rfp of interior work of bhamashah technical hub, jhalana...

225
RFP of Interior work of Bhamashah Technical Hub, Jhalana Institutional Area, Jaipur Page 1 of 225 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]

Upload: others

Post on 22-Mar-2020

29 views

Category:

Documents


1 download

TRANSCRIPT

Page 1: RFP of Interior work of Bhamashah Technical Hub, Jhalana ...risl.rajasthan.gov.in/wp-content/uploads/2017/12/RFP_Full_BTH_Interior... · RFP of Interior work of Bhamashah Technical

RFP of Interior work of Bhamashah Technical Hub,

Jhalana Institutional Area, Jaipur

Page 1 of 225

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]

Page 2: RFP of Interior work of Bhamashah Technical Hub, Jhalana ...risl.rajasthan.gov.in/wp-content/uploads/2017/12/RFP_Full_BTH_Interior... · RFP of Interior work of Bhamashah Technical

RFP of Interior work of Bhamashah Technical Hub,

Jhalana Institutional Area, Jaipur

Page 2 of 225

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

Page 3: RFP of Interior work of Bhamashah Technical Hub, Jhalana ...risl.rajasthan.gov.in/wp-content/uploads/2017/12/RFP_Full_BTH_Interior... · RFP of Interior work of Bhamashah Technical

RFP of Interior work of Bhamashah Technical Hub,

Jhalana Institutional Area, Jaipur

Page 3 of 225

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 or 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

Page 4: RFP of Interior work of Bhamashah Technical Hub, Jhalana ...risl.rajasthan.gov.in/wp-content/uploads/2017/12/RFP_Full_BTH_Interior... · RFP of Interior work of Bhamashah Technical

RFP of Interior work of Bhamashah Technical Hub,

Jhalana Institutional Area, Jaipur

Page 4 of 225

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

Page 5: RFP of Interior work of Bhamashah Technical Hub, Jhalana ...risl.rajasthan.gov.in/wp-content/uploads/2017/12/RFP_Full_BTH_Interior... · RFP of Interior work of Bhamashah Technical

RFP of Interior work of Bhamashah Technical Hub,

Jhalana Institutional Area, Jaipur

Page 5 of 225

C) VERTICAL FINISHES (CLADDING & PARTITIONS) 66

D) FLOORING 80

E) DOORS 86

F) UNDERDECK INSULATION: - 88

G) LOOSE FURNITURE 89

H) MODULAR CABINS 105

I) REST PODS 106

J) GYM EQUIPMENT 106

K) DECORATIVE ITEMS (AS PER PHOTOGRAPHS ATTACHED ACCEPTABLE TO DOIT&C) 108

L) AV SOLUTIONS 109

ANNEXURE-2: BILL OF QUANTITY (BOQ) 132

ANNEXURE-3: TENDER FORM 170

ANNEXURE-4: TECHNICAL BID COVERING LETTER 172

ANNEXURE- : BIDDE‘ S AUTHO‘I)ATION CERTIFICATE 174

ANNEXURE-6: SELF-DECLARATION 175

ANNEXURE-7: DECLARATION BY BIDDER 176

ANNEXURE-8: FINANCIAL BID COVER LETTER & FORMAT 177

ANNEXURE-9: BANK GUARANTEE FORMAT 179

ANNEXURE-10: DRAFT AGREEMENT FORMAT 184

ANNEXURE-11: MEMORANDUM OF APPEAL UNDER THE RTPP ACT, 2013 187

ANNEXURE-12: FORMAT FOR CONSORTIUM AGREEMENT 188

ANNEXURE-13: PREFERRED MAKES 192

ANNEXURE-14: INDICATIVE CONFIDENTIALITY AND NON DISCLOSURE AGREEMENT 197

ANNEXURE-15: DRAWINGS 201

2D DRAWING 201

GROUND FLOOR 206

1ST FLOOR 209

2ND FLOOR 212

3RD FLOOR 217

7TH AND 8TH

FLOOR 219

Page 6: RFP of Interior work of Bhamashah Technical Hub, Jhalana ...risl.rajasthan.gov.in/wp-content/uploads/2017/12/RFP_Full_BTH_Interior... · RFP of Interior work of Bhamashah Technical

RFP of Interior work of Bhamashah Technical Hub,

Jhalana Institutional Area, Jaipur

Page 6 of 225

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

Page 7: RFP of Interior work of Bhamashah Technical Hub, Jhalana ...risl.rajasthan.gov.in/wp-content/uploads/2017/12/RFP_Full_BTH_Interior... · RFP of Interior work of Bhamashah Technical

RFP of Interior work of Bhamashah Technical Hub,

Jhalana Institutional Area, Jaipur

Page 7 of 225

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

Page 8: RFP of Interior work of Bhamashah Technical Hub, Jhalana ...risl.rajasthan.gov.in/wp-content/uploads/2017/12/RFP_Full_BTH_Interior... · RFP of Interior work of Bhamashah Technical

RFP of Interior work of Bhamashah Technical Hub,

Jhalana Institutional Area, Jaipur

Page 8 of 225

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

Page 9: RFP of Interior work of Bhamashah Technical Hub, Jhalana ...risl.rajasthan.gov.in/wp-content/uploads/2017/12/RFP_Full_BTH_Interior... · RFP of Interior work of Bhamashah Technical

RFP of Interior work of Bhamashah Technical Hub,

Jhalana Institutional Area, Jaipur

Page 9 of 225

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

Page 10: RFP of Interior work of Bhamashah Technical Hub, Jhalana ...risl.rajasthan.gov.in/wp-content/uploads/2017/12/RFP_Full_BTH_Interior... · RFP of Interior work of Bhamashah Technical

RFP of Interior work of Bhamashah Technical Hub,

Jhalana Institutional Area, Jaipur

Page 10 of 225

Page 11: RFP of Interior work of Bhamashah Technical Hub, Jhalana ...risl.rajasthan.gov.in/wp-content/uploads/2017/12/RFP_Full_BTH_Interior... · RFP of Interior work of Bhamashah Technical

RFP of Interior work of Bhamashah Technical Hub,

Jhalana Institutional Area, Jaipur

Page 11 of 225

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.

Page 12: RFP of Interior work of Bhamashah Technical Hub, Jhalana ...risl.rajasthan.gov.in/wp-content/uploads/2017/12/RFP_Full_BTH_Interior... · RFP of Interior work of Bhamashah Technical

RFP of Interior work of Bhamashah Technical Hub,

Jhalana Institutional Area, Jaipur

Page 12 of 225

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

Page 13: RFP of Interior work of Bhamashah Technical Hub, Jhalana ...risl.rajasthan.gov.in/wp-content/uploads/2017/12/RFP_Full_BTH_Interior... · RFP of Interior work of Bhamashah Technical

RFP of Interior work of Bhamashah Technical Hub,

Jhalana Institutional Area, Jaipur

Page 13 of 225

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 Ce tifi 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

Page 14: RFP of Interior work of Bhamashah Technical Hub, Jhalana ...risl.rajasthan.gov.in/wp-content/uploads/2017/12/RFP_Full_BTH_Interior... · RFP of Interior work of Bhamashah Technical

RFP of Interior work of Bhamashah Technical Hub,

Jhalana Institutional Area, Jaipur

Page 14 of 225

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-5: 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

Page 15: RFP of Interior work of Bhamashah Technical Hub, Jhalana ...risl.rajasthan.gov.in/wp-content/uploads/2017/12/RFP_Full_BTH_Interior... · RFP of Interior work of Bhamashah Technical

RFP of Interior work of Bhamashah Technical Hub,

Jhalana Institutional Area, Jaipur

Page 15 of 225

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

Page 16: RFP of Interior work of Bhamashah Technical Hub, Jhalana ...risl.rajasthan.gov.in/wp-content/uploads/2017/12/RFP_Full_BTH_Interior... · RFP of Interior work of Bhamashah Technical

RFP of Interior work of Bhamashah Technical Hub,

Jhalana Institutional Area, Jaipur

Page 16 of 225

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.

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

v. Content for Video Walls & Interactive screens in experience zone

vi. Video Walls & Interactive screens in experience zone

vii. VC devices and PA for conference,

Page 17: RFP of Interior work of Bhamashah Technical Hub, Jhalana ...risl.rajasthan.gov.in/wp-content/uploads/2017/12/RFP_Full_BTH_Interior... · RFP of Interior work of Bhamashah Technical

RFP of Interior work of Bhamashah Technical Hub,

Jhalana Institutional Area, Jaipur

Page 17 of 225

viii. Floor raceways

ix. AV, PA system,

x. Projectors, speakers and

xi. Water proofing

xii. Major Civil work and Trenches

xiii. LAN, Electrical Conduits, Wiring, switches, sockets and Junction boxes.

xiv. Rodent repellent & pest control system and equipment.

xv. Plumbing, Sanitary and Toilets

xvi. Exterior including windows and facades

xvii. Technology, software, computers

xviii. Electrical and electronic goods not specifically mentioned in the BOQ.

xix. Kitchen and BOQ items

xx. UPS, generators, DG sets, cables, Electrical Panels, DB.

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*

Page 18: RFP of Interior work of Bhamashah Technical Hub, Jhalana ...risl.rajasthan.gov.in/wp-content/uploads/2017/12/RFP_Full_BTH_Interior... · RFP of Interior work of Bhamashah Technical

RFP of Interior work of Bhamashah Technical Hub,

Jhalana Institutional Area, Jaipur

Page 18 of 225

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.

Page 19: RFP of Interior work of Bhamashah Technical Hub, Jhalana ...risl.rajasthan.gov.in/wp-content/uploads/2017/12/RFP_Full_BTH_Interior... · RFP of Interior work of Bhamashah Technical

RFP of Interior work of Bhamashah Technical Hub,

Jhalana Institutional Area, Jaipur

Page 19 of 225

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. Declaration by Bidders 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 duly signed by 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

Page 20: RFP of Interior work of Bhamashah Technical Hub, Jhalana ...risl.rajasthan.gov.in/wp-content/uploads/2017/12/RFP_Full_BTH_Interior... · RFP of Interior work of Bhamashah Technical

RFP of Interior work of Bhamashah Technical Hub,

Jhalana Institutional Area, Jaipur

Page 20 of 225

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 he ue o de a d d aft o a k gua a tee, 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;

Page 21: RFP of Interior work of Bhamashah Technical Hub, Jhalana ...risl.rajasthan.gov.in/wp-content/uploads/2017/12/RFP_Full_BTH_Interior... · RFP of Interior work of Bhamashah Technical

RFP of Interior work of Bhamashah Technical Hub,

Jhalana Institutional Area, Jaipur

Page 21 of 225

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.

Page 22: RFP of Interior work of Bhamashah Technical Hub, Jhalana ...risl.rajasthan.gov.in/wp-content/uploads/2017/12/RFP_Full_BTH_Interior... · RFP of Interior work of Bhamashah Technical

RFP of Interior work of Bhamashah Technical Hub,

Jhalana Institutional Area, Jaipur

Page 22 of 225

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 autho it lette s, 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.

Page 23: RFP of Interior work of Bhamashah Technical Hub, Jhalana ...risl.rajasthan.gov.in/wp-content/uploads/2017/12/RFP_Full_BTH_Interior... · RFP of Interior work of Bhamashah Technical

RFP of Interior work of Bhamashah Technical Hub,

Jhalana Institutional Area, Jaipur

Page 23 of 225

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 requirements specified in the bidding document;

ii. ese atio is the setti g of li iti g o ditio s o ithholdi g f o o plete a epta e 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 information or documentation required

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

Page 24: RFP of Interior work of Bhamashah Technical Hub, Jhalana ...risl.rajasthan.gov.in/wp-content/uploads/2017/12/RFP_Full_BTH_Interior... · RFP of Interior work of Bhamashah Technical

RFP of Interior work of Bhamashah Technical Hub,

Jhalana Institutional Area, Jaipur

Page 24 of 225

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

Page 25: RFP of Interior work of Bhamashah Technical Hub, Jhalana ...risl.rajasthan.gov.in/wp-content/uploads/2017/12/RFP_Full_BTH_Interior... · RFP of Interior work of Bhamashah Technical

RFP of Interior work of Bhamashah Technical Hub,

Jhalana Institutional Area, Jaipur

Page 25 of 225

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;

Page 26: RFP of Interior work of Bhamashah Technical Hub, Jhalana ...risl.rajasthan.gov.in/wp-content/uploads/2017/12/RFP_Full_BTH_Interior... · RFP of Interior work of Bhamashah Technical

RFP of Interior work of Bhamashah Technical Hub,

Jhalana Institutional Area, Jaipur

Page 26 of 225

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.

Page 27: RFP of Interior work of Bhamashah Technical Hub, Jhalana ...risl.rajasthan.gov.in/wp-content/uploads/2017/12/RFP_Full_BTH_Interior... · RFP of Interior work of Bhamashah Technical

RFP of Interior work of Bhamashah Technical Hub,

Jhalana Institutional Area, Jaipur

Page 27 of 225

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.

