tender document for the furnishing work (i nterior ... · & hvac works etc in composite) of...

72
TENDER DOCUMENT FOR THE FURNISHI & HVAC WORKS ETC IN COMPOSITE) OF TENDER DOCUMENT FOR T ELECTRICAL,LAN,FIRE ALA REGIONAL OFFICE, IFCI LTD B ING WORK (INTERIOR DECORATION, ELECTRICAL,LAN,F F REGIONAL OFFICE, IFCI Ltd. AT BHUBANESWAR THE FURNISHING WORK (INTERIOR DEC ARM ,CIVIL & HVAC WORKS ETC IN COMP D. AT BHAWANI MALL(SAHEED NAGAR),BH TENDER DOCUMENT MANAGER IFCI Ltd HIG – 4/8, BDA COLONY, CHANDRASEKHARPUR, BHUBANESWAR – 751016. FIRE ALARM ,CIVIL CORATION, POSITE) OF HUBANESWAR

Upload: others

Post on 18-Jan-2020

2 views

Category:

Documents


0 download

TRANSCRIPT

TENDER DOCUMENT FOR THE FURNISHING WORK (INTERIOR DECORATION, ELECTRICAL,LAN,FIRE ALARM ,CIVIL& HVAC WORKS ETC IN COMPOSITE) OF REGIONAL OFFICE, IFCI Ltd. AT BHUBANESWAR

Page 1 of 44

TENDER DOCUMENT FOR THE FURNISHING WORK (INTERIOR DECORATION,ELECTRICAL,LAN,FIRE ALARM ,CIVIL & HVAC WORKS ETC IN COMPOSITE) OF

REGIONAL OFFICE, IFCI LTD. AT BHAWANI MALL(SAHEED NAGAR),BHUBANESWAR

TENDER DOCUMENT

MANAGERIFCI Ltd

HIG – 4/8, BDA COLONY,CHANDRASEKHARPUR,

BHUBANESWAR – 751016.

TENDER DOCUMENT FOR THE FURNISHING WORK (INTERIOR DECORATION, ELECTRICAL,LAN,FIRE ALARM ,CIVIL& HVAC WORKS ETC IN COMPOSITE) OF REGIONAL OFFICE, IFCI Ltd. AT BHUBANESWAR

Page 1 of 44

TENDER DOCUMENT FOR THE FURNISHING WORK (INTERIOR DECORATION,ELECTRICAL,LAN,FIRE ALARM ,CIVIL & HVAC WORKS ETC IN COMPOSITE) OF

REGIONAL OFFICE, IFCI LTD. AT BHAWANI MALL(SAHEED NAGAR),BHUBANESWAR

TENDER DOCUMENT

MANAGERIFCI Ltd

HIG – 4/8, BDA COLONY,CHANDRASEKHARPUR,

BHUBANESWAR – 751016.

TENDER DOCUMENT FOR THE FURNISHING WORK (INTERIOR DECORATION, ELECTRICAL,LAN,FIRE ALARM ,CIVIL& HVAC WORKS ETC IN COMPOSITE) OF REGIONAL OFFICE, IFCI Ltd. AT BHUBANESWAR

Page 1 of 44

TENDER DOCUMENT FOR THE FURNISHING WORK (INTERIOR DECORATION,ELECTRICAL,LAN,FIRE ALARM ,CIVIL & HVAC WORKS ETC IN COMPOSITE) OF

REGIONAL OFFICE, IFCI LTD. AT BHAWANI MALL(SAHEED NAGAR),BHUBANESWAR

TENDER DOCUMENT

MANAGERIFCI Ltd

HIG – 4/8, BDA COLONY,CHANDRASEKHARPUR,

BHUBANESWAR – 751016.

TENDER DOCUMENT FOR THE FURNISHING WORK (INTERIOR DECORATION, ELECTRICAL,LAN,FIRE ALARM ,CIVIL& HVAC WORKS ETC IN COMPOSITE) OF REGIONAL OFFICE, IFCI Ltd. AT BHUBANESWAR

Page 2 of 44

CONTENTS

1. INSTRUCTION TO BIDDERS (ITB)

2. Article – 1:- SPECIAL CONDITIONS

3 Article – 2:- SITE AND SCOPE OF WORK

4. Article – 3:- MEASUREMENT, BILLING & PAYMENT

5. Article – 4:- MISCELLANEOUS INFORMATIONS

6. GENERAL CONDITIONS OF CONTRACT

7. ANNEXURES

8. AGREEMENT

9. SPECIFICATION FOR ELECTRIFICATION

10. SPECIFICATION FOR AIR CONDITIONING

11. LIST OF APPROVED MATERIALS

12. DRAWINGS

13. BILL OF QUANTITIES

TENDER DOCUMENT FOR THE FURNISHING WORK (INTERIOR DECORATION, ELECTRICAL,LAN,FIRE ALARM ,CIVIL& HVAC WORKS ETC IN COMPOSITE) OF REGIONAL OFFICE, IFCI Ltd. AT BHUBANESWAR

Page 2 of 44

CONTENTS

1. INSTRUCTION TO BIDDERS (ITB)

2. Article – 1:- SPECIAL CONDITIONS

3 Article – 2:- SITE AND SCOPE OF WORK

4. Article – 3:- MEASUREMENT, BILLING & PAYMENT

5. Article – 4:- MISCELLANEOUS INFORMATIONS

6. GENERAL CONDITIONS OF CONTRACT

7. ANNEXURES

8. AGREEMENT

9. SPECIFICATION FOR ELECTRIFICATION

10. SPECIFICATION FOR AIR CONDITIONING

11. LIST OF APPROVED MATERIALS

12. DRAWINGS

13. BILL OF QUANTITIES

TENDER DOCUMENT FOR THE FURNISHING WORK (INTERIOR DECORATION, ELECTRICAL,LAN,FIRE ALARM ,CIVIL& HVAC WORKS ETC IN COMPOSITE) OF REGIONAL OFFICE, IFCI Ltd. AT BHUBANESWAR

Page 2 of 44

CONTENTS

1. INSTRUCTION TO BIDDERS (ITB)

2. Article – 1:- SPECIAL CONDITIONS

3 Article – 2:- SITE AND SCOPE OF WORK

4. Article – 3:- MEASUREMENT, BILLING & PAYMENT

5. Article – 4:- MISCELLANEOUS INFORMATIONS

6. GENERAL CONDITIONS OF CONTRACT

7. ANNEXURES

8. AGREEMENT

9. SPECIFICATION FOR ELECTRIFICATION

10. SPECIFICATION FOR AIR CONDITIONING

11. LIST OF APPROVED MATERIALS

12. DRAWINGS

13. BILL OF QUANTITIES

TENDER DOCUMENT FOR THE FURNISHING WORK (INTERIOR DECORATION, ELECTRICAL,LAN,FIRE ALARM ,CIVIL& HVAC WORKS ETC IN COMPOSITE) OF REGIONAL OFFICE, IFCI Ltd. AT BHUBANESWAR

Page 3 of 44

IFCI INTRODUCTION

IFCI Ltd., (IFCI) is the first Development Financial Institution of India (DFI), was set up in1948, having its Registered Office at IFCI Tower, 61 Nehru Place, New Delhi-110019 with pan-India presence across 18 key locations. IFCI is a Government of India Undertaking under theMinistry of Finance.

INSTRUCTIONS TO BIDDERS (ITB)

1. Name of Work: Furnishing Work (Interior, Electrical, LAN , Fire Alarm, Civil & HVACWorks, etc. in Composite) of Regional Office, IFCI Ltd. at Bhawani Mall, Saheed Nagar,Bhubaneswar.

2. IFCI Ltd. (IFCI) invites bids by E-tender system in two bid system (Technical &Financial Bid) from experienced and reputed, contractors, agencies/firms engaged inFURNISHING WORK (INTERIOR, ELECTRICAL,LAN,FIRE ALARM,CIVIL & HVAC WORKSetc. in Composite) having a minimum experience of seven (07) year in the field, asunder :-

1. Name of Work : FURNISHING WORK (INTERIOR,ELECTRICAL, LAN , FIRE ALARM,CIVIL &HVAC WORKS ETC IN COMPOSITE) OFREGIONAL OFFICE, IFCI LTD. AT BHAWANIMALL,SAHEED NAGAR, BHUBANESWAR.

2. Tender Document Cost : Rs. 2,000/- (Non Refundable)3. Earnest Money Deposit(EMD) : Rs. 91,000/-4. Site Inspection : On 15.12.2015 at site from 11:00 Hrs. to

17:00 Hrs.5. Pre Bid Meeting : On 16.12.2015 at 14:30 Hrs.6. Date of downloading of tender

document: Upto 27.12.2015 (17:00 Hrs.) from

http://ifci.etenders.in7. Deposit of Cost of tender

document ,EMD including inoriginal

: Up to 23.12.2015 (15:00 Hrs.) atManagerIFCI Ltd.,HIG – 4/8,BDA COLONY,CHANDRASEKHARPUR,BHUBANESWAR – 751016

8. Last date and time ofsubmission of electronic bid

: 28.12.2015 upto 15:00Hrs. onhttp://ifci.etenders.in

9. Opening of Technical bid : On 29.12.2015 at 15:00 Hrs. onhttp://ifci.etenders.in

10. Opening of Financial Bid : On http://ifci.etenders.in and To be intimatedseparately to the qualified bidders.

11. Time of completion : SIXTY (60) days from the date of issue ofLetter of Intent (LOI) /Award of Work.

The bids are to be submitted on line in electronic format on website http://ifci.etenders.in .Bidder may download Tender Document along with terms and conditions from IFCI websitewww.ifciltd.com. However, for participating in the tender, it is mandatory to download &TENDER DOCUMENT FOR THE FURNISHING WORK (INTERIOR DECORATION, ELECTRICAL,LAN,FIRE ALARM ,CIVIL& HVAC WORKS ETC IN COMPOSITE) OF REGIONAL OFFICE, IFCI Ltd. AT BHUBANESWAR

Page 3 of 44

IFCI INTRODUCTION

IFCI Ltd., (IFCI) is the first Development Financial Institution of India (DFI), was set up in1948, having its Registered Office at IFCI Tower, 61 Nehru Place, New Delhi-110019 with pan-India presence across 18 key locations. IFCI is a Government of India Undertaking under theMinistry of Finance.

INSTRUCTIONS TO BIDDERS (ITB)

1. Name of Work: Furnishing Work (Interior, Electrical, LAN , Fire Alarm, Civil & HVACWorks, etc. in Composite) of Regional Office, IFCI Ltd. at Bhawani Mall, Saheed Nagar,Bhubaneswar.

2. IFCI Ltd. (IFCI) invites bids by E-tender system in two bid system (Technical &Financial Bid) from experienced and reputed, contractors, agencies/firms engaged inFURNISHING WORK (INTERIOR, ELECTRICAL,LAN,FIRE ALARM,CIVIL & HVAC WORKSetc. in Composite) having a minimum experience of seven (07) year in the field, asunder :-

1. Name of Work : FURNISHING WORK (INTERIOR,ELECTRICAL, LAN , FIRE ALARM,CIVIL &HVAC WORKS ETC IN COMPOSITE) OFREGIONAL OFFICE, IFCI LTD. AT BHAWANIMALL,SAHEED NAGAR, BHUBANESWAR.

2. Tender Document Cost : Rs. 2,000/- (Non Refundable)3. Earnest Money Deposit(EMD) : Rs. 91,000/-4. Site Inspection : On 15.12.2015 at site from 11:00 Hrs. to

17:00 Hrs.5. Pre Bid Meeting : On 16.12.2015 at 14:30 Hrs.6. Date of downloading of tender

document: Upto 27.12.2015 (17:00 Hrs.) from

http://ifci.etenders.in7. Deposit of Cost of tender

document ,EMD including inoriginal

: Up to 23.12.2015 (15:00 Hrs.) atManagerIFCI Ltd.,HIG – 4/8,BDA COLONY,CHANDRASEKHARPUR,BHUBANESWAR – 751016

8. Last date and time ofsubmission of electronic bid

: 28.12.2015 upto 15:00Hrs. onhttp://ifci.etenders.in

9. Opening of Technical bid : On 29.12.2015 at 15:00 Hrs. onhttp://ifci.etenders.in

10. Opening of Financial Bid : On http://ifci.etenders.in and To be intimatedseparately to the qualified bidders.

11. Time of completion : SIXTY (60) days from the date of issue ofLetter of Intent (LOI) /Award of Work.

The bids are to be submitted on line in electronic format on website http://ifci.etenders.in .Bidder may download Tender Document along with terms and conditions from IFCI websitewww.ifciltd.com. However, for participating in the tender, it is mandatory to download &TENDER DOCUMENT FOR THE FURNISHING WORK (INTERIOR DECORATION, ELECTRICAL,LAN,FIRE ALARM ,CIVIL& HVAC WORKS ETC IN COMPOSITE) OF REGIONAL OFFICE, IFCI Ltd. AT BHUBANESWAR

Page 3 of 44

IFCI INTRODUCTION

IFCI Ltd., (IFCI) is the first Development Financial Institution of India (DFI), was set up in1948, having its Registered Office at IFCI Tower, 61 Nehru Place, New Delhi-110019 with pan-India presence across 18 key locations. IFCI is a Government of India Undertaking under theMinistry of Finance.

INSTRUCTIONS TO BIDDERS (ITB)

1. Name of Work: Furnishing Work (Interior, Electrical, LAN , Fire Alarm, Civil & HVACWorks, etc. in Composite) of Regional Office, IFCI Ltd. at Bhawani Mall, Saheed Nagar,Bhubaneswar.

2. IFCI Ltd. (IFCI) invites bids by E-tender system in two bid system (Technical &Financial Bid) from experienced and reputed, contractors, agencies/firms engaged inFURNISHING WORK (INTERIOR, ELECTRICAL,LAN,FIRE ALARM,CIVIL & HVAC WORKSetc. in Composite) having a minimum experience of seven (07) year in the field, asunder :-

1. Name of Work : FURNISHING WORK (INTERIOR,ELECTRICAL, LAN , FIRE ALARM,CIVIL &HVAC WORKS ETC IN COMPOSITE) OFREGIONAL OFFICE, IFCI LTD. AT BHAWANIMALL,SAHEED NAGAR, BHUBANESWAR.

2. Tender Document Cost : Rs. 2,000/- (Non Refundable)3. Earnest Money Deposit(EMD) : Rs. 91,000/-4. Site Inspection : On 15.12.2015 at site from 11:00 Hrs. to

17:00 Hrs.5. Pre Bid Meeting : On 16.12.2015 at 14:30 Hrs.6. Date of downloading of tender

document: Upto 27.12.2015 (17:00 Hrs.) from

http://ifci.etenders.in7. Deposit of Cost of tender

document ,EMD including inoriginal

: Up to 23.12.2015 (15:00 Hrs.) atManagerIFCI Ltd.,HIG – 4/8,BDA COLONY,CHANDRASEKHARPUR,BHUBANESWAR – 751016

8. Last date and time ofsubmission of electronic bid

: 28.12.2015 upto 15:00Hrs. onhttp://ifci.etenders.in

9. Opening of Technical bid : On 29.12.2015 at 15:00 Hrs. onhttp://ifci.etenders.in

10. Opening of Financial Bid : On http://ifci.etenders.in and To be intimatedseparately to the qualified bidders.

11. Time of completion : SIXTY (60) days from the date of issue ofLetter of Intent (LOI) /Award of Work.

The bids are to be submitted on line in electronic format on website http://ifci.etenders.in .Bidder may download Tender Document along with terms and conditions from IFCI websitewww.ifciltd.com. However, for participating in the tender, it is mandatory to download &

TENDER DOCUMENT FOR THE FURNISHING WORK (INTERIOR DECORATION, ELECTRICAL,LAN,FIRE ALARM ,CIVIL& HVAC WORKS ETC IN COMPOSITE) OF REGIONAL OFFICE, IFCI Ltd. AT BHUBANESWAR

Page 4 of 44

submit the tender from the http://ifci.etenders.in website only. The bidders are requested tosubmit their bids prior to last date of submission to avoid non-submission of their bids due tonon-availability of/hanging of website in last moments or any reason whatsoever. Either IFCI orthe E-Tendering service provider shall not be responsible for any issues such as internetconnectivity or internet browser etc. The last date of submission of bids will not be extended ifsystem is hang up in last hours or congestion. IFCI reserves the right to reject all or anytender wholly or partly without assigning any reason whatsoever.

3. Bidders who wish to participate in this tender will have to register on linehttp://ifci.etenders.in. To participate in online tenders, bidders will have to procureDigital Signature Certificate (Type-II or Type-III) as per information Technology Act-2000using which they can sign their electronic bids. Bidders can procure the same from anyCCA approved certifying agency etc. or they may contact IFCI E-tender service providerM/s Nextenders India (P) Ltd., Contact No.: 020-30187500 (Help Desk 09:30 AM to05:30PM on all working days.) email : [email protected] who already have a valid Digital Certificate need not to procure a new DigitalCertificate. The bidders are requested to read carefully the user manualavailable on website http://ifci.etenders.in before initiating the process of E-Tendering.

4. Bidder shall submit their offer online in electronic format both for “Technical” and“Financial bid”. However, cost of tender document and Earnest Money Deposit (EMD) asprescribed, in original should be submitted physically in the office of Manager, IFCI Ltd.,HIG-4/8,BDA Colony, Chandrasekharpur, Bhubaneswar- 751016 on all working daysduring working hours before the last date and time of submission of bid.

5. Before electronically submitting the tenders, it should be ensured that all the tenderpapers are digitally signed by the bidders.

6. On Line submission of bids: The online bidders will have to be digitally signed andsubmitted in time specified on website http://ifci.etenders.in the following manner:-

a) Envelope-I: Technical Bid: Scanned Copies to be uploaded (.pdf):-

i) The bidder will have to deposit cost of tender document Rs.2,000/-(TwoThousand Only) (non-refundable) and EMD Rs.91,000/-(Rupees Ninety OneThousand Only) in the form of Demand Draft/Pay Order (PO) drawn on anyNationalized/Schedule bank in favour of “IFCI Ltd. ” payable at Bhubaneswarbefore opening of “Technical Bid” in the office of Manager, IFCI Ltd., HIG-4/8,BDA Colony, Chandrasekharpur, Bhubaneswar- 751016 and obtain areceipt thereof and they shall upload the receipt as proof of depositing tenderdocument cost and EMD (scanned copies) along with technical bid. Otherwisethe bid in electronic form will not be considered.

ii) The technical information has to be prepared very carefully as indicated in thetender document since it will be the basis for the pre- qualification of bidders.Only relevant and to the point information/document should be uploaded.Failure to provide any required information, may lead to the rejection of theoffer. Bidders must read the tender document very carefully before signing onit. Technical formats i.e. all Annexures, ,all covering letters, information suchas experience details, construction equipments, details of past experience,

TENDER DOCUMENT FOR THE FURNISHING WORK (INTERIOR DECORATION, ELECTRICAL,LAN,FIRE ALARM ,CIVIL& HVAC WORKS ETC IN COMPOSITE) OF REGIONAL OFFICE, IFCI Ltd. AT BHUBANESWAR

Page 4 of 44

submit the tender from the http://ifci.etenders.in website only. The bidders are requested tosubmit their bids prior to last date of submission to avoid non-submission of their bids due tonon-availability of/hanging of website in last moments or any reason whatsoever. Either IFCI orthe E-Tendering service provider shall not be responsible for any issues such as internetconnectivity or internet browser etc. The last date of submission of bids will not be extended ifsystem is hang up in last hours or congestion. IFCI reserves the right to reject all or anytender wholly or partly without assigning any reason whatsoever.

3. Bidders who wish to participate in this tender will have to register on linehttp://ifci.etenders.in. To participate in online tenders, bidders will have to procureDigital Signature Certificate (Type-II or Type-III) as per information Technology Act-2000using which they can sign their electronic bids. Bidders can procure the same from anyCCA approved certifying agency etc. or they may contact IFCI E-tender service providerM/s Nextenders India (P) Ltd., Contact No.: 020-30187500 (Help Desk 09:30 AM to05:30PM on all working days.) email : [email protected] who already have a valid Digital Certificate need not to procure a new DigitalCertificate. The bidders are requested to read carefully the user manualavailable on website http://ifci.etenders.in before initiating the process of E-Tendering.

4. Bidder shall submit their offer online in electronic format both for “Technical” and“Financial bid”. However, cost of tender document and Earnest Money Deposit (EMD) asprescribed, in original should be submitted physically in the office of Manager, IFCI Ltd.,HIG-4/8,BDA Colony, Chandrasekharpur, Bhubaneswar- 751016 on all working daysduring working hours before the last date and time of submission of bid.

5. Before electronically submitting the tenders, it should be ensured that all the tenderpapers are digitally signed by the bidders.

6. On Line submission of bids: The online bidders will have to be digitally signed andsubmitted in time specified on website http://ifci.etenders.in the following manner:-

a) Envelope-I: Technical Bid: Scanned Copies to be uploaded (.pdf):-

i) The bidder will have to deposit cost of tender document Rs.2,000/-(TwoThousand Only) (non-refundable) and EMD Rs.91,000/-(Rupees Ninety OneThousand Only) in the form of Demand Draft/Pay Order (PO) drawn on anyNationalized/Schedule bank in favour of “IFCI Ltd. ” payable at Bhubaneswarbefore opening of “Technical Bid” in the office of Manager, IFCI Ltd., HIG-4/8,BDA Colony, Chandrasekharpur, Bhubaneswar- 751016 and obtain areceipt thereof and they shall upload the receipt as proof of depositing tenderdocument cost and EMD (scanned copies) along with technical bid. Otherwisethe bid in electronic form will not be considered.

ii) The technical information has to be prepared very carefully as indicated in thetender document since it will be the basis for the pre- qualification of bidders.Only relevant and to the point information/document should be uploaded.Failure to provide any required information, may lead to the rejection of theoffer. Bidders must read the tender document very carefully before signing onit. Technical formats i.e. all Annexures, ,all covering letters, information suchas experience details, construction equipments, details of past experience,

TENDER DOCUMENT FOR THE FURNISHING WORK (INTERIOR DECORATION, ELECTRICAL,LAN,FIRE ALARM ,CIVIL& HVAC WORKS ETC IN COMPOSITE) OF REGIONAL OFFICE, IFCI Ltd. AT BHUBANESWAR

Page 4 of 44

submit the tender from the http://ifci.etenders.in website only. The bidders are requested tosubmit their bids prior to last date of submission to avoid non-submission of their bids due tonon-availability of/hanging of website in last moments or any reason whatsoever. Either IFCI orthe E-Tendering service provider shall not be responsible for any issues such as internetconnectivity or internet browser etc. The last date of submission of bids will not be extended ifsystem is hang up in last hours or congestion. IFCI reserves the right to reject all or anytender wholly or partly without assigning any reason whatsoever.

3. Bidders who wish to participate in this tender will have to register on linehttp://ifci.etenders.in. To participate in online tenders, bidders will have to procureDigital Signature Certificate (Type-II or Type-III) as per information Technology Act-2000using which they can sign their electronic bids. Bidders can procure the same from anyCCA approved certifying agency etc. or they may contact IFCI E-tender service providerM/s Nextenders India (P) Ltd., Contact No.: 020-30187500 (Help Desk 09:30 AM to05:30PM on all working days.) email : [email protected] who already have a valid Digital Certificate need not to procure a new DigitalCertificate. The bidders are requested to read carefully the user manualavailable on website http://ifci.etenders.in before initiating the process of E-Tendering.

4. Bidder shall submit their offer online in electronic format both for “Technical” and“Financial bid”. However, cost of tender document and Earnest Money Deposit (EMD) asprescribed, in original should be submitted physically in the office of Manager, IFCI Ltd.,HIG-4/8,BDA Colony, Chandrasekharpur, Bhubaneswar- 751016 on all working daysduring working hours before the last date and time of submission of bid.

5. Before electronically submitting the tenders, it should be ensured that all the tenderpapers are digitally signed by the bidders.

6. On Line submission of bids: The online bidders will have to be digitally signed andsubmitted in time specified on website http://ifci.etenders.in the following manner:-

a) Envelope-I: Technical Bid: Scanned Copies to be uploaded (.pdf):-

i) The bidder will have to deposit cost of tender document Rs.2,000/-(TwoThousand Only) (non-refundable) and EMD Rs.91,000/-(Rupees Ninety OneThousand Only) in the form of Demand Draft/Pay Order (PO) drawn on anyNationalized/Schedule bank in favour of “IFCI Ltd. ” payable at Bhubaneswarbefore opening of “Technical Bid” in the office of Manager, IFCI Ltd., HIG-4/8,BDA Colony, Chandrasekharpur, Bhubaneswar- 751016 and obtain areceipt thereof and they shall upload the receipt as proof of depositing tenderdocument cost and EMD (scanned copies) along with technical bid. Otherwisethe bid in electronic form will not be considered.

ii) The technical information has to be prepared very carefully as indicated in thetender document since it will be the basis for the pre- qualification of bidders.Only relevant and to the point information/document should be uploaded.Failure to provide any required information, may lead to the rejection of theoffer. Bidders must read the tender document very carefully before signing onit. Technical formats i.e. all Annexures, ,all covering letters, information suchas experience details, construction equipments, details of past experience,

TENDER DOCUMENT FOR THE FURNISHING WORK (INTERIOR DECORATION, ELECTRICAL,LAN,FIRE ALARM ,CIVIL& HVAC WORKS ETC IN COMPOSITE) OF REGIONAL OFFICE, IFCI Ltd. AT BHUBANESWAR

Page 5 of 44

present commitments, upto date income tax & VAT clearance certificate forlast 3 years, PAN, TIN,EPF Registration No, Service tax registration no.,Audited balance sheet along with profit and loss account of last 3 years, Validand upto date Electrical license (M.V/H.T), In case of Third party LicenseAuthorization from the original License Holder on Stamp paper duly Notarizedmust be submitted , Firm Registration with appropriate authorities likeRegistrar of company, Tax Authority etc, must have office set up with properorganizational structure in Odisha, copies of letters of intent of works awarded,completion certificates etc. shall be submitted along with technical bid exceptFinancial Bid/ Bill of Quantities. The any other relevant supporting documentsincluding all the pages of tender document must be signed along with date astoken of acceptance of the terms & conditions of tender.

b) Envelope-II: Financial Bid: BOQs (.xls):- This envelope consists of Bill ofQuantities (BOQs)/schedules only must be signed along with date. The rates asgiven in the each BOQ shall quote in figures and the rates must be inclusive ofall taxes including Service Tax in financial bid and the total prices of each BOQshall be filled by the bidder in BOQ-1 ‘ABSTRACT”. No additional charges willbe allowed to be incorporated at a later date. The BOQ-1 is the “ABSTRACT” ofTotal Amount for complete interior furnishing works. The evaluation of financialbid shall be on basis of total amount in BOQ-1 ‘ABSTRACT”. The bidder isrequired to check the prices/amount carefully before uploading BOQ.

7. Proof for submitting cost of tender document and EMD are essential with technical bidotherwise bid in electronic form will not be considered.

8. In case, no bid or single bid is received, the bid will get extended by 15 days. The exactdate and time of e-tender will be displayed on the E- tendering portalhttp://ifci.etenders.in

9. Only one bid would be considered from one firm.

10.Opening of Technical Bids: Technical bids will be opened on 29.12.2015 at 15:00Hrs. on http://ifci.etenders.in. by the Tender Committee. IFCI shall evaluate thetechnical bid to pre-qualify the bidders.

11.Opening of Financial Bids: Exact date and time shall be communicated throughofficial E-mail address given in the bid document to the qualified bidders.

12.Validity of bids: Tender submitted by Bidders shall remain valid for acceptance fora minimum period of 90 (ninety) days from the last date of submission of Bid.

13.IFCI reserves the right to reject any or all the offers without assigning any reasonsthereof.

14.Conditional bids would be summarily rejected.

15.Preference will be given to the MSE bidders, who are registered as MSE in any of therecognized body as specified by Ministry of Micro, Small & Medium Enterprises (MSME)as per the provisions of the Public Procurement Policy for MSEs Order, 2012 issued bythe Ministry of Micro, Small & Medium Enterprises, Govt. of India. MSE bidders are

TENDER DOCUMENT FOR THE FURNISHING WORK (INTERIOR DECORATION, ELECTRICAL,LAN,FIRE ALARM ,CIVIL& HVAC WORKS ETC IN COMPOSITE) OF REGIONAL OFFICE, IFCI Ltd. AT BHUBANESWAR

Page 5 of 44

present commitments, upto date income tax & VAT clearance certificate forlast 3 years, PAN, TIN,EPF Registration No, Service tax registration no.,Audited balance sheet along with profit and loss account of last 3 years, Validand upto date Electrical license (M.V/H.T), In case of Third party LicenseAuthorization from the original License Holder on Stamp paper duly Notarizedmust be submitted , Firm Registration with appropriate authorities likeRegistrar of company, Tax Authority etc, must have office set up with properorganizational structure in Odisha, copies of letters of intent of works awarded,completion certificates etc. shall be submitted along with technical bid exceptFinancial Bid/ Bill of Quantities. The any other relevant supporting documentsincluding all the pages of tender document must be signed along with date astoken of acceptance of the terms & conditions of tender.

b) Envelope-II: Financial Bid: BOQs (.xls):- This envelope consists of Bill ofQuantities (BOQs)/schedules only must be signed along with date. The rates asgiven in the each BOQ shall quote in figures and the rates must be inclusive ofall taxes including Service Tax in financial bid and the total prices of each BOQshall be filled by the bidder in BOQ-1 ‘ABSTRACT”. No additional charges willbe allowed to be incorporated at a later date. The BOQ-1 is the “ABSTRACT” ofTotal Amount for complete interior furnishing works. The evaluation of financialbid shall be on basis of total amount in BOQ-1 ‘ABSTRACT”. The bidder isrequired to check the prices/amount carefully before uploading BOQ.

7. Proof for submitting cost of tender document and EMD are essential with technical bidotherwise bid in electronic form will not be considered.

8. In case, no bid or single bid is received, the bid will get extended by 15 days. The exactdate and time of e-tender will be displayed on the E- tendering portalhttp://ifci.etenders.in

9. Only one bid would be considered from one firm.

10.Opening of Technical Bids: Technical bids will be opened on 29.12.2015 at 15:00Hrs. on http://ifci.etenders.in. by the Tender Committee. IFCI shall evaluate thetechnical bid to pre-qualify the bidders.

11.Opening of Financial Bids: Exact date and time shall be communicated throughofficial E-mail address given in the bid document to the qualified bidders.

12.Validity of bids: Tender submitted by Bidders shall remain valid for acceptance fora minimum period of 90 (ninety) days from the last date of submission of Bid.

13.IFCI reserves the right to reject any or all the offers without assigning any reasonsthereof.

14.Conditional bids would be summarily rejected.

15.Preference will be given to the MSE bidders, who are registered as MSE in any of therecognized body as specified by Ministry of Micro, Small & Medium Enterprises (MSME)as per the provisions of the Public Procurement Policy for MSEs Order, 2012 issued bythe Ministry of Micro, Small & Medium Enterprises, Govt. of India. MSE bidders are

TENDER DOCUMENT FOR THE FURNISHING WORK (INTERIOR DECORATION, ELECTRICAL,LAN,FIRE ALARM ,CIVIL& HVAC WORKS ETC IN COMPOSITE) OF REGIONAL OFFICE, IFCI Ltd. AT BHUBANESWAR

Page 5 of 44

present commitments, upto date income tax & VAT clearance certificate forlast 3 years, PAN, TIN,EPF Registration No, Service tax registration no.,Audited balance sheet along with profit and loss account of last 3 years, Validand upto date Electrical license (M.V/H.T), In case of Third party LicenseAuthorization from the original License Holder on Stamp paper duly Notarizedmust be submitted , Firm Registration with appropriate authorities likeRegistrar of company, Tax Authority etc, must have office set up with properorganizational structure in Odisha, copies of letters of intent of works awarded,completion certificates etc. shall be submitted along with technical bid exceptFinancial Bid/ Bill of Quantities. The any other relevant supporting documentsincluding all the pages of tender document must be signed along with date astoken of acceptance of the terms & conditions of tender.

b) Envelope-II: Financial Bid: BOQs (.xls):- This envelope consists of Bill ofQuantities (BOQs)/schedules only must be signed along with date. The rates asgiven in the each BOQ shall quote in figures and the rates must be inclusive ofall taxes including Service Tax in financial bid and the total prices of each BOQshall be filled by the bidder in BOQ-1 ‘ABSTRACT”. No additional charges willbe allowed to be incorporated at a later date. The BOQ-1 is the “ABSTRACT” ofTotal Amount for complete interior furnishing works. The evaluation of financialbid shall be on basis of total amount in BOQ-1 ‘ABSTRACT”. The bidder isrequired to check the prices/amount carefully before uploading BOQ.

7. Proof for submitting cost of tender document and EMD are essential with technical bidotherwise bid in electronic form will not be considered.

8. In case, no bid or single bid is received, the bid will get extended by 15 days. The exactdate and time of e-tender will be displayed on the E- tendering portalhttp://ifci.etenders.in

9. Only one bid would be considered from one firm.

10.Opening of Technical Bids: Technical bids will be opened on 29.12.2015 at 15:00Hrs. on http://ifci.etenders.in. by the Tender Committee. IFCI shall evaluate thetechnical bid to pre-qualify the bidders.

11.Opening of Financial Bids: Exact date and time shall be communicated throughofficial E-mail address given in the bid document to the qualified bidders.

12.Validity of bids: Tender submitted by Bidders shall remain valid for acceptance fora minimum period of 90 (ninety) days from the last date of submission of Bid.

13.IFCI reserves the right to reject any or all the offers without assigning any reasonsthereof.

14.Conditional bids would be summarily rejected.

15.Preference will be given to the MSE bidders, who are registered as MSE in any of therecognized body as specified by Ministry of Micro, Small & Medium Enterprises (MSME)as per the provisions of the Public Procurement Policy for MSEs Order, 2012 issued bythe Ministry of Micro, Small & Medium Enterprises, Govt. of India. MSE bidders are

TENDER DOCUMENT FOR THE FURNISHING WORK (INTERIOR DECORATION, ELECTRICAL,LAN,FIRE ALARM ,CIVIL& HVAC WORKS ETC IN COMPOSITE) OF REGIONAL OFFICE, IFCI Ltd. AT BHUBANESWAR

Page 6 of 44

exempted from EMD and tender document fees provided they submit necessarycertificate for benefit of exemption in fees and EMD.

16.Pre-bid Meeting: For any clarification on the Bidding Document, a pre bid meeting willbe held on 16.12.2015 at 14:30 Hrs. at IFCI Ltd., HIG-4/8,BDA Colony,Chandrasekharpur, Bhubaneswar- 751016.

17. Any separately submitted discount letter on the financial price shall not beconsidered by IFCI and shall be a ground for disqualification. Evaluation offinancial bid shall be considered only on the quoted price in the financial bidsubmitted by the bidders.

18. Authorization and Attestation: The bidder has to submit an authorization letter orvalid Power of Attorney on behalf of company/firm for signing the document

19. Contact Person: In case of any query, you may contact any of the following officials:a) Shri S. K. Mitra, Manager at Bhubaneswar (07381255601) & Email:

[email protected]) Shri Amit Joshi, Manager at BNew Delhi (07042505087) & Email:

[email protected]) Shri K. S Chauhan, DGM at New Delhi (09990725653) & Email:

[email protected]

20. Eligibility Criteria of Intending Applicants for Pre-Qualification Tenders:

Firms of repute having executed projects as mentioned below need only apply.

Average annual financial turnover during the last 3 years ending 31st March 2015, should beat least Rs. 15 Lakhs.

And

Experience of having successfully completed similar works during the last 7 years ending31-03-2015, should be either of the following:

a) Three similar completed works costing not less than the amount equal to Rs.18.20LAKHS.

ORb) Two similar completed works costing not less the amount equal to Rs.22.75 LAKHS.

ORc) One similar completed work costing not less than the amount equal to Rs.36.40

LAKHS.

Similar work mean carrying out Furnishing Work ( Interior, Electrical, LAN, Fire Alarm,Civil, HVAC Work etc) in Composite reputed corporate/ PSU / Govt. agencies.

The tenderer should submit completion certificate from the employer clearly indicating thenature, magnitude, date of starting and date of completion, indicating whetherthe works are completed within the stipulated time in respect of qualifying

TENDER DOCUMENT FOR THE FURNISHING WORK (INTERIOR DECORATION, ELECTRICAL,LAN,FIRE ALARM ,CIVIL& HVAC WORKS ETC IN COMPOSITE) OF REGIONAL OFFICE, IFCI Ltd. AT BHUBANESWAR

Page 6 of 44

exempted from EMD and tender document fees provided they submit necessarycertificate for benefit of exemption in fees and EMD.

16.Pre-bid Meeting: For any clarification on the Bidding Document, a pre bid meeting willbe held on 16.12.2015 at 14:30 Hrs. at IFCI Ltd., HIG-4/8,BDA Colony,Chandrasekharpur, Bhubaneswar- 751016.

17. Any separately submitted discount letter on the financial price shall not beconsidered by IFCI and shall be a ground for disqualification. Evaluation offinancial bid shall be considered only on the quoted price in the financial bidsubmitted by the bidders.

18. Authorization and Attestation: The bidder has to submit an authorization letter orvalid Power of Attorney on behalf of company/firm for signing the document

19. Contact Person: In case of any query, you may contact any of the following officials:a) Shri S. K. Mitra, Manager at Bhubaneswar (07381255601) & Email:

[email protected]) Shri Amit Joshi, Manager at BNew Delhi (07042505087) & Email:

[email protected]) Shri K. S Chauhan, DGM at New Delhi (09990725653) & Email:

[email protected]

20. Eligibility Criteria of Intending Applicants for Pre-Qualification Tenders:

Firms of repute having executed projects as mentioned below need only apply.

Average annual financial turnover during the last 3 years ending 31st March 2015, should beat least Rs. 15 Lakhs.

And

Experience of having successfully completed similar works during the last 7 years ending31-03-2015, should be either of the following:

a) Three similar completed works costing not less than the amount equal to Rs.18.20LAKHS.

ORb) Two similar completed works costing not less the amount equal to Rs.22.75 LAKHS.

ORc) One similar completed work costing not less than the amount equal to Rs.36.40

LAKHS.

Similar work mean carrying out Furnishing Work ( Interior, Electrical, LAN, Fire Alarm,Civil, HVAC Work etc) in Composite reputed corporate/ PSU / Govt. agencies.

The tenderer should submit completion certificate from the employer clearly indicating thenature, magnitude, date of starting and date of completion, indicating whetherthe works are completed within the stipulated time in respect of qualifying

TENDER DOCUMENT FOR THE FURNISHING WORK (INTERIOR DECORATION, ELECTRICAL,LAN,FIRE ALARM ,CIVIL& HVAC WORKS ETC IN COMPOSITE) OF REGIONAL OFFICE, IFCI Ltd. AT BHUBANESWAR

Page 6 of 44

exempted from EMD and tender document fees provided they submit necessarycertificate for benefit of exemption in fees and EMD.

16.Pre-bid Meeting: For any clarification on the Bidding Document, a pre bid meeting willbe held on 16.12.2015 at 14:30 Hrs. at IFCI Ltd., HIG-4/8,BDA Colony,Chandrasekharpur, Bhubaneswar- 751016.

17. Any separately submitted discount letter on the financial price shall not beconsidered by IFCI and shall be a ground for disqualification. Evaluation offinancial bid shall be considered only on the quoted price in the financial bidsubmitted by the bidders.

18. Authorization and Attestation: The bidder has to submit an authorization letter orvalid Power of Attorney on behalf of company/firm for signing the document

19. Contact Person: In case of any query, you may contact any of the following officials:a) Shri S. K. Mitra, Manager at Bhubaneswar (07381255601) & Email:

[email protected]) Shri Amit Joshi, Manager at BNew Delhi (07042505087) & Email:

[email protected]) Shri K. S Chauhan, DGM at New Delhi (09990725653) & Email:

[email protected]

20. Eligibility Criteria of Intending Applicants for Pre-Qualification Tenders:

Firms of repute having executed projects as mentioned below need only apply.

Average annual financial turnover during the last 3 years ending 31st March 2015, should beat least Rs. 15 Lakhs.

And

Experience of having successfully completed similar works during the last 7 years ending31-03-2015, should be either of the following:

a) Three similar completed works costing not less than the amount equal to Rs.18.20LAKHS.

ORb) Two similar completed works costing not less the amount equal to Rs.22.75 LAKHS.

ORc) One similar completed work costing not less than the amount equal to Rs.36.40

LAKHS.

Similar work mean carrying out Furnishing Work ( Interior, Electrical, LAN, Fire Alarm,Civil, HVAC Work etc) in Composite reputed corporate/ PSU / Govt. agencies.

The tenderer should submit completion certificate from the employer clearly indicating thenature, magnitude, date of starting and date of completion, indicating whetherthe works are completed within the stipulated time in respect of qualifying

TENDER DOCUMENT FOR THE FURNISHING WORK (INTERIOR DECORATION, ELECTRICAL,LAN,FIRE ALARM ,CIVIL& HVAC WORKS ETC IN COMPOSITE) OF REGIONAL OFFICE, IFCI Ltd. AT BHUBANESWAR

Page 7 of 44

works. They should provide proper documentary proof supporting their claim inrespect of all the above criteria.

21. An amount of Rs. 50, 00,000/- (Rupees. Fifty Lakhs Only) as Bank solvencyCertificate, issued by any Nationalized/Scheduled Bank, to be furnished bythe bidder.

ARTICLE - 1

SPECIAL CONDITIONS1. GENERAL

Conditions of Contract shall be read in conjunction with the General Conditions of Contract,Specifications of work, drawings, and any other document forming part of contract whereverthe context so requires.

Notwithstanding the sub-division of the document in these separate sections and volumes,every part of each shall be deemed to be supplementary of every other part and shall be withand into the contract so far as it may be practicable to do so.

Where any portion of the conditions of Contract is repugnant to or at variance with anyprovisions of the General Conditions of Contract, then unless different intention appears, theprovision(s) of the conditions of the contract shall be deemed to over ride the provisions ofGeneral conditions of the contract only to the extent of that such repugnance or variancecannot be reconciled with the conditions of contract.

Wherever it is stated anywhere in this Tender Document such and such a supply is to beeffected or such and such a work is to be carried out, it shall be understood that the same shallbe effected/ carried out by the Contractor at his own cost, unless a different intention isspecifically stated.

Materials, design and workmanship shall satisfy the applicable standards, the job specificationscontained herein and codes. In the absence of any standards/specifications/Codes covering anypart of the work covered in this tender document, the instructions/directions of the ProjectManager will be binding on the Contractor.

2. EARNEST MONEY DEPOSIT

EMD for Rs. 91,000.00 ( Rupees Ninety One Thousand only) in the form of demand draftdrawn in favour of IFCI Ltd. payable at Bhubaneswar from any scheduled/ Nationalised bankand should be submitted along with the Tender. The name of work/job number should be superscribed on the envelope. EMD will not carry any interest. EMD will be refunded to unsuccessfulbidders after finalization of bid.

The Earnest Money Deposit submitted by the bidder will be forfeited if,a) If successful bidder fails to execute an Agreement within specified time as per

intimation/request of the IFCI,b) He withdraws his tender or backs out after acceptance,c) He withdraws his tender before the expiry of validity period stipulated in the

bidding document,

TENDER DOCUMENT FOR THE FURNISHING WORK (INTERIOR DECORATION, ELECTRICAL,LAN,FIRE ALARM ,CIVIL& HVAC WORKS ETC IN COMPOSITE) OF REGIONAL OFFICE, IFCI Ltd. AT BHUBANESWAR

Page 7 of 44

works. They should provide proper documentary proof supporting their claim inrespect of all the above criteria.

