within a reasonable period such remedial action as may be
necessary, in addition to other recourses available in terms and conditions of the contract and
bidding document.
e) During the warranty period, the bidder shall also be responsible to ensure adequate and timely
availability of spare parts needed for repairing the supplied goods.
37) Maintenance Contract
a. The service provider shall observe any defect /malfunctioning in Equipment / hardware / software
as a part of FMS services and promptly generate a ticket in Help desk tool for the same for
rectification of the defect / malfunction. The service provider shall record nature of the defect
together with all available evidence thereof, promptly following the discovery thereof. Upon
generating of such ticket, the selected bidder shall expeditiously cause to repair the defective goods
or parts thereof or replace the defective goods or parts thereof with brand new genuine / authentic
ones / Equipments / Parts / software / patches / drivers having similar or higher specifications from
the respective OEM, at no cost to the Purchaser. Any goods repaired or replaced / software by the
selected bidder shall be delivered at the respective location without any additional costs to the
purchaser.
b. If having been notified i.e. generation of ticket, the selected bidder fails to remedy the defect within
the period specified, the purchaser may proceed to take remedial action as may be necessary and
the cost of the same will be deducted from due payment of selected bidder.
c. During the maintenance and support contract period, the bidder shall be responsible to ensure
adequate and timely availability of spare parts needed for repairing the equipments / parts. The
bidder has to see the end of support / end of sale / end of service dates being declared by respective
OEM s ti e to ti e a d ake e essa a a ge e ts of spa es fo ate i g ai te a e eeds of equipments / parts during entire contract period. In case, at the time of resolution of any compliant,
the equipment(s) / part(s) is found non-serviceable during contract period, the selected service
provider shall be responsible for replacing the non-serviceable equipment/ part with same / higher
configuration equipment / part of the same make at no extra cost to the purchaser.
38) Contractor to Adhere To Labour Laws / Regulation
The o t a to shall adhe e to the e ui e e ts of the Wo k e s Co pe satio A t a d La ou Legislatio in force from time to time and be responsible for and shall pay any compensation lo his workmen which
ould e pa a le fo i ju ies u de the o k e s Co pe satio A t, he e i afte alled the said A t. If su h o pe satio to his o k e hi h ould e pa a le fo i ju ies u de the o k e s Co pe satio Act, hereinafter called the said Act. If such compensation is paid by the State as Principal employer under
Sub Section (1) of Section 12 of the said Act, on behalf of the contractor it shall be recoverable by the State
from the Contractor under sub Section (2) of the said section. Such compensation shall be recovered in the
a e laid do i lause I of the o ditio s of o t a t. All o t a t ith Go e e t shall e ui e registration of works under the Building & other Construction Workers (Regulation of Employment &
Conditio s of “e i es A t, a d e te sio of e efit to su h o ke s u de the A t.
RFP of Interior work of Bhamashah Technical Hub,
Jhalana Institutional Area, Jaipur (After Pre-bid)
Page 49 of 230
39) Withdrawal of Work from the Contractor
If the Tendering Authority shall at any time and for any reasons, whatever, including inability to maintain
prodata progress, think any portion of the work should not be executed or should be withdrawn from the
contractor, he may be notice in writing to that effect, require the Contractor not to execute the portion of
the work specified in the notice, or may withdraw from the Contractor the portion of work, so specified, and
the Contractor shall not be entitled to any compensation, by reason of such portion of work having been
withdrawn from him. The Engineer-in-charge or Tendering Authority may supplement the work by engaging
another agency to execute such portion of the work at the cost of the original contractor without prejudice
to his rights. He shall also be competent to levy compensation for delay in progress. The recovery of excess
cost shall be made from next available 3 running bill or any other claim and shall not be deferred.
40) Protect Works
The contractor shall arrange to protect at his own cost, in an adequate manner all out stone work and other,
requiring protection and to maintain such protection, as long as work is in progress. He shall remove and
replace this protection as required by the Engineer-in-charge or Tendering Authority, from time to time, any
damage to the work, so protected no matter how it may be caused. Shall be made good by the Contractor
free of cost. All template , forms, moulds, centering, false works and models, which in the opinion of the
Engineer-in-charge or Tendering Authority, are necessary for the proper and workman like execution of the
work, shall be provided by the Contractor free of cost.
41) Fair Wage Clause
(a) The contractor shall pay riot less than fair wages/minimum wages to labourers engaged by him on
the work as revised from time to time by the Government but the Government shall not be liable to
pay anything extra.
Explanation: Fai Wage ea s i i u ages fo ti e o pie e o k fi ed o e ised the “tate Government under the Minimum Wages Act, 1948.
(b) The contractor shall, notwithstanding the provisions of any contact of the contrary cause to be paid
fair wages to labourers indirectly engaged on the work, including any labour engaged by his sub-
contractors in connection with the said work as if the labourers have been immediately or directly
employed by him.
(c) In respect of all labourers immediately or directly employed on the work for the purpose of contactor
Rs part of this agreement, the contractor shall comply with or cause to be complied with the
‘ajastha Pu li Wo k Depa t e t Co t a to s La ou ‘egulatio s ade o that a e ade the Government from time to time, in regard to payment of wages, wage period deductions from
wages, recovery of wages not paid and unauthorized deductions, maintenance of wages register,
wages card, publication of scale of wages and other terms of employment, inspection and
submission of periodical returns and other matters of a like nature.
(d) The Engineer-in-charge or Tendering Authority shall have the right to deduct from the money due to
the Contractor any sum required or estimated to be required for making good the loss suffered by a
worker or workers, by reasons of non-fulfilment of the conditions of the contract, for the benefit of
the worker or workers, non-payment of wages or of deduction made there from, which are not
justified by the terms of the contract, or as a result of non-observance, of the aforesaid regulations.
(e) Vis-a Vis, the Government of Rajasthan, the Contractor shall *e primarily liable for all payments to be
made and for the observance of the regulations aforesaid, without prejudice to his right to claim
indemnity from his sub-contractors.
RFP of Interior work of Bhamashah Technical Hub,
Jhalana Institutional Area, Jaipur (After Pre-bid)
Page 50 of 230
(f) The regulations, aforesaid, shall be deemed to be part of this contract and any breach, thereof, shall
be deemed to be breach.
42) Patent Indemnity
a) The su essful idde / sele ted idde shall, su je t to the Pu hase s o plia e with sub-clause
(b) below, 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 atto e s fees a d e pe ses, hi h the Pu hase a 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 by reason of: -
i. the installation of the Goods by the successful bidder/ selected bidder or the use of the Goods
in the country where the Site is located; and
ii. The sale in any country of the products produced by the Goods.
Such indemnity shall not cover any use of the Goods or any part thereof other than for the purpose
indicated by or to be inferred from the Contract, neither any infringement resulting from the use of
the Goods or any part thereof, or any products produced thereby in association or combination with
any other equipment, plant, or materials not supplied by the successful bidder/ selected bidder,
pursuant to the Contract.
b) If any proceedings are brought or any claim is made against the Purchaser arising out of the matters
referred to above, the Purchaser shall promptly give the successful bidder/ selected bidder a notice
the eof, a d the su essful idde / sele ted idde a at its o e pe se a d i the Pu hase s name conduct such proceedings or claim and any negotiations for the settlement of any such
proceedings or claim.
c) If the successful bidder/ selected bidder fails to notify the Purchaser within thirty (30) 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.
d) The Pu hase shall, at the su essful idde s/ sele ted idde s e uest, affo d all a aila le assistance to the successful bidder/ selected bidder in conducting such proceedings or claim, and
shall be reimbursed by the successful bidder/ selected bidder for all expenses incurred in so doing.
e) The Purchaser shall indemnify and hold harmless the successful bidder/ selected bidder and its
employees, officers, and Subcontractors (if any) from and against any and all suits, actions or
administrative proceedings, claims, demands, losses, damages, costs, and expenses of any nature,
i ludi g atto e s fees a d e pe ses, hi h the su essful idde / sele ted idde a suffe 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.
43) Limitation of Liability
Except in cases of gross negligence or wilful default: -
a) neither party shall be liable to the other party 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 successful bidder/ selected bidder to pay liquidated damages to the
Purchaser; and
b) the aggregate liability of the successful bidder/ selected bidder to the Purchaser, whether under the
Contract, in tort, or otherwise, shall not exceed the amount specified in the Contract, provided that
RFP of Interior work of Bhamashah Technical Hub,
Jhalana Institutional Area, Jaipur (After Pre-bid)
Page 51 of 230
this limitation shall not apply to the cost of repairing or replacing defective equipment, or to any
obligation of the successful bidder/ selected bidder to indemnify the Purchaser with respect to
patent infringement.
44) Force Majeure
a) The successful bidder/ selected bidder shall not be liable for forfeiture of its PSD, LD, or termination
fo default if a d to the e te t that it s dela i pe fo a e o othe failu e to pe fo its obligations under the Contract is the result of an event of Force Majeure.
b) Fo pu poses of this Clause, Fo e Majeu e ea s a event or situation beyond the control of the
successful bidder/ selected bidder that is not foreseeable, is unavoidable, and its origin is not due to
negligence or lack of care on the part of the successful bidder/ selected bidder. 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.
c) If a Force Majeure situation arises, the successful bidder/ selected bidder shall promptly notify the
tendering authority in writing of such conditions and cause thereof within 15 days of occurrence of
such event. Unless otherwise directed by tendering authority, the successful bidder/ selected bidder
shall continue to perform its obligations under the contract as far as reasonably practical.
d) If the performance in whole or part or any obligation under the contract is prevented or delayed by
any reason of Force Majeure for a period exceeding 60 days, either party at its option may terminate
the contract without any financial repercussion on either side.
e) In case a Force Majeure situation occurs with the tendering authority, the tendering authority may
take the case with the successful bidder/ selected bidder on similar lines.
45) Change Orders and Contract Amendments
a) The Purchaser may at any time order the successful bidder/ selected bidder through Notice in
a o da e ith lause Noti es a o e, to ake ha ges ithi the ge e al s ope of the Co t a t in any one or more of the following: -
i. drawings, designs, or specifications, where Goods to be furnished under the Contract are to be
specifically manufactured for the Purchaser;
ii. the method of shipment or packing;
iii. the place of delivery; and
iv. The related services to be provided by the successful bidder/ selected bidder.
b) If any such change causes an increase or decrease in the cost of, or the time required for, the
su essful idde s/ sele ted idde s pe fo a e of a p o isio s u de the Co t a t, a equitable adjustment shall be made in the Contract Price or in the Delivery and Completion Schedule,
or both, and the Contract shall accordingly should be amended. Any claims by the successful bidder/
selected bidder for adjustment under this clause must be asserted within thirty (30) days from the
date of the su essful idde s/ sele ted idde s e eipt of the Pu hase s ha ge o de . c) Prices to be charged by the successful bidder/ selected bidder for any related services 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 successful bidder/ selected
bidder for similar services.
46) Termination
a. Termination for Default
i. The Tendering Authority may, without prejudice to any other remedy for breach of contract, by
a written notice of default of at least 30 days sent to the successful bidder/ selected bidder,
terminate the contract in whole or in part: -
RFP of Interior work of Bhamashah Technical Hub,
Jhalana Institutional Area, Jaipur (After Pre-bid)
Page 52 of 230
a. If the successful bidder/ selected bidder fails to deliver any or all quantities of the service
within the time period specified in the contract, or any extension thereof granted by
tendering authority; or
b. If the successful bidder/ selected bidder fails to perform any other obligation under the
contract within the specified period of delivery of service or any extension granted thereof;
or
c. If the successful bidder/ selected bidder, in the judgement of the Purchaser, is found to be
engaged in corrupt, fraudulent, collusive, or coercive practices in competing for or in
executing the contract.
d. If the successful bidder/ selected bidder commits breach of any condition of the contract.
ii. If tendering authority terminates the contract in whole or in part, amount of PSD may be
forfeited.
iii. Before cancelling a contract and taking further action, advice of senior most finance person
available in the office and of legal adviser or legal assistant posted in the office, if there is one,
may be obtained.
iv. As on effective date of termination, Tendering Authority may pay:
a. The unpaid value of all the assets supplied by the Bidder and accepted by the
purchaser in accordance with the RFP specifications in order to take over the
possession of the assets / application.
b. All the services delivered by the Bidder and accepted by the purchaser, the
consideration payable shall be based on service rate as per agreement.
b) Termination for Insolvency
Tendering authority may at any time terminate the Contract by giving a written notice of at least 30
days to the successful bidder/ selected bidder, if the successful bidder/ selected bidder becomes
bankrupt or otherwise insolvent. In such event, termination will be without compensation to the
successful bidder/ selected bidder, provided that such termination will not prejudice or affect any
right of action or remedy that has accrued or will accrue thereafter to tendering authority.
47) Exit Management
1. Preamble
i. The o d pa ties i lude the p o u i g e tit a d the sele ted idde . ii. This Schedule sets out the provisions, which will apply on expiry or termination of the Project
Implementation and Operations and Management of SLA.
iii. In the case of termination of the Project Implementation and/ or Operation and Management
SLA due to illegality, the Parties shall agree at that time whether, and if so during what period,
the provisions of this Schedule shall apply.
iv. The Parties shall ensure that their respective associated entities carry out their respective
obligations set out in this Exit Management Schedule.
2. Transfer of Assets
i. The selected bidder may continue work on the assets for the duration of the exit management
period which may be a six months period from the date of expiry or termination of the
agreement, if required by tendering authority to do so. During this period, the selected bidder
will transfer all the assets in good working condition and as per the specifications of the
bidding document including the ones being upgraded to the department/ designated agency.
The performance security submitted by selected bidder will only be returned after the
successful transfer of the entire project including its infrastructure.
RFP of Interior work of Bhamashah Technical Hub,
Jhalana Institutional Area, Jaipur (After Pre-bid)
Page 53 of 230
ii. The selected bidder, if not already done, will transfer all the Software Licenses under the name
of the tendering authority as desired by the procuring entity during the exit management
period.
iii. Tendering authority during the project implementation phase and the operation and
management phase shall be entitled to serve notice in writing to the selected bidder at any
time during the exit management period requiring the selected bidder to provide tendering
authority or its nominated agencies with a complete and up-to-date list of the assets within
30 days of such notice.
iv. Upon service of a notice, as mentioned above, the following provisions shall apply: -
a. In the event, if the assets which to be transferred to tendering authority mortgaged to any
financial institutions by the selected bidder, the selected bidder shall ensure that all such
liens and liabilities have been cleared beyond any doubt, prior to such transfer. All
documents regarding the discharge of such lien and liabilities shall be furnished to
tendering authority or its nominated agencies.
b. All title of the assets to be transferred to tendering authority or its nominated agencies
pursuant to clause(s) above shall be transferred on the last day of the exit management
period. All expenses occurred during transfer of assets shall be borne by the selected
bidder.
c. That on the expiry of this clause, the selected bidder and any individual assigned for the
performance of the services under this clause shall handover or cause to be handed over
all confidential information and all other related material in its possession, including the
entire established infrastructure supplied by selected bidder to tendering authority.
d. That the products and technology delivered to tendering authority during the contract
term or on expiry of the contract duration should not be sold or re-used or copied or
transferred by selected bidder to other locations apart from the locations mentioned in
the this bidding document without prior written notice and approval of tendering
authority. Supplied hardware, software & documents etc., used by selected bidder for
tendering authority shall be the legal properties of tendering authority.
3. Cooperation and Provision of Information during the exit management period
i. The selected bidder will allow tendering authority or its nominated agencies access to the
information reasonably required to define the current mode of operation associated with the
provision of the services to enable tendering authority or its nominated agencies to assess the
existing services being delivered.
ii. The selected bidder shall provide access to copies of all information held or controlled by them
which they have prepared or maintained in accordance with the Project Implementation, the
Operation and Management SLA and SOWs relating to any material aspect of the services
provided by the selected bidder. Tendering authority or its nominated agencies shall be
entitled to copy all such information comprising of details pertaining to the services rendered
and other performance data. The selected bidder shall permit tendering authority or its
nominated agencies and/ or any replacement operator to have reasonable access to its
employees and facilities as reasonably required by tendering authority or its nominated
agencies to understand the methods of delivery of the services employed by the selected
bidder and to assist appropriate knowledge transfer.
4. Confidential Information, Security and Data
RFP of Interior work of Bhamashah Technical Hub,
Jhalana Institutional Area, Jaipur (After Pre-bid)
Page 54 of 230
The selected bidder will promptly on the commencement of the exit management period supply
to tendering authority or its nominated agencies the following:
i. Documentation relating to Intellectual Property Rights;
ii. Project related data and confidential information;
iii. All current and updated data as is reasonably required for purposes of tendering authority or
its nominated agencies transitioning the services to its replacement selected bidder in a readily
available format nominated by tendering authority or its nominated agencies; and
iv. All other information (including but not limited to documents, records and agreements)
relating to the services reasonably necessary to enable tendering authority or its nominated
agencies, or its replacement operator to carry out due diligence in order to transition the
provision of the services to tendering authority or its nominated agencies, or its replacement
operator (as the case may be).
v. Before the expiry of the exit management period, the selected bidder shall deliver to tendering
authority or its nominated agencies all new or up-dated materials from the categories set out
above and shall not retain any copies thereof, except that the selected bidder shall be
permitted to retain one copy of such materials for archival purposes only.
5. Transfer of certain agreements
i. On request by Procuring entity or its nominated agencies, the selected bidder shall effect such
assignments, transfers, innovations, licenses and sub-licenses as Procuring entity or its
nominated agencies may require in favour of procuring entity or its nominated agencies, or its
replacement operator in relation to any equipment lease, maintenance or service provision
agreement between selected bidder and third party leasers, operators, or operator, and which
are related to the services and reasonably necessary for carrying out of the replacement
services by tendering authority or its nominated agencies, or its replacement operator.
ii. Right of Access to Premises: At any time during the exit management period and for such
period of time following termination or expiry of the SLA, where assets are located at the
sele ted idde s p e ises, the sele ted idde ill e o liged to gi e easo a le ights of access to (or, in the case of assets located on a third party's premises, procure reasonable
rights of access to tendering authority or its nominated agencies, and/ or any replacement
operator in order to inventory the assets.
6. General Obligations of the selected bidder
i. The selected bidder shall provide all such information as may reasonably be necessary to effect
as seamless during handover as practicable in the circumstances to tendering authority or its
nominated agencies or its replacement operator and which the operator has in its possession
or control at any time during the exit management period.
ii. The selected bidder shall commit adequate resources to comply with its obligations under this
Exit Management Clause.
7. Exit Management Plan
i. The selected bidder shall provide tendering authority or its nominated agencies with a
recommended exit management plan ("Exit Management Plan") which shall deal with at least
the following aspects of exit management in relation to the SLA as a whole and in relation to
the Project Implementation, the Operation and Management SLA and SOWs.
ii. A detailed program of the transfer process that could be used in conjunction with a
replacement operator including details of the means to be used to ensure continuing provision
RFP of Interior work of Bhamashah Technical Hub,
Jhalana Institutional Area, Jaipur (After Pre-bid)
Page 55 of 230
of the services throughout the transfer process or until the cessation of the services and of the
management structure to be used during the transfer; and
iii. Plans for the communication with such of the selected bidder's, staff, successful bidders,
customers and any related third party as are necessary to avoid any material detrimental
impact on tendering authority operations as a result of undertaking the transfer; and
iv. If applicable, proposed arrangements and Plans for provision of contingent support in terms
of business continuance and hand holding during the transition period, to tendering authority
or its nominated agencies, and Replacement Operator for a reasonable period, so that the
services provided continue and do not come to a halt.
v. The Bidder shall re-draft the Exit Management Plan annually after signing of contract to ensure
that it is kept relevant and up to date.
vi. Each Exit Management Plan shall be presented by the selected bidder to and approved by
tendering authority or its nominated agencies.
vii. In the event of termination or expiry of SLA, Project Implementation, Operation and
Management SLA or SOWs each party shall comply with the Exit Management Plan.
viii. During the exit management period, the selected bidder shall use its best efforts to deliver the
services.
ix. Payments during the Exit Management period shall be made in accordance with the Terms of
Payment Clause.
x. It would be the responsibility of the selected bidder to support new operator during the
transition period.
48) Settlement of Disputes
General: If any dispute arises between the successful bidder/ selected bidder and Tendering
Authority during the execution of a contract that should be settled by the Arbitration and
Conciliation Act 1996, the rules there under and any statutory modification or re-e a t e t s thereof, shall apply to the arbitration proceedings.
a) Legal Jurisdiction: All legal proceedings arising out of any dispute between both the parties regarding
a contract shall be settled by a competent court having jurisdiction over the place, where agreement
has been executed i.e. at Jaipur and by no other court, after decision of the standing committee for
settlement of disputes.
RFP of Interior work of Bhamashah Technical Hub,
Jhalana Institutional Area, Jaipur (After Pre-bid)
Page 56 of 230
7. SPECIAL TERMS AND CONDITIONS OF TENDER & CONTRACT
1) Payment Terms and Schedule as per Site Progress
a) Payment schedule - Payments to the bidder, after successful completion of the target milestones
(including specified project deliverables), would be made as under: -
S.
No. Phase Deliverable Timelines Payment
1. First
Running
Bill
Measurement of the work done
duly sealed and signed by
Engineer Incharge
Within 30
Days
Payment will be released on the
basis of actual work done with
statutory deductions*
2. Second
Running
Bill
Measurement of the work done
duly sealed and signed by
Engineer Incharge
Within 75
Days
Payment will be released on the
basis of actual work done with
statutory deductions*
3. Final Bill Measurement of the work done
duly sealed and signed by
Engineer Incharge
Within 120
Days
Payment will be released on the
basis of actual work done with
statutory deductions*
* Statutory deduction means Applicable tax, 10% security deposit as applicable for works.
b) The due payment to the selected bidder shall be made on quarterly basis i.e. at the end of each
quarter.
c) The sele ted idde s e uest fo pa e t shall e ade to the DoIT&C Official in writing,
accompanied by invoices describing, as appropriate, services performed, and by the required
documents submitted pursuant to general conditions of the contract and upon fulfilment of all the
obligations stipulated in the Contract.
d) Due payments shall be made after submission of request for payment along with an invoice and all
other requisite documents by the selected bidder (which will be forwarded for audit to the Third
Party Auditor of SDC, DoIT&C), after receipt of third party audit report and its acceptance by the
DoIT&C.
e) The currency or currencies in which payments shall be made to the supplier/ selected bidder under
this Contract shall be Indian Rupees (INR) only.
f) In case of disputed items, the disputed amount shall be withheld and will be paid only after
settlement of the dispute.
g) Any penalties/ liquidated damages, as applicable, for delay and non-performance, as mentioned in
this bidding document, shall be deducted from the payments for the respective milestones.
h) Taxes, as applicable, shall be deducted/ paid as per the prevalent rules and regulations.
2) Change Requests/ Management
a) An institutional mechanism will be set up for taking decisions regarding requests for changes. The
Purchase Committee will set up a Change Control Committee with members from the procurement
agency and the selected bidder. If it is unable to reach an agreement, the decision of the Purchase
Committee will be final.
b) DoIT&C may at any time, by a written order given to the bidder , make changes within the general
scope of the Agreement in any one or more of the following: -
Designs, specifications, requirements which software or service to be provided under the
Agreement are to be specifically developed and rendered for DoIT&C.
RFP of Interior work of Bhamashah Technical Hub,
Jhalana Institutional Area, Jaipur (After Pre-bid)
Page 57 of 230
The method of deployment, shipping or packing.
Schedule for Installation Acceptance.
The place of delivery and/or the services to be provided by the bidder.
c) The change request/ management procedure will follow the following steps: -
Identification and documentation of the need for the change - The information related to
initiator, initiation date and details of change required and priority of the change will be
documented by DoIT&C
Analysis and evaluation of the Change Request - Impact of the change in terms of the estimated
effort, changed schedule, cost and the items impacted will be analysed and documented by the
bidder.
Approval or disapproval of the change request – DoIT&C will approve or disapprove the change
requested including the additional payments for software development, quoted man-month
rate shall be used for cost estimation, efforts of all technical resources- project manager, analyst,
software developer, testing engineer, database architecture etc. shall be taken into account for
total man-month estimation to carry out the s/w development resulting from the change
request. For all technical resources irrespective of their experience and specialisation, the
quoted man-month rate shall be used. Efforts of support staff shall not be taken into
consideration for this purpose.
Implementation of the change – The change will be implemented in accordance to the agreed
cost, effort, and schedule by the selected bidder.
Verification of the change - The change will be verified by DoIT&C on implementation of the
change request.
d) All changes outside the scope of supplies agreed to herein which may have likely financial
implications in terms of the overall cost/ time of the project shall be undertaken by SI only after
securing the express consent of DoIT&C. In the event that the consent of DoIT&C is not received then
the change will not be carried out.
e) While approving any change request, if required, DoIT&C may ask the bidder to deploy the required
resources on-site.
f) If any such change outside the scope of supplies agreed to herein causes an increase or decrease in
ost of, o the ti e e ui ed fo , fi s pe fo a e of a p o isions under the Agreement,
equitable adjustments shall be made in the Agreement Price or Delivery Schedule, or both, and the
Agreement shall accordingly be amended. Any claims by firm for adjustment under this must be
asserted within 30 (thirty) days from the date of SI receiving the DoIT&C change order which shall
not be unreasonably withheld or delayed.
RFP of Interior work of Bhamashah Technical Hub,
Jhalana Institutional Area, Jaipur (After Pre-bid)
Page 58 of 230
ANNEXURE-1: TECHNICAL SPECIFICATION
Contents (Specifications for Interior Work of Bhamashah Technical Hub at Jhalara Dungri, Jaipur)
a) Ceiling
b) Lights
c) Vertical Finishes (Cladding & Partitions)
d) Flooring
e) Doors
f) Underdeck Insulation
g) Loose Furniture
h) Modular Cabins
i) Rest Pods
j) Gym Equipment
k) Decorative Items (as per photographs attached acceptable to DoIT&C)
l) AV Solutions
A) Ceiling
1) Baffle ceiling (with varying widths as mentioned in BOQ)
I) The baffles shall be made up of Rigid PVC coated GI sheet. These baffle planks shall be bent
through CNC to have dimensions as 120X50mm OR 80X40mm as per the DoIT&C s app o al.
RFP of Interior work of Bhamashah Technical Hub,
Jhalana Institutional Area, Jaipur (After Pre-bid)
Page 59 of 230
II) Center to Center distance shall be minimum 50-150 mm.
III) Specifications (Finish and component details):
(a) CEILING Baffle tile: minimum 0.7 mm thick rigid PVC coated GI sheet.
(b) Carrier made of 0.60 mm GI, powder coated to matching baffle color or black as directed by the
DoIT&C. Ceiling to have arrangement to fix, hang and lock the baffles of required sizes and at
required intervals. the size of punched carrier would be 35x20x35mm bent channel with holes
for suspension and fixing secondary channel.
(c) The baffles top edge will have a flange of 5mm to fix in the carrier profile.
(d) Mother C Channel: minimum 1.0 mm Thick GI Sheet with Laser cut profiles.
(e) Suspension: The carriers would be placed at every 1200mm (maximum) and suspended by
means of a secondary angle, channel fixed to the carrier at every 900 to 1200 mm and this
secondary member in turn would be suspended by 8mm rodfixed to the slab by means of a 8
mm diameter, dash fastener.
(f) Top Clamp: 1.0 mm Thick GI Sheet for holding the threaded rod.
(g) End Cap: minimum 0.7 mm thick GI end cap similar to main ceiling baffle.
(h) Finish: Rigid PVC coated sheet.
(i) Color: As per approval
(j) Entire structure will be in powder coated MS.
(k) Metal Strip where baffle planks will be hanged should be sleek & sturdy.
2) Baffle False ceiling (with uniform width baffle) :
I) The specifications shall remain same except for the width of the baffle. The Baffle shall have
either of these two dimensions 120X50mm OR 80X40mm as per BOQ.
3) Calcium silicate Ceiling
I) Plain Calcium Silicate Acoustic Boards for false ceiling with 08mm Approx. thick, Structure for
underside of suspended grid formed of GI perimeter channels. Wood screws and metal
expansion raw plugs for fixing with wall. Plastic emulsion paint of approved make and shade for
finishing surface of Calcium Silicate Boards.
II) General Specification of Calcium Silicate Board: this board is manufactured from a mixture of
Portland cement, fine silica, special cellulose fibers and selected fillers to impart durability,
RFP of Interior work of Bhamashah Technical Hub,
Jhalana Institutional Area, Jaipur (After Pre-bid)
Page 60 of 230
toughness, fire and moisture resistance.
III) Expansion after expose to the water for 24 Hr.: 0.12%, Noise Resistance: B38, Water absorption
by Weight: 34%, Fire resistance: BS 476 incombustible A1 Class.
4) Wallpaperfor Calcium Board Ceiling
I) Finish: Non-woven matt wallpaper suitable for commercial interiors.
II) Content: Eco-friendly / latex-saturated 30% recycled 70% renewable cellulose fibers.
III) Paper 325 – 375 gsm.
IV) Feature:High UV resistance, durable, water repellent, recyclable.
V) Flame Resistance: Fire Rated ASTM-E84: Class A (USA) / AS3837: Class 1.
VI) Feature: Washable.
VII) Easily Removable in one piece with no residue.
5) Illuminated Rigid PVC Metal Curved Baffle Ceiling
I) Baffle sides shall be of 0.6mm galvanized metal of approved powder coating finish. Panels shall
be designed to achieve shape and design as per DoIT&C s e ui e e t ith the o i ation of
horizontal veneer front/edge, designed to enhance visual feel, with provision for easy
installation and maintenance.
II) Structure Shall be made from heavy duty powder coated modular steel frame (minimum sheet
thickness 0.8 to 1.6mm). It Shall be securely grouted from roof with help of anchor fastener and
GI self-threaded rods. It shall be formed with the help of slotted rolled W sections (stiffener) and
M section (Master) with help of M6 cage nut and bolts.
III) Panels shall then be snap fitted individually on the grid frame work. The panels are also hold by
safety wire to ensure that these tiles do not full during seismic vibrations.
IV) The System must be RoHS Certified (From UL/Intertek) &Green guard Compliant.
6) Stretch Ceiling
I) The ceiling shall be supplied with demountable translucent stretch ceiling membrane with
harpoon, corners ready to install. Membrane shall transmit 76.60% light and absorb 23.40% of
light. CE Certified & fire rated to European standards BS2D0 with long life of membrane seam. It
should not get discoloured & sag. All joints shall be provided with appropriate interface trims to
be able to demount the ceiling to access the lights.
RFP of Interior work of Bhamashah Technical Hub,
Jhalana Institutional Area, Jaipur (After Pre-bid)
Page 61 of 230
II) The ceiling must be installed using ceiling aluminum suspension system, complete as per
a ufa tu e s i stallation guidelines and as per approved shop drawings in line with the design
intent and approval by DoIT&C.
III) The LED Modules shall be supplied with appropriate drivers and dimming system. LED strips shall
be installed using custom aluminum extrusions to ensure longevity of the installation. The
Flexible membrane must be ASTM E 84 class A certified, necessary test report to be submitted
before commencement of job during drawing approval stage.
IV) The ceiling shall have following features and properties: -
(a) Simple and maintenance friendly: Installed in a few hours and finished product shall not require
any taping, spackling, or painting, and shall be easily cleanable.
(b) Durable: The systems shall resist shocks and shall not crack with movement or understretch
conditions.
(c) Safe: The membranes and profiles shall have passed the stringent fire and safety tests.
(d) The membrane must have been classified as non-toxic upon burning.
(e) Green: Membranes must be 100% recyclable.
(f) There should not be any welding defect on Membranes for years to come on the perimeter
edging or in the seams.
7) Wooden metal Baffles with Triangular stretched ceiling Highlighters
I) The baffle specifications shall remain same as uniform baffle ceiling and the design shall be
complemented by Stretched Ceiling.
8) X Desig e A ousti Metal Pla k False eili g
I) Factory made acoustic modular metal false ceiling of powder coated panels. Make shall
comprising of perforated and non-pe fo ated etal pa els X ade th ough CNC lase Cutting, bending &punching. Panel shall be of 0.6mm galvanized metal of approved color. Panels
shall be designed to enhance visual feel, with provision for easy installation and maintenance,
integrated lighting and scope for integration of building services like HVAC and fire detection/
fighting system.
II) Ceiling should be tested & qualified for Seismic Zone 4 or more. Valid report from Government
approved Lab to be submitted before commencement of job during drawing approval stage
III) As per design panel shall comprise of micro perforation for making false ceiling acoustically
sound with fire rated acoustic fleece.
RFP of Interior work of Bhamashah Technical Hub,
Jhalana Institutional Area, Jaipur (After Pre-bid)
Page 62 of 230
IV) Copy of Test certification for ASTM E84 (from UL) for the surface burning characteristics of ceiling
tiles to be submitted before commencement of job during drawing approval stage. This is
mandatory requirement from Fire safety point of view. Raw-material supplier data alone is not
acceptable
V) Ceiling Plank:
(a) Plank shall be made from 0.6mm thick GI powder coated sheet of approved shade and sizes.
(b) Light fitting can be defined as per the LUX requirement.
(c) It shall have Laser cut circular hole for light fixing as per defined lux requirement and approved
layout.
(d) Non-perforated tile slots to be punched to accommodate AC grills.
VI) Properties: -
(a) High NRC (Noise Reduction Co-efficient). Ceiling tiles must be a combination of perforated and
non-perforated tiles to have Sound absorption coefficient (NRC) value 0.30 per IS:8225-1987,
ISO: 354-1985 and ASTM 423-90.
(b) Better Light reflectance & Fire performance.
(c) Humidity Resistance.
9) Perforated Metal Ceiling
I) Providing & Fixing of l Lay in Micro-Perforated metal ceiling System consisting of 600x600mm
Lay in tiles of coated galvanized steel in 0.5 mm thickness in white color with perforation of
1.5mm dia & open area of 22% with acoustical fleece on the back of the tile to be laid on suitable
grid systems with 15mm wide T - section flanges color white having rotary stitching on the Main
Runner, 1200 mm & 600 mm Cross Tees.
II) Ceiling system must be RoHS certified from UL/Intertek. Valid certificate to be submitted before
commencement of job during drawing approval stage.
III) The grid should be of 15mm wide T - section flanges color white having rotary stitching on all T
sections i.e. the Main Runner, 1200 mm & 600 mm Cross Tees with a web height of 32mm and
a load carrying capacity of 13 Kgs/M2. The T Sections have a Galvanizing of 120 grams per M2 &
passed through 500 hours of Salt test.
IV) Suspension System accessories consisting of M6 Anchor Fasteners with Vertical Hangers made
of Galvanized steel of size 26 x 26 x 25 x 1.2mm with a Galvanized Thickness of 80gsm, A pre
Straightened Hanger wire of dia – 2.68 mm of 1.83 m length., thickness of 80gsm and a tensile
strength of 344-413 MPa, along with Adjustable hook clips of 0.8mm thick, galvanized spring
steel for 2.68 mm with a minimum pull strength of 110 kg. The adjustable clip also consists of a
3.5 mm aquiline wire to be used with the main runner.
10) Open cell ceiling with combination of Metal Baffle and Acoustic Fabric.
RFP of Interior work of Bhamashah Technical Hub,
Jhalana Institutional Area, Jaipur (After Pre-bid)
Page 63 of 230
I) The ceiling shall be made up of wooden finish rigid PVC GI sheet and fabric baffles,
II) Rigid PVC GI sheet baffles shall be bent through CNC to have dimensions as 120X50mm OR
80X40mm as per the DoIT&C s app o al. III) The trapezoidal open cell shall be created by combination of varying Center to Center distance
from 100mm to 2000mm.
IV) Specifications (Finish and component details):
(a) Ceiling Baffle tile: minimum 0.7 mm thick rigid PVC coated GI sheet.
(b) Carrier made of 0.60 mm GI, powder coated to matching baffle color or black as directed by the
DoIT&C. Ceiling to have arrangement to fix, hang and lock the baffles of required sizes and at
required intervals. the size of punched carrier would be 35x20x35mm bent channel with holes
for suspension and fixing secondary channel.
(c) The baffles top edge will have a flange of 5mm to fix in the carrier profile.
(d) Mother C Channel: minimum 1.0 mm Thick GI Sheet with Laser cut profiles.
(e) Suspension: The carriers would be placed at every 1200mm (maximum) and suspended by
means of a secondary angle, channel fixed to the carrier at every 900 to 1200 mm and this
secondary member in turn would be suspended by 8mm rod fixed to the slab by means of a 8
mm diameter, dash fastener.
(f) It shall have acoustic wrapped fabric fully upholstered on all side. The fabric shall be washable
and should withstand normal wear and tear for 10 years. Fabric Make : Sprint from Camira or
Equivalent (shade as per DoIT&C s app o al
(g) Top Clamp: 1.0 mm Thick GI Sheet for holding the threaded rod.
(h) End Cap: minimum 0.7 mm thick GI end cap similar to main ceiling baffle.
(i) Finish: Rigid PVC coated sheet.
(j) Color: As per approval
(k) Entire structure will be in powder coated MS.
(l) Metal Strip where baffle planks will be hanged should be sleek & sturdy.
11) Composite Metal and Calcium Silicate Ceiling
I) The ceiling planks/planes shall be a combination of powder coated minimum 0.6mm GI sheet
and calcium silicate boards. For technical details please refer the above specifications.
12) Acoustic Fabric Baffles
I) Soft-board/MDF/Metal based shall be wrapped with Acoustic fabric fully upholstered on all side.
The fabric shall be washable and should withstand normal wear and tear for 10 years. Fabric
RFP of Interior work of Bhamashah Technical Hub,
Jhalana Institutional Area, Jaipur (After Pre-bid)
Page 64 of 230
Make: Sprint from Camira or Equivalent (shade as per DoIT&C s app o al . The eili g shall e hung to the roof slab by means of channels and carriers made up of powder coated MS structure.
B) Lights
LED Lights:
Brief: - The lights shall be available in flat panels. These shall be designed and developed with
slim shape for stylish look. The product shall have better colour rendering index for interior
illumination.
In LED shall have three basic choices of colours like cool white, warm white and neutral white.
The LED lights shall have uniform light distribution without any spots on surface of panel, to
make it highly luminous.
13) Rectangular Lights with varying widths to complement Baffle ceiling (as per Lux Requirement)
I) Temperature- 3000 K to 6500K
II) CRI >70
III) Power Consumption 24W to 32W
IV) Aesthetically designed enclosures
V) Highly efficient constant current LED drivers
VI) LED s life > , h s VII) Voltage 220-240 V AC 50 Hz.
14) Round Lights (as per Lux Requirement)
I) Temperature- 3000 K to 6500K
II) CRI >70
III) Power Consumption 12W to 24W
IV) Aesthetically designed enclosures
V) Highly efficient constant current LED drivers
VI) LED s life > , h s VII) Voltage 220-240 V AC 50 Hz.