Page 28: RFP of Interior work of Bhamashah Technical Hub, Jhalana ...risl.rajasthan.gov.in/wp-content/uploads/2017/12/RFP_Full_BTH_Interior... · RFP of Interior work of Bhamashah Technical

RFP of Interior work of Bhamashah Technical Hub,

Jhalana Institutional Area, Jaipur

Page 28 of 225

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.

Page 29: RFP of Interior work of Bhamashah Technical Hub, Jhalana ...risl.rajasthan.gov.in/wp-content/uploads/2017/12/RFP_Full_BTH_Interior... · RFP of Interior work of Bhamashah Technical

RFP of Interior work of Bhamashah Technical Hub,

Jhalana Institutional Area, Jaipur

Page 29 of 225

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.

Page 30: RFP of Interior work of Bhamashah Technical Hub, Jhalana ...risl.rajasthan.gov.in/wp-content/uploads/2017/12/RFP_Full_BTH_Interior... · RFP of Interior work of Bhamashah Technical

RFP of Interior work of Bhamashah Technical Hub,

Jhalana Institutional Area, Jaipur

Page 30 of 225

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;

Page 31: RFP of Interior work of Bhamashah Technical Hub, Jhalana ...risl.rajasthan.gov.in/wp-content/uploads/2017/12/RFP_Full_BTH_Interior... · RFP of Interior work of Bhamashah Technical

RFP of Interior work of Bhamashah Technical Hub,

Jhalana Institutional Area, Jaipur

Page 31 of 225

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

Page 32: RFP of Interior work of Bhamashah Technical Hub, Jhalana ...risl.rajasthan.gov.in/wp-content/uploads/2017/12/RFP_Full_BTH_Interior... · RFP of Interior work of Bhamashah Technical

RFP of Interior work of Bhamashah Technical Hub,

Jhalana Institutional Area, Jaipur

Page 32 of 225

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.

Page 33: RFP of Interior work of Bhamashah Technical Hub, Jhalana ...risl.rajasthan.gov.in/wp-content/uploads/2017/12/RFP_Full_BTH_Interior... · RFP of Interior work of Bhamashah Technical

RFP of Interior work of Bhamashah Technical Hub,

Jhalana Institutional Area, Jaipur

Page 33 of 225

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 ‘ajastha T a spa e Pu li P o u e e t A t , 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.

Page 34: RFP of Interior work of Bhamashah Technical Hub, Jhalana ...risl.rajasthan.gov.in/wp-content/uploads/2017/12/RFP_Full_BTH_Interior... · RFP of Interior work of Bhamashah Technical

RFP of Interior work of Bhamashah Technical Hub,

Jhalana Institutional Area, Jaipur

Page 34 of 225

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 being completed

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 th ough a itte ag ee e t to this effe t. 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.

Page 35: RFP of Interior work of Bhamashah Technical Hub, Jhalana ...risl.rajasthan.gov.in/wp-content/uploads/2017/12/RFP_Full_BTH_Interior... · RFP of Interior work of Bhamashah Technical

RFP of Interior work of Bhamashah Technical Hub,

Jhalana Institutional Area, Jaipur

Page 35 of 225

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/ sele ted idde as spe ified i 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/ sele ted idde to the Pu hase i

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/or other materials

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 a d elated se i es, as spe ified i the iddi g document.

i) ‘elated “e i es ea s the services incidental to the supply of the goods, such as insurance,

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 ernment entity, or a combination of the above,

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

Page 36: RFP of Interior work of Bhamashah Technical Hub, Jhalana ...risl.rajasthan.gov.in/wp-content/uploads/2017/12/RFP_Full_BTH_Interior... · RFP of Interior work of Bhamashah Technical

RFP of Interior work of Bhamashah Technical Hub,

Jhalana Institutional Area, Jaipur

Page 36 of 225

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

Page 37: RFP of Interior work of Bhamashah Technical Hub, Jhalana ...risl.rajasthan.gov.in/wp-content/uploads/2017/12/RFP_Full_BTH_Interior... · RFP of Interior work of Bhamashah Technical

RFP of Interior work of Bhamashah Technical Hub,

Jhalana Institutional Area, Jaipur

Page 37 of 225

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 such as insurance,

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 form with proof 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, hichever is later.

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

Page 38: RFP of Interior work of Bhamashah Technical Hub, Jhalana ...risl.rajasthan.gov.in/wp-content/uploads/2017/12/RFP_Full_BTH_Interior... · RFP of Interior work of Bhamashah Technical

RFP of Interior work of Bhamashah Technical Hub,

Jhalana Institutional Area, Jaipur

Page 38 of 225

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) Su essful 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 ‘espo si ilities

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.

Page 39: RFP of Interior work of Bhamashah Technical Hub, Jhalana ...risl.rajasthan.gov.in/wp-content/uploads/2017/12/RFP_Full_BTH_Interior... · RFP of Interior work of Bhamashah Technical

RFP of Interior work of Bhamashah Technical Hub,

Jhalana Institutional Area, Jaipur

Page 39 of 225

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;

Page 40: RFP of Interior work of Bhamashah Technical Hub, Jhalana ...risl.rajasthan.gov.in/wp-content/uploads/2017/12/RFP_Full_BTH_Interior... · RFP of Interior work of Bhamashah Technical

RFP of Interior work of Bhamashah Technical Hub,

Jhalana Institutional Area, Jaipur

Page 40 of 225

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.

Page 41: RFP of Interior work of Bhamashah Technical Hub, Jhalana ...risl.rajasthan.gov.in/wp-content/uploads/2017/12/RFP_Full_BTH_Interior... · RFP of Interior work of Bhamashah Technical

RFP of Interior work of Bhamashah Technical Hub,

Jhalana Institutional Area, Jaipur

Page 41 of 225

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 su essful idde 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) Afte su essful i spe tio , it ill e 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.

Page 42: RFP of Interior work of Bhamashah Technical Hub, Jhalana ...risl.rajasthan.gov.in/wp-content/uploads/2017/12/RFP_Full_BTH_Interior... · RFP of Interior work of Bhamashah Technical

RFP of Interior work of Bhamashah Technical Hub,

Jhalana Institutional Area, Jaipur

Page 42 of 225

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.

Page 43: RFP of Interior work of Bhamashah Technical Hub, Jhalana ...risl.rajasthan.gov.in/wp-content/uploads/2017/12/RFP_Full_BTH_Interior... · RFP of Interior work of Bhamashah Technical

RFP of Interior work of Bhamashah Technical Hub,

Jhalana Institutional Area, Jaipur

Page 43 of 225

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 , hi h the sele ted idde has to epla e ithi 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

month ( save for special jobs), to complete / * 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

………..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

Page 44: RFP of Interior work of Bhamashah Technical Hub, Jhalana ...risl.rajasthan.gov.in/wp-content/uploads/2017/12/RFP_Full_BTH_Interior... · RFP of Interior work of Bhamashah Technical

RFP of Interior work of Bhamashah Technical Hub,

Jhalana Institutional Area, Jaipur

Page 44 of 225

[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.

Page 45: RFP of Interior work of Bhamashah Technical Hub, Jhalana ...risl.rajasthan.gov.in/wp-content/uploads/2017/12/RFP_Full_BTH_Interior... · RFP of Interior work of Bhamashah Technical

RFP of Interior work of Bhamashah Technical Hub,

Jhalana Institutional Area, Jaipur

Page 45 of 225

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

Page 46: RFP of Interior work of Bhamashah Technical Hub, Jhalana ...risl.rajasthan.gov.in/wp-content/uploads/2017/12/RFP_Full_BTH_Interior... · RFP of Interior work of Bhamashah Technical

RFP of Interior work of Bhamashah Technical Hub,

Jhalana Institutional Area, Jaipur

Page 46 of 225

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

Page 47: RFP of Interior work of Bhamashah Technical Hub, Jhalana ...risl.rajasthan.gov.in/wp-content/uploads/2017/12/RFP_Full_BTH_Interior... · RFP of Interior work of Bhamashah Technical

RFP of Interior work of Bhamashah Technical Hub,

Jhalana Institutional Area, Jaipur

Page 47 of 225

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 accepted by the purchaser in terms of the contract 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.

Page 48: RFP of Interior work of Bhamashah Technical Hub, Jhalana ...risl.rajasthan.gov.in/wp-content/uploads/2017/12/RFP_Full_BTH_Interior... · RFP of Interior work of Bhamashah Technical

RFP of Interior work of Bhamashah Technical Hub,

Jhalana Institutional Area, Jaipur

Page 48 of 225

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 such compensation to his workmen which would be payable for injuries under the work 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 &

Co ditio 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.

Page 49: RFP of Interior work of Bhamashah Technical Hub, Jhalana ...risl.rajasthan.gov.in/wp-content/uploads/2017/12/RFP_Full_BTH_Interior... · RFP of Interior work of Bhamashah Technical

RFP of Interior work of Bhamashah Technical Hub,

Jhalana Institutional Area, Jaipur

Page 49 of 225

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 made by

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.

Page 50: RFP of Interior work of Bhamashah Technical Hub, Jhalana ...risl.rajasthan.gov.in/wp-content/uploads/2017/12/RFP_Full_BTH_Interior... · RFP of Interior work of Bhamashah Technical

RFP of Interior work of Bhamashah Technical Hub,

Jhalana Institutional Area, Jaipur

Page 50 of 225

(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 successful bidder/ selected bidde shall, su je t to the Pu hase s o plia e ith su -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,

osts, a d e pe ses of a atu e, i ludi g 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 bidder may suffer as a

result of any infringement or alleged infringement of any patent, utility model, registered design,

trademark, copyright, or other intellectual property right registered or otherwise existing at the date

of the Contract arising out of or in connection with any design, data, drawing, specification, or other

documents or materials provided or designed by or on behalf of the Purchaser.

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

Page 51: RFP of Interior work of Bhamashah Technical Hub, Jhalana ...risl.rajasthan.gov.in/wp-content/uploads/2017/12/RFP_Full_BTH_Interior... · RFP of Interior work of Bhamashah Technical

RFP of Interior work of Bhamashah Technical Hub,

Jhalana Institutional Area, Jaipur

Page 51 of 225

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 e e t o situatio e o d the o t ol 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 tract

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 act, an

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

Page 52: RFP of Interior work of Bhamashah Technical Hub, Jhalana ...risl.rajasthan.gov.in/wp-content/uploads/2017/12/RFP_Full_BTH_Interior... · RFP of Interior work of Bhamashah Technical

RFP of Interior work of Bhamashah Technical Hub,

Jhalana Institutional Area, Jaipur

Page 52 of 225

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: -

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 ocuring entity and the selected bidder.

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

Page 53: RFP of Interior work of Bhamashah Technical Hub, Jhalana ...risl.rajasthan.gov.in/wp-content/uploads/2017/12/RFP_Full_BTH_Interior... · RFP of Interior work of Bhamashah Technical

RFP of Interior work of Bhamashah Technical Hub,

Jhalana Institutional Area, Jaipur

Page 53 of 225

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.

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

Page 54: RFP of Interior work of Bhamashah Technical Hub, Jhalana ...risl.rajasthan.gov.in/wp-content/uploads/2017/12/RFP_Full_BTH_Interior... · RFP of Interior work of Bhamashah Technical

RFP of Interior work of Bhamashah Technical Hub,

Jhalana Institutional Area, Jaipur

Page 54 of 225

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

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.

Page 55: RFP of Interior work of Bhamashah Technical Hub, Jhalana ...risl.rajasthan.gov.in/wp-content/uploads/2017/12/RFP_Full_BTH_Interior... · RFP of Interior work of Bhamashah Technical

RFP of Interior work of Bhamashah Technical Hub,

Jhalana Institutional Area, Jaipur

Page 55 of 225

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

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 the eof, shall appl 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.

Page 56: RFP of Interior work of Bhamashah Technical Hub, Jhalana ...risl.rajasthan.gov.in/wp-content/uploads/2017/12/RFP_Full_BTH_Interior... · RFP of Interior work of Bhamashah Technical

RFP of Interior work of Bhamashah Technical Hub,

Jhalana Institutional Area, Jaipur

Page 56 of 225

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.

Page 57: RFP of Interior work of Bhamashah Technical Hub, Jhalana ...risl.rajasthan.gov.in/wp-content/uploads/2017/12/RFP_Full_BTH_Interior... · RFP of Interior work of Bhamashah Technical

RFP of Interior work of Bhamashah Technical Hub,

Jhalana Institutional Area, Jaipur

Page 57 of 225

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

cost of, or the time required for, firm s pe fo a e of a p o isio s u de the Ag ee e t, 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.

Page 58: RFP of Interior work of Bhamashah Technical Hub, Jhalana ...risl.rajasthan.gov.in/wp-content/uploads/2017/12/RFP_Full_BTH_Interior... · RFP of Interior work of Bhamashah Technical

RFP of Interior work of Bhamashah Technical Hub,

Jhalana Institutional Area, Jaipur

Page 58 of 225

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 approval.