21. An amount of Rs. 50, 00,000/- (Rupees. Fifty Lakhs Only) as Bank solvencyCertificate, issued by any Nationalized/Scheduled Bank, to be furnished bythe bidder.

ARTICLE - 1

SPECIAL CONDITIONS1. GENERAL

Conditions of Contract shall be read in conjunction with the General Conditions of Contract,Specifications of work, drawings, and any other document forming part of contract whereverthe context so requires.

Notwithstanding the sub-division of the document in these separate sections and volumes,every part of each shall be deemed to be supplementary of every other part and shall be withand into the contract so far as it may be practicable to do so.

Where any portion of the conditions of Contract is repugnant to or at variance with anyprovisions of the General Conditions of Contract, then unless different intention appears, theprovision(s) of the conditions of the contract shall be deemed to over ride the provisions ofGeneral conditions of the contract only to the extent of that such repugnance or variancecannot be reconciled with the conditions of contract.

Wherever it is stated anywhere in this Tender Document such and such a supply is to beeffected or such and such a work is to be carried out, it shall be understood that the same shallbe effected/ carried out by the Contractor at his own cost, unless a different intention isspecifically stated.

Materials, design and workmanship shall satisfy the applicable standards, the job specificationscontained herein and codes. In the absence of any standards/specifications/Codes covering anypart of the work covered in this tender document, the instructions/directions of the ProjectManager will be binding on the Contractor.

2. EARNEST MONEY DEPOSIT

EMD for Rs. 91,000.00 ( Rupees Ninety One Thousand only) in the form of demand draftdrawn in favour of IFCI Ltd. payable at Bhubaneswar from any scheduled/ Nationalised bankand should be submitted along with the Tender. The name of work/job number should be superscribed on the envelope. EMD will not carry any interest. EMD will be refunded to unsuccessfulbidders after finalization of bid.

The Earnest Money Deposit submitted by the bidder will be forfeited if,a) If successful bidder fails to execute an Agreement within specified time as per

intimation/request of the IFCI,b) He withdraws his tender or backs out after acceptance,c) He withdraws his tender before the expiry of validity period stipulated in the

bidding document,

TENDER DOCUMENT FOR THE FURNISHING WORK (INTERIOR DECORATION, ELECTRICAL,LAN,FIRE ALARM ,CIVIL& HVAC WORKS ETC IN COMPOSITE) OF REGIONAL OFFICE, IFCI Ltd. AT BHUBANESWAR

Page 7 of 44

works. They should provide proper documentary proof supporting their claim inrespect of all the above criteria.

21. An amount of Rs. 50, 00,000/- (Rupees. Fifty Lakhs Only) as Bank solvencyCertificate, issued by any Nationalized/Scheduled Bank, to be furnished bythe bidder.

ARTICLE - 1

SPECIAL CONDITIONS1. GENERAL

Conditions of Contract shall be read in conjunction with the General Conditions of Contract,Specifications of work, drawings, and any other document forming part of contract whereverthe context so requires.

Notwithstanding the sub-division of the document in these separate sections and volumes,every part of each shall be deemed to be supplementary of every other part and shall be withand into the contract so far as it may be practicable to do so.

Where any portion of the conditions of Contract is repugnant to or at variance with anyprovisions of the General Conditions of Contract, then unless different intention appears, theprovision(s) of the conditions of the contract shall be deemed to over ride the provisions ofGeneral conditions of the contract only to the extent of that such repugnance or variancecannot be reconciled with the conditions of contract.

Wherever it is stated anywhere in this Tender Document such and such a supply is to beeffected or such and such a work is to be carried out, it shall be understood that the same shallbe effected/ carried out by the Contractor at his own cost, unless a different intention isspecifically stated.

Materials, design and workmanship shall satisfy the applicable standards, the job specificationscontained herein and codes. In the absence of any standards/specifications/Codes covering anypart of the work covered in this tender document, the instructions/directions of the ProjectManager will be binding on the Contractor.

2. EARNEST MONEY DEPOSIT

EMD for Rs. 91,000.00 ( Rupees Ninety One Thousand only) in the form of demand draftdrawn in favour of IFCI Ltd. payable at Bhubaneswar from any scheduled/ Nationalised bankand should be submitted along with the Tender. The name of work/job number should be superscribed on the envelope. EMD will not carry any interest. EMD will be refunded to unsuccessfulbidders after finalization of bid.

The Earnest Money Deposit submitted by the bidder will be forfeited if,a) If successful bidder fails to execute an Agreement within specified time as per

intimation/request of the IFCI,b) He withdraws his tender or backs out after acceptance,c) He withdraws his tender before the expiry of validity period stipulated in the

bidding document,

TENDER DOCUMENT FOR THE FURNISHING WORK (INTERIOR DECORATION, ELECTRICAL,LAN,FIRE ALARM ,CIVIL& HVAC WORKS ETC IN COMPOSITE) OF REGIONAL OFFICE, IFCI Ltd. AT BHUBANESWAR

Page 8 of 44

d) He violates any of the terms and conditions of the tender,e) He revises any of the items quoted during the validity period,f) Evidences/Documents are found to be fraudulent/non-genuine

EMD of successful bidder shall be returned after completion of the work, to theentire satisfaction of the IFCI/Architect.

3. Every contractor is expected, before quoting his rates, to inspect the site of proposedworks and discuss with concerned engineer Architect and/or the officers of IFCI in-charge. He should also inspect the source of materials, their quality and availability.The materials must strictly comply with the relevant specifications . Samples of materialsas specified shall be submitted for the approval of the Architect/IFCI, before supplyingat the site.

4. COMMENCEMENT AND COMPLETION OF THE WORK

5. The successful contractor should commence work from the date of issue of Letter ofIntent/Work Order and complete the entire work within SIXTY (60) Days from the date ofissue of LOI. In case the work is not completed in time due to the Contractor’s failure,liquidated damages at the rate 0.5% of the contract value per week for each calendar week ofdelay or part thereof, subject to a maximum of 10% of the total value of contract will berecovered from the Contractor.

6. PAYMENT TERMS

Payments of the work executed will be made on presentation of the bill in triplicate, subject toa minimum amount of Rs 5,00,000/- (Rupees Five Lakhs only). Five percent (5%) of the valueof bill will be deducted from the bill as security deposit for any defective workmanship and itwill be released after 12 months from the completion date of the work, to the entire satisfactionof the IFCI/Architect.

7. VALIDITY OF TENDER: The rates quoted by Tenderer shall be valid for Three months(90 Days) and if tender is accepted rates will be valid for the entire duration of the project.

8. Rates quoted against each item will be firm throughout the contract.

9. The contractor shall not in any case after the acceptance of a contract rate, be paid anyextra charges for lead involved in transport of materials to the site of work, erection and hire ofT&P, or for any other reason in case the contractor is found later on to have misjudged thematerials available. All taxes including Octroi, Toll Tax or any other taxes etc., shall be payableby the contractor and any claim whatsoever in this respect shall not be entertained.

10. No alteration which had been made by the contractor in the Notice of the Tender,instructions to the contractors, the contract form, the conditions of the contract, thespecifications and quantities accompanying the same shall not be accepted, if any suchalterations had been made or any special conditions had been attached, the tender is liable tothe rejected.

11. The right of acceptance of the tender will rest with IFCI who does not bind itself toaccept the lowest tender and reserves to itself the authority to reject any or all tendersreceived, without assigning any reason. All tenders in whom any of the prescribed conditionsTENDER DOCUMENT FOR THE FURNISHING WORK (INTERIOR DECORATION, ELECTRICAL,LAN,FIRE ALARM ,CIVIL& HVAC WORKS ETC IN COMPOSITE) OF REGIONAL OFFICE, IFCI Ltd. AT BHUBANESWAR

Page 8 of 44

d) He violates any of the terms and conditions of the tender,e) He revises any of the items quoted during the validity period,f) Evidences/Documents are found to be fraudulent/non-genuine

EMD of successful bidder shall be returned after completion of the work, to theentire satisfaction of the IFCI/Architect.

3. Every contractor is expected, before quoting his rates, to inspect the site of proposedworks and discuss with concerned engineer Architect and/or the officers of IFCI in-charge. He should also inspect the source of materials, their quality and availability.The materials must strictly comply with the relevant specifications . Samples of materialsas specified shall be submitted for the approval of the Architect/IFCI, before supplyingat the site.

4. COMMENCEMENT AND COMPLETION OF THE WORK

5. The successful contractor should commence work from the date of issue of Letter ofIntent/Work Order and complete the entire work within SIXTY (60) Days from the date ofissue of LOI. In case the work is not completed in time due to the Contractor’s failure,liquidated damages at the rate 0.5% of the contract value per week for each calendar week ofdelay or part thereof, subject to a maximum of 10% of the total value of contract will berecovered from the Contractor.

6. PAYMENT TERMS

Payments of the work executed will be made on presentation of the bill in triplicate, subject toa minimum amount of Rs 5,00,000/- (Rupees Five Lakhs only). Five percent (5%) of the valueof bill will be deducted from the bill as security deposit for any defective workmanship and itwill be released after 12 months from the completion date of the work, to the entire satisfactionof the IFCI/Architect.

7. VALIDITY OF TENDER: The rates quoted by Tenderer shall be valid for Three months(90 Days) and if tender is accepted rates will be valid for the entire duration of the project.

8. Rates quoted against each item will be firm throughout the contract.

9. The contractor shall not in any case after the acceptance of a contract rate, be paid anyextra charges for lead involved in transport of materials to the site of work, erection and hire ofT&P, or for any other reason in case the contractor is found later on to have misjudged thematerials available. All taxes including Octroi, Toll Tax or any other taxes etc., shall be payableby the contractor and any claim whatsoever in this respect shall not be entertained.

10. No alteration which had been made by the contractor in the Notice of the Tender,instructions to the contractors, the contract form, the conditions of the contract, thespecifications and quantities accompanying the same shall not be accepted, if any suchalterations had been made or any special conditions had been attached, the tender is liable tothe rejected.

11. The right of acceptance of the tender will rest with IFCI who does not bind itself toaccept the lowest tender and reserves to itself the authority to reject any or all tendersreceived, without assigning any reason. All tenders in whom any of the prescribed conditionsTENDER DOCUMENT FOR THE FURNISHING WORK (INTERIOR DECORATION, ELECTRICAL,LAN,FIRE ALARM ,CIVIL& HVAC WORKS ETC IN COMPOSITE) OF REGIONAL OFFICE, IFCI Ltd. AT BHUBANESWAR

Page 8 of 44

d) He violates any of the terms and conditions of the tender,e) He revises any of the items quoted during the validity period,f) Evidences/Documents are found to be fraudulent/non-genuine

EMD of successful bidder shall be returned after completion of the work, to theentire satisfaction of the IFCI/Architect.

3. Every contractor is expected, before quoting his rates, to inspect the site of proposedworks and discuss with concerned engineer Architect and/or the officers of IFCI in-charge. He should also inspect the source of materials, their quality and availability.The materials must strictly comply with the relevant specifications . Samples of materialsas specified shall be submitted for the approval of the Architect/IFCI, before supplyingat the site.

4. COMMENCEMENT AND COMPLETION OF THE WORK

5. The successful contractor should commence work from the date of issue of Letter ofIntent/Work Order and complete the entire work within SIXTY (60) Days from the date ofissue of LOI. In case the work is not completed in time due to the Contractor’s failure,liquidated damages at the rate 0.5% of the contract value per week for each calendar week ofdelay or part thereof, subject to a maximum of 10% of the total value of contract will berecovered from the Contractor.

6. PAYMENT TERMS

Payments of the work executed will be made on presentation of the bill in triplicate, subject toa minimum amount of Rs 5,00,000/- (Rupees Five Lakhs only). Five percent (5%) of the valueof bill will be deducted from the bill as security deposit for any defective workmanship and itwill be released after 12 months from the completion date of the work, to the entire satisfactionof the IFCI/Architect.

7. VALIDITY OF TENDER: The rates quoted by Tenderer shall be valid for Three months(90 Days) and if tender is accepted rates will be valid for the entire duration of the project.

8. Rates quoted against each item will be firm throughout the contract.

9. The contractor shall not in any case after the acceptance of a contract rate, be paid anyextra charges for lead involved in transport of materials to the site of work, erection and hire ofT&P, or for any other reason in case the contractor is found later on to have misjudged thematerials available. All taxes including Octroi, Toll Tax or any other taxes etc., shall be payableby the contractor and any claim whatsoever in this respect shall not be entertained.

10. No alteration which had been made by the contractor in the Notice of the Tender,instructions to the contractors, the contract form, the conditions of the contract, thespecifications and quantities accompanying the same shall not be accepted, if any suchalterations had been made or any special conditions had been attached, the tender is liable tothe rejected.

11. The right of acceptance of the tender will rest with IFCI who does not bind itself toaccept the lowest tender and reserves to itself the authority to reject any or all tendersreceived, without assigning any reason. All tenders in whom any of the prescribed conditions

TENDER DOCUMENT FOR THE FURNISHING WORK (INTERIOR DECORATION, ELECTRICAL,LAN,FIRE ALARM ,CIVIL& HVAC WORKS ETC IN COMPOSITE) OF REGIONAL OFFICE, IFCI Ltd. AT BHUBANESWAR

Page 9 of 44

are not fulfilled or are incomplete in any respect or are conditional in nature are liable to berejected.

12. The work shall be carried out with the directions and supervision and in stages desiredby IFCI or the authorized representatives of IFCI. On acceptance of the tender, the Contractorshall intimate the name of his accredited representative to IFCI.

13. The contractor or his representative shall depute a qualified Engineer and such otheroffice personnel as may be required for the efficient execution of works.

14. No part of the contract shall be sublet without the prior written permission of IFCI norshall transfer be made by power of attorney – authorizing others to receive payments on behalfof the contractors or in respect of any other rights.15. The Contractor shall have to provide all safety appliances to their workers while workingat heights at his own cost and follow all regulations and all statutory provisions in force. Heshall be liable to incur all the expenses in consequence thereof and IFCI shall be in no wayresponsible for any damages arising out of this work contract. The contractor shall indemnifyIFCI for all kinds of injury or death on account of any labour engaged by the contractor as wellas property of the IFCI at the site of work. All the necessary compensation in this regard shallbe paid by the Contractor and IFCI shall not be liable to pay any Compensation. The contractorshall be responsible for all implications and compliances under Labour Laws and Act of OdishaState and Central Government (Including fire insurance).

16. The contractor shall be totally responsible for any damage to the building, buildingmaterial and his materials ,equipment, caused due to fire, rain, flood, storm, or any othernatural calamities at the site of work during construction period .Also, he should keep allmaterials in his custody ; IFCI is not responsible for any thefts or for safeguarding thematerials.

17. All works of operations and use of materials shall be as per specifications mentionedonly as per the directions of the representative of the IFCI. After breaking the distressed/damaged structural members and cleaning the rusting of reinforcement steel,. same will beshown to the representative of the IFCI before repairing and photographs of the same ifrequired are to be provided by the Contractor.

18. The measurement of each item executed will be verified jointly and the payment shallbe made within 30 days of submission of bill .

19. The contractor shall at all times abide by the instructions ,directions given in respect ofthe materials, workmanship etc.

20. Statutory compliance – The Contractor shall be responsible for complying with theapplicable laws/bye laws/Regulations in force from time to time .Contractor shall have to bearall statutory liabilities as applicable to his workers/personnel engaged by home for the job.Nothing will be paid extra in this regard. If IFCI pays any amount in this regard, the sameamount will be deducted from the final bill of the Contractor at the time of final settlement.

21. The Contractor shall have to arrange insurance for the workers/personnel engaged byhim for the job. Also he will be responsible for all the dues of the workers/personnel engagedby him including the liabilities if any towards workmen compensation or under any other law forthe time being in force or which may come into force during the course of fulfilment of the

TENDER DOCUMENT FOR THE FURNISHING WORK (INTERIOR DECORATION, ELECTRICAL,LAN,FIRE ALARM ,CIVIL& HVAC WORKS ETC IN COMPOSITE) OF REGIONAL OFFICE, IFCI Ltd. AT BHUBANESWAR

Page 9 of 44

are not fulfilled or are incomplete in any respect or are conditional in nature are liable to berejected.

12. The work shall be carried out with the directions and supervision and in stages desiredby IFCI or the authorized representatives of IFCI. On acceptance of the tender, the Contractorshall intimate the name of his accredited representative to IFCI.

13. The contractor or his representative shall depute a qualified Engineer and such otheroffice personnel as may be required for the efficient execution of works.

14. No part of the contract shall be sublet without the prior written permission of IFCI norshall transfer be made by power of attorney – authorizing others to receive payments on behalfof the contractors or in respect of any other rights.15. The Contractor shall have to provide all safety appliances to their workers while workingat heights at his own cost and follow all regulations and all statutory provisions in force. Heshall be liable to incur all the expenses in consequence thereof and IFCI shall be in no wayresponsible for any damages arising out of this work contract. The contractor shall indemnifyIFCI for all kinds of injury or death on account of any labour engaged by the contractor as wellas property of the IFCI at the site of work. All the necessary compensation in this regard shallbe paid by the Contractor and IFCI shall not be liable to pay any Compensation. The contractorshall be responsible for all implications and compliances under Labour Laws and Act of OdishaState and Central Government (Including fire insurance).

16. The contractor shall be totally responsible for any damage to the building, buildingmaterial and his materials ,equipment, caused due to fire, rain, flood, storm, or any othernatural calamities at the site of work during construction period .Also, he should keep allmaterials in his custody ; IFCI is not responsible for any thefts or for safeguarding thematerials.

17. All works of operations and use of materials shall be as per specifications mentionedonly as per the directions of the representative of the IFCI. After breaking the distressed/damaged structural members and cleaning the rusting of reinforcement steel,. same will beshown to the representative of the IFCI before repairing and photographs of the same ifrequired are to be provided by the Contractor.

18. The measurement of each item executed will be verified jointly and the payment shallbe made within 30 days of submission of bill .

19. The contractor shall at all times abide by the instructions ,directions given in respect ofthe materials, workmanship etc.

20. Statutory compliance – The Contractor shall be responsible for complying with theapplicable laws/bye laws/Regulations in force from time to time .Contractor shall have to bearall statutory liabilities as applicable to his workers/personnel engaged by home for the job.Nothing will be paid extra in this regard. If IFCI pays any amount in this regard, the sameamount will be deducted from the final bill of the Contractor at the time of final settlement.

21. The Contractor shall have to arrange insurance for the workers/personnel engaged byhim for the job. Also he will be responsible for all the dues of the workers/personnel engagedby him including the liabilities if any towards workmen compensation or under any other law forthe time being in force or which may come into force during the course of fulfilment of the

TENDER DOCUMENT FOR THE FURNISHING WORK (INTERIOR DECORATION, ELECTRICAL,LAN,FIRE ALARM ,CIVIL& HVAC WORKS ETC IN COMPOSITE) OF REGIONAL OFFICE, IFCI Ltd. AT BHUBANESWAR

Page 9 of 44

are not fulfilled or are incomplete in any respect or are conditional in nature are liable to berejected.

12. The work shall be carried out with the directions and supervision and in stages desiredby IFCI or the authorized representatives of IFCI. On acceptance of the tender, the Contractorshall intimate the name of his accredited representative to IFCI.

13. The contractor or his representative shall depute a qualified Engineer and such otheroffice personnel as may be required for the efficient execution of works.

14. No part of the contract shall be sublet without the prior written permission of IFCI norshall transfer be made by power of attorney – authorizing others to receive payments on behalfof the contractors or in respect of any other rights.15. The Contractor shall have to provide all safety appliances to their workers while workingat heights at his own cost and follow all regulations and all statutory provisions in force. Heshall be liable to incur all the expenses in consequence thereof and IFCI shall be in no wayresponsible for any damages arising out of this work contract. The contractor shall indemnifyIFCI for all kinds of injury or death on account of any labour engaged by the contractor as wellas property of the IFCI at the site of work. All the necessary compensation in this regard shallbe paid by the Contractor and IFCI shall not be liable to pay any Compensation. The contractorshall be responsible for all implications and compliances under Labour Laws and Act of OdishaState and Central Government (Including fire insurance).

16. The contractor shall be totally responsible for any damage to the building, buildingmaterial and his materials ,equipment, caused due to fire, rain, flood, storm, or any othernatural calamities at the site of work during construction period .Also, he should keep allmaterials in his custody ; IFCI is not responsible for any thefts or for safeguarding thematerials.

17. All works of operations and use of materials shall be as per specifications mentionedonly as per the directions of the representative of the IFCI. After breaking the distressed/damaged structural members and cleaning the rusting of reinforcement steel,. same will beshown to the representative of the IFCI before repairing and photographs of the same ifrequired are to be provided by the Contractor.

18. The measurement of each item executed will be verified jointly and the payment shallbe made within 30 days of submission of bill .

19. The contractor shall at all times abide by the instructions ,directions given in respect ofthe materials, workmanship etc.

20. Statutory compliance – The Contractor shall be responsible for complying with theapplicable laws/bye laws/Regulations in force from time to time .Contractor shall have to bearall statutory liabilities as applicable to his workers/personnel engaged by home for the job.Nothing will be paid extra in this regard. If IFCI pays any amount in this regard, the sameamount will be deducted from the final bill of the Contractor at the time of final settlement.

21. The Contractor shall have to arrange insurance for the workers/personnel engaged byhim for the job. Also he will be responsible for all the dues of the workers/personnel engagedby him including the liabilities if any towards workmen compensation or under any other law forthe time being in force or which may come into force during the course of fulfilment of the

TENDER DOCUMENT FOR THE FURNISHING WORK (INTERIOR DECORATION, ELECTRICAL,LAN,FIRE ALARM ,CIVIL& HVAC WORKS ETC IN COMPOSITE) OF REGIONAL OFFICE, IFCI Ltd. AT BHUBANESWAR

Page 10 of 44

Contract.

22. The Contractor shall be required to cause the demolition of any sub – standard work inrespect of materials and workmanship or both .The Contractor must abide by all instructionsthat may be given in this regard. Loss due to such demolition, if any ,shall be borne by theContractor only without recourse to IFCI.

23. The contractor shall maintain a site order book” at site where all instructions by IFCIshall be recorded and the contractor shall abide by such instructions and sign the book againsteach such instructions after compliance thereof .

24. Liquidated damage – In case of non – completion of the work within stipulated period,the contractor would be liable to pay penalty at the rate of 0.5% of the contract value per weekfor each calendar week of delay or part thereof , subject to a maximum of 10% of the totalvalue of contract.

25. The contractor will purchase a comprehensive Insurance policy providing the maximumcover equivalent to the amount of work for a period of 2 months from the date start of works.

26. The contractor will quote the rates considering the prevailing taxes and IFCI reservesthe right to ask for original purchase receipt of any material brought to the site.

27. The contractor will provide analysis of rate for any item quoted if so desired by IFCI.After completion of the work all the scaffolding materials are to be dismantled and removedfrom the premises of IFCI. All the debris are to be removed and to be dumped in a dump yardduly approved by the Bhubaneswar Municipal Corporation or any other local body by theContractor for which the transportation arrangement shall be made by the Contractor. All thesurplus materials of the contractor are to be removed and the site is to be cleaned in allrespects and to be handed over to the IFCI. No extra payment will be made in this regard tothe Contractor. The final completion certificate will be issued only after such action.

28. Each page of the Tender Documents should be signed by the person or personssubmitting the tender in token of his/their having acquainted himself/themselves with theConditions of Contract, General Specifications, Special Conditions etc. as laid down. Any tenderwith any of the documents/counterparts not signed by the Tenderer will be rejected.

29. The contractor should note that, unless otherwise stated the tender is strictly on itemrate basis and their attention is drawn to the fact that, rates for each and every item should becorrect, workable and self – supporting .The quantities in the schedule of quantitiesapproximately indicate the total extent of work but may vary to any extent and may even beomitted thus altering the aggregate value of the contract. No claim shall be entertained on thisaccount. The contractor shall bring it to the notice of the IFCI in case of any extra items notmentioned in the schedule of quantities are required during the course of the work and shallonly carry out same on written approval from the IFCI.

30. The successful tenderer must co – operate with other contractors appointed by the IFCIto precede the work smoothly with least possible delay and to the satisfaction of the IFCI’SConsultant.

31. IFCI reserves the right to terminate the contract if the contractor fails to execute the jobwithin the specified period or fails to adhere to the schedule of the work given by the contractor

TENDER DOCUMENT FOR THE FURNISHING WORK (INTERIOR DECORATION, ELECTRICAL,LAN,FIRE ALARM ,CIVIL& HVAC WORKS ETC IN COMPOSITE) OF REGIONAL OFFICE, IFCI Ltd. AT BHUBANESWAR

Page 10 of 44

Contract.

22. The Contractor shall be required to cause the demolition of any sub – standard work inrespect of materials and workmanship or both .The Contractor must abide by all instructionsthat may be given in this regard. Loss due to such demolition, if any ,shall be borne by theContractor only without recourse to IFCI.

23. The contractor shall maintain a site order book” at site where all instructions by IFCIshall be recorded and the contractor shall abide by such instructions and sign the book againsteach such instructions after compliance thereof .

24. Liquidated damage – In case of non – completion of the work within stipulated period,the contractor would be liable to pay penalty at the rate of 0.5% of the contract value per weekfor each calendar week of delay or part thereof , subject to a maximum of 10% of the totalvalue of contract.

25. The contractor will purchase a comprehensive Insurance policy providing the maximumcover equivalent to the amount of work for a period of 2 months from the date start of works.

26. The contractor will quote the rates considering the prevailing taxes and IFCI reservesthe right to ask for original purchase receipt of any material brought to the site.

27. The contractor will provide analysis of rate for any item quoted if so desired by IFCI.After completion of the work all the scaffolding materials are to be dismantled and removedfrom the premises of IFCI. All the debris are to be removed and to be dumped in a dump yardduly approved by the Bhubaneswar Municipal Corporation or any other local body by theContractor for which the transportation arrangement shall be made by the Contractor. All thesurplus materials of the contractor are to be removed and the site is to be cleaned in allrespects and to be handed over to the IFCI. No extra payment will be made in this regard tothe Contractor. The final completion certificate will be issued only after such action.

28. Each page of the Tender Documents should be signed by the person or personssubmitting the tender in token of his/their having acquainted himself/themselves with theConditions of Contract, General Specifications, Special Conditions etc. as laid down. Any tenderwith any of the documents/counterparts not signed by the Tenderer will be rejected.

29. The contractor should note that, unless otherwise stated the tender is strictly on itemrate basis and their attention is drawn to the fact that, rates for each and every item should becorrect, workable and self – supporting .The quantities in the schedule of quantitiesapproximately indicate the total extent of work but may vary to any extent and may even beomitted thus altering the aggregate value of the contract. No claim shall be entertained on thisaccount. The contractor shall bring it to the notice of the IFCI in case of any extra items notmentioned in the schedule of quantities are required during the course of the work and shallonly carry out same on written approval from the IFCI.

30. The successful tenderer must co – operate with other contractors appointed by the IFCIto precede the work smoothly with least possible delay and to the satisfaction of the IFCI’SConsultant.

31. IFCI reserves the right to terminate the contract if the contractor fails to execute the jobwithin the specified period or fails to adhere to the schedule of the work given by the contractor

TENDER DOCUMENT FOR THE FURNISHING WORK (INTERIOR DECORATION, ELECTRICAL,LAN,FIRE ALARM ,CIVIL& HVAC WORKS ETC IN COMPOSITE) OF REGIONAL OFFICE, IFCI Ltd. AT BHUBANESWAR

Page 10 of 44

Contract.

22. The Contractor shall be required to cause the demolition of any sub – standard work inrespect of materials and workmanship or both .The Contractor must abide by all instructionsthat may be given in this regard. Loss due to such demolition, if any ,shall be borne by theContractor only without recourse to IFCI.

23. The contractor shall maintain a site order book” at site where all instructions by IFCIshall be recorded and the contractor shall abide by such instructions and sign the book againsteach such instructions after compliance thereof .

24. Liquidated damage – In case of non – completion of the work within stipulated period,the contractor would be liable to pay penalty at the rate of 0.5% of the contract value per weekfor each calendar week of delay or part thereof , subject to a maximum of 10% of the totalvalue of contract.

25. The contractor will purchase a comprehensive Insurance policy providing the maximumcover equivalent to the amount of work for a period of 2 months from the date start of works.

26. The contractor will quote the rates considering the prevailing taxes and IFCI reservesthe right to ask for original purchase receipt of any material brought to the site.

27. The contractor will provide analysis of rate for any item quoted if so desired by IFCI.After completion of the work all the scaffolding materials are to be dismantled and removedfrom the premises of IFCI. All the debris are to be removed and to be dumped in a dump yardduly approved by the Bhubaneswar Municipal Corporation or any other local body by theContractor for which the transportation arrangement shall be made by the Contractor. All thesurplus materials of the contractor are to be removed and the site is to be cleaned in allrespects and to be handed over to the IFCI. No extra payment will be made in this regard tothe Contractor. The final completion certificate will be issued only after such action.

28. Each page of the Tender Documents should be signed by the person or personssubmitting the tender in token of his/their having acquainted himself/themselves with theConditions of Contract, General Specifications, Special Conditions etc. as laid down. Any tenderwith any of the documents/counterparts not signed by the Tenderer will be rejected.

29. The contractor should note that, unless otherwise stated the tender is strictly on itemrate basis and their attention is drawn to the fact that, rates for each and every item should becorrect, workable and self – supporting .The quantities in the schedule of quantitiesapproximately indicate the total extent of work but may vary to any extent and may even beomitted thus altering the aggregate value of the contract. No claim shall be entertained on thisaccount. The contractor shall bring it to the notice of the IFCI in case of any extra items notmentioned in the schedule of quantities are required during the course of the work and shallonly carry out same on written approval from the IFCI.

30. The successful tenderer must co – operate with other contractors appointed by the IFCIto precede the work smoothly with least possible delay and to the satisfaction of the IFCI’SConsultant.

31. IFCI reserves the right to terminate the contract if the contractor fails to execute the jobwithin the specified period or fails to adhere to the schedule of the work given by the contractor

TENDER DOCUMENT FOR THE FURNISHING WORK (INTERIOR DECORATION, ELECTRICAL,LAN,FIRE ALARM ,CIVIL& HVAC WORKS ETC IN COMPOSITE) OF REGIONAL OFFICE, IFCI Ltd. AT BHUBANESWAR

Page 11 of 44

and approved by the IFCI.

Mode of Payment: Payment shall be made through running Bills for actual quantityjointly measured as the work progresses.

32. The contractor shall provide suitable protection system to external windows so as toavoid damages inside the office area, entry of dust, breaking of window glass panes etc. Theentire scaffolding shall be covered with cloth or curtain to avoid any accident due to fall of loosematerials or debris.

ARTICLE – 2

SITE AND SCOPE OF WORK

2.1 LOCATION OF SITESite of construction is located at 1st Floor, BMC Bhawani Mall, Office Space No.4, Block 1 &2,Sahid Nagar, in the city of Bhubaneswar in the state of Odisha.

2.2 SITE PARTICULARSIntending Tenderer should visit the site and familiarize himself with the site conditions beforesubmitting the tender. Non - familiarity with the site conditions will not be considered a reasonfor extra claims, for not carrying out the work in conformity with the drawings andspecifications or for not completing the work within stipulated time. For site visit, the intendingTenderer may contact the IFCI.

2.3 APPROACHES TO SITEContractor shall make his own arrangements for any approach road to the site of work/ siteoffice etc., which are necessary for the execution and completion of all works without any extracost on this account.

2.4 SCOPE OF WORKWork consists of completely executing jobs civil, interior, furnishing, air conditioning andelectrification works connected with the building, drawings and BOQ.

2.5 CONVEYING MATERIALS TO VARIOUS LEVELS

The entire materials required for the construction of work shall be conveyed to the respectivefloors/levels manually approved by the Engineer in charge, without any extra cost. Contractorshould make all arrangements for manual operation of the lift with necessary precautions ifavailable.

ARTICLE - 3

MEASUREMENT, BILLING AND PAYMENT

5.1 All measurements will be based on latest edition of IS:1200

5.2 Work in general is to be executed as per drawings issued for construction. For allpayment purposes, measurements will be based on the actual work executed at site. Joint

TENDER DOCUMENT FOR THE FURNISHING WORK (INTERIOR DECORATION, ELECTRICAL,LAN,FIRE ALARM ,CIVIL& HVAC WORKS ETC IN COMPOSITE) OF REGIONAL OFFICE, IFCI Ltd. AT BHUBANESWAR

Page 11 of 44

and approved by the IFCI.

Mode of Payment: Payment shall be made through running Bills for actual quantityjointly measured as the work progresses.

32. The contractor shall provide suitable protection system to external windows so as toavoid damages inside the office area, entry of dust, breaking of window glass panes etc. Theentire scaffolding shall be covered with cloth or curtain to avoid any accident due to fall of loosematerials or debris.

ARTICLE – 2

SITE AND SCOPE OF WORK

2.1 LOCATION OF SITESite of construction is located at 1st Floor, BMC Bhawani Mall, Office Space No.4, Block 1 &2,Sahid Nagar, in the city of Bhubaneswar in the state of Odisha.

2.2 SITE PARTICULARSIntending Tenderer should visit the site and familiarize himself with the site conditions beforesubmitting the tender. Non - familiarity with the site conditions will not be considered a reasonfor extra claims, for not carrying out the work in conformity with the drawings andspecifications or for not completing the work within stipulated time. For site visit, the intendingTenderer may contact the IFCI.

2.3 APPROACHES TO SITEContractor shall make his own arrangements for any approach road to the site of work/ siteoffice etc., which are necessary for the execution and completion of all works without any extracost on this account.

2.4 SCOPE OF WORKWork consists of completely executing jobs civil, interior, furnishing, air conditioning andelectrification works connected with the building, drawings and BOQ.

2.5 CONVEYING MATERIALS TO VARIOUS LEVELS

The entire materials required for the construction of work shall be conveyed to the respectivefloors/levels manually approved by the Engineer in charge, without any extra cost. Contractorshould make all arrangements for manual operation of the lift with necessary precautions ifavailable.

ARTICLE - 3

MEASUREMENT, BILLING AND PAYMENT

5.1 All measurements will be based on latest edition of IS:1200

5.2 Work in general is to be executed as per drawings issued for construction. For allpayment purposes, measurements will be based on the actual work executed at site. Joint

TENDER DOCUMENT FOR THE FURNISHING WORK (INTERIOR DECORATION, ELECTRICAL,LAN,FIRE ALARM ,CIVIL& HVAC WORKS ETC IN COMPOSITE) OF REGIONAL OFFICE, IFCI Ltd. AT BHUBANESWAR

Page 11 of 44

and approved by the IFCI.

Mode of Payment: Payment shall be made through running Bills for actual quantityjointly measured as the work progresses.

32. The contractor shall provide suitable protection system to external windows so as toavoid damages inside the office area, entry of dust, breaking of window glass panes etc. Theentire scaffolding shall be covered with cloth or curtain to avoid any accident due to fall of loosematerials or debris.

ARTICLE – 2

SITE AND SCOPE OF WORK

2.1 LOCATION OF SITESite of construction is located at 1st Floor, BMC Bhawani Mall, Office Space No.4, Block 1 &2,Sahid Nagar, in the city of Bhubaneswar in the state of Odisha.

2.2 SITE PARTICULARSIntending Tenderer should visit the site and familiarize himself with the site conditions beforesubmitting the tender. Non - familiarity with the site conditions will not be considered a reasonfor extra claims, for not carrying out the work in conformity with the drawings andspecifications or for not completing the work within stipulated time. For site visit, the intendingTenderer may contact the IFCI.

2.3 APPROACHES TO SITEContractor shall make his own arrangements for any approach road to the site of work/ siteoffice etc., which are necessary for the execution and completion of all works without any extracost on this account.

2.4 SCOPE OF WORKWork consists of completely executing jobs civil, interior, furnishing, air conditioning andelectrification works connected with the building, drawings and BOQ.

2.5 CONVEYING MATERIALS TO VARIOUS LEVELS

The entire materials required for the construction of work shall be conveyed to the respectivefloors/levels manually approved by the Engineer in charge, without any extra cost. Contractorshould make all arrangements for manual operation of the lift with necessary precautions ifavailable.

ARTICLE - 3

MEASUREMENT, BILLING AND PAYMENT

5.1 All measurements will be based on latest edition of IS:1200

5.2 Work in general is to be executed as per drawings issued for construction. For allpayment purposes, measurements will be based on the actual work executed at site. Joint

TENDER DOCUMENT FOR THE FURNISHING WORK (INTERIOR DECORATION, ELECTRICAL,LAN,FIRE ALARM ,CIVIL& HVAC WORKS ETC IN COMPOSITE) OF REGIONAL OFFICE, IFCI Ltd. AT BHUBANESWAR

Page 12 of 44

measurements will be taken by the Architect Consultant and the contractor in presence of IFCI.

5.3 Linear measurements will be in metric system corrected to the nearest two decimalplaces.

5.4 While computing weights, for concreting purposes, weld metal weights will not be takeninto consideration.

5.5 Measurements shall be in metric system and running account bills as per schedule ofrates in triplicate shall be prepared and submitted for the work done based on jointmeasurements.

5.6 Payment shall be settled after submission of bill made within 30 days after thecertification of the bill by the Architect/ IFCI– minimum amount of interim certificate will beRs.5,00,000/- (Rupees Five Lakhs only)

5.7 Bill is to be prepared and submitted in the prescribed format.

ARTICLE -4

MISCELLANEOUS INFORMATION

5.1 PROTECTION

The contractor shall protect and preserve the works from all damage and / or accidents,providing any temporary roofs, window and door coverings, boxing or other construction asrequired. It is assumed that the contractor has assessed this cost in quoting the rates. If hedoes not provide such protection then the Project Manager may direct him to do so at his owncost. This protection shall be provided for all property adjacent to the site as well as on thesite. Trees, shrubs and nearby buildings shall be protected from damage during the course ofthe work.

5.2 INSURANCE

The Contractor shall be responsible for all injury to persons, animals or things, and for allstructural damage to property which may arise from the operation or neglect of himself or ofany nominated sub-contractor or any employee of either, whether such injury or damage arisesfrom carelessness, accident or any other cause whatever in any way connected with thecarrying out of this contract. This clause shall be held to include inter -alia any damage tobuildings, whether immediately adjacent or otherwise, and any damage to roads, streets, footpaths, bridges, or way as well as all damage caused to the buildings and works forming thesubject of this contract by forest, rain, wind or other inclemency of weather.

The contractor shall reinstate all damages of every sort mentioned in this clause, so as todeliver up the whole of the contract works complete and perfect in every respect and so as tomake or otherwise satisfy all claims or damage to the property of third parties. The owner shallbe entitled to deduct the amount of any damage, compensation, costs charges and expensesarising or arising from or in respect of, any such claims or damage from any or all sum due orbecome due to contractor without prejudice to the Owner’s other rights in respect thereof.

TENDER DOCUMENT FOR THE FURNISHING WORK (INTERIOR DECORATION, ELECTRICAL,LAN,FIRE ALARM ,CIVIL& HVAC WORKS ETC IN COMPOSITE) OF REGIONAL OFFICE, IFCI Ltd. AT BHUBANESWAR

Page 12 of 44

measurements will be taken by the Architect Consultant and the contractor in presence of IFCI.

5.3 Linear measurements will be in metric system corrected to the nearest two decimalplaces.

5.4 While computing weights, for concreting purposes, weld metal weights will not be takeninto consideration.

5.5 Measurements shall be in metric system and running account bills as per schedule ofrates in triplicate shall be prepared and submitted for the work done based on jointmeasurements.

5.6 Payment shall be settled after submission of bill made within 30 days after thecertification of the bill by the Architect/ IFCI– minimum amount of interim certificate will beRs.5,00,000/- (Rupees Five Lakhs only)

5.7 Bill is to be prepared and submitted in the prescribed format.

ARTICLE -4

MISCELLANEOUS INFORMATION

5.1 PROTECTION

The contractor shall protect and preserve the works from all damage and / or accidents,providing any temporary roofs, window and door coverings, boxing or other construction asrequired. It is assumed that the contractor has assessed this cost in quoting the rates. If hedoes not provide such protection then the Project Manager may direct him to do so at his owncost. This protection shall be provided for all property adjacent to the site as well as on thesite. Trees, shrubs and nearby buildings shall be protected from damage during the course ofthe work.

5.2 INSURANCE

The Contractor shall be responsible for all injury to persons, animals or things, and for allstructural damage to property which may arise from the operation or neglect of himself or ofany nominated sub-contractor or any employee of either, whether such injury or damage arisesfrom carelessness, accident or any other cause whatever in any way connected with thecarrying out of this contract. This clause shall be held to include inter -alia any damage tobuildings, whether immediately adjacent or otherwise, and any damage to roads, streets, footpaths, bridges, or way as well as all damage caused to the buildings and works forming thesubject of this contract by forest, rain, wind or other inclemency of weather.

The contractor shall reinstate all damages of every sort mentioned in this clause, so as todeliver up the whole of the contract works complete and perfect in every respect and so as tomake or otherwise satisfy all claims or damage to the property of third parties. The owner shallbe entitled to deduct the amount of any damage, compensation, costs charges and expensesarising or arising from or in respect of, any such claims or damage from any or all sum due orbecome due to contractor without prejudice to the Owner’s other rights in respect thereof.

TENDER DOCUMENT FOR THE FURNISHING WORK (INTERIOR DECORATION, ELECTRICAL,LAN,FIRE ALARM ,CIVIL& HVAC WORKS ETC IN COMPOSITE) OF REGIONAL OFFICE, IFCI Ltd. AT BHUBANESWAR

Page 12 of 44

measurements will be taken by the Architect Consultant and the contractor in presence of IFCI.

5.3 Linear measurements will be in metric system corrected to the nearest two decimalplaces.

5.4 While computing weights, for concreting purposes, weld metal weights will not be takeninto consideration.

5.5 Measurements shall be in metric system and running account bills as per schedule ofrates in triplicate shall be prepared and submitted for the work done based on jointmeasurements.

5.6 Payment shall be settled after submission of bill made within 30 days after thecertification of the bill by the Architect/ IFCI– minimum amount of interim certificate will beRs.5,00,000/- (Rupees Five Lakhs only)

5.7 Bill is to be prepared and submitted in the prescribed format.

ARTICLE -4

MISCELLANEOUS INFORMATION

5.1 PROTECTION

The contractor shall protect and preserve the works from all damage and / or accidents,providing any temporary roofs, window and door coverings, boxing or other construction asrequired. It is assumed that the contractor has assessed this cost in quoting the rates. If hedoes not provide such protection then the Project Manager may direct him to do so at his owncost. This protection shall be provided for all property adjacent to the site as well as on thesite. Trees, shrubs and nearby buildings shall be protected from damage during the course ofthe work.

5.2 INSURANCE

The Contractor shall be responsible for all injury to persons, animals or things, and for allstructural damage to property which may arise from the operation or neglect of himself or ofany nominated sub-contractor or any employee of either, whether such injury or damage arisesfrom carelessness, accident or any other cause whatever in any way connected with thecarrying out of this contract. This clause shall be held to include inter -alia any damage tobuildings, whether immediately adjacent or otherwise, and any damage to roads, streets, footpaths, bridges, or way as well as all damage caused to the buildings and works forming thesubject of this contract by forest, rain, wind or other inclemency of weather.