15) Spot Lights
I) Recess mounted aesthetically designed 2W LED swivel type spot light with 20° tilting angle for
low ceiling height applications
II) Light source: LED
III) Input Voltage: AC 220-240V, 50/60Hz
IV) Driver Type: Constant Current. Non-Integral P.F >= 0.5
V) Voltage Operating Range:220-240V, AC,50Hz
VI) CRI: Ra >= 80
VII) LED Life: 30,000 BH
VIII) Accessories: With Driver
IX) Optics: PMMA lens for better light distribution
16) Cove Lights : LED Strip Light:
I) Light source: LED
II) Lumen output: 840 lm/Mtr.
III) Light color: 3000K/6000K
RFP of Interior work of Bhamashah Technical Hub,
Jhalana Institutional Area, Jaipur (After Pre-bid)
Page 65 of 230
IV) Power consumption: 9.8 W/Mtr.
V) Voltage: 12V AC 50Hz (the power convertor to operate on 220-240V AC 50Hz to be supplied
additionally.
VI) Optics: Sand-blasted matt finish reflector
VII) Color: White
VIII) Lifetime: 40000 burning hrs. (At L70)
17) 2'x2' LED Light Panels (as per Lux Requirement)
I) Temperature- 3000 K to 6500K
II) CRI >70
III) Power Consumption 24W to 32W
IV) Aesthetically designed enclosures
V) Highly efficient constant current LED drivers
VI) Up to 80% energy saving.
VII) LED s life > , h s @ L
VIII) Voltage 220-240 V AC 50 Hz.
IX) Thickness of fixture must not be more than 35mm.
18) Designer Hanging Lights
I) Temperature- 3000 K to 6500K
II) Power Consumption 24W to 32W
III) Aesthetically designed enclosures
IV) Up to 80% energy saving.
V) LED s life > , h s VI) Voltage 220-240 V AC 50 Hz.
19) Dynamic Zone Lightings (including wiring, switches and controllers)
I) Intelligent, powerful, LED lighting system for architectural illumination. With superior light
performance and simple configuration. Automatic power reduction or turning off the luminaires
is possible via active over-temperature protection.
II) The luminaire must be AC line powered, high brightness luminaire. The luminaire is controllable
via DMX with auto-addressing for easy configuration. The system is connected using a daisy chain
topology, allowing easy installation to form long run lengths. Remote Device Management
RFP of Interior work of Bhamashah Technical Hub,
Jhalana Institutional Area, Jaipur (After Pre-bid)
Page 66 of 230
(RDM) circuits are built into each luminaire that enables extensive control and monitoring of the
entire lighting installation.
III) Product specifications:
(a) Temperature- 3000 K to 6500K
(b) CRI >70
(c) Aesthetically designed enclosures
(d) Highly efficient LED drivers
(e) LED s life > , h s @ L
(f) Voltage 220-240 V AC 50 Hz.
(g) Operating Temperature: Suitable for 10°C to +40°C (Indoors)
(h) Environment: Outdoor (IP66)
IV) Electrical specifications
(a) Input Voltage: 100V - 277V AC 50 / 60 Hz
(b) Power Consumption: 12 to 32W
(c) Po e Fa to : .
V) System specifications
(a) Power: AC line
(b) Control: DMX with auto-addressing, Device Remotely Managed
(c) Power Supply: Built-in
(d) For quantity details of Dimming Lighting Driver and Dali Master Controller please refer the BOQ
14) Designer Geometric Lights
(1) “t et hed eili g lights i t ia gula shape of size , & o ea h side. The asi g shall ade up of formed powder coated metal sheet.
C) Vertical Finishes (Cladding & Partitions)
Modular Rigid PVC Metal Paneling:(these specifications are general which are applicable for the
items viz. Rafters, Printed Metal Paneling, Metal Partition. General Structure specifications shall
be applicable for Fabric Paneling and Calcium Silicate board normal/composite partitions.)
(1) Design & Material Specification for Paneling
(a) Factory made removable type self inter lockable metal panels of Preformed Textured Hot dip
galvanized strips and sheets of low carbon steel coated on one side with rigid polyvinylchloride
(PVC) film and on the other side a coating based on cross linkable polyester resins (sheet
RFP of Interior work of Bhamashah Technical Hub,
Jhalana Institutional Area, Jaipur (After Pre-bid)
Page 67 of 230
thickness 0.6mm & PVC Coating 0.15mm). Make shall comprise of specially designed
combination of perforated and non-perforated panels through CNC laser Cutting, bending &
punching. Panel shall be of 0.75mm thick galvanized metal of approved color. Panels shall be
designed to achieve shape and design as per DoIT&C s e ui e e t. Pa els shall e fi ed usi g hook fitting on structure. Overall system thickness for paneling shall be 70mm to 85mm and for
partition shall be 85mm to 110mm.
(b) As per design panel shall comprise of hexagonal perforation for making paneling and partitions
acoustically sound. Acoustic grade fire retardant fabric (min 1.5mm thick) will be fixed at some
parts of the control room.Wall paneling system must be RoHS certified from UL/Intertek. Valid
certificate to be submitted before commencement of job during drawing approval stage.
(c) Panel shall be design in such a manner that it takes care of undulation of civil walls and gives
perfect flat surface finish and compile easy service & maintenance procedure.
(d) Paneling tiles must be a combination of perforated and non-perforated tiles to have Sound
absorption coefficient (NRC) value 0.30 per IS:8225-1987, ISO: 354-1985 and ASTM 423-90. test
report to be submitted before commencement of job during drawing approval stage
(e) Design:
(i) The cladding panels shall be made up of combination of two sheets locked and riveted together
and polystyrene shall be used as infill to achieve strength and acoustics. The front tile (PVC pre-
coated metal sheet) shall be perorated/ non-perforated as per the design requirement and the
back tile (Powder coated 0.6mm GI sheet) shall be designed in such a manner that it fits on the
back portion of the front tile. Once the tiles are fitted together then these will be manually
riveted. These tiles shall be bend through CNC, machine punched & laser Cut to achieve perfect
accuracy.
(ii) Structure Shall be made from heavy duty powder coated modular steel frame (minimum sheet
thickness 1 to 1.6mm) and shall allow uninterrupted flow of wires/cable/tubes of max. dia.
25mm.
(iii) Structure Shall be securely grouted from wall, roof and floor. It shall be made up of 1-1.6mm
thick vertical Slotted Rolled C sections (Upright) and horizontal rolled C o e to s. G id of desired dimension shall be formed by Vertical and horizontal sections having 50mm pitch.
(f) Surface Finish:
(i) For Panels:
1. Front Panel: PVC pre-coated GI sheet (sheet thickness: 0.6mm and PVC coating: 0.15mm)
2. Back Cover: Powder coated GI sheet. (Sheet thickness: 0.6mm with powder coating :)
(ii) For Structure:
1. Powder coated sheet. (sheet thickness: 1.0mm to 1.6mm with powder coating)
2. The metal sheet shall have possibility of being formed mechanically per the specific needs of the
project.
(iii) Material Selection:
1. Available Width- 300mm to 1200mm (in multiples of 150mm).
2. Available Height- 150mm to 750mm (in multiples of 150mm).
3. Thickness- 10mm to 15mm for perforated tiles with acoustic fleece without back cover
RFP of Interior work of Bhamashah Technical Hub,
Jhalana Institutional Area, Jaipur (After Pre-bid)
Page 68 of 230
4. 25mm to 30mm for non-perforated tiles with back covers
(iv) Material Testing/Certification:
1. PVC pre-coated sheet:
a. Fire rating and Low flame spread: EN ISO 11925-2, EN 13823 and ASTM E-84
b. The material must be Food grade : EU10/2011Certificate to be produced during design approval
stage before commencement of the job.
2. Core material (compressed polystyrene):
a. Acoustic test: 9301/ ISO: 140/ASTM 413, ASTM C 578.
3. Powder coating
a. Adhesion test: EN ISO 2409 (2 mm)
b. Impact resistance test: A“TM D / all
c. Flexibility test: EN ISO 1519
d. Salt spry test: 600 hrs.
e. Resistance to humid atmosphere test: DIN 50017.
f. Relevant test reports to be produced before starting manufacturing activities
(2) Component Specification:
(a) Floor Mounting: -
(i) thi k C ha els a e elded togethe to fo a I se tio ha ing minimum height of
150mm. This I section shall be welded on 3mm thick MS grouting plate.
(ii) This assembly shall be grouted on the floor with the help of M10 Anchor Fasteners.
(iii) These Floor Mountings shall be the base support to the vertical uprights spaced at a center to
center distance of 1200mm maximum.
(iv) Contractor must ensure proper marking and leveling before proceeding with any floor grouting.
(b) C Section (Upright) fixing: -
(i) 56 mm wide Slotted rolled C section (UPRIGHT) (1 to 1.6 mm thick CRCA). Maximum single piece
Length shall not exceed 2700mm.
(ii) All sections will be dual slotted with 50 mm pitch.
(iii) These Uprights shall be mounted over the floor mountings and shall be connected by C
o e to s ade up of . to . thi k old olled C' se tio s. (iv) The installation to be carried out with Uprights spaced at 1200 mm (centers to center) securely
fixed to the floor slab by means floor mountings.
(v) The uprights shall be firmly held with L shaped wall mounts made up of 2 mm thick MS sheet
duly powder coated. One portion of L mount shall be grouted with wall and other will be having
a minimum slot length of 75mm.
(vi) The L clamp and the upright will be bolted together with M6 bolts.
(c) End Cap
(i) 0.6mm to 0.75mm thick C shaped tile; like the panel tile will be bolted on the extreme end
Uprights to hide the grid structure.
(d) Panel:
RFP of Interior work of Bhamashah Technical Hub,
Jhalana Institutional Area, Jaipur (After Pre-bid)
Page 69 of 230
(i) The panels shall be hooked on the uprights.
(ii) Panels shall have integrated hooks (which shall cut and bend on high precision laser machines).
(iii) The panels shall have minimum gap of 5mm between two tiles (on vertical and horizontal edges)
so that the tiles can be replaced and installed easily.
(iv) The hooks of the Panels shall have a length of 20mm (for the upper hook) and 10 mm (for the
bottom hook). So that these panels are firmly held on the uprights.
(v) The panel shall have HOOK in arrangement (With gravity lock).
(e) Corner Cap:
(i) On extremes ends of control room the wall connector (L- profile) shall be fixed on the perimeter
walls. This L-section shall be snap fitted and then bolted to the walls.
(f) Door Profile:
(i) Door frame shall be fixed with these profiles only to have proper integration of doors with the
overall system.
(3) Feature:
(a) Raw material for tile & powder coating should not affect environment, vendor to provide
necessary test certificate.
(b) Color should not fade over 10 years.
(c) No sagging
(d) Easy and quick installation
(e) Low cleaning effort
(f) Vendor to demonstrate one portion at wall paneling & ceiling at their premises before
dismantling & shipping to site. In short, a FAT (Factory acceptance test) to be carried out at
vendors works for ceiling & paneling.
(g) The solution to be Modular in nature and cutting, chipping etc. work shall not be allowed at site.
(h) The tile shall be bend resistant.
15) Straight Metal Paneling
(4) Panel should comprise of perforation for making the cladding and partitions acoustically sound.
Min 20% panels shall be perforated or as specified by the DoIT&C.
(5) There should be possibility of wide variety of colors and images to be used on the wall elements
to give the aesthetic and state of the art look to the control room.
(6) Panel design to support proper LVS integration.
RFP of Interior work of Bhamashah Technical Hub,
Jhalana Institutional Area, Jaipur (After Pre-bid)
Page 70 of 230
(7) Wall Paneling should be tested and qualified for Seismic Zone 4 or better. Valid test report from
govt. agency to be submitted before commencement of job during drawing approval stage.
(8) Gluing, screwing, Aluminum Composite panels, Laminates and gypsum are not allowed.
(9) Panel design should ensure that when the tiles need to be removed for service maintenance of
Lighting & AC ducts & itself cleaning, the risk of tile damage is minimized.
(10) Wall Paneling tile must be ASTME-84 certified from UL for surface burning characteristics. Valid
report to be submitted before commencement of job during drawing approval stage.
(11) Structure should allow uninterrupted flow of wires/cable/tubes of max. dia 25mm.
16) Modular Metal Rafters (Brown)
(12) The rafters shall have the same specifications as that of Modular Rigid PVC Metal Paneling.
17) Modular Printed Metal Paneling
(13) The paneling shall have the same specifications as that of Modular Rigid PVC Metal Paneling
however in addition to it the surface tile shall be digitally printed. Graphics shall be approved by
the DoIT&C.
(14) UV digital printing on modular metal partition.
RFP of Interior work of Bhamashah Technical Hub,
Jhalana Institutional Area, Jaipur (After Pre-bid)
Page 71 of 230
I) Metal Partition: -The material of construction shall remain the same however in partition the
cladding shall be done on either sides of the section/grid work.Sound transmission class (STC)
value of 35 for Wall Panelling & Partition. (According to IS: 9901 (Part III) – 1981, DIN 52210 Part
IV- 1984, ISO:140(Part III) -1995, test report from reputed agency to be submitted before
commencement of job during drawing approval stage.
18) Rosalia Marble cladding
(15) 20mm (± 2mm) Vertical cladding with Rosalia Marble stone. The deep pores in the stone shall
be filled with a similar-colored grout or epoxy to create a smoother surface.
(16) The best quality Pre-polished marble / stone from approved quarry shall be machine cut and
machine polished as specified in respective items and shall be of specified thickness and of
approved quality and size, free from cracks and flakes and shall be uniform color, with straight
edges. The sides of machine cut, and machine polished stones shall have perfect right angles and
surface smooth. The stone slabs shall be laid and finished on bedding of cement mortar 1:3 (1
cement: 3 coarse sand) 10-15 mm (average) thickness.
(17) The marble/stone to be laid on min 20mm thick cement mortar of ratio 1:3 (1 cement: 3 coarse
sand) and joined with white cement slurry mixed with matching color.
(18) The finished stone surface thus laid to the required degree as approved by the DoIT&C.
19) Texture Paint
RFP of Interior work of Bhamashah Technical Hub,
Jhalana Institutional Area, Jaipur (After Pre-bid)
Page 72 of 230
II) The paint must be stiff-paint, non-toxic, non-fla a le a d full espe ts people s health a d environment. Color & design as per DoIT&C s app o al.
III) Paint
(1) Painting to new walls with 3 coats of plastic emulsion paint of approved brand and shade after
thoroughly brushing the surface to remove all dirt and remains of loose powdered materials
including cost and conveyance of all materials to work site and all operational, incidental, labour
charges etc complete for finished item of work over one coat of primer total 3 coats
Note: The primer and putty work in the scope of bidder.
20) Lacquered Glass
IV) Lacquered glass shall be of top quality clear toughened or ultra-cleartoughened glass, to achieve
the desired perfect shade as per the DoIT&C s app o al. V) Lacquered glass is colored and opaque in appearance. It is produced by depositing and then
baking a coating of lacquer to one side of clear glass. The Thickness Lacquered Glass should be 8
mm.
VI) Features: -
(1) Superior finish.
(2) Modern and trendy aesthetic appeal.
(3) Special lacquer for high durability and opacity, 7 times stronger than the normal conventional
paints.
VII) Technical Information: -The product must have been tested as per below mentioned ISO test
codes: -
(1) Humidity test - ISO 6270-1:2001
(2) Scratch Resistance - ISO 1518-2:2011
(3) Adhesion Test - UNI EN ISO 2409
(4) Abrasion Test - ASTM D968
(5) Pull Off Test - EN ISO 4624:2006
(6) Cass Test - ISO 9227:2006
(7) Salt Spray - ISO9227:2006
RFP of Interior work of Bhamashah Technical Hub,
Jhalana Institutional Area, Jaipur (After Pre-bid)
Page 73 of 230
(8) WOM Test - ISO 1492/2
(9) Climatic Cycles - EN 1279-2.
(10) QUV Test - EN ISO 11507:2007
21) 13mm Thick Acoustic Glass
22) Acoustic glass consists of two or more sheets of glass, bonded together with one or
more acoustic PVB interlayer with excellent sound-absorption properties to reduce external
noise by 75% or better. Fixing details must be in line to international norms.
23) Sand Stone
VIII) This item shall be a designer combination of 20mm (±2mm) Sandstone and Lacquered Glass.
IX) The best quality stone from approved quarry shall be machine cut as specified in respective items
and shall be of specified thickness and of approved quality and size and shall have uniform color.
The sides of machine cut shall have perfect right angles. The stone slabs shall be laid and finished
on bedding of cement mortar 1:3 (1 cement: 3 coarse sand) 10-15 mm (average) thickness.
X) The stone to be laid on min 20mm thick cement mortar of ratio 1:3 (1 cement: 3 coarse sand)
and joined with white cement slurry mixed with matching color.
XI) The finished stone surface thus laid to the required degree as approved by the DoIT&C.
24) Sand Stone with designer powder coated sheet metal / Lacquered glass strips
RFP of Interior work of Bhamashah Technical Hub,
Jhalana Institutional Area, Jaipur (After Pre-bid)
Page 74 of 230
XII) This item shall be a designer combination of 20mm (±2mm) Sandstone and Lacquered Glass.
25) 12mm thick Frameless Toughened Glass Partition: -
XIII) Full glass wall partitions will be made of 12mm Toughened laminated glass with frame-less
structure. Proper structure shall be made to ensure the fixing of glass from RCC slab above false
ceiling and flooring.
XIV) Straight and vertical structural members shall not be visible. Safety film shall be applied on the
glass to avoid shattering. Glass shall be fitted on extrusion with tool less technology and having
a provision for replacing glass with perforated sheet/acoustic tile by removing the glass.
XV) NOTE: - The nature of installation should be replaceable, expandable and flexible to cater the
future expansion/technical up-gradation.
26) Vertical Garden: -
XVI) Ve ti al ga de of height a d a aila le idth ith e essa ate i igatio s ste . Structureprovides good air flow behind the system.
XVII) Planters to provide natural orientation.
XVIII) Removable planter inserts shall allow for ultimate flexibility.
XIX) Outdoor systems to provide nature like watering.
XX) Indoor systems shall be drip-free.
XXI) Healthy growing environment shall be provided for long-lived plants and low maintenance costs.
RFP of Interior work of Bhamashah Technical Hub,
Jhalana Institutional Area, Jaipur (After Pre-bid)
Page 75 of 230
XXII) Structure shall have life of 15-years.
27) Laser Cut Alphabets made up of 316 grade Stainless Steel
XXIII) Stainless Steel 3D Letters indifferent fonts and sizes. Ensuring durability and smooth polish finish
these find wide application in a range of Signages and sign boards. The 3D letters are clearly
visible because of their three-dimensional features and these have ability to withstand adverse
weather conditions.
(1) Thickness:5-25mm as per DoIT&C s app o al. (2) Features:
(a) Corrosion Resistance
(b) Tarnish Resistance
(c) Stylish Designs
(d) Superior Polish
(3) Specification:
(a) MOC: Stainless Steel
(b) Sizes: Customized
(c) Embossing: Customized
28) Modular fabric panelling
XXIV) Flat fa i pa eli g ade up of X , X , fitted i audito iu , t ai i g a eas, meeting areas
as per the acoustical requirement. Fabric Make: Sprint from Camira or Equivalent. The fabric tile
shall have modular metal base and must be interchangeable with other perforated PVC metal
cladding tiles.
29) Curved Modular Rigid PVC Metal Paneling with wooden grains
XXV) All the properties shall be like straight Metal paneling, but the shape shall be perfect curve to
p o ide o e spa e fo ou ti g of the LED s.
RFP of Interior work of Bhamashah Technical Hub,
Jhalana Institutional Area, Jaipur (After Pre-bid)
Page 76 of 230
XXVI) Curvilinear Partition shall be having metal cladding on either sides of the frame and remaining
all the things shall remain the same.
30) Curvilinear / Bent Glass Partition
XXVII) 12mm thick curvilinear glass/bent glass to suit the site requirement in predetermined profile.
Curved glass is simply flat glass which has been heated to an appropriate temperature over a
mold with a predetermined profile. It is 4-5 times stronger to then annealed glass of the same
thickness. Degree of Bend / Curved Glass – 12 mm (1.2 mtr radius to 2.1 mtr radius)
XXVIII) Product shall be ASTM C1464 certified.
31) Backlit Polymer Alumina Tri-Hydrate Cladding on Columns
RFP of Interior work of Bhamashah Technical Hub,
Jhalana Institutional Area, Jaipur (After Pre-bid)
Page 77 of 230
XXIX) The material of the cladding surface shall be Alumina Tri-Hydrate. The material must be fire
retardant, Insulated, Water Proof, Scratch resistance and high hardness.
XXX) The material must be homogeneous throughout the depth, with compliance to Green-Guard.
XXXI) Thickness of the cladding shall be combination of 12mm & 6mm thick material.
XXXII) 6mm depth shall be used for backlit purpose.
XXXIII) This is to give a grand look to the cladding.
XXXIV) The structure shall be modular to ensure easy maintenance and replacement.
32) Alumina Tri-Hydrate Cladding on walls
XXXV) The material of the cladding surface shall be Alumina Tri-Hydrate. The material must be fire
retardant, Insulated, Water Proof, Scratch resistance and high hardness.
XXXVI) Alumina Tri-Hydrate is homogeneous material throughout the depth, with compliance to
Greenguard.
XXXVII) Thickness of the cladding shall be combination of 12mm & 6mm thick material.
XXXVIII) 6mm depth shall be used for backlit purpose.
XXXIX) This is to give a grand look to the cladding.
XL) The structure shall be modular to ensure easy maintenance and replacement.
33) Folding Glass Partition
RFP of Interior work of Bhamashah Technical Hub,
Jhalana Institutional Area, Jaipur (After Pre-bid)
Page 78 of 230
XLI) Horizontal Folding Glass Panel Partitions: Fully-glazed, top-hung stackable folding glass panel
partition without floor track, with top and bottom door rails and butt-glazed dry joint between
panels, and equipped with pivoting door panels where indicated.
(1) Basis of Design: GLASS Horizontal Folding Wall.
(2) Stacking Arrangements: As approved by the DoIT&C.
(3) Stacking Operation: Manual.
(4) Partition Top Track: 0.235 inch (6.0 mm) thick aluminum extrusion, low-profile; designed for
operation, size, and weight of glass panel door, with factory-finished head closure trim and seals.
(5) Folding Panel Carriers: Center-mounted, self-balancing trolley system designed for operation,
size, and weight of glass panel door consisting of stainless steel components with vinyl roller
surfaces.
XLII) Rail Fittings, General: All-glass clamping fittings in types, sizes, quantities, and mounting
locations recommended by manufacturer for glass door types, sizes, and operation and glass
panel configurations. Rail Configuration shall be as mentioned below: -
(1) Top Rail: Aluminum extrusion, 3.94 inches (100 mm) high.
(a) Hardware: With manufacturer's standard top-latching bolt.
(2) Bottom Rail: Aluminum extrusion, 3.94 inches (100 mm) high.
(a) Hardware: [With face-mounted slide bolt] [With deadlock].
(3) Rail Caps: Manufacturer's standard precision-fit caps, material and finish as follow,
(a) Aluminum, [clear anodized] / Aluminum, powder coated / Stainless steel.
XLIII) Partition Substructure: Modular extruded aluminium I-beam with associated threaded rod,
struts, brackets, plates, and fasteners designed for continuous support and rigid bracing of
partition top track and adjustable following installation of partition to maintain partition within
operating tolerances specified by manufacturer.
XLIV) Pivoting Single Panel: Single- or double- acting glass panel matching partition panel material and
thickness;size and swing as per DoIT&C s app o al.
XLV) MATERIALS
(1) Aluminum: ASTM B221 (ASTM B221M), with strength and durability characteristics of not less
than Alloy 6063-T5.
(2) Stainless Steel: ASTM A666, Type 304.
34) Mirrors
XLVI) Full height mirrors in the GYM area. Mirrors shall be mounted on a perfectly flat, clean and dry
surface free from acids and aggressive substances. The mounting surface can be wall or plywood.
XLVII) Feature: -
(1) High light reflection of up to 94% in 4 mm thickness
(2) Completely lead-free top coat and < 0,15% lead in the wet basecoat
(3) Resistant to natural atmospheric corrosion
(4) Higher corrosion resistance to chemical attack from cleaners and certain adhesives than
conventional mirrors
(5) Compliant with EN 1036.
RFP of Interior work of Bhamashah Technical Hub,
Jhalana Institutional Area, Jaipur (After Pre-bid)
Page 79 of 230
35) Printed Lacquered Glass
XLVIII) Specifications shall remain same as that of normal lacquered glass 8 mm thicks. Only difference
shall be the aesthetic appeal with Printing as shown above.
36) Toughened Glass Partition with Powder coated Aluminum Extrusions: -
XLIX) The partitions shall be made of Aluminum frames and Toughened laminated glass (5-10mm) as
shown in the image. Proper structure shall be made to ensure the fixing of partition from RCC
slab above false ceiling and flooring.
L) Straight and vertical structural members shall be visible. Safety film shall be applied on the glass
to avoid shattering. Glass shall be fitted on extrusion with tool less technology and having a
provision for replacing glass with perforated sheet/acoustic tile by removing the glass.
LI) NOTE: - The nature of installation should be replaceable, expandable and flexible to cater the
future expansion/technical up-gradation.
37) Film for glass partitions.
LII) The film to be installed on clear glass to provide the look of sandblasted glass.
LIII) Feature: -
(1) Shading Coefficient 0.93 %
(2) Visible Light Reflectance 79 %
(3) Visible Light Transmittance 85 %
(4) Solar Heat Reflectance 7%
(5) Solar Heat Transmittance 76 %
(6) Solar Heat Absorbance 17%.
RFP of Interior work of Bhamashah Technical Hub,
Jhalana Institutional Area, Jaipur (After Pre-bid)
Page 80 of 230
(7) The Product shall have test certificates according to ASTM E84 to be classified as Class A as
defined in NFPA 101, Life Safety Code.
38) Designer Composite partition:- The material of sections/grid construction shall remain the same
as that of modular paneling / partition, however the finish shall be of Calcium silicate partition
on one side and modular paneling tiles on the other.
LIV) General Specification of Calcium Silicate Board: this board is manufactured from a mixture of
Portland cement, fine silica, special cellulose fibers and selected fillers to impart durability,
toughness, fire and moisture resistance.
LV) Expansion after expose to the water for 24 Hr.: 0.12%, Noise Resistance: B38, Water absorption
by Weight: 34%, Fire resistance: BS 476 incombustible A1 Class.
39) Calcium Silicate Board Partition: -The material of sections/grid construction shall remain the
same as that of modular paneling / partition. The finish shall be of Calcium silicate boards on
either side.
LVI) General Specification of Calcium Silicate Board: this board is manufactured from a mixture of
Portland cement, fine silica, special cellulose fibers and selected fillers to impart durability,
toughness, fire and moisture resistance.
LVII) Expansion after expose to the water for 24 Hr.: 0.12%, Noise Resistance: B38, Water absorption
by Weight: 34%, Fire resistance: BS 476 incombustible A1 Class.
40) Ceramic Tile Cladding:-
LVIII) Ceramic wall tiles, of approved make and shades of 8"X12" / 8"X8" size as approved by DoIT&C.
Tiles shall be installed over 12 mm thick bed of cement mortar 1:3 (1 cement : 3 coarse sand)
and jointing with grey cement slurry, including pointing in white cement mixed with pigment of
matching shade complete.
D) Flooring
41) Vitrified Flooring
I) Fully vitrified, 10 mm thick non-porous, homogenous, abrasion resistant, minimum size 600 mm
x 600 mm x 10mm of approved color and shall be laid over concrete floor with laying compound
strictly as per makes given. Total thickness of the flooring shall be 40mm thick including the
thickness of the tiles, under bed. Tiles will be laid with 2 mm gap using spacers and gap will be
filled with black color epoxy latictere.
Artificial Grass
RFP of Interior work of Bhamashah Technical Hub,
Jhalana Institutional Area, Jaipur (After Pre-bid)
Page 81 of 230
II) Shall have Natural feel with 25-30 mm pile height
III) It must be extremely flexible.
IV) The grass to have different shaped dense yarn for extreme resilience to retain soft and natural
feel.
42) Acoustic Laminate Flooring :-
V) Acoustic flooring (shall reduce impact sound by 14dB (ISO 717-2)). It shall be twin-layer linoleum
built up from 2 mm acoustic laminate and a 2 mm Corkment backing. Flooring shall be decorative
type of approved shade, pattern, texture and design and of approved manufacturer. Dimensions
shall be as per the final approved design and site requirement. Flooring shall be laid over
concrete floo ith la i g o pou d st i tl as pe a ufa tu e s spe ifi atio . VI) Mandatory requirement: The Floor Surface material shall be Greenguard (UL) certified to avoid
VOC free / low emitting surface.
43) Combination floor (Italian Marble Botticino and Black/Nero Marquina)
VII) The best quality Pre-polished Italian marble stone from approved quarry shall be machine cut
RFP of Interior work of Bhamashah Technical Hub,
Jhalana Institutional Area, Jaipur (After Pre-bid)
Page 82 of 230
and machine polished as specified in respective items and shall be of specified thickness and of
approved quality and size, free from cracks and flakes and shall be uniform color, with straight
edges. The sides of machine cut, and machine polished stones shall have perfect right angles and
surface smooth. The stone slabs shall be laid and finished on bedding of cement mortar 1:4 (1
cement: 4 coarse sand) 20 mm (average) thickness.
VIII) The flooring work will be inclusive of 100mm high skirting which shall be flushed with the wall &
with a 5mm high groove above it.
IX) The Italian marble skirting to be laid on min 20mm thick cement mortar of ratio 1:3 (1 cement:
3 coarse sand) and joined with white cement slurry mixed with matching color.
X) The finished stone surface thus laid to the required degree as approved by the DoIT&C.
44) Serving Counter with integrated Cabinets
XI) The material of the counter shall be Alumina Tri-Hydrate to ensure seamless counter finish.
XII) The material must be non-porus, easy to clean, repairable and provide a monolithic effect
between the bowl, backsplash and worktop.
XIII) The shutters shall have laminate finish / veneer with PU matt finish
XIV) Shutters shall be installed with high performance hardware.
45) Acoustic Carpet Flooring
XV) Minimum 4 mm thick acoustic carpet flooring shall meet the requirement of EN 1307 (shall have
Impact sound Lw = 19 dB as per (ISO 717-2)). The floor must be resistant to fungal growth.
Flooring shall be decorative type of approved shade, pattern, texture and design and of approved
manufacturer with sound absorption of 0.1 as per ISO 354. Dimensions shall be as per the final
approved design and site requirement. Flooring shall be laid over concrete floor with laying
o pou d st i tl as pe a ufa tu e s spe ifi atio of akes gi e .
46) 150mm Raised / False Floor with Acoustic Laminate in Wooden Grains
RFP of Interior work of Bhamashah Technical Hub,
Jhalana Institutional Area, Jaipur (After Pre-bid)
Page 83 of 230
XVI) Raised height above the RCC floor – 150 to 300mm (as per DoIT&C s app o al).
XVII) Mandatory: Top Surface Shall be Green Guard (UL) certified to avoid VOC free / low emitting
surface and finish shall be similar to the Acoustic Laminate flooring.
XVIII) The flooring should be manufactured with all steel welded construction with an enclosed bottom
pan and top surface should be finished with durable & environment friendly acoustic laminate
pasted with special glue serving life of 5 years minimum. Tile Size should be 600mm X 600mm.
XIX) The system shouldhave: -
(1) Bear Concentrated Loads: 360 Kgs
(2) DIN 4102 class A1 for Heat Resistance &
(3) BS 476 for fire resistance.
XX) The acoustic laminate should be made up of twin-layer linoleum built up from 2 mm Laminate.
XXI) The laminate should be made up of natural products and should not emit any volatile organic
compounds, should be Sustainable & 100% biodegradable. Also it should be Impact, chemical &
fire resistant with anti-bacterial & anti-static properties with Colors & patterns permeate
through the surface to reduce noticeable wear.
XXII) This false floor panel should rest on Edge support rigid grid system having Galvanized Iron base
plate dimensions as 100mm X 100mm. The stringer should be fixed on pedestal having height
adjustment of ±25mm.
XXIII) The flooring in all the display area and inside rooms shall be antistatic as per specifications.
47) Informative Kiosks
RFP of Interior work of Bhamashah Technical Hub,
Jhalana Institutional Area, Jaipur (After Pre-bid)
Page 84 of 230
XXIV) Design: The bare kiosk shall have provision to accommodate big screen, web camera etc. The
entire design shall be modular consisting of interchangeable & replaceable parts. Design should
be extremely rugged to have a minimum life of 10 years for structural stability, moving and non-
moving parts, monitor stand, slides & doors. The kiosk must be IP22 compliant to ensure rodent
proof enclosure.
XXV) Structure shall be made up of 2 mm thick heavy-duty vertical and horizontal profiles of CRCA.
The profiles shall be accurately inserted and welded over 10 mm thick solid HRCA base. Outer
shell shall be made up of 1.5 mm thick CRCA sheet.
XXVI) Finishing: All sheet metal parts must be finished with a durable electrostatic powder coating with
an average application of min 60-90 microns over all surfaces as per Powder Coating Test: ISO
2409, ASTM D 2794, ASTM D 552
XXVII) Grouting: Base shall have concealed provision of grouting to the floor with anchor fasteners.
XXVIII) General Requirements: Light Leaks, sharp edges and corners shall be deemed un-acceptable. All
doors, claddings etc. shall be modular and shall be replaceable in an unlikely case of damage.
Supplier to put identification codes / stickers / numbers for quick identification replacement of
damaged components. All doors to have Formed-In-Place Foam Gasket to protect the equipment
from dust particles.
XXIX) Quality Norms, Compliances & Certifications for Kiosk Enclosure
(1) The powder coating shall pass 1000 hours FOG - salt spray test as per ASTM B117
(2) Bare Enclosure shall be RoHS certified to ensure restriction of hazardous material.
(3) Enclosure shall be compliant with UL 2361 (Self Compliance on Safety & Accessibility).
(4) Raw material data alone shall not be accepted. Note: Latest Versions & Norms to be used for
testing and compliances purpose.
(5) Kiosk should be Seismic Zone 4 qualified to ensure that it withstands all direct & indirect
vibrations throughout its life cycle.
48) Alumina Tri-Hydrate display square pedestals with structure of
XXX) Display pedestals shall be made up of Alumina Tri-Hydrate to have high level of aesthetic appeal.
XXXI) Necessary provisions for backlit channels to be provided.
XXXII) The material must be non-porus, easy to clean, repairable and provide a monolithic effect
between the base, column and the top.
XXXIII) Structure shall be modular to access the wiring.
49) 12mm Glass Railing with stainless steel
RFP of Interior work of Bhamashah Technical Hub,
Jhalana Institutional Area, Jaipur (After Pre-bid)
Page 85 of 230
XXXIV) Fixing of 900mm high Side Fixed Handrail system including 10-12mm clear toughened glass
railing with Customized SS 304 Railing system as per DoIT&C s app o al. The glass shall e held with SS 304 stud with flat headed bolt single point spider fittings as per design. The 50 diameter
SS pipe shall be held firmly with the 63.5x12 mm thick SS flat vertical bar through SS bracket at
every junction with M4SS set screws. The entire assembly shall be fixed through two SS connect
holder brackets. The system will be Complete as per requirement of site.
50) 7 D experience desk
XXXV) This desk is meant for giving the Hi-Tech Experience to the user for command and control room
environment using the best in class technology, Functionally Superior, aesthetically pleasing
desk which is Designed on Ergonomic principles. The entire desk should be free from any sharp
edge as per standard Health Safety and Environment (HSE) norms.
XXXVI) Desk shall be fitted with touch operated/user specified preset mechanism. Lifting Mechanism
must be rust free homogeneously anodized to enhance aesthetics and a stylish Dashboard to
accommodate utility Power Socket, Task Light connections etc.
XXXVII) The experience zone demands for a contemporary and ergonomically designed Desking solution.
Traditional bulky box type control desk should not be quoted.
XXXVIII) Structure: Desk should stand on independent lifting columns and all sheet metal parts must be
finished with a durable, electrostatic powder coating with average application of 60-80 microns
over all surfaces.
XXXIX) Tests during inspection: - Adhesion test: ISO 2409, Impact test: ASTM D 2794 : 40kg, Conical
mandrel test : ASTM D 522, Scratch test : IS 101-1964, Salt spray (FOG) test : ASTM B 117 : 800
hrs.
XL) The structure should be rigid enough to withstand BIFMA X5.5 (without lifting Column); all five
RFP of Interior work of Bhamashah Technical Hub,
Jhalana Institutional Area, Jaipur (After Pre-bid)
Page 86 of 230
tests. The structure should allow easy assembly/integration of automation in extremely rigid
manner. Grouting of the desk is not allowed for BIFMA test as well as site installation.
XLI) Standard office type, panel, post and open furniture will not be acceptable. Structural integrity
of the Co sole “ ste is a p io it ; the efo e u i le t pe alls shall e dee ed u a epta le.
XLII) Vertical cladding: - The material of the vertical cladding surface should be of rigid PVC Formed
GI sheet with min. thickness of 0.6mm (similar to that of wall cladding). Desk should be accessible
from front and back both for maintenance purpose. It should be 3D formed shaped for high level
of Aesthetics.
XLIII) Work Surface Material: - The material of the working surface shall have a 3D monolithic shape
with top finish of Acoustic Laminate, minimum 25 mm thick MDF, fire retardant, Insulated,
Water resistant, Scratch resistant and high hardness and Impact sound reduction of more than
10dB.
XLIV) Front ergonomic edge shall be of 55mm deep Injection Molded Polyurethane(PU) molded on
profiled wooden core to give cushion/comfort to wrist/palm during working hours. It should be
perfectly flushed with the laminate to give a seamless finish and should not obstruct during
operations. Shore hardness: 80 for rugged application. T shape of PU / PVC / PP shall not be
acceptable as they come out.
XLV) Monitor Base Material shall be 6/12mm Aluminum Trihydrate oven baked material with
minimum 25 mm thick MDF, fire retardant, Insulated, Water &Scratch resistance with high
hardness. Overall thickness of the monitor base shall be 36mm with Aluminum Trihydrate oven
baked material.
XLVI) Electricals: - Console shall be equipped with individual power distribution units. The Electrical
power distribution unit shall be capable of being switched on/off and provide safe supply to all
the consuming equipment. The console should be electrically earthed for all the body part which
are conductive. PDU shall be Powder coated CRCA body with RAL 9005 color having universal
sockets with Inbuilt 10/16A MCB. All the Cables must be kept in trays or hidden by covers to
ensure better aesthetics.
XLVII) Cable routing arrangement Designed with vertical and horizontal cable raceways to allow for
continuous cable management. The design of console shall allow cable run from the floor.
XLVIII) HardwareAll bolts must be of SS material to avoid rust due to environment. Remaining hardware
shall be Plated with RoHS certificate & should not be visible on the exterior surface.
