tender for supply and installation of … tender for supply and installation of modular kitchen at...
TRANSCRIPT
1
TENDER FOR SUPPLY AND INSTALLATION OF
MODULAR KITCHEN AT MESS BUILDING U.O.T.C.
SURABURDI NAGPUR
ISSUED TO M/S. ____________________________
____________________________
____________________________
G.E.N./RECIEPT NO .____________________
DATE ____________________
ESTIMATED COST RS :- 40,00,000/-
EARNEST MONEY RS :- 40,000/-
PRINCIPAL
UNCONVENTIONAL OPERATIONS TRAINING CENTRE,
SURABARDI,NAGPUR
2
DETAILS OF WORK
NAME OF WORK: - SUPPLY AND INSTALLATION OF
MODULAR KITCHEN FOR MESS AT
OFFICE OF THE PRINCIPAL U.O.T.C.
SURABURDI,NAGPUR (MAHARASTRA)
Estimated Cost put to tender Rs 40,00,000/-
Earnest Money Rs 40,000 /- Security Deposit 5% (four percent of Accepted Tender cost )
Demand Draft / Term Deposit Receipt of Nationalised Bank’s of India, shall be uploaded at
the time of submission. Total Security Deposit 4% (four percent).
The Tendring proces is open for all registred dealers country-wide.
TENDER SCHEDULE
Cost of Tender Form :Rs 1000/-
Sr.
No.
Maharashtra Police Vender Stage Start Date &Time Expiry Date & Time
1 Release Tender 18/09/2014 10:00 22/09/2014 17:00
2 Tender Download 23/09/2014 10:00 17/10/2014 17:00
3 Bid Preparation 23/09/2014 10:00 17/10/2014 17:00
4 Close for Techinical Bid 18/10/2014 10:00 18/10/2014 17:00
5 Close for Price Bid 18/10/2014 10:00 18/10/2014 17:00
6 Bid Submission 20/10/2014 10:00 22/10/2014 17:00
7 Techinical Bid Opening 28/10/2014 10:00 28/10/2014 17:00
8 Price Bid Opening 28/10/2014 10:00 28/10/2014 17:00
Contracter Principal
3
OFFICE OF THE PRINCIPAL
UNCONVENTIONAL OPERATIONS TRAINING
CENTRE, SURABARDI,NAGPUR
INVITATIOAN FOR TENDERS
DETAILED TENDER NOTICE
NAME OF WORK: - SUPPLY AND INSTALLATION OF MODULAR
KITCHEN FOR MESS AT OFFICE OF THE
PRINCIPAL U.O.T.C. SURABURDI NAGPUR
Online tenders in ‘D ’ From are invited by the Principal of U.O.T.C. Nagpur. For the
following work from Original Equipment Manufacturer of Kitchen Equipment. The name of
work, estimated cost, earnest money, security deposit, time limit for completion etc. are as
under. Name of work.
Estt.Cost. (Rupees)
E.M.D. (Rupees)
Date of Issue of Tender Form
Cost of Tender Form.
Date of submission tender form
Date of opening of tender form
Providing and installation of modular kitchen for Trainees Mess, Office of The Principal, UOTC, Surabardi Nagpur
40.00,000/- 40,000/- Rs. 1000/- (Non-refundable)
Tender form, conditions of contract ,specifications and contract drawings can be downloaded from the
eTendering portal of U.O.T.C. Government of Maharashtra i.e. http://mapo.maharashtra.etenders.in. after
entering the details payment of Rs. 1,000/- (Rupees One Thousand only) in the form of DD/Pay Order of
scheduled or Nationalised Bank in favour of Principal U.O.T.C. Nagpur, payable at Nagpur The
DD/Pay Order shall be adjusted against as fees of tender document and it will be non
refundable. Further information regarding the work can be obtained from the above office.
The Tender Fee in the form of DD/Pay Order, & EMD in this form at DD/FDR Drawn in the
name of Principal U.O.T.C. Nagpur.Should be submitted by Registered Post/ Courier/by service in
sealed covers addressed to the Principal U.O.T.C. Suraburdi ,Amravati Road
WaddhamanaNagpur with the name of the work written at the top of the envelope will be
received in the office of the U.O.T.C. Suraburdi ,Amravati Road WaddhamanaNagpur. One
day prior of the opening of Envelope 1 and Envelope 2. Bids will be opened as per the Tender
Schedule, in the presence of such intending Tenderers or his/ their authorized representatives who
may be present at that time.