The contractor shall reinstate all damages of every sort mentioned in this clause, so as todeliver up the whole of the contract works complete and perfect in every respect and so as tomake or otherwise satisfy all claims or damage to the property of third parties. The owner shallbe entitled to deduct the amount of any damage, compensation, costs charges and expensesarising or arising from or in respect of, any such claims or damage from any or all sum due orbecome due to contractor without prejudice to the Owner’s other rights in respect thereof.

TENDER DOCUMENT FOR THE FURNISHING WORK (INTERIOR DECORATION, ELECTRICAL,LAN,FIRE ALARM ,CIVIL& HVAC WORKS ETC IN COMPOSITE) OF REGIONAL OFFICE, IFCI Ltd. AT BHUBANESWAR

Page 13 of 44

Necessary workman’s compensation and Contractors All Risk Policy (CAR) policy from anationalized Insurance Company should be taken by the contractor before starting the work asper the Labour law in force and copy of which should be submitted to Client.

Tax on works contract and workers welfare fund as per Odisha State Finance Act or any otherstate, rules or regulations will be the liability of the contractor.

5.3 SUB-CONTRACTORS

No part of the work or contract shall be sub-let to other persons unless the written authority ofthe Project Manager is obtained.

5.4 DRAWINGS

Drawings accompanying the tender documents are indicative of the scope of work and issuedfor tendering purpose only. Detailed construction drawings on the basis of which actualexecution of the work is to be preceded will be furnished to the contractor progressively basedon the programme evolved after the award of the work.

5.5 EXTRA ITEMS

Rates for the extra items, if any, shall be worked out based on rate analysis of STATE PWD /CPWD schedules. The labour rate for such calculations shall be based on the prevailing cost ofeach category of labour in the state. The decision of the IFCI regarding such labour rates andmaterial costs shall be final and binding on the contractor. No extra work should be carried outwithout written permission and approved rate.

5.6 SAFETY & SECURITY

First-aid kits must be made available at the work spot / site office of each contractor and thesame shall be replenished from time to time.

Contractors have to provide Fire & safety equipments along with First-aid kits at the work spot.

There first - aid appliance including adequate supply of sterilized dressings and cottonwoolshall be maintained in a readily accessible place.

An injured person shall be given first aid and taken to a hospital without loss of time, incase where the injury necessities hospitalization.

Suitable and strong scaffolds should be provide for the workmen for all work that cannotsafely be done from ground .

No portable ladder shall be over 8 meters in length . The width between the side railsshall not be less than 30cm ( clear) and the distance between two adjacent rings shallnot be more than 30cm. When a ladder is used an extra laborer / workman shall beengaged for holding the ladder .

TENDER DOCUMENT FOR THE FURNISHING WORK (INTERIOR DECORATION, ELECTRICAL,LAN,FIRE ALARM ,CIVIL& HVAC WORKS ETC IN COMPOSITE) OF REGIONAL OFFICE, IFCI Ltd. AT BHUBANESWAR

Page 13 of 44

Necessary workman’s compensation and Contractors All Risk Policy (CAR) policy from anationalized Insurance Company should be taken by the contractor before starting the work asper the Labour law in force and copy of which should be submitted to Client.

Tax on works contract and workers welfare fund as per Odisha State Finance Act or any otherstate, rules or regulations will be the liability of the contractor.

5.3 SUB-CONTRACTORS

No part of the work or contract shall be sub-let to other persons unless the written authority ofthe Project Manager is obtained.

5.4 DRAWINGS

Drawings accompanying the tender documents are indicative of the scope of work and issuedfor tendering purpose only. Detailed construction drawings on the basis of which actualexecution of the work is to be preceded will be furnished to the contractor progressively basedon the programme evolved after the award of the work.

5.5 EXTRA ITEMS

Rates for the extra items, if any, shall be worked out based on rate analysis of STATE PWD /CPWD schedules. The labour rate for such calculations shall be based on the prevailing cost ofeach category of labour in the state. The decision of the IFCI regarding such labour rates andmaterial costs shall be final and binding on the contractor. No extra work should be carried outwithout written permission and approved rate.

5.6 SAFETY & SECURITY

First-aid kits must be made available at the work spot / site office of each contractor and thesame shall be replenished from time to time.

Contractors have to provide Fire & safety equipments along with First-aid kits at the work spot.

There first - aid appliance including adequate supply of sterilized dressings and cottonwoolshall be maintained in a readily accessible place.

An injured person shall be given first aid and taken to a hospital without loss of time, incase where the injury necessities hospitalization.

Suitable and strong scaffolds should be provide for the workmen for all work that cannotsafely be done from ground .

No portable ladder shall be over 8 meters in length . The width between the side railsshall not be less than 30cm ( clear) and the distance between two adjacent rings shallnot be more than 30cm. When a ladder is used an extra laborer / workman shall beengaged for holding the ladder .

TENDER DOCUMENT FOR THE FURNISHING WORK (INTERIOR DECORATION, ELECTRICAL,LAN,FIRE ALARM ,CIVIL& HVAC WORKS ETC IN COMPOSITE) OF REGIONAL OFFICE, IFCI Ltd. AT BHUBANESWAR

Page 13 of 44

Necessary workman’s compensation and Contractors All Risk Policy (CAR) policy from anationalized Insurance Company should be taken by the contractor before starting the work asper the Labour law in force and copy of which should be submitted to Client.

Tax on works contract and workers welfare fund as per Odisha State Finance Act or any otherstate, rules or regulations will be the liability of the contractor.

5.3 SUB-CONTRACTORS

No part of the work or contract shall be sub-let to other persons unless the written authority ofthe Project Manager is obtained.

5.4 DRAWINGS

Drawings accompanying the tender documents are indicative of the scope of work and issuedfor tendering purpose only. Detailed construction drawings on the basis of which actualexecution of the work is to be preceded will be furnished to the contractor progressively basedon the programme evolved after the award of the work.

5.5 EXTRA ITEMS

Rates for the extra items, if any, shall be worked out based on rate analysis of STATE PWD /CPWD schedules. The labour rate for such calculations shall be based on the prevailing cost ofeach category of labour in the state. The decision of the IFCI regarding such labour rates andmaterial costs shall be final and binding on the contractor. No extra work should be carried outwithout written permission and approved rate.

5.6 SAFETY & SECURITY

First-aid kits must be made available at the work spot / site office of each contractor and thesame shall be replenished from time to time.

Contractors have to provide Fire & safety equipments along with First-aid kits at the work spot.

There first - aid appliance including adequate supply of sterilized dressings and cottonwoolshall be maintained in a readily accessible place.

An injured person shall be given first aid and taken to a hospital without loss of time, incase where the injury necessities hospitalization.

Suitable and strong scaffolds should be provide for the workmen for all work that cannotsafely be done from ground .

No portable ladder shall be over 8 meters in length . The width between the side railsshall not be less than 30cm ( clear) and the distance between two adjacent rings shallnot be more than 30cm. When a ladder is used an extra laborer / workman shall beengaged for holding the ladder .

TENDER DOCUMENT FOR THE FURNISHING WORK (INTERIOR DECORATION, ELECTRICAL,LAN,FIRE ALARM ,CIVIL& HVAC WORKS ETC IN COMPOSITE) OF REGIONAL OFFICE, IFCI Ltd. AT BHUBANESWAR

Page 14 of 44

Workers employed on mixing and handling materials such as asphalt, cement andcement mortar or concrete and lime mortar shall be provided with protective foot wearand rubber hand gloves and tin coat for covering faces and head.

Those engaged in welding works shall be provided with welder's protective eye shieldand gloves.

5.7 DRAWING REVISIONS

Any revision in the drawings during the construction shall be accommodated without anyextra cost.

GENERAL CONDITIONS OF CONTRACT

1. Downloading Bid document from the website:

The Bidder may download Tender Document along with terms and conditions from IFCIwebsite www.ifciltd.com. However, for participating in the tender, it is mandatory todownload & submit the tender from the http://ifci.etenders.in website only and mustkeep track of download any corrigendum and/ or addendum or any change in theschedule or any other relevant information issued in respect of the subject tender byIFCI.

2. Amendment to Bid documents:At any time prior to the deadline for submission of Bids, IFCI may, for any reason,whether at its own initiative or in response to a clarification sought by anyprospective bidder, modify the bidding documents by amendment /addendum/corrigendum.

i) The corrigendum/amendment will be issued in website http://ifci.etenders.in only.Bidders shall be solely responsible to check the web site for the amendment issued inshape of Corrigendum and/or Addendum up to last date of submission of bid.

3. Clarification on Bids:

i) To assist in the examination, evaluation and comparison of the technical bids, IFCImay, at its discretion, ask the Bidder for a clarification on its Bid. No change in priceof the Bid shall be sought, offered or permitted. If required, the IFCI reserves theright to ask the bidders to submit supplementary documents to support thedocuments already submitted by the bidder.

ii) IFCI reserves the right to conduct joint post bid discussion after opening the technicalbids, for clarification on technical bid and may amend the technical bid requirementsso as to bring all the bidders on to a common platform. In case of any alteration inthe technical bid requirements, all the bidders shall be given equal opportunity tosubmit supplementary price offers for that item in which alterations have been made.The supplementary offer must indicate the amount which shall be added to or

TENDER DOCUMENT FOR THE FURNISHING WORK (INTERIOR DECORATION, ELECTRICAL,LAN,FIRE ALARM ,CIVIL& HVAC WORKS ETC IN COMPOSITE) OF REGIONAL OFFICE, IFCI Ltd. AT BHUBANESWAR

Page 14 of 44

Workers employed on mixing and handling materials such as asphalt, cement andcement mortar or concrete and lime mortar shall be provided with protective foot wearand rubber hand gloves and tin coat for covering faces and head.

Those engaged in welding works shall be provided with welder's protective eye shieldand gloves.

5.7 DRAWING REVISIONS

Any revision in the drawings during the construction shall be accommodated without anyextra cost.

GENERAL CONDITIONS OF CONTRACT

1. Downloading Bid document from the website:

The Bidder may download Tender Document along with terms and conditions from IFCIwebsite www.ifciltd.com. However, for participating in the tender, it is mandatory todownload & submit the tender from the http://ifci.etenders.in website only and mustkeep track of download any corrigendum and/ or addendum or any change in theschedule or any other relevant information issued in respect of the subject tender byIFCI.

2. Amendment to Bid documents:At any time prior to the deadline for submission of Bids, IFCI may, for any reason,whether at its own initiative or in response to a clarification sought by anyprospective bidder, modify the bidding documents by amendment /addendum/corrigendum.

i) The corrigendum/amendment will be issued in website http://ifci.etenders.in only.Bidders shall be solely responsible to check the web site for the amendment issued inshape of Corrigendum and/or Addendum up to last date of submission of bid.

3. Clarification on Bids:

i) To assist in the examination, evaluation and comparison of the technical bids, IFCImay, at its discretion, ask the Bidder for a clarification on its Bid. No change in priceof the Bid shall be sought, offered or permitted. If required, the IFCI reserves theright to ask the bidders to submit supplementary documents to support thedocuments already submitted by the bidder.

ii) IFCI reserves the right to conduct joint post bid discussion after opening the technicalbids, for clarification on technical bid and may amend the technical bid requirementsso as to bring all the bidders on to a common platform. In case of any alteration inthe technical bid requirements, all the bidders shall be given equal opportunity tosubmit supplementary price offers for that item in which alterations have been made.The supplementary offer must indicate the amount which shall be added to or

TENDER DOCUMENT FOR THE FURNISHING WORK (INTERIOR DECORATION, ELECTRICAL,LAN,FIRE ALARM ,CIVIL& HVAC WORKS ETC IN COMPOSITE) OF REGIONAL OFFICE, IFCI Ltd. AT BHUBANESWAR

Page 14 of 44

Workers employed on mixing and handling materials such as asphalt, cement andcement mortar or concrete and lime mortar shall be provided with protective foot wearand rubber hand gloves and tin coat for covering faces and head.

Those engaged in welding works shall be provided with welder's protective eye shieldand gloves.

5.7 DRAWING REVISIONS

Any revision in the drawings during the construction shall be accommodated without anyextra cost.

GENERAL CONDITIONS OF CONTRACT

1. Downloading Bid document from the website:

The Bidder may download Tender Document along with terms and conditions from IFCIwebsite www.ifciltd.com. However, for participating in the tender, it is mandatory todownload & submit the tender from the http://ifci.etenders.in website only and mustkeep track of download any corrigendum and/ or addendum or any change in theschedule or any other relevant information issued in respect of the subject tender byIFCI.

2. Amendment to Bid documents:At any time prior to the deadline for submission of Bids, IFCI may, for any reason,whether at its own initiative or in response to a clarification sought by anyprospective bidder, modify the bidding documents by amendment /addendum/corrigendum.

i) The corrigendum/amendment will be issued in website http://ifci.etenders.in only.Bidders shall be solely responsible to check the web site for the amendment issued inshape of Corrigendum and/or Addendum up to last date of submission of bid.

3. Clarification on Bids:

i) To assist in the examination, evaluation and comparison of the technical bids, IFCImay, at its discretion, ask the Bidder for a clarification on its Bid. No change in priceof the Bid shall be sought, offered or permitted. If required, the IFCI reserves theright to ask the bidders to submit supplementary documents to support thedocuments already submitted by the bidder.

ii) IFCI reserves the right to conduct joint post bid discussion after opening the technicalbids, for clarification on technical bid and may amend the technical bid requirementsso as to bring all the bidders on to a common platform. In case of any alteration inthe technical bid requirements, all the bidders shall be given equal opportunity tosubmit supplementary price offers for that item in which alterations have been made.The supplementary offer must indicate the amount which shall be added to or

TENDER DOCUMENT FOR THE FURNISHING WORK (INTERIOR DECORATION, ELECTRICAL,LAN,FIRE ALARM ,CIVIL& HVAC WORKS ETC IN COMPOSITE) OF REGIONAL OFFICE, IFCI Ltd. AT BHUBANESWAR

Page 15 of 44

subtracted from the original price offered for that item. Both the original and thesupplementary offer shall be evaluated jointly.

4. Site Visit and Pre Bid Meeting:

A pre-bid meeting shall be conducted in Bhubaneswar on the schedule date & timementioned in tender document. The prospective bidders should visit the site prior to theschedule date of pre-bid meeting and must participate in pre-bid meeting as per theschedule. During pre-bid meeting, clarification on technical bid conditions shall be doneand IFCI may amend the technical Bid requirements so as to bring all the bidders on toa common platform. Any changes in technical criteria and term & conditions resultingout of pre-bid meeting shall be published in website http://ifci.etenders.in as Addendum/ Corrigendum. No further deviation from the bidders shall be accepted thereafter.Accordingly, the bidders have to submit their bid. The bidders who will not attend pre-bid meeting as per the schedule can submit their bid; but no deviation from suchbidders shall be accepted by IFCI.

5. Evaluation and comparison of Bids:

Conditional bids may be rejected by IFCI. The technical evaluation shall be madestrictly on the basis of the documents submitted by the bidders in support of theeligibility, the technical and commercial response. All the required information shall befurnished strictly in prescribed schedules/Annexure only. Any information indicated otherthan prescribed schedules/Annexure shall not be entertained. The financial evaluationshall be made on the basis of the total price as indicated in the BOQ-1 “ABSTRACT”.IFCI is not bound to accept the lowest quoted offer. Conditions, if any, on anydocument enclosed with Price Bid shall not be considered. IFCI’s decision in this regardshall be final and binding.

6. Execution of Contract Agreement:

Bidder is required to execute contract agreement for the said work as per the prescribedproforma to be provided by the IFCI on a non-judicial stamp paper of not less thanRs.100/-within 15 days from the issue of LOI/Award Letter. The bidder shall pay for allstamps duty and legal charges, incidental expenses, if any.

7. Time is the Essence of the Contract:Time is the essence of the contract and the Contractor shall ensure that all theobligations under the contract are completed within the agreed time schedule. TheContractor shall be solely responsible for all the delays including the delays caused byit’s vendors. In case of delay in progress of the works, IFCI reserves the right towithhold the payment, cancel the contract unilaterally or complete the workdepartmentally or by engaging another agency at the cost and risk of the contractor.

8. Abnormal Rates:

The bidder is expected to quote rate for each subsection after careful analysis of costinvolved for the performance of the completed sub-section considering all specificationsand conditions of contract. In case it is noticed that the rates quoted by the bidder for

TENDER DOCUMENT FOR THE FURNISHING WORK (INTERIOR DECORATION, ELECTRICAL,LAN,FIRE ALARM ,CIVIL& HVAC WORKS ETC IN COMPOSITE) OF REGIONAL OFFICE, IFCI Ltd. AT BHUBANESWAR

Page 15 of 44

subtracted from the original price offered for that item. Both the original and thesupplementary offer shall be evaluated jointly.

4. Site Visit and Pre Bid Meeting:

A pre-bid meeting shall be conducted in Bhubaneswar on the schedule date & timementioned in tender document. The prospective bidders should visit the site prior to theschedule date of pre-bid meeting and must participate in pre-bid meeting as per theschedule. During pre-bid meeting, clarification on technical bid conditions shall be doneand IFCI may amend the technical Bid requirements so as to bring all the bidders on toa common platform. Any changes in technical criteria and term & conditions resultingout of pre-bid meeting shall be published in website http://ifci.etenders.in as Addendum/ Corrigendum. No further deviation from the bidders shall be accepted thereafter.Accordingly, the bidders have to submit their bid. The bidders who will not attend pre-bid meeting as per the schedule can submit their bid; but no deviation from suchbidders shall be accepted by IFCI.

5. Evaluation and comparison of Bids:

Conditional bids may be rejected by IFCI. The technical evaluation shall be madestrictly on the basis of the documents submitted by the bidders in support of theeligibility, the technical and commercial response. All the required information shall befurnished strictly in prescribed schedules/Annexure only. Any information indicated otherthan prescribed schedules/Annexure shall not be entertained. The financial evaluationshall be made on the basis of the total price as indicated in the BOQ-1 “ABSTRACT”.IFCI is not bound to accept the lowest quoted offer. Conditions, if any, on anydocument enclosed with Price Bid shall not be considered. IFCI’s decision in this regardshall be final and binding.

6. Execution of Contract Agreement:

Bidder is required to execute contract agreement for the said work as per the prescribedproforma to be provided by the IFCI on a non-judicial stamp paper of not less thanRs.100/-within 15 days from the issue of LOI/Award Letter. The bidder shall pay for allstamps duty and legal charges, incidental expenses, if any.

7. Time is the Essence of the Contract:Time is the essence of the contract and the Contractor shall ensure that all theobligations under the contract are completed within the agreed time schedule. TheContractor shall be solely responsible for all the delays including the delays caused byit’s vendors. In case of delay in progress of the works, IFCI reserves the right towithhold the payment, cancel the contract unilaterally or complete the workdepartmentally or by engaging another agency at the cost and risk of the contractor.

8. Abnormal Rates:

The bidder is expected to quote rate for each subsection after careful analysis of costinvolved for the performance of the completed sub-section considering all specificationsand conditions of contract. In case it is noticed that the rates quoted by the bidder for

TENDER DOCUMENT FOR THE FURNISHING WORK (INTERIOR DECORATION, ELECTRICAL,LAN,FIRE ALARM ,CIVIL& HVAC WORKS ETC IN COMPOSITE) OF REGIONAL OFFICE, IFCI Ltd. AT BHUBANESWAR

Page 15 of 44

subtracted from the original price offered for that item. Both the original and thesupplementary offer shall be evaluated jointly.

4. Site Visit and Pre Bid Meeting:

A pre-bid meeting shall be conducted in Bhubaneswar on the schedule date & timementioned in tender document. The prospective bidders should visit the site prior to theschedule date of pre-bid meeting and must participate in pre-bid meeting as per theschedule. During pre-bid meeting, clarification on technical bid conditions shall be doneand IFCI may amend the technical Bid requirements so as to bring all the bidders on toa common platform. Any changes in technical criteria and term & conditions resultingout of pre-bid meeting shall be published in website http://ifci.etenders.in as Addendum/ Corrigendum. No further deviation from the bidders shall be accepted thereafter.Accordingly, the bidders have to submit their bid. The bidders who will not attend pre-bid meeting as per the schedule can submit their bid; but no deviation from suchbidders shall be accepted by IFCI.

5. Evaluation and comparison of Bids:

Conditional bids may be rejected by IFCI. The technical evaluation shall be madestrictly on the basis of the documents submitted by the bidders in support of theeligibility, the technical and commercial response. All the required information shall befurnished strictly in prescribed schedules/Annexure only. Any information indicated otherthan prescribed schedules/Annexure shall not be entertained. The financial evaluationshall be made on the basis of the total price as indicated in the BOQ-1 “ABSTRACT”.IFCI is not bound to accept the lowest quoted offer. Conditions, if any, on anydocument enclosed with Price Bid shall not be considered. IFCI’s decision in this regardshall be final and binding.

6. Execution of Contract Agreement:

Bidder is required to execute contract agreement for the said work as per the prescribedproforma to be provided by the IFCI on a non-judicial stamp paper of not less thanRs.100/-within 15 days from the issue of LOI/Award Letter. The bidder shall pay for allstamps duty and legal charges, incidental expenses, if any.

7. Time is the Essence of the Contract:Time is the essence of the contract and the Contractor shall ensure that all theobligations under the contract are completed within the agreed time schedule. TheContractor shall be solely responsible for all the delays including the delays caused byit’s vendors. In case of delay in progress of the works, IFCI reserves the right towithhold the payment, cancel the contract unilaterally or complete the workdepartmentally or by engaging another agency at the cost and risk of the contractor.

8. Abnormal Rates:

The bidder is expected to quote rate for each subsection after careful analysis of costinvolved for the performance of the completed sub-section considering all specificationsand conditions of contract. In case it is noticed that the rates quoted by the bidder for

TENDER DOCUMENT FOR THE FURNISHING WORK (INTERIOR DECORATION, ELECTRICAL,LAN,FIRE ALARM ,CIVIL& HVAC WORKS ETC IN COMPOSITE) OF REGIONAL OFFICE, IFCI Ltd. AT BHUBANESWAR

Page 16 of 44

any items are unusually high or unusually low, it will be sufficient case for the rejectionof the tender unless the reasonableness of the rates is convincing. For scrutiny, theanalysis for such rates is to be furnished by the bidder on demand.

9. Change Orders:

At any time during the execution of the contract, changes may be made in thespecifications, scope of contract by given a written notice to the contractor by IFCI.IFCI may make any changes in the quality and/or quantity of the work or any partthereof that may, in his opinion, be necessary and for that purpose the IFCI shall havethe power to order the Contractor to do and the Contractor shall do any of thefollowing:-i) Increase or decrease or split the quantity of work include in the contract,ii) Omit any such work,iii) Change the character, quality or kind of any such work,iv)Change the dimensions of any such work,v) Execute additional work of any kind necessary for completion of the work under the

contract,and no such change shall in any way vitiate or invalidate the contract but the cost, ifany, arising out of all such changes shall be taken into account in ascertaining the totalamount of the contract price. Where the rate is available in the contract and the sameis applicable to the additional work, in the opinion of the IFCI, the cost of the additionalwork shall be determined as per this available rate. But, if the rate for additional workis not available in the contract, the same shall be determined by the IFCI after takinginto account the market rate and labour cost at the site for similar works and shall befinal.

10. The Bidder shall arrange, at his own expense, all tools, plant and equipmenthereafter referred to as (T &P) labour, &electricity/water required forexecution of the work.

11.Force Majeure:Any delays in or failure of the performance of either party herein shall not constitutedefault hereunder or give rise to any claim for damages, if any, to the extent suchdelays or failure of performance is caused by occurrences such as Act of God or thepublic enemy; expropriation or confiscation of facilities by Government authorities, orin compliance with any order or request of any Governmental authorities or dueacts of war, rebellion or sabotage or fires, floods, explosions, riots or illegal joint strikesof all the workers of all the bidders.

12. Income Tax/WCT/VATi) Income tax, work contract tax, including surcharge if any, at the prevailing rates

shall be deducted from the Bidder’s bills as per the provision of Income TaxAct/Other Acts.

ii) The Bidders shall ascertain from the concerned authorities regarding theapplicability of Works Contract Tax/VAT/TIN/Service Tax. Necessary deductions willbe made from the bidder’s bill as applicable.

TENDER DOCUMENT FOR THE FURNISHING WORK (INTERIOR DECORATION, ELECTRICAL,LAN,FIRE ALARM ,CIVIL& HVAC WORKS ETC IN COMPOSITE) OF REGIONAL OFFICE, IFCI Ltd. AT BHUBANESWAR

Page 16 of 44

any items are unusually high or unusually low, it will be sufficient case for the rejectionof the tender unless the reasonableness of the rates is convincing. For scrutiny, theanalysis for such rates is to be furnished by the bidder on demand.

9. Change Orders:

At any time during the execution of the contract, changes may be made in thespecifications, scope of contract by given a written notice to the contractor by IFCI.IFCI may make any changes in the quality and/or quantity of the work or any partthereof that may, in his opinion, be necessary and for that purpose the IFCI shall havethe power to order the Contractor to do and the Contractor shall do any of thefollowing:-i) Increase or decrease or split the quantity of work include in the contract,ii) Omit any such work,iii) Change the character, quality or kind of any such work,iv)Change the dimensions of any such work,v) Execute additional work of any kind necessary for completion of the work under the

contract,and no such change shall in any way vitiate or invalidate the contract but the cost, ifany, arising out of all such changes shall be taken into account in ascertaining the totalamount of the contract price. Where the rate is available in the contract and the sameis applicable to the additional work, in the opinion of the IFCI, the cost of the additionalwork shall be determined as per this available rate. But, if the rate for additional workis not available in the contract, the same shall be determined by the IFCI after takinginto account the market rate and labour cost at the site for similar works and shall befinal.

10. The Bidder shall arrange, at his own expense, all tools, plant and equipmenthereafter referred to as (T &P) labour, &electricity/water required forexecution of the work.

11.Force Majeure:Any delays in or failure of the performance of either party herein shall not constitutedefault hereunder or give rise to any claim for damages, if any, to the extent suchdelays or failure of performance is caused by occurrences such as Act of God or thepublic enemy; expropriation or confiscation of facilities by Government authorities, orin compliance with any order or request of any Governmental authorities or dueacts of war, rebellion or sabotage or fires, floods, explosions, riots or illegal joint strikesof all the workers of all the bidders.

12. Income Tax/WCT/VATi) Income tax, work contract tax, including surcharge if any, at the prevailing rates

shall be deducted from the Bidder’s bills as per the provision of Income TaxAct/Other Acts.

ii) The Bidders shall ascertain from the concerned authorities regarding theapplicability of Works Contract Tax/VAT/TIN/Service Tax. Necessary deductions willbe made from the bidder’s bill as applicable.

TENDER DOCUMENT FOR THE FURNISHING WORK (INTERIOR DECORATION, ELECTRICAL,LAN,FIRE ALARM ,CIVIL& HVAC WORKS ETC IN COMPOSITE) OF REGIONAL OFFICE, IFCI Ltd. AT BHUBANESWAR

Page 16 of 44

any items are unusually high or unusually low, it will be sufficient case for the rejectionof the tender unless the reasonableness of the rates is convincing. For scrutiny, theanalysis for such rates is to be furnished by the bidder on demand.

9. Change Orders:

At any time during the execution of the contract, changes may be made in thespecifications, scope of contract by given a written notice to the contractor by IFCI.IFCI may make any changes in the quality and/or quantity of the work or any partthereof that may, in his opinion, be necessary and for that purpose the IFCI shall havethe power to order the Contractor to do and the Contractor shall do any of thefollowing:-i) Increase or decrease or split the quantity of work include in the contract,ii) Omit any such work,iii) Change the character, quality or kind of any such work,iv)Change the dimensions of any such work,v) Execute additional work of any kind necessary for completion of the work under the

contract,and no such change shall in any way vitiate or invalidate the contract but the cost, ifany, arising out of all such changes shall be taken into account in ascertaining the totalamount of the contract price. Where the rate is available in the contract and the sameis applicable to the additional work, in the opinion of the IFCI, the cost of the additionalwork shall be determined as per this available rate. But, if the rate for additional workis not available in the contract, the same shall be determined by the IFCI after takinginto account the market rate and labour cost at the site for similar works and shall befinal.

10. The Bidder shall arrange, at his own expense, all tools, plant and equipmenthereafter referred to as (T &P) labour, &electricity/water required forexecution of the work.

11.Force Majeure:Any delays in or failure of the performance of either party herein shall not constitutedefault hereunder or give rise to any claim for damages, if any, to the extent suchdelays or failure of performance is caused by occurrences such as Act of God or thepublic enemy; expropriation or confiscation of facilities by Government authorities, orin compliance with any order or request of any Governmental authorities or dueacts of war, rebellion or sabotage or fires, floods, explosions, riots or illegal joint strikesof all the workers of all the bidders.

12. Income Tax/WCT/VATi) Income tax, work contract tax, including surcharge if any, at the prevailing rates

shall be deducted from the Bidder’s bills as per the provision of Income TaxAct/Other Acts.

ii) The Bidders shall ascertain from the concerned authorities regarding theapplicability of Works Contract Tax/VAT/TIN/Service Tax. Necessary deductions willbe made from the bidder’s bill as applicable.

TENDER DOCUMENT FOR THE FURNISHING WORK (INTERIOR DECORATION, ELECTRICAL,LAN,FIRE ALARM ,CIVIL& HVAC WORKS ETC IN COMPOSITE) OF REGIONAL OFFICE, IFCI Ltd. AT BHUBANESWAR

Page 17 of 44

13.In case of any dispute as to the mode of measurement to be adopted for any item ofthe work not specially covered in the tender document, the mode of measurement asper Indian standard specification No. 1200 read with the latest modifications thereofshall be followed.

If the contractor carries out work in multiple shifts with the permission of theclient and he will have to observe all government rules and laws and shall pay to hislabour fair wages in accordance with current labour and acts. No extra payment shall bepayable to him by the owner on his account till the time of completion of the totalproject including any extensions, which may be allowed by the owner.

14. Arbitration & Reconciliation:i) In case amicable settlement is not reached in the event of any dispute of difference

arising out of the execution of the contract or the respective rights and liabilities of theparties or in relation to interpretation of any provision by the bidder in any mannertouching upon the contract, such dispute or difference shall (except as to any matters,the decision of which is specifically provided for therein) be referred to the solearbitration of the arbitrator appointed by IFCI.

ii) The award of the Arbitrator shall be binding upon the parties to the dispute.iii) Subject as aforesaid, the provisions of Arbitration and Reconciliation Act 1996 (India) or

statutory modifications or re enactments thereof and the rules made there under andfor the time being in force shall apply to the arbitration proceedings under this clause.The venue of the arbitration shall be the place from which the contract is issued or suchother place as the Arbitrator at his discretion may determine.

iv) The cost of arbitration shall be borne equally by both the parties.v) The work under the Contract shall, however, continue during the arbitration

proceedings and no payment due to the bidder shall be withheld on account of suchproceedings.

vi) Failure to comply with any of the above conditions can result in termination of thecontract, forfeiture of the security deposit, penalty as may be decided by IFCI andfuture blacklisting of the bidder.

15. RATE OF PROGRESS

If for any reason which does not entitle the contractor to an extension of time, the rateof progress of the works or any section is at any time, in the opinion of IFCI/architect,too slow to comply with the time for completion IFCI /architect shall so notify Contractorwho shall thereupon take such steps as are necessary, subject to the consent of theIFCI/architect, to expedite progress so as to comply with the time frame for completion.The contractor shall not be entitled to any additional payment for taking such steps. If,as a result of any notice given by the IFCI /architect under the clause, the contractorconsiders that it is necessary to do any work at night or on locally recognized days ofrest, he shall be entitled to seek the consent of the IFCI/architect to do so.

TENDER DOCUMENT FOR THE FURNISHING WORK (INTERIOR DECORATION, ELECTRICAL,LAN,FIRE ALARM ,CIVIL& HVAC WORKS ETC IN COMPOSITE) OF REGIONAL OFFICE, IFCI Ltd. AT BHUBANESWAR

Page 17 of 44

13.In case of any dispute as to the mode of measurement to be adopted for any item ofthe work not specially covered in the tender document, the mode of measurement asper Indian standard specification No. 1200 read with the latest modifications thereofshall be followed.

If the contractor carries out work in multiple shifts with the permission of theclient and he will have to observe all government rules and laws and shall pay to hislabour fair wages in accordance with current labour and acts. No extra payment shall bepayable to him by the owner on his account till the time of completion of the totalproject including any extensions, which may be allowed by the owner.

14. Arbitration & Reconciliation:i) In case amicable settlement is not reached in the event of any dispute of difference

arising out of the execution of the contract or the respective rights and liabilities of theparties or in relation to interpretation of any provision by the bidder in any mannertouching upon the contract, such dispute or difference shall (except as to any matters,the decision of which is specifically provided for therein) be referred to the solearbitration of the arbitrator appointed by IFCI.

ii) The award of the Arbitrator shall be binding upon the parties to the dispute.iii) Subject as aforesaid, the provisions of Arbitration and Reconciliation Act 1996 (India) or

statutory modifications or re enactments thereof and the rules made there under andfor the time being in force shall apply to the arbitration proceedings under this clause.The venue of the arbitration shall be the place from which the contract is issued or suchother place as the Arbitrator at his discretion may determine.

iv) The cost of arbitration shall be borne equally by both the parties.v) The work under the Contract shall, however, continue during the arbitration

proceedings and no payment due to the bidder shall be withheld on account of suchproceedings.

vi) Failure to comply with any of the above conditions can result in termination of thecontract, forfeiture of the security deposit, penalty as may be decided by IFCI andfuture blacklisting of the bidder.

15. RATE OF PROGRESS

If for any reason which does not entitle the contractor to an extension of time, the rateof progress of the works or any section is at any time, in the opinion of IFCI/architect,too slow to comply with the time for completion IFCI /architect shall so notify Contractorwho shall thereupon take such steps as are necessary, subject to the consent of theIFCI/architect, to expedite progress so as to comply with the time frame for completion.The contractor shall not be entitled to any additional payment for taking such steps. If,as a result of any notice given by the IFCI /architect under the clause, the contractorconsiders that it is necessary to do any work at night or on locally recognized days ofrest, he shall be entitled to seek the consent of the IFCI/architect to do so.

TENDER DOCUMENT FOR THE FURNISHING WORK (INTERIOR DECORATION, ELECTRICAL,LAN,FIRE ALARM ,CIVIL& HVAC WORKS ETC IN COMPOSITE) OF REGIONAL OFFICE, IFCI Ltd. AT BHUBANESWAR

Page 17 of 44

13.In case of any dispute as to the mode of measurement to be adopted for any item ofthe work not specially covered in the tender document, the mode of measurement asper Indian standard specification No. 1200 read with the latest modifications thereofshall be followed.

If the contractor carries out work in multiple shifts with the permission of theclient and he will have to observe all government rules and laws and shall pay to hislabour fair wages in accordance with current labour and acts. No extra payment shall bepayable to him by the owner on his account till the time of completion of the totalproject including any extensions, which may be allowed by the owner.

14. Arbitration & Reconciliation:i) In case amicable settlement is not reached in the event of any dispute of difference

arising out of the execution of the contract or the respective rights and liabilities of theparties or in relation to interpretation of any provision by the bidder in any mannertouching upon the contract, such dispute or difference shall (except as to any matters,the decision of which is specifically provided for therein) be referred to the solearbitration of the arbitrator appointed by IFCI.

ii) The award of the Arbitrator shall be binding upon the parties to the dispute.iii) Subject as aforesaid, the provisions of Arbitration and Reconciliation Act 1996 (India) or

statutory modifications or re enactments thereof and the rules made there under andfor the time being in force shall apply to the arbitration proceedings under this clause.The venue of the arbitration shall be the place from which the contract is issued or suchother place as the Arbitrator at his discretion may determine.

iv) The cost of arbitration shall be borne equally by both the parties.v) The work under the Contract shall, however, continue during the arbitration

proceedings and no payment due to the bidder shall be withheld on account of suchproceedings.

vi) Failure to comply with any of the above conditions can result in termination of thecontract, forfeiture of the security deposit, penalty as may be decided by IFCI andfuture blacklisting of the bidder.

15. RATE OF PROGRESS

If for any reason which does not entitle the contractor to an extension of time, the rateof progress of the works or any section is at any time, in the opinion of IFCI/architect,too slow to comply with the time for completion IFCI /architect shall so notify Contractorwho shall thereupon take such steps as are necessary, subject to the consent of theIFCI/architect, to expedite progress so as to comply with the time frame for completion.The contractor shall not be entitled to any additional payment for taking such steps. If,as a result of any notice given by the IFCI /architect under the clause, the contractorconsiders that it is necessary to do any work at night or on locally recognized days ofrest, he shall be entitled to seek the consent of the IFCI/architect to do so.

TENDER DOCUMENT FOR THE FURNISHING WORK (INTERIOR DECORATION, ELECTRICAL,LAN,FIRE ALARM ,CIVIL& HVAC WORKS ETC IN COMPOSITE) OF REGIONAL OFFICE, IFCI Ltd. AT BHUBANESWAR

Page 18 of 44

16.CLARIFICATIONS AND INTERPRETATIONS OF DRAWINGS /DOCUMENTS

Should there be any discrepancy due to incomplete description/ ambiguity of omission inthe drawings and other documents weather original or supplementary during thecontract , found during currency of the installation work , the contractor shallimmediately on observing the same , draw the attention of the IFCI/architect whosedecisions will be final and binding on the Contractor.

Clarifications required or discrepancies if any, not sought by the contractor in thevarious drawings supplied by the architects must be obtained before execution of workfailing which decisions of the IFCI/Architect shall be final and binding on the contractor.

Annexure -1

(1) Defect Liability Period(not fully applicable for release ofretention money) : 12 months

(2) Period of final measurements valuation : 30 days

(3) Date of commencement : Date of LOI/Award Letter

(4) Date of completion : 60 days from date of LOI

(5) Agreed liquidated damages : 0.5% of the contract value per weekfor each calendar week of delay orpart thereof, subject to a max. of10% of the total contract value.

(6) Value of work for interim certificate : 5 lakhs

(7) Period of honouring certificate : 30 days

TENDER DOCUMENT FOR THE FURNISHING WORK (INTERIOR DECORATION, ELECTRICAL,LAN,FIRE ALARM ,CIVIL& HVAC WORKS ETC IN COMPOSITE) OF REGIONAL OFFICE, IFCI Ltd. AT BHUBANESWAR

Page 18 of 44

16.CLARIFICATIONS AND INTERPRETATIONS OF DRAWINGS /DOCUMENTS

Should there be any discrepancy due to incomplete description/ ambiguity of omission inthe drawings and other documents weather original or supplementary during thecontract , found during currency of the installation work , the contractor shallimmediately on observing the same , draw the attention of the IFCI/architect whosedecisions will be final and binding on the Contractor.

Clarifications required or discrepancies if any, not sought by the contractor in thevarious drawings supplied by the architects must be obtained before execution of workfailing which decisions of the IFCI/Architect shall be final and binding on the contractor.

Annexure -1

(1) Defect Liability Period(not fully applicable for release ofretention money) : 12 months

(2) Period of final measurements valuation : 30 days

(3) Date of commencement : Date of LOI/Award Letter

(4) Date of completion : 60 days from date of LOI

(5) Agreed liquidated damages : 0.5% of the contract value per weekfor each calendar week of delay orpart thereof, subject to a max. of10% of the total contract value.

(6) Value of work for interim certificate : 5 lakhs

(7) Period of honouring certificate : 30 days

TENDER DOCUMENT FOR THE FURNISHING WORK (INTERIOR DECORATION, ELECTRICAL,LAN,FIRE ALARM ,CIVIL& HVAC WORKS ETC IN COMPOSITE) OF REGIONAL OFFICE, IFCI Ltd. AT BHUBANESWAR

Page 18 of 44

16.CLARIFICATIONS AND INTERPRETATIONS OF DRAWINGS /DOCUMENTS

Should there be any discrepancy due to incomplete description/ ambiguity of omission inthe drawings and other documents weather original or supplementary during thecontract , found during currency of the installation work , the contractor shallimmediately on observing the same , draw the attention of the IFCI/architect whosedecisions will be final and binding on the Contractor.

Clarifications required or discrepancies if any, not sought by the contractor in thevarious drawings supplied by the architects must be obtained before execution of workfailing which decisions of the IFCI/Architect shall be final and binding on the contractor.

Annexure -1

(1) Defect Liability Period(not fully applicable for release ofretention money) : 12 months

(2) Period of final measurements valuation : 30 days

(3) Date of commencement : Date of LOI/Award Letter

(4) Date of completion : 60 days from date of LOI

(5) Agreed liquidated damages : 0.5% of the contract value per weekfor each calendar week of delay orpart thereof, subject to a max. of10% of the total contract value.

(6) Value of work for interim certificate : 5 lakhs

(7) Period of honouring certificate : 30 days

TENDER DOCUMENT FOR THE FURNISHING WORK (INTERIOR DECORATION, ELECTRICAL,LAN,FIRE ALARM ,CIVIL& HVAC WORKS ETC IN COMPOSITE) OF REGIONAL OFFICE, IFCI Ltd. AT BHUBANESWAR

Page 19 of 44

Annexure-2

BIDDER INFORMATION

Dated:______________

S. No. Particulars/Details

1. Name of the Bidders/ Firm

2. Communication Address

3. Telephone No. OfficeMobileFaxE-MailWebsite

4. Authorised Person - NameDesignationMobileE-Mail ID

5. Alternate Authorised Person - NameDesignationMobileE-Mail ID

6. PAN No.

7. TIN No.

8. Service Tax Registration No.

9 EPF Registration No

10 ESI No.

11 VAT No.

12 Company Registration No.

13 Valid Electrical License (M.V./H.T.)

TENDER DOCUMENT FOR THE FURNISHING WORK (INTERIOR DECORATION, ELECTRICAL,LAN,FIRE ALARM ,CIVIL& HVAC WORKS ETC IN COMPOSITE) OF REGIONAL OFFICE, IFCI Ltd. AT BHUBANESWAR

Page 19 of 44

Annexure-2

BIDDER INFORMATION

Dated:______________

S. No. Particulars/Details

1. Name of the Bidders/ Firm

2. Communication Address

3. Telephone No. OfficeMobileFaxE-MailWebsite

4. Authorised Person - NameDesignationMobileE-Mail ID

5. Alternate Authorised Person - NameDesignationMobileE-Mail ID

6. PAN No.

7. TIN No.

8. Service Tax Registration No.

9 EPF Registration No

10 ESI No.

11 VAT No.

12 Company Registration No.

13 Valid Electrical License (M.V./H.T.)

TENDER DOCUMENT FOR THE FURNISHING WORK (INTERIOR DECORATION, ELECTRICAL,LAN,FIRE ALARM ,CIVIL& HVAC WORKS ETC IN COMPOSITE) OF REGIONAL OFFICE, IFCI Ltd. AT BHUBANESWAR

Page 19 of 44

Annexure-2

BIDDER INFORMATION

Dated:______________

S. No. Particulars/Details

1. Name of the Bidders/ Firm

2. Communication Address

3. Telephone No. OfficeMobileFaxE-MailWebsite

4. Authorised Person - NameDesignationMobileE-Mail ID

5. Alternate Authorised Person - NameDesignationMobileE-Mail ID

6. PAN No.

7. TIN No.

8. Service Tax Registration No.

9 EPF Registration No

10 ESI No.

11 VAT No.

12 Company Registration No.

13 Valid Electrical License (M.V./H.T.)

TENDER DOCUMENT FOR THE FURNISHING WORK (INTERIOR DECORATION, ELECTRICAL,LAN,FIRE ALARM ,CIVIL& HVAC WORKS ETC IN COMPOSITE) OF REGIONAL OFFICE, IFCI Ltd. AT BHUBANESWAR

Page 20 of 44

14 Income Tax Return for last 3 years

15. Beneficiary Bank DetailsBank Account NoIFSC/NEFT CodeName of BankAddress of Branch

16. Particular of Tender FeeAmount Rs.(DD/PO) No.DateName of the BankAddress of Bank

17. Particular of Earnest Money Deposit(EMD)

Amount Rs.(DD/PO) No.DateName of the BankAddress of Bank

18. Furnish the names with address &telephone nos. of three responsiblepersons who will be in a position tocertify about the services/quality as wellas the past performance of yourorganization.