Page 59: RFP of Interior work of Bhamashah Technical Hub, Jhalana ...risl.rajasthan.gov.in/wp-content/uploads/2017/12/RFP_Full_BTH_Interior... · RFP of Interior work of Bhamashah Technical

RFP of Interior work of Bhamashah Technical Hub,

Jhalana Institutional Area, Jaipur

Page 59 of 225

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,

Page 60: RFP of Interior work of Bhamashah Technical Hub, Jhalana ...risl.rajasthan.gov.in/wp-content/uploads/2017/12/RFP_Full_BTH_Interior... · RFP of Interior work of Bhamashah Technical

RFP of Interior work of Bhamashah Technical Hub,

Jhalana Institutional Area, Jaipur

Page 60 of 225

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 atio 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.

Page 61: RFP of Interior work of Bhamashah Technical Hub, Jhalana ...risl.rajasthan.gov.in/wp-content/uploads/2017/12/RFP_Full_BTH_Interior... · RFP of Interior work of Bhamashah Technical

RFP of Interior work of Bhamashah Technical Hub,

Jhalana Institutional Area, Jaipur

Page 61 of 225

II) 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 ith the desig 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.

Page 62: RFP of Interior work of Bhamashah Technical Hub, Jhalana ...risl.rajasthan.gov.in/wp-content/uploads/2017/12/RFP_Full_BTH_Interior... · RFP of Interior work of Bhamashah Technical

RFP of Interior work of Bhamashah Technical Hub,

Jhalana Institutional Area, Jaipur

Page 62 of 225

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.

Page 63: RFP of Interior work of Bhamashah Technical Hub, Jhalana ...risl.rajasthan.gov.in/wp-content/uploads/2017/12/RFP_Full_BTH_Interior... · RFP of Interior work of Bhamashah Technical

RFP of Interior work of Bhamashah Technical Hub,

Jhalana Institutional Area, Jaipur

Page 63 of 225

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

Page 64: RFP of Interior work of Bhamashah Technical Hub, Jhalana ...risl.rajasthan.gov.in/wp-content/uploads/2017/12/RFP_Full_BTH_Interior... · RFP of Interior work of Bhamashah Technical

RFP of Interior work of Bhamashah Technical Hub,

Jhalana Institutional Area, Jaipur

Page 64 of 225

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

Page 65: RFP of Interior work of Bhamashah Technical Hub, Jhalana ...risl.rajasthan.gov.in/wp-content/uploads/2017/12/RFP_Full_BTH_Interior... · RFP of Interior work of Bhamashah Technical

RFP of Interior work of Bhamashah Technical Hub,

Jhalana Institutional Area, Jaipur

Page 65 of 225

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

Page 66: RFP of Interior work of Bhamashah Technical Hub, Jhalana ...risl.rajasthan.gov.in/wp-content/uploads/2017/12/RFP_Full_BTH_Interior... · RFP of Interior work of Bhamashah Technical

RFP of Interior work of Bhamashah Technical Hub,

Jhalana Institutional Area, Jaipur

Page 66 of 225

(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

Page 67: RFP of Interior work of Bhamashah Technical Hub, Jhalana ...risl.rajasthan.gov.in/wp-content/uploads/2017/12/RFP_Full_BTH_Interior... · RFP of Interior work of Bhamashah Technical

RFP of Interior work of Bhamashah Technical Hub,

Jhalana Institutional Area, Jaipur

Page 67 of 225

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

Page 68: RFP of Interior work of Bhamashah Technical Hub, Jhalana ...risl.rajasthan.gov.in/wp-content/uploads/2017/12/RFP_Full_BTH_Interior... · RFP of Interior work of Bhamashah Technical

RFP of Interior work of Bhamashah Technical Hub,

Jhalana Institutional Area, Jaipur

Page 68 of 225

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) 3mm thick C channels are welded together to form a I se tio ha i g i i u 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:

Page 69: RFP of Interior work of Bhamashah Technical Hub, Jhalana ...risl.rajasthan.gov.in/wp-content/uploads/2017/12/RFP_Full_BTH_Interior... · RFP of Interior work of Bhamashah Technical

RFP of Interior work of Bhamashah Technical Hub,

Jhalana Institutional Area, Jaipur

Page 69 of 225

(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.

Page 70: RFP of Interior work of Bhamashah Technical Hub, Jhalana ...risl.rajasthan.gov.in/wp-content/uploads/2017/12/RFP_Full_BTH_Interior... · RFP of Interior work of Bhamashah Technical

RFP of Interior work of Bhamashah Technical Hub,

Jhalana Institutional Area, Jaipur

Page 70 of 225

(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.

Page 71: RFP of Interior work of Bhamashah Technical Hub, Jhalana ...risl.rajasthan.gov.in/wp-content/uploads/2017/12/RFP_Full_BTH_Interior... · RFP of Interior work of Bhamashah Technical

RFP of Interior work of Bhamashah Technical Hub,

Jhalana Institutional Area, Jaipur

Page 71 of 225

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

Page 72: RFP of Interior work of Bhamashah Technical Hub, Jhalana ...risl.rajasthan.gov.in/wp-content/uploads/2017/12/RFP_Full_BTH_Interior... · RFP of Interior work of Bhamashah Technical

RFP of Interior work of Bhamashah Technical Hub,

Jhalana Institutional Area, Jaipur

Page 72 of 225

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

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.

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

(8) WOM Test - ISO 1492/2

(9) Climatic Cycles - EN 1279-2.

(10) QUV Test - EN ISO 11507:2007

Page 73: RFP of Interior work of Bhamashah Technical Hub, Jhalana ...risl.rajasthan.gov.in/wp-content/uploads/2017/12/RFP_Full_BTH_Interior... · RFP of Interior work of Bhamashah Technical

RFP of Interior work of Bhamashah Technical Hub,

Jhalana Institutional Area, Jaipur

Page 73 of 225

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

Page 74: RFP of Interior work of Bhamashah Technical Hub, Jhalana ...risl.rajasthan.gov.in/wp-content/uploads/2017/12/RFP_Full_BTH_Interior... · RFP of Interior work of Bhamashah Technical

RFP of Interior work of Bhamashah Technical Hub,

Jhalana Institutional Area, Jaipur

Page 74 of 225

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.

XXII) Structure shall have life of 15-years.

27) Laser Cut Alphabets made up of 316 grade Stainless Steel

Page 75: RFP of Interior work of Bhamashah Technical Hub, Jhalana ...risl.rajasthan.gov.in/wp-content/uploads/2017/12/RFP_Full_BTH_Interior... · RFP of Interior work of Bhamashah Technical

RFP of Interior work of Bhamashah Technical Hub,

Jhalana Institutional Area, Jaipur

Page 75 of 225

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, eeti g a eas 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. XXVI) Curvilinear Partition shall be having metal cladding on either sides of the frame and remaining

all the things shall remain the same.

Page 76: RFP of Interior work of Bhamashah Technical Hub, Jhalana ...risl.rajasthan.gov.in/wp-content/uploads/2017/12/RFP_Full_BTH_Interior... · RFP of Interior work of Bhamashah Technical

RFP of Interior work of Bhamashah Technical Hub,

Jhalana Institutional Area, Jaipur

Page 76 of 225

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.

XXVIII) Product shall be ASTM C1464 certified.

31) Backlit Polymer Alumina Tri-Hydrate Cladding on Columns

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

Page 77: RFP of Interior work of Bhamashah Technical Hub, Jhalana ...risl.rajasthan.gov.in/wp-content/uploads/2017/12/RFP_Full_BTH_Interior... · RFP of Interior work of Bhamashah Technical

RFP of Interior work of Bhamashah Technical Hub,

Jhalana Institutional Area, Jaipur

Page 77 of 225

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

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

Page 78: RFP of Interior work of Bhamashah Technical Hub, Jhalana ...risl.rajasthan.gov.in/wp-content/uploads/2017/12/RFP_Full_BTH_Interior... · RFP of Interior work of Bhamashah Technical

RFP of Interior work of Bhamashah Technical Hub,

Jhalana Institutional Area, Jaipur

Page 78 of 225

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.

35) Printed Lacquered Glass

Page 79: RFP of Interior work of Bhamashah Technical Hub, Jhalana ...risl.rajasthan.gov.in/wp-content/uploads/2017/12/RFP_Full_BTH_Interior... · RFP of Interior work of Bhamashah Technical

RFP of Interior work of Bhamashah Technical Hub,

Jhalana Institutional Area, Jaipur

Page 79 of 225

XLVIII) Specifications shall remain same as that of normal lacquered glass. 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%.

(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.

Page 80: RFP of Interior work of Bhamashah Technical Hub, Jhalana ...risl.rajasthan.gov.in/wp-content/uploads/2017/12/RFP_Full_BTH_Interior... · RFP of Interior work of Bhamashah Technical

RFP of Interior work of Bhamashah Technical Hub,

Jhalana Institutional Area, Jaipur

Page 80 of 225

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

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.

Page 81: RFP of Interior work of Bhamashah Technical Hub, Jhalana ...risl.rajasthan.gov.in/wp-content/uploads/2017/12/RFP_Full_BTH_Interior... · RFP of Interior work of Bhamashah Technical

RFP of Interior work of Bhamashah Technical Hub,

Jhalana Institutional Area, Jaipur

Page 81 of 225

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

o ete 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

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

Page 82: RFP of Interior work of Bhamashah Technical Hub, Jhalana ...risl.rajasthan.gov.in/wp-content/uploads/2017/12/RFP_Full_BTH_Interior... · RFP of Interior work of Bhamashah Technical

RFP of Interior work of Bhamashah Technical Hub,

Jhalana Institutional Area, Jaipur

Page 82 of 225

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 specification of makes given.

46) 150mm Raised / False Floor with Acoustic Laminate in Wooden Grains

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.

Page 83: RFP of Interior work of Bhamashah Technical Hub, Jhalana ...risl.rajasthan.gov.in/wp-content/uploads/2017/12/RFP_Full_BTH_Interior... · RFP of Interior work of Bhamashah Technical

RFP of Interior work of Bhamashah Technical Hub,

Jhalana Institutional Area, Jaipur

Page 83 of 225

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

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.

Page 84: RFP of Interior work of Bhamashah Technical Hub, Jhalana ...risl.rajasthan.gov.in/wp-content/uploads/2017/12/RFP_Full_BTH_Interior... · RFP of Interior work of Bhamashah Technical

RFP of Interior work of Bhamashah Technical Hub,

Jhalana Institutional Area, Jaipur

Page 84 of 225

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

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

Page 85: RFP of Interior work of Bhamashah Technical Hub, Jhalana ...risl.rajasthan.gov.in/wp-content/uploads/2017/12/RFP_Full_BTH_Interior... · RFP of Interior work of Bhamashah Technical

RFP of Interior work of Bhamashah Technical Hub,

Jhalana Institutional Area, Jaipur

Page 85 of 225

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

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 eptable.

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

Page 86: RFP of Interior work of Bhamashah Technical Hub, Jhalana ...risl.rajasthan.gov.in/wp-content/uploads/2017/12/RFP_Full_BTH_Interior... · RFP of Interior work of Bhamashah Technical

RFP of Interior work of Bhamashah Technical Hub,

Jhalana Institutional Area, Jaipur

Page 86 of 225

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) Speed is 15 mm/s (0.6 in/s), height ranges from . 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.)

(3) LAN Port (1Nos.)

(4) Universal Power Socket (1Nos.)

E) Doors

51) Sensor Operated Sliding Glass Door

Page 87: RFP of Interior work of Bhamashah Technical Hub, Jhalana ...risl.rajasthan.gov.in/wp-content/uploads/2017/12/RFP_Full_BTH_Interior... · RFP of Interior work of Bhamashah Technical

RFP of Interior work of Bhamashah Technical Hub,

Jhalana Institutional Area, Jaipur

Page 87 of 225

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)

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

Page 88: RFP of Interior work of Bhamashah Technical Hub, Jhalana ...risl.rajasthan.gov.in/wp-content/uploads/2017/12/RFP_Full_BTH_Interior... · RFP of Interior work of Bhamashah Technical

RFP of Interior work of Bhamashah Technical Hub,

Jhalana Institutional Area, Jaipur

Page 88 of 225

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.

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 :-

Page 89: RFP of Interior work of Bhamashah Technical Hub, Jhalana ...risl.rajasthan.gov.in/wp-content/uploads/2017/12/RFP_Full_BTH_Interior... · RFP of Interior work of Bhamashah Technical

RFP of Interior work of Bhamashah Technical Hub,

Jhalana Institutional Area, Jaipur

Page 89 of 225

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

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 .

Page 90: RFP of Interior work of Bhamashah Technical Hub, Jhalana ...risl.rajasthan.gov.in/wp-content/uploads/2017/12/RFP_Full_BTH_Interior... · RFP of Interior work of Bhamashah Technical

RFP of Interior work of Bhamashah Technical Hub,

Jhalana Institutional Area, Jaipur

Page 90 of 225

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

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

Page 91: RFP of Interior work of Bhamashah Technical Hub, Jhalana ...risl.rajasthan.gov.in/wp-content/uploads/2017/12/RFP_Full_BTH_Interior... · RFP of Interior work of Bhamashah Technical

RFP of Interior work of Bhamashah Technical Hub,

Jhalana Institutional Area, Jaipur

Page 91 of 225

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

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

Page 92: RFP of Interior work of Bhamashah Technical Hub, Jhalana ...risl.rajasthan.gov.in/wp-content/uploads/2017/12/RFP_Full_BTH_Interior... · RFP of Interior work of Bhamashah Technical

RFP of Interior work of Bhamashah Technical Hub,

Jhalana Institutional Area, Jaipur

Page 92 of 225

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.