XLIX) Work surface Height Adjustable Mechanisms
(1) “u fa e to Floo Dista e Fi ed . . (2) Height Adjusta le . to to usto iza le
(3) Work surface shall be Adjustable with Electrical Drive.
(4) Each column shall have a maximum load of 1500N (337lb or 150 kg).
(5) Maximum Uniformly Distributed load on work surface is 3000N (660lbs or 300kg) with two or
morecolumns.
(6) “peed is /s . i /s , height a ges f o . to to . (7) Mechanism should comply to RoHS 2 standard.
L) Accessories for Dash Board
(1) Mini LED Display Indicator (1Nos.)
(2) USB port (1Nos.)
RFP of Interior work of Bhamashah Technical Hub,
Jhalana Institutional Area, Jaipur (After Pre-bid)
Page 87 of 230
(3) LAN Port (1Nos.)
(4) Universal Power Socket (1Nos.)
E) Doors
51) Sensor Operated Sliding Glass Door
I) 2-panel sliding door with 12mm thick frame less clear tempered glass leaves with automatic
sensing/sliding motorized mechanism.
II) Transit width LW 800 – 3000 mm
III) Door panel weight, max. 2 x 100 kg
IV) Opening and closing force max. 150 N
V) Opening speed (incremental setting) 10 – 50 cm/s
VI) Closing speed (incremental setting) 10 – 40 cm/s
VII) Hold-open time 0,5 – 30 sec.
VIII) Mains voltage, frequency 230 V, 50/60 Hz
IX) Power consumption 180 W (approx..)
X) International protection IP 20
XI) Microprocessor controller
(1) Functional programs (as mentioned below)
(a) Off
(b) Automatic
(c) Permanent open
(d) Partial open
(e) Exit only
(f) Night-bank switch
XII) Emergency off
XIII) Self-learning
XIV) Automatic reversing
XV) Connection for bi-stable electro-mechanical locking
XVI) Connection for light barriers (max. 2 pairs)
XVII) Setting of basic parameters
XVIII) via integrated display and push-buttons
XIX) Emergency opening or closing(with use of battery pack)
52) 12mm Glass Doors with fittings (Single / Double Doors)
RFP of Interior work of Bhamashah Technical Hub,
Jhalana Institutional Area, Jaipur (After Pre-bid)
Page 88 of 230
XX) 12mm thick frame less clear tempered glass leaves, supported with appropriate patch fittings,
Locks and 300-450mm SS handles.
XXI) Concealed floor closures shall have following features/properties: -
XXII) Suitable for any floor covering or threshold application.
XXIII) Series employing a cam and roller mechanism. The closers shall be capable of controlling doors
weighing up to 260 lb and measuring up to 3'-6".
XXIV) The closers shall have mechanical backcheck at approximately 70°. Dual valve adjustment to
provide controlled closing speed from 175°–15° (sweep range) and 15°–0° (latch range). The
closer mechanism shall provide adjustment within the cement case to allow 3/8" lateral, 1/4"
longitudinal, and 5/32" vertical height adjustment. Versions shall be listed by UL and Series is
certified to the requirements of ANSI/BHMA A156.4 for grade 1 closers.
53) Metal Doors (with OR without Vision Panel):-
I) With door spring and locking arrangements and both way handle. Prepare with rigid thermo
fused film metal panels. Specification: 0.6mm thick Metal panel sheets, cavity filled with glass
wool insulation of density 24kg/cum in roll form of make inside adequate quantity. Material of
the partition and that of metal door will remain the same.
54) Flush Door with laminate finish.
RFP of Interior work of Bhamashah Technical Hub,
Jhalana Institutional Area, Jaipur (After Pre-bid)
Page 89 of 230
I) Door shall be made of 35mm thick core of block board construction decorative type, conforming
to IS 2202 (Part-1). The shutters faced with both sides 3mm thick BWR grade plywood finished
with 4mm thk. veneer of approved make. 35x20mm second class Teak wood lipping shall be
provided all around the shutter by means of approved quality neoprene based adhesive and
nailing @300mm (maximum). along with 100x75 mm second class teak wood frame with 125mm
Stainless steel butt hinges conforming to IS12817 complete as per drawings. Veneer and teak
wood lipping and frame shall receive melamine polish in two to three coats as per specifications
and approval of DoIT&C.
F) Underdeck Insulation: -
55) Underdeck Insulation :-
I) Polyisocyanurate foam (PIR) shall be rigid slabs of size 1000 x 500mm and thickness of30mm
conforming to IS: 12436 having density not less than 32 kg. /Cu.M., thermal conductivity (K-
value) not more than 0.023 w/mk measured at 10 deg. C. The slabs shall be covered on one side
with glass fiber tissue/ Aluminum foil having 50mm overlap. The insulation shall be classified as
'Non-Combustible' as per BS 476, part 5 and 'Class I' for surface spread of flame as per BS 476,
part 7. First, holes in R.C.C. slab/ beam shall be drilled and nylon rawl plugs of size 8 x 25mm
shall be inserted (5 nos. for each slab- One each at 4 corners and one at center). Entire
R.C.0surface shall be thoroughly cleaned of all dust, dirt and loose particles by wire brushing.
Then a coat of bituminous primer @ 0.5 Liters/ Sq. M shall be applied to bare R.C.C. surface and
allowed it to dry. After the primer has dried, cold adhesive CPRX shall be applied on R.C.C. surface
and to the two surfaces of each PIR panel and shall be pressed in position. The PIR panels shall
be secured in position with the help of G.I. screws (No. 8 x 75mm long) fixed into rawl plugs and
G.I washers. Facing side of the panels shall be the one covered with fiber tissue/ Aluminum foil.
The overlaps shall be covered with approved quality sealing compound (MAS-94 or equivalent).
Chicken wire mesh 24G x 19mm shall then be fixed to G.I screws and tightened with lacing wire.
The underdeck insulation shall be fixed only after all fixtures like hooks, clamps, cleats etc. for
light fixtures, ducts etc. have been fixed in the ceiling.
G) Loose Furniture
56) Tea-Table
RFP of Interior work of Bhamashah Technical Hub,
Jhalana Institutional Area, Jaipur (After Pre-bid)
Page 90 of 230
I) 25mm thick white table top with injection molded PU Nosing on profiled wooden core.
II) Understructure with white round pipe + black base OR Chrome pipes OR Powder coated MS
pole.
57) 2 seater and 3 seater Sofa.
I) High back, 2 seater and 3 seater Sofa with White color steel leg,
II) Furniture shall be designed for 2-3 people; the outer structure shall have acoustic wrapped
Fabric fully upholstered on inner and outer side.
III) The fabric shall be washable, appropriate for task seating and should withstand normal wear and
tear for 10 years.
IV) Fabric make: Sprint from Camira or Equivalent (color as per DoIT&C s app o al .
58) Chai s ith head est fo Co fe e e ‘oo , Me to s & I esto s oo
I) Headrest Height and Angle Adjustment
II) Backrest Height Adjustment
III) Automatic Flexible Lumbar Support
IV) 4D Armrest adjustment
V) Slight and Quick backrest tilt tension -mechanism
VI) Seat Height & Seat Slide Adjustment
RFP of Interior work of Bhamashah Technical Hub,
Jhalana Institutional Area, Jaipur (After Pre-bid)
Page 91 of 230
VII) Single lever control mechanism.
Chairs without headrest
I) Without Headrest Height and Angle Adjustment
II) Backrest Height Adjustment
III) Automatic Flexible Lumbar Support&3D mesh
IV) 4D Armrest adjustment
V) Slight and Quick backrest tilt tension -mechanism
VI) Seat Height & Seat Slide Adjustment
VII) Single lever control mechanism
59) Reception Table with Back Lit Onyx Stone
I) Reception table shall have veneer with PU matt finish on the top and sides.
II) The structure shall be made up of powder coated steel / Extruded Aluminum Alloy.
III) Front shall have designed Onyx stone with back lit arrangements.
60) 11 seater VIP Dining Table with Chairs
RFP of Interior work of Bhamashah Technical Hub,
Jhalana Institutional Area, Jaipur (After Pre-bid)
Page 92 of 230
I) The dining table shall have veneer with PU matt finish. The structure shall be made up of
veneered MDF/ply structure with matt finish.
II) Chairs shall be made up of solid teak wood with matt finish, with artificial leather upholstery
with appropriate cushion.
61) Square Dining Table with 4 Chairs
I) The dining table shall have veneer with PU matt finish. The structure shall be made up of powder
coated steel.
II) Chairs shall be made up of solid teak wood with matt finish, with artificial leather upholstery
with appropriate cushion
62) Round Dining Table with 4 chairs
I) The dining table shall have veneer with PU matt finish. The structure shall be made up of powder
coated steel. The material of construction shall remain similar to Square dining table. Diameter
shouldbe sufficient to accommodate four people on one table.
II) Chairs shall be made up of solid teak wood with matt finish, with artificial leather upholstery
with appropriate cushion.
63) Pantry table with veneer top & integrated seating.
RFP of Interior work of Bhamashah Technical Hub,
Jhalana Institutional Area, Jaipur (After Pre-bid)
Page 93 of 230
I) The dining table shall have veneer with PU matt finish. The structure shall be made up of stainless
steel(SS316).
II) Integrated seat shall be made up of solid teak wood plank with matt finish.
64) Wooden Dining Table with round stools
I) The dining table shall have veneer with PU matt finish with height compactible to designer bar
stool.
II) Stool shall be made up with artificial leather upholstery with appropriate cushion
65) Designer Corian Reception Table (Hung through Heavy Duty cables) With Chair
I) The material of the desk work surface must be in continuous curvilinear shape so as to maintain
the aesthetic appeal of the design.
II) One side of the desk shall be supported on Complex Formed Side Leg, The sinuous monolithic
profile of the side leg & top shall be created by treating the material to pliable temperature.
III) Front edge shall be of Molded (same material) which gives comfort to wrist/palm during working
hours. Shape of the Edge shall have an ergonomic slant with min 50 mm in depth. This is to give
a grand look and maximum comfort.
IV) The other side of the table shall be hung from SS rods with roof slab. Thickness of the table shall
be of 100 mm throughout the L shape.
V) It shall have provision of Electrical and Lan sockets with concealed wiring.
66) Office Desk Type 1
RFP of Interior work of Bhamashah Technical Hub,
Jhalana Institutional Area, Jaipur (After Pre-bid)
Page 94 of 230
VI) Open type workstation with set of 03 workstation joined together in 120 degrees. Table top shall
be of 25 mm thick post laminated MDF board with molded PU edge on the working side.
VII) The screen shall be made of 12 mm thick frosted acrylic or fabric panel (make : Sprint from
Camira or Equivalent).
VIII) Under Structure beneath the table tops
(1) Legs: Ergonomically designed and matching with the open office concept. The leg is made out of
specially designed aluminum extruded semi elliptical shape section with approved finish. The
extruded Aluminum profiles of 6036T6 grade. The Extrusions shall be duly powder coated with
40+ micron over all surfaces. The top part of leg is having die casted specially designed aluminum
connector to connect with structure.
(2) Beam: Beam is made of heavy duty Extruded Horizontal Aluminum profiles of 6036T6 grade. The
Extrusions is duly powder coated with 40+ micron over all surfaces. The connector is aluminum
die casted specially designed to connect with structure.
(3) Cable tray: Shall be made up of 1mm thick CRCA sheet, Cable tray is used for running the wires
between the workstations. Powder coating as per RAL shade incompliance with IS standard
(CRCA sheet: IS 513, Powder Coating ISI 01). Provision of switch socket and wire flow can be
made as per requirement of DoIT&C.
(4) Accessories: Flap with provision of Switch and Socket.
67) Free Standing Pedestal (One for every single 120 degree workstation desk)
(5) Versatile 3-drawer office pedestal system solution shall be made up of
RFP of Interior work of Bhamashah Technical Hub,
Jhalana Institutional Area, Jaipur (After Pre-bid)
Page 95 of 230
(6) . ‐ C‘CA sheets ith po de oated fi ish. (7) The drawers are meant to store stationary items like pens, calculators, staplers,files, folders,
documents etc.
(8) It o es ith slidi g d a e s a d si gle lo k ope atio alo g ith aste heels fo ‐degree
(9) movement.
68) Office Desk Type 2
IX) Open type workstation with set of 02 / 04 / 06 / 08 workstation joined together in straight line
(back to back). Table top shall be of 25 mm thick post laminated MDF board with molded PU
edge on the working side.
X) The screen shall be made of 12 mm thick frosted acrylic or fabric panel (make: Sprint from Camira
or Equivalent).
XI) Under Structure beneath the table tops
(1) Legs: Ergonomically designed and matching with the open office concept. The leg is made out of
specially designed aluminum extruded semi elliptical shape section with approved finish. The
extruded Aluminum profiles of 6036T6 grade. The Extrusions shall be duly powder coated with
40+ micron over all surfaces. The top part of leg is having die casted specially designed aluminum
connector to connect with structure.
(2) Beam: Beam is made of heavy duty Extruded Horizontal Aluminum profiles of 6036T6 grade. The
Extrusions is duly powder coated with 40+ micron over all surfaces. The connector is aluminum
die casted specially designed to connect with structure.
(3) Cable tray: Shall be made up of 1mm thick CRCA sheet, Cable tray is used for running the wires
between the workstations. Powder coating as per RAL shade incompliance with IS standard
(CRCA sheet: IS 513, Powder Coating ISI 01). Provision of switch socket and wire flow can be
made as per requirement of DoIT&C.
(4) Accessories: Flap with provision of Switch and Socket.
69) Free Standing Side Runner (One for every linear workstation)
(5) Versatile 3-drawer office pedestal system solution shall be made up of
RFP of Interior work of Bhamashah Technical Hub,
Jhalana Institutional Area, Jaipur (After Pre-bid)
Page 96 of 230
(6) . ‐ C‘CA sheets ith po de oated fi ish. (7) The drawers are meant to store stationary items like pens, calculators, staplers,files, folders,
documents etc.
(8) It o es ith slidi g d a e s a d si gle lo k ope atio alo g ith aste heels fo ‐degree
(9) movement.
70) Collaborative Meeting Table with Partition and Chair
(10) Table shall be designed for 4 people; the outer structure shall have acoustic wrapped Fabric fully
upholstered on inner and outer side.
(11) The table top at the center shall have 2 mm thick acoustic laminate with 40-50 mm thick and 25
mm in height molded urethane edge. The entire structure shall be self-standing without any
need of grouting. It should be designed with Ergonomics in mind.
(12) The fabric shall be washable, appropriate for task seating and should withstand normal wear and
tear for 10 years.
(13) Fabric make: Sprint from Camira or Equivalent (color as per DoIT&C s app o al
71) Auditorium Chairs
XII) These Chairs should contain Folding Seat (Auto tip-up mechanism when not in use)
(1) Push back rest
(2) Arm rest
(3) Writing pad
(4) Seat and Back to be made of foam with hot pressed plywood with minimum thickness of 12 mm
covered with ABS. Covering cloth is to be Fabric. Foldable writing pad of standard dimensions is
to be provided in the armrest. Armrest is to be made of polyurethane or plastic injection molded.
Legs are to be provided with bottom plates suitable for fixing on floor with anchor bolts and nuts.
XIII) Size Specification:
(1) Seat foam thickness - Minimum 2"
(2) Back foam thickness - Minimum 2"
(3) Foam density - 40 to 50 Kg/ cm 2
RFP of Interior work of Bhamashah Technical Hub,
Jhalana Institutional Area, Jaipur (After Pre-bid)
Page 97 of 230
(4) Base leg - 25 mm thick 12 gauge
(5) Arms to Arms-inner - 480 to 500 mm
(6) Seat - 450 to 500 mm X 450 to 500 mm (Depth X Width)
(7) Back - 450 mm minimum X 450 to 500 mm (Height X Width)
(8) Seat to Floor height - Minimum 450 mm
(9) Back to Floor height - Minimum 900 mm
(10) Arms to Floor height - Minimum 630 mm.
72) Conference table.
XIV) Open type conference table for 08 people. Table top shall be of 25 mm thick post laminated MDF
board with molded PU edge on the working side.
XV) Under Structure beneath the table tops
(1) Legs: Ergonomically designed and matching with the open office concept. The leg is made out of
specially designed aluminum extruded semi elliptical shape section with approved finish. The
extruded Aluminum profiles of 6036T6 grade. The Extrusions shall be duly powder coated with
40+ micron over all surfaces. The top part of leg is having die casted specially designed aluminum
connector to connect with structure.
(2) Beam: Beam is made of heavy duty Extruded Horizontal Aluminum profiles of 6036T6 grade. The
Extrusions is duly powder coated with 40+ micron over all surfaces. The connector is aluminum
die casted specially designed to connect with structure.
(3) Cable tray: Shall be made up of 1mm thick CRCA sheet, Cable tray is used for running the wires
between the workstations. Powder coating as per RAL shade incompliance with IS standard
(CRCA sheet: IS 513, Powder Coating ISI 01). Provision of switch socket and wire flow can be
made as per requirement of DoIT&C.
(4) Accessories: With POP Up Boxes Switch and Socket.
RFP of Interior work of Bhamashah Technical Hub,
Jhalana Institutional Area, Jaipur (After Pre-bid)
Page 98 of 230
73) Collaborative Seating Stools
XVI) It shall have acoustic wrapped fabric fully upholstered on all side. The fabric shall be washable
and should withstand normal wear and tear for 10 years. Fabric Make : Sprint from Camira or
Equivalent (shade as per DoIT&C s approval).
74) Cabin Table
XVII) Work Surface: - The material of the working surface should be minimum 25 mm thick MDF with
High Pressure Laminate finish. The laminate shall be Scratch resistant and high hardness. The
MDF shall confirm to ANSI A208.2 The Laminate shall be scratch resistant with ANSI/NEMA LD3
certification. The laminate shall be Green guard certified. This laminate shall have added benefit
of an extra-wear surface and provide a high resistance to scuffing, and cigarette burns. The
material shall also have a skid resistant surface.
XVIII) Under Structure beneath the table tops
(1) Legs: Ergonomically designed and matching with the open office concept. The leg is made out of
specially designed aluminum extruded semi elliptical shape section with approved finish. The
extruded Aluminum profiles of 6036T6 grade. The Extrusions shall be duly powder coated with
40+ micron over all surfaces. The top part of leg is having die casted specially designed aluminum
connector to connect with structure.
(2) Beam: Beam is made of heavy duty Extruded Horizontal Aluminum profiles of 6036T6 grade. The
Extrusions is duly powder coated with 40+ micron over all surfaces. The connector is aluminum
die casted specially designed to connect with structure.
(3) Cable tray: Shall be made up of 1mm thick CRCA sheet, Cable tray is used for running the wires
between the workstations. Powder coating as per RAL shade incompliance with IS standard
(CRCA sheet: IS 513, Powder Coating ISI 01). Provision of switch socket and wire flow can be
made as per requirement of DoIT&C.
RFP of Interior work of Bhamashah Technical Hub,
Jhalana Institutional Area, Jaipur (After Pre-bid)
Page 99 of 230
(4) Accessories: Flap with provision of Switch and Socket.
Open Collaborative Meeting –
(5) Shall be designed for 4-6 people, It shall have acoustic wrapped Fabric fully upholstered on inner
and outer side. The table top at the center shall have 2 mm thick acoustic laminate with 40-50
mm thick and 25 mm in height molded urethane edge. The entire structure shall be self-standing
without any need of grouting. It should be designed with Ergonomics in mind. Optional
integrated power socket under seat.
(6) The fabric shall be washable, appropriate for task seating and should withstand normal wear and
tear for 10 years.
(7) Fabric make : Sprint from Camira or Equivalent (color as per DoIT&C s app o al .
75) Hex-Cube –
XIX) It shall be designed to create Open Meeting zones for Collaborative Environments. Shall be
designed for 4-6 people, It shall have acoustic wrapped Fabric fully upholstered on inner and
outer side. The table top at the center shall have 2 mm thick acoustic laminate with 40-50 mm
thick and 25 mm in height molded urethane edge. The entire structure shall be self-standing
without any need of grouting. It should be designed with Ergonomics in mind. Optional
integrated power socket under seat.
XX) The fabric shall be washable, appropriate for task seating and should withstand normal wear and
tear for 10 years.
XXI) Fabric make: Sprint from Camira or Equivalent (color as per DoIT&C s app o al
RFP of Interior work of Bhamashah Technical Hub,
Jhalana Institutional Area, Jaipur (After Pre-bid)
Page 100 of 230
76) High back Chat chair –
XXII) It shall be kept in a set of 2 for two people with sleek central table. It shall have acoustic wrapped
Fabric fully upholstered on inner and outer side. The table top at the center shall have 2 mm
thick acoustic laminate with 2 mm thick PVC edge. The entire structure shall be made of heavy
duty mild steel with powder coated finish. It should be designed with Ergonomics in mind.
Optional integrated power socket on center table.
XXIII) The fabric shall be washable, appropriate for task seating and should withstand normal wear and
tear for 10 years.
XXIV) Fabric make: Sprint from Camira or Equivalent (color as per DoIT&C s app o al .
77) Low back chat chair –
XXV) It shall be kept in a set of 2 for two people with sleek central table. Chair shall have rigid heavy
duty castor wheels. It shall have acoustic wrapped Fabric fully upholstered on inner and outer
side. The table top at the
XXVI) Center table shall have 2 mm thick acoustic laminate with 2 mm thick PVC edge. The entire
structure shall be made of heavy duty mild steel with powder coated finish. It should be designed
with Ergonomics in mind. Optional integrated power socket on center table.
XXVII) The fabric shall be washable, appropriate for task seating and should withstand normal wear and
tear for 10 years.
XXVIII) Fabric make: Sprint from Camira or Equivalent (color as per DoIT&C s app o al
RFP of Interior work of Bhamashah Technical Hub,
Jhalana Institutional Area, Jaipur (After Pre-bid)
Page 101 of 230
78) Telephone Booth 1 (Open type)
XXIX) Shall be designed for a single person, It shall have acoustic wrapped Fabric fully upholstered on
inner and outer side. The entire structure shall be self-standing without any need of grouting. It
should be designed with Ergonomics in mind. Integrated power socket on wall. It shall Have a
shelf to keep a Laptop/Documents.
XXX) The fabric shall be washable, appropriate for task seating and should withstand normal wear and
tear for 10 years.
XXXI) Fabric make : Sprint from Camira or Equivalent (color as per DoIT&C s app o al
XXXII) Panels shall have NCR rating of 0.6.
79) Telephone Booth 2 (Enclosure)
XXXIII) Shall be designed for a single person, It shall have double walled perforated Metal Cladding with
Glass Door. The entire structure shall be self-standing without any need of grouting. It should be
designed with Ergonomics in mind. Integrated power socket on wall. It shall Have a shelf to keep
a Laptop/Documents.
80) Wall mounted Telephone hood
RFP of Interior work of Bhamashah Technical Hub,
Jhalana Institutional Area, Jaipur (After Pre-bid)
Page 102 of 230
XXXIV) Shall be designed for a single person, It shall have acoustic wrapped Fabric fully upholstered on
inner and outer side. The structure shall have provision to be mounted on wall. It should be
designed with Ergonomics in mind. Integrated power socket on wall. It shall have a small
horizontal platform with Urethane molded edge on the front to save water ingress.
XXXV) The fabric shall be washable, appropriate for task seating and should withstand normal wear and
tear for 10 years.
XXXVI) Fabric make: Sprint from Camira or Equivalent (color as per DoIT&C s app o al .
81) Open Collaborative Conference
XXXVII) Shall be designed for 6-8 people, The Partition shall have acoustic wrapped Fabric fully
upholstered on inner and outer side. It shall have a mounting option of a TV Screen for
Collaboration and proper wiring arrangement beneath the table top. The table top shall have 2
mm thick acoustic laminate on top with 40-50 mm thick and 25 mm in height molded urethane
edge. The entire structure shall be self-standing without any need of grouting. It should be
designed with Ergonomics in mind. Integrated popup power sockets on the table top.
XXXVIII) The fabric shall be washable, appropriate for task seating and should withstand normal wear and
tear for 10 years. Fabric make : Sprint from Camira or Equivalent (color as per DoIT&C s app o al
82) Hot Seat
XXXIX) It shall be designed for a single person. It shall have acoustic wrapped Fabric fully upholstered
on inner and outer side. The table top shall have 2 mm thick acoustic laminate with 40-50 mm
thick and 25 mm in height molded urethane edge. The entire structure shall be self-standing
without any need of grouting. It should be designed with Ergonomics in mind. Integrated power
sockets under the seat. The fabric shall be washable, appropriate for task seating and should
withstand normal wear and tear for 10 years.
XL) Fabric make: Sprint from Camira or Equivalent (color as per DoIT&C s app o al
RFP of Interior work of Bhamashah Technical Hub,
Jhalana Institutional Area, Jaipur (After Pre-bid)
Page 103 of 230
83) Storage
XLI) Flat Pack 0.6-0.8 mm thick Metal storage with hinged doors and adjustable shelves for different
file heights. All edges shall be Double leafed. The Front shutters should have punched graphics
matching to the design on the floor Area.
XLII) Storage Dimensions: 1000 mm (W) X 1200 mm (H) X 450 mm (D).
84) Open Filing Cabinets
XLIII) The open filing Structure shall be made of 3 mm Powder Coated Aluminum with 2 metal Drawers
with ball bearing slides and soft close kit. The base shall be with adjustable glider.
XLIV) Dimensions: 2086 mm (W) X 300 mm (D) X 1873 (H)
85) Dustbins/Recycling Units –
XLV) Recycling Unit shall be made with hinged doors and three holes for collection of different waste.
Shall be made of0.6-0.8 mm thick Steel. All edges shall be Double leafed.
XLVI) Dimension: 1000 mm (W) X 1170 mm (H) X 450 mm (D)
RFP of Interior work of Bhamashah Technical Hub,
Jhalana Institutional Area, Jaipur (After Pre-bid)
Page 104 of 230
86) Training Tables
XLVII) The desk must be 100% modular with 25mm thick MDF table top with high pressure laminate
finish. Under structure shall be made up of heavy duty Extruded Vertical and Horizontal
Aluminum profiles of HE9WP grade.
XLVIII) OEM must be FSC certified manufacturer. Raw-material supplier certificate shall be deemed un-
acceptable
XLIX) Complete control desk must be RoHS certified (from UL/Intertek) console to ensure restriction
of hazardous substance in any of the materials.
L) Front end shall be Injection molded Polyurethane edge on profiled wooden core (minimum 50-
60 mm in depth) and must not be inserted or glued. It should be perfectly flushed with the
laminate to give a seamless finish and should not obstruct during operations. T shape PU / PVC
/ PP shall not be acceptable as they can be pulled out manually. Edges other than front edge
shall be of PVC / ABS / PP with greenguard specs. Sample to be produced for technical approval
before opening of price bid
LI) Shutters must be made up of Laminated MDF (for front and back shutter) and confirm to E1
Grade, ANSI A208.2 and CARB certified and must follow EN 622-5.
LII) ANSI BIFMA X5.5:2014 Certified console on all parameters.
LIII) Copy of Test certification should be submitted at the time of supply for ASTM E84 for the surface
burning characteristics of products and materials. Test must reference the actual assembled
components for wood-core panels including core, laminates, edging. Raw-material supplier data
alone is not acceptable.
LIV) Modular walls shall be made of approx. 2mm thick Extruded Aluminum (HE9WP grade aluminum
alloy). It shall be made up of single piece per module and shall have linear slots running
throughout the length (on either sides) to accept modular components. Screws should not be
visible when joining table top to the Slat wall and on the top of the slat wall. Monitors shall be
mounted on Slat wall mounted articulating Die cast aluminum arm. Monitor arm shall not be
fixed on table top.
87) Stackable Training Tables
LV) Training table meeting the need of training rooms. Shall be flexible enough to be installed within
few minutes.
LVI) Table surface shall have provision of flip up and secure for use, then break down with the touch
of a lever.
LVII) The table top shall have 2 mm thick acoustic laminate on top with 40-50 mm thick and 25 mm in
height molded urethane edge. The sturdy steel frame, legs, and modesty panel are protected
with a powder coat finish.
RFP of Interior work of Bhamashah Technical Hub,
Jhalana Institutional Area, Jaipur (After Pre-bid)
Page 105 of 230
LVIII) Features:
(1) Sleek, contemporary leg base is designed for compact nesting.
(2) Built-in cable trough in modesty panel.
(3) Dual-sided levers permit quick breakdown.
(4) All four casters lock
LIX) Approx. Dimensions: 60"W x 24"D x 29"H.
88) Lobby Furniture 1
LX) The furniture shall have modular design to achieve a uniform curve and hence a circular seating
combination, It shall have acoustic wrapped Fabric fully upholstered.
LXI) The fabric shall be washable, appropriate for task seating and should withstand normal wear and
tear for 10 years.
LXII) Fabric make : Sprint from Camira or Equivalent (color as per DoIT&C s app o al . LXIII) Base shall be pipe structure.
89) Lobby Furniture 2
LXIV) The furniture shall be designed for lobby area to accommodate 2 people at a time.
(1) The middle unit shall have provision for integrated power socket.
LXV) Seats shall have acoustic wrapped Fabric fully upholstered.The fabric shall be washable,
appropriate for task seating and should withstand normal wear and tear for 10 years.
LXVI) Fabric make : Sprint from Camira or Equivalent (color as per DoIT&C s approval).
RFP of Interior work of Bhamashah Technical Hub,
Jhalana Institutional Area, Jaipur (After Pre-bid)
Page 106 of 230
90) Lobby Furniture 3
LXVII) Shall be designed for 4-6 people, It shall have acoustic wrapped Fabric fully upholstered on inner
and outer side. The table top at the center shall have 2 mm thick acoustic laminate with 40-50
mm thick and 25 mm in height molded urethane edge. The entire structure shall be self-standing
without any need of grouting. It should be designed with Ergonomics & acoustics in mind.
Optional integrated power socket under seat.
LXVIII) The fabric shall be washable, appropriate for task seating and should withstand normal wear and
tear for 10 years.
LXIX) Fabric make : Sprint from Camira or Equivalent (color as per DoIT&C s app o al
91) Training Chairs
LXX) Mesh for back,
LXXI) Cushioned seat
LXXII) Aluminum alloy frame,
LXXIII) Without writing board.
H) Modular Cabins
RFP of Interior work of Bhamashah Technical Hub,
Jhalana Institutional Area, Jaipur (After Pre-bid)
Page 107 of 230
13) It shall be a room within a room concept, Stand-alone Aluminum Partition system with Curved
glass and sections at extreme corners. It shall have a discussion desk with capacity of one
consultant and 3 visitors at the front. The table top at the center shall have 2 mm thick acoustic
laminate with 40-50 mm thick and 25 mm in height molded urethane edge.
14) Di e sio shall e W X D X H
I) Rest Pods
1) External Size: 2.2(L)*1.4(W)*2.5(H)m (2 Beds Height)
2) Internal Size: 2.0(L)*1.2(W)*1.1(H) m
3) Input Voltage: AC200V-240V, Internal using voltage: DC12V
4) Material: V0 Fireproof ABS + steel structure
5) Air Intake Form: Adjustable Fan, Adjustable vent, Fresh Air Ventilation: 30 m³/h
6) Safety Configuration: ABS Sliding Door, Fire Extinguisher, Smoke Alarm, Smart card lock
7) External Configuration: Manual Open/Close Door, Antiskid Ladder, Safety Handrail
8) Internal Configuration: Main Central Control Panel: LED Touch Botton; control panel for wake
lighting. Cosmetic Mirror, Bed Plank, Transmission Light Ceiling, Safe Box, 12cm Memory foam
mattress, Folded Computer Desk, 24'' TV
9) Lights: Mirror Front Lamp, Reading Lamp,Ceiling Background Lamp, TV Background Lamp(all
lights are dimmable)
J) Gym Equipment
92) Cross Trainer
I) This machine is good choice for high end home use or light Commercial use. Energy saving and
environmental-protecting which is strong, stable and reliable.
II) Resistance level: 8 level
III) Large and impact absorbing pedals provide gentle movement to reduce lower back stress
IV) LCD display of time, Distance, Calorie, Heart Rate
V) Crank: 2 way bearing
VI) Stried Adjustiment: stride distance 13 inch (330mm).
VII) Rear Drive belt transmission with smooth and silent, engaging exercise, regardless your fitness
level
VIII) Fly Wheel: 8 kg
IX) Max user weight: 120 kg
RFP of Interior work of Bhamashah Technical Hub,
Jhalana Institutional Area, Jaipur (After Pre-bid)
Page 108 of 230
93) Rowers
X) Adjustable fluid resistance: adjusting from MIN to MAX delivers a broad range of resistance,
suitable for any fitness level, at the turn of a dial.
XI) Height Adjustable footplates and straps to ensure optimal foot placement and comfortable
rowing position.
XII) Multilevel Computer complete with USB port displays: Time, distance, 500M split time, strokes
per minute, calories per hour, watts, interval training and heart rate (optional).
XIII) Strong 100 x 50mm oval steel tube construction and heavy-duty seat rail.
XIV) Deluxe ergonomic handle allows comfortable grip and minimized strain on forearms, wrists and
hands.
XV) Built-in transit wheels. Light and easy to move around. Stores in just 53 x 51cm (21 x 20").
XVI) Super comfortable seat running on precision bearings and Delrin® low friction seat rollers along
a concealed track for cleaner, smoother and safer operation.
XVII) Durable belt drive: smooth, clean, quiet (no whirring noises) and built to last.
XVIII) Simple assembly and virtually maintenance free - ideal for the commercial environment.
XIX) Tough polycarbonate tank shell with a triple-bladed stainless-steel paddle.
XX) Stores upright in just 53 x 51cm (21 x 20").
XXI) Length: 2150mm (84.6"), width: 800mm (31.5"), height: 1000mm (39.4").
XXII) Maximum user weight: 150kg(330lbs).
94) Power Vibrators
XXIII) For warming up, enhances blood circulation, Reduce abdominal & thigh fats. The system to have
Three window LCD display for time, speed & pulse and 50 levels speed
95) Exercise Bikes
XXIV) Magnetic Recumbent Bike with 8 Kg fly wheel &3-piece crank, inner Magnet, Ribbed Belt.
XXV) 8 Level Manual Speed, Time, Distance, Odometer, Calories and Hand pulse With wheels for easy
movement. The equipment must be TUV / GS approved and shall be ISO20957; EN957-9 /class
HC tested/certified/compliant.
96) Cross Fits
XXVI) Frame footprint : 22 X 14 Foot / 6.62 x 4.22 meter (suspension suite not included)
XXVII) Frame height : 8 feet / 2.35 m
XXVIII) Tube : 100 X 50mm oblong tube
XXIX) Net Weight : 955KG (Accessories not included)
XXX) Functional Trainer
XXXI) Punching Bag
XXXII) Ladder
XXXIII) Cable Station
XXXIV) Two suspension chin up bar
XXXV) TRX Trainer
XXXVI) TRX Trainer
XXXVII) Suspension step up platform
XXXVIII) Suspension Knee raise
XXXIX) Trampoline
RFP of Interior work of Bhamashah Technical Hub,
Jhalana Institutional Area, Jaipur (After Pre-bid)
Page 109 of 230
XL) Accessories
(1) Medicine balls – KG (2 x 1) (3 x 1) (4 x 1)
(2) Kettle bells – KG (4 x 1) (6 x 1) (8 x 1) (10 x 1)
(3) Punching / Boxing bag – 1 Nos.
(4) Battle Rope – 1 Nos.
(5) Boxing Gloves – 1 Pair
(6) TRX training Belt – 2 Nos.
(7) Trampoline – 1 Nos.
(8) Suspension – 3 Nos.
(9) Olympic Barbell – 1 Nos.
97) Dumbells Plates
98) Tread Mill
XLI) Motor : 2.5 HP Continuous DC Motor
XLII) Running Deck : 1400 X 510 mm
XLIII) Speed : 1.0~18km/hour
XLIV) Incline : 0% to 15% auto incline
XLV) Weight Capacity : 130 kgs
XLVI) Console display : 6 LED
XLVII) Console functions : Pulse, Incline, Time, Speed, Distance, Calories, Body fat,
Finger heart rate test & Weight
XLVIII) Cushioning : Precision Cushioning
XLIX) Other features : Step function, MP3, Cooling fan, Foldable with Wheels for
Easy
Moving, Weight scale
K) Decorative Items (as per photographs attached acceptable to DoIT&C)
13) Gramophones
14) Vintage Radios
15) Vintage Phones
16) Vintage Car Dummy
17) Vintage Tyre Dummy
18) Saxophone Dummy
19) Keyboard guitar Dummy
20) Venetion Blinds
21) Bi-Cycle
22) Vintage Alloy Rims
23) Keyboard guitar
RFP of Interior work of Bhamashah Technical Hub,
Jhalana Institutional Area, Jaipur (After Pre-bid)
Page 110 of 230
99) Acrylic Display Unit outer side of Kitchen Area
100) Raceways for Conference and meeting rooms:-
I) Material : G.I.
II) Type: Non-perforated continues C-shaped hollow structure with sliding cover which is also made
up of G.I.
III) Size : Size varies e.g. 450mm X 50mm, 300mm X 50mm, 200mm X 50mm, 100mm X 50mm.
101) Buddha Motif with Platform& Waterbody
IV) Five feet high Budhha marble stone statue to be fixed over one feet high black granite platform
with continuous water flow system, filtration, recirculation, tile system, drainage system, water-
proofing, LED lights, wiring all complete.
V) Approx. weight 1.25 Ton to 1.5 ton
VI) Approx Dimension 800mm W X 800mm D X 1200mm H.