19. Whether you accept all the terms andconditions of the tender; Yes/No

20. Whether, MSME, if yes, attached validcopy of certificate.

TENDER DOCUMENT FOR THE FURNISHING WORK (INTERIOR DECORATION, ELECTRICAL,LAN,FIRE ALARM ,CIVIL& HVAC WORKS ETC IN COMPOSITE) OF REGIONAL OFFICE, IFCI Ltd. AT BHUBANESWAR

Page 20 of 44

14 Income Tax Return for last 3 years

15. Beneficiary Bank DetailsBank Account NoIFSC/NEFT CodeName of BankAddress of Branch

16. Particular of Tender FeeAmount Rs.(DD/PO) No.DateName of the BankAddress of Bank

17. Particular of Earnest Money Deposit(EMD)

Amount Rs.(DD/PO) No.DateName of the BankAddress of Bank

18. Furnish the names with address &telephone nos. of three responsiblepersons who will be in a position tocertify about the services/quality as wellas the past performance of yourorganization.

19. Whether you accept all the terms andconditions of the tender; Yes/No

20. Whether, MSME, if yes, attached validcopy of certificate.

TENDER DOCUMENT FOR THE FURNISHING WORK (INTERIOR DECORATION, ELECTRICAL,LAN,FIRE ALARM ,CIVIL& HVAC WORKS ETC IN COMPOSITE) OF REGIONAL OFFICE, IFCI Ltd. AT BHUBANESWAR

Page 20 of 44

14 Income Tax Return for last 3 years

15. Beneficiary Bank DetailsBank Account NoIFSC/NEFT CodeName of BankAddress of Branch

16. Particular of Tender FeeAmount Rs.(DD/PO) No.DateName of the BankAddress of Bank

17. Particular of Earnest Money Deposit(EMD)

Amount Rs.(DD/PO) No.DateName of the BankAddress of Bank

18. Furnish the names with address &telephone nos. of three responsiblepersons who will be in a position tocertify about the services/quality as wellas the past performance of yourorganization.

19. Whether you accept all the terms andconditions of the tender; Yes/No

20. Whether, MSME, if yes, attached validcopy of certificate.

TENDER DOCUMENT FOR THE FURNISHING WORK (INTERIOR DECORATION, ELECTRICAL,LAN,FIRE ALARM ,CIVIL& HVAC WORKS ETC IN COMPOSITE) OF REGIONAL OFFICE, IFCI Ltd. AT BHUBANESWAR

Page 21 of 44

Annexure-3

1. Details of Similar Experience: Details of similar type furnishing works executedduring the last 7 years.

(Fill up the above table & Enclose legible copies of the supporting documents)

2. Financial Capability: Average Annual Turn Over of the bidder in the last 3 years

(Fill up the above table and Enclose copy of Turn over certificates, profit/loss statementcertified by any Chartered Accountant.)

Date: Signature of authorized personPlace: Full Name & Designation:

Company’s Seal

Sl.No.

Name &Address ofthe client,ConcernedPerson andcontact/Mobile No

NameandLocationof work

ValueofWork(Inlakh)

StipulatedTime ofCompletion

Actual timecompletionwith dateof start &completion

Completion/PerformanceCertificateenclosed‘Yes’ or ‘No’

Any otherinformation youwould liketo give

1 2 3 4 5 6 7 8

SL. No. Financial Year Turnover (Rs. in lakh)1. 2012-132. 2013-14

3. 2014-15

Average

TENDER DOCUMENT FOR THE FURNISHING WORK (INTERIOR DECORATION, ELECTRICAL,LAN,FIRE ALARM ,CIVIL& HVAC WORKS ETC IN COMPOSITE) OF REGIONAL OFFICE, IFCI Ltd. AT BHUBANESWAR

Page 21 of 44

Annexure-3

1. Details of Similar Experience: Details of similar type furnishing works executedduring the last 7 years.

(Fill up the above table & Enclose legible copies of the supporting documents)

2. Financial Capability: Average Annual Turn Over of the bidder in the last 3 years

(Fill up the above table and Enclose copy of Turn over certificates, profit/loss statementcertified by any Chartered Accountant.)

Date: Signature of authorized personPlace: Full Name & Designation:

Company’s Seal

Sl.No.

Name &Address ofthe client,ConcernedPerson andcontact/Mobile No

NameandLocationof work

ValueofWork(Inlakh)

StipulatedTime ofCompletion

Actual timecompletionwith dateof start &completion

Completion/PerformanceCertificateenclosed‘Yes’ or ‘No’

Any otherinformation youwould liketo give

1 2 3 4 5 6 7 8

SL. No. Financial Year Turnover (Rs. in lakh)1. 2012-132. 2013-14

3. 2014-15

Average

TENDER DOCUMENT FOR THE FURNISHING WORK (INTERIOR DECORATION, ELECTRICAL,LAN,FIRE ALARM ,CIVIL& HVAC WORKS ETC IN COMPOSITE) OF REGIONAL OFFICE, IFCI Ltd. AT BHUBANESWAR

Page 21 of 44

Annexure-3

1. Details of Similar Experience: Details of similar type furnishing works executedduring the last 7 years.

(Fill up the above table & Enclose legible copies of the supporting documents)

2. Financial Capability: Average Annual Turn Over of the bidder in the last 3 years

(Fill up the above table and Enclose copy of Turn over certificates, profit/loss statementcertified by any Chartered Accountant.)

Date: Signature of authorized personPlace: Full Name & Designation:

Company’s Seal

Sl.No.

Name &Address ofthe client,ConcernedPerson andcontact/Mobile No

NameandLocationof work

ValueofWork(Inlakh)

StipulatedTime ofCompletion

Actual timecompletionwith dateof start &completion

Completion/PerformanceCertificateenclosed‘Yes’ or ‘No’

Any otherinformation youwould liketo give

1 2 3 4 5 6 7 8

SL. No. Financial Year Turnover (Rs. in lakh)1. 2012-132. 2013-14

3. 2014-15

Average

TENDER DOCUMENT FOR THE FURNISHING WORK (INTERIOR DECORATION, ELECTRICAL,LAN,FIRE ALARM ,CIVIL& HVAC WORKS ETC IN COMPOSITE) OF REGIONAL OFFICE, IFCI Ltd. AT BHUBANESWAR

Page 22 of 44

Annexure: 4

DECLARATION

(TO BE TYPED ON A LETTER HEAD OF THE COMPANY/ FIRM)

Dated: ____ , 2015.Deputy General ManagerIFCI LtdHIG-4/8, BDA COLONYCHANDRASEKHARPURBHUBANESWAR – 751016

Re: FURNISHING WORK (INTERIOR, ELECTRICAL, CIVIL, LAN, FIRE ALARM & HVAC WORKSETC. IN COMPOSITE) OF IFCI LTD. AT BHUBANESWAR REGIONAL OFFICE

Dear Sir,

This is with reference to above subject that:-

1. We have carefully read and understood all the terms and conditions of the tenderand hereby convey our acceptance to the same.

2. The information / documents furnished along with the above offer are true andauthentic to the best of my knowledge and belief. We are well aware of the factthat furnishing of any false information / fabricated document would lead torejection of our tender at any stage besides liabilities towards prosecution underappropriate law.

3. We have apprised our self fully about the job to be done during the currency of theperiod of agreement and also acknowledge to bear consequences to ofnonperformance or deficiencies in the services on our part.

4. We have no objection, if enquiries are made about the work listed by us.5. We have not been blacklisted by IFCI or any other organization where we have

worked. Further, if any of the partners/directors of the organization /firm isblacklisted or having any criminal case against them, our bid shall not be considered.At any later point of time, if this information is found to be false, IFCI may terminatethe assigned contract immediately.

6. We have not been found guilty by a court of law in India for fraud, dishonesty ormoral turpitude.

7. We agree that the decision of IFCI in selection of Bidders will be final and binding tous.

Date: Signature of authorized personPlace: Full Name & Designation:

Company’s Seal:

TENDER DOCUMENT FOR THE FURNISHING WORK (INTERIOR DECORATION, ELECTRICAL,LAN,FIRE ALARM ,CIVIL& HVAC WORKS ETC IN COMPOSITE) OF REGIONAL OFFICE, IFCI Ltd. AT BHUBANESWAR

Page 22 of 44

Annexure: 4

DECLARATION

(TO BE TYPED ON A LETTER HEAD OF THE COMPANY/ FIRM)

Dated: ____ , 2015.Deputy General ManagerIFCI LtdHIG-4/8, BDA COLONYCHANDRASEKHARPURBHUBANESWAR – 751016

Re: FURNISHING WORK (INTERIOR, ELECTRICAL, CIVIL, LAN, FIRE ALARM & HVAC WORKSETC. IN COMPOSITE) OF IFCI LTD. AT BHUBANESWAR REGIONAL OFFICE

Dear Sir,

This is with reference to above subject that:-

1. We have carefully read and understood all the terms and conditions of the tenderand hereby convey our acceptance to the same.

2. The information / documents furnished along with the above offer are true andauthentic to the best of my knowledge and belief. We are well aware of the factthat furnishing of any false information / fabricated document would lead torejection of our tender at any stage besides liabilities towards prosecution underappropriate law.

3. We have apprised our self fully about the job to be done during the currency of theperiod of agreement and also acknowledge to bear consequences to ofnonperformance or deficiencies in the services on our part.

4. We have no objection, if enquiries are made about the work listed by us.5. We have not been blacklisted by IFCI or any other organization where we have

worked. Further, if any of the partners/directors of the organization /firm isblacklisted or having any criminal case against them, our bid shall not be considered.At any later point of time, if this information is found to be false, IFCI may terminatethe assigned contract immediately.

6. We have not been found guilty by a court of law in India for fraud, dishonesty ormoral turpitude.

7. We agree that the decision of IFCI in selection of Bidders will be final and binding tous.

Date: Signature of authorized personPlace: Full Name & Designation:

Company’s Seal:

TENDER DOCUMENT FOR THE FURNISHING WORK (INTERIOR DECORATION, ELECTRICAL,LAN,FIRE ALARM ,CIVIL& HVAC WORKS ETC IN COMPOSITE) OF REGIONAL OFFICE, IFCI Ltd. AT BHUBANESWAR

Page 22 of 44

Annexure: 4

DECLARATION

(TO BE TYPED ON A LETTER HEAD OF THE COMPANY/ FIRM)

Dated: ____ , 2015.Deputy General ManagerIFCI LtdHIG-4/8, BDA COLONYCHANDRASEKHARPURBHUBANESWAR – 751016

Re: FURNISHING WORK (INTERIOR, ELECTRICAL, CIVIL, LAN, FIRE ALARM & HVAC WORKSETC. IN COMPOSITE) OF IFCI LTD. AT BHUBANESWAR REGIONAL OFFICE

Dear Sir,

This is with reference to above subject that:-

1. We have carefully read and understood all the terms and conditions of the tenderand hereby convey our acceptance to the same.

2. The information / documents furnished along with the above offer are true andauthentic to the best of my knowledge and belief. We are well aware of the factthat furnishing of any false information / fabricated document would lead torejection of our tender at any stage besides liabilities towards prosecution underappropriate law.

3. We have apprised our self fully about the job to be done during the currency of theperiod of agreement and also acknowledge to bear consequences to ofnonperformance or deficiencies in the services on our part.

4. We have no objection, if enquiries are made about the work listed by us.5. We have not been blacklisted by IFCI or any other organization where we have

worked. Further, if any of the partners/directors of the organization /firm isblacklisted or having any criminal case against them, our bid shall not be considered.At any later point of time, if this information is found to be false, IFCI may terminatethe assigned contract immediately.

6. We have not been found guilty by a court of law in India for fraud, dishonesty ormoral turpitude.

7. We agree that the decision of IFCI in selection of Bidders will be final and binding tous.

Date: Signature of authorized personPlace: Full Name & Designation:

Company’s Seal:

TENDER DOCUMENT FOR THE FURNISHING WORK (INTERIOR DECORATION, ELECTRICAL,LAN,FIRE ALARM ,CIVIL& HVAC WORKS ETC IN COMPOSITE) OF REGIONAL OFFICE, IFCI Ltd. AT BHUBANESWAR

Page 23 of 44

Annexure -5

NON DISCLOSURE UNDERTAKING (INTEGRITY PACT)(To be typed and submitted in the Letter Head of the Company/Firm of Bidder)

------------------------------------------------------------------------------------------------------------

NON DISCLOSURE UNDERTAKING (INTEGRITY PACT)

I/We understand that IFCI ____ is committed to Information Security Management System as

per their Information Security Policy.

Hence, I/We M/s____________________________________________________________

who are submitting offer for providing works/ services to IFCI ___ against Tender No.

___________________________________________________________ hereby undertake to

comply with the following in line with Information Security Policy of IFCI _____, ____________

To maintain confidentiality of documents & information which shall be used during theexecution of the Contract.

The documents & information shall not be revealed to or shared with third party whichshall not be in the business interest of IFCI

(Signature, date & seal of AuthorizedSignatory of the bidder)

Date:

TENDER DOCUMENT FOR THE FURNISHING WORK (INTERIOR DECORATION, ELECTRICAL,LAN,FIRE ALARM ,CIVIL& HVAC WORKS ETC IN COMPOSITE) OF REGIONAL OFFICE, IFCI Ltd. AT BHUBANESWAR

Page 23 of 44

Annexure -5

NON DISCLOSURE UNDERTAKING (INTEGRITY PACT)(To be typed and submitted in the Letter Head of the Company/Firm of Bidder)

------------------------------------------------------------------------------------------------------------

NON DISCLOSURE UNDERTAKING (INTEGRITY PACT)

I/We understand that IFCI ____ is committed to Information Security Management System as

per their Information Security Policy.

Hence, I/We M/s____________________________________________________________

who are submitting offer for providing works/ services to IFCI ___ against Tender No.

___________________________________________________________ hereby undertake to

comply with the following in line with Information Security Policy of IFCI _____, ____________

To maintain confidentiality of documents & information which shall be used during theexecution of the Contract.

The documents & information shall not be revealed to or shared with third party whichshall not be in the business interest of IFCI

(Signature, date & seal of AuthorizedSignatory of the bidder)

Date:

TENDER DOCUMENT FOR THE FURNISHING WORK (INTERIOR DECORATION, ELECTRICAL,LAN,FIRE ALARM ,CIVIL& HVAC WORKS ETC IN COMPOSITE) OF REGIONAL OFFICE, IFCI Ltd. AT BHUBANESWAR

Page 23 of 44

Annexure -5

NON DISCLOSURE UNDERTAKING (INTEGRITY PACT)(To be typed and submitted in the Letter Head of the Company/Firm of Bidder)

------------------------------------------------------------------------------------------------------------

NON DISCLOSURE UNDERTAKING (INTEGRITY PACT)

I/We understand that IFCI ____ is committed to Information Security Management System as

per their Information Security Policy.

Hence, I/We M/s____________________________________________________________

who are submitting offer for providing works/ services to IFCI ___ against Tender No.

___________________________________________________________ hereby undertake to

comply with the following in line with Information Security Policy of IFCI _____, ____________

To maintain confidentiality of documents & information which shall be used during theexecution of the Contract.

The documents & information shall not be revealed to or shared with third party whichshall not be in the business interest of IFCI

(Signature, date & seal of AuthorizedSignatory of the bidder)

Date:

TENDER DOCUMENT FOR THE FURNISHING WORK (INTERIOR DECORATION, ELECTRICAL,LAN,FIRE ALARM ,CIVIL& HVAC WORKS ETC IN COMPOSITE) OF REGIONAL OFFICE, IFCI Ltd. AT BHUBANESWAR

Page 24 of 44

AGREEMENT

(Form of Agreement to be executed on Rs. 100/- Stamp paper)

Agreement made on the ……… day of …..................between IFCI (hereinafter calledthe ‘owner’) of the one part and …......................................... (Hereinafter called the‘contractor’) of the other part.

Whereas the owner is desirous of carrying out FURNISHING WORKS (INTERIOR,ELECTRICAL,LAN,FIRE ALARM, CIVIL,& HVAC WORKS ETC IN COMPOSITE for its RegionalOffice. (hereinafter called ‘ the work’) at BHAWANI MALL(SAHEED NAGAR),BHUBANESWAR asper drawings and bill of quantities showing and describing the work to be done to be preparedby under the direction of M/s. SOUBHAGYA NAYAK ASSOCIATES,S -3/736,NILADRIVIHAR,C.S PUR,BHUBANESWAR – 751021.……………………(Name of Consultants).

And whereas the contractor has supplied the owner with a fully priced copy of the billof quantities (hereinafter referred to ‘the contract bills’).

And whereas the contract drawings and the contract bills have been signed by onbehalf of the parties here to and given to IFCI

NOW IT IS HEREBY AGREED AS FOLLOWS

1. For the consideration hereinafter mentioned the contractor upon and subject to theconditions annexed shall carry out and complete the work shown upon the contract drawingsand described by or referred to in the contract bills and the said conditions.

2. The owner will pay the contractor the sum of Rs.................................. (Rupees…..................................................................................................................................)sum’ as shall become payable here in under at the times and in the manner specified in thegeneral conditions and its annexed conditions.

3. The term ‘the Architect’ in the said conditions shall mean the said …M/s.SOUBHAGYANAYAK ASSOCIATES……………….(Name of Consultants) or in the event of his death or ceasingto be the Architect for the purpose of this contract, such other person as the owner shallnominate for the purpose, not being a person to whom the contractor shall object for reasons,considered to be sufficient by an arbitrator appointed in accordance with said conditions.Provided always that no person subsequently appointed to be the architect under this contractshall be entitled to disregard or over rule any certificate of opinions of decision of approval orinstruction given or expressed by the Architect for time being.

4. The contract is an ‘item rate contract’ and the rate for each item of work is as per the ratesquoted by the contractor.

5. The said conditions shall be read and construed as forming part of this Agreement, andthe parties here shall respectively abide by, submit themselves to the conditions and performTENDER DOCUMENT FOR THE FURNISHING WORK (INTERIOR DECORATION, ELECTRICAL,LAN,FIRE ALARM ,CIVIL& HVAC WORKS ETC IN COMPOSITE) OF REGIONAL OFFICE, IFCI Ltd. AT BHUBANESWAR

Page 24 of 44

AGREEMENT

(Form of Agreement to be executed on Rs. 100/- Stamp paper)

Agreement made on the ……… day of …..................between IFCI (hereinafter calledthe ‘owner’) of the one part and …......................................... (Hereinafter called the‘contractor’) of the other part.

Whereas the owner is desirous of carrying out FURNISHING WORKS (INTERIOR,ELECTRICAL,LAN,FIRE ALARM, CIVIL,& HVAC WORKS ETC IN COMPOSITE for its RegionalOffice. (hereinafter called ‘ the work’) at BHAWANI MALL(SAHEED NAGAR),BHUBANESWAR asper drawings and bill of quantities showing and describing the work to be done to be preparedby under the direction of M/s. SOUBHAGYA NAYAK ASSOCIATES,S -3/736,NILADRIVIHAR,C.S PUR,BHUBANESWAR – 751021.……………………(Name of Consultants).

And whereas the contractor has supplied the owner with a fully priced copy of the billof quantities (hereinafter referred to ‘the contract bills’).

And whereas the contract drawings and the contract bills have been signed by onbehalf of the parties here to and given to IFCI

NOW IT IS HEREBY AGREED AS FOLLOWS

1. For the consideration hereinafter mentioned the contractor upon and subject to theconditions annexed shall carry out and complete the work shown upon the contract drawingsand described by or referred to in the contract bills and the said conditions.

2. The owner will pay the contractor the sum of Rs.................................. (Rupees…..................................................................................................................................)sum’ as shall become payable here in under at the times and in the manner specified in thegeneral conditions and its annexed conditions.

3. The term ‘the Architect’ in the said conditions shall mean the said …M/s.SOUBHAGYANAYAK ASSOCIATES……………….(Name of Consultants) or in the event of his death or ceasingto be the Architect for the purpose of this contract, such other person as the owner shallnominate for the purpose, not being a person to whom the contractor shall object for reasons,considered to be sufficient by an arbitrator appointed in accordance with said conditions.Provided always that no person subsequently appointed to be the architect under this contractshall be entitled to disregard or over rule any certificate of opinions of decision of approval orinstruction given or expressed by the Architect for time being.

4. The contract is an ‘item rate contract’ and the rate for each item of work is as per the ratesquoted by the contractor.

5. The said conditions shall be read and construed as forming part of this Agreement, andthe parties here shall respectively abide by, submit themselves to the conditions and performTENDER DOCUMENT FOR THE FURNISHING WORK (INTERIOR DECORATION, ELECTRICAL,LAN,FIRE ALARM ,CIVIL& HVAC WORKS ETC IN COMPOSITE) OF REGIONAL OFFICE, IFCI Ltd. AT BHUBANESWAR

Page 24 of 44

AGREEMENT

(Form of Agreement to be executed on Rs. 100/- Stamp paper)

Agreement made on the ……… day of …..................between IFCI (hereinafter calledthe ‘owner’) of the one part and …......................................... (Hereinafter called the‘contractor’) of the other part.

Whereas the owner is desirous of carrying out FURNISHING WORKS (INTERIOR,ELECTRICAL,LAN,FIRE ALARM, CIVIL,& HVAC WORKS ETC IN COMPOSITE for its RegionalOffice. (hereinafter called ‘ the work’) at BHAWANI MALL(SAHEED NAGAR),BHUBANESWAR asper drawings and bill of quantities showing and describing the work to be done to be preparedby under the direction of M/s. SOUBHAGYA NAYAK ASSOCIATES,S -3/736,NILADRIVIHAR,C.S PUR,BHUBANESWAR – 751021.……………………(Name of Consultants).

And whereas the contractor has supplied the owner with a fully priced copy of the billof quantities (hereinafter referred to ‘the contract bills’).

And whereas the contract drawings and the contract bills have been signed by onbehalf of the parties here to and given to IFCI

NOW IT IS HEREBY AGREED AS FOLLOWS

1. For the consideration hereinafter mentioned the contractor upon and subject to theconditions annexed shall carry out and complete the work shown upon the contract drawingsand described by or referred to in the contract bills and the said conditions.

2. The owner will pay the contractor the sum of Rs.................................. (Rupees…..................................................................................................................................)sum’ as shall become payable here in under at the times and in the manner specified in thegeneral conditions and its annexed conditions.

3. The term ‘the Architect’ in the said conditions shall mean the said …M/s.SOUBHAGYANAYAK ASSOCIATES……………….(Name of Consultants) or in the event of his death or ceasingto be the Architect for the purpose of this contract, such other person as the owner shallnominate for the purpose, not being a person to whom the contractor shall object for reasons,considered to be sufficient by an arbitrator appointed in accordance with said conditions.Provided always that no person subsequently appointed to be the architect under this contractshall be entitled to disregard or over rule any certificate of opinions of decision of approval orinstruction given or expressed by the Architect for time being.

4. The contract is an ‘item rate contract’ and the rate for each item of work is as per the ratesquoted by the contractor.

5. The said conditions shall be read and construed as forming part of this Agreement, andthe parties here shall respectively abide by, submit themselves to the conditions and perform

TENDER DOCUMENT FOR THE FURNISHING WORK (INTERIOR DECORATION, ELECTRICAL,LAN,FIRE ALARM ,CIVIL& HVAC WORKS ETC IN COMPOSITE) OF REGIONAL OFFICE, IFCI Ltd. AT BHUBANESWAR

Page 25 of 44

the agreements on their parts respectively in such condition contained.

as WITNESS our hands this day ofSigned by the owner OWNERIn the presence of

Witness (1)Name:

Address:

Witness (2)

Name:

Address:

Signed by the said contractor CONTRACTOR

In the presence ofWitness (1)

Name:

Address:

Witness (2)

Name:Address:

TENDER DOCUMENT FOR THE FURNISHING WORK (INTERIOR DECORATION, ELECTRICAL,LAN,FIRE ALARM ,CIVIL& HVAC WORKS ETC IN COMPOSITE) OF REGIONAL OFFICE, IFCI Ltd. AT BHUBANESWAR

Page 25 of 44

the agreements on their parts respectively in such condition contained.

as WITNESS our hands this day ofSigned by the owner OWNERIn the presence of

Witness (1)Name:

Address:

Witness (2)

Name:

Address:

Signed by the said contractor CONTRACTOR

In the presence ofWitness (1)

Name:

Address:

Witness (2)

Name:Address:

TENDER DOCUMENT FOR THE FURNISHING WORK (INTERIOR DECORATION, ELECTRICAL,LAN,FIRE ALARM ,CIVIL& HVAC WORKS ETC IN COMPOSITE) OF REGIONAL OFFICE, IFCI Ltd. AT BHUBANESWAR

Page 25 of 44

the agreements on their parts respectively in such condition contained.

as WITNESS our hands this day ofSigned by the owner OWNERIn the presence of

Witness (1)Name:

Address:

Witness (2)

Name:

Address:

Signed by the said contractor CONTRACTOR

In the presence ofWitness (1)

Name:

Address:

Witness (2)

Name:Address:

TENDER DOCUMENT FOR THE FURNISHING WORK (INTERIOR DECORATION, ELECTRICAL,LAN,FIRE ALARM ,CIVIL& HVAC WORKS ETC IN COMPOSITE) OF REGIONAL OFFICE, IFCI Ltd. AT BHUBANESWAR

Page 26 of 44

SPECIFICATION FOR ELECTRIFICATION

1. SCOPE

This covers all the Specification for the electrical installation associated with the proposed Officefor IFCI at BHAWANI MALL(SAHEED NAGAR),BHUBANESWAR. The installation shall becarried out in accordance with Indian Electricity Rules, relevant statutory requirements,applicable engineering standards and specific requirement included in this booklet.

2. STANDARDS

The installation and components thereon shall conform to the requirements of followingspecifications:-

NBC 2005 National Building CodeIS: 732 Code of practice for Electrical wiringIS: 4064 Load break switchesIS: 2516 MCCBs & ACBsIS: 2559 Air break ContactorsIS: 1248 Electrical indicating instrumentsIS: 2705 Electrical indicating instrumentsIS : 4237 General requirements for switchgearIS: 3047 Code of practice for Earthing.

The installation & equipment offered shall further conform to standards stipulated by supplyauthorities, CEIG Odisha and any other statutory bodies. Modifications if any suggested by theauthorities during their inspection shall be carried out at site without any extra cost.

3. DRAWINGSFollowing drawings & Documents will form a part of this tender document:-a. POWER LAYOUTb. LIGHTING LAYOUTc. BILL OF QUANTITES

Contractor shall prepare all drawings required to be submitted to the Electrical Inspectorate /CESU /any other statutory bodies and obtain necessary approvals.

4. BILL OF QUANTITIESThe quantities mentioned in the bill of quantities are for the guidance of the bidder to quote.The client/consultant do not in any way guarantee that the actual work will exactly correspondto the quantities now indicated. It shall be the contractor’s responsibility to procure onlyrequisite quantity. The client reserves the right to add/delete any portion of the work within theproject site.

TENDER DOCUMENT FOR THE FURNISHING WORK (INTERIOR DECORATION, ELECTRICAL,LAN,FIRE ALARM ,CIVIL& HVAC WORKS ETC IN COMPOSITE) OF REGIONAL OFFICE, IFCI Ltd. AT BHUBANESWAR

Page 26 of 44

SPECIFICATION FOR ELECTRIFICATION

1. SCOPE

This covers all the Specification for the electrical installation associated with the proposed Officefor IFCI at BHAWANI MALL(SAHEED NAGAR),BHUBANESWAR. The installation shall becarried out in accordance with Indian Electricity Rules, relevant statutory requirements,applicable engineering standards and specific requirement included in this booklet.

2. STANDARDS

The installation and components thereon shall conform to the requirements of followingspecifications:-

NBC 2005 National Building CodeIS: 732 Code of practice for Electrical wiringIS: 4064 Load break switchesIS: 2516 MCCBs & ACBsIS: 2559 Air break ContactorsIS: 1248 Electrical indicating instrumentsIS: 2705 Electrical indicating instrumentsIS : 4237 General requirements for switchgearIS: 3047 Code of practice for Earthing.

The installation & equipment offered shall further conform to standards stipulated by supplyauthorities, CEIG Odisha and any other statutory bodies. Modifications if any suggested by theauthorities during their inspection shall be carried out at site without any extra cost.

3. DRAWINGSFollowing drawings & Documents will form a part of this tender document:-a. POWER LAYOUTb. LIGHTING LAYOUTc. BILL OF QUANTITES

Contractor shall prepare all drawings required to be submitted to the Electrical Inspectorate /CESU /any other statutory bodies and obtain necessary approvals.

4. BILL OF QUANTITIESThe quantities mentioned in the bill of quantities are for the guidance of the bidder to quote.The client/consultant do not in any way guarantee that the actual work will exactly correspondto the quantities now indicated. It shall be the contractor’s responsibility to procure onlyrequisite quantity. The client reserves the right to add/delete any portion of the work within theproject site.

TENDER DOCUMENT FOR THE FURNISHING WORK (INTERIOR DECORATION, ELECTRICAL,LAN,FIRE ALARM ,CIVIL& HVAC WORKS ETC IN COMPOSITE) OF REGIONAL OFFICE, IFCI Ltd. AT BHUBANESWAR

Page 26 of 44

SPECIFICATION FOR ELECTRIFICATION

1. SCOPE

This covers all the Specification for the electrical installation associated with the proposed Officefor IFCI at BHAWANI MALL(SAHEED NAGAR),BHUBANESWAR. The installation shall becarried out in accordance with Indian Electricity Rules, relevant statutory requirements,applicable engineering standards and specific requirement included in this booklet.

2. STANDARDS

The installation and components thereon shall conform to the requirements of followingspecifications:-

NBC 2005 National Building CodeIS: 732 Code of practice for Electrical wiringIS: 4064 Load break switchesIS: 2516 MCCBs & ACBsIS: 2559 Air break ContactorsIS: 1248 Electrical indicating instrumentsIS: 2705 Electrical indicating instrumentsIS : 4237 General requirements for switchgearIS: 3047 Code of practice for Earthing.

The installation & equipment offered shall further conform to standards stipulated by supplyauthorities, CEIG Odisha and any other statutory bodies. Modifications if any suggested by theauthorities during their inspection shall be carried out at site without any extra cost.

3. DRAWINGSFollowing drawings & Documents will form a part of this tender document:-a. POWER LAYOUTb. LIGHTING LAYOUTc. BILL OF QUANTITES

Contractor shall prepare all drawings required to be submitted to the Electrical Inspectorate /CESU /any other statutory bodies and obtain necessary approvals.

4. BILL OF QUANTITIESThe quantities mentioned in the bill of quantities are for the guidance of the bidder to quote.The client/consultant do not in any way guarantee that the actual work will exactly correspondto the quantities now indicated. It shall be the contractor’s responsibility to procure onlyrequisite quantity. The client reserves the right to add/delete any portion of the work within theproject site.

TENDER DOCUMENT FOR THE FURNISHING WORK (INTERIOR DECORATION, ELECTRICAL,LAN,FIRE ALARM ,CIVIL& HVAC WORKS ETC IN COMPOSITE) OF REGIONAL OFFICE, IFCI Ltd. AT BHUBANESWAR

Page 27 of 44

5. TESTING

All equipment included in contractor’s scope of supply shall be tested at manufacturer’s worksbefore delivery and necessary test certificates shall be submitted. All performance tests shall becarried out after the installation in the presence of client/consultant.

6. SPECIFIC REQUIREMENTS

a. If any discrepancy found between BOQ, Specification & Drawings then details as per BOQwill be prevailing.b. Electrical contractor shall have a valid ‘M.V/H.T’ license from ELBO the Odisha stateElectricity Licensing Board.c. Electrical contractor shall deploy a full time supervisor with valid supervisory license at site.d. Contractor shall work in coordination with other agencies involved in the project.e. Obtaining statutory approval from CESU/BED, BHUBANESWAR, ODISHA withnecessary power sanction will be an integral part of this contract. All necessarydocuments including the drawings for approval shall be prepared by the contractor.

The installation shall deem to have taken over by the client when:-

1. Entire installation is physically tested in the presence of client / consultant and results wereto be satisfactory.2. Obtaining final approval from CESU including rectification of any defects pointed out duringthe inspection and3. Contractor submits set of ‘AS BUILT’ drawings covering layouts and wiring diagram for thescope of work covered.4. Contractor submits completion certificate.

The defect liability period will start once contractor has completed all formalities as above.

The installation and accessories shall be guaranteed for satisfactory operation for a period 12months from the date of commissioning. Any defects noticed during this period shall be rectifiedfree of cost.

7. SAFETY MEASURE

The following points shall be strictly complied with:-

1. All electrically operated hand tools shall be of the double insulated type.2. All hand tools shall have insulated handle.3. Safety belt to be used when working at a height of 3mt and above from ground.4. Properly designed ladders/scaffolding shall be used while working at heights.5. RCCB/ELCB to be provided in the construction power distribution network.6. Welding machine shall have proper terminal box for cable termination and earthing.

TENDER DOCUMENT FOR THE FURNISHING WORK (INTERIOR DECORATION, ELECTRICAL,LAN,FIRE ALARM ,CIVIL& HVAC WORKS ETC IN COMPOSITE) OF REGIONAL OFFICE, IFCI Ltd. AT BHUBANESWAR

Page 27 of 44

5. TESTING

All equipment included in contractor’s scope of supply shall be tested at manufacturer’s worksbefore delivery and necessary test certificates shall be submitted. All performance tests shall becarried out after the installation in the presence of client/consultant.

6. SPECIFIC REQUIREMENTS

a. If any discrepancy found between BOQ, Specification & Drawings then details as per BOQwill be prevailing.b. Electrical contractor shall have a valid ‘M.V/H.T’ license from ELBO the Odisha stateElectricity Licensing Board.c. Electrical contractor shall deploy a full time supervisor with valid supervisory license at site.d. Contractor shall work in coordination with other agencies involved in the project.e. Obtaining statutory approval from CESU/BED, BHUBANESWAR, ODISHA withnecessary power sanction will be an integral part of this contract. All necessarydocuments including the drawings for approval shall be prepared by the contractor.

The installation shall deem to have taken over by the client when:-

1. Entire installation is physically tested in the presence of client / consultant and results wereto be satisfactory.2. Obtaining final approval from CESU including rectification of any defects pointed out duringthe inspection and3. Contractor submits set of ‘AS BUILT’ drawings covering layouts and wiring diagram for thescope of work covered.4. Contractor submits completion certificate.

The defect liability period will start once contractor has completed all formalities as above.

The installation and accessories shall be guaranteed for satisfactory operation for a period 12months from the date of commissioning. Any defects noticed during this period shall be rectifiedfree of cost.

7. SAFETY MEASURE

The following points shall be strictly complied with:-

1. All electrically operated hand tools shall be of the double insulated type.2. All hand tools shall have insulated handle.3. Safety belt to be used when working at a height of 3mt and above from ground.4. Properly designed ladders/scaffolding shall be used while working at heights.5. RCCB/ELCB to be provided in the construction power distribution network.6. Welding machine shall have proper terminal box for cable termination and earthing.

TENDER DOCUMENT FOR THE FURNISHING WORK (INTERIOR DECORATION, ELECTRICAL,LAN,FIRE ALARM ,CIVIL& HVAC WORKS ETC IN COMPOSITE) OF REGIONAL OFFICE, IFCI Ltd. AT BHUBANESWAR

Page 27 of 44

5. TESTING

All equipment included in contractor’s scope of supply shall be tested at manufacturer’s worksbefore delivery and necessary test certificates shall be submitted. All performance tests shall becarried out after the installation in the presence of client/consultant.

6. SPECIFIC REQUIREMENTS

a. If any discrepancy found between BOQ, Specification & Drawings then details as per BOQwill be prevailing.b. Electrical contractor shall have a valid ‘M.V/H.T’ license from ELBO the Odisha stateElectricity Licensing Board.c. Electrical contractor shall deploy a full time supervisor with valid supervisory license at site.d. Contractor shall work in coordination with other agencies involved in the project.e. Obtaining statutory approval from CESU/BED, BHUBANESWAR, ODISHA withnecessary power sanction will be an integral part of this contract. All necessarydocuments including the drawings for approval shall be prepared by the contractor.

The installation shall deem to have taken over by the client when:-

1. Entire installation is physically tested in the presence of client / consultant and results wereto be satisfactory.2. Obtaining final approval from CESU including rectification of any defects pointed out duringthe inspection and3. Contractor submits set of ‘AS BUILT’ drawings covering layouts and wiring diagram for thescope of work covered.4. Contractor submits completion certificate.

The defect liability period will start once contractor has completed all formalities as above.

The installation and accessories shall be guaranteed for satisfactory operation for a period 12months from the date of commissioning. Any defects noticed during this period shall be rectifiedfree of cost.

7. SAFETY MEASURE

The following points shall be strictly complied with:-

1. All electrically operated hand tools shall be of the double insulated type.2. All hand tools shall have insulated handle.3. Safety belt to be used when working at a height of 3mt and above from ground.4. Properly designed ladders/scaffolding shall be used while working at heights.5. RCCB/ELCB to be provided in the construction power distribution network.6. Welding machine shall have proper terminal box for cable termination and earthing.

TENDER DOCUMENT FOR THE FURNISHING WORK (INTERIOR DECORATION, ELECTRICAL,LAN,FIRE ALARM ,CIVIL& HVAC WORKS ETC IN COMPOSITE) OF REGIONAL OFFICE, IFCI Ltd. AT BHUBANESWAR

Page 28 of 44

8. SWITCHBOARDS

Type of construction : Cubicle, Compartmentalized, totally enclosed, Floor/wallMounting, Freestanding, Single front, Single bus, on draw-out

Thickness of sheet steel : 2mm for body/door/equipment mounting frame and 1.6mm forbarriersBase frame : Fabricated from ISMC 75Degree of protection : Dust and Vermin proof – IP 54Height of the switchboard : Not more than 2200mm.Maximum operating height : Not more than 1800mmMinimum operating height : Not less than 450mmType of doors/covers : Hinged doors with concealed hinges for switchgear

Compartments & cable alleys. Bolted covers for bus barCompartment

Cable entry : Front side. Top / bottom.Paint finish : Powder coated or stoved synthetic enamel of approved colourThickness of paint finish : Not less than 50 micronsMaintenance of components : From the front side onlyType of name plates : Anodized aluminum with engravingsMiscellaneous : • Length of shipping section less than 2.5M

• Hardware shall be high tensile zinc passivated type• Spring washers for all bus bar joints, Equipment fixing and

terminals• Endless neoprene gaskets to be provided on all doors and

covers• Continuous earth bus of 25x6mm copper• External Feeder identification marking to be done

Safety Features: • All live parts to be totally shrouded.• Wiring shall be finger touch proof.

• Bus bar to be sleeved with heat shrinkable colour coded PVCsleeves• Door interlocks for switches.• Pad locking facility for switches• Component mounted door shall be earthed• Danger board on live parts covers.

Bus barMaterial : Electrolytic grade AL / CopperSupports : SMC/DMC/FRP.Current density : Not more than 0.8 Amp/Sq.mmShort time rating : 25KA for 1 Sec.Clearances : 50mm clear between phases and 25mm clear between phase to

neutral and phase to earth.Wiring : • Internal wiring for metering and protection shall be carried

out using 660V grade PVC insulated multistrand copperconductors. For control &signalling minimum size shall be1.5Sq.mm.For CT circuits wire size shall be 2.5 Sq.mm.

TENDER DOCUMENT FOR THE FURNISHING WORK (INTERIOR DECORATION, ELECTRICAL,LAN,FIRE ALARM ,CIVIL& HVAC WORKS ETC IN COMPOSITE) OF REGIONAL OFFICE, IFCI Ltd. AT BHUBANESWAR

Page 28 of 44

8. SWITCHBOARDS

Type of construction : Cubicle, Compartmentalized, totally enclosed, Floor/wallMounting, Freestanding, Single front, Single bus, on draw-out

Thickness of sheet steel : 2mm for body/door/equipment mounting frame and 1.6mm forbarriersBase frame : Fabricated from ISMC 75Degree of protection : Dust and Vermin proof – IP 54Height of the switchboard : Not more than 2200mm.Maximum operating height : Not more than 1800mmMinimum operating height : Not less than 450mmType of doors/covers : Hinged doors with concealed hinges for switchgear

Compartments & cable alleys. Bolted covers for bus barCompartment

Cable entry : Front side. Top / bottom.Paint finish : Powder coated or stoved synthetic enamel of approved colourThickness of paint finish : Not less than 50 micronsMaintenance of components : From the front side onlyType of name plates : Anodized aluminum with engravingsMiscellaneous : • Length of shipping section less than 2.5M

• Hardware shall be high tensile zinc passivated type• Spring washers for all bus bar joints, Equipment fixing and

terminals• Endless neoprene gaskets to be provided on all doors and

covers• Continuous earth bus of 25x6mm copper• External Feeder identification marking to be done

Safety Features: • All live parts to be totally shrouded.• Wiring shall be finger touch proof.

• Bus bar to be sleeved with heat shrinkable colour coded PVCsleeves• Door interlocks for switches.• Pad locking facility for switches• Component mounted door shall be earthed• Danger board on live parts covers.

Bus barMaterial : Electrolytic grade AL / CopperSupports : SMC/DMC/FRP.Current density : Not more than 0.8 Amp/Sq.mmShort time rating : 25KA for 1 Sec.Clearances : 50mm clear between phases and 25mm clear between phase to

neutral and phase to earth.Wiring : • Internal wiring for metering and protection shall be carried

out using 660V grade PVC insulated multistrand copperconductors. For control &signalling minimum size shall be1.5Sq.mm.For CT circuits wire size shall be 2.5 Sq.mm.

TENDER DOCUMENT FOR THE FURNISHING WORK (INTERIOR DECORATION, ELECTRICAL,LAN,FIRE ALARM ,CIVIL& HVAC WORKS ETC IN COMPOSITE) OF REGIONAL OFFICE, IFCI Ltd. AT BHUBANESWAR

Page 28 of 44

8. SWITCHBOARDS

Type of construction : Cubicle, Compartmentalized, totally enclosed, Floor/wallMounting, Freestanding, Single front, Single bus, on draw-out

Thickness of sheet steel : 2mm for body/door/equipment mounting frame and 1.6mm forbarriersBase frame : Fabricated from ISMC 75Degree of protection : Dust and Vermin proof – IP 54Height of the switchboard : Not more than 2200mm.Maximum operating height : Not more than 1800mmMinimum operating height : Not less than 450mmType of doors/covers : Hinged doors with concealed hinges for switchgear

Compartments & cable alleys. Bolted covers for bus barCompartment

Cable entry : Front side. Top / bottom.Paint finish : Powder coated or stoved synthetic enamel of approved colourThickness of paint finish : Not less than 50 micronsMaintenance of components : From the front side onlyType of name plates : Anodized aluminum with engravingsMiscellaneous : • Length of shipping section less than 2.5M

• Hardware shall be high tensile zinc passivated type• Spring washers for all bus bar joints, Equipment fixing and

terminals• Endless neoprene gaskets to be provided on all doors and

covers• Continuous earth bus of 25x6mm copper• External Feeder identification marking to be done

Safety Features: • All live parts to be totally shrouded.• Wiring shall be finger touch proof.