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

Page 93: RFP of Interior work of Bhamashah Technical Hub, Jhalana ...risl.rajasthan.gov.in/wp-content/uploads/2017/12/RFP_Full_BTH_Interior... · RFP of Interior work of Bhamashah Technical

RFP of Interior work of Bhamashah Technical Hub,

Jhalana Institutional Area, Jaipur

Page 93 of 225

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

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.

Page 94: RFP of Interior work of Bhamashah Technical Hub, Jhalana ...risl.rajasthan.gov.in/wp-content/uploads/2017/12/RFP_Full_BTH_Interior... · RFP of Interior work of Bhamashah Technical

RFP of Interior work of Bhamashah Technical Hub,

Jhalana Institutional Area, Jaipur

Page 94 of 225

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

(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 ‐deg ee

(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.

Page 95: RFP of Interior work of Bhamashah Technical Hub, Jhalana ...risl.rajasthan.gov.in/wp-content/uploads/2017/12/RFP_Full_BTH_Interior... · RFP of Interior work of Bhamashah Technical

RFP of Interior work of Bhamashah Technical Hub,

Jhalana Institutional Area, Jaipur

Page 95 of 225

69) Free Standing Side Runner (One for every linear workstation)

(5) Versatile 3-drawer office pedestal system solution shall be made up of

(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 ‐deg ee

(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

Page 96: RFP of Interior work of Bhamashah Technical Hub, Jhalana ...risl.rajasthan.gov.in/wp-content/uploads/2017/12/RFP_Full_BTH_Interior... · RFP of Interior work of Bhamashah Technical

RFP of Interior work of Bhamashah Technical Hub,

Jhalana Institutional Area, Jaipur

Page 96 of 225

(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

(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.

Page 97: RFP of Interior work of Bhamashah Technical Hub, Jhalana ...risl.rajasthan.gov.in/wp-content/uploads/2017/12/RFP_Full_BTH_Interior... · RFP of Interior work of Bhamashah Technical

RFP of Interior work of Bhamashah Technical Hub,

Jhalana Institutional Area, Jaipur

Page 97 of 225

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 app o al .

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.

Page 98: RFP of Interior work of Bhamashah Technical Hub, Jhalana ...risl.rajasthan.gov.in/wp-content/uploads/2017/12/RFP_Full_BTH_Interior... · RFP of Interior work of Bhamashah Technical

RFP of Interior work of Bhamashah Technical Hub,

Jhalana Institutional Area, Jaipur

Page 98 of 225

(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

Page 99: RFP of Interior work of Bhamashah Technical Hub, Jhalana ...risl.rajasthan.gov.in/wp-content/uploads/2017/12/RFP_Full_BTH_Interior... · RFP of Interior work of Bhamashah Technical

RFP of Interior work of Bhamashah Technical Hub,

Jhalana Institutional Area, Jaipur

Page 99 of 225

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)

Page 100: RFP of Interior work of Bhamashah Technical Hub, Jhalana ...risl.rajasthan.gov.in/wp-content/uploads/2017/12/RFP_Full_BTH_Interior... · RFP of Interior work of Bhamashah Technical

RFP of Interior work of Bhamashah Technical Hub,

Jhalana Institutional Area, Jaipur

Page 100 of 225

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

Page 101: RFP of Interior work of Bhamashah Technical Hub, Jhalana ...risl.rajasthan.gov.in/wp-content/uploads/2017/12/RFP_Full_BTH_Interior... · RFP of Interior work of Bhamashah Technical

RFP of Interior work of Bhamashah Technical Hub,

Jhalana Institutional Area, Jaipur

Page 101 of 225

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

Page 102: RFP of Interior work of Bhamashah Technical Hub, Jhalana ...risl.rajasthan.gov.in/wp-content/uploads/2017/12/RFP_Full_BTH_Interior... · RFP of Interior work of Bhamashah Technical

RFP of Interior work of Bhamashah Technical Hub,

Jhalana Institutional Area, Jaipur

Page 102 of 225

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)

Page 103: RFP of Interior work of Bhamashah Technical Hub, Jhalana ...risl.rajasthan.gov.in/wp-content/uploads/2017/12/RFP_Full_BTH_Interior... · RFP of Interior work of Bhamashah Technical

RFP of Interior work of Bhamashah Technical Hub,

Jhalana Institutional Area, Jaipur

Page 103 of 225

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.

Page 104: RFP of Interior work of Bhamashah Technical Hub, Jhalana ...risl.rajasthan.gov.in/wp-content/uploads/2017/12/RFP_Full_BTH_Interior... · RFP of Interior work of Bhamashah Technical

RFP of Interior work of Bhamashah Technical Hub,

Jhalana Institutional Area, Jaipur

Page 104 of 225

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 app o al .

Page 105: RFP of Interior work of Bhamashah Technical Hub, Jhalana ...risl.rajasthan.gov.in/wp-content/uploads/2017/12/RFP_Full_BTH_Interior... · RFP of Interior work of Bhamashah Technical

RFP of Interior work of Bhamashah Technical Hub,

Jhalana Institutional Area, Jaipur

Page 105 of 225

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

Page 106: RFP of Interior work of Bhamashah Technical Hub, Jhalana ...risl.rajasthan.gov.in/wp-content/uploads/2017/12/RFP_Full_BTH_Interior... · RFP of Interior work of Bhamashah Technical

RFP of Interior work of Bhamashah Technical Hub,

Jhalana Institutional Area, Jaipur

Page 106 of 225

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

Page 107: RFP of Interior work of Bhamashah Technical Hub, Jhalana ...risl.rajasthan.gov.in/wp-content/uploads/2017/12/RFP_Full_BTH_Interior... · RFP of Interior work of Bhamashah Technical

RFP of Interior work of Bhamashah Technical Hub,

Jhalana Institutional Area, Jaipur

Page 107 of 225

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

Page 108: RFP of Interior work of Bhamashah Technical Hub, Jhalana ...risl.rajasthan.gov.in/wp-content/uploads/2017/12/RFP_Full_BTH_Interior... · RFP of Interior work of Bhamashah Technical

RFP of Interior work of Bhamashah Technical Hub,

Jhalana Institutional Area, Jaipur

Page 108 of 225

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

Page 109: RFP of Interior work of Bhamashah Technical Hub, Jhalana ...risl.rajasthan.gov.in/wp-content/uploads/2017/12/RFP_Full_BTH_Interior... · RFP of Interior work of Bhamashah Technical

RFP of Interior work of Bhamashah Technical Hub,

Jhalana Institutional Area, Jaipur

Page 109 of 225

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

Page 110: RFP of Interior work of Bhamashah Technical Hub, Jhalana ...risl.rajasthan.gov.in/wp-content/uploads/2017/12/RFP_Full_BTH_Interior... · RFP of Interior work of Bhamashah Technical

RFP of Interior work of Bhamashah Technical Hub,

Jhalana Institutional Area, Jaipur

Page 110 of 225

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

(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

Page 111: RFP of Interior work of Bhamashah Technical Hub, Jhalana ...risl.rajasthan.gov.in/wp-content/uploads/2017/12/RFP_Full_BTH_Interior... · RFP of Interior work of Bhamashah Technical

RFP of Interior work of Bhamashah Technical Hub,

Jhalana Institutional Area, Jaipur

Page 111 of 225

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)

Page 112: RFP of Interior work of Bhamashah Technical Hub, Jhalana ...risl.rajasthan.gov.in/wp-content/uploads/2017/12/RFP_Full_BTH_Interior... · RFP of Interior work of Bhamashah Technical

RFP of Interior work of Bhamashah Technical Hub,

Jhalana Institutional Area, Jaipur

Page 112 of 225

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 u icate 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

Page 113: RFP of Interior work of Bhamashah Technical Hub, Jhalana ...risl.rajasthan.gov.in/wp-content/uploads/2017/12/RFP_Full_BTH_Interior... · RFP of Interior work of Bhamashah Technical

RFP of Interior work of Bhamashah Technical Hub,

Jhalana Institutional Area, Jaipur

Page 113 of 225

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.

Page 114: RFP of Interior work of Bhamashah Technical Hub, Jhalana ...risl.rajasthan.gov.in/wp-content/uploads/2017/12/RFP_Full_BTH_Interior... · RFP of Interior work of Bhamashah Technical

RFP of Interior work of Bhamashah Technical Hub,

Jhalana Institutional Area, Jaipur

Page 114 of 225

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.

Page 115: RFP of Interior work of Bhamashah Technical Hub, Jhalana ...risl.rajasthan.gov.in/wp-content/uploads/2017/12/RFP_Full_BTH_Interior... · RFP of Interior work of Bhamashah Technical

RFP of Interior work of Bhamashah Technical Hub,

Jhalana Institutional Area, Jaipur

Page 115 of 225

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

10mW. Shall support operation ove 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

Page 116: RFP of Interior work of Bhamashah Technical Hub, Jhalana ...risl.rajasthan.gov.in/wp-content/uploads/2017/12/RFP_Full_BTH_Interior... · RFP of Interior work of Bhamashah Technical

RFP of Interior work of Bhamashah Technical Hub,

Jhalana Institutional Area, Jaipur

Page 116 of 225

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

Page 117: RFP of Interior work of Bhamashah Technical Hub, Jhalana ...risl.rajasthan.gov.in/wp-content/uploads/2017/12/RFP_Full_BTH_Interior... · RFP of Interior work of Bhamashah Technical

RFP of Interior work of Bhamashah Technical Hub,

Jhalana Institutional Area, Jaipur

Page 117 of 225

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

Page 118: RFP of Interior work of Bhamashah Technical Hub, Jhalana ...risl.rajasthan.gov.in/wp-content/uploads/2017/12/RFP_Full_BTH_Interior... · RFP of Interior work of Bhamashah Technical

RFP of Interior work of Bhamashah Technical Hub,

Jhalana Institutional Area, Jaipur

Page 118 of 225

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

configurations or more • “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

Page 119: RFP of Interior work of Bhamashah Technical Hub, Jhalana ...risl.rajasthan.gov.in/wp-content/uploads/2017/12/RFP_Full_BTH_Interior... · RFP of Interior work of Bhamashah Technical

RFP of Interior work of Bhamashah Technical Hub,

Jhalana Institutional Area, Jaipur

Page 119 of 225

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

Page 120: RFP of Interior work of Bhamashah Technical Hub, Jhalana ...risl.rajasthan.gov.in/wp-content/uploads/2017/12/RFP_Full_BTH_Interior... · RFP of Interior work of Bhamashah Technical

RFP of Interior work of Bhamashah Technical Hub,

Jhalana Institutional Area, Jaipur

Page 120 of 225

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

Page 121: RFP of Interior work of Bhamashah Technical Hub, Jhalana ...risl.rajasthan.gov.in/wp-content/uploads/2017/12/RFP_Full_BTH_Interior... · RFP of Interior work of Bhamashah Technical

RFP of Interior work of Bhamashah Technical Hub,

Jhalana Institutional Area, Jaipur

Page 121 of 225

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

Page 122: RFP of Interior work of Bhamashah Technical Hub, Jhalana ...risl.rajasthan.gov.in/wp-content/uploads/2017/12/RFP_Full_BTH_Interior... · RFP of Interior work of Bhamashah Technical

RFP of Interior work of Bhamashah Technical Hub,

Jhalana Institutional Area, Jaipur

Page 122 of 225

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

Page 123: RFP of Interior work of Bhamashah Technical Hub, Jhalana ...risl.rajasthan.gov.in/wp-content/uploads/2017/12/RFP_Full_BTH_Interior... · RFP of Interior work of Bhamashah Technical

RFP of Interior work of Bhamashah Technical Hub,

Jhalana Institutional Area, Jaipur

Page 123 of 225

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

Page 124: RFP of Interior work of Bhamashah Technical Hub, Jhalana ...risl.rajasthan.gov.in/wp-content/uploads/2017/12/RFP_Full_BTH_Interior... · RFP of Interior work of Bhamashah Technical

RFP of Interior work of Bhamashah Technical Hub,

Jhalana Institutional Area, Jaipur

Page 124 of 225

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 . - . GHz: dB per 6 m, Max Video rate should be 10.2 Gbps (3.4 Gbps per color),

Page 125: RFP of Interior work of Bhamashah Technical Hub, Jhalana ...risl.rajasthan.gov.in/wp-content/uploads/2017/12/RFP_Full_BTH_Interior... · RFP of Interior work of Bhamashah Technical

RFP of Interior work of Bhamashah Technical Hub,

Jhalana Institutional Area, Jaipur

Page 125 of 225

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 - 4. 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 - 4.125 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

Page 126: RFP of Interior work of Bhamashah Technical Hub, Jhalana ...risl.rajasthan.gov.in/wp-content/uploads/2017/12/RFP_Full_BTH_Interior... · RFP of Interior work of Bhamashah Technical

RFP of Interior work of Bhamashah Technical Hub,

Jhalana Institutional Area, Jaipur

Page 126 of 225

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 - 2.475 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 pe , The a le should e HDCP Co plied, Ca le

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 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 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

Page 127: RFP of Interior work of Bhamashah Technical Hub, Jhalana ...risl.rajasthan.gov.in/wp-content/uploads/2017/12/RFP_Full_BTH_Interior... · RFP of Interior work of Bhamashah Technical

RFP of Interior work of Bhamashah Technical Hub,

Jhalana Institutional Area, Jaipur

Page 127 of 225

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

Page 128: RFP of Interior work of Bhamashah Technical Hub, Jhalana ...risl.rajasthan.gov.in/wp-content/uploads/2017/12/RFP_Full_BTH_Interior... · RFP of Interior work of Bhamashah Technical

RFP of Interior work of Bhamashah Technical Hub,

Jhalana Institutional Area, Jaipur

Page 128 of 225

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 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 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 pe o ta t should e i imum

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 , o e to should e IEC -

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

Page 129: RFP of Interior work of Bhamashah Technical Hub, Jhalana ...risl.rajasthan.gov.in/wp-content/uploads/2017/12/RFP_Full_BTH_Interior... · RFP of Interior work of Bhamashah Technical

RFP of Interior work of Bhamashah Technical Hub,

Jhalana Institutional Area, Jaipur

Page 129 of 225

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,

Page 130: RFP of Interior work of Bhamashah Technical Hub, Jhalana ...risl.rajasthan.gov.in/wp-content/uploads/2017/12/RFP_Full_BTH_Interior... · RFP of Interior work of Bhamashah Technical

RFP of Interior work of Bhamashah Technical Hub,

Jhalana Institutional Area, Jaipur

Page 130 of 225

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.