L) AV Solutions
Sr No Equipment Specification
Video Systems
1 Indoor LED Video wall Screen Size Minimum 7296 mm x 1368 mm or higher
Pixel Pitch 2.5mm Indoor or better. (Lower Pixel Pitch is
considered better)
LED Configuration RGB 3 in 1 SMD
Pixel Density 156971 pixel / sq mtr
Horizontal Viewing Angle 160 Degree
Vertical viewing 160 degree
Refresh Rate >3000Hz
Operating Temp Range -10 to 40 Degrees
Calibrated Brightness 800 cd/m2
RFP of Interior work of Bhamashah Technical Hub,
Jhalana Institutional Area, Jaipur (After Pre-bid)
Page 111 of 230
Sr No Equipment Specification
Contrast Ratio 3000:1
Grey Scale 15-Bit
Colors 35 Trillion
Dimming Capability 0 – 255 Level
Power Input 100 ~ 240 VAC ,
Relative Operating Humidity 10% - 70% RH
Max Power Consumption 190 W/M2
Total Weight per cabinet Below 8.5 Kgs (Without Mounting
Frame)
IP Protection IP40 Front / IP20 Rear
Lifetime 50,000 hrs Approximately
Service access Front or Rear
Certifications Ul, CB, CE, FCC, CCC, BIS
(c) OEM should submit
i) Written commitment to provide technical support and spares
for the LED Video Wall System for Five Years.
iii) Documents indicating that OEM of LED Video Wall System
should have direct regional support registered offices in India
iv) Suitable MS Structure for mounting the LED Displays to be
provided
LED Controller VIDEO SIGNAL INPUT 1 x DVI
Resolution: 1920x1200, 2048x1152, 2560x960, & other
user define resolution (under 2.3 million pixels)
SIGNAL OUTPUT RJ45/Fiber-Optic
Maximum Load Capacity/Frame Rate 2.3 Million pixels/30-60Hz
Maximum Width Output 2048 pixels
Maximum Height Output 1200 pixels
Input Voltage (AC) AC 100 – 240V @ 50/60Hz
Operating Voltage 4.7 – 6.V
Operating Current 0.45 – 0.7A
Operating Temperature -20 – 75 deg C
Operating Humidity 0% - 70%
LED Processor Signal Input "3 x Composite
1 x S-Video
1 x YPbPr
2 x VGA (RGBHV)
1 x HDMI (1.3a with HDCP)
1 x DVI (HDMI)
1 x Optional Module (SDI/ HD-SDI/ 3G-SDI or VGA/ DVI/ HDMI)"
Signal Output 1 x VGA(RGBHV) 2 x DVI
Output Resolution Support "1024 x 768@60Hz / 75Hz
1280 x 1024@60Hz / 75Hz
1600 x 1200@60Hz
RFP of Interior work of Bhamashah Technical Hub,
Jhalana Institutional Area, Jaipur (After Pre-bid)
Page 112 of 230
Sr No Equipment Specification
1920 x 1080@50Hz / 60Hz
1366 x 768@60Hz
1440 x 900@60Hz
2048 x 1152@60Hz
2304 x 1152@60Hz
2560 x 816@60Hz"
Switching Features Seamless Switching, Fade-in / Fade-out
switching & Blend switching in random input signals. 4 custom PIP
/ POP display modes, which can be switched by pressing one
button AIAO(Any In Any Out) function allows to display any
captured picture in specific area on the screen Other Features
Processing Features "10+ Bit Faroudja® DCDI Cinema Processing
New Faroudja® Real Color®
Fa oudja® Tu eLife™ Video E ha e
Advanced 4x4 Pixels Interpolation Scaling Algorithm"
Other Features "HD Text, Flash, Graphics & Logo Overlay
Picture Freeze function 2304 x 1152 or 2560 x 816 output for
single machine
Multi-machine in parallel, multi-unit installed in parallel drive
indefinite LED lattice Easy setup and adjustment through knob and
keys on the panel. Full design RS232 command for operating and
sting 2 LED Transmission Cards Built-in ability (sending cards are
optional)
24 / 7 Application "
Operating Temperature 5 deg - 40 deg
Relative Humitity 15% to 75%
Power 100-240VAC 35W 50 Hz
2 Digital Signage Player CPU Quad-Core @ 1.91GHz
Chipset Integrated
Memory 4GB DDR3L-1333 SO-DIMMs, Dual Channel, Max. 8GB
(Non-ECC)
Graphics Intel® HD Graphics, (Gen 7-LP) 4EU
Display 2x HDMI
H/W EDID -
Ethernet 1x Realtek RTL8111G-CG
Expansion Slots 1 x mPCIe 1 x SIM card slot
Video Capability 1x FHD 2x HD
Specify Firmware iSmart 2.0
Fanless Yes iAMT/DASH -
Certification CE/FCC, VCCI class B, cULus & CCC
Storage 64GB SSD
USB : 2x USB 2.0 / 1x USB 3.0
Dimensions 190mm(W) x 130mm(D) x 19.5mm(H) Weight 0.8Kg
(1.76lbs)
RFP of Interior work of Bhamashah Technical Hub,
Jhalana Institutional Area, Jaipur (After Pre-bid)
Page 113 of 230
Sr No Equipment Specification
Operating Temperature -30°C~ 60°C (-22°F~140°F) / Power Supply
60W power adaptor
Operating system Win10 IoT Ent LTSB 2016 MultiLang OEI (ESD)
3 Digital Signage Software • Te plates – User driven content templates making should be
possible. Media Management – Organize your content by file type,
categories and metadata so everything is easy to find
• Pla lists – Create playlists using Scala scripts, messages, videos,
flash, or static images
• “u -Playlists – Playlists can be added into Playlist.
• “ hedules – Define and edit playlist time slots with a simple
graphical view. With variable recurrence patterns and start/end
dates, s heduli g ou o te t ould t e easie
• E e ge Messages – Messages can be set to override the
display at specific times or when external events occur such as
emergencies
• “ a t Pla lists – Content Manager can auto-populate playlist
based on one of various conditions. For instance, a Smart Playlist
can be programmed to automatically add image contents to itself
without human intervention
• App o als – Approve content before media can be played.
Selected users will receive an email when an approval is required
• “ a t Co te t Dist i utio – Content is delivered automatically
with each player intelligently picking only the files that are new or
have changed
• Multiple I depe de t F a es – Easily create multiple frames
within a display with each frame playing independent content
• Multi-channel Support – Run two entirely separate channels
from a single player, immediately reducing your hardware, OS
licensing, and administration costs
• Audio Co t ol – Create audio-only channels or play background
music that can be automatically ducked when video with its own
audio plays
• ‘elia le a d “ ala le – Easy to start small and scale up. Field-
proven reliability with more networks installed than any
competitor
• Co unicate Your Way – Both Terrestrial & Satellite (multicast)
IP-based communication carriers are supported
• Bette Co pati ilit – Compatible with proxies and ACNS, and
can deliver content over HTTP/HTTPS via IPv4 or IPv6 to meet
most IT security requirements
• Data ase / Ba ke d – Choose the server and database that
works best in your environment. Supported databases include
Microsoft SQL Server and PostgreSQL
RFP of Interior work of Bhamashah Technical Hub,
Jhalana Institutional Area, Jaipur (After Pre-bid)
Page 114 of 230
Sr No Equipment Specification
• Pla e Optio s – Choose the playback devices that best suit your
needs, from a full-featured PC to media appliance or digital
picture frame
• Pla e Ma age e t – Group Players by criteria (geography,
demographics, etc.), set playback options and select content to
play
• Net o k Mo ito i g – Check the status of your network with
Player Health Monitoring
• Mai te a e “ heduli g – Conduct remote maintenance tasks
such as reboot, send and retrieve files or install Scala updates.
Tasks can be scheduled to execute at specific times with minimal
disruption to your digital signage network
• We “e i es – A ess to u de l i g soft a e e gi es fo anyone who wants to develop their own customized front-end to
control content delivery or access. Content Manager is not just
great for custom front-ends, but it also is useful for integration
into many other processes and applications
• Wo kg oups – Manage access to content for different
departments so each group only sees the messages they are
supposed to
• Pe issio -based User Roles – Users can be assigned different
access rights for improved security and workflow
• Pu lish Lo atio – Content Manager can automatically retrieve
media content from external FTP or Network Shared Folder
• Co ditio al Pla a k – You have a Master Playlists that is played
by all your players, all day long. Inside that Playlist, you can specify
condition for each media items.
• Pla e Meta-Data – You can specify meta data to your Players.
• Ti e T igge – Ask the Player to play a specific content at a
specific time, with specific repeat period, in its own Frame or Full
Screen
• E e t T igge – Ask the Player to play a specific content based on
external event.
4 Projector Video & Graphics Processing
HDMI 1.4 for Side by Side, Frame Packing & Top Bottom 3D
Formats.
Dual Flash Processing can be used to multiply the displayed frame
rate for 3D sources (example 144Hz display).
Synchronisation of active glasses.
24p and 1080p native display.
Sealed light engine
DICOM Simulation Mode.
Geometry Correction
Cornerstone, Vertical & Horizontal Keystone.
RFP of Interior work of Bhamashah Technical Hub,
Jhalana Institutional Area, Jaipur (After Pre-bid)
Page 115 of 230
Sr No Equipment Specification
HDBaseT® Interface
Built in support for transmission of uncompressed High Definition
Video over standard CAT5e/6 LAN cable.
Allows projector to be placed up to 100m from source with low
cost cabling.
Source Compatibility:
HDMI i ludi g Deep Colo ™ p o essi g. Graphics standards up to 1920 x 1200 resolution at 60Hz via
HDMI, DisplayPort or VGA.
Component Video (SD and HD) via RGBHV.
5 49" / ” Display The Display Size Shall be 49"/ at least & it shall have Display
shall have one analogue D-SUB, DVI-D, two HDMI, and audio
inputs, Vertical and horizontal viewing angle shall be 170 x 170
atleat or higher. The display shall support resolution of 1920x
1080p @60 Hz or higher, It shall have serial and Ethernet port for
third party control interface. Shall Include minimum (5W+5W)
Speakers or better.
6 Ceiling mountable
Speaker
Loudspeaker shall be a Ceiling mountable with 2-way speaker & it
shall have vertical dispersion angle of 180° . This shall be
constructed by ABS plastic material & this shall be capable of
providing 100 watts dynamic power output & the frequency
response shall be 50-20K at least.
7 Wall mountable shall be
a 8" woofer & 1" tweeter
Speaker
Loudspeaker shall be a Wall mountable shall be a 8" woofer & 1"
tweeter fitted inside. This shall provide 200 watts RMS power @
low impedance at least. Vertical Dispersion angle shall be 160
Degree at least or higher & horizontal dispersion shall be 150° or
higher.
8 8" subwoofer Speaker This shall be a active 8" subwoofer. This shall provide RMS power
60 watts or above & Max SLP shall be 108dB or better. The cabinet
shall be made through MDF wood. The frequency response shall
be 40 to 160 Hz are greater. The system shall have built in auto-
power-on/off energy saving functionality. Clip Warning Indicator
shall be provided to avoid excessive power driving.
9 Hand Held Type
Microphone
The Microphone technology shall be wireless Hand Held Type &
Hand Held Transmitter RF Power level shall be Switch between
W a d W. “hall suppo t ope atio o e the AA batteries at least. The Microphone shall consist of On/Off switch.
The transmitter shall have operation indication led indicator. The
Microphone shall be provided along with Receiver & it shall
support 8 selectable channels or higher. It shall be possible to
integrate 4 or more compatible systems together in a place. The
Receiver Shall support Built In or External Antenna.
RFP of Interior work of Bhamashah Technical Hub,
Jhalana Institutional Area, Jaipur (After Pre-bid)
Page 116 of 230
Sr No Equipment Specification
10 Wireless Lavalier
Condenser Microphone
Type & Miniature clip-on
lavalier Microphone
The Microphone technology shall be Wireless Lavalier Condenser
Microphone Type & Miniature clip-on lavalier microphone
Transmitter RF Power level shall be Switch between 1mW and
W. “hall suppo t ope atio o e the AA atte ies at least. The Microphone shall consist of On/Off switch. The transmitter
shall have operation indication led indicator. The Microphone
shall be provided along with Receiver & it shall support 8
selectable channels or higher. It shall be possible to integrate 4 or
more compatible systems together in a place. The Receiver Shall
support Built In or External Antenna.
11 12" or greater gooseneck
type Microphone
The Microphone shall be a 12" or greater gooseneck type with
Wide dynamic range and frequency response. The cartridges shall
be Interchangeable. This shall provide Transformer less balanced
output. This shall support 20 dB isolation from surface vibration
noise.
12 Ceiling array Microphone The Microphone Type shall be ceiling array. This shall provide
“tee a le Co e age™ ith o more beams to capture participant
audio from overhead. The microphone shall include DSP & it shall
be capable of integrating through the Networked audio. The
microphone shall support 3rd party controller to get access of it
for controlling. The microphone coverage shall be adjustable
through the customized software configuration. This shall include
Echo reduction mechanism built-in, This shall support browser-
based interface to configure microphone. This hall have indication
LED Built-In
13 Ceiling Mountable 6" or
higher Gooseneck
Microphone
The Microphone Type shall be Ceiling Mountable 6" or higher
Gooseneck Type. This shall support RF interference rejection,
Extremely low noise, Pickup pattern shall be cardioids or super
cardioid. It shall be capable to work without any external adaptor
interface. This shall be capable to Operate on 18-52 volts phantom
power.
14 8 channel 250 watts
Amplifier
The Amplifier Shall have minimum 8 channels or more amplified
output channels, Each channels shall provide 250 Watts power
output or greater. This shall has 8 individual Balanced input
channels. The Amplifier shall be Class-D Technology.
15 2 channel Amplifier 120
Watts RMS power output
@ 4 Ohms & 60 watts @ 8
Ohms.
The Amplifier Shall have minimum 2 channels or more amplified
output channels. Each channels shall provide 120 Watts RMS
power output @ 4 Ohms & 60 watts @ 8 Ohms. It shall be a 1U
rack mountable. The Amplifier shall have Built-in SMPS.
16 2 channel Amplifier 600
Watts RMS power output
@ 4 Ohms & 300 watts @
8 Ohms.
The Amplifier Shall have minimum 2 channels or more amplified
output channels. Each channels shall provide 600 Watts RMS
power output @ 4 Ohms & 300 watts @ 8 Ohms. It shall be a 2U
RFP of Interior work of Bhamashah Technical Hub,
Jhalana Institutional Area, Jaipur (After Pre-bid)
Page 117 of 230
Sr No Equipment Specification
rack mountable. The Amplifier shall have Built-in Transformer
Based power supply. Amplifier shall be Class-H Technology.
17 Multi-functional stereo
pre-Amplifier
This shall be multi-functional stereo pre-amplifier. This shall
accommodate at least 1 stereo line Input & 2 balanced Mic inputs
or higher & This shall provide at least 5 stereo inputs or higher.
the zone output shall be minimum 2 or more. The Frequency
response shall be 25 - 20 kHz or greater. The device shall be 1U
rack mountable. The system shall provide music level control to it.
18 2 channel Amplifier250
Watts RMS power
output@ 4 Ohms & 125
watts @ 8 Ohms.
The Amplifier Shall have minimum 2 channels or more amplified
output channels. Each channels shall provide 250 Watts RMS
power output @ 4 Ohms & 125 watts @ 8 Ohms. It shall be a 1U
rack mountable. The Amplifier shall have Built-in SMPS.
19 CD/USB/SD-card music
player Music Source
The Music source shall have built-in CD/USB/SD-card music player.
This shall provide analogue & digital audio outputs. The system
shall be accessible through RS-232 for 3rd party system
integration & also it should be possible to control the device
through front panel buttons or through the IR remote
commander. The USB shall support at least 32GB or higher. & the
system shall support MP3, WMA audio formats & others. The
System shall be a 1U Rack Mountable.
20 high-sensitivity 1/2.8 -
type Exmore CMOS
sensor Camera
The Camera shall be high-sensitivity 1/2.8 -type Exmore CMOS
sensor & it shall capable to achieve 130dB chrominance and
luminance. Camera shall connect over an IP connectivity & it shall
support Camera Control through VISCA over IP technology. The
optical zoom shall not be less than 30X & digital zoom shall be 12x
or greater. The camera shall support pan tilt zoom operation with
the pan angle minimum +90 degrees / -20 degrees. The camera
shall have the following control interface built-in Control
Interface: RJ-45 / RS-232C / RS-422. The camera shall be provided
with ceiling mount bracket Kit & all Accessories.
21 Conference System The Video conferencing shall support 720P resolution at least & it
shall support 1080P upgradation support by adding a optional
component. This shall support streaming with H.239. The Camera
shall support multiple pre-programmed preset positions to recall.
The system shall adequate HDMI or DVI-I interface to connect
both primary & secondary monitor & also for computer
presentation. The system shall include Multi-Part License built-In
with support up to six videoconferencing sites or higher. The
devoice shall support Record HD video (720p), voice and PC
presentations direct to USB memory.& it should be possible to
add the secondary camera to extend the participants capture. The
Primary camera shall support optical & digital zoom at least 12X or
higher. This shall support the following frame rate H.263 QCIF 30
RFP of Interior work of Bhamashah Technical Hub,
Jhalana Institutional Area, Jaipur (After Pre-bid)
Page 118 of 230
Sr No Equipment Specification
fps, CIF 30 fps, 4CIF 30 fps H.264 QCIF 30 fps, CIF 30 fps, 4CIF 30
fps, wCIF 30 fps, w432p 30 fps, w4CIF 30 fps, 720p 60 fps, 1080p
60fps. The Network protocol shall support the following at least
TCP/IP, UDP/IP, DHCP, DNS, HTTP, TELNET, SSH, SNMP, NTP, ARP,
RTP/RTCP. Network port shall support 0BASE-T/100BASE-
TX/1000BASE-T x 1, ISDN Unit Interface x 1. the system shall have
the following encryptionH.233, H.234, H.235 ver.3 or higher. The
device shall be provided with the following system accessories
microphone, AC adaptor, HDMI cable, Remote controller, CD-
ROM, Camera Cable for HD Camera etc.
22 AV Wall Plate The wall plate shall be a VGA audio HDMI to Cat-x Transmitter
functionality built-In shall meet the following features Shall have
HDMI, CGA video, audio, and control input. Shall support HDCP &
Dolby Digital, Dolby Digital EX, DTS, DTS-ES, DTS 96/24, up to 8
channel PCM. This shall support Dual mode display port. shall be
capable to control CEC devices. analog audio shall provide 3.5mm
TRS (L/R unbalanced) input connectivity. This shall support e.
Single UTP/STP cable transmission connection & shall support
HDBaseT signal Transmission. This shall support 330 feet signal
transmission distance through Cat5e cable at least or better. The
unit shall support 2-gang wall box mount.
23 Mirroring &
Collaboration
This shall adequate Wireless Device Connectivity, this shall
support Windows 10 Operating System & backward compatibility
support shall support. It shall be possible to stream multimedia
content through proprietary application. This shall support
wireless connectivity at least devices or higher. This shall support
iOS, Android, Chromebook Mirroring. This should support 4K
display's . This shall support file sharing through cloud. This shall
have full compatibility with following applications or better
Microsoft Office®, Skype®, GoToMeeting® and WebEx®.
24 Control Processor The Control system shall be a All in one presentation switcher
shall include the following functionality built-In a. Audio matrix
switching, Audio Mixer, f. Analog to digital video transcoding,
Twisted pair Digital signal transmitter & Receiver. The system shall
support front panel user control for Volume, Audio Mute On-Off &
source routing. This hall support matrix switching operation
between any inputs & outputs like a. Any single video output & b.
Multiple video outputs. b. All stereo sources and microphone
sources shall have controllable levels in mixed output signal. The
switcher shall adequate the following connectors for connectivity
1) DB15HD female connector, 2) 19-pin Type A HDMI female
connector, 8-pin RJ-45 shielded female Single Cable Signal
Transmission compliant connector, Single cable transmission shall
RFP of Interior work of Bhamashah Technical Hub,
Jhalana Institutional Area, Jaipur (After Pre-bid)
Page 119 of 230
Sr No Equipment Specification
support following signals & data types : 1. Uncompressed video
and audio., 2. HDMI with HDCP.3. 100Mbps Ethernet.4. USB HID.,
5. Bidirectional device control signals. This shall support signal
transmission & reception distance upto 330 feet's at least or
better. The system shall include control system with following
features at least. Shall have a. Four or more 2-pin 3.5mm
detachable terminal blocks, IR/Serial output ports at least, a. Two
or more DB9 male, bidirectional RS-232 ports. b. Up to 115.2k
baud, hardware and software handshaking support for
communication with serial devices. This shall support a. One 8-
wire RJ45 with 2 LED indicators. This shall support proprietary
communication protocol. This shall support to adding a user
interface like iPad/Keypad.
25 Power suppy The Power supply unit shall adequate 50 Watts (2.08 Amps @ 24
Volts DC, Regulated) per output port at least. This shall accept line
power of 100-240 Volts AC, 50 Hz. This shall provide captive screw
terminals for automation equipment's power connectivity. this
shall provide 4-pin 3.5mm detachable terminal blocks, paralleled
power output ports with data pass-through. LED Indicators shall
provide real time power status indication. The housing shall be
made by polycarbonate housing.
26 User Interface Should support control network wired communication, Multiple
color Choices should be available, The Built-In Ambient light
sensor should be possible to utilized by the control system to
support daylight harvesting and other programmatic functions, 2
contact closure inputs should provide
simple and convenient interface for low-voltage contact-closure
devices such as occupancy sensors, door switches, and motion
detectors, Built-in LED blinking and barograph & LED feedback
indicators for feedback, each button should be able to configure
to support minimum three separate functions simply by tapping,
double-tapping, or pressing and holding the button, double-
tappi g, o p essi g a d holdi g the utto . “hift ke functionality, in which the user presses and holds one button
while simultaneously tapping another, provides further
customization for this versatile keypad.
functionality, Customization button engraving should be possible,
Each strip is available in one of the following three button cap
o figu atio s o o e • “et of t o la ge utto s & “et of th ee medium buttons & Set of four small buttons and one medium
button, The backlit laser-engraving should provide customizable
utto te t that s eas to ead u de a lighti g o ditio , LED Should be able to Program, auto-dimmable, software adjustable
intensity, with minimum 10 blinking patterns or higher, The
RFP of Interior work of Bhamashah Technical Hub,
Jhalana Institutional Area, Jaipur (After Pre-bid)
Page 120 of 230
Sr No Equipment Specification
Keypad shoals include Large Backlit Engravable Button Caps,
Medium Backlit Engravable Button Caps, Set of Small & Medium
Backlit Engravable Button Caps, Architectural Faceplate and other
supporting accessories. Chassis: Plastic, it should be with stand in
Temperature: minimum as follows 32° to 113°F (0° to 45°C) or
higher, The keypad minimum Hight & width should be 87mm to
90mm & depth should be 38 mm to 40 mm should not be more
than this..
27 Control Processor The Control Processor Minimum Characteristics shall match the
following : b. Real-time, preemptive multithreaded/multitasking
kernel, d. Utilize a real time, event driven, multi-tasking, multi-
threaded operating system, Shall be capable to initiate direct
communication through 1) Connected Ethernet devices, 2)
Devices connected to built-in control ports, 3) Proprietary control
network devices, 4) BACnet IP devices, 5) Control processors of
same type. This shall include a. Two built-in 10/100/1000BaseT
Ethernet ports as primary LAN port for Isolated WAN connection
& another shall work as control subnet port. The control processor
shall automatically discover and assign IP addresses to compatible
devices. b) Subnet port shall support Isolation Mode. Ethernet
shall support 1) auto-switching, 2) auto-negotiating, 3) auto-
discovery, 4) full/half duplex, 5) industry-standard TCP/IP stack, 6)
UDP/IP, 7) CIP, 8) DHCP and DNS Support, 9) SSL, 10) TLS, SSH, 12)
SFTP (SSH File Transfer Protocol), 13) FIPS 140-2 compliant
encryption, 14) IEEE 802.1X, 15) SNMP remote management, 16)
BACnet/IP , 17) IPv4 or IPv6, 18) Active Directory authentication,
19) IIS v.6.0 Web Server, 20) SMTP e-mail client. This shall support
d. Remote Program Loading and Administration, e. Support user
assigned or dynamic IP address. The system shall include 8 Nos
built-in IR ports, 3 x 1) Bidirectional RS-232 ports. out of which any
one or more port at least work as a 2) Bidirectional RS-422 or RS-
485. This shall have 8 or more I/O & Relay port s built in. It shall be
possible to perform a. Programming and configuration through
USB interface.
28 User Interface It should be a Mercury-free LCD display & It should have
Recyclable aluminum enclosure, It support 802.11a/b/g/n Wi-Fi
(802.11n 2.4GHz and 5GHz) & Bluetooth 4.0 wireless technology,
GUI should have minimum 16GB Internal memory, It nuct have
Built-in speaker & 3.5-mm stereo headphone minijack, Built-in
Sensor, should have following Audio features Frequency response:
20Hz to 20,000Hz, Audio formats supported: AAC (8 to 320 Kbps),
Protected AAC (from iTunes Store), HE-AAC, MP3 (8 to 320 , Kbps),
MP3 VBR, Audible (formats 2, 3, 4, Audible Enhanced Audio, AAX,
and AAX+), Apple Lossless, AIFF, and WAV, Airplay Mirroring to
RFP of Interior work of Bhamashah Technical Hub,
Jhalana Institutional Area, Jaipur (After Pre-bid)
Page 121 of 230
Sr No Equipment Specification
Apple TV (2nd and 3rd generation) at 720p, Airplay video
streaming to Apple TV (3rd generation) at up to 1080p and Apple
TV (2nd generation) at up to 720p, Video formats should support
H.264 video up to 1080p, 30 frames per second, High Profile level
4.1 with AAC-LC audio up to 160 Kbps, 48kHz, stereo audio in
.m4v, .mp4, and .move file formats; MPEG-4 video up to 2.5
Mbps, 640 by 480 pixels, 30 frames per second, Simple Profile
with AAC-LC audio up to 160 Kbps per channel, 48kHz, stereo
audio in .m4v, .mp4, and .mov file formats; Motion JPEG (M-JPEG)
up to 35 Mbps, 1280 by 720 pixels, 30 frames per second, audio in
ulaw, PCM stereo audio in .avi file format, following Language's
support for English (U.S.), English (UK), Chinese (Simplified),
Chinese (Traditional), French, German, Italian, Japanese, Korean,
Spanish, Arabic, Catalan, Croatian, Czech, Danish, Dutch, Finnish,
Greek, Hebrew, Hungarian, Indonesian, Malay, Norwegian, Polish,
Portuguese, Portuguese (Brazil), Romanian, Russian, Slovak,
Swedish, Thai, Turkish, Ukrainian, Vietnamese, system should
contain, USB power Adapter & USB cable & it Should have
Desktop dock with kensigton lock. This should supply along with
the Desk/Wall Mount docking station as applicable.
29 Network Distribution
Block
The Distribution block shall be used for Automation network
distribution one to many. This shall adequate 24 Volts DC for
powering the devices connected to it. This shall be Din Rail
Mountable. This shall adequate 12 or more ports for a each
system. This shall allow the connectivity through Detachable
screw terminal blocks. The system shall provide real time LED
indication for feedback. This shall not exceed the mounting space
more than 6 DIN module space.
30 Network Switch The switch shall be Fully managed architecture and it shall provide
28 physical RJ-45 connectivity ports with Fast Ethernet or Gigabit
Ethernet connectivity, advanced technology support for
deployments such as IP telephony, wireless, and IP surveillance.
This shall support Dante protocol for Dante enabled Audio
devices. This shall support Enabling IGMP Snooping in the Dante
VLAN.
31 High voltage Relay This shall be a High voltage relay shall provide 8 high voltage NO &
NC contact through active screw terminals. Shall support Supports
120 to 240 Volt 50/60 Hz. Shall have 2-pin terminal blocks,
paralleled Sensing input for external low-voltage contact closure
Activates override mode when a closure is present. This shall
adequate LED status indication and local control of each channel.
This shall capable of working between the following Temperature
RFP of Interior work of Bhamashah Technical Hub,
Jhalana Institutional Area, Jaipur (After Pre-bid)
Page 122 of 230
Sr No Equipment Specification
& humidity condition at least or better 32° to 104°F (0° to 40°C) &
10% to 90% RH (non-condensing
32 WIFI Access Point The unit shall be provided Including all supporting accessories like
POE injector, Mounting Bracket, Hardware & mounting other
accessories, power cord etc. the system shall support the
following os Linux, Mac OS X, or Microsoft Windows 7/8. the
following web browser shall be supported Web Browser: Mozilla
Firefox, Google Chrome, or Microsoft Internet Explorer 11 (or
above). LED Indication shall be provided to ensure the
connectivity & configuration ststus.This shall support ceiling &
wall mount type installation.
The Network interface shall support 10/100/1000 Ethernet Port.
powering the devise shall be Passive PoE. This shall include Dual-
Band Antenna, Tri-Polarity. Antenna gain shall be 2.4 GHz: 3 dBi, 5
GHz: 6 dBi. 802.11 a/b/g/n/acthe wireless standard shall support
& following wireless ecurity shall be supported : WEP, WPA-PSK,
WPA-Enterprise (WPA/WPA2, TKIP/AES).
33 AV Accessory This shall be Infra Red Emitter Probe shall adequate 2-pin
terminal block connectivity to automation system processor. Shall
be capable to extend the cable length up to 1000 feet's through
ordinary twisted pair vable. This shall be provided with mask and
two-sided tape for installation with desired equipment.
34 Meeting Room Manager This shall be a single box solution to manage the bookings of
meeting rooms through Outlook or the sleek touch-screens
outside each meeting room & the display size shall be 11.6" or
greater. This shall support the existing system like email calendar
systems – MS Exchange and Google Apps for Work. Manage all
devices from one central location via the secure, scalable web-
based admin console shall be possible. Shall be capable to add
multiple profiles to it. it shall support to assign a OTP for a
registered user. This shall support WIFI 802.11b/g/n networking.
The power shall be provided to the unit through USB or
thermopower supply. the unit shall support Android OS & other
OS. The system shall adequate status indicator via display.
35 16:10 Aspect ratio Matte
White Screen with glass-
backed material
Projection Screen 128"
diagonal
16:10 Aspect ratio Matte White Screen with glass-backed
material, Minimum 175 degree Wide viewing angle with uniform
diffusion and 1.1 Gain, With Black masking borders on all 4 sides
and black screen backing. Low Voltage control Interface (5V to 12
V trigger control), Should Include 3-way wall switch for
Up/Down/Stop operations, Should Include RF Remote, Should
Include RJ45 port for 3rd party room automation system
integration. Screen motor should be synchronous. Should offer
both Wall and ceiling installation options. Screen housing should
RFP of Interior work of Bhamashah Technical Hub,
Jhalana Institutional Area, Jaipur (After Pre-bid)
Page 123 of 230
Sr No Equipment Specification
be made of steel and available in either white or black color. Size
shall be 128" diagonal
36 16:10 Aspect ratio Matte
White Projection Screen
16:10 Aspect ratio Matte White Screen with glass-backed
material, Minimum 175 degree Wide viewing angle with uniform
diffusion and 1.1 Gain, With Black masking borders on all 4 sides
and black screen backing. Low Voltage control Interface (5V to 12
V trigger control), Should Include 3-way wall switch for
Up/Down/Stop operations, Should Include RF Remote, Should
Include RJ45 port for 3rd party room automation system
integration. Screen motor should be synchronous. Should offer
both Wall and ceiling installation options. Screen housing should
be made of steel and available in either white or black color. Size
shall be 85" diagonal
37 water-based projection
screen paint for 2D and
3D projection
applications
This shall be Sprayed is a water-based projection screen paint for
2D and 3D projection applications. Shall allows nearly any surface
to be transformed into a quality 2D and 3D projection surface.
This shall allow Reflects 140% of the projected brightness & it shall
include Angular-Reflective material with Ambient Light Rejecting
capabilities. One set shall be capable of creating 113 "" (16:10)
screen space. The material shall be tested against Hazardous
reactions under specific conditions. The total set shall be used as
per the total projection space required.
38 Digital Mixer The device shall adequate 12 or more analog audio inputs and 8 or
more analog audio output channels. The system shall include SIP
VoIP & Standard FXO telephone interface. The device shall have
Gigabit Ethernet port ethernet & RS-232 ports. configuration and
control for signal routing, mixing, equalization, filtering, delay shall
be possible through proprietary software. The Unit shall be a 1U
rack mountable. The programming of the GPIO ports shall be
software configurable. The audio DSP shall include a RS-232
connection for control data transmission into or out of the audio
DSP and such operation shall be software programmable. The
audio DSP shall include a Universal Serial Bus (USB) connection on
a standard USB-B type connector. The audio DSP shall be software
configurable to stream up to 8 channels of digital USB Class 1
Audio transmission either into or out of the audio DSP or
simultaneous input and output. The audio DSP shall provide 4
balanced input connections for receiving of microphone or line
level analog audio signals on screw-down, removable connectors.
The input connections shall include Acoustic Echo Cancellation
(AEC) hardware and firmware, the parameters, routing and
operation of which shall be software programmable. The audio
DSP shall provide 4 balanced output channels for the transmission
RFP of Interior work of Bhamashah Technical Hub,
Jhalana Institutional Area, Jaipur (After Pre-bid)
Page 124 of 230
Sr No Equipment Specification
of microphone or line level analog audio signals on screw-down,
removable connectors. Each individual channel shall have its own
dedicated connection. The audio DSP shall integrate to Voice Over
Internet Protocol (VoIP) systems on a RJ-45 connector for two
lines of VoIP communication and shall support Session Initiation
Protocol (SIP) v2.0 or later. The audio DSP shall integrate to
standard telephony communications on a RJ-11 connector for a
single line of telephone communication. The audio DSP shall
provide front panel OLED identification of device power, status,
alarm, and activity as well as system-wide alarm. The audio DSP
shall be rack mountable (1RU) and feature software-configurable
signal processing, including but not limited to: signal routing and
mixing, equalization, filtering, dynamics, and delay, as well as
control, monitoring, and diagnostic tools.
39 Multi-Display Software The entire multi display solution shall consist of all necessary
hardware & software combination to achieve the desired inputs &
outputs. The Entire solution shall have excellent support for large-
scale projection mapping with production, playback, geometry,
correction, mapping, live interaction with multiple displays. Entire
solution shall include all license key which is related to the
solution like server software license key, display client software
license key. All other higher version upgradation sall be a free
version. Entire solution shall be a ethernet based network
architecture. This shall support all known popular video formats &
3D Formats. The system shall support Soft-edge blend for
widescreen & shall support geometry correction for curved
surfaces. This shall support live feeds – HTML5-based web
content, stills and Flash content. Overall this shall support a easy
& simplest projection-mapping technology.
40 Mirroring &
Collaboration
The Entire solution shall be a Sensor & gesture based Interactive
display system. This shall be capable to to user gesture based
touch interaction with the kiosk into a fun-filled environment. The
entire package shall include floor standing multi-touch Kiosk, with
various sensors like Proximity, IR sensors etc.+ multi-touch
annotation supporting hardware along with the software + any
additional applicable licenses. the entire application shall support
most of the known applications & formates like DF viewer, we
browser application, 3D viewer, media viewer, touch & tap,
drawing, paint, slider and many more applications.
41 Standard 17" 19U, Floor
Standing Equipment Rack
Standard 17" 19U, Floor Standing,800mm(W) x 800m(D) AV
Equipment Rack should have minimum requirements of Front
Glass Door with Lock, Rear Door with Lock & vented at bottom,
Side Panels with Latches & vented at bottom, Ventilated Top
RFP of Interior work of Bhamashah Technical Hub,
Jhalana Institutional Area, Jaipur (After Pre-bid)
Page 125 of 230
Sr No Equipment Specification
cover and Bottom cover with cable entry facility, Castors with
front brakes, 19" mountable equipment shelf with a depth of
475mm and 1U height, Vertical cable manager, Vertical AC mains
power distribution box upto Tenh5 amp power sockets, indicative
main switch, and fuse for overload protection, Hardware Front
Panel (Equipment mounting fasteners) in pkts of 15 - 20, 19"
cooling fan tray ( 3 to 4 fan provision ), 9" sliding shelf with a min.
depth of 475mm and 1U height, Equipment support angles (in
pairs), 19" horizontal cable manager 1U + Hardware, It should also
consist Power Distribution Unit, Horizontal With 6 Socket 5/15
Amp Socket With 16AMP. in built with current filter and Safety
Cover With 3 Mtr. Cable min. take proper Power Load and three
pin plug Earth continuity kit comprising of earthing bar and
earthing straps, Conforming to DIN 41494 - and industry standard
practices etc..
42 24" 19U, Floor Standing
Equipment Rack
Standard 24" 19U, Floor Standing,800mm(W) x 800m(D) AV
Equipment Rack should have minimum requirements of Front
Glass Door with Lock, Rear Door with Lock & vented at bottom,
Side Panels with Latches & vented at bottom, Ventilated Top
cover and Bottom cover with cable entry facility, Castors with
front brakes, 19" mountable equipment shelf with a depth of
475mm and 1U height, Vertical cable manager, Vertical AC mains
power distribution box upto Tenh5 amp power sockets, indicative
main switch, and fuse for overload protection, Hardware Front
Panel (Equipment mounting fasteners) in pkts of 15 - 20, 19"
cooling fan tray ( 3 to 4 fan provision ), 9" sliding shelf with a min.
depth of 475mm and 1U height, Equipment support angles (in
pairs), 19" horizontal cable manager 1U + Hardware, It should also
consist Power Distribution Unit, Horizontal With 6 Socket 5/15
Amp Socket With 16AMP. in built with current filter and Safety
Cover With 3 Mtr. Cable min. take proper Power Load and three
pin plug Earth continuity kit comprising of earthing bar and
earthing straps, Conforming to DIN 41494 - and industry standard
practices etc..
43 1-2 Meter in length High
Speed HDMI Patch Cord
It Should be 1-2 Meter in length High Speed HDMI with 4K verified
up to 2 Meter. It shall Supports signals up to 1080p @ 60 Hz, 8-bit
color depth- Data rates to 4.95 Gbps, It should be fully backwards
compatible with all prior versions of HDMI as well as DVI
compliant devices, and pass all embedded components, such as
digital audio and CEC - Consumer Electronics Control information,
connector Gold plated contacts. It should be with in 100 ohms
±10 ohms, attention At 0.825 - . GHz: dB pe , At 2.475 - . GHz: dB pe , At . - 5.100 GHz: dB per 6 m, Max Video rate should be 10.2 Gbps (3.4 Gbps per color),
RFP of Interior work of Bhamashah Technical Hub,
Jhalana Institutional Area, Jaipur (After Pre-bid)
Page 126 of 230
Sr No Equipment Specification
Conductors: the construction should be tinned copper Drain wire:
tinned copper, Shielding: aluminum/Mylar® and tinned copper
braid, Jacket: PVC, Conductors and drain wire should be : 22 AWG
, The “ e should e ps pe & . s pe , The cable should be HDCP Complied, Cable Length As per the Site
Requirement.
44 3 Meter in length High
Speed HDMI Patch Cord
It Should be 3 Meter in length High Speed HDMI with 4K verified
up to 2 Meter. It shall Supports signals up to 1080p @ 60 Hz, 8-bit
color depth- Data rates to 4.95 Gbps, It should be fully backwards
compatible with all prior versions of HDMI as well as DVI
compliant devices, and pass all embedded components, such as
digital audio and CEC - Consumer Electronics Control information,
connector Gold plated contacts. It should be with in 100 ohms
±10 ohms, attention At 0.825 - . GHz: dB pe , At 2.475 - . GHz: dB pe , At . - . GHz: dB per 6 m, Max Video rate should be 10.2 Gbps (3.4 Gbps per color),
Conductors: the construction should be tinned copper Drain wire:
tinned copper, Shielding: aluminum/Mylar® and tinned copper
braid, Jacket: PVC, Conductors and drain wire should be : 22 AWG
, The “ e should e ps pe & . s pe , The cable should be HDCP Complied, Cable Length As per the Site
Requirement.