Contracter Principal
4
TNDERING PROCEDURE: -
1.1 A. Blank Tender Forms.
Tender Forms can be downloaded from the eTendering Portal of Maharashtra Police
Government of Maharashtra i.e. http://mapo.maharashtra.etenders.in. after entering the details of
payment towards Tender Fees as per the Tender Schedule.
1.2 B PRE- TENDER CONFERENCE :- Not Applicable
1.2.4 All Tenderers are cautioned that tenders containing any deviation from the contractual terms
and conditions, specifications or other requirements and conditional tenders will be treated as
nonresponsive. The tenderer should clearly mention in forwarding letter that his offer (in
envelope No. 1 & 2) does not contain any conditions, deviations from terms and conditions
stipulated in the tender.
1.2.5 Tenderers should have valid Class II/III Digital Signature Certificate (DSC) obtained from any
Certifying Authorities. In case of requirement of DSC, interested Bidders should go to
http://maharashtra.etenders.in/mah / DigitalCerti.asp and follow the procedure mentioned in the
document ‘ Procedure for application of Digital Certificate.
1.2.6 The Tenderers have to make a payment of Rs.1038/- online as service charges for the use of
Electronic Tendering during Online Bid Data Decryption and Re-encryption stage of the Tender.
1.2.7 For any assistance on the use of Electronic Tendering System, the Users may call the below
numbers;
Landline No. :- 020-2531 5555 /
Mobile No :- 91679 69601 /04 /14
1.2.8 Tenderers should install the Mandatory Components available on the Home Page of
http://maharashtra.etenders.in under the section ‘ Mandatory Components ' and make the
necessary Browser Settings provided under section ‘ Internet Explorer Settings '
1.3 Manner of submission : Tender shall be submitted in two envelops as per following procedure.
A ) ENVELOPE No. 1: (Documents) Technical Bid.
The first envelope “Envelope No. 1” shall contain the following documents:
1.3.1 Scanned copy of Demand Draft / Term Deposit Receipt valid for a period of one year of Rs.
40,000/- issued from any Nationalized/ scheduled Bank and duly endorsed in the name of
Principal U.O.T.C. Surabardi Nagpur. for the cost of EMD. Certificate of Exemption for EMD
will not be accepted.
1.3.2 Scanned copy of .ISO 9001:2008, As original Equipment manufacturer of Kitchen Equipment.
1.3.3 Scanned copy of valid VAT registration certificate from Maharashtra State Sale Tax
Department duly attested by Gazzetted Officer (Maharashtra Value Added Tax Act 2005)
1.3.4 Scanned copy of Power of Attorney on behalf of firm issued in the name of persons authorized
to sign agreements, bill, etc. and collect cheques from department for the work done.
1.3.5 Tenderer must have successfully supplied Kitchen Equipment for value not less than Forty
Lakhs during any of last three financial years. Attested Copy of Certified Balance Sheet for last
3 Years attached.
Contracter Principal
5
1.3.6 List of machineries available with contractor as per form 1.
1.3.7 list of technical person with the tenderer as per Form –II.
1.3.8 Scanned copy of registered partnership deed Articles of association whichever applicable.
1.3.9 Scanned copy of Experience / Work Done Certificate of similar type of works within period of
last 3 years from competent authority having power to issue such certificate to whom the firm
have supplied required materials and Modular Kitchen .
1.3.10 The documents complying to eligibility criteria on specified in envelope no.1 shall be verified,
failing which envelope no.2 shall not be opened.
1.3.11 Every contractor shall unless exempted in writing by the Principal UOTC Nagpur
produce along with his tender a Bank solvency certificate of 10 lakh from the Bankers
within which be resides of his financial stability. If he fails to produce such a certificate
his tender shall not be considered.
All the above documents should be attested by the Govt. Gazette officer.
The above documents specified under sr No 1.3.1 to 1.3.11 shall be submitted in envelop
No. 1 failing which envelop No. 2 shall not be opened.