• Bus bar to be sleeved with heat shrinkable colour coded PVCsleeves• Door interlocks for switches.• Pad locking facility for switches• Component mounted door shall be earthed• Danger board on live parts covers.

Bus barMaterial : Electrolytic grade AL / CopperSupports : SMC/DMC/FRP.Current density : Not more than 0.8 Amp/Sq.mmShort time rating : 25KA for 1 Sec.Clearances : 50mm clear between phases and 25mm clear between phase to

neutral and phase to earth.Wiring : • Internal wiring for metering and protection shall be carried

out using 660V grade PVC insulated multistrand copperconductors. For control &signalling minimum size shall be1.5Sq.mm.For CT circuits wire size shall be 2.5 Sq.mm.

TENDER DOCUMENT FOR THE FURNISHING WORK (INTERIOR DECORATION, ELECTRICAL,LAN,FIRE ALARM ,CIVIL& HVAC WORKS ETC IN COMPOSITE) OF REGIONAL OFFICE, IFCI Ltd. AT BHUBANESWAR

Page 29 of 44

• Each wire shall be terminated with tinned copper lug atSeparate terminal, identified at both ends by yellow colour

ferrules• Shorting links shall be provided for all CT terminals• Rubber grommets shall be provided wherever required, so thatmetal parts shall not come in contact with any power or controlwire/cable.

Inspection & Testing : • During fabrication, switchgear shall be subject to inspection byclient or by any other agency authorised by the client• Once the fabrication and assembly of the switchgear is

Completed supplier shall arrange for an acceptance test.• A general visual check covering dimensional checks,verification of feeders, wiring, bus bars, etc.

• Manual and electrical operation of all components• High voltage test at 2.5kV.• Insulation resistance check before and after high voltage test• Supplier shall furnish a test certificate covering all the test

resultFeeder details : Feeder details shall be as per single line diagram and Bill of

Quantities.Guarantee : The switchgear and accessories shall be guaranteed for

satisfactory operation for a period 12 months from the date ofcommissioning. Any defects noticed during this period shall berectified free of cost

Documentation : Following drawings shall be submitted for approval and ‘ASBUILT’ drawings shall be submitted after completion of theinstallation.

• Overall size of the switchboard along with the bid• GA arrangement of the switchboard• Single line diagram and control wiring diagram if any

9. ISOLATORS

This shall be of fault making load break type and motor duty with sheet steel enclosure.Operating handle /front drive shall have door interlock. Pad locking facility to be provided foroperating handle so that switch can be kept locked in the off position. All live parts shall haveshrouding. Sufficient room for cable entry to be provided.

10. EARTHING

a. A TNS type of earthing with separate neutral and safety earth conductor running through outto be adopted for the installation.b. Ring main conductor shall be 25x3mm Electrolytic grade copper. This ring main conductorwill be laid out to interconnect all earth electrodes and various earth benches throughout in theinstallation.

TENDER DOCUMENT FOR THE FURNISHING WORK (INTERIOR DECORATION, ELECTRICAL,LAN,FIRE ALARM ,CIVIL& HVAC WORKS ETC IN COMPOSITE) OF REGIONAL OFFICE, IFCI Ltd. AT BHUBANESWAR

Page 29 of 44

• Each wire shall be terminated with tinned copper lug atSeparate terminal, identified at both ends by yellow colour

ferrules• Shorting links shall be provided for all CT terminals• Rubber grommets shall be provided wherever required, so thatmetal parts shall not come in contact with any power or controlwire/cable.

Inspection & Testing : • During fabrication, switchgear shall be subject to inspection byclient or by any other agency authorised by the client• Once the fabrication and assembly of the switchgear is

Completed supplier shall arrange for an acceptance test.• A general visual check covering dimensional checks,verification of feeders, wiring, bus bars, etc.

• Manual and electrical operation of all components• High voltage test at 2.5kV.• Insulation resistance check before and after high voltage test• Supplier shall furnish a test certificate covering all the test

resultFeeder details : Feeder details shall be as per single line diagram and Bill of

Quantities.Guarantee : The switchgear and accessories shall be guaranteed for

satisfactory operation for a period 12 months from the date ofcommissioning. Any defects noticed during this period shall berectified free of cost

Documentation : Following drawings shall be submitted for approval and ‘ASBUILT’ drawings shall be submitted after completion of theinstallation.

• Overall size of the switchboard along with the bid• GA arrangement of the switchboard• Single line diagram and control wiring diagram if any

9. ISOLATORS

This shall be of fault making load break type and motor duty with sheet steel enclosure.Operating handle /front drive shall have door interlock. Pad locking facility to be provided foroperating handle so that switch can be kept locked in the off position. All live parts shall haveshrouding. Sufficient room for cable entry to be provided.

10. EARTHING

a. A TNS type of earthing with separate neutral and safety earth conductor running through outto be adopted for the installation.b. Ring main conductor shall be 25x3mm Electrolytic grade copper. This ring main conductorwill be laid out to interconnect all earth electrodes and various earth benches throughout in theinstallation.

TENDER DOCUMENT FOR THE FURNISHING WORK (INTERIOR DECORATION, ELECTRICAL,LAN,FIRE ALARM ,CIVIL& HVAC WORKS ETC IN COMPOSITE) OF REGIONAL OFFICE, IFCI Ltd. AT BHUBANESWAR

Page 29 of 44

• Each wire shall be terminated with tinned copper lug atSeparate terminal, identified at both ends by yellow colour

ferrules• Shorting links shall be provided for all CT terminals• Rubber grommets shall be provided wherever required, so thatmetal parts shall not come in contact with any power or controlwire/cable.

Inspection & Testing : • During fabrication, switchgear shall be subject to inspection byclient or by any other agency authorised by the client• Once the fabrication and assembly of the switchgear is

Completed supplier shall arrange for an acceptance test.• A general visual check covering dimensional checks,verification of feeders, wiring, bus bars, etc.

• Manual and electrical operation of all components• High voltage test at 2.5kV.• Insulation resistance check before and after high voltage test• Supplier shall furnish a test certificate covering all the test

resultFeeder details : Feeder details shall be as per single line diagram and Bill of

Quantities.Guarantee : The switchgear and accessories shall be guaranteed for

satisfactory operation for a period 12 months from the date ofcommissioning. Any defects noticed during this period shall berectified free of cost

Documentation : Following drawings shall be submitted for approval and ‘ASBUILT’ drawings shall be submitted after completion of theinstallation.

• Overall size of the switchboard along with the bid• GA arrangement of the switchboard• Single line diagram and control wiring diagram if any

9. ISOLATORS

This shall be of fault making load break type and motor duty with sheet steel enclosure.Operating handle /front drive shall have door interlock. Pad locking facility to be provided foroperating handle so that switch can be kept locked in the off position. All live parts shall haveshrouding. Sufficient room for cable entry to be provided.

10. EARTHING

a. A TNS type of earthing with separate neutral and safety earth conductor running through outto be adopted for the installation.b. Ring main conductor shall be 25x3mm Electrolytic grade copper. This ring main conductorwill be laid out to interconnect all earth electrodes and various earth benches throughout in theinstallation.

TENDER DOCUMENT FOR THE FURNISHING WORK (INTERIOR DECORATION, ELECTRICAL,LAN,FIRE ALARM ,CIVIL& HVAC WORKS ETC IN COMPOSITE) OF REGIONAL OFFICE, IFCI Ltd. AT BHUBANESWAR

Page 30 of 44

c. In outdoor area above ring main can be buried in an excavated trench. Depth of laying shallbe not less than 600mm. For indoor installation conductors shall be neatly clamped to thesupporting system. Suitable clamps shall be used to install the earth conductor. Direct fixingusing screws/bolts not permitted.

d. The material for earthing shall be electrolytic grade bare copper. The end connection shall beof bolted type with suitable crimping type terminal lugs.

e. All equipment receiving three-phase connection shall have double earthing and single-phaseequipment shall have single earthing.

f. All cable glands shall be earthed using earth tag/ copper clamps and suitable size bare copperconductor. All non-current carrying metal parts shall be connected to the earthing system usingbonding conductors.

g. Earthing conductor size shall be decided based on the size of the phase conductor and this isasfollows:-

1. Up to 16Sq.mm copper (Phase conductor) Earth conductor size shall be 16Sq.mm.2. Above 16Sq.mm size of Earth conductor shall be half of phase conductor.3. Suitable de-rating shall be provided when Aluminum conductor is used as phase

conductor whereas copper is the earth conductor.

h. Metal Conduits if any shall be earthed separately near the MCB DB. All non –current carryingmetal parts shall be connected to the earthing system.i. Each load center will have an earth bench suitably located and each switch board/ DB safetyearthing shall be connected to the above bench and bench in turn will get connected to the ringmain conductor.

j. Wherever joints or tap off are required from the ring main, that area to be properly tinned.Lap joints in the conductors shall be with 50mm of overlap.

k. All earth electrodes shall be prepared as per BIS and typical drawings enclosed. This shallinclude 3meter long 13mm thick cast iron pipe, test link, brick masonry chamber, heavy dutycast iron chamber cover etc All hardware shall be SS only. Name plate showing earth electrodedetails such as name, type, earth resistance, date of maintenance etc. to be provided inside thechamber.

11. LT CABLES

a. The LT power cable above 6 Sq.mm area shall be of the Aluminum conductor and lower sizesshall be of copper conductor.

b. This shall be of 1.1kV grade, PVC/XLPE insulated, PVC sheathed, galvanized tape/wirearmored and PVC served suitable for underground laying.

c. The Aluminum conductor used shall be of electrolytic grade, 99% purity. Whereas copper

TENDER DOCUMENT FOR THE FURNISHING WORK (INTERIOR DECORATION, ELECTRICAL,LAN,FIRE ALARM ,CIVIL& HVAC WORKS ETC IN COMPOSITE) OF REGIONAL OFFICE, IFCI Ltd. AT BHUBANESWAR

Page 30 of 44

c. In outdoor area above ring main can be buried in an excavated trench. Depth of laying shallbe not less than 600mm. For indoor installation conductors shall be neatly clamped to thesupporting system. Suitable clamps shall be used to install the earth conductor. Direct fixingusing screws/bolts not permitted.

d. The material for earthing shall be electrolytic grade bare copper. The end connection shall beof bolted type with suitable crimping type terminal lugs.

e. All equipment receiving three-phase connection shall have double earthing and single-phaseequipment shall have single earthing.

f. All cable glands shall be earthed using earth tag/ copper clamps and suitable size bare copperconductor. All non-current carrying metal parts shall be connected to the earthing system usingbonding conductors.

g. Earthing conductor size shall be decided based on the size of the phase conductor and this isasfollows:-

1. Up to 16Sq.mm copper (Phase conductor) Earth conductor size shall be 16Sq.mm.2. Above 16Sq.mm size of Earth conductor shall be half of phase conductor.3. Suitable de-rating shall be provided when Aluminum conductor is used as phase

conductor whereas copper is the earth conductor.

h. Metal Conduits if any shall be earthed separately near the MCB DB. All non –current carryingmetal parts shall be connected to the earthing system.i. Each load center will have an earth bench suitably located and each switch board/ DB safetyearthing shall be connected to the above bench and bench in turn will get connected to the ringmain conductor.

j. Wherever joints or tap off are required from the ring main, that area to be properly tinned.Lap joints in the conductors shall be with 50mm of overlap.

k. All earth electrodes shall be prepared as per BIS and typical drawings enclosed. This shallinclude 3meter long 13mm thick cast iron pipe, test link, brick masonry chamber, heavy dutycast iron chamber cover etc All hardware shall be SS only. Name plate showing earth electrodedetails such as name, type, earth resistance, date of maintenance etc. to be provided inside thechamber.

11. LT CABLES

a. The LT power cable above 6 Sq.mm area shall be of the Aluminum conductor and lower sizesshall be of copper conductor.

b. This shall be of 1.1kV grade, PVC/XLPE insulated, PVC sheathed, galvanized tape/wirearmored and PVC served suitable for underground laying.

c. The Aluminum conductor used shall be of electrolytic grade, 99% purity. Whereas copper

TENDER DOCUMENT FOR THE FURNISHING WORK (INTERIOR DECORATION, ELECTRICAL,LAN,FIRE ALARM ,CIVIL& HVAC WORKS ETC IN COMPOSITE) OF REGIONAL OFFICE, IFCI Ltd. AT BHUBANESWAR

Page 30 of 44

c. In outdoor area above ring main can be buried in an excavated trench. Depth of laying shallbe not less than 600mm. For indoor installation conductors shall be neatly clamped to thesupporting system. Suitable clamps shall be used to install the earth conductor. Direct fixingusing screws/bolts not permitted.

d. The material for earthing shall be electrolytic grade bare copper. The end connection shall beof bolted type with suitable crimping type terminal lugs.

e. All equipment receiving three-phase connection shall have double earthing and single-phaseequipment shall have single earthing.

f. All cable glands shall be earthed using earth tag/ copper clamps and suitable size bare copperconductor. All non-current carrying metal parts shall be connected to the earthing system usingbonding conductors.

g. Earthing conductor size shall be decided based on the size of the phase conductor and this isasfollows:-

1. Up to 16Sq.mm copper (Phase conductor) Earth conductor size shall be 16Sq.mm.2. Above 16Sq.mm size of Earth conductor shall be half of phase conductor.3. Suitable de-rating shall be provided when Aluminum conductor is used as phase

conductor whereas copper is the earth conductor.

h. Metal Conduits if any shall be earthed separately near the MCB DB. All non –current carryingmetal parts shall be connected to the earthing system.i. Each load center will have an earth bench suitably located and each switch board/ DB safetyearthing shall be connected to the above bench and bench in turn will get connected to the ringmain conductor.

j. Wherever joints or tap off are required from the ring main, that area to be properly tinned.Lap joints in the conductors shall be with 50mm of overlap.

k. All earth electrodes shall be prepared as per BIS and typical drawings enclosed. This shallinclude 3meter long 13mm thick cast iron pipe, test link, brick masonry chamber, heavy dutycast iron chamber cover etc All hardware shall be SS only. Name plate showing earth electrodedetails such as name, type, earth resistance, date of maintenance etc. to be provided inside thechamber.

11. LT CABLES

a. The LT power cable above 6 Sq.mm area shall be of the Aluminum conductor and lower sizesshall be of copper conductor.

b. This shall be of 1.1kV grade, PVC/XLPE insulated, PVC sheathed, galvanized tape/wirearmored and PVC served suitable for underground laying.

c. The Aluminum conductor used shall be of electrolytic grade, 99% purity. Whereas copper

TENDER DOCUMENT FOR THE FURNISHING WORK (INTERIOR DECORATION, ELECTRICAL,LAN,FIRE ALARM ,CIVIL& HVAC WORKS ETC IN COMPOSITE) OF REGIONAL OFFICE, IFCI Ltd. AT BHUBANESWAR

Page 31 of 44

conductor shall be made out of 99.9% pure copper.

d. The conductor shall be of circular/sector shaped and internal insulation of individualconductorshall be color coded.

e. Cables shall be visually inspected and insulation resistance test shall be conducted beforecommencing the installation.

f. Sharp bends and kinks shall be avoided in the installation. Bending radius shall not be lessthan12 times the diameter of the cable. Cable shall be laid one beside the other and not on topof each other. Adequate extra lengths shall be provided near all the terminations.

g. Identification tags made out of Aluminum bearing cable number and size shall be provided ateither ends of the feeder cable.

h. Cable glands shall be single compression SIBG type made out of extruded brass andcadmiumplated. End termination shall be of crimping type Al or Cu depending on the conductor type.Cable glands shall have earth tag and it shall be securely connected to the earthing system viaearth bench.

i. Strict coordination to be provided between size of cable and rating of the up streamprotection device and also with the earthing conductor as specified in earthing above.

12. CABLE TRAYS & SUPPORTING STEEL

Cable trays shall be ladder type fabricated out of MS channels / angles / strips etc. size of thesections shall be as per cable tray dimensions and number of cables it has to carry. Howeverminimum thickness of the section shall be 3mm. typical details are shown in the drawingenclosed. Trays shall be painted with 1 coat of primer and 2 coats of synthetic enamel. Traysand supporting system shall be designed to withstand the total weight and without anydeformation. Steel frame work duly painted shall be used for supporting switch boards DBs etc.also ISMC 100/40 may be installed across the substation/ switch room trenches as a bridge andswitchboards has to be installed to it.

13. MCBs, RCCBs, & MCB DBs

a. The MCBs shall be DIN rail mounting, bimetallic magnetic type. This shall have minimumfaultinterrupting capacity of 10kA.

b. RCCBs shall be DIN rail mounting type and have a sensitivity of 30/100mA, two/four pole asspecified. The tripping time shall not be more than 30ms. This shall have short circuit protectionif specified.

TENDER DOCUMENT FOR THE FURNISHING WORK (INTERIOR DECORATION, ELECTRICAL,LAN,FIRE ALARM ,CIVIL& HVAC WORKS ETC IN COMPOSITE) OF REGIONAL OFFICE, IFCI Ltd. AT BHUBANESWAR

Page 31 of 44

conductor shall be made out of 99.9% pure copper.

d. The conductor shall be of circular/sector shaped and internal insulation of individualconductorshall be color coded.

e. Cables shall be visually inspected and insulation resistance test shall be conducted beforecommencing the installation.

f. Sharp bends and kinks shall be avoided in the installation. Bending radius shall not be lessthan12 times the diameter of the cable. Cable shall be laid one beside the other and not on topof each other. Adequate extra lengths shall be provided near all the terminations.

g. Identification tags made out of Aluminum bearing cable number and size shall be provided ateither ends of the feeder cable.

h. Cable glands shall be single compression SIBG type made out of extruded brass andcadmiumplated. End termination shall be of crimping type Al or Cu depending on the conductor type.Cable glands shall have earth tag and it shall be securely connected to the earthing system viaearth bench.

i. Strict coordination to be provided between size of cable and rating of the up streamprotection device and also with the earthing conductor as specified in earthing above.

12. CABLE TRAYS & SUPPORTING STEEL

Cable trays shall be ladder type fabricated out of MS channels / angles / strips etc. size of thesections shall be as per cable tray dimensions and number of cables it has to carry. Howeverminimum thickness of the section shall be 3mm. typical details are shown in the drawingenclosed. Trays shall be painted with 1 coat of primer and 2 coats of synthetic enamel. Traysand supporting system shall be designed to withstand the total weight and without anydeformation. Steel frame work duly painted shall be used for supporting switch boards DBs etc.also ISMC 100/40 may be installed across the substation/ switch room trenches as a bridge andswitchboards has to be installed to it.

13. MCBs, RCCBs, & MCB DBs

a. The MCBs shall be DIN rail mounting, bimetallic magnetic type. This shall have minimumfaultinterrupting capacity of 10kA.

b. RCCBs shall be DIN rail mounting type and have a sensitivity of 30/100mA, two/four pole asspecified. The tripping time shall not be more than 30ms. This shall have short circuit protectionif specified.

TENDER DOCUMENT FOR THE FURNISHING WORK (INTERIOR DECORATION, ELECTRICAL,LAN,FIRE ALARM ,CIVIL& HVAC WORKS ETC IN COMPOSITE) OF REGIONAL OFFICE, IFCI Ltd. AT BHUBANESWAR

Page 31 of 44

conductor shall be made out of 99.9% pure copper.

d. The conductor shall be of circular/sector shaped and internal insulation of individualconductorshall be color coded.

e. Cables shall be visually inspected and insulation resistance test shall be conducted beforecommencing the installation.

f. Sharp bends and kinks shall be avoided in the installation. Bending radius shall not be lessthan12 times the diameter of the cable. Cable shall be laid one beside the other and not on topof each other. Adequate extra lengths shall be provided near all the terminations.

g. Identification tags made out of Aluminum bearing cable number and size shall be provided ateither ends of the feeder cable.

h. Cable glands shall be single compression SIBG type made out of extruded brass andcadmiumplated. End termination shall be of crimping type Al or Cu depending on the conductor type.Cable glands shall have earth tag and it shall be securely connected to the earthing system viaearth bench.

i. Strict coordination to be provided between size of cable and rating of the up streamprotection device and also with the earthing conductor as specified in earthing above.

12. CABLE TRAYS & SUPPORTING STEEL

Cable trays shall be ladder type fabricated out of MS channels / angles / strips etc. size of thesections shall be as per cable tray dimensions and number of cables it has to carry. Howeverminimum thickness of the section shall be 3mm. typical details are shown in the drawingenclosed. Trays shall be painted with 1 coat of primer and 2 coats of synthetic enamel. Traysand supporting system shall be designed to withstand the total weight and without anydeformation. Steel frame work duly painted shall be used for supporting switch boards DBs etc.also ISMC 100/40 may be installed across the substation/ switch room trenches as a bridge andswitchboards has to be installed to it.

13. MCBs, RCCBs, & MCB DBs

a. The MCBs shall be DIN rail mounting, bimetallic magnetic type. This shall have minimumfaultinterrupting capacity of 10kA.

b. RCCBs shall be DIN rail mounting type and have a sensitivity of 30/100mA, two/four pole asspecified. The tripping time shall not be more than 30ms. This shall have short circuit protectionif specified.

TENDER DOCUMENT FOR THE FURNISHING WORK (INTERIOR DECORATION, ELECTRICAL,LAN,FIRE ALARM ,CIVIL& HVAC WORKS ETC IN COMPOSITE) OF REGIONAL OFFICE, IFCI Ltd. AT BHUBANESWAR

Page 32 of 44

c. MCB DB shall be wall mounting type factory assembled. DB shall be dust proof with doubledoor arrangement and suitable for concealed/surface mounting. Door shall have good qualitygaskets and hinges. This shall be suitable for either TP/SP MCB outgoing (vertical) or only SPMCB outgoing (horizontal) as required.

d. All circuits shall be neatly terminated to the corresponding terminals and proper dressinginside the DB shall be carried out. Circuit identification ferrules to be provided for eachconductors of a circuit.

e. Horizontal DB shall have three separate neutral and earth bus/terminal strip. The DB shall besupplied with suitable Copper Bus bar of 63A rating and interconnection.

f. Horizontal DB shall have earth leakage circuit breaker provided at each of the 3 phases and a4P MCB / Isolator for the main incomer.

g. The DBs shall have knock out cable entry at top and bottom and earthing terminals.

h. Circuit identification, feeder identification and cable size shall be suitably marked on the DBafter the installation.

i. Only 30mA Earth leakage circuit breakers shall be used at user level final circuits.

j. Where ever cables cannot be glanded on to the DB because of specific site conditions aseparate factory made cable entry box (adaptor) shall be provided.

14. CONDUITS

a. Unless otherwise specified all conduits used concealed in RCC slab shall be heavy duty PVCand medium duty PVC for concealed in brick masonry work. All accessories shall be of sametype compatible each other. Black color conduits are preferred for electrical services. Allconduits shall have ISI mark.

b. Maximum number of wires that can be drawn through a specified size of conduit is asfollows:-

Cross sectional Areain Sq.mm

Size of Conduit in mm20 25 32 38

1.5 5 10 142.5 5 8 124.0 3 8 106.0 2 5 8

c. Conductors carrying different supply voltage shall be drawn through separate conduits.

d. Only bends shall be used wherever conduits take right angle deviation and no Elbows arepermitted. The above bends shall be of inspection type in the critical location for the ease of

TENDER DOCUMENT FOR THE FURNISHING WORK (INTERIOR DECORATION, ELECTRICAL,LAN,FIRE ALARM ,CIVIL& HVAC WORKS ETC IN COMPOSITE) OF REGIONAL OFFICE, IFCI Ltd. AT BHUBANESWAR

Page 32 of 44

c. MCB DB shall be wall mounting type factory assembled. DB shall be dust proof with doubledoor arrangement and suitable for concealed/surface mounting. Door shall have good qualitygaskets and hinges. This shall be suitable for either TP/SP MCB outgoing (vertical) or only SPMCB outgoing (horizontal) as required.

d. All circuits shall be neatly terminated to the corresponding terminals and proper dressinginside the DB shall be carried out. Circuit identification ferrules to be provided for eachconductors of a circuit.

e. Horizontal DB shall have three separate neutral and earth bus/terminal strip. The DB shall besupplied with suitable Copper Bus bar of 63A rating and interconnection.

f. Horizontal DB shall have earth leakage circuit breaker provided at each of the 3 phases and a4P MCB / Isolator for the main incomer.

g. The DBs shall have knock out cable entry at top and bottom and earthing terminals.

h. Circuit identification, feeder identification and cable size shall be suitably marked on the DBafter the installation.

i. Only 30mA Earth leakage circuit breakers shall be used at user level final circuits.

j. Where ever cables cannot be glanded on to the DB because of specific site conditions aseparate factory made cable entry box (adaptor) shall be provided.

14. CONDUITS

a. Unless otherwise specified all conduits used concealed in RCC slab shall be heavy duty PVCand medium duty PVC for concealed in brick masonry work. All accessories shall be of sametype compatible each other. Black color conduits are preferred for electrical services. Allconduits shall have ISI mark.

b. Maximum number of wires that can be drawn through a specified size of conduit is asfollows:-

Cross sectional Areain Sq.mm

Size of Conduit in mm20 25 32 38

1.5 5 10 142.5 5 8 124.0 3 8 106.0 2 5 8

c. Conductors carrying different supply voltage shall be drawn through separate conduits.

d. Only bends shall be used wherever conduits take right angle deviation and no Elbows arepermitted. The above bends shall be of inspection type in the critical location for the ease of

TENDER DOCUMENT FOR THE FURNISHING WORK (INTERIOR DECORATION, ELECTRICAL,LAN,FIRE ALARM ,CIVIL& HVAC WORKS ETC IN COMPOSITE) OF REGIONAL OFFICE, IFCI Ltd. AT BHUBANESWAR

Page 32 of 44

c. MCB DB shall be wall mounting type factory assembled. DB shall be dust proof with doubledoor arrangement and suitable for concealed/surface mounting. Door shall have good qualitygaskets and hinges. This shall be suitable for either TP/SP MCB outgoing (vertical) or only SPMCB outgoing (horizontal) as required.

d. All circuits shall be neatly terminated to the corresponding terminals and proper dressinginside the DB shall be carried out. Circuit identification ferrules to be provided for eachconductors of a circuit.

e. Horizontal DB shall have three separate neutral and earth bus/terminal strip. The DB shall besupplied with suitable Copper Bus bar of 63A rating and interconnection.

f. Horizontal DB shall have earth leakage circuit breaker provided at each of the 3 phases and a4P MCB / Isolator for the main incomer.

g. The DBs shall have knock out cable entry at top and bottom and earthing terminals.

h. Circuit identification, feeder identification and cable size shall be suitably marked on the DBafter the installation.

i. Only 30mA Earth leakage circuit breakers shall be used at user level final circuits.

j. Where ever cables cannot be glanded on to the DB because of specific site conditions aseparate factory made cable entry box (adaptor) shall be provided.

14. CONDUITS

a. Unless otherwise specified all conduits used concealed in RCC slab shall be heavy duty PVCand medium duty PVC for concealed in brick masonry work. All accessories shall be of sametype compatible each other. Black color conduits are preferred for electrical services. Allconduits shall have ISI mark.

b. Maximum number of wires that can be drawn through a specified size of conduit is asfollows:-

Cross sectional Areain Sq.mm

Size of Conduit in mm20 25 32 38

1.5 5 10 142.5 5 8 124.0 3 8 106.0 2 5 8

c. Conductors carrying different supply voltage shall be drawn through separate conduits.

d. Only bends shall be used wherever conduits take right angle deviation and no Elbows arepermitted. The above bends shall be of inspection type in the critical location for the ease of

TENDER DOCUMENT FOR THE FURNISHING WORK (INTERIOR DECORATION, ELECTRICAL,LAN,FIRE ALARM ,CIVIL& HVAC WORKS ETC IN COMPOSITE) OF REGIONAL OFFICE, IFCI Ltd. AT BHUBANESWAR

Page 33 of 44

maintenance. Cut ends of conduit shall have no sharp edges or burrs to avoid insulationdamage while pulling.e. Conduits used in concealed RCC slabs shall be laid on the finished centering over thereinforcement bars and tied to the bars at every 600mm. using GI tie wire.

f. Where ever conduits are required to embed in walls, same shall be cut to make conduitgrooves to appropriate depth using cutting machines and conduits shall be fixed by means ofsaddles or pipe hooks at regular intervals. Horizontal conduit grooves shall be avoided as far aspossible. Contractor shall make good the conduit grooves on the wall by covering with cementmortar. Top edge of the conduit shall be at least 20mm below the finished surface of the wall.

g. For surface wiring, conduits shall be fixed by heavy gauge saddles to the wall etc., with GIscrews. The spacing between the fixing saddles shall not be more than one meter. However,when there are accessories/fittings, saddles shall be fixed both sides at a distance of 300mmfrom the center of the fitting.

h. Bends shall be avoided as far as possible in the concealed conduiting and all curves shouldbe maintained by bending the conduit itself with a long radius for easy drawing of wires.

i. The entire system of conduits after the installation shall be checked for mechanical andcontinuity. Metal Conduit system shall permanently connected to the earth grid properly bymeans of suitable earth clamps.

15. WIREWAY TRUNKING

a. Wire way trunking shall be fabricated out of 1.6mm thick CRCA sheet with proper jigs andfixtures to get consistent dimensional accuracy.

b. This shall comprise of totally enclosed ‘C’ type channel with screwed or push fit type of frontcover all hardware used shall be of good quality zinc passivated type.

c. Prior to painting this shall be properly pre-treated preferably by seven-tank process and shallbe powder coated with an approved shade.

d. Cable clamping provision at regular intervals of not more than 500mm shall be made insidethe wire way. Further 25mm dia knock out entries shall be provided at every 1000mm on topand bottom.

e. This shall be installed as surface/ concealed mounting in the wall / floor. The installation rateshall include necessary floor / wall chasing and finishing after the installation of wire way.

16. WIRING

a. Maximum number of wires than can be drawn through a specified size of conduit is shownabove and this limit shall not be exceeded. Different circuits shall be used for Power andLighting. & UPS.

TENDER DOCUMENT FOR THE FURNISHING WORK (INTERIOR DECORATION, ELECTRICAL,LAN,FIRE ALARM ,CIVIL& HVAC WORKS ETC IN COMPOSITE) OF REGIONAL OFFICE, IFCI Ltd. AT BHUBANESWAR

Page 33 of 44

maintenance. Cut ends of conduit shall have no sharp edges or burrs to avoid insulationdamage while pulling.e. Conduits used in concealed RCC slabs shall be laid on the finished centering over thereinforcement bars and tied to the bars at every 600mm. using GI tie wire.

f. Where ever conduits are required to embed in walls, same shall be cut to make conduitgrooves to appropriate depth using cutting machines and conduits shall be fixed by means ofsaddles or pipe hooks at regular intervals. Horizontal conduit grooves shall be avoided as far aspossible. Contractor shall make good the conduit grooves on the wall by covering with cementmortar. Top edge of the conduit shall be at least 20mm below the finished surface of the wall.

g. For surface wiring, conduits shall be fixed by heavy gauge saddles to the wall etc., with GIscrews. The spacing between the fixing saddles shall not be more than one meter. However,when there are accessories/fittings, saddles shall be fixed both sides at a distance of 300mmfrom the center of the fitting.

h. Bends shall be avoided as far as possible in the concealed conduiting and all curves shouldbe maintained by bending the conduit itself with a long radius for easy drawing of wires.

i. The entire system of conduits after the installation shall be checked for mechanical andcontinuity. Metal Conduit system shall permanently connected to the earth grid properly bymeans of suitable earth clamps.

15. WIREWAY TRUNKING

a. Wire way trunking shall be fabricated out of 1.6mm thick CRCA sheet with proper jigs andfixtures to get consistent dimensional accuracy.

b. This shall comprise of totally enclosed ‘C’ type channel with screwed or push fit type of frontcover all hardware used shall be of good quality zinc passivated type.

c. Prior to painting this shall be properly pre-treated preferably by seven-tank process and shallbe powder coated with an approved shade.

d. Cable clamping provision at regular intervals of not more than 500mm shall be made insidethe wire way. Further 25mm dia knock out entries shall be provided at every 1000mm on topand bottom.

e. This shall be installed as surface/ concealed mounting in the wall / floor. The installation rateshall include necessary floor / wall chasing and finishing after the installation of wire way.

16. WIRING

a. Maximum number of wires than can be drawn through a specified size of conduit is shownabove and this limit shall not be exceeded. Different circuits shall be used for Power andLighting. & UPS.

TENDER DOCUMENT FOR THE FURNISHING WORK (INTERIOR DECORATION, ELECTRICAL,LAN,FIRE ALARM ,CIVIL& HVAC WORKS ETC IN COMPOSITE) OF REGIONAL OFFICE, IFCI Ltd. AT BHUBANESWAR

Page 33 of 44

maintenance. Cut ends of conduit shall have no sharp edges or burrs to avoid insulationdamage while pulling.e. Conduits used in concealed RCC slabs shall be laid on the finished centering over thereinforcement bars and tied to the bars at every 600mm. using GI tie wire.

f. Where ever conduits are required to embed in walls, same shall be cut to make conduitgrooves to appropriate depth using cutting machines and conduits shall be fixed by means ofsaddles or pipe hooks at regular intervals. Horizontal conduit grooves shall be avoided as far aspossible. Contractor shall make good the conduit grooves on the wall by covering with cementmortar. Top edge of the conduit shall be at least 20mm below the finished surface of the wall.

g. For surface wiring, conduits shall be fixed by heavy gauge saddles to the wall etc., with GIscrews. The spacing between the fixing saddles shall not be more than one meter. However,when there are accessories/fittings, saddles shall be fixed both sides at a distance of 300mmfrom the center of the fitting.

h. Bends shall be avoided as far as possible in the concealed conduiting and all curves shouldbe maintained by bending the conduit itself with a long radius for easy drawing of wires.

i. The entire system of conduits after the installation shall be checked for mechanical andcontinuity. Metal Conduit system shall permanently connected to the earth grid properly bymeans of suitable earth clamps.

15. WIREWAY TRUNKING

a. Wire way trunking shall be fabricated out of 1.6mm thick CRCA sheet with proper jigs andfixtures to get consistent dimensional accuracy.

b. This shall comprise of totally enclosed ‘C’ type channel with screwed or push fit type of frontcover all hardware used shall be of good quality zinc passivated type.

c. Prior to painting this shall be properly pre-treated preferably by seven-tank process and shallbe powder coated with an approved shade.

d. Cable clamping provision at regular intervals of not more than 500mm shall be made insidethe wire way. Further 25mm dia knock out entries shall be provided at every 1000mm on topand bottom.

e. This shall be installed as surface/ concealed mounting in the wall / floor. The installation rateshall include necessary floor / wall chasing and finishing after the installation of wire way.

16. WIRING

a. Maximum number of wires than can be drawn through a specified size of conduit is shownabove and this limit shall not be exceeded. Different circuits shall be used for Power andLighting. & UPS.

TENDER DOCUMENT FOR THE FURNISHING WORK (INTERIOR DECORATION, ELECTRICAL,LAN,FIRE ALARM ,CIVIL& HVAC WORKS ETC IN COMPOSITE) OF REGIONAL OFFICE, IFCI Ltd. AT BHUBANESWAR

Page 34 of 44

b. Each circuit shall have phase neutral and earth conductor. Looping of earth and neutralconductor between different circuits are not permitted. Size of the neutral and earth conductorshall be same as the phase conductor. Wires shall be with copper conductor, fire retardant lowsmoke type. Conductor shall be bright annealed and properly bunched together to form aconcentric shape.

c. Each circuit inside the DB shall have circuit identification marking at both ends i.e. DB sideand switch box end. Neutral conductor shall be terminated to the neutral bar of that particularphase and same as the case of earth conductor. Phase conductor shall be directly connected tothe corresponding MCB.

d. It is highly essential to protect each circuit using appropriate capacity MCBs at DB. Followingguide lines shall be ensured:-1) 1.5Sq.mm Copper wiring - 6A MCB.2) 2.5Sq.mm Copper wiring - 10A MCB3) 4.0Sq.mm Copper wiring - 16A MCB4) 6.0Sq.mm Copper wiring - 20A MCB5) 10Sq.mm Copper wiring - 25A MCB

e. Wiring shall be colour coded and properly ferruled with yellow colour ferrules. As far aspossible looping system shall be adopted and tap off joints to be avoided.

f. Circuit wiring shall mean wiring from MCBDB to switch boxes/socket outlets. Point wiring shallmean wiring from switch box to light / fan points. This shall include conduits switches, frontplate, GI/coated switch boxes, 1.5Sq.mm wiring, junction boxes, drop wiring (wiring fromceiling junction box to light fixture) including earth wire, steel reinforced flexible conduit withglands for drop wiring etc. All accessories required for a good quality installation shall beincluded

17. SWITCHES & SOCKETS

a. All switches, sockets & accessories shall be decorative modular type or as specified in the billof quantities. Metal boxes are preferred over PVC samples are to got approval fromArchitect/Client before placing order.

b. All sockets shall have safety shutters to prevent inadvertent contact.

c. Wherever switch boxes has to be of concealed type, only metal boxes made by the samemanufacturer of switches / sockets shall be used. All metal switch boxes shall be suitablyearthed. The end termination shall be with crimping type copper cable lugs.

d. PVC switch boxes shall be used where surface mounting option is required.

e. Switchboxes shall be recess mounted in the wall. Circuit identification with suitablepermanent marking shall be provided on each switch box. Required knock outs only shall beopened for conduit entry.

TENDER DOCUMENT FOR THE FURNISHING WORK (INTERIOR DECORATION, ELECTRICAL,LAN,FIRE ALARM ,CIVIL& HVAC WORKS ETC IN COMPOSITE) OF REGIONAL OFFICE, IFCI Ltd. AT BHUBANESWAR

Page 34 of 44

b. Each circuit shall have phase neutral and earth conductor. Looping of earth and neutralconductor between different circuits are not permitted. Size of the neutral and earth conductorshall be same as the phase conductor. Wires shall be with copper conductor, fire retardant lowsmoke type. Conductor shall be bright annealed and properly bunched together to form aconcentric shape.

c. Each circuit inside the DB shall have circuit identification marking at both ends i.e. DB sideand switch box end. Neutral conductor shall be terminated to the neutral bar of that particularphase and same as the case of earth conductor. Phase conductor shall be directly connected tothe corresponding MCB.

d. It is highly essential to protect each circuit using appropriate capacity MCBs at DB. Followingguide lines shall be ensured:-1) 1.5Sq.mm Copper wiring - 6A MCB.2) 2.5Sq.mm Copper wiring - 10A MCB3) 4.0Sq.mm Copper wiring - 16A MCB4) 6.0Sq.mm Copper wiring - 20A MCB5) 10Sq.mm Copper wiring - 25A MCB

e. Wiring shall be colour coded and properly ferruled with yellow colour ferrules. As far aspossible looping system shall be adopted and tap off joints to be avoided.

f. Circuit wiring shall mean wiring from MCBDB to switch boxes/socket outlets. Point wiring shallmean wiring from switch box to light / fan points. This shall include conduits switches, frontplate, GI/coated switch boxes, 1.5Sq.mm wiring, junction boxes, drop wiring (wiring fromceiling junction box to light fixture) including earth wire, steel reinforced flexible conduit withglands for drop wiring etc. All accessories required for a good quality installation shall beincluded

17. SWITCHES & SOCKETS

a. All switches, sockets & accessories shall be decorative modular type or as specified in the billof quantities. Metal boxes are preferred over PVC samples are to got approval fromArchitect/Client before placing order.

b. All sockets shall have safety shutters to prevent inadvertent contact.

c. Wherever switch boxes has to be of concealed type, only metal boxes made by the samemanufacturer of switches / sockets shall be used. All metal switch boxes shall be suitablyearthed. The end termination shall be with crimping type copper cable lugs.

d. PVC switch boxes shall be used where surface mounting option is required.

e. Switchboxes shall be recess mounted in the wall. Circuit identification with suitablepermanent marking shall be provided on each switch box. Required knock outs only shall beopened for conduit entry.

TENDER DOCUMENT FOR THE FURNISHING WORK (INTERIOR DECORATION, ELECTRICAL,LAN,FIRE ALARM ,CIVIL& HVAC WORKS ETC IN COMPOSITE) OF REGIONAL OFFICE, IFCI Ltd. AT BHUBANESWAR

Page 34 of 44

b. Each circuit shall have phase neutral and earth conductor. Looping of earth and neutralconductor between different circuits are not permitted. Size of the neutral and earth conductorshall be same as the phase conductor. Wires shall be with copper conductor, fire retardant lowsmoke type. Conductor shall be bright annealed and properly bunched together to form aconcentric shape.

c. Each circuit inside the DB shall have circuit identification marking at both ends i.e. DB sideand switch box end. Neutral conductor shall be terminated to the neutral bar of that particularphase and same as the case of earth conductor. Phase conductor shall be directly connected tothe corresponding MCB.

d. It is highly essential to protect each circuit using appropriate capacity MCBs at DB. Followingguide lines shall be ensured:-1) 1.5Sq.mm Copper wiring - 6A MCB.2) 2.5Sq.mm Copper wiring - 10A MCB3) 4.0Sq.mm Copper wiring - 16A MCB4) 6.0Sq.mm Copper wiring - 20A MCB5) 10Sq.mm Copper wiring - 25A MCB

e. Wiring shall be colour coded and properly ferruled with yellow colour ferrules. As far aspossible looping system shall be adopted and tap off joints to be avoided.

f. Circuit wiring shall mean wiring from MCBDB to switch boxes/socket outlets. Point wiring shallmean wiring from switch box to light / fan points. This shall include conduits switches, frontplate, GI/coated switch boxes, 1.5Sq.mm wiring, junction boxes, drop wiring (wiring fromceiling junction box to light fixture) including earth wire, steel reinforced flexible conduit withglands for drop wiring etc. All accessories required for a good quality installation shall beincluded

17. SWITCHES & SOCKETS

a. All switches, sockets & accessories shall be decorative modular type or as specified in the billof quantities. Metal boxes are preferred over PVC samples are to got approval fromArchitect/Client before placing order.

b. All sockets shall have safety shutters to prevent inadvertent contact.

c. Wherever switch boxes has to be of concealed type, only metal boxes made by the samemanufacturer of switches / sockets shall be used. All metal switch boxes shall be suitablyearthed. The end termination shall be with crimping type copper cable lugs.

d. PVC switch boxes shall be used where surface mounting option is required.

e. Switchboxes shall be recess mounted in the wall. Circuit identification with suitablepermanent marking shall be provided on each switch box. Required knock outs only shall beopened for conduit entry.

TENDER DOCUMENT FOR THE FURNISHING WORK (INTERIOR DECORATION, ELECTRICAL,LAN,FIRE ALARM ,CIVIL& HVAC WORKS ETC IN COMPOSITE) OF REGIONAL OFFICE, IFCI Ltd. AT BHUBANESWAR

Page 35 of 44

f. Extra care shall be ensured while installation so that ‘plumb’ and ‘level’ shall be properlymaintained.

g. Front edge of the switchbox shall be in line with finished surface (after plastering) of thewall.

h. Switch boxes shall be earthed using the earth conductor of respective circuit wiring.

i. Height (from FFL) of Light switches shall be 125cms or as specified in the drawings.

j. Switchboxes shall be generally located 15cms from the edge of any door/window or as perthe aesthetic requirement as the case may be.

k. Only one circuit shall be terminated in one switchbox. If more number of circuits are requiredat one location separate switchboxes shall be installed side by side.

l. At least one blank space shall be provided in each switchbox.

m. Switches shall be provided only on the phase conductor never on a neutral conductor.