45 5 Meter in length High
Speed HDMI Patch Cord
It Should be 5 Meter in length High Speed HDMI with 4K verified
up to 3-5 Meter. It shall Supports signals up to 1080p @ 60 Hz, 8-
bit color depth- Data rates to 4.95 Gbps, It should be fully
backwards compatible with all prior versions of HDMI as well as
DVI compliant devices, and pass all embedded components, such
as digital audio and CEC - Consumer Electronics Control
information, connector Gold plated contacts. It should be with in
100 ohms ±10 ohms, attention At 0.825 - . GHz: dB pe m, At 2.475 - . GHz: dB pe , At . - 5.100 GHz:
dB pe , Ma Video ate should e . G ps . G ps pe color), Conductors: the construction should be tinned copper
Drain wire: tinned copper, Shielding: aluminum/Mylar® and tinned
copper braid, Jacket: PVC, Conductors and drain wire should be :
AWG , The “ e should e ps pe & . s pe m, The cable should be HDCP Complied, Cable Length As per the
Site Requirement.
46 Bulk 10 Meter in length &
High Speed and Standard
Speed HDMI type AV
Cables
It Should be 10 Meter in length & High Speed and Standard Speed
HDMI type with 4K verified to. It shall Supports signals up to
1080p @ 60 Hz, 8-bit color depth- Data rates to 4.95 Gbps, It
should be fully backwards compatible with all prior versions of
HDMI as well as DVI compliant devices, and pass all embedded
RFP of Interior work of Bhamashah Technical Hub,
Jhalana Institutional Area, Jaipur (After Pre-bid)
Page 127 of 230
Sr No Equipment Specification
components, such as digital audio and CEC - Consumer Electronics
Control information, connector Gold plated contacts. It should be
with in 100 ohms ±10 ohms, attention At 0.825 - . GHz: dB per 6 m, At 2.475 - . GHz: dB pe , At . - 5.100
GHz: dB pe , Ma Video ate should e . G ps . Gbps per color), Conductors: the construction should be tinned
copper Drain wire: tinned copper, Shielding: aluminum/Mylar®
and tinned copper braid, Jacket: PVC, Conductors and drain wire
should e : AWG , The “ke should e ps pe & . s per 8 m, The cable should be HDCP Complied, Cable
Length As per the Site Requirement.
47 Bulk 15 Meter in length &
High Speed and Standard
Speed HDMI type AV
Cables
It Should be 15 Meter in length & High Speed and Standard Speed
HDMI type with 4K verified to. It shall Supports signals up to
1080p @ 60 Hz, 8-bit color depth- Data rates to 4.95 Gbps, It
should be fully backwards compatible with all prior versions of
HDMI as well as DVI compliant devices, and pass all embedded
components, such as digital audio and CEC - Consumer Electronics
Control information, connector Gold plated contacts. It should be
with in 100 ohms ±10 ohms, attention At 0.825 - . GHz: dB per 6 m, At 2.475 - . GHz: dB pe , At . - 5.100
GHz: dB pe , Ma Video rate should be 10.2 Gbps (3.4
Gbps per color), Conductors: the construction should be tinned
copper Drain wire: tinned copper, Shielding: aluminum/Mylar®
and tinned copper braid, Jacket: PVC, Conductors and drain wire
should be : 22 AWG , The Skew should e ps pe & . s pe , The a le should e HDCP Co plied, Ca le
Length As per the Site Requirement.
48 Bulk AV 20 AWG, color-
coded, tinned copper
conductors Cables
It should be capable of transmission and distribution of audio and
control signals in a variety of AV applications, It should comprise
one twisted pair, 20 AWG, color-coded, tinned copper conductors
wrapped in a foil shield, and are available in plenum and non-
plenum jackets. Each cable includes a tinned copper drain wire on
the inside of the foil shield, which is bonded to the jacket for ease
of stripping when used with automatic stripping equipment -
single twisted pair only, The cable should be single shielded
twisted pair, 20 AWG, tinned copper conductors. A tinned copper
drain wire on the inside of the shield is bonded to the jacket for
ease of stipping, Shielding Materials should be 100% Alum Foil,
10.5 Ohms/1K ft, 34 ohms/1Km, Nominal capacitance conductor
to conductor should be 27pF/ft & Conductor to connected shield
49pF/ft & 161pF/m, nominal Core OD should be 1.78mm &
nominal OD should be 5.44mm with minimum conductors of 2
shielded twisted pairs
RFP of Interior work of Bhamashah Technical Hub,
Jhalana Institutional Area, Jaipur (After Pre-bid)
Page 128 of 230
Sr No Equipment Specification
49 Bulk AV speaker Cables The speaker cable Should be High standard a single color-coded
pair, 16 AWG bare copper conductors, 0.053", 1.35mm Cu, 4.2
ohms/1k ft, 13.8 ohms/1 km, Nominal core OD should be 2.04 &
nominal OD should be 6.20mm
50 Bulk AV 20 AWG shielded
twisted pair with drain
wire Cables
Audio/Control Cable should have Single 20 AWG shielded twisted
pair with drain wire, Cable shall comply with NEC – National
Electrical Code Article CM C(UL) standards at 60 degrees, It should
have minimum 1 shielded twisted pair, The stranding diameter
should be minimum 0.97mm Tinned Cu & DCR should not exceed
56 ohms/1km, Nominal core outer diameter should be minimum
1.78mm, Shielding materials should be 100% Alum.Foil &
nom.DCR should not exceed 34 ohms/1 km, Nominal outer
diameter should be 5.44 overall, Nominal impedance should be
maximum 45 ohms or lesser & Nominal capacitance should be 220
pF/m conductor conductor connected to shield. It should be a non
plenum cable with polypropylene insulation & PVC Inner & outer
Jacket.
51 3.5 mm stereo/mono
audio male / female
Connector
3.5 mm stereo/mono audio connector Male/Female As applicable.
Should a made from Nickel or Gold contact plating,It should have
Great solder ability, Number Contacts should be 3 Pole Tip Ring
Sleeve (Stereo), Termination should be Solder Type, Max Current
Carrying Capacity should be minimum 10 A, Insulation resistance
should e > GΩ, ope ati g te pe atu e ‘a ge should e I -25°C
to +75°C (-13°F to + 167°F) or greater, Insertion and Withdrawal
Fo e should e N - N, It should ha dle T pi al Ca le Retention Force minimum 44kg, Connector Shell Material should
be Diecast Zinc Alloy EZDA No.3 & shell finish should be Satin
Nickel or Black Polyester, Insulators material should be UL94 V-0
PBT Resin or Modified PPE Resin , Insulator material should be
UL94 V-0 PBT Resin or Modified PPE Resin & Boot / Backshell
material should be UL94 V-0 PBT Resin or Modified PPE Resin -
Black or Metal CuZn39Pb3, Contacts / Plating should be Brass /Ni
o Au o e μ Ni.. Fla a ilit ati g of i sulati g plasti should be UL94V-0, Solder ability, should complie with IEC 68-2-20
standard, Environmental standard should comply with EU RoHS 2
Directive 2011/65/EU, It should Comply at least of IP40 Standard
for Protection.
52 / ” . ø PHONE
Connector
/ . ø PHONE CONNECTO‘“ Mo o o “te eo T‘“ Ca le Type, Should a made from Nickel or Gold contact plating, Great
solder ability, Number Contacts should be 3 Pole Tip Ring Sleeve
(Stereo), Termination should be Solder Type, Max., Current
Carrying Capacity should be minimum 10 A, Insulation resistance
should e > GΩ, ope ati g te pe atu e ‘a ge should e I -25°C
RFP of Interior work of Bhamashah Technical Hub,
Jhalana Institutional Area, Jaipur (After Pre-bid)
Page 129 of 230
Sr No Equipment Specification
to +75°C (-13°F to + 167°F) or greater, Insertion and Withdrawal
Fo e should e N - N, It should ha dle Typical Cable
Retention Force minimum 44kg, Connector Shell Material should
be Diecast Zinc Alloy EZDA No.3 & shell finish should be Satin
Nickel or Black Polyester, Insulators material should be UL94 V-0
PBT Resin or Modified PPE Resin , Insulator material should be
UL94 V-0 PBT Resin or Modified PPE Resin & Boot / Backshell
material should be UL94 V-0 PBT Resin or Modified PPE Resin -
Black or Metal CuZn39Pb3, Contacts / Plating should be Brass /Ni
o Au o e μ Ni.. Fla a ilit ati g of i sulati g plastic should
be UL94V-0, Solder ability, should comply with IEC 68-2-20
standard, Environmental standard should comply with EU RoHS 2
Directive 2011/65/EU, It should Comply at least Protection Class
of IP40.
53 3 pole XLR cable
Connector
3 pole XLR cable connector Male/Female As applicable, Should be
low contact resistance and high integrity, should be improved
solid metal latch for easier to handle, Should have Additional
ground spring contacts for better shell For Greater ground
continuity, Should have polyurethane gland for cable bending
stress protection, Should have Internal thread on shell for
p ote tio , Capa ita e et ee o ta ts should e pF, Co ta t esista e should e Ω i e , I sulatio esista e should e > GΩ , ‘ated u e t per contact should be minimum
16 A, Minimum Rated voltage should be < 50 V, should support
cable O.D 3.5 - 8.0 mm, The contact should be made from Bronze
(CuSn8), shell plating should made from Nickel, should support
fla a ilit sta da d UL HB , onnector should be IEC 61076-
2-103, should have IP 40 Class Protection.
54 Shielded RJ-45 Plug
Connector
Shielded RJ-45 Plug should be suitable for Shielded Twisted Pair
Cable, should support 4 twisted pair, Should be capable of
Terminate 24-26 AWG stranded wires, wiring scheme
T568A/T568B, should Fit with Cat5E and Cat6 UTP cables, should
be a RoHS Compliant, Housing should be made from
polycarbonate, 94V-2, transparent color, Contact terminal should
be made from phosphor bronze, Contact should be gold plated
with minimum 50 micro inch over 50 inch nickel plating, It should
be capable to operate in between -40°C to 80°C temperature or
higher range, Cable to plug tensile strength should be minimum
7.7 kegs
55 2 pole Speak ON cable
Connector
2 pole Speak ON cable connector should support minimum
Current rating 40 A continuous, 50 A audio signal with 50% duty
cycle, should made from High impact materials, should include
"Quick Lock functionality for precise locking, should have strain
RFP of Interior work of Bhamashah Technical Hub,
Jhalana Institutional Area, Jaipur (After Pre-bid)
Page 130 of 230
Sr No Equipment Specification
relief, chuck of minimum support from 6 to 10 mm cable
O.D.should ha e o ta t esista e < Ω, Diele t i st e gth should be 4 kVdc Peak, Insulation resistance should not exceed 1
GΩ, ‘ated u e t pe o ta t should suppo t A ‘M“ continuous, audio signal Rated current per contact should be
minimum 50 A, Rated voltage should be 250 V, contacts should be
made from Brass (CuZn39Pb3) & Locking element should be made
from Zinc diecast (ZnAl4Cu1), Flammability rating should be UL 94
HB & should comply with IEC 68-2-20 standard.
56 15 Pin D-sub solder type
Connector
15 Pin D-sub solder type connector with metal dust cover & the
Dust Cover should have minimum 10mm cable entrance Suitable
for HD15, connector should have gold plated, copper alloy pins,
contact Material should be made from Brass, should be a
thermoplastic (UL94/V-0) flame retardant insulator, should have
minimum 2 Cable Clamp & Screw Retainer, Should be a RoHS
Compliant.
57 9 Pin D-sub solder type
Connector
9 Pin D-sub solder type connector, with metal dust cover & the
Dust Cover should have minimum 10mm cable entrance Suitable
for DB9, connector should have gold plated, copper alloy pins,
contact Material should be made from Brass, should be a
thermoplastic (UL94/V-0) flame retardant insulator, should have
minimum 2 Cable Clamp & Screw Retainer. Should be a RoHS
Compliant.
58 Standard Projector
ceiling mount Mounting
Accessory
This shall be a Standard Projector ceiling mount. Shall be a
universal mount, It should Compatible with all popular projector,
It should not exceed max 9.2 lbs of weight & should have 44lbs
minimum load handling capacity, should have 2 different lengths
of extension arms, should allow adjust & fix the Different
possitions,when Projector fitted to the Arms lamp and filter
should be accessible easily for the maintenance, The mount
should be capable to fit in to all popular projector base (any
shaped), it should allow to rotate projector @ 360 degrees,
minimum +/- 20 degrees Tilt and Roll for the projector should be
possible, the Hight should be capable of adjusting as Required per
site condition, it should have free cable routing & management
channel to hide cables,
59 Wall Mount Type LED
Display Mount Mounting
Accessory ” – ” size plasma/LCD unit for 50 kg
capacity
This shall be a Wall Mount Type LED Display Mount. shall be Fast
and easy installation Fixed Mount, It shall not Exceed 33.5mm
from the wall, Sliding lateral on-wall adjustment should be
possible, It should consist of all applicable mounting hardware kit,
it must contain Locking bars for security, wall mount should allow
– size plas a/LCD u it i stalls i La ds ape positio s,
RFP of Interior work of Bhamashah Technical Hub,
Jhalana Institutional Area, Jaipur (After Pre-bid)
Page 131 of 230
Sr No Equipment Specification
Load Handling capacity should be minimum 50kg (110 lbs.) or
more, Gross weight of mount should not exceed 13.4 lbs..
60 Ceiling Mounting
Accessory for 37 to 60"
plasma/LCD unit for 50 kg
capacity
This shall be a Ceiling Mount Type LED Display Mount. Type shall
be Fast and easy installation Fixed Mount, It shall not Exceed
33.5mm from the wall, Sliding lateral on-wall adjustment should
be possible, It should consist of all applicable mounting hardware
kit, it must contain Locking bars for security, wall mount should
allo – size plas a/LCD u it i stalls i La ds ape positions, Load Handling capacity should be minimum 50kg (110
lbs.) or more, Gross weight of mount should not exceed 13.4 lbs..
61 Video wall Mounting
Accessory for 37 to 55"
plasma/LCD unit for 50 kg
capacity
This shall be a Video Wall Landscape Mounting System. Shall be a
compatible for 37 to 55" This shall be possible to place multiple
mounts side-by-side to create maximum angle. The bracket shall
have built-In Retractable mechanism shall be fully adjustable &
capable of pulling out the displays for servicing purpose. This shall
have capacity to hold 50 Kg or more weight.
62 Wall mount Mounting
Accessory ” – ” size plasma/LCD unit for 50 kg
capacity
This shall be a Wall Mount Type LED Display Mount. shall be Fast
and easy installation Fixed Mount, It shall not Exceed 33.5mm
from the wall, Sliding lateral on-wall adjustment should be
possible, It should consist of all applicable mounting hardware kit,
it must contain Locking bars for security, wall mount should allow
– size plas a/LCD u it i stalls i La ds ape positio s, Load Handling capacity should be minimum 50kg (110 lbs.) or
more, Gross weight of mount should not exceed 13.4 lbs..
63 Wall Mount Type LED
Mounting Accessory for
plasma / LCD for 85 kg
capacity
This shall be a Wall Mount Type LED Display Mount. shall be Fast
and easy install at, It should consist of all applicable mounting
hardware kit, it must contain Locking bars for security, wall mount
should allow 70- size plas a/LCD u it i stalls i La ds ape positions, Load Handling capacity shall be minimum 85 kg or
greater This shall adequate 23 cm display distance from wall. Max
Hole pattern shall not exceed 600 x 400mm.
64 Wall Mount Type LED
Display Mount Mounting
Accessory
This shall be a Wall Mount Type LED Display Mount. shall be Fast
and easy install at, It should consist of all applicable mounting
hardware kit, it must contain Locking bars for security, wall mount
should allo size plas a/LCD u it i stalls i La ds ape positions, Load Handling capacity shall be minimum 85 kg or
greater This shall adequate 23 cm display distance from wall. Max
Hole pattern shall not exceed 600 x 400mm.
65 Customized Mounting
Accessory
This Would Be A customized Mount To be Required For 360
degree Projection Multiple Projector mounting. To be considered
Lumpsum & at the time of Installation final bracket top be
designed as per the Interior.
RFP of Interior work of Bhamashah Technical Hub,
Jhalana Institutional Area, Jaipur (After Pre-bid)
Page 132 of 230
Sr No Equipment Specification
66 VMS System Visitor Management system shall be with windows based backend
server shall be installed in the & Shall be manageable &
Monitored overall Host notification of visitor Arrival & Exit. This
shall support External Touch Kiosk, Tablet & Computer. This shall
be possible To integrate with outlook. Or through the Proprietary
medium. It Shall support MY SQL/MS SQL/PostgreSQL database.
Basic Rates for Items
S.No. Name of Items Basic Rates
1. Rosalia Marble / Travertine (silver) cladding Rs 350/- per Sq.Ft
2. Sandstone Rs 200/- per Sq.Ft
3. Italian Marble Botticino and Black/Nero Marquina Rs 225/- per Sq.Ft
4. Onyx stone Rs 1000/- per Sq.Ft
5. Cermaic tiles Rs 65/- per Sq.Ft
6. Vitrified tiles Rs 95/- per Sq.Ft
7. Fabric used for paneling Rs 135/- per Sq.Ft
8. Acoustic laminate flooring Rs 220/- per Sq.Ft
9. Buddha Motif with platform Rs 2,50,000 /-
10. Black granite Rs 180/- per Sq.Ft
11. Wallpaper Rs 125/- per Sq.Ft
12. Texture Point Rs 150/- per Sq.Ft
13. Veneer Rs 125/- per Sq.Ft
14. Corian Rs 1050/- per Sq.Ft
RFP of Interior work of Bhamashah Technical Hub,
Jhalana Institutional Area, Jaipur (After Pre-bid)
Page 133 of 230
ANNEXURE-2: BILL OF QUANTITY (BOQ)
Sl.No. Item Description Quantity Units
1 2 3 4
1 Ceiling
2 Supply & Installation of Baffle Ceiling with varying width baffles, (Wooden
textures)
1. The baffles shall be made up of Rigid PVC coated GI sheet. These baffle planks
shall be bent through CNC to have dimensions as 120X50mm OR 80X40mm as
pe the DoIT&C s app o al. 2. Center to Center distance shall be as per design.
3. Specifications (Finish and component details):
1. CEILING Baffle tile: minimum 0.7 mm thick rigid PVC coated GI sheet.
2. Carrier made of 0.60 mm GI, powder coated to matching baffle color or black
as directed by the architect. Ceiling to have arrangement to fix, hang and lock
the baffles of required sizes and at required intervals. the size of punched carrier
would be 35x20x35mm bent channel with holes for suspension and Installation
secondary channel.
3. The baffles top edge will have a flange of 5mm to fix in the carrier profile.
4. Mother C Channel: minimum 1.0 mm Thick GI Sheet with Laser cut profiles.
5. Suspension: The carriers would be placed at every 1200mm (maximum) and
suspended by means of a secondary angle, channel fixed to the carrier at every
900 to 1200 mm and this secondary member in turn would be suspended by
8mm rod fixed to the slab by means of a 8 mm diameter, dash fastener.
6. Top Clamp: 1.0 mm Thick GI Sheet for holding the threaded rod.
7. End Cap: minimum 0.7 mm thick GI end cap similar to main ceiling baffle.
8. Finish: Rigid PVC coated sheet.
9. Color: As per approval
10. Entire structure will be in powder coated MS.
11. Metal Strip where baffle planks will be hanged should be sleek & sturdy.
117.65 Sqmt.
3 Supply & Installation of Rigid PVC coated Baffle False ceiling (with uniform width
baffle) :
The specifications shall remain same except for the width of the baffle. The
Baffle shall have either
of these two dimensions mentioned Below
4 Dimension 1 :- 120X50mm 300 Sqmt.
RFP of Interior work of Bhamashah Technical Hub,
Jhalana Institutional Area, Jaipur (After Pre-bid)
Page 134 of 230
Sl.No. Item Description Quantity Units
1 2 3 4
5 Dimension 2 :- 80X40mm. 375 Sqmt.
6 Supply & Installation of Calcium silicate Ceiling
1. Plain Calcium Silicate Acoustic Boards for false ceiling with 08mm Approx.
thick, with underside Structure of suspended grid formed of GI perimeter
channels. Wood screws and metal expansion raw plugs for Installation with wall.
Plastic emulsion paint of approved make and shade for finishing surface of
Calcium Silicate Boards.
2. General Specification of Calcium Silicate Board: this board shall be
manufactured from a mixture of Portland cement, fine silica, special cellulose
fibers and selected fillers to impart durability, toughness, fire and moisture
resistance.
3. Expansion after expose to the water for 24 Hr.: 0.12%, Noise Resistance: B38,
Water absorption by Weight: 34%, Fire resistance: BS 476 incombustible A1 Class
2033 Sqmt.
7 Supply & Installation of Wallpaper for Ceiling
1. Finish: Non-woven matt wallpaper suitable for commercial interiors.
2. Content: Eco-friendly / latex-saturated 30% recycled 70% renewable cellulose
fibers.
3. Paper thickness 325 – 375 gsm.
4. Feature: High UV resistance, durable, water repellent, recyclable.
5. Flame Resistance: Fire Rated ASTM-E84: Class A (USA) / AS3837: Class 1.
6. Feature: Washable.
7. Easily Removable in one piece with no residue.
139 Sqmt.
8 Supply & Installation of Illuminated Rigid PVC Metal Curved Baffle Ceiling
1. Baffle sides shall be of 0.6mm galvanized metal of approved powder coating
finish. Panels shall be designed to achieve shape and design as per the design
consultant with the combination of horizontal veneer front/edge, designed to
enhance visual feel, with provision for easy installation and maintenance.
2. Structure Shall be made from heavy duty powder coated modular steel frame
(minimum sheet thickness 0.8 to 1.6mm). It Shall be securely grouted from roof
with help of anchor fastener and GI self-threaded rods. It shall be formed with
the help of slotted rolled W sections (stiffener) and M section (Master) with help
of M6 cage nut and bolts.
3. Panels shall then be snap fitted individually on the grid frame work. The
panels are also hold by safety wire to ensure that these tiles do not full during
seismic vibrations.
4. The System must be RoHS Certified (From UL/Intertek) & Green guard
Compliant.
130.86 Sqmt.
RFP of Interior work of Bhamashah Technical Hub,
Jhalana Institutional Area, Jaipur (After Pre-bid)
Page 135 of 230
Sl.No. Item Description Quantity Units
1 2 3 4
9 Supply & Installation of Stretch Ceiling
The ceiling shall be supplied with demountable translucent stretch ceiling
membrane with harpoon,
corners ready to install. Membrane shall transmit 76.60% light and absorb
23.40% of light. CE
Certified & fire rated to European standards BS2D0 with long life of membrane
seam. It should not
get discolored & sag. All joints shall be provided with appropriate interface trims
to be able to
demount the ceiling to access the lights.
The ceiling must be installed using ceiling aluminum suspension system,
complete as per
a ufa tu e s i stallatio guideli es a d as pe app o ed shop d a i gs i li e with the design
intent and approval by DoIT.
The LED Modules shall be supplied with appropriate drivers and dimming
system. LED strips shall be
installed using custom aluminum extrusions to ensure longevity of the
installation. The Flexible
membrane must be ASTM E 84 class A certified, necessary test report to be
enclosed with the bid.
The ceiling shall have follo i g featu es a d p ope ties: ‐ Simple and maintenance friendly: Installed in a few hours and finished product
shall not require any
taping, spackling, or painting, and shall be easily cleanable.
Durable: The systems shall resist shocks and shall not crack with movement or
under stretch
conditions.
Safe: The membranes and profiles shall have passed the stringent fire and safety
tests.
The e a e ust ha e ee lassified as o ‐to i upo u i g. Green: Membranes must be 100% recyclable.
There should not be any welding defect on Membranes for years to come on the
perimeter edging
or in the seams.
208.27 Sqmt.
RFP of Interior work of Bhamashah Technical Hub,
Jhalana Institutional Area, Jaipur (After Pre-bid)
Page 136 of 230
Sl.No. Item Description Quantity Units
1 2 3 4
10 Supply & Installation of Wooden metal Baffles with Triangular stretched ceiling
Highlighters
The baffle specifications shall remain same as uniform baffle ceiling and the
design shall be
complemented by Stretched Ceiling.
156.78 Sqmt.
11 “uppl & I stallatio of X Desig e A ousti Metal Pla k False eili g
Factory made acoustic modular metal false ceiling of powder coated panels.
False ceiling shall comprising
of pe fo ated a d o ‐pe fo ated etal pa els X ade th ough CNC lase Cutting, bending &
punching. Panel shall be of 0.6mm galvanized metal of approved color. Panels
shall be designed to
enhance visual feel, with provision for easy installation and maintenance,
integrated lighting and
scope for integration of building services like HVAC and fire detection/ fighting
system.
As per design panel shall comprise of micro perforation for making false ceiling
acoustically sound
with fire rated acoustic fleece.
Ceiling Plank:
Plank shall be made from 0.6mm thick GI powder coated sheet of approved
shade and sizes.
It shall have Laser cut circular hole for light Installation as per defined lux
requirement and approved
layout.
Non‐pe fo ated tile slots to e pu hed to a o odate AC g ills. P ope ties: ‐ High N‘C Noise ‘edu tio Co‐effi ie t
Better Light reflectance & Fire performance.
Humidity Resistance.
344 Sqmt.
RFP of Interior work of Bhamashah Technical Hub,
Jhalana Institutional Area, Jaipur (After Pre-bid)
Page 137 of 230
Sl.No. Item Description Quantity Units
1 2 3 4
12 Supply & Installation of Perforated Metal Ceiling
Providing & Installation of Lay-i Mi o‐Pe fo ated etal eili g “ ste consisting of 600x600mm Lay in
tiles of coated galvanized steel in 0.5 mm thickness in white color with
perforation of 1.5mm dia &
open area of 22% with acoustical fleece on the back of the tile to be laid on
suitable grid systems
ith ide T ‐ se tio fla ges olo hite ha i g ota stit hi g o the Main Runner, 1200
mm & 600 mm Cross Tees.
The g id should e of ide T ‐ se tio fla ges olo hite ha i g ota stitching on all T
sections i.e. the Main Runner, 1200 mm & 600 mm Cross Tees with a web height
of 32mm and a
load carrying capacity of 13 Kgs/M2. The T Sections have a Galvanizing of 120
grams per M2 &
passed through 500 hours of Salt test.
Suspension System accessories consisting of M6 Anchor Fasteners with Vertical
Hangers made of
Galvanized steel of size 26 x 26 x 25 x 1.2mm with a Galvanized Thickness of
80gsm, A pre
Straightened Hanger wire of dia – 2.68 mm of 1.83 m length., thickness of 80gsm
and a tensile
strength of ‐ MPa, alo g ith Adjusta le hook lips of . thi k, galvanized spring steel
for 2.68 mm with a minimum pull strength of 110 kg. The adjustable clip also
consists of a 3.5 mm
aquiline wire to be used with the main runner.
146.76 Sqmt.
13 Supply & Installation of Open cell ceiling with combination of Metal Baffle and
Acoustic Fabric (as per approval of DoIT&C)
The ceiling shall be made up of wooden finish rigid PVC GI sheet and fabric
baffles,
Rigid PVC GI sheet baffles shall be bent through CNC to have dimensions as
X O‘ X as pe the DoIT&C s app o al. The trapezoidal open cell shall be created by combination of varying Center to
Center distance from 100mm to 2000mm.
Specifications (Finish and component details):
Ceiling Baffle tile: minimum 0.7 mm thick rigid PVC coated GI sheet.
Carrier made of 0.60 mm GI, powder coated to matching baffle color or black as
296 Sqmt.
RFP of Interior work of Bhamashah Technical Hub,
Jhalana Institutional Area, Jaipur (After Pre-bid)
Page 138 of 230
Sl.No. Item Description Quantity Units
1 2 3 4
directed by the DoIT. Ceiling to have arrangement to fix, hang and lock the
baffles of required sizes and at required intervals. the size of punched carrier
would be 35x20x35mm bent channel with holes for suspension and Installation
secondary channel.
The baffles top edge will have a flange of 5mm to fix in the carrier profile.
Mother C Channel: minimum 1.0 mm Thick GI Sheet with Laser cut profiles.
Suspension: The carriers would be placed at every 1200mm (maximum) and
suspended by means of a secondary angle, channel fixed to the carrier at every
900 to 1200 mm and this secondary member in turn would be suspended by
8mm rod fixed to the slab by means of a 8 mm diameter, dash fastener.
It shall have acoustic wrapped fabric fully upholstered on all side. The fabric shall
be washable and should withstand normal wear and tear for 10 years. Fabric
Make : Sprint from Camira or equivalent(shade as pe DoIT&C s app o al
Top Clamp: 1.0 mm Thick GI Sheet for holding the threaded rod.
End Cap: minimum 0.7 mm thick GI end cap similar to main ceiling baffle.
Finish: Rigid PVC coated sheet.
Color: As per approval
Entire structure will be in powder coated MS.
Metal Strip where baffle planks will be hanged should be sleek & sturdy.
14 Supply & Installation of Composite Metal and Calcium Silicate Ceiling
The ceiling planks/planes shall be a combination of powder coated minimum
0.6mm GI sheet and calcium silicate boards. For technical details please refer the
specifications given in RFP.
438.25 Sqmt.
15 Supply & Installation of Acoustic Fabric Baffles
“oft‐ oa d/MDF/Metal ased shall e apped ith A ousti fa i full upholstered on all side. The fabric shall be washable and should withstand
normal wear and tear for 10 years. Fabric Make: Sprint from Camira or
e ui ale t shade as pe DoIT&C s app o al . The eili g shall e hu g to the oof slab by means of channels and carriers made up of powder coated MS structure.
50 Sqmt.
16 Lights
17 LED Lights
RFP of Interior work of Bhamashah Technical Hub,
Jhalana Institutional Area, Jaipur (After Pre-bid)
Page 139 of 230
Sl.No. Item Description Quantity Units
1 2 3 4
18 Supply & Installation of Rectangular Lights with varying widths to complement
Baffle ceiling (as per Lux Requirement)
Te pe atu e‐ K to K
CRI >70
Power Consumption 24W to 32W
Aesthetically designed enclosures
Highly efficient constant current LED drivers
LED s life > , h s
Voltage ‐ V AC Hz.
194 Nos.
19 Supply & Installation of Round Lights (as per Lux Requirement)
Te pe atu e‐ K to K
CRI >70
Power Consumption 12W to 24W
Aesthetically designed enclosures
Highly efficient constant current LED drivers
LED s life > , h s
Voltage ‐ V AC Hz.
582 Nos.
20 Supply & Installation of Spot Lights (as per Lux Requirement)
Spot Light: Recess mounted aesthetically designed 2W LED swivel type spot light
with 20° tilting
angle for low ceiling height applications
Light source: LED
I put Voltage: AC ‐ V, / Hz
D i e T pe: Co sta t Cu e t. No ‐I teg al P.F >= .
Voltage Operating Range: 220-240V, AC,50Hz
CRI: Ra >= 80
LED Life: 30,000 BH
Accessories: With Driver
Optics: PMMA lens for better light distribution
366 Nos.
21 Supply & Installation of Cove Lights (as per Lux Requirement)
LED Strip Light:
Light source: LED
Lumen output: 840 lm/Mtr.
Light color: 3000K/6000K
Power consumption: 9.8 W/Mtr.
Voltage: 12V AC 50Hz (the power convertor to operate on 220V-240V AC, 50HZ
to be supplied additionally)
Opti s: “a d‐ lasted att fi ish efle to
Color: White
Lifetime: 40000 burning hrs. (At L70)
1042 Rmt.
22 Supply & Installation of 2'x2' LED Light Panels (as per Lux Requirement)
Te pe atu e‐ K to K
60 Nos.
RFP of Interior work of Bhamashah Technical Hub,
Jhalana Institutional Area, Jaipur (After Pre-bid)
Page 140 of 230
Sl.No. Item Description Quantity Units
1 2 3 4
CRI >70
Power Consumption 24W to 32W
Aesthetically designed enclosures
Highly efficient constant current LED drivers
Up to 80% energy saving.
LED s life > , h s @ L
Voltage ‐ V AC Hz. Thickness of fixture must not be more than 35mm.
23 Supply & Installation of Designer Hanging Lights (as per Lux Requirement)
Te pe atu e‐ K to K
Power Consumption 24W to 32W
Aesthetically designed enclosures
Up to 80% energy saving.
LED s life > , h s
Voltage ‐ V AC Hz.
189 Nos.
24 Supply & Installation of Dynamic Zone Lightings (including wiring, switches and
controllers) (as per Lux Requirement)
Intelligent, powerful, LED lighting system for architectural illumination. With
superior light performance and simple configuration. Automatic power reduction
o tu i g off the lu i ai es is possi le ia a ti e o e ‐te pe atu e p ote tio . The luminaire must be AC line powered, high brightness luminaire. The luminaire
is o t olla le ia DMX ith auto‐add essing for easy configuration. The system
is connected using a daisy chain topology, allowing easy installation to form long
run lengths. Remote Device Management (RDM) circuits are built into each
luminaire that enables extensive control and monitoring of the entire lighting
installation.
Product specifications:
Te pe atu e‐ K to K
CRI >70
Aesthetically designed enclosures
Highly efficient LED drivers
LED s life > , h s @ L
Voltage ‐ V AC Hz. Operating Temperature: Suitable for 10°C to 40°C (Indoors )
Environment: Outdoor (IP66)
Electrical specifications
RFP of Interior work of Bhamashah Technical Hub,
Jhalana Institutional Area, Jaipur (After Pre-bid)
Page 141 of 230
Sl.No. Item Description Quantity Units
1 2 3 4
I put Voltage: V ‐ V AC / Hz
Power Consumption: 12 to 32W
Po e Fa to : .
System specifications
Power: AC line
Co t ol: DMX ith auto‐add essi g, De i e ‘e otel Ma aged
Po e “uppl : Built‐i
As per following requirement along with
25 Dimming Lighting Driver (required 1 for 2 light) 234 Nos.
26 Dimming Lighting Dali Master Controller 7 Nos.
27 Supply & Installation of Designer Geometric Lights
Stretched ceiling lights i t ia gula shape of size , & o ea h side. The casing shall made up of formed powder coated metal sheet.
12 Lot.
28 Verticle Finishes
29 Supply & Installation of Modular Rigid PVC Metal Paneling (as per specs given in
RFP)
1793.87 Sqmt.
30 Supply & Installation of Modular Metal Rafters (Brown) (as per specs given in
RFP)
77.14 Sqmt.
31 Supply & Installation of Modular Printed Metal Paneling (as per specs given in
RFP)
369.61 Sqmt.
RFP of Interior work of Bhamashah Technical Hub,
Jhalana Institutional Area, Jaipur (After Pre-bid)
Page 142 of 230
Sl.No. Item Description Quantity Units
1 2 3 4
32 Supply & Installation of Modular Rigid PVC Metal Partition (as per specs given in
RFP)
226.21 Sqmt.
33 Supply & Installation of Rosalia Marble cladding (as per specs given in RFP)
842.57 Sqmt.
34 Supply & Installation of Texture Paint (as per specs given in RFP)
63.76 Sqmt.
35 Supply & Installation of Paint (as per specs given in RFP) 774.54 Sqmt.
36 Supply & Installation of Lacquered Glass (as per specs given in RFP)
64.97 Sqmt.
37 Supply & Installation of 13mm Thick Acoustic Glass (as per specs given in RFP) 62.88 Sqmt.
38 Supply & Installation of Sand Stone (as per specs given in RFP)
86.06 Sqmt.
RFP of Interior work of Bhamashah Technical Hub,
Jhalana Institutional Area, Jaipur (After Pre-bid)
Page 143 of 230
Sl.No. Item Description Quantity Units
1 2 3 4
39 Supply & Installation of Sand Stone with designer powder coated sheet metal /
Lacquered glass strips
(as per specs given in RFP)
21.01 Sqmt.
40 Supply & Installation of 12mm toughened frameless Glass Partition (as per specs
given in RFP)
134.28 Sqmt.
41 “uppl & I stallatio of Ve ti al Ga de :‐ as pe spe s gi e i ‘FP
6.7 Sqmt.
42 Supply & Installation of Laser Cut Alphabets made up of 316 grade Stainless Steel
(as per specs given in RFP)
240 Nos.
43 Supply & Installation of Modular Class A fire‐ ated fa i pa eli g
(as per specs given in RFP)
606.13 Sqmt.
44 Supply & Installation of Curved Modular Rigid PVC Metal Paneling with wooden
grains
(as per specs given in RFP)
70 Sqmt.
RFP of Interior work of Bhamashah Technical Hub,
Jhalana Institutional Area, Jaipur (After Pre-bid)
Page 144 of 230
Sl.No. Item Description Quantity Units
1 2 3 4
45 Supply & Installation of Curvilinear / Bent Glass Partition (as per specs given in
RFP)
175.84 Sqmt.
46 “uppl & I stallatio of Ba klit Pol e Alu i a T i‐H d ate Claddi g o Columns (as per specs given in RFP)
288.47 Sqmt.
47 “uppl & I stallatio of Alu i a T i‐H d ate Claddi g o alls as pe spe s given in RFP)
28 Sqmt.
48 Supply & Installation of Folding Glass Partition (as per specs given in RFP)
22 Sqmt.
49 Supply & Installation of Mirrors (as per specs given in RFP) 10.3 Sqmt.
50 Supply & Installation of Printed Lacquered Glass
(as per specs given in RFP)
6.97 Sqmt.
RFP of Interior work of Bhamashah Technical Hub,
Jhalana Institutional Area, Jaipur (After Pre-bid)
Page 145 of 230
Sl.No. Item Description Quantity Units
1 2 3 4
51 Supply & Installation of Extrusion Glass partition
(as per specs given in RFP)
54.06 Sqmt.
52 Supply & Installation of Film for Glass partition (as per specs given in RFP) 67.66 Sqmt.
53 Supply & Installation of Designer Composite Partition (as per specs given in RFP) 99.81 Sqmt.
54 Supply & Installation of Calcium silicate board partition (as per specs given in
RFP)
17.66 Sqmt.
55 Supply & Installation of ceramic tile cladding (as per specs given in RFP) 56.69 Sqmt.
56 Flooring
57 Supply & Installation of Vitrified Flooring (as per specs given in RFP) 1903.9 Sqmt.
58 Supply & Installation of Artificial Grass (as per specs given in RFP)
54 Sqmt.
59 Supply & Installation of Single Pot Plant (as per specs given in RFP) 103 Nos.
60 Supply & Installation of Acoustic Laminate
(as per specs given in RFP)
2238.39 Sqmt.
RFP of Interior work of Bhamashah Technical Hub,
Jhalana Institutional Area, Jaipur (After Pre-bid)
Page 146 of 230
Sl.No. Item Description Quantity Units
1 2 3 4
61 Supply & Installation of Combination floor (Italian Marble Botticino and
Black/Nero Marquina)
(as per specs given in RFP)
166.27 Sqmt.
62 Supply & Installation of Serving Counter with integrated Cabinets
(as per specs given in RFP)
45.91 Sqmt.
63 Supply & Installation of Acoustic Flooring Carpet
(as per specs given in RFP)
97.68 Sqmt.
64 Supply & Installation of Acoustic False Flooring with Wooden finish
(as per specs given in RFP)
104 Sqmt.
65 Supply & Installation of Information / Interactive Kiosks
(as per specs given in RFP)
28 Nos.
RFP of Interior work of Bhamashah Technical Hub,
Jhalana Institutional Area, Jaipur (After Pre-bid)
Page 147 of 230
Sl.No. Item Description Quantity Units
1 2 3 4
66 “uppl & I stallatio of Alu i a T i‐H d ate displa s ua e pedestals (as per specs given in RFP)
8 Nos.
67 Supply & Installation of 12mm Glass Railing with stainless steel (as per specs
given in RFP)
65 Rmt.
68 Supply & Installation of 7 D experience desk
(as per specs given in RFP)
1 Nos.
69 Doors
RFP of Interior work of Bhamashah Technical Hub,
Jhalana Institutional Area, Jaipur (After Pre-bid)
Page 148 of 230
Sl.No. Item Description Quantity Units
1 2 3 4
70 Supply & Installation of Sensor Operated Sliding Glass Door - 12mm thick Sliding
glass Door 1800mm wide
(as per specs given in RFP)
1 Nos.
71 Supply & Installation of 12mm thick double Door 1500mm wide
(as per specs given in RFP)
10 Nos.
72 Supply & Installation of 12mm thick single Door 1000mm wide
(as per specs given in RFP)
8 Nos.
73 Supply & Installation of Metal Door 1500mm wide
(as per specs given in RFP)
25 Nos.
74 Supply & Installation of Metal Door 1200mm wide
(as per specs given in RFP)
22 Nos.
75 Supply & Installation of Metal Door 1000mm wide
(as per specs given in RFP)
25 Nos.
76 Supply & Installation of Metal Door 900mm wide
(as per specs given in RFP)
21 Nos.
77 Supply & Installation of Metal Door 750mm wide
(as per specs given in RFP)
22 Nos.
78 Supply & Installation of Flush Door with laminate finish in Sqmt.
(as per specs given in RFP)
48 Sqmt.
RFP of Interior work of Bhamashah Technical Hub,
Jhalana Institutional Area, Jaipur (After Pre-bid)
Page 149 of 230
Sl.No. Item Description Quantity Units
1 2 3 4
79 Supply & Installation of Underdeck Insulation
(as per specs given in RFP)
650 Sqmt.
80 Loose Furniture
81 “uppl & I stallatio of Tea‐Ta le
25mm thick white table top with injection molded PU Nosing on profiled
wooden core.