1.3.12 Even though the bidders meet the above qualifying criteria, they are subjected to be disqualified if
they have made misleading or false representation in the forms statement and attachments submitted
as proof of the qualification requirements and / or record of post performance such as abandoning
the works, not properly completing the contract, in ordinate delays in completion litigation history or
financial failures etc.
1.3.13 After scrutiny of documents based on eligibility criteria, in Envelope no. 1.successful bidder shall
have to produced mock up/ display of the desired product for technical evaluation. Committee shall
have right to accept / reject the tender based on produced evaluation or quality, appearance etc. of
the Modular Kitchen. The bidders who’s sample products are approved by the committee will be
considered for The Opening of Envelope no. 2. The contractor shall make all the arrangement at
his risk $ cost to provide the required samples for technical evaluation.
1.3.14 ENVELOPE No. 2 TENDER (FINANCIAL BID)
The second envelope “Envelope No. 2” shall contain only the main tender including the Common
Set of Conditions / Deviation issued by the Department. A tender submitted without this would be
considered as invalid.
The Tenderer should quote his only online in terms of item rate of estimated rates at the appropriate place of tender documents to be submitted only in Envelope No. 2 He should not quote his offer any where directly or indirectly in Envelope No. 1. The contractor shall quote for the work as per details given in the main tender and also based on the detailed set of conditions issued / Additional stipulations made by the Department. His tender shall be unconditional.
OPENING OF TENDERS:
On the date and time specified in the Tender Schedule, following procedure will be adopted for opening of the Tender. (A) ENVELOPE No. 1 :- ( Documents )
First of all Envelope No. 1 of the tender will be opened to verify its contents as per requirements. If the various documents contained in this envelope do not meet the requirements of the Department, a note will be recorded accordingly by the tender opening authority and the said tenderers Envelope No. 2 will not be considered for further action and the same will be recorded. Contracter Principal
6
The decision of the tender opening authority in this regard will be final and binding on the Manufacturer / Bidder. (B) ENVELOPE No. 2: (Financial Bid)
This envelope shall be opened after opening of Envelope No. 1, only if contents of Envelope No. 1 are found to be acceptable to the Department. and committee report is satisfactory. Regarding sample and machinery. The rates quoted by tenderer in Schedule ‘D’ or percentage above / below the estimated rates shall then be read out in the presence of bidders / manufacturers who remains present at the time of opening of Envelope No. 2 as intimated to bidder. Rates should be inclusive of all taxes, delivery for at Suraburdi camp Nagpur.
EARNEST MONEY :
(i) Earnest money of minimum Rs 40,000/- to be attached with the tender should be in the form of Demand Draft or Term deposit receipt for period of one year issued by the Scheduled or Nationalised Bank duly endorsed in the name of Principal U.O.T.C.
Surabardi, Nagpur. Exemption certificate for EMD will not be accecpted D.D.
/TDR of EMD should be submitted in sealed cover in the above name including of
name of work on the top of the envelope ,one day before the opening of envelop No.1
(ii) The amount will be refunded to the unsuccessful tenderers on deciding about the acceptance or otherwise of the tender. In case of successful tenderer, it will be refunded on his paying initial Security Deposit and completing the tender documents in form D.
1.7 A SECURITY DEPOSIT:
(i)The successful tenderer whose tender is accepted will have to pay Rs. 1,60,000/- towards the Security Deposit.
(ii) Rs. 1,60,000/- is to be deposited in cash or bank guarantee of scheduled or Nationalised bank, F.D.R. of the scheduled or Nationalised bank / National Saving Certificate duly pledged in the name of the Principal U.O.T.C. Surabardi, Nagpur towards valid within the time limit of agreement till completion of defect liabilities period, failing which his security deposit /earnest money will be forfeited to Government.
1.8 TIME LIMIT:
The work is to be completed within time limit as specified in the tender Documents which shall be
reckoned from the date of written order for commencing the work and shall be inclusive of monsoon
period.
1.9 TENDER RATE:
No alteration in the form of tender and the schedule of tender and no additions in the scope of
special stipulations will be permitted. Rates quoted for the tender shall be taken as applicable for all
leads and lifts.
1.10 TENDER UNITS:
The tenderers should particularly note the units mentioned in the Schedule “D” on which the rates
are based. No change in the units shall be allowed. In the case of difference between the rates
written in figures and in words, the correct rate will be the one, which is lower of the two.