Page 131: RFP of Interior work of Bhamashah Technical Hub, Jhalana ...risl.rajasthan.gov.in/wp-content/uploads/2017/12/RFP_Full_BTH_Interior... · RFP of Interior work of Bhamashah Technical

RFP of Interior work of Bhamashah Technical Hub,

Jhalana Institutional Area, Jaipur

Page 131 of 225

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.

Page 132: RFP of Interior work of Bhamashah Technical Hub, Jhalana ...risl.rajasthan.gov.in/wp-content/uploads/2017/12/RFP_Full_BTH_Interior... · RFP of Interior work of Bhamashah Technical

RFP of Interior work of Bhamashah Technical Hub,

Jhalana Institutional Area, Jaipur

Page 132 of 225

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.

Page 133: RFP of Interior work of Bhamashah Technical Hub, Jhalana ...risl.rajasthan.gov.in/wp-content/uploads/2017/12/RFP_Full_BTH_Interior... · RFP of Interior work of Bhamashah Technical

RFP of Interior work of Bhamashah Technical Hub,

Jhalana Institutional Area, Jaipur

Page 133 of 225

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.

Page 134: RFP of Interior work of Bhamashah Technical Hub, Jhalana ...risl.rajasthan.gov.in/wp-content/uploads/2017/12/RFP_Full_BTH_Interior... · RFP of Interior work of Bhamashah Technical

RFP of Interior work of Bhamashah Technical Hub,

Jhalana Institutional Area, Jaipur

Page 134 of 225

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 ings in line

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 eili g shall ha e 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.

Page 135: RFP of Interior work of Bhamashah Technical Hub, Jhalana ...risl.rajasthan.gov.in/wp-content/uploads/2017/12/RFP_Full_BTH_Interior... · RFP of Interior work of Bhamashah Technical

RFP of Interior work of Bhamashah Technical Hub,

Jhalana Institutional Area, Jaipur

Page 135 of 225

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 Supply & Installation 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.

No ‐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.

Page 136: RFP of Interior work of Bhamashah Technical Hub, Jhalana ...risl.rajasthan.gov.in/wp-content/uploads/2017/12/RFP_Full_BTH_Interior... · RFP of Interior work of Bhamashah Technical

RFP of Interior work of Bhamashah Technical Hub,

Jhalana Institutional Area, Jaipur

Page 136 of 225

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

st e gth 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.

Page 137: RFP of Interior work of Bhamashah Technical Hub, Jhalana ...risl.rajasthan.gov.in/wp-content/uploads/2017/12/RFP_Full_BTH_Interior... · RFP of Interior work of Bhamashah Technical

RFP of Interior work of Bhamashah Technical Hub,

Jhalana Institutional Area, Jaipur

Page 137 of 225

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 : “p i t f o Ca i a o e ui ale t 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

Page 138: RFP of Interior work of Bhamashah Technical Hub, Jhalana ...risl.rajasthan.gov.in/wp-content/uploads/2017/12/RFP_Full_BTH_Interior... · RFP of Interior work of Bhamashah Technical

RFP of Interior work of Bhamashah Technical Hub,

Jhalana Institutional Area, Jaipur

Page 138 of 225

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 >25,000 hrs

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.

Page 139: RFP of Interior work of Bhamashah Technical Hub, Jhalana ...risl.rajasthan.gov.in/wp-content/uploads/2017/12/RFP_Full_BTH_Interior... · RFP of Interior work of Bhamashah Technical

RFP of Interior work of Bhamashah Technical Hub,

Jhalana Institutional Area, Jaipur

Page 139 of 225

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 essi g fo eas o figu atio . 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

Page 140: RFP of Interior work of Bhamashah Technical Hub, Jhalana ...risl.rajasthan.gov.in/wp-content/uploads/2017/12/RFP_Full_BTH_Interior... · RFP of Interior work of Bhamashah Technical

RFP of Interior work of Bhamashah Technical Hub,

Jhalana Institutional Area, Jaipur

Page 140 of 225

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 in triangular 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.

Page 141: RFP of Interior work of Bhamashah Technical Hub, Jhalana ...risl.rajasthan.gov.in/wp-content/uploads/2017/12/RFP_Full_BTH_Interior... · RFP of Interior work of Bhamashah Technical

RFP of Interior work of Bhamashah Technical Hub,

Jhalana Institutional Area, Jaipur

Page 141 of 225

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.

Page 142: RFP of Interior work of Bhamashah Technical Hub, Jhalana ...risl.rajasthan.gov.in/wp-content/uploads/2017/12/RFP_Full_BTH_Interior... · RFP of Interior work of Bhamashah Technical

RFP of Interior work of Bhamashah Technical Hub,

Jhalana Institutional Area, Jaipur

Page 142 of 225

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 “uppl & I stallatio of Modula Class A fi e‐ 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.

Page 143: RFP of Interior work of Bhamashah Technical Hub, Jhalana ...risl.rajasthan.gov.in/wp-content/uploads/2017/12/RFP_Full_BTH_Interior... · RFP of Interior work of Bhamashah Technical

RFP of Interior work of Bhamashah Technical Hub,

Jhalana Institutional Area, Jaipur

Page 143 of 225

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 Supply & 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.

Page 144: RFP of Interior work of Bhamashah Technical Hub, Jhalana ...risl.rajasthan.gov.in/wp-content/uploads/2017/12/RFP_Full_BTH_Interior... · RFP of Interior work of Bhamashah Technical

RFP of Interior work of Bhamashah Technical Hub,

Jhalana Institutional Area, Jaipur

Page 144 of 225

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.

Page 145: RFP of Interior work of Bhamashah Technical Hub, Jhalana ...risl.rajasthan.gov.in/wp-content/uploads/2017/12/RFP_Full_BTH_Interior... · RFP of Interior work of Bhamashah Technical

RFP of Interior work of Bhamashah Technical Hub,

Jhalana Institutional Area, Jaipur

Page 145 of 225

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.

Page 146: RFP of Interior work of Bhamashah Technical Hub, Jhalana ...risl.rajasthan.gov.in/wp-content/uploads/2017/12/RFP_Full_BTH_Interior... · RFP of Interior work of Bhamashah Technical

RFP of Interior work of Bhamashah Technical Hub,

Jhalana Institutional Area, Jaipur

Page 146 of 225

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

Page 147: RFP of Interior work of Bhamashah Technical Hub, Jhalana ...risl.rajasthan.gov.in/wp-content/uploads/2017/12/RFP_Full_BTH_Interior... · RFP of Interior work of Bhamashah Technical

RFP of Interior work of Bhamashah Technical Hub,

Jhalana Institutional Area, Jaipur

Page 147 of 225

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.

Page 148: RFP of Interior work of Bhamashah Technical Hub, Jhalana ...risl.rajasthan.gov.in/wp-content/uploads/2017/12/RFP_Full_BTH_Interior... · RFP of Interior work of Bhamashah Technical

RFP of Interior work of Bhamashah Technical Hub,

Jhalana Institutional Area, Jaipur

Page 148 of 225

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.

Page 149: RFP of Interior work of Bhamashah Technical Hub, Jhalana ...risl.rajasthan.gov.in/wp-content/uploads/2017/12/RFP_Full_BTH_Interior... · RFP of Interior work of Bhamashah Technical

RFP of Interior work of Bhamashah Technical Hub,

Jhalana Institutional Area, Jaipur

Page 149 of 225

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.

Page 150: RFP of Interior work of Bhamashah Technical Hub, Jhalana ...risl.rajasthan.gov.in/wp-content/uploads/2017/12/RFP_Full_BTH_Interior... · RFP of Interior work of Bhamashah Technical

RFP of Interior work of Bhamashah Technical Hub,

Jhalana Institutional Area, Jaipur

Page 150 of 225

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.

Page 151: RFP of Interior work of Bhamashah Technical Hub, Jhalana ...risl.rajasthan.gov.in/wp-content/uploads/2017/12/RFP_Full_BTH_Interior... · RFP of Interior work of Bhamashah Technical

RFP of Interior work of Bhamashah Technical Hub,

Jhalana Institutional Area, Jaipur

Page 151 of 225

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.

Page 152: RFP of Interior work of Bhamashah Technical Hub, Jhalana ...risl.rajasthan.gov.in/wp-content/uploads/2017/12/RFP_Full_BTH_Interior... · RFP of Interior work of Bhamashah Technical

RFP of Interior work of Bhamashah Technical Hub,

Jhalana Institutional Area, Jaipur

Page 152 of 225

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.

Page 153: RFP of Interior work of Bhamashah Technical Hub, Jhalana ...risl.rajasthan.gov.in/wp-content/uploads/2017/12/RFP_Full_BTH_Interior... · RFP of Interior work of Bhamashah Technical

RFP of Interior work of Bhamashah Technical Hub,

Jhalana Institutional Area, Jaipur

Page 153 of 225

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 designed with

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.

Page 154: RFP of Interior work of Bhamashah Technical Hub, Jhalana ...risl.rajasthan.gov.in/wp-content/uploads/2017/12/RFP_Full_BTH_Interior... · RFP of Interior work of Bhamashah Technical

RFP of Interior work of Bhamashah Technical Hub,

Jhalana Institutional Area, Jaipur

Page 154 of 225

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 o ki g su fa e should e i i u 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.

Page 155: RFP of Interior work of Bhamashah Technical Hub, Jhalana ...risl.rajasthan.gov.in/wp-content/uploads/2017/12/RFP_Full_BTH_Interior... · RFP of Interior work of Bhamashah Technical

RFP of Interior work of Bhamashah Technical Hub,

Jhalana Institutional Area, Jaipur

Page 155 of 225

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 Supply & 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 ‐ 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

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.

Page 156: RFP of Interior work of Bhamashah Technical Hub, Jhalana ...risl.rajasthan.gov.in/wp-content/uploads/2017/12/RFP_Full_BTH_Interior... · RFP of Interior work of Bhamashah Technical

RFP of Interior work of Bhamashah Technical Hub,

Jhalana Institutional Area, Jaipur

Page 156 of 225

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.

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.

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.

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

12 Nos.

Page 157: RFP of Interior work of Bhamashah Technical Hub, Jhalana ...risl.rajasthan.gov.in/wp-content/uploads/2017/12/RFP_Full_BTH_Interior... · RFP of Interior work of Bhamashah Technical

RFP of Interior work of Bhamashah Technical Hub,

Jhalana Institutional Area, Jaipur

Page 157 of 225

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.

Page 158: RFP of Interior work of Bhamashah Technical Hub, Jhalana ...risl.rajasthan.gov.in/wp-content/uploads/2017/12/RFP_Full_BTH_Interior... · RFP of Interior work of Bhamashah Technical

RFP of Interior work of Bhamashah Technical Hub,

Jhalana Institutional Area, Jaipur

Page 158 of 225

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.

7.27.3. Fabric make: “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

e ui ale t olo 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.

Page 159: RFP of Interior work of Bhamashah Technical Hub, Jhalana ...risl.rajasthan.gov.in/wp-content/uploads/2017/12/RFP_Full_BTH_Interior... · RFP of Interior work of Bhamashah Technical

RFP of Interior work of Bhamashah Technical Hub,

Jhalana Institutional Area, Jaipur

Page 159 of 225

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.