18. INDUSTRIAL PLUG & SOCKETSa. This shall be of heavy duty type with 3 pin for single phase supply and 5 pin for three phasesupply. Sockets shall have either metallic or thermo plastic enclosure complete with interlockedrotary switch of appropriate rating as required.

b. Interlocking will be such a way that plug cannot be removed from the socket when switch ison closed position. This shall have instant locking with screw less clamping arrangement.

c. Mechanism shall ensure earth connection shall be establish first while connecting plug tosocket and while removing earth connection should break after phase and neutral.

d. All terminals shall have captive screws with ¾ rotation. And unit shall be color coded todistinguish single phase and three phase supply.

19. LUMINAIRES

a. Luminaire shall be free issue item by the clients. Contractor shall receive it from site storeand installed as marked in the drawings.

b. Surface mounting Luminaires shall be directly installed to the ceiling / wall using GI anchorfasteners

c. Recess mounting luminaire shall be installed using suitable arrangements like suspensionchains from ceiling slab and weight of the luminaire shall not be transferred to the false ceilinggrid.

TENDER DOCUMENT FOR THE FURNISHING WORK (INTERIOR DECORATION, ELECTRICAL,LAN,FIRE ALARM ,CIVIL& HVAC WORKS ETC IN COMPOSITE) OF REGIONAL OFFICE, IFCI Ltd. AT BHUBANESWAR

Page 35 of 44

f. Extra care shall be ensured while installation so that ‘plumb’ and ‘level’ shall be properlymaintained.

g. Front edge of the switchbox shall be in line with finished surface (after plastering) of thewall.

h. Switch boxes shall be earthed using the earth conductor of respective circuit wiring.

i. Height (from FFL) of Light switches shall be 125cms or as specified in the drawings.

j. Switchboxes shall be generally located 15cms from the edge of any door/window or as perthe aesthetic requirement as the case may be.

k. Only one circuit shall be terminated in one switchbox. If more number of circuits are requiredat one location separate switchboxes shall be installed side by side.

l. At least one blank space shall be provided in each switchbox.

m. Switches shall be provided only on the phase conductor never on a neutral conductor.

18. INDUSTRIAL PLUG & SOCKETSa. This shall be of heavy duty type with 3 pin for single phase supply and 5 pin for three phasesupply. Sockets shall have either metallic or thermo plastic enclosure complete with interlockedrotary switch of appropriate rating as required.

b. Interlocking will be such a way that plug cannot be removed from the socket when switch ison closed position. This shall have instant locking with screw less clamping arrangement.

c. Mechanism shall ensure earth connection shall be establish first while connecting plug tosocket and while removing earth connection should break after phase and neutral.

d. All terminals shall have captive screws with ¾ rotation. And unit shall be color coded todistinguish single phase and three phase supply.

19. LUMINAIRES

a. Luminaire shall be free issue item by the clients. Contractor shall receive it from site storeand installed as marked in the drawings.

b. Surface mounting Luminaires shall be directly installed to the ceiling / wall using GI anchorfasteners

c. Recess mounting luminaire shall be installed using suitable arrangements like suspensionchains from ceiling slab and weight of the luminaire shall not be transferred to the false ceilinggrid.

TENDER DOCUMENT FOR THE FURNISHING WORK (INTERIOR DECORATION, ELECTRICAL,LAN,FIRE ALARM ,CIVIL& HVAC WORKS ETC IN COMPOSITE) OF REGIONAL OFFICE, IFCI Ltd. AT BHUBANESWAR

Page 35 of 44

f. Extra care shall be ensured while installation so that ‘plumb’ and ‘level’ shall be properlymaintained.

g. Front edge of the switchbox shall be in line with finished surface (after plastering) of thewall.

h. Switch boxes shall be earthed using the earth conductor of respective circuit wiring.

i. Height (from FFL) of Light switches shall be 125cms or as specified in the drawings.

j. Switchboxes shall be generally located 15cms from the edge of any door/window or as perthe aesthetic requirement as the case may be.

k. Only one circuit shall be terminated in one switchbox. If more number of circuits are requiredat one location separate switchboxes shall be installed side by side.

l. At least one blank space shall be provided in each switchbox.

m. Switches shall be provided only on the phase conductor never on a neutral conductor.

18. INDUSTRIAL PLUG & SOCKETSa. This shall be of heavy duty type with 3 pin for single phase supply and 5 pin for three phasesupply. Sockets shall have either metallic or thermo plastic enclosure complete with interlockedrotary switch of appropriate rating as required.

b. Interlocking will be such a way that plug cannot be removed from the socket when switch ison closed position. This shall have instant locking with screw less clamping arrangement.

c. Mechanism shall ensure earth connection shall be establish first while connecting plug tosocket and while removing earth connection should break after phase and neutral.

d. All terminals shall have captive screws with ¾ rotation. And unit shall be color coded todistinguish single phase and three phase supply.

19. LUMINAIRES

a. Luminaire shall be free issue item by the clients. Contractor shall receive it from site storeand installed as marked in the drawings.

b. Surface mounting Luminaires shall be directly installed to the ceiling / wall using GI anchorfasteners

c. Recess mounting luminaire shall be installed using suitable arrangements like suspensionchains from ceiling slab and weight of the luminaire shall not be transferred to the false ceilinggrid.

TENDER DOCUMENT FOR THE FURNISHING WORK (INTERIOR DECORATION, ELECTRICAL,LAN,FIRE ALARM ,CIVIL& HVAC WORKS ETC IN COMPOSITE) OF REGIONAL OFFICE, IFCI Ltd. AT BHUBANESWAR

Page 36 of 44

d. For installation where false ceiling is provided, it is preferred to have a common supportingsystem for conduits and luminaires. Contractor may coordinate with interior work contractor forany such method.

e. Threaded type of suspension system is preferred over steel bracket.

f. Earthing of the Luminaire body using respective earth conductor of point wiring shall beensured.

g. Steel reinforced Flexible conduits with glands shall be used for drop wiring (between ceilingjunction box and luminaire) for recess mounting type.

20. FANS

a. All fans shall be 5 star rated.

b. Ceiling fans shall be three blade totally enclosed type with capacitor start and run suitable for240volts single phase 50Hz supply.

c. This shall be of double ball bearing type 1200 / 1400 mm sweep as the case may becomplete with suspension rod canopies and mounting bushes.

d. Wall mounting fans shall be 450mm sweep 3 blade low noise type and with oscillatingmechanism and shall comprise mounting bracket wire guard for the blades and in builtregulator for speed control.

e. Exhaust fans shall be 3000mm dia 900 RPM 3 blade low noise type. This shall complete withmounting ring bracket, wire guard for the blades and bird screen.

21. PREAMBLE TO BILL OF QUANTITIES

a. The bidder shall carefully go through the tender documents and quote the unit price, whichshall be inclusive of all installation accessories and consumables. No extra amount will be paidfor any incidental, contingent work and materials.

b. The quantities indicated cover the probable quantities of work involved and are for theguidance of the bidder. The order arising out of this inquiry will be an unit rate contract and nota lumpsum one .The owner, however, does not in any way guarantee that the actual workinvolved would correspond to the quantities indicated in the tender.

c. No change in unit rate will be allowed for any change in quantity or for any other reasonwhatsoever.

d. All measurements will be carried out in metric units.

e. The rates quoted shall include all taxes, duties, packing, forwarding, freight and unloadingcharges.

TENDER DOCUMENT FOR THE FURNISHING WORK (INTERIOR DECORATION, ELECTRICAL,LAN,FIRE ALARM ,CIVIL& HVAC WORKS ETC IN COMPOSITE) OF REGIONAL OFFICE, IFCI Ltd. AT BHUBANESWAR

Page 36 of 44

d. For installation where false ceiling is provided, it is preferred to have a common supportingsystem for conduits and luminaires. Contractor may coordinate with interior work contractor forany such method.

e. Threaded type of suspension system is preferred over steel bracket.

f. Earthing of the Luminaire body using respective earth conductor of point wiring shall beensured.

g. Steel reinforced Flexible conduits with glands shall be used for drop wiring (between ceilingjunction box and luminaire) for recess mounting type.

20. FANS

a. All fans shall be 5 star rated.

b. Ceiling fans shall be three blade totally enclosed type with capacitor start and run suitable for240volts single phase 50Hz supply.

c. This shall be of double ball bearing type 1200 / 1400 mm sweep as the case may becomplete with suspension rod canopies and mounting bushes.

d. Wall mounting fans shall be 450mm sweep 3 blade low noise type and with oscillatingmechanism and shall comprise mounting bracket wire guard for the blades and in builtregulator for speed control.

e. Exhaust fans shall be 3000mm dia 900 RPM 3 blade low noise type. This shall complete withmounting ring bracket, wire guard for the blades and bird screen.

21. PREAMBLE TO BILL OF QUANTITIES

a. The bidder shall carefully go through the tender documents and quote the unit price, whichshall be inclusive of all installation accessories and consumables. No extra amount will be paidfor any incidental, contingent work and materials.

b. The quantities indicated cover the probable quantities of work involved and are for theguidance of the bidder. The order arising out of this inquiry will be an unit rate contract and nota lumpsum one .The owner, however, does not in any way guarantee that the actual workinvolved would correspond to the quantities indicated in the tender.

c. No change in unit rate will be allowed for any change in quantity or for any other reasonwhatsoever.

d. All measurements will be carried out in metric units.

e. The rates quoted shall include all taxes, duties, packing, forwarding, freight and unloadingcharges.

TENDER DOCUMENT FOR THE FURNISHING WORK (INTERIOR DECORATION, ELECTRICAL,LAN,FIRE ALARM ,CIVIL& HVAC WORKS ETC IN COMPOSITE) OF REGIONAL OFFICE, IFCI Ltd. AT BHUBANESWAR

Page 36 of 44

d. For installation where false ceiling is provided, it is preferred to have a common supportingsystem for conduits and luminaires. Contractor may coordinate with interior work contractor forany such method.

e. Threaded type of suspension system is preferred over steel bracket.

f. Earthing of the Luminaire body using respective earth conductor of point wiring shall beensured.

g. Steel reinforced Flexible conduits with glands shall be used for drop wiring (between ceilingjunction box and luminaire) for recess mounting type.

20. FANS

a. All fans shall be 5 star rated.

b. Ceiling fans shall be three blade totally enclosed type with capacitor start and run suitable for240volts single phase 50Hz supply.

c. This shall be of double ball bearing type 1200 / 1400 mm sweep as the case may becomplete with suspension rod canopies and mounting bushes.

d. Wall mounting fans shall be 450mm sweep 3 blade low noise type and with oscillatingmechanism and shall comprise mounting bracket wire guard for the blades and in builtregulator for speed control.

e. Exhaust fans shall be 3000mm dia 900 RPM 3 blade low noise type. This shall complete withmounting ring bracket, wire guard for the blades and bird screen.

21. PREAMBLE TO BILL OF QUANTITIES

a. The bidder shall carefully go through the tender documents and quote the unit price, whichshall be inclusive of all installation accessories and consumables. No extra amount will be paidfor any incidental, contingent work and materials.

b. The quantities indicated cover the probable quantities of work involved and are for theguidance of the bidder. The order arising out of this inquiry will be an unit rate contract and nota lumpsum one .The owner, however, does not in any way guarantee that the actual workinvolved would correspond to the quantities indicated in the tender.

c. No change in unit rate will be allowed for any change in quantity or for any other reasonwhatsoever.

d. All measurements will be carried out in metric units.

e. The rates quoted shall include all taxes, duties, packing, forwarding, freight and unloadingcharges.

TENDER DOCUMENT FOR THE FURNISHING WORK (INTERIOR DECORATION, ELECTRICAL,LAN,FIRE ALARM ,CIVIL& HVAC WORKS ETC IN COMPOSITE) OF REGIONAL OFFICE, IFCI Ltd. AT BHUBANESWAR

Page 37 of 44

f. The installation charges shall be inclusive of the cost of shifting materials from the Stores,unpacking, installation on foundations as specified elsewhere, supply of hardware, consumablesand any minor Civil works involved.g. The installation rate for cables shall include shifting of cable drums, unwinding and laying asper engineering standards all labor supervision, routine testing, consumables such asidentification tags, clamps etc. However, the cost shall exclude steel supports, installation oftrays and cable termination.

h. The supply rate quoted for cable termination shall include single compression brass cablegland, crimping type lugs earth tag for gland earthing. The installation rate shall include allconsumables and labor.i. The installation rate of all switchboards shall exclude the cost of cable termination, but shallinclude the cost of shifting, leveling, grouting with necessary hardware and consumables andconducting all pre commissioning tests as per statute / Specified above.

j. Installation rate for all switch board, DBs & switch box shall include proper neat legible feederidentification marking and circuit identification.

k. The installation rate of wiring shall include the cost of all necessary hardware andconsumables required for fixing the conduits / conduit accessories, drawing, P.V.C insulatedcopper wires and end termination.

l. The rate for installation of earthing conductors shall include drilling holes for equipmentterminations, cost of lugs for earthing wires, suitable fixing clamps and SS hardware.

m. All testing charges for the Equipment shall be including in the installation rate of therespective equipment.n. The cost of steel framework, supporting the structure, etc. required for the Switchboardsshall not be include in the installation price. The same shall be separately quoted under theHead Supply and installation of supporting steel

SPECIFICATION AND CONDITIONS FOR AIR CONDITIONING

1. CONDITIONS IN CONJUNCTION WITH OTHER DOCUMENTSConditions of contract shall be read in conjunction with the Technical specifications, Drawings,schedule of quantities and other documents forming part of this contract wherever the contextso requires.

2. MAKE AND OTHER DETAILS OF MATERIALSThe contractor shall furnish a list of makes selected from the list of approved makes indicatedin the tender as well as other details of various materials he proposes to use on the work andthis would be subject to the approval of the Consultant/IFCI.

3. SHOP DRAWINGThe Contractor shall submit to the Consultant detailed dimensioned shop drawings covering allitems of ducting and diffusers, piping and valves, AHU location ,plant room, electrical layouts

TENDER DOCUMENT FOR THE FURNISHING WORK (INTERIOR DECORATION, ELECTRICAL,LAN,FIRE ALARM ,CIVIL& HVAC WORKS ETC IN COMPOSITE) OF REGIONAL OFFICE, IFCI Ltd. AT BHUBANESWAR

Page 37 of 44

f. The installation charges shall be inclusive of the cost of shifting materials from the Stores,unpacking, installation on foundations as specified elsewhere, supply of hardware, consumablesand any minor Civil works involved.g. The installation rate for cables shall include shifting of cable drums, unwinding and laying asper engineering standards all labor supervision, routine testing, consumables such asidentification tags, clamps etc. However, the cost shall exclude steel supports, installation oftrays and cable termination.

h. The supply rate quoted for cable termination shall include single compression brass cablegland, crimping type lugs earth tag for gland earthing. The installation rate shall include allconsumables and labor.i. The installation rate of all switchboards shall exclude the cost of cable termination, but shallinclude the cost of shifting, leveling, grouting with necessary hardware and consumables andconducting all pre commissioning tests as per statute / Specified above.

j. Installation rate for all switch board, DBs & switch box shall include proper neat legible feederidentification marking and circuit identification.

k. The installation rate of wiring shall include the cost of all necessary hardware andconsumables required for fixing the conduits / conduit accessories, drawing, P.V.C insulatedcopper wires and end termination.

l. The rate for installation of earthing conductors shall include drilling holes for equipmentterminations, cost of lugs for earthing wires, suitable fixing clamps and SS hardware.

m. All testing charges for the Equipment shall be including in the installation rate of therespective equipment.n. The cost of steel framework, supporting the structure, etc. required for the Switchboardsshall not be include in the installation price. The same shall be separately quoted under theHead Supply and installation of supporting steel

SPECIFICATION AND CONDITIONS FOR AIR CONDITIONING

1. CONDITIONS IN CONJUNCTION WITH OTHER DOCUMENTSConditions of contract shall be read in conjunction with the Technical specifications, Drawings,schedule of quantities and other documents forming part of this contract wherever the contextso requires.

2. MAKE AND OTHER DETAILS OF MATERIALSThe contractor shall furnish a list of makes selected from the list of approved makes indicatedin the tender as well as other details of various materials he proposes to use on the work andthis would be subject to the approval of the Consultant/IFCI.

3. SHOP DRAWINGThe Contractor shall submit to the Consultant detailed dimensioned shop drawings covering allitems of ducting and diffusers, piping and valves, AHU location ,plant room, electrical layouts

TENDER DOCUMENT FOR THE FURNISHING WORK (INTERIOR DECORATION, ELECTRICAL,LAN,FIRE ALARM ,CIVIL& HVAC WORKS ETC IN COMPOSITE) OF REGIONAL OFFICE, IFCI Ltd. AT BHUBANESWAR

Page 37 of 44

f. The installation charges shall be inclusive of the cost of shifting materials from the Stores,unpacking, installation on foundations as specified elsewhere, supply of hardware, consumablesand any minor Civil works involved.g. The installation rate for cables shall include shifting of cable drums, unwinding and laying asper engineering standards all labor supervision, routine testing, consumables such asidentification tags, clamps etc. However, the cost shall exclude steel supports, installation oftrays and cable termination.

h. The supply rate quoted for cable termination shall include single compression brass cablegland, crimping type lugs earth tag for gland earthing. The installation rate shall include allconsumables and labor.i. The installation rate of all switchboards shall exclude the cost of cable termination, but shallinclude the cost of shifting, leveling, grouting with necessary hardware and consumables andconducting all pre commissioning tests as per statute / Specified above.

j. Installation rate for all switch board, DBs & switch box shall include proper neat legible feederidentification marking and circuit identification.

k. The installation rate of wiring shall include the cost of all necessary hardware andconsumables required for fixing the conduits / conduit accessories, drawing, P.V.C insulatedcopper wires and end termination.

l. The rate for installation of earthing conductors shall include drilling holes for equipmentterminations, cost of lugs for earthing wires, suitable fixing clamps and SS hardware.

m. All testing charges for the Equipment shall be including in the installation rate of therespective equipment.n. The cost of steel framework, supporting the structure, etc. required for the Switchboardsshall not be include in the installation price. The same shall be separately quoted under theHead Supply and installation of supporting steel

SPECIFICATION AND CONDITIONS FOR AIR CONDITIONING

1. CONDITIONS IN CONJUNCTION WITH OTHER DOCUMENTSConditions of contract shall be read in conjunction with the Technical specifications, Drawings,schedule of quantities and other documents forming part of this contract wherever the contextso requires.

2. MAKE AND OTHER DETAILS OF MATERIALSThe contractor shall furnish a list of makes selected from the list of approved makes indicatedin the tender as well as other details of various materials he proposes to use on the work andthis would be subject to the approval of the Consultant/IFCI.

3. SHOP DRAWINGThe Contractor shall submit to the Consultant detailed dimensioned shop drawings covering allitems of ducting and diffusers, piping and valves, AHU location ,plant room, electrical layouts

TENDER DOCUMENT FOR THE FURNISHING WORK (INTERIOR DECORATION, ELECTRICAL,LAN,FIRE ALARM ,CIVIL& HVAC WORKS ETC IN COMPOSITE) OF REGIONAL OFFICE, IFCI Ltd. AT BHUBANESWAR

Page 38 of 44

etc. No fabrication and installation should be put into execution until these shop drawings areapproved by Consultant. The Contractor shall submit in duplicate the shop drawings preparedby him for checking and variation by the consultant. The Contractor shall then submit induplicate corrected shop drawings for final approval.

4. TESTINGThe Contractor shall solely be responsible for the testing and commissioning of those workscovered by this specification in compliance with standard procedure.

5. SITE WORK CO-ORDINATIONThe Contractor should co-ordinate with all the others works being carried out at the site so thatconflicts are foreseen in advance. The work program at the site should be prepared in advanceand planned based on the completion date mentioned. If any information / work front /drawings are not available at the time of carrying out the work, these are to be informed to theOwner / Consultant immediately.

6. PROJECT DESCRIPTION

Condensing Units and Air Handling Units has been designed to provide thermal environmentalcontrol for Proposed IFCI. The designated air-conditioned space with comfort cooling so as tomaintain inside conditions of Dry Bulb Temperature (DBT) of 24 ± 1 ° C, and not more than60% Relative Humidity.

7. SYSTEM DESCRIPTION

The air conditioned areas and their respective tonnages is given in the Basis of Design.Thermally insulated supply air ducts shall be installed in the ceiling spaces. Conditioned air shallbe directly discharged through supply air grilles/diffusers.

SPLIT UNITS

1. CABINETThe split units/Packaged units shall have metal cabinet of 1.6mm thick (16 Gauge) galvanizedsheet steel. The body should be machine pressed and adequately stiffened. The body should bechemically treated for corrosion resistance and epoxy powder coated. The evaporator unit shallbe ceiling suspended.

2. COMPRESSORAll compressors shall be hermetically sealed scroll type of suitable capacities. Compressor shallbe suitable for freon refrigerant. The compressor shall be electrically interlocked with indoorand outdoor fan motors, HP/LP cutouts and thermostat in the evaporator.

3. CONDENSER (AIR COOLED)The coils shall be made of copper hydraulically bonded with aluminium fins. The tubes shallhave a minimum of 9.5mm outer diameter, firmly bonded with aluminium fins spaced at 12-14fins / inch. The air velocity across the face of the coil shall not exceed 200 m/min. The coils

TENDER DOCUMENT FOR THE FURNISHING WORK (INTERIOR DECORATION, ELECTRICAL,LAN,FIRE ALARM ,CIVIL& HVAC WORKS ETC IN COMPOSITE) OF REGIONAL OFFICE, IFCI Ltd. AT BHUBANESWAR

Page 38 of 44

etc. No fabrication and installation should be put into execution until these shop drawings areapproved by Consultant. The Contractor shall submit in duplicate the shop drawings preparedby him for checking and variation by the consultant. The Contractor shall then submit induplicate corrected shop drawings for final approval.

4. TESTINGThe Contractor shall solely be responsible for the testing and commissioning of those workscovered by this specification in compliance with standard procedure.

5. SITE WORK CO-ORDINATIONThe Contractor should co-ordinate with all the others works being carried out at the site so thatconflicts are foreseen in advance. The work program at the site should be prepared in advanceand planned based on the completion date mentioned. If any information / work front /drawings are not available at the time of carrying out the work, these are to be informed to theOwner / Consultant immediately.

6. PROJECT DESCRIPTION

Condensing Units and Air Handling Units has been designed to provide thermal environmentalcontrol for Proposed IFCI. The designated air-conditioned space with comfort cooling so as tomaintain inside conditions of Dry Bulb Temperature (DBT) of 24 ± 1 ° C, and not more than60% Relative Humidity.

7. SYSTEM DESCRIPTION

The air conditioned areas and their respective tonnages is given in the Basis of Design.Thermally insulated supply air ducts shall be installed in the ceiling spaces. Conditioned air shallbe directly discharged through supply air grilles/diffusers.

SPLIT UNITS

1. CABINETThe split units/Packaged units shall have metal cabinet of 1.6mm thick (16 Gauge) galvanizedsheet steel. The body should be machine pressed and adequately stiffened. The body should bechemically treated for corrosion resistance and epoxy powder coated. The evaporator unit shallbe ceiling suspended.

2. COMPRESSORAll compressors shall be hermetically sealed scroll type of suitable capacities. Compressor shallbe suitable for freon refrigerant. The compressor shall be electrically interlocked with indoorand outdoor fan motors, HP/LP cutouts and thermostat in the evaporator.

3. CONDENSER (AIR COOLED)The coils shall be made of copper hydraulically bonded with aluminium fins. The tubes shallhave a minimum of 9.5mm outer diameter, firmly bonded with aluminium fins spaced at 12-14fins / inch. The air velocity across the face of the coil shall not exceed 200 m/min. The coils

TENDER DOCUMENT FOR THE FURNISHING WORK (INTERIOR DECORATION, ELECTRICAL,LAN,FIRE ALARM ,CIVIL& HVAC WORKS ETC IN COMPOSITE) OF REGIONAL OFFICE, IFCI Ltd. AT BHUBANESWAR

Page 38 of 44

etc. No fabrication and installation should be put into execution until these shop drawings areapproved by Consultant. The Contractor shall submit in duplicate the shop drawings preparedby him for checking and variation by the consultant. The Contractor shall then submit induplicate corrected shop drawings for final approval.

4. TESTINGThe Contractor shall solely be responsible for the testing and commissioning of those workscovered by this specification in compliance with standard procedure.

5. SITE WORK CO-ORDINATIONThe Contractor should co-ordinate with all the others works being carried out at the site so thatconflicts are foreseen in advance. The work program at the site should be prepared in advanceand planned based on the completion date mentioned. If any information / work front /drawings are not available at the time of carrying out the work, these are to be informed to theOwner / Consultant immediately.

6. PROJECT DESCRIPTION

Condensing Units and Air Handling Units has been designed to provide thermal environmentalcontrol for Proposed IFCI. The designated air-conditioned space with comfort cooling so as tomaintain inside conditions of Dry Bulb Temperature (DBT) of 24 ± 1 ° C, and not more than60% Relative Humidity.

7. SYSTEM DESCRIPTION

The air conditioned areas and their respective tonnages is given in the Basis of Design.Thermally insulated supply air ducts shall be installed in the ceiling spaces. Conditioned air shallbe directly discharged through supply air grilles/diffusers.

SPLIT UNITS

1. CABINETThe split units/Packaged units shall have metal cabinet of 1.6mm thick (16 Gauge) galvanizedsheet steel. The body should be machine pressed and adequately stiffened. The body should bechemically treated for corrosion resistance and epoxy powder coated. The evaporator unit shallbe ceiling suspended.

2. COMPRESSORAll compressors shall be hermetically sealed scroll type of suitable capacities. Compressor shallbe suitable for freon refrigerant. The compressor shall be electrically interlocked with indoorand outdoor fan motors, HP/LP cutouts and thermostat in the evaporator.

3. CONDENSER (AIR COOLED)The coils shall be made of copper hydraulically bonded with aluminium fins. The tubes shallhave a minimum of 9.5mm outer diameter, firmly bonded with aluminium fins spaced at 12-14fins / inch. The air velocity across the face of the coil shall not exceed 200 m/min. The coils

TENDER DOCUMENT FOR THE FURNISHING WORK (INTERIOR DECORATION, ELECTRICAL,LAN,FIRE ALARM ,CIVIL& HVAC WORKS ETC IN COMPOSITE) OF REGIONAL OFFICE, IFCI Ltd. AT BHUBANESWAR

Page 39 of 44

shall be designed for a maximum working pressure of 35 kg / sq. cm. The condensor coil shallbe protected on the open end by a wire mesh duly powder coated / plastic coated.

4. EVAPORATOR COILThe coils shall be made of copper hydraulically bonded with aluminium fins. The coils shall behydrophilic in nature. The tubes shall have a minimum of 9.5mm outer diameter, firmly bondedwithaluminium fins spaced at 12-14 fins / inch. The air velocity across the face of the coil shallnot exceed 170 m/min. The coils shall be designed for a maximum working pressure of 35 kg /sq. cm. The circuit should include a thermostatic expansion valve/capillary tube, distributor,liquid strainer, suction line shut off valve and liquid line shut off valve.

5. CONDENSOR MOTOR

The condensor motor shall be of IP –55 rating.

6. REFRIGERATION PIPING AND ACCESSORIESOnly hard drawn copper shall be used in piping with brass fittings wherever required. Brazingshall be with silver copper phosphorous alloy. Horizontal lines shall have a grading of at least1:250 away from the compressor and towards condenser to prevent gravity draining of oil tocompressor.Liquid lines shall be sized to ensure that flashing of liquid refrigerant does notoccur. The circuit shouldinclude a thermostatic expansion valve, distributors, liquid strainer, de-hydrator and liquid lines shut offvalve and suction line shut off valve. Leaks shall be tested withsoap solution at a minimum pressure of 21 kg / sq. cm. After all leaks have been repaired,system shall be tested with the test pressure maintained for a period of not less than 8 hours.No measurable drop in pressure should be detected after the pressure readings are adjusted fortemperature changes. After satisfactory completion of the pressure test, the system shall beevacuated to reduce the pressure to 0.1 Kg/Sq.cm. for a period of 6 hours and vacuum broken.A vacuum pump connected to the refrigeration system shall be used to create the vacuum andthe installed compressor shall not be used to create the purpose. The system shall again beevacuated and a vacuum of 0.01 Kg/Sq.cm. maintain for 24 hours before charging with correctquantity of refrigerant and oil. The system shall be operated for 12 hours and then again testedfor leaks.

7. DRAIN PIPING

Drain pipe shall be of 32mm dia. PVC pipes. All evaporator units shall be provided withindependent drain lines with suitable U traps. The drain shall be taken to the nearest exitpoints.

8. FAN

Fan section including wheel and housing shall be of heavy gauge steel / aluminium. Fans shallbe centrifugal, forward curved multi-blade type. Fan housing shall have inlets and guide vanesfor smooth air flow. Fans shall be complete with drive motor .The fans should be statically anddynamically balanced. The fan motor should be resilient mounted. The fan should deliver astatic pressure of 20mm.

TENDER DOCUMENT FOR THE FURNISHING WORK (INTERIOR DECORATION, ELECTRICAL,LAN,FIRE ALARM ,CIVIL& HVAC WORKS ETC IN COMPOSITE) OF REGIONAL OFFICE, IFCI Ltd. AT BHUBANESWAR

Page 39 of 44

shall be designed for a maximum working pressure of 35 kg / sq. cm. The condensor coil shallbe protected on the open end by a wire mesh duly powder coated / plastic coated.

4. EVAPORATOR COILThe coils shall be made of copper hydraulically bonded with aluminium fins. The coils shall behydrophilic in nature. The tubes shall have a minimum of 9.5mm outer diameter, firmly bondedwithaluminium fins spaced at 12-14 fins / inch. The air velocity across the face of the coil shallnot exceed 170 m/min. The coils shall be designed for a maximum working pressure of 35 kg /sq. cm. The circuit should include a thermostatic expansion valve/capillary tube, distributor,liquid strainer, suction line shut off valve and liquid line shut off valve.

5. CONDENSOR MOTOR

The condensor motor shall be of IP –55 rating.

6. REFRIGERATION PIPING AND ACCESSORIESOnly hard drawn copper shall be used in piping with brass fittings wherever required. Brazingshall be with silver copper phosphorous alloy. Horizontal lines shall have a grading of at least1:250 away from the compressor and towards condenser to prevent gravity draining of oil tocompressor.Liquid lines shall be sized to ensure that flashing of liquid refrigerant does notoccur. The circuit shouldinclude a thermostatic expansion valve, distributors, liquid strainer, de-hydrator and liquid lines shut offvalve and suction line shut off valve. Leaks shall be tested withsoap solution at a minimum pressure of 21 kg / sq. cm. After all leaks have been repaired,system shall be tested with the test pressure maintained for a period of not less than 8 hours.No measurable drop in pressure should be detected after the pressure readings are adjusted fortemperature changes. After satisfactory completion of the pressure test, the system shall beevacuated to reduce the pressure to 0.1 Kg/Sq.cm. for a period of 6 hours and vacuum broken.A vacuum pump connected to the refrigeration system shall be used to create the vacuum andthe installed compressor shall not be used to create the purpose. The system shall again beevacuated and a vacuum of 0.01 Kg/Sq.cm. maintain for 24 hours before charging with correctquantity of refrigerant and oil. The system shall be operated for 12 hours and then again testedfor leaks.

7. DRAIN PIPING

Drain pipe shall be of 32mm dia. PVC pipes. All evaporator units shall be provided withindependent drain lines with suitable U traps. The drain shall be taken to the nearest exitpoints.

8. FAN

Fan section including wheel and housing shall be of heavy gauge steel / aluminium. Fans shallbe centrifugal, forward curved multi-blade type. Fan housing shall have inlets and guide vanesfor smooth air flow. Fans shall be complete with drive motor .The fans should be statically anddynamically balanced. The fan motor should be resilient mounted. The fan should deliver astatic pressure of 20mm.

TENDER DOCUMENT FOR THE FURNISHING WORK (INTERIOR DECORATION, ELECTRICAL,LAN,FIRE ALARM ,CIVIL& HVAC WORKS ETC IN COMPOSITE) OF REGIONAL OFFICE, IFCI Ltd. AT BHUBANESWAR

Page 39 of 44

shall be designed for a maximum working pressure of 35 kg / sq. cm. The condensor coil shallbe protected on the open end by a wire mesh duly powder coated / plastic coated.

4. EVAPORATOR COILThe coils shall be made of copper hydraulically bonded with aluminium fins. The coils shall behydrophilic in nature. The tubes shall have a minimum of 9.5mm outer diameter, firmly bondedwithaluminium fins spaced at 12-14 fins / inch. The air velocity across the face of the coil shallnot exceed 170 m/min. The coils shall be designed for a maximum working pressure of 35 kg /sq. cm. The circuit should include a thermostatic expansion valve/capillary tube, distributor,liquid strainer, suction line shut off valve and liquid line shut off valve.

5. CONDENSOR MOTOR

The condensor motor shall be of IP –55 rating.

6. REFRIGERATION PIPING AND ACCESSORIESOnly hard drawn copper shall be used in piping with brass fittings wherever required. Brazingshall be with silver copper phosphorous alloy. Horizontal lines shall have a grading of at least1:250 away from the compressor and towards condenser to prevent gravity draining of oil tocompressor.Liquid lines shall be sized to ensure that flashing of liquid refrigerant does notoccur. The circuit shouldinclude a thermostatic expansion valve, distributors, liquid strainer, de-hydrator and liquid lines shut offvalve and suction line shut off valve. Leaks shall be tested withsoap solution at a minimum pressure of 21 kg / sq. cm. After all leaks have been repaired,system shall be tested with the test pressure maintained for a period of not less than 8 hours.No measurable drop in pressure should be detected after the pressure readings are adjusted fortemperature changes. After satisfactory completion of the pressure test, the system shall beevacuated to reduce the pressure to 0.1 Kg/Sq.cm. for a period of 6 hours and vacuum broken.A vacuum pump connected to the refrigeration system shall be used to create the vacuum andthe installed compressor shall not be used to create the purpose. The system shall again beevacuated and a vacuum of 0.01 Kg/Sq.cm. maintain for 24 hours before charging with correctquantity of refrigerant and oil. The system shall be operated for 12 hours and then again testedfor leaks.

7. DRAIN PIPING

Drain pipe shall be of 32mm dia. PVC pipes. All evaporator units shall be provided withindependent drain lines with suitable U traps. The drain shall be taken to the nearest exitpoints.

8. FAN

Fan section including wheel and housing shall be of heavy gauge steel / aluminium. Fans shallbe centrifugal, forward curved multi-blade type. Fan housing shall have inlets and guide vanesfor smooth air flow. Fans shall be complete with drive motor .The fans should be statically anddynamically balanced. The fan motor should be resilient mounted. The fan should deliver astatic pressure of 20mm.

TENDER DOCUMENT FOR THE FURNISHING WORK (INTERIOR DECORATION, ELECTRICAL,LAN,FIRE ALARM ,CIVIL& HVAC WORKS ETC IN COMPOSITE) OF REGIONAL OFFICE, IFCI Ltd. AT BHUBANESWAR

Page 40 of 44

9. DAMPERS

All fresh air intakes shall be provided with dampers. The fan outlets should be controllable witha damper. The supply collars, wherever mentioned, shall be provided with collar dampers.

10. FILTERS

All evaporator units shall be provided with air filters capable of filtration unto 20 microns. Thefilters shall be of washable synthetic fiber type.

11. CONTROL PANEL

All units shall have independent electrical control panels housing contactors, overload relays,Voltage cutouts, time delays, interlocks, strip connectors, indication lamps, and control fuse.The control Panel shall be housed inside a cabinet which shall be fixed at a convenient spot onthe plywood boxing.

12. THERMOSTAT

The thermostat shall be control wired with the control panel and shall be placed in the returnair path inside the boxing.

13. INSTALLATION

Adequate vibration isolation using rubber / neoprene pads / vibration springs in order to reducetransmission of vibrations to the floor shall be provided for all condensing units.

14. TESTING

Split units after installation shall be tested for its conformity to specifications. Units shall also betested for the rated capacity and power consumption.

TEST RESULTS

The following readings shall be recorded hourly during the tests and capacity of the plant shallbe computed.

A. Compressor1. Suction pressure - Kg/Cm2 (psi)2. Discharge Pressure - Kg/Cm2 (psi)3. Rated capacity - HP4. Rated Volts - Volts5. Rated current - Amps6.Power Consumption at - KWHr.B Condenser1. Refrigerant condensing pressure - Kg/cm2 (psi)

TENDER DOCUMENT FOR THE FURNISHING WORK (INTERIOR DECORATION, ELECTRICAL,LAN,FIRE ALARM ,CIVIL& HVAC WORKS ETC IN COMPOSITE) OF REGIONAL OFFICE, IFCI Ltd. AT BHUBANESWAR

Page 40 of 44

9. DAMPERS

All fresh air intakes shall be provided with dampers. The fan outlets should be controllable witha damper. The supply collars, wherever mentioned, shall be provided with collar dampers.

10. FILTERS

All evaporator units shall be provided with air filters capable of filtration unto 20 microns. Thefilters shall be of washable synthetic fiber type.

11. CONTROL PANEL

All units shall have independent electrical control panels housing contactors, overload relays,Voltage cutouts, time delays, interlocks, strip connectors, indication lamps, and control fuse.The control Panel shall be housed inside a cabinet which shall be fixed at a convenient spot onthe plywood boxing.

12. THERMOSTAT

The thermostat shall be control wired with the control panel and shall be placed in the returnair path inside the boxing.

13. INSTALLATION

Adequate vibration isolation using rubber / neoprene pads / vibration springs in order to reducetransmission of vibrations to the floor shall be provided for all condensing units.

14. TESTING

Split units after installation shall be tested for its conformity to specifications. Units shall also betested for the rated capacity and power consumption.

TEST RESULTS

The following readings shall be recorded hourly during the tests and capacity of the plant shallbe computed.

A. Compressor1. Suction pressure - Kg/Cm2 (psi)2. Discharge Pressure - Kg/Cm2 (psi)3. Rated capacity - HP4. Rated Volts - Volts5. Rated current - Amps6.Power Consumption at - KWHr.B Condenser1. Refrigerant condensing pressure - Kg/cm2 (psi)

TENDER DOCUMENT FOR THE FURNISHING WORK (INTERIOR DECORATION, ELECTRICAL,LAN,FIRE ALARM ,CIVIL& HVAC WORKS ETC IN COMPOSITE) OF REGIONAL OFFICE, IFCI Ltd. AT BHUBANESWAR

Page 40 of 44

9. DAMPERS

All fresh air intakes shall be provided with dampers. The fan outlets should be controllable witha damper. The supply collars, wherever mentioned, shall be provided with collar dampers.

10. FILTERS

All evaporator units shall be provided with air filters capable of filtration unto 20 microns. Thefilters shall be of washable synthetic fiber type.

11. CONTROL PANEL

All units shall have independent electrical control panels housing contactors, overload relays,Voltage cutouts, time delays, interlocks, strip connectors, indication lamps, and control fuse.The control Panel shall be housed inside a cabinet which shall be fixed at a convenient spot onthe plywood boxing.

12. THERMOSTAT

The thermostat shall be control wired with the control panel and shall be placed in the returnair path inside the boxing.

13. INSTALLATION

Adequate vibration isolation using rubber / neoprene pads / vibration springs in order to reducetransmission of vibrations to the floor shall be provided for all condensing units.

14. TESTING

Split units after installation shall be tested for its conformity to specifications. Units shall also betested for the rated capacity and power consumption.

TEST RESULTS

The following readings shall be recorded hourly during the tests and capacity of the plant shallbe computed.

A. Compressor1. Suction pressure - Kg/Cm2 (psi)2. Discharge Pressure - Kg/Cm2 (psi)3. Rated capacity - HP4. Rated Volts - Volts5. Rated current - Amps6.Power Consumption at - KWHr.B Condenser1. Refrigerant condensing pressure - Kg/cm2 (psi)

TENDER DOCUMENT FOR THE FURNISHING WORK (INTERIOR DECORATION, ELECTRICAL,LAN,FIRE ALARM ,CIVIL& HVAC WORKS ETC IN COMPOSITE) OF REGIONAL OFFICE, IFCI Ltd. AT BHUBANESWAR

Page 41 of 44

2. Refrigerant condensing Tempr. - C (F)3. Entering air tempr. - C (F)4. Leaving air tempr. - C (F)5. Pressure drop through condenser - Kg/cm2 (psi)C Motor1. Rated Horse Power - HP2. Rated Volts - Volts3. Rated Current - Amps4. Actual current - Amps5. Actual Volts - Volts6. Starting current - Amps7. Power factor -D.Supply Air Grilles1. Area of Grill - m2 (Sft)2. Velocity - M/S (FPM)3. Air flow rate - M3/Hr4. Temperature DB - C (F)5. Temperature WB - C (F)E. Filters1. Total area - m2 (Sft)2. Effective area - m2 (Sft)3. Velocity of air - M/S (CFM)

The observations of the test shall be recorded for each item separately.

Scope of Work Supply of the equipments. Design of air conditioner Erection of equipment Armaflex insulation for refrigerant piping Erection of Evaporator Unit & Condenser Unit. Electrical Cabling connecting Evaporator unit and Condenser Unit. Refrigerant Piping with insulation Condenser unit Stand. Electrical cabling between indoor unit and outdoor unit.. Drain piping to take out condensate water in the evaporator unit. Leak Testing. Vaccumisation. R-410 Gas Charging.Testing & commissioning of the Air-conditioning system.

TENDER DOCUMENT FOR THE FURNISHING WORK (INTERIOR DECORATION, ELECTRICAL,LAN,FIRE ALARM ,CIVIL& HVAC WORKS ETC IN COMPOSITE) OF REGIONAL OFFICE, IFCI Ltd. AT BHUBANESWAR

Page 41 of 44

2. Refrigerant condensing Tempr. - C (F)3. Entering air tempr. - C (F)4. Leaving air tempr. - C (F)5. Pressure drop through condenser - Kg/cm2 (psi)C Motor1. Rated Horse Power - HP2. Rated Volts - Volts3. Rated Current - Amps4. Actual current - Amps5. Actual Volts - Volts6. Starting current - Amps7. Power factor -D.Supply Air Grilles1. Area of Grill - m2 (Sft)2. Velocity - M/S (FPM)3. Air flow rate - M3/Hr4. Temperature DB - C (F)5. Temperature WB - C (F)E. Filters1. Total area - m2 (Sft)2. Effective area - m2 (Sft)3. Velocity of air - M/S (CFM)

The observations of the test shall be recorded for each item separately.

Scope of Work Supply of the equipments. Design of air conditioner Erection of equipment Armaflex insulation for refrigerant piping Erection of Evaporator Unit & Condenser Unit. Electrical Cabling connecting Evaporator unit and Condenser Unit. Refrigerant Piping with insulation Condenser unit Stand. Electrical cabling between indoor unit and outdoor unit.. Drain piping to take out condensate water in the evaporator unit. Leak Testing. Vaccumisation. R-410 Gas Charging.Testing & commissioning of the Air-conditioning system.