1.11 CORRECTION:
No corrections shall be made in the tender documents. Any corrections that are to be made shall be
made by crossing the incorrect portion and writing the correct portions above with the initials of
tenderer.
Contracter Principal
7
1.12 TENDER’S ACCEPTANCE :
Acceptance of tender will rest with the Principal U.O.T.C. Surabardi, Nagpur who reserves the
right to reject any or all tenders without assigning any reason therof .Also reserves the right the
modify cancel or reject any Modular Kitchen or all Modular Kitchen or change the size ,quantity or
any or all Modular Kitchen. The tenderer whose tender is accepted will have to enter in to a regular
D agreement within 10 days of being notified to do so. In case of failure on the part of Tenderer to
sign the agreement within the stipulated time, the earnest money paid by him shall stand forfeited to
the Government and the offer of the tenderer shall be considered as withdrawn by him.
Acceptance of tender will be finalized after compliance of following conditions. a) Physical in Inspection of the sample by committee b) Cost effective c) Quality d) Finishing e) Durability f) Maintenance free
1.13 CONDITIONAL TENDER :
The tenders who do not fulfill the condition of the notification and the general rules and directions
for the guidance of contractor in the agreement form or are incomplete in any respect are likely to be
rejected without assigning any reason thereof
1.13(a) The Tenderers shall be presumed to have carefully examined the drawings, conditions and
specifications of the work and have fully acquainted themselves with all details of the site, the
conditions of rock and its joints, pattern, river, weather characteristics, labour conditions and in
general with all the necessary information and data pertaining to the work, prior to tendering for the
work.
1.13(b) The data whatsoever supplied by the Department along with the tender documents are meant to
serve only as guide for the tenderers while tendering and the Department accepts no responsibility
whatsoever either for the accuracy of data or for their comprehensiveness.
1.14 POWER OF ATTORNEY:
If the tenderers are a firm or company, they should in their forwarding letter mention the names of
all the partners together with the name of the person who holds the power of Attorney, authorizing
him to conduct all transactions on behalf of the body, along with the tender.
1.15 The tenderer may, in the forwarding letter, mention any points are may wish to make clear
but the right is reserved to reject the same or the whole of the tender if the same becomes
conditional tender thereby.
1.16 The contractor or the firms tendering for the work shall inform the Department if they
appoint their authorized Agent on the work.
1.17 No foreign exchange will be released by the Department for the purchase of plants and
machinery for the work by the Contractor.
1.18 Any dues arising out of contract will be recovered from the contractor as arrears of Land
Revenue, if not paid amicably. Moreover, recovery of Government dues from the
Manufacturer will be affected from the payment due to the Contractor from any other
Government works under execution with them.
1.19 All pages of tender documents, conditions, specifications, correction slips etc. shall be
initialled by the tenderer. The tender should bear full signature of the tenderer, or his
authorized power of Attorney holder in case of a firm.
Contracter Principal
8
1.20 The Income Tax at 2.30 % including surcharge or percentage in force from time to time or
at the rate as intimated by the competent Income Tax authority shall be deducted from bill
amount whether measured bill, advance payment or secured advance.
1.21 The successful tenderer will be required to produce, to the satisfaction of the specified concerned
authority a valid concurrent license issued in his favour under the provisions of the Contract Labour
(Regulation and Abolition) Act 1970 for starting the work. On failure to do so, the acceptance of the
tender shall be liable to be withdrawn and also liable for forfeiture of the earnest money.
1.22 The tenderer shall submit the list of apprentices engaged by the Contractor under
Apprentice Act.
1.23 Cess @ 1% (One percent) shall be deducted at source from every bill of the Contractor by the
Principal U.O.T.C. Surabardi, Nagpur Under “ Building and Other Construction for workers
Welfare Cess Act 1996
1.24 Value Added Tax Deduction 2 % from the registered Manufacturer under the MVAT Act, 2005 and
5 % from the unregistered contractor under MVAT Act, 2005, shall be recovered from the
contractor from the gross bill amount of every bill, whether for measured works or Advance
Payment or Secured Advance
1.25 The tender rates are inclusive of all taxes, rates, cesses and are also inclusive of the leviable tax in
respect if sale by transfer of property in goods involved in the execution of a work contract under the
provision of Rules 58 of Maharashtra Value Added Tax Act-2005. For the purpose of levy of tax.