Page 160: RFP of Interior work of Bhamashah Technical Hub, Jhalana ...risl.rajasthan.gov.in/wp-content/uploads/2017/12/RFP_Full_BTH_Interior... · RFP of Interior work of Bhamashah Technical

RFP of Interior work of Bhamashah Technical Hub,

Jhalana Institutional Area, Jaipur

Page 160 of 225

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.

Page 161: RFP of Interior work of Bhamashah Technical Hub, Jhalana ...risl.rajasthan.gov.in/wp-content/uploads/2017/12/RFP_Full_BTH_Interior... · RFP of Interior work of Bhamashah Technical

RFP of Interior work of Bhamashah Technical Hub,

Jhalana Institutional Area, Jaipur

Page 161 of 225

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

Page 162: RFP of Interior work of Bhamashah Technical Hub, Jhalana ...risl.rajasthan.gov.in/wp-content/uploads/2017/12/RFP_Full_BTH_Interior... · RFP of Interior work of Bhamashah Technical

RFP of Interior work of Bhamashah Technical Hub,

Jhalana Institutional Area, Jaipur

Page 162 of 225

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.

Page 163: RFP of Interior work of Bhamashah Technical Hub, Jhalana ...risl.rajasthan.gov.in/wp-content/uploads/2017/12/RFP_Full_BTH_Interior... · RFP of Interior work of Bhamashah Technical

RFP of Interior work of Bhamashah Technical Hub,

Jhalana Institutional Area, Jaipur

Page 163 of 225

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

Page 164: RFP of Interior work of Bhamashah Technical Hub, Jhalana ...risl.rajasthan.gov.in/wp-content/uploads/2017/12/RFP_Full_BTH_Interior... · RFP of Interior work of Bhamashah Technical

RFP of Interior work of Bhamashah Technical Hub,

Jhalana Institutional Area, Jaipur

Page 164 of 225

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)

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.

203 Supply Installation Testing and Commissioning of Wireless Presentation &

Collaboration for Education, Training or Any Meeting Environment

1 Nos.

Page 165: RFP of Interior work of Bhamashah Technical Hub, Jhalana ...risl.rajasthan.gov.in/wp-content/uploads/2017/12/RFP_Full_BTH_Interior... · RFP of Interior work of Bhamashah Technical

RFP of Interior work of Bhamashah Technical Hub,

Jhalana Institutional Area, Jaipur

Page 165 of 225

Sl.No. Item Description Quantity Units

1 2 3 4

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.

232 SWITCHING SCALING & ROUTING

Page 166: RFP of Interior work of Bhamashah Technical Hub, Jhalana ...risl.rajasthan.gov.in/wp-content/uploads/2017/12/RFP_Full_BTH_Interior... · RFP of Interior work of Bhamashah Technical

RFP of Interior work of Bhamashah Technical Hub,

Jhalana Institutional Area, Jaipur

Page 166 of 225

Sl.No. Item Description Quantity Units

1 2 3 4

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 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.

260 Supply Installation Testing and Commissioning of 6"/8" Wall Speakers 8 Nos.

261 SWITCHING SCALING & ROUTING

Page 167: RFP of Interior work of Bhamashah Technical Hub, Jhalana ...risl.rajasthan.gov.in/wp-content/uploads/2017/12/RFP_Full_BTH_Interior... · RFP of Interior work of Bhamashah Technical

RFP of Interior work of Bhamashah Technical Hub,

Jhalana Institutional Area, Jaipur

Page 167 of 225

Sl.No. Item Description Quantity Units

1 2 3 4

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.

291 Supply Installation Testing and Commissioning of iPad With Wall Mount Dock 1 Nos.

Page 168: RFP of Interior work of Bhamashah Technical Hub, Jhalana ...risl.rajasthan.gov.in/wp-content/uploads/2017/12/RFP_Full_BTH_Interior... · RFP of Interior work of Bhamashah Technical

RFP of Interior work of Bhamashah Technical Hub,

Jhalana Institutional Area, Jaipur

Page 168 of 225

Sl.No. Item Description Quantity Units

1 2 3 4

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.

317 Supply Installation Testing and Commissioning of Edge Blending Processing

Hardware with 4 Inputs & 44 Outputs configuration + Edge-Blending Server

Software

2 Nos.

Page 169: RFP of Interior work of Bhamashah Technical Hub, Jhalana ...risl.rajasthan.gov.in/wp-content/uploads/2017/12/RFP_Full_BTH_Interior... · RFP of Interior work of Bhamashah Technical

RFP of Interior work of Bhamashah Technical Hub,

Jhalana Institutional Area, Jaipur

Page 169 of 225

Sl.No. Item Description Quantity Units

1 2 3 4

318 Supply Installation Testing and Commissioning of Laser Projector With WUXGA

Resolution

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

Page 170: RFP of Interior work of Bhamashah Technical Hub, Jhalana ...risl.rajasthan.gov.in/wp-content/uploads/2017/12/RFP_Full_BTH_Interior... · RFP of Interior work of Bhamashah Technical

RFP of Interior work of Bhamashah Technical Hub,

Jhalana Institutional Area, Jaipur

Page 170 of 225

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. ________/- ‘upees <i o ds> has ee 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

Page 171: RFP of Interior work of Bhamashah Technical Hub, Jhalana ...risl.rajasthan.gov.in/wp-content/uploads/2017/12/RFP_Full_BTH_Interior... · RFP of Interior work of Bhamashah Technical

RFP of Interior work of Bhamashah Technical Hub,

Jhalana Institutional Area, Jaipur

Page 171 of 225

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: ___________________________

Page 172: RFP of Interior work of Bhamashah Technical Hub, Jhalana ...risl.rajasthan.gov.in/wp-content/uploads/2017/12/RFP_Full_BTH_Interior... · RFP of Interior work of Bhamashah Technical

RFP of Interior work of Bhamashah Technical Hub,

Jhalana Institutional Area, Jaipur

Page 172 of 225

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

Page 173: RFP of Interior work of Bhamashah Technical Hub, Jhalana ...risl.rajasthan.gov.in/wp-content/uploads/2017/12/RFP_Full_BTH_Interior... · RFP of Interior work of Bhamashah Technical

RFP of Interior work of Bhamashah Technical Hub,

Jhalana Institutional Area, Jaipur

Page 173 of 225

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:

Page 174: RFP of Interior work of Bhamashah Technical Hub, Jhalana ...risl.rajasthan.gov.in/wp-content/uploads/2017/12/RFP_Full_BTH_Interior... · RFP of Interior work of Bhamashah Technical

RFP of Interior work of Bhamashah Technical Hub,

Jhalana Institutional Area, Jaipur

Page 174 of 225

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:

Page 175: RFP of Interior work of Bhamashah Technical Hub, Jhalana ...risl.rajasthan.gov.in/wp-content/uploads/2017/12/RFP_Full_BTH_Interior... · RFP of Interior work of Bhamashah Technical

RFP of Interior work of Bhamashah Technical Hub,

Jhalana Institutional Area, Jaipur

Page 175 of 225

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:

Page 176: RFP of Interior work of Bhamashah Technical Hub, Jhalana ...risl.rajasthan.gov.in/wp-content/uploads/2017/12/RFP_Full_BTH_Interior... · RFP of Interior work of Bhamashah Technical

RFP of Interior work of Bhamashah Technical Hub,

Jhalana Institutional Area, Jaipur

Page 176 of 225

ANNEXURE-7: DECLARATION BY BIDDER

{To be submitted by the bidder only on his Letter Head duly signed by Auth. Sign.}

I/ We declare that I am/we are bonafide/ Manufacturers/ Whole Sellers/ Sole distributor/ Authorised dealer/

dealers/ sole selling/ Marketing agent in the goods/ stores/ equipment for which I/ We have quoted.

If this declaration is found to be incorrect then without prejudice to any other action that may be taken, my/

our security may be forfeited in full and the bid, if any, to the extent accepted may be cancelled.

Name of the Bidder: -

Authorised Signatory: -

Seal of the Organization: -

Date:

Place:

Page 177: RFP of Interior work of Bhamashah Technical Hub, Jhalana ...risl.rajasthan.gov.in/wp-content/uploads/2017/12/RFP_Full_BTH_Interior... · RFP of Interior work of Bhamashah Technical

RFP of Interior work of Bhamashah Technical Hub,

Jhalana Institutional Area, Jaipur

Page 177 of 225

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

Page 178: RFP of Interior work of Bhamashah Technical Hub, Jhalana ...risl.rajasthan.gov.in/wp-content/uploads/2017/12/RFP_Full_BTH_Interior... · RFP of Interior work of Bhamashah Technical

RFP of Interior work of Bhamashah Technical Hub,

Jhalana Institutional Area, Jaipur

Page 178 of 225

Name:

Designation:

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

Page 179: RFP of Interior work of Bhamashah Technical Hub, Jhalana ...risl.rajasthan.gov.in/wp-content/uploads/2017/12/RFP_Full_BTH_Interior... · RFP of Interior work of Bhamashah Technical

RFP of Interior work of Bhamashah Technical Hub,

Jhalana Institutional Area, Jaipur

Page 179 of 225

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. …………………………….. Na e & full add ess of the fi He einafter 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,

‘ajastha he ei afte efe ed to as DoIT&C a Ba k Gua a tee from a Nationalised Bank/

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 od o po ate o stituted u de 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 hereby undertake and agree

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.

Page 180: RFP of Interior work of Bhamashah Technical Hub, Jhalana ...risl.rajasthan.gov.in/wp-content/uploads/2017/12/RFP_Full_BTH_Interior... · RFP of Interior work of Bhamashah Technical

RFP of Interior work of Bhamashah Technical Hub,

Jhalana Institutional Area, Jaipur

Page 180 of 225

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)

……………………………………… ………………………………………

Page 181: RFP of Interior work of Bhamashah Technical Hub, Jhalana ...risl.rajasthan.gov.in/wp-content/uploads/2017/12/RFP_Full_BTH_Interior... · RFP of Interior work of Bhamashah Technical

RFP of Interior work of Bhamashah Technical Hub,

Jhalana Institutional Area, Jaipur

Page 181 of 225

……………………………………… ………………………………………

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

Page 182: RFP of Interior work of Bhamashah Technical Hub, Jhalana ...risl.rajasthan.gov.in/wp-content/uploads/2017/12/RFP_Full_BTH_Interior... · RFP of Interior work of Bhamashah Technical

RFP of Interior work of Bhamashah Technical Hub,

Jhalana Institutional Area, Jaipur

Page 182 of 225

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.

Page 183: RFP of Interior work of Bhamashah Technical Hub, Jhalana ...risl.rajasthan.gov.in/wp-content/uploads/2017/12/RFP_Full_BTH_Interior... · RFP of Interior work of Bhamashah Technical

RFP of Interior work of Bhamashah Technical Hub,

Jhalana Institutional Area, Jaipur

Page 183 of 225

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)

Page 184: RFP of Interior work of Bhamashah Technical Hub, Jhalana ...risl.rajasthan.gov.in/wp-content/uploads/2017/12/RFP_Full_BTH_Interior... · RFP of Interior work of Bhamashah Technical

RFP of Interior work of Bhamashah Technical Hub,

Jhalana Institutional Area, Jaipur

Page 184 of 225

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 se i es i the a e set fo th i the ‘FP, along with its enclosures/ annexures and Technical Bid along with subsequent clarifications submitted

by successful bidder.

Page 185: RFP of Interior work of Bhamashah Technical Hub, Jhalana ...risl.rajasthan.gov.in/wp-content/uploads/2017/12/RFP_Full_BTH_Interior... · RFP of Interior work of Bhamashah Technical

RFP of Interior work of Bhamashah Technical Hub,

Jhalana Institutional Area, Jaipur

Page 185 of 225

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

Page 186: RFP of Interior work of Bhamashah Technical Hub, Jhalana ...risl.rajasthan.gov.in/wp-content/uploads/2017/12/RFP_Full_BTH_Interior... · RFP of Interior work of Bhamashah Technical

RFP of Interior work of Bhamashah Technical Hub,

Jhalana Institutional Area, Jaipur

Page 186 of 225

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

Page 187: RFP of Interior work of Bhamashah Technical Hub, Jhalana ...risl.rajasthan.gov.in/wp-content/uploads/2017/12/RFP_Full_BTH_Interior... · RFP of Interior work of Bhamashah Technical

RFP of Interior work of Bhamashah Technical Hub,

Jhalana Institutional Area, Jaipur

Page 187 of 225

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 ……………………………………

Page 188: RFP of Interior work of Bhamashah Technical Hub, Jhalana ...risl.rajasthan.gov.in/wp-content/uploads/2017/12/RFP_Full_BTH_Interior... · RFP of Interior work of Bhamashah Technical

RFP of Interior work of Bhamashah Technical Hub,

Jhalana Institutional Area, Jaipur

Page 188 of 225

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 hi h e p essio 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 o po ated u der 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 Do u e t he ei afte alled 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 bids vide 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 submitted 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 .