Understructure with white round pipe + black base OR Chrome pipes OR Powder
coated MS pole.
(as per specs given in RFP)
12 Nos.
82 Supply & Installation of High back, 2 seater and 3 seater Sofa with White color
steel leg,
Furniture shall be designed for 2-3 people; the outer structure shall have
acoustic wrapped Fabric fully upholstered on inner and outer side.
The fabric shall be washable, appropriate for task seating and should withstand
normal wear and tear for 10 years.
Fa i ake: “p i t f o Ca i a o e ui ale t olo as pe DoIT&C s app o al
(as per specs given in RFP)
83 Supply & Installation of Sofa 3 Seater 4 Nos.
84 Supply & Installation of Sofa 2 Seater 4 Nos.
85 Supply & Installation of Sofa 1 Seater 2 Nos.
86 Supply & Installation of Center / Side Table 4 Nos.
87 Supply & Installation of Chairs (with headrest) for Conference Room, Mentors &
I esto s oo
Headrest Height and Angle Adjustment
Backrest Height Adjustment
50 Nos.
RFP of Interior work of Bhamashah Technical Hub,
Jhalana Institutional Area, Jaipur (After Pre-bid)
Page 150 of 230
Sl.No. Item Description Quantity Units
1 2 3 4
Automatic Flexible Lumbar Support
4D Armrest adjustment
“light a d Qui k a k est tilt te sio ‐ e ha is
Seat Height & Seat Slide Adjustment
Single lever control mechanism.
88 Supply & Installation of Chairs without headrest
Without Headrest Height and Angle Adjustment
Backrest Height Adjustment
Automatic Flexible Lumbar Support & 3D mesh
4D Armrest adjustment
“light a d Qui k a k est tilt te sio ‐ e ha is
Seat Height & Seat Slide Adjustment
Single lever control mechanism
300 Nos.
89 Supply & Installation of Reception Table with Back Lit Onyx Stone
Reception table shall have veneer with PU matt finish on the top and sides.
The structure shall be made up of powder coated steel / Extruded Aluminum
Alloy.
Front shall have designed Onyx stone with back lit arrangements.
(as per specs given in RFP)
1 Nos.
90 Supply & Installation of 11 seater VIP Dining Table with Chairs
The dining table shall have veneer with PU matt finish. The structure shall be
made up of veneered MDF/ply structure with matt finish.
Chairs shall be made up of solid teak wood with matt finish, with artificial leather
upholstery with appropriate cushion.
(as per specs given in RFP)
1 Nos.
RFP of Interior work of Bhamashah Technical Hub,
Jhalana Institutional Area, Jaipur (After Pre-bid)
Page 151 of 230
Sl.No. Item Description Quantity Units
1 2 3 4
91 Supply & Installation of Square Dining Table with 4 Chairs
The dining table shall have veneer with PU matt finish. The structure shall be
made up of powder coated steel.
Chairs shall be made up of solid teak wood with matt finish, with artificial leather
upholstery with
appropriate cushion.
(as per specs given in RFP)
7 Nos.
92 Supply & Installation of Round Dining Table with 4 chairs
The dining table shall have veneer with PU matt finish. The structure shall be
made up of powder coated steel. The material of construction shall remain
similar to Square dining table. Diameter should be sufficient to accommodate
four people on one table.
Chairs shall be made up of solid teak wood with matt finish, with artificial leather
upholstery with appropriate cushion.
5 Nos.
93 Supply & Installation of Pantry table with veneer top & integrated seating.
The dining table shall have veneer with PU matt finish. The structure shall be
made up of stainless steel(SS316).
Integrated seat shall be made up of solid teak wood plank with matt finish.
(as per specs given in RFP)
7 Nos.
94 Supply & Installation of Wooden Dining Table with round stools
The dining table shall have veneer with PU matt finish with height compactible
to designer bar stool.
Stool shall be made up with artificial leather upholstery with appropriate
4 Nos.
RFP of Interior work of Bhamashah Technical Hub,
Jhalana Institutional Area, Jaipur (After Pre-bid)
Page 152 of 230
Sl.No. Item Description Quantity Units
1 2 3 4
cushion.
(as per specs given in RFP)
95 Supply & Installation of Designer Corian Reception Table (Hung through Heavy
Duty cables) With Chair
The material of the desk work surface must be in continuous curvilinear shape so
as to maintain the aesthetic appeal of the design.
One side of the desk shall be supported on Complex Formed Side Leg, The
sinuous monolithic profile of the side leg & top shall be created by treating the
material to pliable temperature
Front edge shall be of Molded (same material) which gives comfort to wrist/palm
during working hours. Shape of the Edge shall have an ergonomic slant with min
50 mm in depth. This is to give a grand look and maximum comfort.
The other side of the table shall be hung from SS rods with roof slab. Thickness
of the table shall be of 100 mm throughout the L shape.
It shall have provision of Elec and Lan sockets with concealed wiring as per
requirement of DoIT&C.
1 Nos.
96 Supply & Installation of Office Desk Type 1
Open type workstation with set of 03 workstation joined together in 120
degrees. Table top shall be of 25 mm thick post laminated MDF board with
molded PU edge on the working side.
The screen shall be made of 12 mm thick frosted acrylic or fabric panel (make :
Sprint from Camira or equivalentor equivalent).
Under Structure beneath the table tops
Legs: Ergonomically designed and matching with the open office concept. The
leg is made out of specially designed aluminum extruded semi elliptical shape
section with approved finish. The extruded Aluminum profiles of 6036T6 grade.
The Extrusions shall be duly powder coated with 40+ micron over all surfaces.
The top part of leg is having die casted specially designed aluminum connector
to connect with structure.
Beam: Beam is made of heavy duty Extruded Horizontal Aluminum profiles of
6036T6 grade. The Extrusions is duly powder coated with 40+ micron over all
surfaces. The connector is aluminum die casted specially designed to connect
with structure.
Cable tray: Shall be made up of 1mm thick CRCA sheet, Cable tray is used for
running the wires between the workstations. Powder coating as per RAL shade
incompliance with IS standard (CRCA sheet: IS 513, Powder Coating ISI 01).
150 Nos.
RFP of Interior work of Bhamashah Technical Hub,
Jhalana Institutional Area, Jaipur (After Pre-bid)
Page 153 of 230
Sl.No. Item Description Quantity Units
1 2 3 4
Provision of switch socket and wire flow can be made as per requirement of
DoIT.
Accessories: Flap with provision of Switch and Socket.
97 Supply & Installation of Free Standing Pedestal (One for every single 120 degree
workstation desk)
Versatile 3-drawer office pedestal system solution shall be made up of
. ‐ C‘CA sheets ith po de oated fi ish. The drawers are meant to store stationary items like pens, calculators,
staplers,files, folders, documents etc.
It comes with sliding drawers and single lock operation along with caster wheels
fo ‐deg ee
movement.
150 Nos.
98 Supply & Installation of Office Desk Type 2
Open type workstation with set of 02 / 04 / 06 / 08 workstation joined together
in straight line (back to back). Table top shall be of 25 mm thick post laminated
MDF board with molded PU edge on the working side.
The screen shall be made of 12 mm thick frosted acrylic or fabric panel (make:
Sprint from Camira).
Under Structure beneath the table tops
Legs: Ergonomically designed and matching with the open office concept. The
leg is made out of specially designed aluminum extruded semi elliptical shape
section with approved finish. The extruded Aluminum profiles of 6036T6 grade.
The Extrusions shall be duly powder coated with 40+ micron over all surfaces.
The top part of leg is having die casted specially designed aluminum connector
to connect with structure.
Beam: Beam is made of heavy duty Extruded Horizontal Aluminum profiles of
6036T6 grade. The Extrusions is duly powder coated with 40+ micron over all
surfaces. The connector is aluminum die casted specially designed to connect
with structure.
Cable tray: Shall be made up of 1mm thick CRCA sheet, Cable tray is used for
running the wires between the workstations. Powder coating as per RAL shade
incompliance with IS standard (CRCA sheet: IS 513, Powder Coating ISI 01). with
66 Nos.
RFP of Interior work of Bhamashah Technical Hub,
Jhalana Institutional Area, Jaipur (After Pre-bid)
Page 154 of 230
Sl.No. Item Description Quantity Units
1 2 3 4
Provision of switch socket and wire flow can be made as per requirement of
DoIT.
Accessories: Flap with provision of Switch and Socket.
99 Supply & Installation of Free Standing Pedestal (One for every single 120 degree
workstation desk)
Versatile 3-drawer office pedestal system solution shall be made up of
. ‐ C‘CA sheets ith po de oated fi ish. The drawers are meant to store stationary items like pens, calculators,
staplers,files, folders, documents etc.
It comes with sliding drawers and single lock operation along with caster wheels
fo ‐deg ee
movement.
66 Nos.
100 Supply & Installation of Collaborative Meeting Table with Partition and Chair
Table shall be designed for 4 people; the outer structure shall have acoustic
wrapped Fabric fully upholstered on inner and outer side.
The ta le top at the e te shall ha e thi k a ousti la i ate ith ‐ mm thick and 25 mm in height molded urethane edge. The entire structure shall
e self‐sta di g ithout a eed of g outi g. It should e desig ed ith Ergonomics in mind.
The fabric shall be washable, appropriate for task seating and should withstand
normal wear and tear for 10 years.
Fa i ake: “p i t f o Ca i a o e ui ale t olo as pe DoIT&C s app o al
4 Nos.
101 Supply & Installation of Auditorium Chairs
These Chai s should o tai Foldi g “eat Auto tip‐up e ha is he ot i use)
90 Nos.
RFP of Interior work of Bhamashah Technical Hub,
Jhalana Institutional Area, Jaipur (After Pre-bid)
Page 155 of 230
Sl.No. Item Description Quantity Units
1 2 3 4
Push back rest
Arm rest
Writing pad
Seat and Back to be made of foam with hot pressed plywood with minimum
thickness of 12 mm covered with ABS. Covering cloth is to be Fabric. Foldable
writing pad of standard dimensions is to be provided in the armrest. Armrest is
to be made of polyurethane or plastic injection molded. Legs are to be provided
with bottom plates suitable for Installation on floor with anchor bolts and nuts.
102 Supply & Installation of Conference table for Management Meeting room.
6 Nos.
103 Supply & Installation of Collaborative Seating Stools
It shall have acoustic wrapped fabric fully upholstered on all side. The fabric shall
be washable and should withstand normal wear and tear for 10 years. Fabric
Make : “p i t f o Ca i a o e ui ale t shade as pe DoIT&C s app o al .
12 Nos.
104 Supply & Installation of Center Table for Stools 6 Nos.
105 Supply & Installation of Cabin Table
Wo k “u fa e: ‐ The ate ial of the working surface should be minimum 25 mm
thick MDF with High Pressure Laminate finish. The laminate shall be Scratch
resistant and high hardness. The MDF shall confirm to ANSI A208.2 The Laminate
shall be scratch resistant with ANSI/NEMA LD3 certification. The laminate shall
e G ee gua d e tified. This la i ate shall ha e added e efit of a e t a‐ ea surface and provide a high resistance to scuffing, and cigarette burns. The
material shall also have a skid resistant surface.
Under Structure beneath the table tops
Legs: Ergonomically designed and matching with the open office concept. The
leg is made out ofspecially designed aluminum extruded semi elliptical shape
section with approved finish. The extruded Aluminum profiles of 6036T6 grade.
The Extrusions shall be duly powder coated with 40+ micron over all surfaces.
The top part of leg is having die casted specially designed aluminum connector
to connect with structure.
Beam: Beam is made of heavy duty Extruded Horizontal Aluminum profiles of
6036T6 grade. The Extrusions is duly powder coated with 40+ micron over all
surfaces. The connector is aluminum die casted specially designed to connect
4 Nos.
RFP of Interior work of Bhamashah Technical Hub,
Jhalana Institutional Area, Jaipur (After Pre-bid)
Page 156 of 230
Sl.No. Item Description Quantity Units
1 2 3 4
with structure.
Cable tray: Shall be made up of 1mm thick CRCA sheet, Cable tray is used for
running the wires between the workstations. Powder coating as per RAL shade
incompliance with IS standard (CRCA sheet: IS 513, Powder Coating ISI 01). with
provision of switch socket and wire flow can be made as per requirement of
DoIT.
Accessories: Flap with provision of Switch and Socket.
106 Supply & Installation of Open Collaborative Meeting –
“hall e desig ed fo ‐ people, It shall ha e a ousti apped Fa i full upholstered on inner and
outer side. The table top at the center shall have 2 mm thick acoustic laminate
ith ‐ thi k a d i height olded u etha e edge. The e ti e st u tu e shall e self‐sta di g ithout a eed of g outi g. It should e designed with Ergonomics in mind. integrated power socket
under seat.
The fabric shall be washable, appropriate for task seating and should withstand
normal wear and tear for 10 years.
Fa i ake : “p i t f o Ca i a o e ui ale t olo as pe DoIT&C s app o al .
6 Nos.
107 “uppl & I stallatio of He ‐Cu e –
It shall be designed to create Open Meeting zones for Collaborative
E i o e ts. “hall e desig ed fo ‐ people, It shall ha e a ousti apped Fabric fully upholstered on inner and outer side. The table top at the center shall
ha e thi k a ousti la i ate ith ‐ thick and 25 mm in height
olded u etha e edge. The e ti e st u tu e shall e self‐sta di g ithout a need of grouting. It should be designed with Ergonomics in mind. integrated
power socket under seat.
The fabric shall be washable, appropriate for task seating and should withstand
normal wear and tear for 10 years.
Fa i ake: “p i t f o Ca i a o e ui ale t olo as pe DoIT&C s app o al
4 Nos.
RFP of Interior work of Bhamashah Technical Hub,
Jhalana Institutional Area, Jaipur (After Pre-bid)
Page 157 of 230
Sl.No. Item Description Quantity Units
1 2 3 4
108 Supply & Installation of High back Chat chair –
It shall be kept in a set of 2 for two people with sleek central table. It shall have
acoustic wrapped Fabric fully upholstered on inner and outer side. The table top
at the center shall have 2 mm thick acoustic laminate with 2 mm thick PVC edge.
The entire structure shall be made of heavy duty mild steel with powder coated
finish. It should be designed with Ergonomics in mind. integrated power socket
on center table.
The fabric shall be washable, appropriate for task seating and should withstand
normal wear and tear for 10 years.
Fabric make: Sprint from Ca i a o e ui ale t olo as pe DoIT&C s app o al .
6 Nos.
109 Supply & Installation of Round Table 4 Nos.
110 Supply & Installation of Low back chat chair –
It shall be kept in a set of 2 for two people with sleek central table. Chair shall
have rigid heavy duty castor wheels. It shall have acoustic wrapped Fabric fully
upholstered on inner and outer side. The table top at the
Center table shall have 2 mm thick acoustic laminate with 2 mm thick PVC edge.
The entire structure shall be made of heavy duty mild steel with powder coated
finish. It should be designed with Ergonomics in mind. integrated power socket
on center table.
The fabric shall be washable, appropriate for task seating and should withstand
normal wear and tear for 10 years.
Fabric make: “p i t f o Ca i a o e ui ale t olo as pe DoIT&C s app o al
12 Nos.
RFP of Interior work of Bhamashah Technical Hub,
Jhalana Institutional Area, Jaipur (After Pre-bid)
Page 158 of 230
Sl.No. Item Description Quantity Units
1 2 3 4
111 Supply & Installation of Telephone Booth 1 (Open type):-
Shall be designed for a single person, It shall have acoustic wrapped Fabric fully
upholstered on inner and outer side. The entire structure shall be self-standing
without any need of grouting. It should be designed with Ergonomics in mind.
Integrated power socket on wall. It shall Have a shelf to keep a
Laptop/Documents.
The fabric shall be washable, appropriate for task seating and should withstand
normal wear and tear for 10 years.
Fa i ake : “p i t f o Ca i a o e ui ale t olo as pe DoIT&C s app o al
Panels shall have Noise Reduction Coefficient rating of 0.6.
4 Nos.
112 Supply & Installation of Telephone Booth 2 (Enclosure)
Shall be designed for a single person, It shall have double walled perforated
Metal Cladding with Glass Door. The entire structure shall be self-standing
without any need of grouting. It should be designed with Ergonomics in mind.
Integrated power socket on wall. It shall Have a shelf to keep a
Laptop/Documents
4 Nos.
113 Supply & Installation of Wall mounted Telephone hood
7.27.1. Shall be designed for a single person, It shall have acoustic wrapped
Fabric fully upholstered on inner and outer side. The structure shall have
provision to be mounted on wall. It should be designed with Ergonomics in mind.
4 Nos.
RFP of Interior work of Bhamashah Technical Hub,
Jhalana Institutional Area, Jaipur (After Pre-bid)
Page 159 of 230
Sl.No. Item Description Quantity Units
1 2 3 4
Integrated power socket on wall. It shall have a small horizontal platform with
Urethane molded edge on the front to save water ingress.
7.27.2. The fabric shall be washable, appropriate for task seating and should
withstand normal wear and tear for 10 years.
. . . Fa i ake: “p i t f o Ca i a o e ui ale t olo as pe DoIT&C s approval).
114 Supply & Installation of Open Collaborative Conference:
Shall be designed for 6-8 people, The Partition shall have acoustic wrapped
Fabric fully upholstered on inner and outer side. It shall have a mounting option
of a TV Screen for Collaboration and proper wiring arrangement beneath the
table top. The table top shall have powder coated MDF with Bull nose edge / 2
mm thick acoustic laminate with 40-50 mm thick and 25 mm in height molded
urethane edge. The entire structure shall be self-standing without any need of
grouting. It should be designed with Ergonomics in mind. Integrated popup
power sockets on the table top.
The fabric shall be washable, appropriate for task seating and should withstand
normal wear and tear for 10 years. Fabric make : Sprint from Camira or
equivalent(color as pe DoIT&C s app o al
6 Nos.
115 Supply & Installation of Hot Seat:-
It shall be designed for a single person. It shall have acoustic wrapped Fabric fully
upholstered on inner and outer side. The table top shall have 2 mm thick
acoustic laminate with 40-50 mm thick and 25 mm in height molded urethane
edge. The entire structure shall be self-standing without any need of grouting. It
should be designed with Ergonomics in mind. Integrated power sockets under
the seat. The fabric shall be washable, appropriate for task seating and should
12 Nos.
RFP of Interior work of Bhamashah Technical Hub,
Jhalana Institutional Area, Jaipur (After Pre-bid)
Page 160 of 230
Sl.No. Item Description Quantity Units
1 2 3 4
withstand normal wear and tear for 10 years.
Fa i ake: “p i t f o Ca i a o e ui ale t olo as pe DoIT&C s app o al
116 Supply & Installation of Storage:-
Flat Pack 0.6-0.8 mm thick Metal storage with hinged doors and adjustable
shelves for different file heights. All edges shall be Double leafed. The Front
shutters should have punched graphics matching to the design on the floor Area.
Storage Dimensions: 1000 mm (W) X 1200 mm (H) X 450 mm (D).
40 Nos.
117 Supply & Installation of Open Filing Cabinets:-
The open filing Structure shall be made of 3 mm Powder Coated Aluminum with
2 metal Drawers with ball bearing slides and soft close kit. The base shall be with
adjustable glider.
Dimensions: 2086 mm (W) X 300 mm (D) X 1873 (H)
3 Nos.
118 Supply & Installation of Dustbins/Recycling Units –
Recycling Unit shall be made with hinged doors and three holes for collection of
different waste. Shall be made of 0.6-0.8 mm thick Steel. All edges shall be
12 Nos.
RFP of Interior work of Bhamashah Technical Hub,
Jhalana Institutional Area, Jaipur (After Pre-bid)
Page 161 of 230
Sl.No. Item Description Quantity Units
1 2 3 4
Double leafed.
Dimension: 1000 mm (W) X 1170 mm (H) X 450 mm (D)
119 Training Tables (as per specs given in RFP) 12 Nos.
120 Supply & Installation of Stackable Training Tables
(as per specs given in RFP)
76 Nos.
121 Supply & Installation of Lobby Furniture 1:-
The furniture shall have modular design to achieve a uniform curve and hence a
circular seating combination, It shall have acoustic wrapped Fabric fully
upholstered.
The fabric shall be washable, appropriate for task seating and should withstand
normal wear and tear for 10 years.
Fa i ake : “p i t f o Ca i a o e ui ale t olo as pe DoIT&C s app o al . Base shall be pipe structure.
3 Nos.
122 Supply & Installation of Lobby Furniture 2:-
The furniture shall be designed for lobby area to accommodate 2 people at a
time.
The middle unit shall have provision for integrated power socket.
Seats shall have acoustic wrapped Fabric fully upholstered. The fabric shall be
washable, appropriate for task seating and should withstand normal wear and
tear for 10 years.
Fa i ake : “p i t f o Ca i a o e ui ale t olo as pe DoIT&C s app o al .
4 Nos.
RFP of Interior work of Bhamashah Technical Hub,
Jhalana Institutional Area, Jaipur (After Pre-bid)
Page 162 of 230
Sl.No. Item Description Quantity Units
1 2 3 4
123 Supply & Installation of Lobby Furniture 3:-
Shall be designed for 4-6 people, It shall have acoustic wrapped Fabric fully
upholstered on inner and outer side. The table top at the center shall have 2 mm
thick acoustic laminate with 40-50 mm thick and 25 mm in height molded
urethane edge. The entire structure shall be self-standing without any need of
grouting. It should be designed with Ergonomics & acoustics in mind. integrated
power socket under seat.
The fabric shall be washable, appropriate for task seating and should withstand
normal wear and tear for 10 years.
Fa i ake : “p i t f o Ca i a o e ui ale t olo as pe DoIT&C s app o al
4 Nos.
124 Supply & Installation of Training Chairs:-
Mesh for back,
Cushioned seat
Aluminum alloy frame,
Without writing board.
88 Nos.
125 Free Standing Modular Cabins
126 Supply & Installation of Modular Metal Cabins
4 Nos.
127 Sleep Pods
RFP of Interior work of Bhamashah Technical Hub,
Jhalana Institutional Area, Jaipur (After Pre-bid)
Page 163 of 230
Sl.No. Item Description Quantity Units
1 2 3 4
128 Supply & Installation of Sleep Pods
20 Nos.
129 Gym Equipment
130 Supply & Installation of Cross Trainer 1 Nos.
131 Supply & Installation of Rowers 1 Nos.
132 Supply & Installation of Power Vibrators 1 Nos.
133 Supply & Installation of Exercise Bikes 1 Nos.
134 Supply & Installation of Cross Fits 1 Set
135 Supply & Installation of Dumbells Plates 1 Lot
136 Supply & Installation of Treadmill 2 Nos.
137 Miscelleneous
138 Supply & Installation of Vintage Car 1 Nos.
139 Supply & Installation of Vintage Tyre 3 Nos.
140 Supply & Installation of Saxophone 2 Nos.
141 Supply & Installation of Keyboard guitar dummy 2 Nos.
142 Supply & Installation of Venetion Blinds 521 Sqmt.
143 Supply & Installation of Cycle 1 Nos.
144 Supply & Installation of Vintage Alloy Rims 1 Nos.
145 Supply & Installation of Acrylic Display Unit outer side of Kitchen Area
11.15 Sqmt.
146 Supply & Installation of Raceways for Conference and meeting rooms having the
sizes
450mm X 50mm,
300mm X 50mm,
200mm X 50mm,
100mm X 50mm.
150 Sqmt.
147 Supply & Installation of Buddha Motif with Platform & Waterbody (as per the
specs given in RFP)
1 Nos.
RFP of Interior work of Bhamashah Technical Hub,
Jhalana Institutional Area, Jaipur (After Pre-bid)
Page 164 of 230
Sl.No. Item Description Quantity Units
1 2 3 4
148 Head end AV system
149 VIDEO SYSTEM
150 Supply Installation Testing and Commissioning of 70" Interactive Display 1 Nos.
151 Supply Installation Testing and Commissioning of Server PC For Digital Signage &
Meeting Room Scheduling Management
1 Nos.
152 Supply Installation Testing and Commissioning of Digital Signage Server Software 1 Nos.
153 Supply Installation Testing and Commissioning of Digital Signage Player 1 Nos.
154 Visitor Management System
155 Supply Installation Testing and Commissioning of Visitor Management System 1 Nos.
156 HARDWARE & MOUNTING ACCESSORIES
157 Supply Installation Testing and Commissioning of 24U Equipment Rack 1 Nos.
158 Supply Installation Testing and Commissioning of 55" Videowall Bracket 1 Nos.
159 CABLE & CONNECTORS
160 Stilt floor
161 Supply Installation Testing and Commissioning of Various AV Standard Cables &
AV Specialized Connectors
1 Nos.
162 Supply Installation Testing and Commissioning of Digital Signage Server Software 1 Nos.
163 Supply Installation Testing and Commissioning of Digital Signage Player 1 Nos.
164 VIDEO SYSTEM
165 Supply Installation Testing and Commissioning of LED Videowall 2.5 mm pitch (10
sq meter)
1 Nos.
166 Supply Installation Testing and Commissioning of Digital Signage Player +
Software License
1 Nos.
167 Supply Installation Testing and Commissioning of Digital Signage Server Software 1 Nos.
168 Supply Installation Testing and Commissioning of Digital Signage Player 1 Nos.
169 VISITOR MANAGEMENT SYSTEM
170 Supply Installation Testing and Commissioning of Visitor Management System 1 Nos.
171 HARDWARE & MOUNTING ACCESSORIES
172 Supply Installation Testing and Commissioning of 24U Equipment Rack 1 Nos.
173 Supply Installation Testing and Commissioning of 55" Videowall Bracket 1 Nos.
174 CALES & CONNECTORS
175 Supply Installation Testing and Commissioning of Various AV Standard Cables &
AV Specialized Connectors as required for Stilt floor
1 job
176 1st Floor AV Systems
177 VIDEO SYSTEM
RFP of Interior work of Bhamashah Technical Hub,
Jhalana Institutional Area, Jaipur (After Pre-bid)
Page 165 of 230
Sl.No. Item Description Quantity Units
1 2 3 4
178 Supply Installation Testing and Commissioning of 55" Slim Basel Videowall
Display (3 x2)
6 Nos.
179 Supply Installation Testing and Commissioning of 49" / LED Signage Display 6 Nos.
180 Supply Installation Testing and Commissioning of Digital Signage Player +
Software License
7 Nos.
181 HARDWARE & MOUNTING ACCESSORIES
182 Supply Installation Testing and Commissioning of 49" / Display Wall Mount
Bracket
1 Nos.
183 Supply Installation Testing and Commissioning of 55" Retractable Videowall
Bracket
6 Nos.
184 Supply Installation Testing and Commissioning of 55" Display Ceiling Mount
Bracket
5 Nos.
185 CABLES & CONNECTORS
186 Supply Installation Testing and Commissioning of Various AV Standard Cables &
AV Specialized Connectors as required for first floor
1 job
187 2nd Floor AV Systems
188 for Auditorium & Reception
189 VIDEO SYSTEM
190 Supply Installation Testing and Commissioning of Laser Projector with 6,500
Lumens brightness & Contrast Ratio: 5,000:1 (dynamic, with 128 diagonal
motorized screen )
1 Nos.
191 AUDIO SYSTEM
192 Supply Installation Testing and Commissioning of 8 Channel Audio Power
Amplifier
6 Nos.
193 Supply Installation Testing and Commissioning of 6.5"/8" Ceiling Speakers 12 Nos.
194 Supply Installation Testing and Commissioning of Wall Mount Speakers 8 Nos.
195 Supply Installation Testing and Commissioning of Wireless Hand Held
Microphones
2 Nos.
196 Supply Installation Testing and Commissioning of Wireless Lapel/Headworn
Microphone
1 Nos.
197 Supply Installation Testing and Commissioning of 12/18" Gooseneck Microphone 1 Nos.
198 VIDEO CONFERENCE SYSTEM
199 Supply Installation Testing and Commissioning of PTZ Camera For Video
Conferencing
1 Nos.
200 Supply Installation Testing and Commissioning of Videoconference system with
Full HD Video Communication codec with Data Solution Software with
12xOptical zoom camera & option to upgrade 09 party full HD MCU + 09 Party
Full HD MCU “oft a e PC“‐XG
1 Nos.
201 SWITCHING , SCALING & ROUTING
202 Supply Installation Testing and Commissioning of VGA Audio HDMI -HDBT Wall
Plate
2 Nos.
RFP of Interior work of Bhamashah Technical Hub,
Jhalana Institutional Area, Jaipur (After Pre-bid)
Page 166 of 230
Sl.No. Item Description Quantity Units
1 2 3 4
203 Supply Installation Testing and Commissioning of Wireless Presentation &
Collaboration for Education, Training or Any Meeting Environment
1 Nos.
204 AUTOMATION & CONTROL SYSTEM
205 Supply Installation Testing and Commissioning of Automation Power Supply 1 Nos.
206 Supply Installation Testing and Commissioning of Automation Network
Distribution system
1 Nos.
207 Supply Installation Testing and Commissioning of Layer-3/28 Port Ethernet
Switch
1 Nos.
208 Supply Installation Testing and Commissioning of High Voltage relay Controller 1 Nos.
209 Supply Installation Testing and Commissioning of WiFi Access Point 1 Nos.
210 Supply Installation Testing and Commissioning of iPad With Wall Mount Dock 1 Nos.
211 Supply Installation Testing and Commissioning of Wall Mount Keypad with 12
Buttons
2 Nos.
212 Supply Installation Testing and Commissioning of IR Probe 2 Nos.
213 HARDWARE & MOUNTING ACCESSORIES
214 Supply Installation Testing and Commissioning of 24U Equipment Rack 1 Nos.
215 Supply Installation Testing and Commissioning of 98" Display Wall Mount
Bracket
1 Nos.
216 Supply Installation Testing and Commissioning of 70" Display Wall Mount
Bracket
1 Nos.
217 Supply Installation Testing and Commissioning of 55" " Display Wall Mount
Bracket
1 Nos.
218 CABLE & CONNECTORS
219 Supply Installation Testing and Commissioning of Various AV Standard Cables &
AV Specialized Connectors
1 Nos.
220 4th Floor AV System
221 for Large Training Rooms
222 VIDEO SYSTEM
223 Supply Installation Testing and Commissioning of Laser Projector with 6,500
Lumens brightness & Contrast Ratio: 5,000:1 (dynamic)
2 Nos.
224 Supply Installation Testing and Commissioning of 11"6" Touch Display with POE
with 3year license supports with Outlook, MS Exchange, google for apps.
2 Nos.
225 Supply Installation Testing and Commissioning of 128" Motorized Projection
screen (16:10 Aspect Ratio)
2 Nos.
226 AUDIO SYSTEM
227 Supply Installation Testing and Commissioning of Ceiling Tile Microphone 2 Nos.
228 Supply Installation Testing and Commissioning of Miniatured Ceiling Microphone 8 Nos.
229 Supply Installation Testing and Commissioning of Audio DSP With Built-In AEC
Processing
2 Nos.
230 Supply Installation Testing and Commissioning of 4 Channel Audio Power
Amplifier
2 Nos.
231 Supply Installation Testing and Commissioning of 6"/8" Wall Speakers 8 Nos.
RFP of Interior work of Bhamashah Technical Hub,
Jhalana Institutional Area, Jaipur (After Pre-bid)
Page 167 of 230
Sl.No. Item Description Quantity Units
1 2 3 4
232 SWITCHING SCALING & ROUTING
233 Supply Installation Testing and Commissioning of VGA Audio HDMI -HDBT Wall
Plate
4 Nos.
234 Supply Installation Testing and Commissioning of Wireless Presentation &
Collaboration for Education, Training or Any Meeting Environment
2 Nos.
235 Supply Installation Testing and Commissioning of All-In-One AV Presentation
System
2 Nos.
236 AUTOMATION & CONTROL SYSTEM
237 Supply Installation Testing and Commissioning of Automation Power Supply
inclusive of Automation processor
2 Nos.
238 Supply Installation Testing and Commissioning of Automation Network
Distribution system
2 Nos.
239 Supply Installation Testing and Commissioning of Layer-3/28 Port Ethernet
Switch
2 Nos.
240 Supply Installation Testing and Commissioning of WiFi Access Point 2 Nos.
241 Supply Installation Testing and Commissioning of iPad With Wall Mount Dock 2 Nos.
242 Supply Installation Testing and Commissioning of High Voltage relay Controller 2 Nos.
243 Supply Installation Testing and Commissioning of Wall Mount Keypad with 12
Buttons
2 Nos.
244 Supply Installation Testing and Commissioning of IR Probe 2 Nos.
245 HARDWARE & MOUNTING ACCESSORIES
246 Supply Installation Testing and Commissioning of Projector Ceiling Mount Kit 2 Nos.
247 Supply Installation Testing and Commissioning of 24U Equipment Rack 2 Nos.
248 CABLE & CONNECTORS
249 Supply Installation Testing and Commissioning of Various AV Standard Cables &
AV Specialized Connectors for items mentioned on fourth floor as given above
for large training room
1 job
250 Small Training Rooms
251 VIDEO SYSTEM
252 Supply Installation Testing and Commissioning of Laser Projector with 6,500
Lumens brightness & Contrast Ratio: 5,000:1 (dynamic)
2 Nos.
253 Supply Installation Testing and Commissioning of 11"6" Touch Display with POE
with 3year license supports with Outlook, MS Exchange, google for apps.