1.26 Prices quoted should be for the complete items and should be inclusive of all the taxes, octroi,
transport, insurance, service tax as applicable, F.O.R. site, and including installation work etc.
complete. The price quoted shall be with consideration to the above and no extra claim will be
entertained over the price quoted. The rates quoted shall be inclusive of all statutory duties. The tax
or octroi exemption form will not be issued to the tenderers. In the statutory increase in
extra sales tax and other taxes will not be entertained for payment. The offer should be firm
without any uncertain liability.
1.27 VALIDITY PERIOD :
The offer shall remain open for acceptance for minimum period of 90 days from the Date of opening
of Envelope No. 2 (Financial Bid) and thereafter until it is withdrawn by the contractor by notice in
writing duly addressed to the authority opening the tender and sent by Registered Post
Acknowledgment due.
1.28 Lowest rate is not only the criteria for selection of materials. Decision of Kitchen Material
Purchase Committee will be final.
SPECIAL CONDITIONS
1.1 SAMPLES AND TESTING OF MATERIALS :
(i) After acceptance of tender All materials to be used on work, such as Stainless steel
Veneer, Laminated sheet, Fixtures & fastenings, glass etc , the samples of materials shall
be got approved well in advance from the Committee and shall pass the tests and analysis
required by him, Which will be as specified as per Annexure - I
Contracter Principal
9
(ii) The contractor shall at his risk and cost make all arrangement and / or shall provide for all
such facilities as the committee may require for collecting, preparing and forwarding
required number of samples for tests or for analysis at such time and to such place or
places as may be directed by the Committee and bear all charges and cost of testing. Such
samples shall also be deposited with the Committee till sent for testing.
(iii) The contractor shall if and when required submit at his cost the samples of materials to be
tested or analyzed and if so directed shall not make use or incorporate in the work any
material represented by the samples until the required tests or analysis have been made
after the test of the materials finally accepted by the Committee.
1.2 CO-ORDINATION:
When several agencies for different sub works of the project are to work simultaneously
on the project site , there must be full co-ordination between the contractors to ensure
timely completion of the whole project smoothly. The scheduled dates for completion
specified in each contract shall, therefore be strictly adhered to. Each contractor may
make his independent arrangements for water, power, housing etc. if they so desire. On
the other hand the Contractors are at liberty to come to mutual agreement on his behalf
and make joint agreement with the approval of the Committee . No contractor shall take
or cause to take any steps or action that may cause destruction, discontent or disturbance
to work, labour or arrangements etc.of other contractors in the project localities. Any
action by any Contractors which the Committee in his unquestioned discretion may
consider as infringement of the above code would be considered as a breach of the
contract conditions and shall be dealt with accordingly.
In case of any dispute or disagreement between the various contractors, the
Committee decision regarding the co-ordination, co-operation and facilities to be
provided by any of the contractor shall be final and binding on the contractors concerned
& such a decision shall not vitiate any contract nor absolve the contractor of his obligations
under the contract nor form the grounds for any claim or compensation.
1.3 Before supply order is given if there is any modification in Modular Kitchen or
drawing the contractor shall be liable to execute the changes without
extra cost.
Contracter Principal
10
1.4 During execution of work if some Suggestions/Modification are received from senior
officers of the department then such changes have to be carried out by contractor as per
directives of committee.
1.5 The Committee has right to accept or reject of partly or total Modular Kitchen on the basis
of quality, appearance, durability, finishing, matching material utilized of the Modular
Kitchen
1.6 The sample selection of various categories of Modular Kitchen committee will verify the
sample and approval should be in writing before installing of Modular Kitchen. After
eligibility criteria the contractor shall arrange for mock up/display of the selected items for
observation and approval of the committee in U.O.T.C. Suraburdi, Nagpur premises. The
Modular Kitchen approved by the committee will have to be procured by the bidder for
record keeping which will be utilized at the time of execution with prior permission of the
committee. The contractor shall bear the expenses incurred due to
transportation/conveyance of the committee. On satisfactory report of the committee the
bidder should supplied the Modular Kitchen of the same type.