TENDER DOCUMENT FOR THE FURNISHING WORK (INTERIOR DECORATION, ELECTRICAL,LAN,FIRE ALARM ,CIVIL& HVAC WORKS ETC IN COMPOSITE) OF REGIONAL OFFICE, IFCI Ltd. AT BHUBANESWAR

Page 41 of 44

2. Refrigerant condensing Tempr. - C (F)3. Entering air tempr. - C (F)4. Leaving air tempr. - C (F)5. Pressure drop through condenser - Kg/cm2 (psi)C Motor1. Rated Horse Power - HP2. Rated Volts - Volts3. Rated Current - Amps4. Actual current - Amps5. Actual Volts - Volts6. Starting current - Amps7. Power factor -D.Supply Air Grilles1. Area of Grill - m2 (Sft)2. Velocity - M/S (FPM)3. Air flow rate - M3/Hr4. Temperature DB - C (F)5. Temperature WB - C (F)E. Filters1. Total area - m2 (Sft)2. Effective area - m2 (Sft)3. Velocity of air - M/S (CFM)

The observations of the test shall be recorded for each item separately.

Scope of Work Supply of the equipments. Design of air conditioner Erection of equipment Armaflex insulation for refrigerant piping Erection of Evaporator Unit & Condenser Unit. Electrical Cabling connecting Evaporator unit and Condenser Unit. Refrigerant Piping with insulation Condenser unit Stand. Electrical cabling between indoor unit and outdoor unit.. Drain piping to take out condensate water in the evaporator unit. Leak Testing. Vaccumisation. R-410 Gas Charging.Testing & commissioning of the Air-conditioning system.

TENDER DOCUMENT FOR THE FURNISHING WORK (INTERIOR DECORATION, ELECTRICAL,LAN,FIRE ALARM ,CIVIL& HVAC WORKS ETC IN COMPOSITE) OF REGIONAL OFFICE, IFCI Ltd. AT BHUBANESWAR

Page 42 of 44

LIST OF APPROVED BRAND NAMES

All material specified in the schedule of quantities, specifications and conditions of contractmust conform to the following brand names , be factory made and be of first quality, BIS /ISmarked wherever available. Fabricated items shall be manufactured in accordance with theCPWD / ISI specifications and be first quality. Samples of all materials to be used must besubmitted and got approved before actual procurement and IFCI / Architect reserves the rightto select any of the brand names specified herein for use.

S.No: MATERIAL DESCRIPTIONBRAND / TRADE NAME OR EQUIVALENT APPROVED BYARCHITECT /IFCI.

1 PaintsASIAN, ICI, BERGER, JOTUN OR EQUIVALENT

APPROVED BY ENGINEER IN CHARGE/IFCI.

2Water proof paintAPEX, WEATHER PROOF PAINT OR EQUIVALENT

APPROVED BY ENGINEER IN CHARGE/IFCI.

3 LocksGODREJ, DORMA ,CIEF,ACME OR ANY OTHER

APPROVED BY ARCHITECT/IFCI.

4 Venetian/Vertical/Roller BlindsVISTA , HUNTER DOUGLAS, MAC ,AEROLEX OR ANY

OTHER APPROVED BY ARCHITECT/IFCI.

5 VITRIFIED/Ceramic tilesKAJARIA, SOMANY,RAK OR ANY OTHER APPROVED BY

ARCHITECT/IFCI.

6 White CementBIRLA, J.K OR EQUIVALENT APPROVED BY ENGINEER

IN CHARGE/IFCI.

7 FALSE CEILING BOARDINDIA GYPSUM,LAFARGE,ARMSTRONG OR ANY OTHER

APPROVED BY ARCHITECT/IFCI.

8 Steel Reinforcement BarsKAIRALI, VIZAG, METCON (ISI TMT)OR EQUIVALENT

APPROVED BY ENGINEER IN CHARGE/IFCI.

9 Structural steel sectionsTISCO, SAIL OR EQUIVALENT APPROVED BY ENGINEERIN CHARGE/IFCI.

10 FLOOR SPRINGDORMA,GODREJ,EVERITE OR ANY OTHER APPROVED

BY ARCHITECT/IFCI.

11 AUTO CLOSING HINGESGODREJ,EBCO,HETTICH OR ANY OTHER APPROVED BY

ARCHITECT/IFCI.

12 CHAIRS/SOFAGODREJ/DICE/STELLAR OR EQUIVALENT APPROVED

BY ARCHITECT /IFCI.

13 Water Proof Shuttering Plywood

INDIAN PLYWOOD MFG.LTD, NATIONAL PLYWOOD,DURO, GREENPLY OR EQUIVALENT APPROVED BYENGINEER IN CHARGE/IFCI.

14 TEAK WOOD

1ST CLASS BURMA TEAK OR GHANA TEAK , KERALATEAK OR EQUIVALENT APPROVED BY ENGINEER INCHARGE/IFCI.

15 HARDWARESHARRISONS,EBCO ,GODREJ,EARL BIHARI OR ANY

OTHER APPROVED BY ARCHITECT/IFCI.

TENDER DOCUMENT FOR THE FURNISHING WORK (INTERIOR DECORATION, ELECTRICAL,LAN,FIRE ALARM ,CIVIL& HVAC WORKS ETC IN COMPOSITE) OF REGIONAL OFFICE, IFCI Ltd. AT BHUBANESWAR

Page 42 of 44

LIST OF APPROVED BRAND NAMES

All material specified in the schedule of quantities, specifications and conditions of contractmust conform to the following brand names , be factory made and be of first quality, BIS /ISmarked wherever available. Fabricated items shall be manufactured in accordance with theCPWD / ISI specifications and be first quality. Samples of all materials to be used must besubmitted and got approved before actual procurement and IFCI / Architect reserves the rightto select any of the brand names specified herein for use.

S.No: MATERIAL DESCRIPTIONBRAND / TRADE NAME OR EQUIVALENT APPROVED BYARCHITECT /IFCI.

1 PaintsASIAN, ICI, BERGER, JOTUN OR EQUIVALENT

APPROVED BY ENGINEER IN CHARGE/IFCI.

2Water proof paintAPEX, WEATHER PROOF PAINT OR EQUIVALENT

APPROVED BY ENGINEER IN CHARGE/IFCI.

3 LocksGODREJ, DORMA ,CIEF,ACME OR ANY OTHER

APPROVED BY ARCHITECT/IFCI.

4 Venetian/Vertical/Roller BlindsVISTA , HUNTER DOUGLAS, MAC ,AEROLEX OR ANY

OTHER APPROVED BY ARCHITECT/IFCI.

5 VITRIFIED/Ceramic tilesKAJARIA, SOMANY,RAK OR ANY OTHER APPROVED BY

ARCHITECT/IFCI.

6 White CementBIRLA, J.K OR EQUIVALENT APPROVED BY ENGINEER

IN CHARGE/IFCI.

7 FALSE CEILING BOARDINDIA GYPSUM,LAFARGE,ARMSTRONG OR ANY OTHER

APPROVED BY ARCHITECT/IFCI.

8 Steel Reinforcement BarsKAIRALI, VIZAG, METCON (ISI TMT)OR EQUIVALENT

APPROVED BY ENGINEER IN CHARGE/IFCI.

9 Structural steel sectionsTISCO, SAIL OR EQUIVALENT APPROVED BY ENGINEERIN CHARGE/IFCI.

10 FLOOR SPRINGDORMA,GODREJ,EVERITE OR ANY OTHER APPROVED

BY ARCHITECT/IFCI.

11 AUTO CLOSING HINGESGODREJ,EBCO,HETTICH OR ANY OTHER APPROVED BY

ARCHITECT/IFCI.

12 CHAIRS/SOFAGODREJ/DICE/STELLAR OR EQUIVALENT APPROVED

BY ARCHITECT /IFCI.

13 Water Proof Shuttering Plywood

INDIAN PLYWOOD MFG.LTD, NATIONAL PLYWOOD,DURO, GREENPLY OR EQUIVALENT APPROVED BYENGINEER IN CHARGE/IFCI.

14 TEAK WOOD

1ST CLASS BURMA TEAK OR GHANA TEAK , KERALATEAK OR EQUIVALENT APPROVED BY ENGINEER INCHARGE/IFCI.

15 HARDWARESHARRISONS,EBCO ,GODREJ,EARL BIHARI OR ANY

OTHER APPROVED BY ARCHITECT/IFCI.

TENDER DOCUMENT FOR THE FURNISHING WORK (INTERIOR DECORATION, ELECTRICAL,LAN,FIRE ALARM ,CIVIL& HVAC WORKS ETC IN COMPOSITE) OF REGIONAL OFFICE, IFCI Ltd. AT BHUBANESWAR

Page 42 of 44

LIST OF APPROVED BRAND NAMES

All material specified in the schedule of quantities, specifications and conditions of contractmust conform to the following brand names , be factory made and be of first quality, BIS /ISmarked wherever available. Fabricated items shall be manufactured in accordance with theCPWD / ISI specifications and be first quality. Samples of all materials to be used must besubmitted and got approved before actual procurement and IFCI / Architect reserves the rightto select any of the brand names specified herein for use.

S.No: MATERIAL DESCRIPTIONBRAND / TRADE NAME OR EQUIVALENT APPROVED BYARCHITECT /IFCI.

1 PaintsASIAN, ICI, BERGER, JOTUN OR EQUIVALENT

APPROVED BY ENGINEER IN CHARGE/IFCI.

2Water proof paintAPEX, WEATHER PROOF PAINT OR EQUIVALENT

APPROVED BY ENGINEER IN CHARGE/IFCI.

3 LocksGODREJ, DORMA ,CIEF,ACME OR ANY OTHER

APPROVED BY ARCHITECT/IFCI.

4 Venetian/Vertical/Roller BlindsVISTA , HUNTER DOUGLAS, MAC ,AEROLEX OR ANY

OTHER APPROVED BY ARCHITECT/IFCI.

5 VITRIFIED/Ceramic tilesKAJARIA, SOMANY,RAK OR ANY OTHER APPROVED BY

ARCHITECT/IFCI.

6 White CementBIRLA, J.K OR EQUIVALENT APPROVED BY ENGINEER

IN CHARGE/IFCI.

7 FALSE CEILING BOARDINDIA GYPSUM,LAFARGE,ARMSTRONG OR ANY OTHER

APPROVED BY ARCHITECT/IFCI.

8 Steel Reinforcement BarsKAIRALI, VIZAG, METCON (ISI TMT)OR EQUIVALENT

APPROVED BY ENGINEER IN CHARGE/IFCI.

9 Structural steel sectionsTISCO, SAIL OR EQUIVALENT APPROVED BY ENGINEERIN CHARGE/IFCI.

10 FLOOR SPRINGDORMA,GODREJ,EVERITE OR ANY OTHER APPROVED

BY ARCHITECT/IFCI.

11 AUTO CLOSING HINGESGODREJ,EBCO,HETTICH OR ANY OTHER APPROVED BY

ARCHITECT/IFCI.

12 CHAIRS/SOFAGODREJ/DICE/STELLAR OR EQUIVALENT APPROVED

BY ARCHITECT /IFCI.

13 Water Proof Shuttering Plywood

INDIAN PLYWOOD MFG.LTD, NATIONAL PLYWOOD,DURO, GREENPLY OR EQUIVALENT APPROVED BYENGINEER IN CHARGE/IFCI.

14 TEAK WOOD

1ST CLASS BURMA TEAK OR GHANA TEAK , KERALATEAK OR EQUIVALENT APPROVED BY ENGINEER INCHARGE/IFCI.

15 HARDWARESHARRISONS,EBCO ,GODREJ,EARL BIHARI OR ANY

OTHER APPROVED BY ARCHITECT/IFCI.

TENDER DOCUMENT FOR THE FURNISHING WORK (INTERIOR DECORATION, ELECTRICAL,LAN,FIRE ALARM ,CIVIL& HVAC WORKS ETC IN COMPOSITE) OF REGIONAL OFFICE, IFCI Ltd. AT BHUBANESWAR

Page 43 of 44

16 ADHESIVEFEVICOL,VAMICOL,KTCOL,ARALDITE OR ANY OTHER

APPROVED BY ARCHITECT/IFCI.

17 LAMINATESUNMICA ,SONEAR,MERINO,OR ANY OTHER

APPROVED BY ARCHITECT/IFCI.

18 DECORATIVE VENEERSALISHAN,DURO,GREEN,CENTURY OR ANY OTHER

APPROVED BY ARCHITECT/IFCI.

19 ALUMINIUM SECTIONSHINDALCO, JINDAL OR ANY OTHER APPROVED BY

ARCHITECT/IFCI.

20 GLASSSAINT GOBIN,MODI GUARD,ASAHI OR ANY OTHER

APPROVED BY ARCHITECT/IFCI

21 BLOCK BOARD & PLY(IS: 710)ALISHAN, DURO, MAYUR (GOLD) OR ANY OTHER

APPROVED BY ARCHITECT/IFCI.

Note:- For any other item required to be incorporated in work , sample shall be got approvedfrom the IFCI/ Architect before actual procurement and commencement of that item of work.

LIST OF APPROVED MAKE OR BRANDS FOR ELECTRICAL WORKS

LT SWITCH BOARD PANEL : L&T/MDS/HAVELLS 11 KV CABLE TERMINATION : INCAB/CCI/RR CABLE

SWITCH FUSE/FUSE SWITCH UNITS :L&T/HAVELLS

11 KV (UE) 3 COREZLPE ARMORED CABLE : CCI/INCAB/RETCO

HRC FUSE : HAVELLS/L&T

RCCB/ELCB/MCCB : L&T/LEGRAND/HAVELLS

LIGHTS : PHILIPS,HAVELLS

CHANGE OVER SWITCH : L&T/LEGRAND/HAVELLS

1.1 KV GRADE PVCINSULATED COPPER WIRE : FINOLEX/HAVELLS

1.1 KV GRADE PVC : CCI/INCAB/RR CABLE/RETCOINSULATED ALUMINIUM CABLE

1.1 KV GRADE PVC INSULATED

TENDER DOCUMENT FOR THE FURNISHING WORK (INTERIOR DECORATION, ELECTRICAL,LAN,FIRE ALARM ,CIVIL& HVAC WORKS ETC IN COMPOSITE) OF REGIONAL OFFICE, IFCI Ltd. AT BHUBANESWAR

Page 43 of 44

16 ADHESIVEFEVICOL,VAMICOL,KTCOL,ARALDITE OR ANY OTHER

APPROVED BY ARCHITECT/IFCI.

17 LAMINATESUNMICA ,SONEAR,MERINO,OR ANY OTHER

APPROVED BY ARCHITECT/IFCI.

18 DECORATIVE VENEERSALISHAN,DURO,GREEN,CENTURY OR ANY OTHER

APPROVED BY ARCHITECT/IFCI.

19 ALUMINIUM SECTIONSHINDALCO, JINDAL OR ANY OTHER APPROVED BY

ARCHITECT/IFCI.

20 GLASSSAINT GOBIN,MODI GUARD,ASAHI OR ANY OTHER

APPROVED BY ARCHITECT/IFCI

21 BLOCK BOARD & PLY(IS: 710)ALISHAN, DURO, MAYUR (GOLD) OR ANY OTHER

APPROVED BY ARCHITECT/IFCI.

Note:- For any other item required to be incorporated in work , sample shall be got approvedfrom the IFCI/ Architect before actual procurement and commencement of that item of work.

LIST OF APPROVED MAKE OR BRANDS FOR ELECTRICAL WORKS

LT SWITCH BOARD PANEL : L&T/MDS/HAVELLS 11 KV CABLE TERMINATION : INCAB/CCI/RR CABLE

SWITCH FUSE/FUSE SWITCH UNITS :L&T/HAVELLS

11 KV (UE) 3 COREZLPE ARMORED CABLE : CCI/INCAB/RETCO

HRC FUSE : HAVELLS/L&T

RCCB/ELCB/MCCB : L&T/LEGRAND/HAVELLS

LIGHTS : PHILIPS,HAVELLS

CHANGE OVER SWITCH : L&T/LEGRAND/HAVELLS

1.1 KV GRADE PVCINSULATED COPPER WIRE : FINOLEX/HAVELLS

1.1 KV GRADE PVC : CCI/INCAB/RR CABLE/RETCOINSULATED ALUMINIUM CABLE

1.1 KV GRADE PVC INSULATED

TENDER DOCUMENT FOR THE FURNISHING WORK (INTERIOR DECORATION, ELECTRICAL,LAN,FIRE ALARM ,CIVIL& HVAC WORKS ETC IN COMPOSITE) OF REGIONAL OFFICE, IFCI Ltd. AT BHUBANESWAR

Page 43 of 44

16 ADHESIVEFEVICOL,VAMICOL,KTCOL,ARALDITE OR ANY OTHER

APPROVED BY ARCHITECT/IFCI.

17 LAMINATESUNMICA ,SONEAR,MERINO,OR ANY OTHER

APPROVED BY ARCHITECT/IFCI.

18 DECORATIVE VENEERSALISHAN,DURO,GREEN,CENTURY OR ANY OTHER

APPROVED BY ARCHITECT/IFCI.

19 ALUMINIUM SECTIONSHINDALCO, JINDAL OR ANY OTHER APPROVED BY

ARCHITECT/IFCI.

20 GLASSSAINT GOBIN,MODI GUARD,ASAHI OR ANY OTHER

APPROVED BY ARCHITECT/IFCI

21 BLOCK BOARD & PLY(IS: 710)ALISHAN, DURO, MAYUR (GOLD) OR ANY OTHER

APPROVED BY ARCHITECT/IFCI.

Note:- For any other item required to be incorporated in work , sample shall be got approvedfrom the IFCI/ Architect before actual procurement and commencement of that item of work.

LIST OF APPROVED MAKE OR BRANDS FOR ELECTRICAL WORKS

LT SWITCH BOARD PANEL : L&T/MDS/HAVELLS 11 KV CABLE TERMINATION : INCAB/CCI/RR CABLE

SWITCH FUSE/FUSE SWITCH UNITS :L&T/HAVELLS

11 KV (UE) 3 COREZLPE ARMORED CABLE : CCI/INCAB/RETCO

HRC FUSE : HAVELLS/L&T

RCCB/ELCB/MCCB : L&T/LEGRAND/HAVELLS

LIGHTS : PHILIPS,HAVELLS

CHANGE OVER SWITCH : L&T/LEGRAND/HAVELLS

1.1 KV GRADE PVCINSULATED COPPER WIRE : FINOLEX/HAVELLS

1.1 KV GRADE PVC : CCI/INCAB/RR CABLE/RETCOINSULATED ALUMINIUM CABLE

1.1 KV GRADE PVC INSULATED

TENDER DOCUMENT FOR THE FURNISHING WORK (INTERIOR DECORATION, ELECTRICAL,LAN,FIRE ALARM ,CIVIL& HVAC WORKS ETC IN COMPOSITE) OF REGIONAL OFFICE, IFCI Ltd. AT BHUBANESWAR

Page 44 of 44

ALUMINIUM WIRE &FLEXI CORD :INCAB/NICCO/RR CABLE.

MCB DISTRIBUTION BOARD :MDS/L&T/HAVELLS/LEGRAND

MCB/MCB TYPE ISOLATOR MDS/HAVELLS/LEGRAND

15/5 AMP MODULAR PLUG :L&T/CRABTREE/LEGRAND

15/5 AMP SWITCH SOCKET :L&T/CRABTREE/LEGRAND

CALL BELL/BUZZER : CONA/L.K FUGA

FITTINGS : PHILIPS/HAVELLS (LIGHTS),C.G (FAN)

CEILING ROSE : ANCHOR/CONA/LEGRAND

DATA CABLE AND I.O BOX : D-LINK

CC TV/SPEAKER/SMOKE DETECTOR : BOSCH/SONY/PHILIPS

TENDER DOCUMENT FOR THE FURNISHING WORK (INTERIOR DECORATION, ELECTRICAL,LAN,FIRE ALARM ,CIVIL& HVAC WORKS ETC IN COMPOSITE) OF REGIONAL OFFICE, IFCI Ltd. AT BHUBANESWAR

Page 44 of 44

ALUMINIUM WIRE &FLEXI CORD :INCAB/NICCO/RR CABLE.

MCB DISTRIBUTION BOARD :MDS/L&T/HAVELLS/LEGRAND

MCB/MCB TYPE ISOLATOR MDS/HAVELLS/LEGRAND

15/5 AMP MODULAR PLUG :L&T/CRABTREE/LEGRAND

15/5 AMP SWITCH SOCKET :L&T/CRABTREE/LEGRAND

CALL BELL/BUZZER : CONA/L.K FUGA

FITTINGS : PHILIPS/HAVELLS (LIGHTS),C.G (FAN)

CEILING ROSE : ANCHOR/CONA/LEGRAND

DATA CABLE AND I.O BOX : D-LINK

CC TV/SPEAKER/SMOKE DETECTOR : BOSCH/SONY/PHILIPS

TENDER DOCUMENT FOR THE FURNISHING WORK (INTERIOR DECORATION, ELECTRICAL,LAN,FIRE ALARM ,CIVIL& HVAC WORKS ETC IN COMPOSITE) OF REGIONAL OFFICE, IFCI Ltd. AT BHUBANESWAR

Page 44 of 44

ALUMINIUM WIRE &FLEXI CORD :INCAB/NICCO/RR CABLE.

MCB DISTRIBUTION BOARD :MDS/L&T/HAVELLS/LEGRAND

MCB/MCB TYPE ISOLATOR MDS/HAVELLS/LEGRAND

15/5 AMP MODULAR PLUG :L&T/CRABTREE/LEGRAND

15/5 AMP SWITCH SOCKET :L&T/CRABTREE/LEGRAND

CALL BELL/BUZZER : CONA/L.K FUGA

FITTINGS : PHILIPS/HAVELLS (LIGHTS),C.G (FAN)

CEILING ROSE : ANCHOR/CONA/LEGRAND

DATA CABLE AND I.O BOX : D-LINK

CC TV/SPEAKER/SMOKE DETECTOR : BOSCH/SONY/PHILIPS

8'0" WIDE PASSAGE

EX

ISTI

NG

TO

ILE

T

WASH AREA

PANTRY

INTERIOR LAYOUT

ADDRESS : S-3/736,NILADRIVIHAR,CHANDRASEKHARPUR, BHUBANESWAR - 21,MOBILE : 09937147719 ,E-MAIL : [email protected]

SCALE : 1"=8'0"

DWG. NO. - SNA/IFCI/01/15

DATE : 22.09.15

CE

O &

M.D

6'

MAIN ENTRY

5'-1"

4'-11"

6'-10"

4'-7"

4'-11"

2'-9"

11'

7'

2

'-

8

"

12'-3"

STO

RA

GE

9'-6"

OFF

ICE

R

T -3

RE

CE

PTION

OFF

ICE

R

T -1

OFF

ICE

R

T -2

BA

CK

STO

RA

GE

BA

CK

STO

RA

GE

BA

CK

STO

RA

GE

WAITING LOUNGE

3'-6"

10'

12'

11'

2'-8"

T -4

5'-8"

REGIONAL HEAD

CONFERENCE

4'-8"

BACK STORAGE

16'-10"

10' 6'-5"

11'

11'

STORE & RECORDS

SERVER

UPS & INVERTER

6'-8"

6'-10"

UTI

LITY

2'-5"

3'

8'3'

4'

SAFE

2'-6"

LOW HT PARTITION

FULL HEIGHT GLASS PARTITION

IFCI LIMITED

3'

3'-6"

4'-2"

6'-6"

3'2'-10" 3'-8"

6'

3'-11"

3'-2"

2'-10"

5'

5'

5'

5'

11'

LOW HT PARTITION

8'0" WIDE PASSAGE

EXISTING TOILET

WASH AREA

PANTRY

CEILING LAYOUT

ADDRESS : S-3/736,NILADRIVIHAR,CHANDRASEKHARPUR, BHUBANESWAR - 21,MOBILE : 09937147719 ,E-MAIL : [email protected]

SCALE : 1"=8'0"

DWG. NO. - SNA/IFCI/C.L/15

DATE : 22.09.15

CEO & M.D

MAIN ENTRY

RE

GIO

NA

L H

EA

D

CONFERENCE

4'-8"

6'-5"

11'

STORE & SAFE ROOM

SERVER

UPS & INVERTER

29'

22'-3"

6'-8"

6'-10"

3'

3'-2"

W

OO

DE

N C

EILIN

G

WIT

H T

RA

Y &

D

RO

P

LV

L# 8'6" F

RO

M F

FL.

FLEXIBLE LED STRIP

LIGHTS OF PHILIPS

FLEXIBLE LED STRIP

LIGHTS OF PHILIPS

7'

7'-1

1

3 4

"

8

1 2

"

7

7 8

"

W

OO

DE

N C

EILIN

G

WIT

H T

RA

Y &

D

RO

P

LV

L# 8'6" F

RO

M F

FL.

7'

7'-1

1

3 4

"

8

1

2

"

GYP BOARD CEILING

LVL # 9'0" FROM FFL.

IFCI LIMITED

WOODEN CEILING

WITH TRAY & DROP

LVL# 8'6" FROM FFL.

GYP BOARD CEILING

LVL # 9'0" FROM FFL.

WOODEN CEILING

WITH TRAY & DROP

LVL# 8'6" FROM FFL.

8'

4'

A/C GRILL/DIFFUSER

MODULAR METAL CEILING

LVL # 9'0" FROM FFL.

GYP BOARD CEILING

LVL # 9'0" FROM FFL.

A/C GRILL/DIFFUSER

RECESS MIRROR OPTICS

LED OF 2'0"X2'0" OF PHILIPS

A/C GRILL/DIFFUSER

RECESS MIRROR OPTICS

LED SPOT LIGHT OF PHILIPS

FLEXIBLE LED STRIP

LIGHTS OF PHILIPS

6'

24

'

APPD. RECESSED SPOTLIGHTDESCRIPTIONSYMBOL

ELECTRICAL LEGEND

APPD. BRACKET LIGHT

APPD. TRACK LIGHT

APPD. SURFACE MNTD. LIGHT

APPD. TABLE / PEDASTAL LAMP

APPROVED DUCTABLE A.C. SPLITUNIT- FOR TONNAGE REF. PLAN

4'-0" DIA. APPD. CEILING FAN

DB (DISTRIBUTION BOX)

1X36W SURFACE MNTD. TUBE

SWITCH BOARDSB-1

SB-2

SB-3

SB-4

SWITCH AT SKIRTING LVL=4" HIGHSWITCH AT 2'-0" F.F.LSWITCH AT 3'-0" F.F.L

SWITCH AT 4'-6" F.F.L

COMPUTER POINT

15 AMP. SOKET5/15 AMP. SOKET WITH SWITCH

TWO WAY SWITCHTELEPHONE POINTDATA POINT(I.O BOX)

UPS INPUT & OUTPUT

INVERTER

APPD. CEILING SUSP. LIGHTS

APPD. CALLING BELL

APPD. GATE LIGHT

PARKING CEILING LIGHT

ELECTRICAL LEGENDARCHITECT :

Soubhagya Nayak AssociatesADDRESS : S-3/736,NILADRIVIHAR,CHANDRASEKHARPUR, BHUBANESWAR - 21,MOBILE : 09937147719 ,E-MAIL : [email protected]: 00

DWG. NO. - SNA/IFCI/03/15

DATE :22.09.15

PROJECT :PROPOSED ELECTRICAL LAYOUTPLAN OF REGIONAL OFFICE FORIFCI LIMITED AT BHUBANESWAR

CLIENT :

IFCI LIMITED

KEY PADDESCRIPTIONSYMBOL

ELECTRICAL LEGEND

DOOR CONTACT

DIGITAL VIDEO RECORDER

MOTION DETECTOR

C.C TV

APPROVED DUCTABLE A.C. SPLITUNIT- FOR TONNAGE REF. PLAN

4'-0" DIA. APPD. CEILING FAN

DB (DISTRIBUTION BOX)

1X36W SURFACE MNTD. TUBE

SWITCH BOARDSB-1

SB-2

SB-3

SB-4

SWITCH AT SKIRTING LVL=4" HIGHSWITCH AT 2'-0" F.F.LSWITCH AT 3'-0" F.F.L

SWITCH AT 4'-6" F.F.L

COMPUTER POINT

15 AMP. SOKET5/15 AMP. SOKET WITH SWITCH

TWO WAY SWITCHTELEPHONE POINTDATA POINT(I.O BOX)

UPS INPUT & OUTPUTGEYSER OF APPD. CAPACITY

APPD. CEILING SUSP. LIGHTS

AND MAKE

APPD. CALLING BELL

APPD. GATE LIGHT

PARKING CEILING LIGHT

ELECTRICAL LEGENDARCHITECT :

Soubhagya Nayak AssociatesADDRESS : S-3/736,NILADRIVIHAR,CHANDRASEKHARPUR, BHUBANESWAR - 21,MOBILE : 09937147719 ,E-MAIL : [email protected]: 00

DWG. NO. - SNA/IFCI/03/15

DATE :22.09.15

PROJECT :PROPOSED ELECTRICAL LAYOUTPLAN OF REGIONAL OFFICE FORIFCI LIMITED AT BHUBANESWAR

CLIENT :

IFCI LIMITED

MD

DVR

DC

K.P

KEY PADDESCRIPTIONSYMBOL

ELECTRICAL LEGEND

VOLUME CONTROL SWITCH

MANUAL CALL POINT

RESPONSE INDICATOR

HEAT DETECTOR

SMOKE DETECTOR

CEILING MOUNTED SPEAKER

FIRE HOOTER

SWITCH BOARDSB-1

SB-2

SB-3

SB-4

SWITCH AT SKIRTING LVL=4" HIGHSWITCH AT 2'-0" F.F.LSWITCH AT 3'-0" F.F.L

SWITCH AT 4'-6" F.F.L

COMPUTER POINT

15 AMP. SOKET5/15 AMP. SOKET WITH SWITCH

TWO WAY SWITCHTELEPHONE POINTDATA POINT(I.O BOX)

UPS INPUT & OUTPUTGEYSER OF APPD. CAPACITY

APPD. CEILING SUSP. LIGHTS

AND MAKE

APPD. CALLING BELL

APPD. GATE LIGHT

PARKING CEILING LIGHT

ELECTRICAL LEGENDARCHITECT :

Soubhagya Nayak AssociatesADDRESS : S-3/736,NILADRIVIHAR,CHANDRASEKHARPUR, BHUBANESWAR - 21,MOBILE : 09937147719 ,E-MAIL : [email protected]: 00

DWG. NO. - SNA/IFCI/03/15

DATE :22.09.15

PROJECT :PROPOSED ELECTRICAL LAYOUTPLAN OF REGIONAL OFFICE FORIFCI LIMITED AT BHUBANESWAR

CLIENT :

IFCI LIMITED

K.P

HD

SD

SP

F.H

RI

FACP FIRE PANEL

MCP

VOLUME CONTROL

FINANCIAL BID

Name of Work: TENDER FOR FURNISHING WORK (INTERIOR DECORATION,ELECTRICAL,LAN,FIREALARM,CIVIL,HVAC WORK IN COMPOSITE OF REGIONAL OFFICE FOR IFCI LIMITED ATBHUBANESWAR.

Bill of Quantities-1 (BOQ-1): “ABSTRACT”

S. No.DESCRIPTION AMOUNT (Rs.)

1. BOQ-2 : INTERIOR DECORATION AND FURNISHING WORK

2. BOQ-3 : CIVIL AND FURNITURE WORK

3. BOQ-4: ELECTRICAL/LAN/PA SYSTEM/CCTV/FIREALARM/UPS/HVAC/INVERTER WITH BATTERIESETC.

TOTAL AMOUNT( in Figure):

Rs. In Words:

Signature of Bidder

Company Seal:

Place:

Date:

FINANCIAL BID

Name of Work: TENDER FOR FURNISHING WORK (INTERIOR DECORATION,ELECTRICAL,LAN,FIREALARM,CIVIL,HVAC WORK IN COMPOSITE OF REGIONAL OFFICE FOR IFCI LIMITED ATBHUBANESWAR.

Bill of Quantities-1 (BOQ-1): “ABSTRACT”

S. No.DESCRIPTION AMOUNT (Rs.)

1. BOQ-2 : INTERIOR DECORATION AND FURNISHING WORK

2. BOQ-3 : CIVIL AND FURNITURE WORK

3. BOQ-4: ELECTRICAL/LAN/PA SYSTEM/CCTV/FIREALARM/UPS/HVAC/INVERTER WITH BATTERIESETC.

TOTAL AMOUNT( in Figure):

Rs. In Words:

Signature of Bidder

Company Seal:

Place:

Date:

FINANCIAL BID

Name of Work: TENDER FOR FURNISHING WORK (INTERIOR DECORATION,ELECTRICAL,LAN,FIREALARM,CIVIL,HVAC WORK IN COMPOSITE OF REGIONAL OFFICE FOR IFCI LIMITED ATBHUBANESWAR.

Bill of Quantities-1 (BOQ-1): “ABSTRACT”

S. No.DESCRIPTION AMOUNT (Rs.)

1. BOQ-2 : INTERIOR DECORATION AND FURNISHING WORK

2. BOQ-3 : CIVIL AND FURNITURE WORK

3. BOQ-4: ELECTRICAL/LAN/PA SYSTEM/CCTV/FIREALARM/UPS/HVAC/INVERTER WITH BATTERIESETC.

TOTAL AMOUNT( in Figure):

Rs. In Words:

Signature of Bidder

Company Seal:

Place:

Date:

Sl.No. Particulars UnitQuantity Unit Rate

( in Rs.) Incl.all Taxes.

Amount( in Rs.)

1A Semi Glazed Full Height Partition (With Laminate)Providing and fixing in position partly glazed full HeightPartition work as per drawing ,in frame work at 2’x2’ grind(horizontally and vertically) comprising of 2”x1” Almuniumsection of heavy gage as per frame work shown in the drawingswith 6 mm plywood on both sides finished with 1.5 mm thicklaminates of approved shade and colour as shown in drawings.Item to include 12 mm thick glass with etching and frosting asper design and 2”x2”T.W. member for door sides and glasssides and T.W. door frame to take10 mm thick glass withetching and frosting. All exposed T.W. surfaces to be finishedin melamine polish of matching laminate colour as directedincluding all necessary Stainless Steel finish fittings/hardware,wood preservative paint etc. as per list of approved material andas approved by the Project Consultant/Bank complete in allrespects.(Note : In case of false ceiling, the vertical members tobe fixed with pucca ceiling but the area of partition payable willbe below the false ceiling only)

SFT 315.00

1B Solid Partition (One side Laminate One side Veneer )

FOR IFCI LIMITED AT BHAWANI MALL ,SAHEED NAGAR,BHUBANESWARBILL OF QUANTITIES-2 (BOQ-2) FOR INTERIOR DECORATION AND FURNISHING OF REGIONAL OFFICE

1B Solid Partition (One side Laminate One side Veneer )Specification same as 1(A) SFT 300.00

1C Low Height Partition (With Both Side Veneer)Specification same as 1(A), up to 1500 mm Height SFT 75.00

1D Fully Glazed Partition  (With Toughened Glass)Providing , fitting & fixing 12 mm thick toughened glasspartition with chemically eaching and frosting as per design.thepartiton will be supported with S.S patch panel fittings (ApexMake) as per drawing and design. The exposed edge of theglass partition should be polished to super quality. The workshould be completed as per direction of architect including costof all labour & material

SFT 230.00

1E Semi Glazed Full Height Partition (Veneer)Specification same as 1(A), The framing shall be finished with6mm thick plywood on both side and the board skin to befinished with 4.0 mm thk approved veneer with melaminepolish including 12 mm thk toughened Glass in etching &frosting with T.W beading all throughout the exposed edgesincluding fixing the glas with studs,grooves,melamine polish tothe mouldings .(Notes # Basic cost of veneer Rs.120/SQ.FT.)

SFT 550.00

2A Doors (Semi Glazed)

Sl.No. Particulars UnitQuantity Unit Rate

( in Rs.) Incl.all Taxes.

Amount( in Rs.)

FOR IFCI LIMITED AT BHAWANI MALL ,SAHEED NAGAR,BHUBANESWARBILL OF QUANTITIES-2 (BOQ-2) FOR INTERIOR DECORATION AND FURNISHING OF REGIONAL OFFICE

Providing and fixing party glazed doors of sizes as shown inthe drawing.The door shutter door shutter shall of 32 mm thickflush shutter of approved make and finished with 4.0 mm thickVeneer (Basic cost Rs.120/SQ.FT) on both sides finished inmelamine polish as per architects direction..The shutter willhave partly glazed 12mm thick Frosted toughened glass, sidebeveled ,with vision panel, high polished with bodyetching/LOGO .The rates are inclusive of approved patchfitting locking system,1 pair of 18" long S.S Handles ofapproved make,heavy duty Floor spring,Door closure,Deadlock,top pivot,top patch fittings,bottom patch fittings,cornerlock with strike plate and euro profile cilinder and all labour,materials, taxes, leads & lift to the place of work executed tothe satisfaction of the Architect./IFCI.

SFT 150.00

2B Flush Doors (Fully Solid)Specification same as 2A ,but with Laminate finish. SFT 40.00

2C Main Entrance Door (With Toughened Glass)Providing and fixing fully glazed Aluminium (heavy duty 14gauge)Doors at the Main Entrance with 6"x2" sections for top& bottom rails, 2"x2" for vertical styles.12mm thk toughenedglass with frosting and etching/LOGO shall be fixed in theframing.Rate shall include pad lock,heavy duty floor spring (2nos),18"long S.S Handles (2 nos),gaskets,top and bottom patchfitting locking systems of approved make.

SFT 90.00Providing and fixing fully glazed Aluminium (heavy duty 14gauge)Doors at the Main Entrance with 6"x2" sections for top& bottom rails, 2"x2" for vertical styles.12mm thk toughenedglass with frosting and etching/LOGO shall be fixed in theframing.Rate shall include pad lock,heavy duty floor spring (2nos),18"long S.S Handles (2 nos),gaskets,top and bottom patchfitting locking systems of approved make.

SFT 90.00

3 Name Plates Wooden (Personal)Supplying and fixing name plates using S.S finish with blue &light blue letters and border of approved size.

NOS 8.00

4 Cylindrical Type S.S Dustbin & Flower PotProviding cylindrical type S.S dustbin and S.S flower pot ofsize 1'0" dia and 18" height.

NOS 10.00

5 Gyp Board False Ceiling (With Tray & Drop)False Ceiling (Gypsum Board) Providing & fixing in positionfalse ceiling in Gypboard 12 mm thick (with 3" cornice) forhorizontals & Verticals fixed over G.I. frame workas specifiedby India Gupsm Co. Ltd. including trap doors for A.C. Unit in18mm thick M. R. Grade Plywood with Stainless Steel hinges& locks withmoulding 1” x 1” for edges including finishingwith White Plastic EmulsionPaint etc. complete in allrespects.(Note :- Only the plan area will be measured forpayment. No extra payment will be made for cutouts,grooves,mouldings etc.)

SFT 700.00

6 Modular Metal Ceiling

Sl.No. Particulars UnitQuantity Unit Rate

( in Rs.) Incl.all Taxes.

Amount( in Rs.)

FOR IFCI LIMITED AT BHAWANI MALL ,SAHEED NAGAR,BHUBANESWARBILL OF QUANTITIES-2 (BOQ-2) FOR INTERIOR DECORATION AND FURNISHING OF REGIONAL OFFICE

Providing & fixing in position false ceiling in G.I Tiles metalsheet of Armstrong 600 x 600 mm x 15/16 mm Dune SupremeRH 95 Prima tile with sheihard gride Tegularedge frameworkas specified by Armstrong Co. with suspenderswhereverrequired. Making necessary framework for A. C.ducting, if any, andnecessary cutouts for diffusers and lightfittings, taping and finishing toproper line & level, includingmaking grooves and trap doors for A. C. unit G.I Section withStainless Steel hinges & locks withmoulding 1” x 1” for edgesincluding finishing with White Plastic EmulsionPaint etc.complete in all respects.(Note :- Only the plan area willbemeasured for payment. No extra payment will be made forcutouts, grooves,mouldings etc.)

SFT 100.00

7 False Ceiling (With Ply & Laminate)Providing & fixing in position false ceiling of 9 mm Ply andfinished in 1.5 mm thick laminate of approved design formwork ,fixed by using 25 mm long dry wall server and to theunderside suspended G.I Channelsgrid comprising of suitablesize as per site condition and as per manufacturesspecification.Grid is suspended by G.I soffet cleat(37X27X1.6MM),using metal expansion fasteners of 12mm dia,35mm deepand connecting clipsand other accessories.(Note :- Only theplan area will be measured for payment. No extra payment willbe made for cutouts, grooves,grills of specified sizes etc.).rateshall includes required finishing and pollishing without anycracks.

SFT 400.00Providing & fixing in position false ceiling of 9 mm Ply andfinished in 1.5 mm thick laminate of approved design formwork ,fixed by using 25 mm long dry wall server and to theunderside suspended G.I Channelsgrid comprising of suitablesize as per site condition and as per manufacturesspecification.Grid is suspended by G.I soffet cleat(37X27X1.6MM),using metal expansion fasteners of 12mm dia,35mm deepand connecting clipsand other accessories.(Note :- Only theplan area will be measured for payment. No extra payment willbe made for cutouts, grooves,grills of specified sizes etc.).rateshall includes required finishing and pollishing without anycracks.

SFT 400.00

8 Chief Executive Officer's Table (6'6"X3'0"X2'6")Providing and fixing of counter table of size 6'6"x3'-0"x 2'-6",with a side credenza of size 3'10"X1'4"X2'6" and a frontdrawer unit consisting 3 Nos of drawer units slides ontelescopic slider made up of 19 mm th.ply with lockingarrangement. The exposed edge surfaces are to be finished with4.0 mm thick Veneer as per design of approved shade and theinner surface finished with 0.8 mm thick Laminate of approvedshade.cablemanager are to be fixed as per drawing and design.The work shall be completed with all labour and material as perdrawing and design including all the hardware required.

NOS 1.00

9 Regional Head's Table (6'6"X3'0"X2'6")Providing and fixing of counter table of size 6'6"x3'-0"x 2'-6",with a side credenza of size 3'6"X1'4"X2'6" and a front drawerunit consisting 3 Nos of drawer units slides on telescopic slidermade up of 19 mm th.ply with locking arrangement. Theexposed edge surfaces are to be finished with 4.0 mm thickVeneer as per design of approved shade and the inner surfacefinished with 0.8 mm thick Laminate of approvedshade.cablemanager are to be fixed as per drawing and design.The work shall be completed with all labour and material as perdrawing and design including all the hardware required.

NOS 1.00

10 Reception Counter

Sl.No. Particulars UnitQuantity Unit Rate

( in Rs.) Incl.all Taxes.

Amount( in Rs.)

FOR IFCI LIMITED AT BHAWANI MALL ,SAHEED NAGAR,BHUBANESWARBILL OF QUANTITIES-2 (BOQ-2) FOR INTERIOR DECORATION AND FURNISHING OF REGIONAL OFFICE

Providing and fixing in position Reception counter table madeout of 19 mm BWR BB for front , top and sides finished with4.0 mm thk. Veneer . Table will have two drawers made out of19 mm thk. BWR BB ,4.0 mm Veneer for front,12 mm BWRply for both sides and 6 mm ply for base and shutter fabricatedout of 19 mm BWR BB ,4.0mm thk. Veneer. Drawer shouldrun on Sliding channel.All inside area to be finished with 0.8mm laminate.All exposed edges to be finished with whitebeach/white ceader moulding/lipping(as per design)with naturalpolish.Wire manager (approved colour),Readymade legrest,black powder coated readymade Key board tray to beprovided.The drawer & shutters to be provided with 4" s/sfinish handle,godrej multipurpose lock,auto closing hingesetc.Table will have 12mm thk. bevelled glass and 18mm thk.jetblack granite for top.19 mm BWR b/b finished with 1.0 mmthk.bruss steel laminate to be provided as shown indrawing.Table front will have some rasied portition finishedwith 1.0mm thk approved colour laminate as per drawings andArchitects instruction.