2 Nos.
254 Supply Installation Testing and Commissioning of 85" Motorized Projection
screen (16:10 Aspect Ratio)
2 Nos.
255 AUDIO SYSTEM
256 Supply Installation Testing and Commissioning of Ceiling Tile Microphone 2 Nos.
257 Supply Installation Testing and Commissioning of Miniatured Ceiling Microphone 4 Nos.
258 Supply Installation Testing and Commissioning of Audio DSP With Built-In AEC
Processing
2 Nos.
259 Supply Installation Testing and Commissioning of 4 Channel Audio Power
Amplifier
2 Nos.
RFP of Interior work of Bhamashah Technical Hub,
Jhalana Institutional Area, Jaipur (After Pre-bid)
Page 168 of 230
Sl.No. Item Description Quantity Units
1 2 3 4
260 Supply Installation Testing and Commissioning of 6"/8" Wall Speakers 8 Nos.
261 SWITCHING SCALING & ROUTING
262 Supply Installation Testing and Commissioning of VGA Audio HDMI -HDBT Wall
Plate
4 Nos.
263 Supply Installation Testing and Commissioning of Wireless Presentation &
Collaboration for Education, Training or Any Meeting Environment
2 Nos.
264 AUTOMATION & CONTROL SYSTEM
265 Supply Installation Testing and Commissioning of Automation Power Supply 2 Nos.
266 Supply Installation Testing and Commissioning of Automation Network
Distribution system
2 Nos.
267 Supply Installation Testing and Commissioning of Layer-3/28 Port Ethernet
Switch
2 Nos.
268 Supply Installation Testing and Commissioning of WiFi Access Point 2 Nos.
269 Supply Installation Testing and Commissioning of iPad With Wall Mount Dock 2 Nos.
270 Supply Installation Testing and Commissioning of High Voltage relay Controller 2 Nos.
271 Supply Installation Testing and Commissioning of Wall Mount Keypad with 12
Buttons
2 Nos.
272 Supply Installation Testing and Commissioning of IR Probe 2 Nos.
273 HARDWARE & MOUNTING ACCESSORIES
274 Supply Installation Testing and Commissioning of Projector Ceiling Mount Kit 2 Nos.
275 Supply Installation Testing and Commissioning of 24U Equipment Rack 2 Nos.
276 CABLE & CONNECTORS
277 Supply Installation Testing and Commissioning of Various AV Standard Cables &
AV Specialized Connectors for items mentioned on fourth floor as given above
for small training rooms
1 job
278 5th Floor AV Systems
279 GYM
280 VIDEO SYSTEM
281 Supply Installation Testing and Commissioning of 55" LED Signage Display 1 Nos.
282 Supply Installation Testing and Commissioning of Digital Signage Player +
Software License
1 Nos.
283 AUDIO SYSTEM
284 Supply Installation Testing and Commissioning of 6"/8" Wall Speakers 6 Nos.
285 Supply Installation Testing and Commissioning of 8" Compact Active Subwoofer 1 Nos.
286 Supply Installation Testing and Commissioning of 2 Channel Audio Power
Amplifier
1 Nos.
287 Supply Installation Testing and Commissioning of Music System Stereo Pre-
Amplifier
1 Nos.
288 Supply Installation Testing and Commissioning of Music Source with CD/USB &
SD-Card connectivity
1 Nos.
289 AUTOMATION & CONTROL SYSTEM
290 Supply Installation Testing and Commissioning of Control Processor 1 Nos.
RFP of Interior work of Bhamashah Technical Hub,
Jhalana Institutional Area, Jaipur (After Pre-bid)
Page 169 of 230
Sl.No. Item Description Quantity Units
1 2 3 4
291 Supply Installation Testing and Commissioning of iPad With Wall Mount Dock 1 Nos.
292 Supply Installation Testing and Commissioning of Wall Mount Keypad with 12
Buttons
1 Nos.
293 Supply Installation Testing and Commissioning of IR Probe 1 Nos.
294 Supply Installation Testing and Commissioning of Automation Power Supply 1 Nos.
295 HARDWARE & MOUNTING ACCESSORIES
296 Supply Installation Testing and Commissioning of 55" Display Wall Mount
Bracket
1 Nos.
297 Supply Installation Testing and Commissioning of 17U Equipment Rack 1 Nos.
298 CABLE & CONNECTORS
299 Supply Installation Testing and Commissioning of Various AV Standard Cables &
AV Specialized Connectorsfor items mentioned on fifth floor as given above
1 job
300 VIDEO SYSTEM
301 Supply Installation Testing and Commissioning of 49" / LED Signage Display 1 Nos.
302 Supply Installation Testing and Commissioning of Digital Signage Player +
Software License
1 Nos.
303 Supply Installation Testing and Commissioning of Two-way in-ceiling
loudspeaker, 6.5" LF & 1" Tweeter, 20 Watts / 100V & 16Ohm/60 Watts, 60Hz -
20KHz , White
32 Nos.
304 Supply Installation Testing and Commissioning of 100 volt, 20 Watts volume
control, White
32 Nos.
305 Supply Installation Testing and Commissioning of Music Source with CD/USB &
SD-Card connectivity
1 Nos.
306 Supply Installation Testing and Commissioning of Audio Control matrix with DSP,
12 inputs + 8 outputs for BGM Music Routing
1 Nos.
307 HARDWARE & MOUNTING ACCESSORIES
308 Supply Installation Testing and Commissioning of 49" / Display Ceiling Mount
Bracket
1 Nos.
309 Supply Installation Testing and Commissioning of 17U Equipment Rack 1 Nos.
310 CABLE & CONNECTORS
311 Supply Installation Testing and Commissioning of Various AV Standard Cables &
AV Specialized Connectors for items mentioned on fifth floor as given above for
small training rooms for video system mentioned above
1 Nos.
312 7th Floor AV Systems
313 VIDEO SYSTEM
314 Supply Installation Testing and Commissioning of 49" / Signage Display 2 Nos.
315 Supply Installation Testing and Commissioning of Digital Signage Player +
Software License
3 Nos.
316 Supply Installation Testing and Commissioning of Sprayed is a water-based
projection screen paint To Project projection content on wall surface
12 Nos.
RFP of Interior work of Bhamashah Technical Hub,
Jhalana Institutional Area, Jaipur (After Pre-bid)
Page 170 of 230
Sl.No. Item Description Quantity Units
1 2 3 4
317 Supply Installation Testing and Commissioning of Edge Blending Processing
Hardware with 4 Inputs & 44 Outputs configuration + Edge-Blending Server
Software
2 Nos.
318 Supply Installation Testing and Commissioning of Laser Projector With WUXGA
Resolution, 7000 Lumens
12 Nos.
319 AUDIO SYSTEM
320 Supply Installation Testing and Commissioning of 6.5"/8" Ceiling Speakers 8 Nos.
321 Supply Installation Testing and Commissioning of 2 Channel Audio Power
Amplifier
1 Nos.
322 AUTOMATION & CONTROL SYSTEM
323 Supply Installation Testing and Commissioning of Control Processor 1 Nos.
324 Supply Installation Testing and Commissioning of iPad With Wall Mount Dock 1 Nos.
325 Supply Installation Testing and Commissioning of Wall Mount Keypad with 12
Buttons
1 Nos.
326 Supply Installation Testing and Commissioning of IR Probe 1 Nos.
327 Supply Installation Testing and Commissioning of Automation Power Supply 1 Nos.
328 INTERACTIVE KIOSK
329 Supply Installation Testing and Commissioning of 55" Interactive Display 2 Nos.
330 Supply Installation Testing and Commissioning of Proximity & other Various
Sensors, Gesture detectors + Media Content Management based on user
selection & Gesture Interface Device
2 Nos.
331 HARDWARE & MOUNTING ACCESSORIES
332 Supply Installation Testing and Commissioning of 55" Display Ceiling Mount
Bracket
1 Nos.
333 Supply Installation Testing and Commissioning of 17U Equipment Rack 1 Nos.
334 Supply Installation Testing and Commissioning of Specialized Projector Ceiling
Mount Brackets For 360 Degree Projection Setup
42 Nos.
335 CABLE & CONNECTORS
336 Supply Installation Testing and Commissioning of Various AV Standard Cables &
AV Specialized Connector for seventh floor as given above
1 job
Note: The price should be quoted in BoQ of eProc website, according to above items details in Annexure-2:
Bill of Quantity (BoQ) of RFP.
RFP of Interior work of Bhamashah Technical Hub,
Jhalana Institutional Area, Jaipur (After Pre-bid)
Page 171 of 230
ANNEXURE-3: TENDER FORM
{To be submitted by the bidder only on his Letter Head duly signed by Auth. Sign.}
1) Addressed to:
Name of the Tendering
Authority
Technical Director
Address DoIT&C, GoR, IT Building, Yojana Bhawan Campus, Tilak Marg, C-Scheme,
Jaipur (Rajasthan)
Telephone 5103902, 2226055
Tele Fax 0141-2228701
Email [email protected]
(please mention the NIB no. in the subject)
2) Firm Details:
Name of Firm
Name of CMD of the firm with email id,
contact number
Name of Authorized Contact Person with
Designation
Registered Office Address
Address of the Firm
Year of Establishment
Type of Firm
Put Tick( ) mark
Public
Limited
Private
Limited
Partnership Proprietary
Telephone Number(s)
GST Number
PAN Card Number
Email Address
Website
Fax No.
Mobile Number
Area of Specialization
3) The requisite tender fee amounting to Rs. ________/- (Rupees <in words>) has been deposited vide
DD/BC/receipt no. _______ dated ___________.
4) The requisite DOIT&C processing fee amounting to Rs. ________/- (Rupees <in words>) has been
deposited vide DD/BC/receipt no. _______ dated ___________.
5) The requisite EMD amounting to Rs. ________/- (Rupees <in words>) has been deposited ide Ba ke s Cheque/ DD No. ___________ dated ___________.
6) We agree to abide by all the terms and conditions mentioned in this form issued by the Empanelment
Authority and also the further conditions of the said notice given in the attached sheets (all the pages of
RFP of Interior work of Bhamashah Technical Hub,
Jhalana Institutional Area, Jaipur (After Pre-bid)
Page 172 of 230
which have been signed by us in token of acceptance of the terms mentioned therein along with stamp
of the firm).
Date:
Name & Seal of the firm: ________________________
Authorized Signatory: ___________________________
RFP of Interior work of Bhamashah Technical Hub,
Jhalana Institutional Area, Jaipur (After Pre-bid)
Page 173 of 230
ANNEXURE-4: TECHNICAL BID COVERING LETTER
{To be submitted by the bidder only on his Letter Head duly signed by Auth. Sign.}
To,
The Technical Director,
Department of Information Technology & Communications (DoIT&C),
IT Building, Yojana Bhawan Campus, Tilak Marg,
C-Scheme, Jaipur-302005 (Raj).
Ref: Request for Proposal (RFP) Notification dated............... No..........
Dear Sir,
1. I/We, the undersigned bidder, Having read & examined in detail, the Bid Document, the receipt of which
is hereby duly acknowledged, I/ we, the undersigned, offer to supply/ work as mentioned in the Scope of
the work, Technical specifications, Service Level Standards & in conformity with the said bidding
document for the same.
2. I/ We hereby declare that our bid is made in good faith, without collusion or fraud and the information
contained in the bid is true and correct to the best of our knowledge and belief.
3. I/ we hereby submit our token of acceptance to all the tender terms & conditions without any deviations.
Hence, we are hereby submitting our Bid and offer to provide services to Purchaser for carrying out the
project in accordance with your RFP.
4. Until a formal contract is prepared and executed, this bid, together with your written acceptance thereof
and your notification of award shall constitute a binding Contract between us.
5. I/We agree to abide by this RFP for a period of 90 days from the closing date fixed for submission of bid
as stipulated in the RFP document.
6. I/We undertake that, in competing for (and, if the award is made to us, in executing) the above contract,
e ill st i tl o se e the la s agai st f aud a d o uptio i fo e i I dia a el P e e tio of Co uptio A t, .
7. I/ We undertake, for timely establishment of a local office in Jaipur (if the award is made to us) and within
3 months from the date of issue of LOI.
Or (strike out whichever is not applicable)
We have an existing office at Jaipur at the following address:
.......................................................................................................................
8. I/We understand that the Purchaser is not bound to accept any bid received in response to this RFP.
9. In case we are engaged by the Purchaser, we shall provide any assistance/cooperation required by
Purchaser, appointed auditing agencies (if any), state government officials and Other Stakeholders of the
RFP of Interior work of Bhamashah Technical Hub,
Jhalana Institutional Area, Jaipur (After Pre-bid)
Page 174 of 230
project for performing their duties with respect to this project. We understand that our non-cooperation
for the same shall be grounds for termination of service.
Thanking you,
Name of the Bidder: -
Authorised Signatory: -
Seal of the Organization: -
Date: Place:
RFP of Interior work of Bhamashah Technical Hub,
Jhalana Institutional Area, Jaipur (After Pre-bid)
Page 175 of 230
ANNEXURE-5: BIDDE‘ S AUTHO‘I)ATION CE‘TIFICATE
{To be submitted by the bidder only on his Letter Head duly signed by Auth. Sign.}
To,
The Technical Director,
Department of Information Technology & Communications (DoIT&C),
IT Building, Yojana Bhawan Campus, Tilak Marg,
C-Scheme, Jaipur-302005 (Raj).
I/ We {Name/ Designation} hereby declare/ certify that {Name/ Designation} is hereby authorized to sign
relevant documents on behalf of the company/ firm in dealing with NIB reference No.
______________________ dated _________. He/ She is also authorized to attend meetings & submit
technical & commercial information/ clarifications as may be required by you in the course of processing
the Bid. For the purpose of validation, his/ her verified signatures are as under.
Thanking you,
Name of the Bidder: - Verified Signature:
Authorised Signatory: -
Seal of the Organization: -
Date:
Place:
RFP of Interior work of Bhamashah Technical Hub,
Jhalana Institutional Area, Jaipur (After Pre-bid)
Page 176 of 230
ANNEXURE-6: SELF-DECLARATION
{To be submitted by the bidder only on his Letter Head duly signed by Auth. Sign.}
To,
The Technical Director,
Department of Information Technology & Communications (DoIT&C),
IT Building, Yojana Bhawan Campus, Tilak Marg,
C-Scheme, Jaipur-302005 (Raj).
In response to the NIB Ref. No. _____________________________ dated ___________ for {Project Title},
as an Owner/ Partner/ Director/ Auth. Sign. of ____________________________________, I/ We hereby
declare that presently our Company/ firm _________________, at the time of bidding,: -
a) possess the necessary professional, technical, financial and managerial resources and competence
required by the Bidding Document issued by the Procuring Entity;
b) have fulfilled my/ our obligation to pay such of the taxes payable to the Union and the State
Government or any local authority as specified in the Bidding Document;
c) is having unblemished record and is not declared ineligible for corrupt & fraudulent practices
either indefinitely or for a particular period of time by any State/ Central government/ PSU/ UT.
d) does not have any previous transgressions with any entity in India or any other country during the
last three years
e) does not have any debarment by any other procuring entity
f) isnot insolvent in receivership, bankrupt or being wound up, not have its affairs administered by a
court or a judicial officer, not have its business activities suspended and is not the subject of legal
proceedings for any of the foregoing reasons;
g) does not have, and ourdirectors and officers not have been convicted of any criminal offence
related to their professional conduct or the making of false statements or misrepresentations as
to their qualifications to enter into a procurement contract within a period of three years
preceding the commencement of the procurement process, or not have been otherwise
disqualified pursuant to debarment proceedings;
h) does not have a conflict of interest as mentioned in the bidding document which materially affects
the fair competition.
i) will comply with the code of integrity as specified in the bidding document.
If this declaration is found to be incorrect then without prejudice to any other action that may be taken as
per the provisions of the applicable Act and Rules thereto prescribed by GoR, my/ our security may be
forfeited in full and ourbid, to the extent accepted, may be cancelled.
Thanking you,
Name of the Bidder: -
Authorised Signatory: -
Seal of the Organization: -
Date:
Place:
RFP of Interior work of Bhamashah Technical Hub,
Jhalana Institutional Area, Jaipur (After Pre-bid)
Page 177 of 230
ANNEXURE-7: A LISTS OF MAKES TO BE OFFERED BY BIDDER
{To be submitted by the bidder only on his Letter Head duly signed by Auth. Sign.}
S.
No. Item Name
Offered Makes by
Bidder
1. Ceiling
2. Rigid PVC coated Baffle False ceiling (with varying widths)
3. Rigid PVC coated Baffle False ceiling (with uniform width baffle)
4. Calcium silicate Ceiling
5. Wallpaper on Calcium Board Ceiling
6. Rigid PVC Metal Curved Baffle Ceiling
7. Stretch Ceiling
8. Wooden metal Baffles with Triangular stretched ceiling Highlighters
9. X Desig e A ousti Metal Pla k False eili g
10. Perforated Metal Ceiling
11. Open cell ceiling with combination of Metal Baffle and Acoustic Fabric
12. Composite Metal and Calcium Silicate Ceiling
13. Acoustic Fabric Baffles
14. Lights
15. LED Lights:
16. Rectangular Lights with varying widths to complement Baffle ceiling
17. Round Lights
18. Spot Lights
19. Cove Lights :LED Strip Light:
20. 2'x2' LED Light Panels
21. Designer Hanging Lights
22. Dynamic Zone Lightings (including wiring, switches and controllers)
23. Designer Geometric Lights
24. Vertical Finishes (Cladding & Partitions)Modular Rigid PVC Metal Paneling:
25. Straight Metal Paneling
26. Modular Metal Rafters (Brown)
27. Modular Printed Metal Paneling
28. RosaliaMarble / Travertine (Silver) cladding
29. Texture Paint
30. Paint
31. Lacquered Glass
32. 13mm Thick Acoustic Glass
33. Sand Stone
34. Sand Stone with designer powder coated sheet metal / Lacquered
glass strips
35. Frameless Glass Partition: -
36. Vertical Garden
37. Laser Cut Alphabets made up of 316 grade Stainless Steel
RFP of Interior work of Bhamashah Technical Hub,
Jhalana Institutional Area, Jaipur (After Pre-bid)
Page 178 of 230
S.
No. Item Name
Offered Makes by
Bidder
38. Modular Class A fire-rated fabric paneling
39. Curved Modular Rigid PVC Metal Paneling with wooden grains
40. Curvilinear / Bent Glass Partition
41. Backlit Polymer Alumina Tri-Hydrate Cladding on Columns
42. Alumina Tri-Hydrate Cladding on walls
43. Folding Glass Partition
44. Mirrors
45. Printed Lacquered Glass
46. Toughened Glass Partition with Powder coated Aluminum Extrusions
47. Film for glass partitions.
48. Designer Composite partition
49. Calcium Silicate Board Partition
50. Ceramic Tile Cladding
51. Flooring
52. Vitrified Flooring
53. Artificial Grass
54. Acoustic Laminate Flooring
55. Combination floor (Italian Marble Botticino and Black/Nero Marquina)
56. Serving Counter with integrated Cabinets
57. Acoustic Carpet Flooring
58. 150mm Raised / False Floor with Acoustic Laminate in Wooden Grains
59. Informative Kiosks
60. Alumina Tri-Hydrate display square pedestals with structure of
61. 12mm Glass Railing with stainless steel
62. 7 D experience desk
63. Doors
64. Sensor Operated Sliding Glass Door
65. 12mm Glass Doors with fittings (Single / Double Doors)
66. Metal Doors (with OR without Vision Panel)
67. Flush Door with laminate finish
68. Underdeck Insulation
69. Underdeck Insulation
70. Loose Furniture
71. Laminate
72. Powder Coating
73. Aluminum Sections
74. Fabric
75. Tubes
76. Tea-Table
77. 2 seater and 3 seater Sofa
RFP of Interior work of Bhamashah Technical Hub,
Jhalana Institutional Area, Jaipur (After Pre-bid)
Page 179 of 230
S.
No. Item Name
Offered Makes by
Bidder
78. Chai s ith head est fo Co fe e e ‘oo , Me to s & I esto s room
79. Chairs without headrest
80. Reception Table with Back Lit Onyx Stone
81. 11 seater VIP Dining Table with Chairs
82. Square Dining Table with 4 Chairs
83. Round Dining Table with 4 chairs
84. Pantry table with veneer top & integrated seating
85. Wooden Dining Table with round stools
86. Designer Corian Reception Table (Hung through Heavy Duty cables)
With Chair
87. Office Desk Type 1
88. Free Standing Pedestal (One for every single 120 degree workstation
desk)
89. Office Desk Type 2
90. Free Standing Side Runner (One for every linear workstation)
91. Collaborative Meeting Table with Partition and Chair
92. Auditorium Chairs
93. Conference table
94. Collaborative Seating Stools
95. Cabin Table
96. Open Collaborative Meeting
97. Hex-Cube
98. High back Chat chair
99. Low back chat chair
100. Telephone Booth 1 (Open type)
101. Telephone Booth 2 (Enclosure)
102. Wall mounted Telephone hood
103. Open Collaborative Conference
104. Hot Seat
105. Storage
106. Open Filing Cabinets
107. Dustbins/Recycling Units
108. Training Tables
109. Stackable Training Tables
110. Lobby Furniture 1
111. Lobby Furniture 2
112. Lobby Furniture 3
113. Training Chairs
114. Modular Cabins
115. Modular Cabins
RFP of Interior work of Bhamashah Technical Hub,
Jhalana Institutional Area, Jaipur (After Pre-bid)
Page 180 of 230
S.
No. Item Name
Offered Makes by
Bidder
116. Rest Pods and gym equipments
117. Rest Pods
118. Gym Equipment
119. Cross Trainer
120. Rowers
121. Power Vibrators
122. Exercise Bikes
123. Cross Fits
124. Dumbells Plates
125. Tread Mill
126. Decorative Items
127. Acrylic Display Unit outer side of Kitchen Area
128. Raceways for Conference and meeting rooms
129. Buddha Motif with Platform& Waterbody
130. Audio Visual Items
131. LED Videowall , Controller & Processor
132. Projector
133. LCD Displays
134. Interactive Displays
135. Signage Software
136. Audio System
137. VC System
138. Rack system
139. LCD panel mounting brackets
140. A/V Cables & Connectors
141. VC System
142. Edge Blending software
RFP of Interior work of Bhamashah Technical Hub,
Jhalana Institutional Area, Jaipur (After Pre-bid)
Page 181 of 230
ANNEXURE-8: FINANCIAL BID COVER LETTER & FORMAT
{To be submitted by the bidder only on his Letter Head duly signed by Auth. Sign.}
COVER LETTER
To,
The Technical Director,
Department of Information Technology & Communications (DoIT&C),
IT Building, Yojana Bhawan Campus, Tilak Marg,
C-Scheme, Jaipur-302005 (Raj).
Reference: NIB No. : ___________________________________ Dated: __________
Dear Sir,
We, the undersigned bidder, Having read & examined in detail, the Bidding Document, the receipt of which
is hereby duly acknowledged, I/ we, the undersigned, offer to supply/ work as mentioned in the Scope of
the work, Bill of Material, Technical specifications, Service Level Standards & in conformity with the said
bidding document for the same.
I / We undertake that the prices are in conformity with the specifications prescribed. The quote/ price are
inclusive of all cost likely to be incurred for executing this work. The prices are inclusive of all type of govt.
taxes/duties.
I / We undertake, if our bid is accepted, to deliver the goods in accordance with the delivery schedule
specified in the schedule of Requirements.
I/ We hereby declare that in case the contract is awarded to us, we shall submit the contract performance
guarantee as prescribed in the bidding document.
I / We agree to abide by this bid for a period of 90 days after the last date fixed for bid submission and it
shall remain binding upon us and may be accepted at any time before the expiry of that period.
Until a formal contract is prepared and executed, this bid, together with your written acceptance thereof
and your notification of award shall constitute a binding Contract between us.
I/ We hereby declare that our bid is made in good faith, without collusion or fraud and the information
contained in the bid is true and correct to the best of our knowledge and belief.
We understand that you are not bound to accept the lowest or any bid you may receive.
We agree to all the terms & conditions as mentioned in the bidding document and submit that we have not
submitted any deviations in this regard.
Date:
Authorized Signatory
Name:
Designation:
RFP of Interior work of Bhamashah Technical Hub,
Jhalana Institutional Area, Jaipur (After Pre-bid)
Page 182 of 230
Financial Bid Format
{To be submitted by the bidder only in BoQ format (.XLS) available at e-Procurement portal}
Sl.
No.
Item
Description
Quantity Units Unit
Price
GST
In
Rs.
P
Unit Rate
With GST in
Rs.
Total
Amount With
GST in Rs.
TOTAL
AMOUNT In
Words
1 2 3 4 5 6 7=5+6 8=7x3 9=8
Note: The price should be quoted in BoQ of eProc website, according to above items details in Annexure-2:
Bill of Quantity (BoQ) of RFP.
RFP of Interior work of Bhamashah Technical Hub,
Jhalana Institutional Area, Jaipur
Page 183 of 230
ANNEXURE-9: BANK GUARANTEE FORMAT
{To e su itted the idde s a k o l if a k gua a tee su issio is allo ed i this iddi g document}
BANK GUARANTEE FORMAT – BID SECURITY
(To be stamped in accordance with Stamp Act and to be issued by a Nationalised/ Scheduled bank having
its branch at Jaipur and payable at par at Jaipur, Rajasthan)
To,
The Technical Director,
Department of Information Technology & Communications (DoIT&C),
IT Building, Yojana Bhawan Campus, Tilak Marg,
C-Scheme, Jaipur-302005 (Raj).
Sir,
1. In accordance with your Notice Inviting Bid for <please specify the project title> vide NIB reference no.
<Please specify> M/s. …………………………….. Name & full address of the firm) (Hereinafter called the
Bidde he e su its the Ba k Gua a tee to pa ti ipate i the said p o u e e t/ iddi g p o ess as mentioned in the bidding document.
It is a condition in the bidding documents that the Bidder has to deposit Bid Security amounting to <Rs.
______________ (Rupees <in words>)> in respect to the NIB Ref. No. _______________ dated
_________ issued by DoIT&C, IT Building, Yojana Bhawan Campus, Tilak Marg, C-Scheme, Jaipur,
Rajasthan (hereinafter referred to as DoIT&C a Ba k Gua a tee f o a Natio alised Ba k/ Scheduled Commercial Bank having its branch at Jaipur irrevocable and operative till the bid validity
date (i.e. <please specify> days from the date of submission of bid). It may be extended if required in
concurrence with the bid validity.
And whereas the Bidder desires to furnish a Bank Guarantee for a sum of <Rs. ______________ (Rupees
<in words>)> to the DoIT&C as bid security deposit.
2. No , the efo e, e the ……………………………….…… Ba k , a ody corporate constituted under the
Banking Companies (Acquisition and Transfer of Undertaking) Act. 1969 (delete, if not applicable) and
a h Offi e at…………………... he ei afte efe ed to as the Gua a to do he e u de take a d ag ee to pay forthwith on demand in writing by the DoIT&C of the said guaranteed amount without any
demur, reservation or recourse.
3. We, the aforesaid bank, further agree that the DoIT&C shall be the sole judge of and as to whether the
Bidder has committed any breach or breaches of any of the terms costs, charges and expenses caused
to or suffered by or that may be caused to or suffered by the DoIT&C on account thereof to the extent
of the Bid security required to be deposited by the Bidder in respect of the said bidding document and
the decision of the DoIT&C that the Bidder has committed such breach or breaches and as to the amount
or amounts of loss, damage, costs, charges and expenses caused to or suffered by or that may be caused
to or suffered by the DoIT&C shall be final and binding on us.
RFP of Interior work of Bhamashah Technical Hub,
Jhalana Institutional Area, Jaipur (After Pre-bid)
Page 184 of 230
4. We, the said Bank further agree that the Guarantee herein contained shall remain in full force and effect
until it is released by the DoIT&C and it is further declared that it shall not be necessary for the DoIT&C
to proceed against the Bidder before proceeding against the Bank and the Guarantee herein contained
shall be invoked against the Bank, notwithstanding any security which the DoIT&C may have obtained
or shall be obtained from the Bidder at any time when proceedings are taken against the Bank for
whatever amount that may be outstanding or unrealized under the Guarantee.
5. Any notice by way of demand or otherwise hereunder may be sent by special courier, telex, fax,
registered post or other electronic media to our address, as aforesaid and if sent by post, it shall be
deemed to have been given to us after the expiry of 48 hours when the same has been posted.
6. If it is necessary to extend this guarantee on account of any reason whatsoever, we undertake to extend
the period of this guarantee on the request of our constituent under intimation to you.
7. The right of the DoIT&C to recover the said amount of <Rs. ______________ (Rupees <in words>)> from
us in manner aforesaid will not be precluded/ affected, even if, disputes have been raised by the said
M/s. ……….……………… Bidde a d/ o dispute o disputes a e pe di g efo e a ou t, autho it , officer, tribunal, arbitrator(s) etc..
8. Notwithstanding anything stated above, our liability under this guarantee shall be restricted to <Rs.
______________ (Rupees <in words>)> and our guarantee shall remain in force till bid validity period
i.e. <please specify> days from the last date of bid submission and unless a demand or claim under the
guarantee is made on us in writing within three months after the Bid validity date, all your rights under
the guarantee shall be forfeited and we shall be relieved and discharged from all liability thereunder.
9. This guarantee shall be governed by and construed in accordance with the Indian Laws and we hereby
submit to the exclusive jurisdiction of courts of Justice in India for the purpose of any suit or action or
other proceedings arising out of this guarantee or the subject matter hereof brought by you may not
be enforced in or by such count.
10. We hereby confirm that we have the power/s to issue this Guarantee in your favour under the
Memorandum and Articles of Association/ Constitution of our bank and the undersigned is/are the
recipient of authority by express delegation of power/s and has/have full power/s to execute this
guarantee under the Power of Attorney issued by the bank in your favour.
Date ………………… “ig atu e ………………………………………. Pla e ………………… P i ted Na e …………………………………. Desig atio …………………………………… Ba k s o o seal ………………………….
In presence of:
WTTNESS (with full name, designation, address & official seal, if any)
……………………………………… ………………………………………
RFP of Interior work of Bhamashah Technical Hub,
Jhalana Institutional Area, Jaipur (After Pre-bid)
Page 185 of 230
……………………………………… ………………………………………
Bank Details
Name & address of Bank:
Name of contact person of Bank:
Contact telephone number:
GUIDELINES FOR SUBMISSION OF BANK GUARANTEE
The Bank Guarantee shall fulfil the following conditions in the absence of which they cannot be considered
valid: -
1. Bank Guarantee shall be executed on non- judicial stamp paper of applicable value purchased in the
name of the bank.
2. Two persons should sign as witnesses mentioning their full name, designation, address and office seal
(if any).
3. The Executor (Bank Authorities) may mention the power of attorney No. and date of execution in his/
her favour authorizing him/ her to sign the document. The Power of Attorney to be witnessed by two
persons mentioning their full name and address.
4. The Bank Guarantee should be executed by a Nationalised Bank/ Scheduled Commercial Bank only.
5. Non – Judicial stamp paper shall be used within 6 months from the date of Purchase of the same. Bank
Guarantee executed on the non-judicial stamp paper after 6 (six) months of the purchase of such stamp
paper shall be treated as non-valid.
6. The contents of Bank Guarantee shall be strictly as per format prescribed by DoIT&C.
7. Each page of Bank Guarantee shall bear signature and seal of the Bank and B.G. number.
8. All corrections, deletions etc. in the Bank Guarantee should be authenticated by signature of Bank
Officials signing the Bank Guarantee.
9. Bank should separately send through registered post/courier a certified copy of Bank Guarantee,
mentioning Bid reference, Bid title and bidder name, directly to the Purchaser at the following address:
BANK GUARANTEE FORMAT – PERFORMANCE SECURITY (PBG)
(To be stamped in accordance with Stamp Act and on a Stamp Paper purchased from Rajasthan State only
and to be issued by a Nationalised/ Scheduled bank having its branch at Jaipur and payable at par at Jaipur,
Rajasthan)
To,
The Technical Director,
Department of Information Technology & Communications (DoIT&C),
IT Building, Yojana Bhawan Campus, Tilak Marg,
C-Scheme, Jaipur-302005 (Raj).
1. In consideration of the Department of IT&C, Govt. of Rajasthan (hereinafter called "DoIT&C") having
agreed to exempt M/s ..........................(hereinafter called "the said Contractor(s)" from the demand,
under the terms and conditions of an Work Order / Letter of Intent (LoI) No...................................dated
.....................made between the DoIT&C and .......................(Contractor) for the work ................. of
Performance security for the due fulfilment by the said Contractor (s) of the terms and conditions
RFP of Interior work of Bhamashah Technical Hub,
Jhalana Institutional Area, Jaipur (After Pre-bid)
Page 186 of 230
contained in the said work order, on production of a Bank Guarantee for Rs...................(Rupees
........................................only), we ...................(indicate the name of the Bank), (hereinafter referred to
as "the Bank") at the request of ..................Contractor(s) do hereby undertake to pay to the DoIT&C an
amount not exceeding Rs...................(Rupees..................................only) on demand.
2. We................. (Indicate the name of Bank), do hereby undertake to pay Rs....................
(Rupees............................only), the amounts due and payable under this guarantee without any demur
or delay, merely on a demand from the DoIT&C. Any such demand made on the bank by the DoIT&C
shall be conclusive as regards the amount due and payable by the Bank under this guarantee. The Bank
Guarantee shall be completely at the disposal of the DoIT&C and us....................... (Indicate the name of
Bank), bound ourselves with all directions given by DoIT&C regarding this Bank Guarantee. However, our
liability under this guarantee shall be restricted to an amount not exceeding Rs......................
(Rupees....................only).
3. We.......................(indicate the name of Bank), undertake to pay to the DoIT&C any money so demanded
notwithstanding any dispute or disputes raised by the contractor(s) in any suit or proceeding pending
before any Court or Tribunal or Arbitrator etc. relating thereto, our liability under these presents being
absolute, unequivocal and unconditional.
4. We.....................(indicate the name of Bank) further agree that the performance guarantee herein
contained shall remain in full force and effective up to <DATE> and that it shall continue to be
enforceable for above specified period till all the dues of DoIT&C under or by virtue of the said
Agreement have been fully paid and its claims satisfied or discharged or till the DoIT&C certifies that the
terms and conditions of the said Agreement have been fully and properly carried out by the said
Contractor(s) and accordingly discharges this guarantee.
5. We ...........................(indicate the name of Bank) further agree with the DoIT&C that the DoIT&C shall
have the fullest liberty without our consent and without affecting in any manner our obligations
hereunder to vary any of the terms and conditions of the said work order or to extend time of
performance by the said Contractor(s) from time to time or to postpone for any time or from time to
time any of the powers exercisable by the DoIT&C against the said Contractor(s) and to forbear or
enforce any of the terms and conditions relating to the said work order and we shall not be relieved
from our liability by reason of any such variation, or extension being granted to the said Contractor(s) or
for any forbearance, act or omission on the part of the DoIT&C or any indulgence by the DoIT&C to the
said Contractor(s) or by any such matter or thing whatsoever which would but for this provision, have
effect of so relieving us.
6. The liability of............................. (Indicate the name of Bank), under this guarantee will not be discharged
due to the change in the constitution of the Bank or the contractor(s).
7. We.............................. (Indicate the name of Bank), lastly undertake not to revoke this guarantee except
with the previous consent of the DoIT&C in writing.
RFP of Interior work of Bhamashah Technical Hub,
Jhalana Institutional Area, Jaipur (After Pre-bid)
Page 187 of 230
8. This performance Guarantee shall remain valid and in full effect, until it is decided to be discharged by
the DoIT&C. Notwithstanding anything mentioned above, our liability against this guarantee is restricted
to Rs........................... (Rupees..............................only).
9. It shall not be necessary for the DoIT&C to proceed against the contractor before proceeding against the
Bank and the guarantee herein contained shall be enforceable against the Bank notwithstanding any
security which the DoIT&C may have obtained or obtain from the contractor.
10. We.............................. (Indicate the name of Bank) verify that we have a branch at Jaipur, Rajasthan. We
undertake that this Bank Guarantee shall be payable at any of its branch at Jaipur, Rajasthan. If the last
day of expiry of Bank Guarantee happens to be a holiday of the Bank, the Bank Guarantee shall expire
on the close of the next working day.
11. We hereby confirm that we have the power(s) to issue this guarantee in your favour under the
memorandum and articles of Association/ constitution of our bank and the undersigned is/ are the
recipient of authority by express delegation of power(s) and has/have full power(s) to execute this
guarantee for the power of attorney issued by the bank.
Dated..........................day of....................For and on behalf of the <Bank> (indicate the Bank)
Signature
(Name & Designation)
Bank's Seal
The above performance Guarantee is accepted by the DoIT&C
For and on behalf of the DoIT&C
Signature
(Name & Designation)
RFP of Interior work of Bhamashah Technical Hub,
Jhalana Institutional Area, Jaipur (After Pre-bid)
Page 188 of 230
ANNEXURE-10: DRAFT AGREEMENT FORMAT
{To be mutually signed by selected bidder and procuring entity}
This Contract is made and entered into on this ______day of ________, 2017 by and between Department
of Information Technology & Communications, Govt. of Rajasthan, having its head office at IT Building
Yojana Bhawan Campus, Tilak Marg, C-Scheme, Jaipur-302005, Rajasthan (herein after referred to as
Purchaser/ DoIT&C) which term or expression, unless excluded by or repugnant to the subject or context,
shall include his successors in office and assignees on ONE PART
And
M/s__________________, a company registered under _______________ with its registered office at
_____________________ (he ei afte efe ed as the “u essful Bidde / “u essful idde hi h te or expression, unless excluded by or repugnant to the subject or context, shall include his successors in
office and assignees on the OTHER PART.
Whereas,
Purchaser is desirous of appointing an agency for <project title>as per the Scope of Work and Terms and
Conditions as set forth in the RFP document dated _________ of <NIB No _________________>.
And whereas
The successful bidder represents that it has the necessary experience for carrying out the overall work as
referred to herein and has submitted a bid and subsequent clarifications for providing the required services
against said NIB and RFP document issued in this regard, in accordance with the terms and conditions set
forth herein and any other reasonable requirements of the Purchaser from time to time.
And whereas
Purchaser has accepted the bid of successful bidder and has placed the Work Order / Letter of Intent (LoI)
vide Letter No. __________________dated _______, on which M/s__________ has given their acceptance
vide their Letter No._____________ dated ____________.
And whereas
The successful bidder has deposited a sum of Rs. ________________/- (Rupees _________________) in the
form of __________________ ref no. _________________ dated ______________ of ____________ Bank
and valid up to _____________ as performance security for the due performance of the contract.
Now it is hereby agreed to by and between both the parties as under: -
1. The NIB Ref. No. ____________________________ dated ___________ and RFP document dated
_________ issued by DoIT&C along with its enclosures/ annexures, wherever applicable, are deemed to
be taken as part of this contract and are binding on both the parties executing this contract.
2. In consideration of the payment to be made by DoIT&C to successful bidder at the rates set forth in the
work order no. ____________________ dated_________ will duly supply the said articles set forth in
ANNEXURE- : Bill of Quantity the eof a d p o ide elated services in the manner set forth in the RFP,
along with its enclosures/ annexures and Technical Bid along with subsequent clarifications submitted
by successful bidder.
RFP of Interior work of Bhamashah Technical Hub,
Jhalana Institutional Area, Jaipur (After Pre-bid)
Page 189 of 230
3. The DoIT&C do hereby agree that if successful bidder shall duly supply the said articles and provide
related services in the manner aforesaid observe and keep the said terms and conditions of the RFP and
Contract, the DoIT&C will pay or cause to be paid to successful bidder, at the time and the manner set
forth in the said conditions of the RFP, the amount payable for each and every project milestone &
deliverable. The mode of Payment will be as specified in the RFP document.
4. The timelines for the prescribed Scope of Work, requirement of services and deployment of technical
resources shall be effected from the date of work order i.e. ____________ and completed by successful
bidder within the period as specified in the RFP document.
5. In case of extension in the delivery and/ or installation period/ completion period with liquidated
damages, the recovery shall be made on the basis of following percentages of value of stores/ works
which successful bidder has failed to supply/ install/ complete: -
A Time Span of full
Stipulated period
1/4th
………..da s
1/2th
……….da s
3/4th
………..da s
Full
………..da s
B Work to be
completed in terms
of money
1/8th
‘s………..
3/8th
‘s…………
3/4th
‘s…………..
Full
‘s……………
C Compensation
payable by the
contractor for delay
attributable to the
attributable to
stage
2.5% of
Scheduled work
remained
unexecuted on
the last days of
(1/4) time span
5% of Scheduled
work remained
unexecuted on
the last day of
(1/2) time span
7.5% of
Scheduled work
remained
unexecuted on
the last days of
(3/4) span
10% of
Scheduled work
remained
unexecuted on
the last day of
Contracted Full
period
Note: In case delayed period over a particular span is split up and is jointly attributable to government and
contractor, the competent authority may reduce the compensation in proportion of delay attributable to
government over entire delayed over that span after clubbing up the split delays attributable to government
and this reduced compensation would be applicable over the entire delayed period without paying any
escalation. Following illustration is given
[i] First time span is for 6 months, delay is of 30 days which split over as under Sdays [attributable to
government] + Sdays[attributable to contractor] + Sdays[attributable to government]+ Sdays[attributable
to contractor]+ Sdays [attributable to government] ]+ Sdays[attributable to contractor]. Total delay is thus
clubbed to 15 days [attributable to government] and 15 days [attributable to contractor]. The normal
compensation of 30 days as per clause 2 of agreement is 2.5 which can be reduced as 2.5 15/301.25 over
30 days without any escalation by competent authority.
The contractor shall, further, be bound to carry out the work in accordance with the date and quantity
entered in the progress statement attached to the tender.
In case the delay in execution of work is attributable to the contractor, the span wise compensation, as laid
down in this clause shall be mandatory. However in case the slow progress in on time span is covered up
within original stipulated period then the amount of such compensation levied earlier shall be refunded.