Page 189: RFP of Interior work of Bhamashah Technical Hub, Jhalana ...risl.rajasthan.gov.in/wp-content/uploads/2017/12/RFP_Full_BTH_Interior... · RFP of Interior work of Bhamashah Technical

RFP of Interior work of Bhamashah Technical Hub,

Jhalana Institutional Area, Jaipur

Page 189 of 225

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 a d se e all 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 e i ested 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

Page 190: RFP of Interior work of Bhamashah Technical Hub, Jhalana ...risl.rajasthan.gov.in/wp-content/uploads/2017/12/RFP_Full_BTH_Interior... · RFP of Interior work of Bhamashah Technical

RFP of Interior work of Bhamashah Technical Hub,

Jhalana Institutional Area, Jaipur

Page 190 of 225

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:

Page 191: RFP of Interior work of Bhamashah Technical Hub, Jhalana ...risl.rajasthan.gov.in/wp-content/uploads/2017/12/RFP_Full_BTH_Interior... · RFP of Interior work of Bhamashah Technical

RFP of Interior work of Bhamashah Technical Hub,

Jhalana Institutional Area, Jaipur

Page 191 of 225

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:

Page 192: RFP of Interior work of Bhamashah Technical Hub, Jhalana ...risl.rajasthan.gov.in/wp-content/uploads/2017/12/RFP_Full_BTH_Interior... · RFP of Interior work of Bhamashah Technical

RFP of Interior work of Bhamashah Technical Hub,

Jhalana Institutional Area, Jaipur

Page 192 of 225

ANNEXURE-13: PREFERRED MAKES

Preferred list of Makes

S.

No. Item Name Preferred Makes

A Ceiling

1 Rigid PVC coated Baffle False ceiling (with

varying widths)

Hunter Douglas, Armstrong, Pyrotech, Durlum

2 Rigid PVC coated Baffle False ceiling (with

uniform width baffle)

Hunter Douglas, Armstrong, Pyrotech, Durlum

3 Calcium silicate Ceiling Ramco Hilux, Aerolite, Hocre Boards, Supalux

4 Wallpaper on Calcium Board Ceiling KBCC, Daffodil, Equivalent make

5 Rigid PVC Metal Curved Baffle Ceiling Pyrotech, Hunter Douglas, Armstrong

6 Stretch Ceiling Eurosil, Berrisol,

7 Wooden metal Baffles with Triangular

stretched ceiling Highlighters

Hunter Douglas, Armstrong, Pyrotech, Durlum

8 X Desig e A ousti Metal Pla k False ceiling

Hunter Douglas, Armstrong, Pyrotech, Durlum

9 Perforated Metal Ceiling Hunter Douglas, Armstrong, Pyrotech, Durlum

10 Open cell ceiling with combination of Metal

Baffle and Acoustic Fabric

Hunter Douglas, Armstrong, Pyrotech, Durlum

11 Composite Metal and Calcium Silicate Ceiling Hunter Douglas, Armstrong, Pyrotech, Durlum

12 Acoustic Fabric Baffles Hunter Douglas, Armstrong, Pyrotech, Durlum

B Lights

LED Lights: Philips/Wipro/Osram

13 Rectangular Lights with varying widths to

complement Baffle ceiling

Philips/Wipro/Osram/Durlum

14 Round Lights Philips/Wipro/Osram/Durlum

15 Spot Lights Philips/Wipro/Osram/Durlum

16 Cove Lights :LED Strip Light: Philips/Wipro/Osram

17 2'x2' LED Light Panels Philips/Wipro/Osram/Durlum

18 Designer Hanging Lights Philips/Wipro/Osram/Durlum

19 Dynamic Zone Lightings (including wiring,

switches and controllers)

Philips/Wipro/Osram

20 Designer Geometric Lights Philips/Wipro/Osram/Durlum

C Vertical Finishes (Cladding & Partitions)Modular Rigid PVC Metal Paneling:

21 Straight Metal Paneling Pyrotech, Hunter Douglas, Armstrong

22 Modular Metal Rafters (Brown) Pyrotech, Hunter Douglas, Armstrong

23 Modular Printed Metal Paneling Pyrotech, Hunter Douglas, Armstrong

24 RosaliaMarble / Travertine (Silver) cladding As approved by DoIT&C

25 Texture Paint Asianpaints, Nerolac, Berger, Jotun,

26 Paint Assianpaints, Nerolac, Berger

27 Lacquered Glass (Asahi) AIS/Saint Gobain/Modi

28 13mm Thick Acoustic Glass (Asahi) AIS/Saint Gobain/Modi

29 Sand Stone As approved by DoIT&C

Page 193: RFP of Interior work of Bhamashah Technical Hub, Jhalana ...risl.rajasthan.gov.in/wp-content/uploads/2017/12/RFP_Full_BTH_Interior... · RFP of Interior work of Bhamashah Technical

RFP of Interior work of Bhamashah Technical Hub,

Jhalana Institutional Area, Jaipur

Page 193 of 225

Preferred list of Makes

S.

No. Item Name Preferred Makes

30 Sand Stone with designer powder coated

sheet metal / Lacquered glass strips

As approved by DoIT&C

31 Frameless Glass Partition: - AIS/Saint Gobain/Modi.

Fittings : Dorma, Hafele, Ozone, Kich

32 Vertical Garden Florafelt, As approved by DoIT&C

33 Laser Cut Alphabets made up of 316 grade

Stainless Steel

SS Make : Jindal, SAIL or As approved by

DoIT&C

34 Modular Class A fire-rated fabric paneling Pyrotech, Hunter Douglas, Armstrong

35 Curved Modular Rigid PVC Metal Paneling with

wooden grains

Pyrotech, Hunter Douglas, Armstrong

36 Curvilinear / Bent Glass Partition AIS/Saint Gobain/Modi.

Fittings : Dorma, Hafele, Ozone, Kich

37 Backlit Polymer Alumina Tri-Hydrate Cladding

on Columns

Dupont-Corian, Wilsonart

38 Alumina Tri-Hydrate Cladding on walls Dupont-Corian, Wilsonart

39 Folding Glass Partition AIS/Saint Gobain/Modi.

Fittings : Dorma, Hafele, Ozone,

40 Mirrors AIS/Saint Gobain/Modi

41 Printed Lacquered Glass AIS/Saint Gobain/Modi

42 Toughened Glass Partition with Powder coated

Aluminum Extrusions

AIS/Saint Gobain/Modi

Aluminum Sections : Jindal, Hindalco

43 Film for glass partitions. 3M, Garware

44 Designer Composite partition Pyrotech, Hunter Douglas, Armstrong

45 Calcium Silicate Board Partition Ramco Hilux, Aerolite, Hocre Boards, Supalux,

Promat

46 Ceramic Tile Cladding Rak, Hr Jhonson, Kajaria

D Flooring

47 Vitrified Flooring Rak, Hr Jhonson, Kajaria, Nitco

48 Artificial Grass Namgrass, As approved by DoIT&C

49 Acoustic Laminate Flooring Forbo, Tarkett, Armstrong

50 Combination floor (Italian Marble Botticino

and Black/Nero Marquina)

Equivalent make Botticino / Marquina

51 Serving Counter with integrated Cabinets Equivalent make, Dupont-Corian, Wilsonart

52 Acoustic Carpet Flooring Forbo, Tarkett, Armstrong

53 150mm Raised / False Floor with Acoustic

Laminate in Wooden Grains

Unitile, Hewetson/Kingspan Access Floor /

Uniflair

54 Informative Kiosks Pyrotech, Lipidata, E-Connect

55 Alumina Tri-Hydrate display square pedestals

with structure of

Dupont-Corian, Wilsonart

56 12mm Glass Railing with stainless steel AIS/Saint Gobain/Modi

57 7 D experience desk Pyrotech, Evans, Winsted

Page 194: RFP of Interior work of Bhamashah Technical Hub, Jhalana ...risl.rajasthan.gov.in/wp-content/uploads/2017/12/RFP_Full_BTH_Interior... · RFP of Interior work of Bhamashah Technical

RFP of Interior work of Bhamashah Technical Hub,

Jhalana Institutional Area, Jaipur

Page 194 of 225

Preferred list of Makes

S.

No. Item Name Preferred Makes

E Doors

58 Sensor Operated Sliding Glass Door AIS/Saint Gobain/Modi.

Fittings : Dorma, Hafele, Ozone,

59 12mm Glass Doors with fittings (Single /

Double Doors)

AIS/Saint Gobain/Modi.

Fittings : Dorma, Hafele, Ozone,

60 Metal Doors (with OR without Vision Panel) Tata-Pravesh, Pyrotech, Shaktimet

61 Flush Door with laminate finish Alpro Panels, Pyrotech, Diamond Flush Doors

F Underdeck Insulation

62 Underdeck Insulation Aerolam, Equivalent, Supreme

G Loose Furniture

Laminate Greenlam, Merino, Wilson Art

Powder Coating Berger, Nerocot, Jotun

Aluminum Sections Hindalco, Jindal, As approved by DoIT&C

Fabric Camira, As approved by DoIT&C

Tubes TATA, JSW

63 Tea-Table Godrej, Pyrotech, Steel Case, Haworth, Herman

Miller

64 2 seater and 3 seater Sofa Godrej, Pyrotech, Steel Case, Haworth, Herman

Miller

65 Chairs(with headrest) for Conference Room,

Me to s &I esto s oo

Ergohuman

66 Chairs without headrest Ergohuman

67 Reception Table with Back Lit Onyx Stone Equivalent make Botticino / Marquina

68 11 seaterVIP Dining Table with Chairs Godrej, Pyrotech, Steelcase, Herman Miller

69 Square Dining Table with 4 Chairs Godrej, Pyrotech, Steelcase, Herman Miller

70 Round Dining Table with 4 chairs Godrej, Pyrotech, Steelcase, Herman Miller

71 Pantry table with veneer top & integrated

seating

Godrej, Pyrotech, Steelcase, Herman Miller

72 Wooden Dining Table with round stools Godrej, Pyrotech, Steelcase, Herman Miller

73 Designer Corian Reception Table (Hung

through Heavy Duty cables) With Chair

Godrej, Pyrotech, Steel Case, Haworth, Herman

Miller

74 Office Desk Type 1 Godrej, Pyrotech, Steel Case, Haworth, Herman

Miller

75 Free Standing Pedestal (One for every single

120 degreeworkstation desk)

Godrej, Pyrotech, Steel Case, Haworth, Herman

Miller

76 Office Desk Type 2 Godrej, Pyrotech, Steel Case, Haworth, Herman

Miller

77 Free Standing Side Runner (One for every

linear workstation)

Godrej, Pyrotech, Steel Case, Haworth, Herman

Miller

78 Collaborative Meeting Table with Partition

and Chair

Godrej, Pyrotech, Steel Case, Haworth, Herman

Miller

Page 195: RFP of Interior work of Bhamashah Technical Hub, Jhalana ...risl.rajasthan.gov.in/wp-content/uploads/2017/12/RFP_Full_BTH_Interior... · RFP of Interior work of Bhamashah Technical

RFP of Interior work of Bhamashah Technical Hub,

Jhalana Institutional Area, Jaipur

Page 195 of 225

Preferred list of Makes

S.

No. Item Name Preferred Makes

79 Auditorium Chairs As approved by DoIT&C

80 Conference table Godrej, Pyrotech, Steel Case, Haworth, Herman

Miller

81 Collaborative Seating Stools Steel Case, Haworth, Herman Miller, Pyrotech,

82 Cabin Table Godrej, Pyrotech, Steel Case, Haworth, Herman

Miller

83 Open Collaborative Meeting Steel Case, Haworth, Herman Miller, Pyrotech,

84 Hex-Cube Steel Case, Haworth, Herman Miller, Pyrotech,

85 High back Chat chair Steel Case, Haworth, Herman Miller, Pyrotech,

86 Low back chat chair Steel Case, Haworth, Herman Miller, Pyrotech,

87 Telephone Booth 1 (Open type) Steel Case, Haworth, Herman Miller, Pyrotech,

88 Telephone Booth 2 (Enclosure) Steel Case, Haworth, Herman Miller, Pyrotech,

89 Wall mounted Telephone hood Steel Case, Haworth, Herman Miller, Pyrotech,

90 Open Collaborative Conference Steel Case, Haworth, Herman Miller, Pyrotech,

91 Hot Seat Steel Case, Haworth, Herman Miller, Pyrotech,

92 Storage Steel Case, Haworth, Herman Miller, Pyrotech,

93 Open Filing Cabinets Steel Case, Haworth, Herman Miller, Pyrotech,

94 Dustbins/Recycling Units Steel Case, Haworth, Herman Miller, Pyrotech,

95 Training Tables Pyrotech, Evans, Winsted

96 Stackable Training Tables Godrej, Pyrotech, Steel Case, Haworth, Herman

Miller

97 Lobby Furniture 1 Steel Case, Haworth, Herman Miller, Pyrotech,

98 Lobby Furniture 2 Steel Case, Haworth, Herman Miller, Pyrotech,

99 Lobby Furniture 3 Steel Case, Haworth, Herman Miller, Pyrotech,

100 Training Chairs Godrej, Pyrotech, Steel Case, Haworth, Herman

Miller

H Modular Cabins

101 Modular Cabins Steel Case, Haworth, Herman Miller, Pyrotech,

I Rest Pods and gym equipments

102 Rest Pods Steel Case, Haworth, Herman Miller, Pyrotech

J Gym Equipment Powermax/Bodysolid/ Steelflex, Equivalent

make

103 Cross Trainer Powermax/Bodysolid/ Steelflex, Equivalent

make

104 Rowers Powermax/Bodysolid/ Steelflex, Equivalent

make

105 Power Vibrators Powermax/Bodysolid/ Steelflex, Equivalent

make

106 Exercise Bikes Powermax/Bodysolid/ Steelflex, Equivalent

make

Page 196: RFP of Interior work of Bhamashah Technical Hub, Jhalana ...risl.rajasthan.gov.in/wp-content/uploads/2017/12/RFP_Full_BTH_Interior... · RFP of Interior work of Bhamashah Technical

RFP of Interior work of Bhamashah Technical Hub,

Jhalana Institutional Area, Jaipur

Page 196 of 225

Preferred list of Makes

S.