NOS 1.00

Providing and fixing in position Reception counter table madeout of 19 mm BWR BB for front , top and sides finished with4.0 mm thk. Veneer . Table will have two drawers made out of19 mm thk. BWR BB ,4.0 mm Veneer for front,12 mm BWRply for both sides and 6 mm ply for base and shutter fabricatedout of 19 mm BWR BB ,4.0mm thk. Veneer. Drawer shouldrun on Sliding channel.All inside area to be finished with 0.8mm laminate.All exposed edges to be finished with whitebeach/white ceader moulding/lipping(as per design)with naturalpolish.Wire manager (approved colour),Readymade legrest,black powder coated readymade Key board tray to beprovided.The drawer & shutters to be provided with 4" s/sfinish handle,godrej multipurpose lock,auto closing hingesetc.Table will have 12mm thk. bevelled glass and 18mm thk.jetblack granite for top.19 mm BWR b/b finished with 1.0 mmthk.bruss steel laminate to be provided as shown indrawing.Table front will have some rasied portition finishedwith 1.0mm thk approved colour laminate as per drawings andArchitects instruction.

NOS 1.00

As per specification,design and approval of the Architects.

11 Officer's Table (5'0"X2'6"X2'6")Providing and fixing of counter table of size 5'0"x2'6"x 2'-6",with a side credenza of size 3'0"X1'4"X2'6" and a front drawerunit consisting 3 Nos of drawer units slides on telescopic slidermade up of 19 mm th.ply with locking arrangement. Theexposed edge surfaces are to be finished with 4.0 mm thickVeneer as per design of approved shade and the inner surfacefinished with 0.8 mm thick Laminate of approvedshade.cablemanager are to be fixed as per drawing and design.The work shall be completed with all labour and material as perdrawing and design .

NOS 3.00

12 Running Table For Server .Providing and fixing of running counter table made up of 19mm thick ply with drawer unit consisting 3 No’s of drawerunits slides on telescopic slider made up of with lockingarrangement. The exposed edge surfaces are to be finished with1.0 mm thick laminates as per design of approved shade and theinner surface to be finished with 0.8 mm thick laminate ofapproved shade .The work is to be completed with all labourand material including all the hardware required.

RFT 6.00

13 Conference Room Table (8'0"X4'0"X2'4")

Sl.No. Particulars UnitQuantity Unit Rate

( in Rs.) Incl.all Taxes.

Amount( in Rs.)

FOR IFCI LIMITED AT BHAWANI MALL ,SAHEED NAGAR,BHUBANESWARBILL OF QUANTITIES-2 (BOQ-2) FOR INTERIOR DECORATION AND FURNISHING OF REGIONAL OFFICE

Providing and fixing a table of over all size of top asmentioned above.It shall consist of 19 mm thick BWP Gradeply top as per design (double edge on outer edge with 37mmX10 mm) thick moulding with teak wood on the edgessupported on three boxes of size24"X6" made of 19 mm thickply inter connected with boxing 4"X6" as approved by theArchitect.All external surfaces to be finished with 4.0 mm thickVeneer(Baci of approved shade finished with melaminepolishup to the satisfaction of Architect/IFCI.

NOS 1.00

14 Low Height & Full Height Storage ( With Veneer )Providing and fixing of low height storage cabinate having 450mm. depth made from 19 mm thick ply all side finished with4.0 mm thick Veneer on the exterior shall be finished withnatural melamine polish as per design of approved colour andthe inner surface is finished with 0.8mm thk Laminate ofapproved colour. The work shall be completed with allnecessary hardwares i.e, S.S Handles,brass locks,wall catchesetc,labour and materials etc. (Notes # Basic cost of veneerRs.120/SQ.FT)

SFT 400.00

15 Key Board Tray15 Key Board TrayProviding & supplying metal keyboard tray without Mousepadmanufacture by M/S Godrej/EBCO.The Keyboard is pullouttype, fixed to channels and screwed to below table top.

NOS 7.00

16 CPU TrollyProviding & supplying metal CPU trolly manufactured by M/SGodrej/EBCO attached with 4 wheels for holding CPU andsmooth movement.

NOS 7.00

17 Wall Panelling (With Laminate)Encasing to columns , Banking hall etc where ever shown indrawings by fixing 6 mm thick BWP 701 Grade Ply(Alishan,Duro,Mayur) to the frames made out of Heavy dutyAluminium Box sections 50mmX25mm@600mm c/c,bothways horizontally and vertically on the wall by means ofnailing or screwing over with 1 mm thick laminate of approvedshade fixed by means of adhesive having grooves & necessarywhite beach beading as directed by the Architect finished withwooden moulding,skirting & Lipping etc. . At places nichesshall be created to accommodate 12 mm tk soft board & fabricof approved quality fixed with necessary frame work of wood .Nitches shall be leaped with WB wood which is also melaminepolished. The cost includes all the materials, labour,transportation taxes etc., complete for the work.

SFT 165.00

18 Wall Panelling (With A.C.P)

Sl.No. Particulars UnitQuantity Unit Rate

( in Rs.) Incl.all Taxes.

Amount( in Rs.)

FOR IFCI LIMITED AT BHAWANI MALL ,SAHEED NAGAR,BHUBANESWARBILL OF QUANTITIES-2 (BOQ-2) FOR INTERIOR DECORATION AND FURNISHING OF REGIONAL OFFICE

Providing & Fixing in position aluminum composite panel(ACP) with framing of aluminium tube sections of min 1.5"-1"and 20 gauge 2'-0" C/C both ways. ACP to be in 2' widthpanels or distributed equally.Panel to be fixed to the frame with3M or equivalent adhesive.Joint to be finished with siliconbased sealant. ACP thickness of 3mm minimun.Aluminium foilthickness to be Min 0.20MM bothsides.ALUBOND,EUROBOND,or equivalent ISO certified orapproved brands to be used.

NOS 275.00

19 Wall Panelling (With Veneer)Providing and fixing framing on wall with 12 mm thick BWP701 Grade Ply (Alishan,Duro,Sylvan) to the frames made out ofHeavy duty Aluminium Box sections 50mmX25mm@600mmc/c,both ways horizontally and vertically on the wall by meansof nailing or screwing over finished with 4.0 mm thickVENEER shall be finished with natural melamine polish ofminium 2 coats to have desired matt melamine finish whereever specified by the Architect,finished with woodenmouldings,skirtings and Lippings etc,as per the direction ofArchitect.The shade of Veneer and polishing finish to be gotapproved from Architect.Measurement of Wall panelling shallbe limited upto 6" above false ceiling and no separate paymentshall be made for the work above 6" .(Notes # Basic cost ofVeneer Rs.120.00/SQ.FT)

SFT 575.00Providing and fixing framing on wall with 12 mm thick BWP701 Grade Ply (Alishan,Duro,Sylvan) to the frames made out ofHeavy duty Aluminium Box sections 50mmX25mm@600mmc/c,both ways horizontally and vertically on the wall by meansof nailing or screwing over finished with 4.0 mm thickVENEER shall be finished with natural melamine polish ofminium 2 coats to have desired matt melamine finish whereever specified by the Architect,finished with woodenmouldings,skirtings and Lippings etc,as per the direction ofArchitect.The shade of Veneer and polishing finish to be gotapproved from Architect.Measurement of Wall panelling shallbe limited upto 6" above false ceiling and no separate paymentshall be made for the work above 6" .(Notes # Basic cost ofVeneer Rs.120.00/SQ.FT)

SFT 575.00

20 Pantry Platform in Black Galaxy (With Sink & Cock)Providing and Laying platform of 2'0" width and 2'8"height(Top) above FFL of approved 20 mm thk granite withbull nose edges,supported on a 25 mm thk wooden top.rateshall be inclusive of making cutouts and polishing the edgesfor18"x18" s.s nirali sink without drain board (medium).Aflexible pipe from sink to the nahni trap shall be provided.rateshall be one jaquar continental C.P SWAN NECK TAP withswinging casted.

RFT 6.00

21 Shutters Below Granite Counters In PantryProviding & fixing 19 mm thick BWR ply shutters with plyframe,skirting gap shall be maintained,division of shutters shallbe made equally.shutters shall be hinged to the framework &finished with 1.0 mm thk laminate of approved shade fromoutside including other fittings complete

SFT 16.00

22 Vertical BlindsProviding & Fixing 100 mm wide vertical blinds with propermechanism of open and close of approved fabric,colour,shadeand design of approved make complete as per drawing anddirection of Architect (Basic cost # Rs.100/sq.ft),non metallic(fabric) vertical blinds of Mac/Viesta/Arroflex make complete.

SFT 100.00

23 Wall Plastic Paint.

Sl.No. Particulars UnitQuantity Unit Rate

( in Rs.) Incl.all Taxes.

Amount( in Rs.)

FOR IFCI LIMITED AT BHAWANI MALL ,SAHEED NAGAR,BHUBANESWARBILL OF QUANTITIES-2 (BOQ-2) FOR INTERIOR DECORATION AND FURNISHING OF REGIONAL OFFICE

Providing & applying 2 coats of plastic emulsion paint ofroyale ICI dulux & approved shade on wall, columns, beams,ceiling, etc. of back office hall including locker room, includingpreparation of surface, sand papering the intermediate coats,including cost of all materials, labour, conveyance,taxes,royalties, scaffolding, watering, curing, sundries, T&P, etc., asper direction of Engineer-in-charge.

SFT 550.00

24 Wall Putty Work (With P.O.P Punning)Providing and applying wall puttyputty work punning in orderto make the total plastered wall surface perfectly leveled ,including cost of all materials,labour, conveyance, taxes,royalties, scaffolding, watering, curing, sundries,T&P, etc., asper direction of Architect/IFCI.

SFT 550.00

25 Wooden SkirtingProviding and fixing 4" wide skirting of beechwood/mahogany/Teak of 1/2" thick finished with melaminepolish of approved shade and matching wooden lipping ontop/bottom as directed by Architect/IFCI.

RFT 145.00

26 Granite Frames To Toilet/Pantry Doors/Main EntryProviding and fixing 3/4" thk granite for door frames in verticaljambs and soffit with outer part of 4" width and inner part of 2"width fixed on walls with a difference of 1/2" for doorshutter,including machine polish on exposed edges androunding of corners,necessary backing material,and joint fillingof same shade of granite.

RFT 85.00Providing and fixing 3/4" thk granite for door frames in verticaljambs and soffit with outer part of 4" width and inner part of 2"width fixed on walls with a difference of 1/2" for doorshutter,including machine polish on exposed edges androunding of corners,necessary backing material,and joint fillingof same shade of granite.

RFT 85.00

27 R.O Water PurifierSupply and Installation of Electric R.O Water Purifier ofapproved make of KENT/AQUAGUARD,8LTR capacityincluding plumbing work,material and labour etc complete.

NOS 1.00

28 Rolling Shutter Boxing (With Laminate)Providing & fixing 3/4" marine ply boxing for existing rollingshutter.Necessary arrangement shall be provided for trap doorfor smooth operation of shutters and rest is closed with mirrorscrews.the shutter shall be finished with approved 1.5 mmthick laminate on all exposed sides,enamel paint internally andthe rates shall be inclusive of all fittings lke hinges,ballcatches,tower bolt (Ebco make) etc

SFT 200.00

29 Low Height & Full Height Storage ( With Laminate )

Providing and fixing of low height storage cabinate having 450mm. depth and finished with 1.0 mm th.laminates as per designof approved shadea and the inner surface is finished with 0.8mm thk Laminate of approved shade. The surfaces are to befinished with as per design The work should be completedaccording to drawing and design including all labour andmaterials. made out of 19 mm th. block board.

SFT 100.00

30 Plumbing & Sanitary WorkA Providing and fixing EWC of Hindware with all accessories

like toilet seats and cistern with all necessary inner fittings andthe interconnection all complete.

NOS 1.00

Sl.No. Particulars UnitQuantity Unit Rate

( in Rs.) Incl.all Taxes.

Amount( in Rs.)

FOR IFCI LIMITED AT BHAWANI MALL ,SAHEED NAGAR,BHUBANESWARBILL OF QUANTITIES-2 (BOQ-2) FOR INTERIOR DECORATION AND FURNISHING OF REGIONAL OFFICE

B Providing and fixing Wash basin (Hindware) of 450 x 450 withall internal fittings etc , chain plug and padestal colour white allcomplete.

NOS 1.00

C Providing and fixing angular stop cock ESSCO S.S. finish NOS 2.00D Providing and fixing Bib cock ESSCO S.S. Finish NOS 2.00E Providing and fixing Pillar cock ESSCO S.S. finish NOS 2.00F Providing and fixing floor trap and bottle trap NOS 2.00G Providing and fixing Soap dispenser NOS 2.00H Providing and fixing Towel ring/Towel Rod NOS 2.00I MIRROR FOR TOILET SIZE 2' -0" x 3-'0"

Providing and fixing mirrior in toilets made out of 6mm thk.Machine polish glass all over edges mounted over 1/2" thk.Marine ply. The mirror shall be fixed with 1" dia s.s stud.Thework to be completed in all respect as per design,direction andapproval of the Architect.

SFT 12.00

J Jet spray with flex tube/hook,health faucet. NOS 2.00K Twin peg coat hook NOS 2.00L Napkin Ring NOS 2.00

All necessary G.I and C.I pipe lines for Pantry and allinterconnecting water lines, waste pipe including bends ,elbows what ever necessary to complete the job . Thecontractor has to inspect the spectic tank and do the necessaryrepair if needed.

JOB 1.00All necessary G.I and C.I pipe lines for Pantry and allinterconnecting water lines, waste pipe including bends ,elbows what ever necessary to complete the job . Thecontractor has to inspect the spectic tank and do the necessaryrepair if needed.

JOB 1.00

M Providing and fixing Flatback Urinal of Johnson make. NOS 1.00N Providing and fixing 19 mm thick black granite machine polish

Urinal dividerSFT 10.00

31 Panelling With Wooden StripsProviding and fixing of wall panelling made withMahogany/Maple wooden fluted strips as per the design andgiven a natural mleamine matt finish of approved shade.Thesize of each strip is 6"x6'0" shall be fixed horizontally with agroove of 6mm,finished with wooden grouts of approvedcolour.the rates includes labour,materials and polishing etccomplete and upto the satisfaction of the Architect/IFCI.

NOS 150.00

TOTAL

Sl.No. Particulars Unit Quantity

Unit Rate( in Rs.)Incl. allTaxes

Amount( in Rs.)

1A Vitrified Tile Flooring (Repair and Refitting)Providing and Fixing 600mmX600mm polished/un-polishedPremium Quality vitrified ties in pattern of approvedmake/design in hall and other specified areas on existingTerrszo/Kota flooring/Tiles including 4" skirting to masonarywalls and columns,laid with tile adhesive as per manufacturersrecommendations.The work includes cleaning/levelling andremoval of grading ,where ever necessary and dismantaling ofold terrazo skirting and providing joints of 3mm thick usingcompany made spacer and then filled with approved adhesivelike Laticrete/Epoxy grouts of approved colour including cost ofmaterial,labour etc. NOTES # The finished work shall not soundhollow,when tapped with woolen mallet,After cleaning the floorshall be covered with oil free dry sawdust and should beremoved only after completion of total renovation work.(BasicRate of the Tile # 54/- SFT).The work to be complete up to thesatisfaction of the Architect/IFCI.

SFT 45.00

2A Repairs/Modification(Existing Aluminium Windows)

Making necessary modification as suggested by theArchitect/IFCI in the existing two track aluminium slidingpowder coated / anodised window opening-reducing/increasingthe sizes,addition/alteration in window shutter etc.The Frameshould be 2" x 1 1/2" wide sections with tracks on all the sides& drain tray system for the bottom frame. The shutters shouldbe of suitable 2" x 1" sections for top & bottom member & 15/8" x 1" for vertical with 6 mm. Thk. Modiguard make clearfloat glass and imported beading shall be used. in addition 2coats of anti rust paint/powder coating to be provide to theexisting window shutters

JOB 1.00

FOR IFCI LIMITED AT BHAWANI MALL,SAHEED NAGAR,BHUBANESWAR

BILL OF QUANTITIES-3 (BOQ-3) FOR CIVIL AND FURNITURE WORK OF REGIONAL OFFICE

Making necessary modification as suggested by theArchitect/IFCI in the existing two track aluminium slidingpowder coated / anodised window opening-reducing/increasingthe sizes,addition/alteration in window shutter etc.The Frameshould be 2" x 1 1/2" wide sections with tracks on all the sides& drain tray system for the bottom frame. The shutters shouldbe of suitable 2" x 1" sections for top & bottom member & 15/8" x 1" for vertical with 6 mm. Thk. Modiguard make clearfloat glass and imported beading shall be used. in addition 2coats of anti rust paint/powder coating to be provide to theexisting window shutters

JOB 1.00

2B Utility Counter (2'0" top wide counter with storage)Providing and laying Utility counter using 25 mm thick BWRGrade ply Top,sides and back with storage units below thecounter (450 mm depth).19 mm thick ply shutter with box typeself closing higes of approved make and steam beach lippingfinished with melamine polish.All external surface to befinished with 1.00 mm thick laminate of approvedshade.Division of shutters shall be made equally according tothe length of the storage unit.A 19 mm thick coom ply shelf onbattens shall be provided in the middle.suitable steam beachmoulding with melamine polish shall be provided to the edge ofthe counter top.

RFT 3.00

The rate shall be inclusive of labour,material and fittings etc.

2C Banks Signage At Main Entry

Sl.No. Particulars Unit Quantity

Unit Rate( in Rs.)Incl. allTaxes

Amount( in Rs.)

Providing and fixing Digital type Internal signage of size(2'0"x12'0") with acrylic sheet,on both sides of the MainEntrance including the logo of IFCI LIMITED in exposingDigital Letter of approved size including lighting with LEDstrips/LED Tube ,with necessary aluminium boxing ,26 gaugeG.I Sheet at the back with LDR based timer of kakatia energysystem or G.E/L&T make.The rate includes the cost ofmaterial,labourcharges and fixing etc.

SFT 50.00

2D Banks Signage On Exterior FaçadeProviding and fixing 30'0"X3'6" acrylic sheet of 12mm thickwith stickered letters and its colour as per the drawing for fixingsinage of IFCI LIMITED in exposing Digital Letter withnecessary aluminium boxing and framing and fixing on to theglazed outer wall and fixing 3 bracket lights make on to theboard with electrical wiring provision on the building.the ratesincludes the cost of materials,labour charges and fixing etccomplete with LDR based Timer of Kakatia energy system orLG/L&T make.

SFT 105.00

3 Stone Cladding On WallWith first class quality rough stone finish Tiles fixed usingapproved quality glue with all labour,material etc complete

SFT 50.00

4 Softscape ElementsProviding rectangular Landscape boxes of size in Main Entrancearea ,in pot shaped boxing and finishing using 1.0mm thickstainless steel finish mica of ISI Grade and edges finished inhardwood reapers all around and filling a height of 8" width,filling with white pebbles of 1/2" to3/4" size and inserting 4 nosindoor plants and green creepers.The size of plywood boxinghas to be 6'0"X1'6" and height 1'6" using 19 mm marine plyboxing.The rate shall include materials,labour,fiitting and fixingetc complete and as per the direction of the Architect/IFCI.

NOS 2.00Providing rectangular Landscape boxes of size in Main Entrancearea ,in pot shaped boxing and finishing using 1.0mm thickstainless steel finish mica of ISI Grade and edges finished inhardwood reapers all around and filling a height of 8" width,filling with white pebbles of 1/2" to3/4" size and inserting 4 nosindoor plants and green creepers.The size of plywood boxinghas to be 6'0"X1'6" and height 1'6" using 19 mm marine plyboxing.The rate shall include materials,labour,fiitting and fixingetc complete and as per the direction of the Architect/IFCI.

NOS 2.00

5 Executive Sofa3 Seater Sofa for Regional Head,CEO & MD with artificialwhote texture Leather Finish of approved make and colour andas per the direction of the Architect/IFCI.

NOS 2.00

6 Visitors Sofa3 Seater sofa with leather finish in the Lounge area NOS 1.00

7Providing and fixing two track aluminium sliding powdercoated / anodised window. The Frame should be 2" x 1 1/2"wide sections with tracks on all the sides & drain tray system forthe bottom frame. The shutters should be of suitable 2" x 1"sections for top & bottom member & 1 5/8" x 1" for verticalwith 6 mm. Thk. Modiguard make clear float glass and importedbeading shall be used. The tracks will be fixed on 2" x 1"aluminium pipe frame. - (Heavy Duty 2" thick frames (14guage) - JINDAL / INDAL / HINDALCO" make),complet withall material,labour and fittings,hardwares etc.

SFT 80.00

8 C.E.O & M.D Chair

Sl.No. Particulars Unit Quantity

Unit Rate( in Rs.)Incl. allTaxes

Amount( in Rs.)

Providing High Back Chair ,M.S arm with powder coatedchrome base,gas lift 100 mm ,caster wheel -38/50,PU Leatherlite,tilting,dimensions 500 mm in width,480 mm in depth,750mm height from seat,1150 mm minimum height from groundlevel in Black/Dark Blue colour of approved make.

NOS 1.00

9 Regional Head ChairProviding High Back Chair ,M.S arm with powder coatedchrome base,gas lift 100 mm ,caster wheel -38/50,PU Leatherlite,tilting,dimensions 500 mm in width,480 mm in depth,650mm height from seat,1150 mm minimum height from groundlevel in Black/Dark Blue colour of approved make.

NOS 1.00

10 Officers ChairProviding Medium Back Chairs ,adjustable arm ,gas lift 100 mm,caster wheel -28/60,PU Leather lite,tilting,dimensions 465 mmin width,430 mm in depth,450 mm height from seat,800 mmminimum height from ground level in Blue colour.

NOS 10.00

11 Visitors ChairProviding Medium Back Chairs ,adjustable arm ,gas lift 100 mm,caster wheel -28/60,PU Leather lite,tilting,dimensions 465 mmin width,430 mm in depth,450 mm height from seat,800 mmminimum height from ground level in Blue colour.

NOS 12.00

12 Pantry Chairs12 Pantry ChairsProviding café chair,PP shell pipe frame,powder coated,dimensions 400mm width,470mm depth,465mm height fromseat,900mm height from ground.

NOS 2.00

13 Centre TableA Centre Table of size - 4'0"X2'0"X1'6",Rectangle shaped 19mm thick marine ply in dark wood veneer finish finish .Arectangle shape wooden base and the top is finished with 12mm thick toughened glass with machine polished edges .Therates shall include materials,labour etc compmete and upto thesatisfaction of the Architect/IFCI

NOS 1.00

TOTAL

SL.No. DESCRIPTION OF ITEMS UNIT QUANTITY

Unit Rate( in Rs.) Incl. all

Taxes. AMOUNT (Rs.)

A WIRING TO POINTS1 Recess conduit wiring to light, ceiling fan, exhaust

fan points with (2x1.5 sq mm + 1(1x1sqmm ) PVCsingle core copper wire in PVC/ Super polythenepipe with galvanized iron junction & switch boxes& clip in type 6 Amp modular type switches with allaccessories, T&P & as directed by theArchitect/IFCI.

i) Primary ( I light/fan controlled by one switch ) Nos. 40.00

ii) Secondary point (2 lights controlled by 1switch)

Nos. 20.00

iii) Primery point (wall fan controlled by 1 switchand one sockets) 5 Amp.

Nos  15.00

A. Recess conduit wiring to 6 Amp plug socketwith switch on existing board as above

Nos. 20.00

B. Recess conduit wiring to 5/15 Amp plug socketwith switch on separate board as, stabilized powerplug above.

Nos  20.00

3 Recess conduit wiring to call bell point with onegong bell of 6” dia placed at strategic point with 6Amp switch bell push clip in type modular typefixed on G.I. boxes placed at skirting level foremergency use, the wiring details are as per Sr.no. - 01. The places as located in drawing & asper direction of Architect/IFCI

Set 1.00

4 The supply to above will be given from 16 Ampswitch placed in a modular box at the entrance ofthe Bank building, which can be operated byGuard. The M.S. box should have hinged doorwith locking arrangement. The cable in the wall &flooring is to be recessed properly & passedthrough 1” PVC pipe. The size of the box 200mmx 150mm x 100mm, made out of 18 SWG CRCAsheet properly painted with 2 coats of primer &above it 2 coats of enamelpaint. The box contains 16 Amp switch-1 no. & 6

Amp switch- 1no. & 6 Amp socket- 1no. (all flushtype) & as per direction of Architect/IFCI

Set 1.00

BILL OF QUANTITIES-4 (BOQ-4) FOR ELECTRICAL,LAN,FIRE ALARM,UPS,HVAC AND INVERTER ETC. WORK OFREGIONAL OFFICE FOR IFCI LTD, BHUBANESWAR

2

SL.No. DESCRIPTION OF ITEMS UNIT QUANTITY

Unit Rate( in Rs.) Incl. all

Taxes. AMOUNT (Rs.)

Supply of all required materials and wiring tocircuits/ submains with following number and sizesof PVC insulated 1100 volt grade standard copperwire run inside pre-laid PVC conduit pipe of ISImark as required and copper wire as earthcontinuity conductor and complete in all respectincluding making good to all damages caused andas per the direction of Consultant/IFCI

A. Recessed wiring with 2x(1x2.5sqmm)+1x(1x1.5sqmm) copper wire

Mts 278.00

B. Recessed wiring with 2x (1x4sqmm) + 1x(1x2.5sqmm) copper wire

Mts 212.00

C. Recessed wiring with 4x (1x10sqmm) + 1x(1x6.0sqmm) copper wire

Mts 30.00

Suppling ,fixing and testing of indoor wall mountedtype distribution board of door type of approvedmake .

L.D.B Set 2.008 way DP DB Incoming 1 No. 32A DP ELCB Out going 6 No. 6-10 A SP MCB

7 Supply of all required materials and wiring to ACplug point with 4 (1x10sqmm) PVC insulatedcopper wire run inside screw type PVC conduitpipe with ISI market laid on surfaced/recessed ofwall/celling alongwith 1 (1x6sqmm) PVC insulatedcopper wire as earth continuity conductorcomplete in all respect including with use of 8.5TR AC starter, concealed metal boxes with cover,wire, 40A TPN metalclad plug socket, metalicswitch box for plug, junction box etc complete withmaking good the damages caused as requiredand as per direction of Architect/IFCI.

Nos. 1.00

8.0 Supply,installation and testing of timer withcontactor ( L&T / Legrand ) make controlling theglowsign board with all accessories complete asrequired as per direction of Architect/IFCI. Thesystem will be apart of the panel board.

Nos 2.00

B COMPUTER WIRING

5

6

SL.No. DESCRIPTION OF ITEMS UNIT QUANTITY

Unit Rate( in Rs.) Incl. all

Taxes. AMOUNT (Rs.)

Supply of all required materials and wiring tocircuits/ submains with following number and sizesof PVC insulated 1100 volt grade standard copperwire run inside pre-laid PVC conduit pipe of ISImark as required and copper wire as earthcontinuity conductor and complete in all respectincluding making good to all damages caused andas per the direction of Consultant/IFCI

A. Recessed wiring with 2x(1x2.5sqmm)+1x(1x1.5sqmm) copper wire 

Mts 285.00

B. Recessed wiring with 2x (1x4sqmm) + 1x(1x2.5sqmm) copper wire

Mts 125.00

2 Supplying & fixing of UPS input DB companymade & wired with double door arrangement OFAPPROVED make) with following arrangement. Incoming 63 amp TPN ELCB– 1 no

SET 1.00

3 Supplying & fixing of UPS output DB companymade & wired with double door arrangement OFAPPROVED make) with the followingarrangement. Outgoing 40 Amp DP ELCB – 3 nos. (1main & 1 spare).

SET 1.00

Suppling ,fixing and testing of indoor wall mountedtype distribution board of door type of approvedmake .

C.D.B SET 2.008 way SPN DB Incoming 1 No. 32A DP ELCB Out going 6No. 6-10A SP MCB

5 Supplying & fixing of computer terminal boxesmade of G.I. fitted with (3nos. of 6 Amp switches +3 nos. 6Amp socket ), all clip in modular type & asper direction of Architect/IFCI

Set 20.00

1

4

SL.No. DESCRIPTION OF ITEMS UNIT QUANTITY

Unit Rate( in Rs.) Incl. all

Taxes. AMOUNT (Rs.)

6 Providing and fixing of chemical earth electroadmade out of 50mm dia class-B Asahalock orequevalent 2m length with copper plate made outof 600x600x3.15 mm tinned copper plate alongwith one number 40x5mm tinned copper stripgrazed with the plate buried vertically with topedge of the plate at a depth of 1500 mm witharrangements for termination of copper strip ofearth continuty conductor including cost ofcharcole, saltoreign soil, water pouringarrangements brick massionry encloser on topwith R.C.C covercomplete with labour and material as per direction

of Architect/IFCI

Set 2.00

7 Supply of all required materials & wiring to clip inmodular type 15 /5 amp socket points controlledby 1 no 15 amp switch complete in all respectincluding making good to damages caused as perdirection of EIC for Hub connection supply .

Nos 6.00

8 The earth lead by 8sq.mm PVC single core cupperwire in GI pipe to connect from earth electrodes toUPS outgoing earth bus & as per direction ofArchitect/IFCI.

Mts 250.00

C FITTINGS AND FIXTURES1 Supply,installation and testing of recess lights

mirror optics fittings (2x36wt) of size 2'-0"x2'-0" ofPhilips with all accessories complete assembly of)as required as per direction of Architect/IFCI

Model No - RC380B,LED-25-6500,PSE,OD WH Nos. 9.00

2 Supply,installation and testing of GREEN LEDspot light mirror optics, fittings (2x18wt) with allaccessories complete assembly of Philips (MODEL No. DN191BLED,6S-4000,PSU WH) asrequired as per direction of Architect/IFCI.

Nos. 36.00

3 Supply,installation and testing of Flexible LEDstrip of Model - (5M,DLI,30729),5MTR of Philipsmake along with electronic driver for 30w flexi LEDstrip

SET 8.00

SL.No. DESCRIPTION OF ITEMS UNIT QUANTITY

Unit Rate( in Rs.) Incl. all

Taxes. AMOUNT (Rs.)

4 1 X 13W, low loss ballast CFL fitted with lampFBH 100/113

Nos 2.00

5 Providing and fitting single Tube lights pattyfittings (1x28) watt ,surface mounting with allaccessories complete assembly of Philips,MODEL NO (ASPIRE,T-5,28 WATT),as requiredas per the direction of the Architect/IFCI.

Nos. 10.00

6 3 W LED Spot light of PHILIPS/HAVELLS make Nos 20.00

7 Providing and fitting of 450 mm sweep Cabin fanof approved make .

Nos.  4.00

8 Providing and fitting of 450 mm sweep Wall fan ofapproved make .

Nos.  6.00

9 Providing and fitting of1200 mm sweep celing fanof approved make .

Nos.  1.00

10 Providing and fitting of 400 mm sweep Exhust fanof approved make .

Nos.  2.00

11 Providing and fitting of call bell of approved make . Nos.  4.00

D PHONE WIRING/CONFERENCE SYSTEM1 Supply of all required materials & laying of the

following sizes of phone wires of approved makeinside the approved size PVC conduit complete inall respect as per instruction of EIC .2 pairstelephone wires

Mtrs. 60.00

2 Supply , fixing , testing of phone point with suitableGI boxes with phone , socket complete in allrespect as per direction of EIC/IFCI

Nos.  6.00

3

S & I of point wiring for Discussion systemcomprising of 2x 1.0 sqmm stranded , copperconductor , flexible PVC insulated and PVCSheathed wire pulled through 20 mm dia .PVCheavy gauge conduits and looped from onespeaker to other and to the volume control andcontrol switch wherever applicable and finallyterminated at Tag Block.

Pts 8

4 Supply & installation of built in Speaker ofBosch/Sony/Philips make for Chairman unit. Nos 1

5 Supply and installation of built in speaker ofBosch/Sony/Philips make for Delegate units Nos 4

6

Supply and installation of Discusion control unit(CU) of Bosch/Sony/Philips make for supply ofpower for all the delegates and chairman units inthe system

Nos 1.00

SL.No. DESCRIPTION OF ITEMS UNIT QUANTITY

Unit Rate( in Rs.) Incl. all

Taxes. AMOUNT (Rs.)

PANEL BOARD .

7

Supply and installation of main LT panel, wallmounted front operated totally enclosed verminproof, indoor non-drawout-cubicle type powerpanel fabricated out of 2mm thk CRCA sheethaving gasketed hinged cover on each cubiclefully powder coated after 7 Tank treatment,incorporating horizontal and vertical sleevedcopper busbars, complete with all internal wiring,danger board, 2 earthing legs, cable chamber etcas required, housing below mentioned switchgears / meter ( GA drawing of the panel got to beapproved by Bank / Architect/IFCI)

1No.,125A,FP, Changeover Switch + 1 no. ,125A,TP, MCCB with ELR(0-3A) and CBCT asIncomer3 nos. 40A & 2nos. 63A, TPN, MCB outgoing1 no., 0-125A, Ammeter with CTand selectorswitch1no., 0-500V, Voltmeter with selector switch andfuse

1Set, TPN, Copper busbars of size 20mm x 5mmthk PVC insulated suitable for 125 Amp load

1 Set, RYB, indicating lamps with resistors andfuses

Full Set as above 1.00 SET

8S & I of 200A, MCCB in sheet metal enclosure for

main switch near meter and stabiliser input etc. 1.00 Nos.

9 S & I of 200A,FP, Changeover switch in sheetmetal enclosure for stabilizer bypass 1.00 Nos.

10 S & I of 125A,FP, Changeover switch in sheetmetal enclosure for stabilizer bypass 1.00 Nos.

11

Supply and installation of 35 KVAR APFC panel,floor/wall mounted front operated totally enclosedvermin proof, indoor non-drawout-cubicle typepower panel fabricated out of 2mm thk CRCAsheet having gasketed hinged cover on eachcubicle fully powder coated with followingacessories1No.125A,TP, MCCB as incomer1 nos. of 50A 3P contactor & 2 no. 25A 3Pcontactor1 nos. 40A MCB & 2 no. 25A MCB1 nos. 20KVAR & 1no. 10 KVAR & 1no.5 KVARCapacitorSuitable bus bar for connecting the contactors andMCB's, Capacitors

SL.No. DESCRIPTION OF ITEMS UNIT QUANTITY

Unit Rate( in Rs.) Incl. all

Taxes. AMOUNT (Rs.)

1 no. 4 step APFC relay suitable for abovearrangementON/OFF/TRIP push button for each capacitor

ON/OFF/TRIP indication lamp for each capacitor

1 Set, RYB, indicating lamps with resistors andfuses for incomer.

Full Set as above 1.00 SET

12

S & I of 1100V grade armoured cable havingsector / circular shaped aluminium / copperconductor PVC insulated cores, laid up, PVC tapewrapped inner sheathed, GI strip / wire armouredand overall extruded PVC sheathed confirming toIS: 1554, laid on wall or ceiling using GI clampsand spacers as per route shown at site and furtheras directed by IFCI / Architect in the followingsizes.3 1/2 C x 70 Sq.mm Aluminium Mtrs. 245.003 1/2 C X 50 Sq.mm Al Cable Mtrs. 185.00

13 Earthling as per I.E. rules with 40mm dia G.I. pipeof 3 mt. Long perforated on all sides witharrangements of light , termination of600x600x3mm copper plate & 19x3 G.I flat firmlyconnected to plate with copper nut & bolt , washeretc . The earth pit should be filled with alternatelayers of charcoal, salt & soil. The brick masonrychamber is to be covered with CI cover ofminimum 300mm x 300mm size with allaccessories & as per direction of Engineer-in-charge./IFCI

Nos. 2.00

14 Supplying & fixing Earth lead with 8nos. of GI wire. Mtrs. 350.00

E LOCAL AREA NETWORK (LAN)

1 Recess wiring with Cat-6 Lan cable with PVCconduit Mtrs. 150.00

2 Supply and fixing of Cat-6 IO box with cover forLAN Nos. 20.00

3 Supply and fixing of Cat-6 Patch chord 2 mtr long Nos. 20.00

4 Supply and fixing of RJ 11 for voice Nos. 20.005 9U Data Rack-D-Link Nos. 1.006 24 Port 10/100 GIGA Switch-D-Link Nos. 1.007 24 Port patch panel-D-Link Nos. 1.00

F MUSIC - CUM - PA - SYSTEM

SL.No. DESCRIPTION OF ITEMS UNIT QUANTITY

Unit Rate( in Rs.) Incl. all

Taxes. AMOUNT (Rs.)

1

S & I of point wiring for music - cum PA systemcomprising of 2x 1.0 sqmm stranded , copperconductor , flexible PVC insulated and PVCSheathed wire pulled through 20 mm dia .PVCheavy gauge conduits and looped from onespeaker to other and to the volume control andcontrol switch wherever applicable and finallyterminated at Tag Block.

pts 8

2S & I of Philips / Bosch/Sony make music speakerflush mounted on the false ceiling with properclamping arrangement

Nos. 8

3

S & I of volume control - cum - ON - OFF switchflush mounted on wall along with other electricalswitches .The size and plate of the regulatingknob should match with other switches nearby(PHILIPS/BOSCH/SONY make)

Nos. 4

4

S & I of 100 Watts BOSCH/PHILIPS makeCentral Music System Amplifier and MP3/CDPlayer with FM facility of makeSamsung/Onida/LG

set 1

5S & I of TV socket point flush mounted on wall /partition including cabling till outside the builingwith connector

Nos. 4

G

1

Supply and Installation of Digital Video Recorder(4channel) of approved make as per therequirement and specifications of the SecurityVendor

Nos 1

2

Supply and Laying of RG-11 Unarmoured Co-axialvideo cable (ISI marked) through 25 mm PVCconduit (ISI marked) including cost of the conduitwith CCTV system

Pnts 8

3

Supply & Laying of 2 Core 1.5 Sq.mm Unarmoured power cable for power supply tocameras-CCTV, Panic Switch,Sensor, Hootersetc.

14.00 pnts

4 Supply & Laying of 2 Core 1.5 Sq.mm Armouredcable for Fire Alarm System 15.00 pts

5S&I of Photo electric(Optical) type SmokeDetector with flashing LED Above the false ceilingwhere ever required as per the IS standard.

no. 8

6 S&I of Response indicator for the above falseceiling . no. 7

7

Supply,testing and comissioning of Fire alarm 4zone control panel working on 22 Volt ACcomplete with S.M.F battery back up with batterycharger arrangement.

no. 1

CCTV/SECURITY ALARM/FIRE ALARM SYSTEM

SL.No. DESCRIPTION OF ITEMS UNIT QUANTITY

Unit Rate( in Rs.) Incl. all

Taxes. AMOUNT (Rs.)

8S&I of Heat Detector with flashing LED above thefalse ceiling where ever required as per drawingsand as per IS standards

no. 3

9Supply & Laying of 4 Core 14/36 Shielded cablefor Security Alarm System for motion sensor andKey pad

Pnts 2

10 Supply & Installation of Manual call pont withbreak glass near Main entrance Nos 2

H FIRE EXTINGUISHERSSupply installation testing & commissioning of ISImarked FIRE EXTINGUISHERS

1.0 ABC type - 2Kg No 12.0 ABC type - 5Kg No 1

I UPS SYSTEM (NUMARIK/EMERSON MAKE)

1 Online UPS 5.0 KVA of 4 hrs. SMF backup with ironshelve: One No. Quoted price should includeiron shelve, installation, all taxes & duties. (Make :Reputed brand with three years onsite warranty)Input Parameters Nominal input voltage 230 Vac 1-Phase Line to neutral with 3-wire system (Earthwire) Permissible input voltage range 161 Vac (-30%) to 276 Vac (+20%) Nominal Inputfrequency 50 Hz Permissible input frequencyvariation +/- 10% Input power factor > 0.99 at230 Vac input voltage and 4.5kW output load & Vi/pTHD < 2% Input Current Distortion - I - THD<= 10% at 230 Vac input voltage MaximumBattery back up time Up to 4 hours. Black StartAvailable No. of batteries (tubular battery Exidemake) (12V) 20 nos. - SMF, 19 nos. - LATBCharging Time (to reach 90% of AH) 12 Hrs to 15Hrs. Battery Capacity (Adjustable) 100AH.

Full Set as above SET 1

J DESCRIPTION FOR AIR-CONDITIONING(HVAC) SYSTEM

Unit Qty.

EQUIPMENTSTesting and comissioning Supply of existing aircooled Ceiling Concealed Ductable AC (8.5 TR)having own make hermetic type scroll compressorhoused inside the outdoor unit of the plant havingmicroprocessor based control panel for operation& fault diagnosis of the plant in door unit of BLUESTAR make.

TOTAL

SL.No. DESCRIPTION OF ITEMS UNIT QUANTITY

Unit Rate( in Rs.) Incl. all

Taxes. AMOUNT (Rs.)

8.5 TR Ductable UnitANCILLARY WORK

1

Refrigerant copper piping inter connectingrespective condensing unit& Evaporator units withrefrigerant grade hard drawn copper tubescomplete with liquid line strainer, filter drier, pipesupports complete with insulation etc.

a. Suction line hard drawn cu. Pipe with 9mm thicknitrile rubber tube insulation Rft 40

b Liquid line hard drawn cu. Pipe with 6mm thicknitrile rubber tube insulation. Rft 40

2Installation with Supports/suspension ofcondensing unit & Evaporator unit including ribbedneoprene VI pads. (Ductable AC)

Set 1

3 Hard PVC drain pipe of 25mm dia with 6mm nitrileinsulation Rft 30

4

Design, supply, fabrication & erection of airdistribution GSS Ducting in accordance with theapproved ducting lay out drawing, complete withall accessories, dampers, guide vanes, support,etc.

a) 24 G GP Sheet Sft 400b) 20G GP Sheet Sft 300

5Acoustic insulation inside the supply air duct with12 mm thick rigid board, Tissue paper, & Alu.Perforated sheet.

Sft 150

6Providing insulation over the ducts with 13 mmthick Nitrile rubber Alu.foil Insulation fix with properadhesive.

Sft 400

7 Providing & Connecting canvas in mouthpiece. Nos 1

8Dynacraft/Premier/carry air or equivalent makelinear grills or extruded aluminium section finishedwith power coated or approved colour.

a. 1)Grills/Diffuser Sft 80b. 2) VCD (22 G.) Sft 15

9 Laying control copper wire outdoor unit to indoorunit as required completing the work in all respect.

6c. X 1.5Sqmm Rft 40

10 Providing Iron structure/Brick pedestal base foroutdoor unit placement for Duct able AC. sets 1

11Commissioning, testing, balancing the system &handling over the same to the owner insatisfactory working condition of duct able AC.

LOTS 1

12 Refrigerant R-22 Lot 1

SL.No. DESCRIPTION OF ITEMS UNIT QUANTITY

Unit Rate( in Rs.) Incl. all

Taxes. AMOUNT (Rs.)

13 Lifting, shifting and Placement of AC unit at theirposition. sets 1

K INVERTER BATTERY(MICROTEK/LUMINOUS)

1 Inverter including Battery and RackOne Inverter 2500VA/ 36V with Three 165AH, 12VTubular Battery Installation & Servicing chargeAccessories viz: wire, switch board, catching,switch, sockets etc.

sets 1

Total