The price escalation, if any, admissible under clause 45 of Conditions of Contract would be admissible only
RFP of Interior work of Bhamashah Technical Hub,
Jhalana Institutional Area, Jaipur (After Pre-bid)
Page 190 of 230
on s: h rates and cost of work, as would be admissible if work would have been carried out in that particular
time span. The Engineer-in-charge shall review the progress achieved in every time span, and grant stage
wise extension in case of slow progress with compensation, if the delay is attributable to contractor,
otherwise without compensation.
However, if for any special job, a time schedule has been submitted by the contractor before execution of
the agreement and it is entered in agreement as well as same has been accepted by the Engineer-in-charge
or Tendering Authority the contractor shall complete the work within the said time schedule. In the event
of the contractor failing to comply with this condition, he shall be liable to pay compensation as this clause
shall not exceed 10% of the value of the contract. While granting extension in time attributable to the
Government, reasons shall be recorded for each delay.
6. All disputes arising out of this agreement and all questions relating to the interpretation of this
agreement shall be decided as per the procedure mentioned in the RFP document.
In witness whereof the parties have caused this contract to be executed by their Authorized Signatories on
this _____day of _______________, 2017.
Signed By: Signed By:
( )
Designation:,
Company:
The Technical Director,
Department of IT&C,
Govt. of Rajasthan
In the presence of:
In the presence of:
( )
Designation:
Company:
()
Designation:
Department of IT&C,
Govt. of Rajasthan
( )
Designation:
Company:
()
Designation:
Department of IT&C,
Govt. of Rajasthan
RFP of Interior work of Bhamashah Technical Hub,
Jhalana Institutional Area, Jaipur (After Pre-bid)
Page 191 of 230
ANNEXURE-11: MEMORANDUM OF APPEAL UNDER THE RTPP ACT, 2013
Appeal No ………of ……………
Befo e the ………………………… Fi st/ “e o d Appellate Autho it
First Appellate Authority is Principal Secretary, IT&C, GoR, Jaipur
Second Appellate Authority is Secretary (Budget), Finance Department, GoR, Jaipur
1. Particulars of appellant:
a. Name of the appellant: <please specify>
b. Official address, if any: <please specify>
c. Residential address: <please specify>
2. Name and address of the respondent(s):
a. <please specify>
b. <please specify>
c. <please specify>
3. Number and date of the order appealed against and name and designation of the officer/ authority who
passed the order (enclose copy), or a statement of a decision, action or omission of the procuring entity
in contravention to the provisions of the Act by which the appellant is aggrieved: <please specify>
4. If the Appellant proposes to be represented by a representative, the name and postal address of the
representative: <please specify>
5. Number of affidavits and documents enclosed with the appeal: <please specify>
6. Grounds of appeal (supported by an affidavit): <please specify>
7. Prayer: <please specify>
Pla e ……………………………………. Date ……………………………………
RFP of Interior work of Bhamashah Technical Hub,
Jhalana Institutional Area, Jaipur (After Pre-bid)
Page 192 of 230
ANNEXURE-12: FORMAT FOR CONSORTIUM AGREEMENT
(On non-judicial stamp paper of appropriate value to be purchased in the name of executants companies or
as required by the jurisdiction in which executed)
This Co so tiu Ag ee e t e e uted o this ................ da of........................... T o Thousa d ………………. By:
M/s. ......................................................... a Company incorporated under the laws
of........................………………………........ A d ha i g its egiste ed offi e at............................... He ei afte alled the Lead Me e /Fi st Me e hi h e p essio shall i lude its su esso s ; a d
M/s. …......................................................... a Company incorporated under the laws of
.......................................………………………..... A d ha i g its egiste ed offi e at.............................. He ei afte alled the “e o d Me e hich expression shall include its successors)
The Lead Member/First Member and the Second Member shall collectively hereinafter be called as the
Co so tiu Me e s fo the pu pose of su itti g a p oposal he ei afte alled as Bid fo the o k of ………………… Na e of o k ………………………fo …………… Na e of p oje t of M/s…………………………….. to Government of Rajasthan (GoR)/ Department of Information Technology & Communications, Govt. of
‘ajastha he ei afte alled the `O e o DoIT&C , DoIT&C ei g a Co pa i corporated under the
Companies Act, 1956 having its registered office at C Block, Yojana Bhawan, Tilak Marg, C-Scheme, Jaipur,
I dia he ei afte alled the O e /Go‘/ DoIT&C i espo se to Go‘/ DoIT&C ‘e uest fo P oposal Document (hereinafter called as ‘FP Do u e t Dated………….. Fo the pu poses of su itti g the id o. ………….. ………………………….. a d e te i g i to a o t a t i ase of a a d fo the o k of ………………… Na e of o k ………………………Fo …………… Na e of p oje t of Go‘/ DoIT&C.
WHEREAS, the Owner invited ids ide its ‘FP do u e t o. …………………… fo the o k of ……………………………………………………. AND WHE‘EA“ as pe do u e t, Co so tiu ids ill also e considered by the Owner provided they meet the specific requirements in that regard.
AND WHEREAS the PQ bid is being su itted to the O e ide p oposal dated ………… ased o the Consortium Agreement being these presents and the PQ bid with its PQ bid forms and submission
documents, in accordance with the requirement of PQ document conditions and requirements have been
signed by all the partners and submitted to the Owner.
AND WHEREAS Clause ________ of RFP document stipulates that a Consortium of maximum two
companies, meeting the requirements stipulated in the RFP document may submit a Proposal signed by
Lead Member of the Consortium Members so as to legally bind all the Members of the Consortium who will
be jointly and severally liable for the performance and all obligations thereunder to GoR/DoIT&C and duly
signed Consortium Agreement shall be attached to the Proposal.
NOW THEREFORE, in consideration of the mutual covenants of the members of the Consortium, the
sufficiency whereof is hereby acknowledged and other good valuable consideration, we agree as follows:
1. We the members in the Consortium hereby confirm that the name and style of the Consortium shall
e…………….. Co so tiu .
RFP of Interior work of Bhamashah Technical Hub,
Jhalana Institutional Area, Jaipur (After Pre-bid)
Page 193 of 230
2. M/s. ...................................... shall act as Lead Member for self, and for and on behalf of M/s
…………………….. “e o d Me e a d fu the de la e a d o fi that e shall joi tl and severally be
bound unto the Owner for the successful performance of the obligations under the Request for Proposal
(RFP) and resulting Contact Agreement(s) submitted / executed by the Lead Member in the event of the
selection of Consortium. Further, the Lead Partner is authorized to incur liabilities and receive
instructions for and on behalf of any or all partners of the CONSORTIUM.
3. That M/s_____________ which is the Lead Member of the Consortium shall invest and continue to
i est …. % at least % to be invested by Lead Bidder) interest in the Consortium for the Lock in Period
as specified in the RFP document.
4. That M/s ____________, “e o d Me e shall i est a d o ti ue to i est …. % i te est of the Consortium for the Lock in Period as specified in the RFP document.
5. The composition or the constitution of the consortium shall not be altered without the prior consent of
GoR/DoIT&C.
6. The roles and responsibilities of the lead bidder and the second member of the consortium for execution
of various components/activities as defined in the RFP document shall be as under :
S.No. Project
Component/Activity
Roles & Responsibility of
Lead Bidder
Roles & Responsibility of Second
Member of Consortium
1
2
3
4
7. It is expressly agreed by the members that all members of the consortium shall be held equally
responsible for the obligations under the RFP Document, Contract and this Agreement, irrespective of
the specific roles/responsibilities undertaken by them. In case of any issue, the lead member would be
responsible for all the roles and responsible and for all the damages and penalties.
8. For the purpose of this Agreement, the RFP Document and the Contract, the Lead Partner shall be the
single point of contact for the GoR/ DoIT&C, shall have the overall responsibility of the management of
the Project and shall have single point responsibility for ensuring that all members of the consortium are
complying with the terms and conditions set out in the Contract and the RFP Document.
9. All instructions/communications from PMC to the Lead Partner shall be deemed to have been duly
provided to all the members of the consortium.
10. If GoR/ DoIT&C suffers any loss or damage on account of any breach in the stipulation of the Agreements
to be entered into by the Consortium Members, upon its selection pursuant to RFP (the "Agreements")
or any shortfall in the performance of the Transaction or in meeting the performances guaranteed as
per the RFP and the Agreements, the Consortium Members hereby jointly and severally undertake to
RFP of Interior work of Bhamashah Technical Hub,
Jhalana Institutional Area, Jaipur (After Pre-bid)
Page 194 of 230
promptly make good such loss or damages caused to GoR/ DoIT&C on its demand without any demur or
contest. The Owner shall have the right to proceed against anyone of the partners and it shall neither
be necessary nor obligatory on the part of the Owner to proceed against the Lead Partner before
proceeding against or dealing with the other Member.
11. The financial liability of the Consortium Members to the GoR/ DoIT&C, with respect to any of the claims
arising out of the performance or non-performance of obligations under the RFP and the resulting
Agreement(s) shall not be limited so as to restrict or limit the liabilities of any of the Members and the
Members shall be jointly and severally liable to GoR/DoIT&C.
12. It is expressly agreed by the Members that all the due payments shall be made by the Owner to Lead
Bidder only.
13. This Consortium agreement shall be construed and interpreted in accordance with the laws of India and
the Courts of Jaipur (Rajasthan) shall have the exclusive jurisdiction in all matters arising there under.
14. It is also hereby agreed that Lead Member shall, on behalf of the Consortium shall submit the Bid and
performance Security as specified by owner in the RFP document.
15. It is further agreed that this Consortium Agreement shall be irrevocable and shall continue to be
enforceable till the same is discharged by GoR/DoIT&C.
16. This Agreement shall come into force as of the date of signing and shall continue in full force and effect
until the complete discharge of all obligations, concerning the carrying out of the Project, which have
been taken on by the Parties under the Contract, RFP Document and under this Agreement.
17. Any other terms and conditions not in contradiction to the RFP and above mentioned terms and
conditions.
IN WITNESS WHEREOF, the Members to the Consortium agreement have through their authorised
representatives executed these presents and affixed common seal of their companies, on the day, month
and year first mentioned above.
Common Seal of ................ has been affixed in
my/our Lead Member presence pursuant to
Boa d of Di e to s esolutio dated ..............................
1) Witness
2) Witness
Fo a d o ehalf of M/s…………….. (Lead Bidder)
(Signature of authorized representative)
Name :
Designation:
RFP of Interior work of Bhamashah Technical Hub,
Jhalana Institutional Area, Jaipur (After Pre-bid)
Page 195 of 230
Common Seal of ................ has been affixed in
my/our Lead Member presence pursuant to
Boa d of Di e to s esolutio dated ..............................
1) Witness
2) Witness
Fo a d o ehalf of M/s…………….. (Second member)
(Signature of authorized representative)
Name :
Designation:
RFP of Interior work of Bhamashah Technical Hub,
Jhalana Institutional Area, Jaipur (After Pre-bid)
Page 196 of 230
ANNEXURE-13: PREFERRED MAKES
Preferred list of Makes
S.
No. Item Name Preferred Makes
143. Ceiling
144. Rigid PVC coated Baffle False ceiling
(with varying widths)
Hunter Douglas, Armstrong, Pyrotech, Durlum
145. Rigid PVC coated Baffle False ceiling
(with uniform width baffle)
Hunter Douglas, Armstrong, Pyrotech, Durlum
146. Calcium silicate Ceiling Ramco Hilux, Aerolite, Hocre Boards, Supalux
147. Wallpaper on Calcium Board Ceiling KBCC, Daffodil, Equivalent make
148. Rigid PVC Metal Curved Baffle Ceiling Pyrotech, Hunter Douglas, Armstrong
149. Stretch Ceiling Eurosil, Berrisol,
150. Wooden metal Baffles with Triangular
stretched ceiling Highlighters
Hunter Douglas, Armstrong, Pyrotech, Durlum
151. X Desig e A ousti Metal Plank
False ceiling
Hunter Douglas, Armstrong, Pyrotech, Durlum
152. Perforated Metal Ceiling Hunter Douglas, Armstrong, Pyrotech, Durlum
153. Open cell ceiling with combination of
Metal Baffle and Acoustic Fabric
Hunter Douglas, Armstrong, Pyrotech, Durlum
154. Composite Metal and Calcium Silicate
Ceiling
Hunter Douglas, Armstrong, Pyrotech, Durlum
155. Acoustic Fabric Baffles Hunter Douglas, Armstrong, Pyrotech, Durlum
156. Lights
157. LED Lights: Philips/Wipro/Osram / Jaquar
158. Rectangular Lights with varying
widths to complement Baffle ceiling
Philips/Wipro/Osram/Durlum / Jaquar
159. Round Lights Philips/Wipro/Osram/Durlum / Jaquar
160. Spot Lights Philips/Wipro/Osram/Durlum / Jaquar
161. Cove Lights :LED Strip Light: Philips/Wipro/Osram / Jaquar
162. 2'x2' LED Light Panels Philips/Wipro/Osram/Durlum / Jaquar
163. Designer Hanging Lights Philips/Wipro/Osram/Durlum / Jaquar
164. Dynamic Zone Lightings (including
wiring, switches and controllers)
Philips/Wipro/Osram / Jaquar
165. Designer Geometric Lights Philips/Wipro/Osram/Durlum / Jaquar
166. Vertical Finishes (Cladding & Partitions)Modular Rigid PVC Metal Paneling:
167. Straight Metal Paneling Pyrotech, Hunter Douglas, Armstrong
168. Modular Metal Rafters (Brown) Pyrotech, Hunter Douglas, Armstrong
169. Modular Printed Metal Paneling Pyrotech, Hunter Douglas, Armstrong
170. RosaliaMarble / Travertine (Silver)
cladding
As approved by DoIT&C
171. Texture Paint Asianpaints, Nerolac, Berger, Jotun,
172. Paint Assianpaints, Nerolac, Berger
RFP of Interior work of Bhamashah Technical Hub,
Jhalana Institutional Area, Jaipur (After Pre-bid)
Page 197 of 230
Preferred list of Makes
S.
No. Item Name Preferred Makes
173. Lacquered Glass (Asahi) AIS/Saint Gobain/Modi
174. 13mm Thick Acoustic Glass (Asahi) AIS/Saint Gobain/Modi
175. Sand Stone As approved by DoIT&C
176. Sand Stone with designer powder
coated sheet metal / Lacquered glass
strips
As approved by DoIT&C
177. Frameless Glass Partition: - AIS/Saint Gobain/Modi.
Fittings : Dorma, Hafele, Ozone, Kich
178. Vertical Garden Florafelt, As approved by DoIT&C
179. Laser Cut Alphabets made up of 316
grade Stainless Steel
SS Make : Jindal, SAIL or As approved by DoIT&C
180. Modular Class A fire-rated fabric
paneling
Pyrotech, Hunter Douglas, Armstrong
181. Curved Modular Rigid PVC Metal
Paneling with wooden grains
Pyrotech, Hunter Douglas, Armstrong
182. Curvilinear / Bent Glass Partition AIS/Saint Gobain/Modi.
Fittings : Dorma, Hafele, Ozone, Kich
183. Backlit Polymer Alumina Tri-Hydrate
Cladding on Columns
Dupont-Corian, Wilsonart, Samsung, LG
184. Alumina Tri-Hydrate Cladding on walls Dupont-Corian, Wilsonart
185. Folding Glass Partition AIS/Saint Gobain/Modi.
Fittings : Dorma, Hafele, Ozone,
186. Mirrors AIS/Saint Gobain/Modi
187. Printed Lacquered Glass AIS/Saint Gobain/Modi
188. Toughened Glass Partition with
Powder coated Aluminum Extrusions
AIS/Saint Gobain/Modi
Aluminum Sections : Jindal, Hindalco
189. Film for glass partitions. 3M, Garware
190. Designer Composite partition Pyrotech, Hunter Douglas, Armstrong
191. Calcium Silicate Board Partition Ramco Hilux, Aerolite, Hocre Boards, Supalux, Promat
192. Ceramic Tile Cladding Rak, Hr Jhonson, Kajaria, Nitco, Rajasthan digital tiles
193. Flooring
194. Vitrified Flooring Rak, Hr Jhonson, Kajaria, Nitco
195. Artificial Grass Namgrass, As approved by DoIT&C
196. Acoustic Laminate Flooring Forbo, Tarkett, Armstrong
197. Combination floor (Italian Marble
Botticino and Black/Nero Marquina)
Equivalent make Botticino / Marquina
198. Serving Counter with integrated
Cabinets
Equivalent make, Dupont-Corian, Wilsonart
199. Acoustic Carpet Flooring Forbo, Tarkett, Armstrong
200. 150mm Raised / False Floor with
Acoustic Laminate in Wooden Grains
Unitile, Hewetson/Kingspan Access Floor / Uniflair
RFP of Interior work of Bhamashah Technical Hub,
Jhalana Institutional Area, Jaipur (After Pre-bid)
Page 198 of 230
Preferred list of Makes
S.
No. Item Name Preferred Makes
201. Informative Kiosks Pyrotech, Lipidata, E-Connect
202. Alumina Tri-Hydrate display square
pedestals with structure of
Dupont-Corian, Wilsonart
203. 12mm Glass Railing with stainless
steel
AIS/Saint Gobain/Modi
204. 7 D experience desk Pyrotech, Evans, Winsted
205. Doors
206. Sensor Operated Sliding Glass Door AIS/Saint Gobain/Modi.
Fittings : Dorma, Hafele, Ozone,
207. 12mm Glass Doors with fittings
(Single / Double Doors)
AIS/Saint Gobain/Modi.
Fittings : Dorma, Hafele, Ozone,
208. Metal Doors (with OR without Vision
Panel)
Tata-Pravesh, Pyrotech, Shaktimet, MPP, GMP
209. Flush Door with laminate finish Alpro Panels, Pyrotech, Diamond Flush Doors,
Greenlamp, Century, Greenply, Kitply
210. Underdeck Insulation
211. Underdeck Insulation Aerolam, Equivalent, Supreme
212. Loose Furniture
213. Laminate Greenlam, Merino, Wilson Art, Century, Kitply
214. Powder Coating Berger, Nerocot, Jotun, Akzonobel
215. Aluminum Sections Hindalco, Jindal, As approved by DoIT&C
216. Fabric Camira, As approved by DoIT&C
217. Tubes TATA, JSW, Boruka, Global
218. Tea-Table Godrej, Pyrotech, Steel Case, Haworth, Herman Miller,
Rockworth, Dellform
219. 2 seater and 3 seater Sofa Godrej, Pyrotech, Steel Case, Haworth, Herman Miller,
Rockworth, Dellform
220. Chairs(with headrest) for Conference
‘oo , Me to s & I esto s oo
Ergohuman, Rockworth, Dellform, Godrej
221. Chairs without headrest Ergohuman, Rockworth, Dellform
222. Reception Table with Back Lit Onyx
Stone
Equivalent make Botticino / Marquina, Rockworth,
Dellform
223. 11 seater VIP Dining Table with Chairs Godrej, Pyrotech, Steelcase, Herman Miller , Rockworth,
Dellform
224. Square Dining Table with 4 Chairs Godrej, Pyrotech, Steelcase, Herman Miller, Rockworth,
Dellform
225. Round Dining Table with 4 chairs Godrej, Pyrotech, Steelcase, Herman Miller, Rockworth,
Dellform
226. Pantry table with veneer top &
integrated seating
Godrej, Pyrotech, Steelcase, Herman Miller, Rockworth,
Dellform
RFP of Interior work of Bhamashah Technical Hub,
Jhalana Institutional Area, Jaipur (After Pre-bid)
Page 199 of 230
Preferred list of Makes
S.
No. Item Name Preferred Makes
227. Wooden Dining Table with round
stools
Godrej, Pyrotech, Steelcase, Herman Miller, Rockworth,
Dellform
228. Designer Corian Reception Table
(Hung through Heavy Duty cables)
With Chair
Godrej, Pyrotech, Steel Case, Haworth, Herman Miller,
Rockworth, Dellform
229. Office Desk Type 1 Godrej, Pyrotech, Steel Case, Haworth, Herman Miller,
Rockworth, Dellform
230. Free Standing Pedestal (One for every
single 120 degree workstation desk)
Godrej, Pyrotech, Steel Case, Haworth, Herman Miller,
Rockworth, Dellform, wipro, Featherlite
231. Office Desk Type 2 Godrej, Pyrotech, Steel Case, Haworth, Herman Miller,
Rockworth, Dellform
232. Free Standing Side Runner (One for
every linear workstation)
Godrej, Pyrotech, Steel Case, Haworth, Herman Miller,
Rockworth, Dellform
233. Collaborative Meeting Table with
Partition and Chair
Godrej, Pyrotech, Steel Case, Haworth, Herman Miller,
Rockworth, Dellform
234. Auditorium Chairs Godrej, Rockworth, Dellform or As approved by DoIT&C
235. Conference table Godrej, Pyrotech, Steel Case, Haworth, Herman Miller,
Rockworth, Dellform
236. Collaborative Seating Stools Steel Case, Haworth, Herman Miller, Pyrotech,
Rockworth, Dellform
237. Cabin Table Godrej, Pyrotech, Steel Case, Haworth, Herman Miller,
Rockworth, Dellform
238. Open Collaborative Meeting Steel Case, Haworth, Herman Miller, Pyrotech ,
Rockworth, Dellform, Godrej
239. Hex-Cube Steel Case, Haworth, Herman Miller, Pyrotech,
Rockworth, Dellform
240. High back Chat chair Steel Case, Haworth, Herman Miller, Pyrotech,
Rockworth, Dellform, Godrej
241. Low back chat chair Steel Case, Haworth, Herman Miller, Pyrotech,
Rockworth, Dellform, Godrej
242. Telephone Booth 1 (Open type) Steel Case, Haworth, Herman Miller, Pyrotech,
Rockworth, Dellform
243. Telephone Booth 2 (Enclosure) Steel Case, Haworth, Herman Miller, Pyrotech,
Rockworth, Dellform
244. Wall mounted Telephone hood Steel Case, Haworth, Herman Miller, Pyrotech,
Rockworth, Dellform
245. Open Collaborative Conference Steel Case, Haworth, Herman Miller, Pyrotech,
Rockworth, Dellform
246. Hot Seat Steel Case, Haworth, Herman Miller, Pyrotech,
Rockworth, Dellform, Godrej
RFP of Interior work of Bhamashah Technical Hub,
Jhalana Institutional Area, Jaipur (After Pre-bid)
Page 200 of 230
Preferred list of Makes
S.
No. Item Name Preferred Makes
247. Storage Steel Case, Haworth, Herman Miller, Pyrotech,
Rockworth, Dellform
248. Open Filing Cabinets Steel Case, Haworth, Herman Miller, Pyrotech,
Rockworth, Dellform
249. Dustbins/Recycling Units Steel Case, Haworth, Herman Miller, Pyrotech,
Rockworth, Dellform
250. Training Tables Pyrotech, Evans, Winsted, Rockworth, Dellform
251. Stackable Training Tables Godrej, Pyrotech, Steel Case, Haworth, Herman Miller,
Rockworth, Dellform
252. Lobby Furniture 1 Steel Case, Haworth, Herman Miller, Pyrotech,
Rockworth, Dellform
253. Lobby Furniture 2 Steel Case, Haworth, Herman Miller, Pyrotech,
Rockworth, Dellform
254. Lobby Furniture 3 Steel Case, Haworth, Herman Miller, Pyrotech,
Rockworth, Dellform
255. Training Chairs Godrej, Pyrotech, Steel Case, Haworth, Herman Miller,
Rockworth, Dellform
256. Modular Cabins
257. Modular Cabins Steel Case, Haworth, Herman Miller, Pyrotech,
Rockworth, Dellform
258. Rest Pods and gym equipments
259. Rest Pods Steel Case, Haworth, Herman Miller, Pyrotech,
Rockworth, Dellform
260. Gym Equipment Powermax/Bodysolid/ Steelflex, Equivalent make
261. Cross Trainer Powermax/Bodysolid/ Steelflex, Equivalent make
262. Rowers Powermax/Bodysolid/ Steelflex, Equivalent make
263. Power Vibrators Powermax/Bodysolid/ Steelflex, Equivalent make
264. Exercise Bikes Powermax/Bodysolid/ Steelflex, Equivalent make
265. Cross Fits Powermax/Bodysolid/ Steelflex, Equivalent make
266. Dumbells Plates Powermax/Bodysolid/ Steelflex, Equivalent make
267. Tread Mill Powermax/Bodysolid/ Steelflex, Equivalent make
268. Decorative Items
269. Acrylic Display Unit outer side of
Kitchen Area
As approved by DoIT&C
270. Raceways for Conference and
meeting rooms
As approved by DoIT&C
271. Buddha Motif with Platform&
Waterbody
As approved by DoIT&C
272. Audio Visual Items
273. LED Videowall , Controller &
Processor
Barco / Delta / Mitsubishi / Panasonic
RFP of Interior work of Bhamashah Technical Hub,
Jhalana Institutional Area, Jaipur (After Pre-bid)
Page 201 of 230
Preferred list of Makes
S.
No. Item Name Preferred Makes
274. Projector Digital projection / Sony / Vivitek / Panasonic
275. LCD Displays Philips / Sony / Delta / Vivitek / Panasonic
276. Interactive Displays Philips / Sony / Delta / Vivitek / Panasonic
277. Signage Software Scala / Stratacache / One LAN
278. Audio System Shure / Apart Audio / Biamp
279. VC System Sony / Polycom / Cisco
280. Rack system Rittal /WQ/Pyrotech /Schneider /Valrack or equivalent
281. LCD panel mounting brackets Tono/Abtus/Custom
282. A/V Cables & Connectors Sommer/Kramer/Extron/Ice + Amphenol/Neutrik /
Opticis
283. VC System Kramer/Extron/Opticis/Ubiquity/Apple
284. Edge Blending software Dataton / Wallflower / Equivalent
Note: Equivalent makes after approval of DoIT&C having similar specifications / Rates / Approval of
Products as that given for particular products.
RFP of Interior work of Bhamashah Technical Hub,
Jhalana Institutional Area, Jaipur (After Pre-bid)
Page 202 of 230
ANNEXURE-14: INDICATIVE CONFIDENTIALITY AND NON DISCLOSURE AGREEMENT
This confidentiality and non-dis losu e ag ee e t Ag ee e t is ade o this _____________day of ____, 2017
BETWEEN
Department of Information Technology & Communications, Govt. of Rajasthan, having its head
office at IT Building Yojana Bhawan Campus, Tilak Marg, C-Scheme, Jaipur-302005, Rajasthan (herein after
referred to as Purchaser/ DoIT&C, which expression shall, unless repugnant to the context hereof or
excluded specifically, mean and include its successors, assigns and administrators) of the FIRST PART,
AND
Company Name, India (hereinafter referred to as Successful Bidder/ Successful bidder/System
Integrator , which expression shall, unless repugnant to the context hereof or excluded specifically, mean
and include its successors, assigns and administrators) of the SECOND PART.
WHEREAS
a. The DoIT&C wishes to appoint an agency Interior work of Bhamashah Technical Hub, Jhalana Dungri,
Jaipur. For the purpose there will be a requirement to exchange certain information related to or hosted
in Bhamashah Technical Hub, Jaipur Site which is proprietary and confidential information.
b. The DoIT&C is willing to disclose such information to only on the terms and conditions contained in this
Agreement. The SI agrees to hold the Covered Data and Information in strict confidence. SI shall not
use or disclose Covered Data and Information received from or on behalf of Government of
Rajasthan/DoIT&C except as permitted or required by the Agreement, or as otherwise authorized in
writing by DoIT&C.
NOW, THEREFORE, THE PARTIES HERETO AGREE AS FOLLOWS:
1. Definition: In this agreement unless the contest otherwise requires:
1.1. "Confidential Information" shall mean
a) any and all information concerning Data Centre (DC), Disaster Recovery (DR) Site or any other
successor,
b) any and all trade secrets or other confidential or proprietary information related and hosted in
Data Centre (DC) and Disaster Recovery (DR) Site
c) Passwords of IT/Non IT equipments of DC, user identifications, or other information that may be
used to access information systems, networking diagrams, technical specifications of IT/Non IT
equipments, policies of firewall/IDs/IPS /routers /switches and information hosted on IT
equipments in DC and Disaster Recovery (DR) Site.
1.2. Proprietary Information shall mean as technical data and other information (including but not
limited to digital data, products, substances, organisms, technology, research results or plans,
system processes, workflows, know-how, reports, descriptions, drawings, design, compositions,
strategies, trade secrets, business and financial information, and computer software) in whatever
form, which is related or hosted with Data Centre (DC)& Disaster Recovery (DR) Site and is disclosed
or delivered by the First Party to the Second Party, whether by means of written or oral disclosure
or otherwise.
2. Limitations on Use and Disclosure of Confidential and Proprietary Information
2.1. Confidential and Proprietary Information disclosed by the DoIT&C and/or other departments/PSU
RFP of Interior work of Bhamashah Technical Hub,
Jhalana Institutional Area, Jaipur (After Pre-bid)
Page 203 of 230
whose data are hosted in DC shall be used by the SI solely for the purpose of fulfilment of the
obligation and work assigned to it as per order no. _______________and shall not otherwise be
used for his benefit or otherwise. All information encountered in the performance of duties shall
be treated as confidential unless and until advised otherwise by DoIT&C or its representative.SI
shall not share, record, transmit, alter, or delete information residing/hosted in the information
systems except as required in performance of the job duties.
2.2. Confidential and Proprietary Information shall not be copied or reproduced by the SI without the
express written permission of the DoIT&C, except for such copies as may be reasonably required
for accomplishment of the purpose stated in the tender no. _________________________.
2.3. Confidential and Proprietary Information shall be disclosed only to the Director or employees of
the SI who have a 'need to know' in connection with the purpose stated above, and who
additionally agree to the nondisclosure requirements of this Agreement. Any further disclosure of
confidential and Proprietary Information by the SI shall be treated as a breach of this Agreement
by the SI.
2.4. Confidential and Proprietary Information shall not be disclosed by the SI to any third party without
the prior written consent of the First Party.
2.5. This Agreement shall not restrict disclosure or use of Confidential and Proprietary Information
which:
a. was in the public domain at the time of disclosure or thereafter enters the public domain
through no breach of this Agreement by the SI; or
b. was, at the time of receipt, otherwise known to the SI without restriction as to use or
disclosure; or
c. becomes known to the SI from a source other than the DoIT&C and/or other departments/PSU
without a breach of this Agreement by the SI; or
d. is developed independently by the SI without the use of Proprietary Information disclosed to
it hereunder; or
e. Is otherwise required to be disclosed by law.
3. Business Obligation:
3.1. During the complete contract period and even after 3 years of the expiry of the agreement, the SI
shall not
a. Disclose Confidential Information in any manner or form to any person other than its own
employees for the limited purpose stated herein, or
b. Use Confidential Information for its own benefit or for the benefit of any person or entity
other than the DoIT&C, without the prior written consent of the DoIT&C.
3.2. Whereas, the DoIT&C as a matter of policy and with a view to operate and maintain DR Site has
given order to the SI Work Order No for Interior work of Bhamashah Technical Hub, Jhalana Dungri,
Jaipur. As specified in the service level agreement (SLA).
3.3. Whereas, the DoIT&C under the circumstances referred, herein before, wants to protect itself from
any misuse of the confidential and proprietary information by the third party i.e. person or persons
(employees of SI), had entered into an agreement with the SI that the second party shall not divulge
such information either during the course of the life of this agreement or even after the expiry of
the agreement.
3.4. Whereas, the SI has agreed to fully abide by the terms of this non-disclosure agreement and it has
also been agreed by the parties that if there will be any breach or violation of the terms of
RFP of Interior work of Bhamashah Technical Hub,
Jhalana Institutional Area, Jaipur (After Pre-bid)
Page 204 of 230
agreement vis-à-vis non-disclosure clause, the SI shall not only be liable for consequential costs and
damages but in addition to that will also be liable for criminal prosecution in accordance with the
prevailing laws.
3.5. Whereas, the SI having in his possession or control any secret official code or password or digital
data or any sketch, plan, model, article, note, document or information which falls within the
purview of confidential or proprietary information, the SI shall not part with any part of such
information to anyone under any circumstances, whatsoever, without the prior approval of the
DoIT&C and if this is violated, the DoIT&C shall have the legal right to initiate civil and criminal
proceeding against it under the provisions of the relevant law.
3.6. Whereas, the DoIT&C shall have the entire control over the functioning of the SI and the SI shall
work according to the instruction of the DoIT&C and in case if this is violated by the SI in any mode
or manner, the DoIT&C shall have the legal right to initiate civil and criminal proceeding against it
under the provisions of the relevant law.
3.7. Whereas, if the SI permits any person or persons without permission of the DoIT&C to have –
a. Access or secures access to such computer, computer system or computer network which has
the connectivity with the confidential and proprietary information or;
b. Downloads, copies or extracts any data, computer data base or information from such Database
Server, Web Server, Computer System, networking equipments or Computer Network including
information or data held or stored in any removable storage medium which has the connectivity
with the confidential and proprietary information or;
c. Damages any Database Server or causes to damage any Database Server, Web Server, computer
system, computer network, data, data base or any other programmes residing in such Server,
computer system or computer network;
d. Denies or causes the denial of access to any authorized person of the DoIT&C to have access to
any computer system or computer network by any means;
Shall be liable to pay damages by way of compensation and would also be liable for criminal prosecution
in accordance with the prevailing laws.
3.8 SI shall report to DoIT&C any use or disclosure of confidential and/or proprietary information/data
not authorized by this Agreement in writing by DoIT&C. SI shall make the report to DoIT&C within not
less than one (1) business day after SI learns of such use or disclosure. SI report shall identify:
a) The nature of the unauthorized use or disclosure,
b) The confidential and/or proprietary information/data used or disclosed,
c) Who made the unauthorized use or received the unauthorized disclosure,
d) What SI has done or shall do to mitigate any deleterious effect of the unauthorized use or
disclosure, and
e) What corrective action SI has taken or shall take to prevent future similar unauthorized use or
disclosure.
SI shall provide such other information, including a written report, as reasonably requested by DoIT&C.
3.9 The SI hereby agrees and consents that temporary or permanent injunctive relief and/or an order of
specific performance may be granted in lieu of, or in addition to other available relief in any
proceeding brought by DoIT&C to enforce this Agreement, without the necessity of proof of actual
damages and without posting bond for such relief.
RFP of Interior work of Bhamashah Technical Hub,
Jhalana Institutional Area, Jaipur (After Pre-bid)
Page 205 of 230
4. Dispute Resolution:
4.1. Whereas, both the parties have agreed that in the event of any dispute or differences arising in
between the parties, the courts at Jaipur shall only have jurisdiction to adjudicate the
disputes/differences.
IN WITNESS WHERE OF the Parties here to have hereunto set their hands and seal the day and year first
above written.
Signed By: Signed By:
( )
Designation:,
Company:
The Technical Director,
Department of IT&C,
Govt. of Rajasthan
In the presence of:
In the presence of:
( )
Designation:
Company:
()
Designation:
Department of IT&C,
Govt. of Rajasthan
( )
Designation:
Company:
()
Designation:
Department of IT&C,
Govt. of Rajasthan
RFP of Interior work of Bhamashah Technical Hub,
Jhalana Institutional Area, Jaipur (After Pre-bid)
Page 206 of 230
ANNEXURE-15: DRAWINGS
2D Drawing
RFP of Interior work of Bhamashah Technical Hub,
Jhalana Institutional Area, Jaipur (After Pre-bid)
Page 207 of 230
RFP of Interior work of Bhamashah Technical Hub,
Jhalana Institutional Area, Jaipur (After Pre-bid)
Page 208 of 230
RFP of Interior work of Bhamashah Technical Hub,
Jhalana Institutional Area, Jaipur (After Pre-bid)
Page 209 of 230
RFP of Interior work of Bhamashah Technical Hub,
Jhalana Institutional Area, Jaipur (After Pre-bid)
Page 210 of 230
RFP of Interior work of Bhamashah Technical Hub,
Jhalana Institutional Area, Jaipur (After Pre-bid)
Page 211 of 230
Ground Floor
RFP of Interior work of Bhamashah Technical Hub,
Jhalana Institutional Area, Jaipur (After Pre-bid)
Page 212 of 230
RFP of Interior work of Bhamashah Technical Hub,
Jhalana Institutional Area, Jaipur (After Pre-bid)
Page 213 of 230
RFP of Interior work of Bhamashah Technical Hub,
Jhalana Institutional Area, Jaipur (After Pre-bid)
Page 214 of 230
1st Floor
RFP of Interior work of Bhamashah Technical Hub,
Jhalana Institutional Area, Jaipur (After Pre-bid)
Page 215 of 230
RFP of Interior work of Bhamashah Technical Hub,
Jhalana Institutional Area, Jaipur (After Pre-bid)
Page 216 of 230
RFP of Interior work of Bhamashah Technical Hub,
Jhalana Institutional Area, Jaipur (After Pre-bid)
Page 217 of 230
2nd Floor
RFP of Interior work of Bhamashah Technical Hub,
Jhalana Institutional Area, Jaipur (After Pre-bid)
Page 218 of 230
RFP of Interior work of Bhamashah Technical Hub,
Jhalana Institutional Area, Jaipur (After Pre-bid)
Page 219 of 230
RFP of Interior work of Bhamashah Technical Hub,
Jhalana Institutional Area, Jaipur (After Pre-bid)
Page 220 of 230
RFP of Interior work of Bhamashah Technical Hub,
Jhalana Institutional Area, Jaipur (After Pre-bid)
Page 221 of 230
RFP of Interior work of Bhamashah Technical Hub,
Jhalana Institutional Area, Jaipur (After Pre-bid)
Page 222 of 230
3rd Floor
RFP of Interior work of Bhamashah Technical Hub,
Jhalana Institutional Area, Jaipur (After Pre-bid)
Page 223 of 230
RFP of Interior work of Bhamashah Technical Hub,
Jhalana Institutional Area, Jaipur (After Pre-bid)
Page 224 of 230
7th and 8th Floor
RFP of Interior work of Bhamashah Technical Hub,
Jhalana Institutional Area, Jaipur (After Pre-bid)
Page 225 of 230
RFP of Interior work of Bhamashah Technical Hub,
Jhalana Institutional Area, Jaipur (After Pre-bid)
Page 226 of 230
RFP of Interior work of Bhamashah Technical Hub,
Jhalana Institutional Area, Jaipur (After Pre-bid)
Page 227 of 230
RFP of Interior work of Bhamashah Technical Hub,
Jhalana Institutional Area, Jaipur (After Pre-bid)
Page 228 of 230
RFP of Interior work of Bhamashah Technical Hub,
Jhalana Institutional Area, Jaipur (After Pre-bid)
Page 229 of 230
RFP of Interior work of Bhamashah Technical Hub,
Jhalana Institutional Area, Jaipur (After Pre-bid)
Page 230 of 230
Note: The missing views and others can see in the office.