No. Item Name Preferred Makes

107 Cross Fits Powermax/Bodysolid/ Steelflex, Equivalent

make

108 Dumbells Plates Powermax/Bodysolid/ Steelflex, Equivalent

make

109 Tread Mill Powermax/Bodysolid/ Steelflex, Equivalent

make

K Decorative Items

110 Acrylic Display Unit outer side of Kitchen Area As approved by DoIT&C

111 Raceways for Conference and meeting rooms As approved by DoIT&C

112 Buddha Motif with Platform& Waterbody As approved by DoIT&C

Audio Visual Items

113 LED Videowall , Controller & Processor Barco / Delta / mitsubishi

114 Projector Digital projection / Sony / Vivitek

115 LCD Displays Philips / Sony / Delta / Vivitek

116 Interactive Displays Philips / Sony / Delta / Vivitek

117 Signage Software Scala / Stratacache / One LAN

118 Audio System Shure / Apart Audio / Biamp

119 VC System Sony / Polycom / Cisco

120 Rack system Rittal /WQ/Pyrotech /Schneider /Valrack or

equivalent

121 LCD panel mounting brackets Tono/Abtus/Custom

122 A/V Cables & Connectors Sommer/Kramer/Extron/Ice +

Amphenol/Neutrik / Opticis

123 VC System Kramer/Extron/Opticis/Ubiquity/Apple

124 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.

Page 197: RFP of Interior work of Bhamashah Technical Hub, Jhalana ...risl.rajasthan.gov.in/wp-content/uploads/2017/12/RFP_Full_BTH_Interior... · RFP of Interior work of Bhamashah Technical

RFP of Interior work of Bhamashah Technical Hub,

Jhalana Institutional Area, Jaipur

Page 197 of 225

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

Page 198: RFP of Interior work of Bhamashah Technical Hub, Jhalana ...risl.rajasthan.gov.in/wp-content/uploads/2017/12/RFP_Full_BTH_Interior... · RFP of Interior work of Bhamashah Technical

RFP of Interior work of Bhamashah Technical Hub,

Jhalana Institutional Area, Jaipur

Page 198 of 225

2.1. Confidential and Proprietary Information disclosed by the DoIT&C and/or other departments/PSU

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

Page 199: RFP of Interior work of Bhamashah Technical Hub, Jhalana ...risl.rajasthan.gov.in/wp-content/uploads/2017/12/RFP_Full_BTH_Interior... · RFP of Interior work of Bhamashah Technical

RFP of Interior work of Bhamashah Technical Hub,

Jhalana Institutional Area, Jaipur

Page 199 of 225

also been agreed by the parties that if there will be any breach or violation of the terms of

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.

Page 200: RFP of Interior work of Bhamashah Technical Hub, Jhalana ...risl.rajasthan.gov.in/wp-content/uploads/2017/12/RFP_Full_BTH_Interior... · RFP of Interior work of Bhamashah Technical

RFP of Interior work of Bhamashah Technical Hub,

Jhalana Institutional Area, Jaipur

Page 200 of 225

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

Page 201: RFP of Interior work of Bhamashah Technical Hub, Jhalana ...risl.rajasthan.gov.in/wp-content/uploads/2017/12/RFP_Full_BTH_Interior... · RFP of Interior work of Bhamashah Technical

RFP of Interior work of Bhamashah Technical Hub,

Jhalana Institutional Area, Jaipur

Page 201 of 225

ANNEXURE-15: DRAWINGS

2D Drawing

Page 202: RFP of Interior work of Bhamashah Technical Hub, Jhalana ...risl.rajasthan.gov.in/wp-content/uploads/2017/12/RFP_Full_BTH_Interior... · RFP of Interior work of Bhamashah Technical

RFP of Interior work of Bhamashah Technical Hub,

Jhalana Institutional Area, Jaipur

Page 202 of 225

Page 203: RFP of Interior work of Bhamashah Technical Hub, Jhalana ...risl.rajasthan.gov.in/wp-content/uploads/2017/12/RFP_Full_BTH_Interior... · RFP of Interior work of Bhamashah Technical

RFP of Interior work of Bhamashah Technical Hub,

Jhalana Institutional Area, Jaipur

Page 203 of 225

Page 204: RFP of Interior work of Bhamashah Technical Hub, Jhalana ...risl.rajasthan.gov.in/wp-content/uploads/2017/12/RFP_Full_BTH_Interior... · RFP of Interior work of Bhamashah Technical

RFP of Interior work of Bhamashah Technical Hub,

Jhalana Institutional Area, Jaipur

Page 204 of 225

Page 205: RFP of Interior work of Bhamashah Technical Hub, Jhalana ...risl.rajasthan.gov.in/wp-content/uploads/2017/12/RFP_Full_BTH_Interior... · RFP of Interior work of Bhamashah Technical

RFP of Interior work of Bhamashah Technical Hub,

Jhalana Institutional Area, Jaipur

Page 205 of 225

Page 206: RFP of Interior work of Bhamashah Technical Hub, Jhalana ...risl.rajasthan.gov.in/wp-content/uploads/2017/12/RFP_Full_BTH_Interior... · RFP of Interior work of Bhamashah Technical

RFP of Interior work of Bhamashah Technical Hub,

Jhalana Institutional Area, Jaipur

Page 206 of 225

Ground Floor

Page 207: RFP of Interior work of Bhamashah Technical Hub, Jhalana ...risl.rajasthan.gov.in/wp-content/uploads/2017/12/RFP_Full_BTH_Interior... · RFP of Interior work of Bhamashah Technical

RFP of Interior work of Bhamashah Technical Hub,

Jhalana Institutional Area, Jaipur

Page 207 of 225

Page 208: RFP of Interior work of Bhamashah Technical Hub, Jhalana ...risl.rajasthan.gov.in/wp-content/uploads/2017/12/RFP_Full_BTH_Interior... · RFP of Interior work of Bhamashah Technical

RFP of Interior work of Bhamashah Technical Hub,

Jhalana Institutional Area, Jaipur

Page 208 of 225

Page 209: RFP of Interior work of Bhamashah Technical Hub, Jhalana ...risl.rajasthan.gov.in/wp-content/uploads/2017/12/RFP_Full_BTH_Interior... · RFP of Interior work of Bhamashah Technical

RFP of Interior work of Bhamashah Technical Hub,

Jhalana Institutional Area, Jaipur

Page 209 of 225

1st Floor

Page 210: RFP of Interior work of Bhamashah Technical Hub, Jhalana ...risl.rajasthan.gov.in/wp-content/uploads/2017/12/RFP_Full_BTH_Interior... · RFP of Interior work of Bhamashah Technical

RFP of Interior work of Bhamashah Technical Hub,

Jhalana Institutional Area, Jaipur

Page 210 of 225

Page 211: RFP of Interior work of Bhamashah Technical Hub, Jhalana ...risl.rajasthan.gov.in/wp-content/uploads/2017/12/RFP_Full_BTH_Interior... · RFP of Interior work of Bhamashah Technical

RFP of Interior work of Bhamashah Technical Hub,

Jhalana Institutional Area, Jaipur

Page 211 of 225

Page 212: RFP of Interior work of Bhamashah Technical Hub, Jhalana ...risl.rajasthan.gov.in/wp-content/uploads/2017/12/RFP_Full_BTH_Interior... · RFP of Interior work of Bhamashah Technical

RFP of Interior work of Bhamashah Technical Hub,

Jhalana Institutional Area, Jaipur

Page 212 of 225

2nd Floor

Page 213: RFP of Interior work of Bhamashah Technical Hub, Jhalana ...risl.rajasthan.gov.in/wp-content/uploads/2017/12/RFP_Full_BTH_Interior... · RFP of Interior work of Bhamashah Technical

RFP of Interior work of Bhamashah Technical Hub,

Jhalana Institutional Area, Jaipur

Page 213 of 225

Page 214: RFP of Interior work of Bhamashah Technical Hub, Jhalana ...risl.rajasthan.gov.in/wp-content/uploads/2017/12/RFP_Full_BTH_Interior... · RFP of Interior work of Bhamashah Technical

RFP of Interior work of Bhamashah Technical Hub,

Jhalana Institutional Area, Jaipur

Page 214 of 225

Page 215: RFP of Interior work of Bhamashah Technical Hub, Jhalana ...risl.rajasthan.gov.in/wp-content/uploads/2017/12/RFP_Full_BTH_Interior... · RFP of Interior work of Bhamashah Technical

RFP of Interior work of Bhamashah Technical Hub,

Jhalana Institutional Area, Jaipur

Page 215 of 225

Page 216: RFP of Interior work of Bhamashah Technical Hub, Jhalana ...risl.rajasthan.gov.in/wp-content/uploads/2017/12/RFP_Full_BTH_Interior... · RFP of Interior work of Bhamashah Technical

RFP of Interior work of Bhamashah Technical Hub,

Jhalana Institutional Area, Jaipur

Page 216 of 225

Page 217: RFP of Interior work of Bhamashah Technical Hub, Jhalana ...risl.rajasthan.gov.in/wp-content/uploads/2017/12/RFP_Full_BTH_Interior... · RFP of Interior work of Bhamashah Technical

RFP of Interior work of Bhamashah Technical Hub,

Jhalana Institutional Area, Jaipur

Page 217 of 225

3rd Floor

Page 218: RFP of Interior work of Bhamashah Technical Hub, Jhalana ...risl.rajasthan.gov.in/wp-content/uploads/2017/12/RFP_Full_BTH_Interior... · RFP of Interior work of Bhamashah Technical

RFP of Interior work of Bhamashah Technical Hub,

Jhalana Institutional Area, Jaipur

Page 218 of 225

Page 219: RFP of Interior work of Bhamashah Technical Hub, Jhalana ...risl.rajasthan.gov.in/wp-content/uploads/2017/12/RFP_Full_BTH_Interior... · RFP of Interior work of Bhamashah Technical

RFP of Interior work of Bhamashah Technical Hub,

Jhalana Institutional Area, Jaipur

Page 219 of 225

7th and 8th Floor

Page 220: RFP of Interior work of Bhamashah Technical Hub, Jhalana ...risl.rajasthan.gov.in/wp-content/uploads/2017/12/RFP_Full_BTH_Interior... · RFP of Interior work of Bhamashah Technical

RFP of Interior work of Bhamashah Technical Hub,

Jhalana Institutional Area, Jaipur

Page 220 of 225

Page 221: RFP of Interior work of Bhamashah Technical Hub, Jhalana ...risl.rajasthan.gov.in/wp-content/uploads/2017/12/RFP_Full_BTH_Interior... · RFP of Interior work of Bhamashah Technical

RFP of Interior work of Bhamashah Technical Hub,

Jhalana Institutional Area, Jaipur

Page 221 of 225

Page 222: RFP of Interior work of Bhamashah Technical Hub, Jhalana ...risl.rajasthan.gov.in/wp-content/uploads/2017/12/RFP_Full_BTH_Interior... · RFP of Interior work of Bhamashah Technical

RFP of Interior work of Bhamashah Technical Hub,

Jhalana Institutional Area, Jaipur

Page 222 of 225

Page 223: RFP of Interior work of Bhamashah Technical Hub, Jhalana ...risl.rajasthan.gov.in/wp-content/uploads/2017/12/RFP_Full_BTH_Interior... · RFP of Interior work of Bhamashah Technical

RFP of Interior work of Bhamashah Technical Hub,

Jhalana Institutional Area, Jaipur

Page 223 of 225

Page 224: RFP of Interior work of Bhamashah Technical Hub, Jhalana ...risl.rajasthan.gov.in/wp-content/uploads/2017/12/RFP_Full_BTH_Interior... · RFP of Interior work of Bhamashah Technical

RFP of Interior work of Bhamashah Technical Hub,

Jhalana Institutional Area, Jaipur

Page 224 of 225

Page 225: RFP of Interior work of Bhamashah Technical Hub, Jhalana ...risl.rajasthan.gov.in/wp-content/uploads/2017/12/RFP_Full_BTH_Interior... · RFP of Interior work of Bhamashah Technical

RFP of Interior work of Bhamashah Technical Hub,

Jhalana Institutional Area, Jaipur

Page 225 of 225

Note: The missing views and others can see in the office.