Contracter Principal
11
F O R M - D Unconventional Operation Training Center Nagpur
NOTES. Supply of Materials.
1. If the tender is accepted, no separate TENDER AND CONDITIONS
agreement shall be necessary and the lender itself shall be treated as the contract. 2. For Signature on the tender, see Rule 1. Exempted from stamp duly, vide G.R. No.368-A-1732, dated 9 th October 1889.
General Rules and Directions for the Guidance of Contractors. 1. In the event of the tender being submitted by a firm it must be signed by each partner thereof, or in the
event of the absence of any partner, it must be signed on his behalf by a person holding a power of attorney authorizing him to do so.
2. Receipt for payments made on account of any work when executed by a firm should also be signed by all
the partner, where the Manufacture, are described in their tender as a firm, in which case the receipt shall be signed in the name of the firm by one of the partners or by some other person having authority to give effectual receipts for the firm.
3. The amount of earnest money to be deposited shall be at the rate of 1 per cent of the estimated cost of the
work or at such higher percentage rate as may fixed by the Officer concerned in accordance with the provisions of paras. 202 and 203 of the P.W.D. Manual. Such earnest money should generally be paid by the contractors direct into a Treasury or a sub-Treasury and the receipt obtained therefore should be attached to the tender form.
4. ThePrincipal U.O.T.C. Nagpur or his duly authorized shall open tenders in the presence of contractors
who have submitted tenders at their representatives who may be present at the time and he will enter the amount the several tenders in a comparative statement in suitable form receipt for the earnest money forwarded with the tender shall be given to the contractors on the day the money is received. In the event of a tender being accepted. The contractors shall, for the purpose of identification, sign copies of the specifications and other document as may be necessary. In the event of a tender being rejected, the Divisional Officer shall authorize the Treasury Officer concerned to refund the amount of earnest money deposited to the contractors making the tender on his giving a receipt for the return of the money.
5. The Officer competent to the dispose of the tenders shall have the right of rejecting all or any of the
tenders.
Contracter Principal
12
Tender for the Supply of Materials.
If several sub-rks ( I or We __________________________________ the undersigned do are included /should hereby tender for the supply of the materials described in the schedule be detailed in attached herewith subject to the condition annexed. separate list. The amount of earnest MEMORANDUM money to be deposited (a) General description :- Providing and installation of Modular Kitchen At Mess Building Office of The Principal U.O.T.C.Nagpur Surabradi Nagpur shall be in Accordance with the provisions of paras 202 and 203 of the Manual. , (b) Estimated Cost :- Rs. 40,00,000/- (c) Amount of Earnest Money in shape of TDR of Nationalized Bank. Rs. 40,000/- This deposit shall be in (d) Security deposit. accordance with paras i) Cash or in shape of TDR/Bank Gurantee Rs1,60,000/- 203 & 209 of. (not less than the amount of earnest money) Manual. ii) To be deducted from current bills ... Rs. -- This percentage where no (e) Percentage, if any, to be deducted from bills no security deposit is taken ( to make up the total amount required as will very from 5 percent to security deposit required by (d) above ) 4% 10 percent according to the requirement of the case (f) Time allowed for the work from the date of where security deposit is written order to complete. 60 Days taken, see note to clause of (including in installation & trials) conditions of contract.
Should this tender be accepted, I/We hereby agree to abide by and to fulfill all the terms and the provisions of the specifications and conditions of contract annexed hereto so for as they may be applicable ,and in default there of to forfeit and pay to the Government of Maharashtra (herein after referred to as “the Government “the sums of money mentioned in the said conditions Receipt No. dated from the Government Treasury or sub-Treasury at Nagpur. In respect of the sum of Rs. 40,000/-
Amount to be specified is forwarded herewith representing the earnest-money (a) Which may be forfeited to the in words & figures. Government should I/We not deposit the full amount of security deposit. in accordance Strike out (a) if no cash with clause-I (A) of the said conditions of contract, otherwise, the said sum of security deposit is to be Rs. 40,000/- shall be retained by the Government as on account of such security taken. deposit as aforesaid ) or ( (b) which may be retained by the Government on account of Strike out (b) if any cash the security deposit specified in clause -1 (B) of the said condition of contract.) security deposit is to be taken ( Signature of Witness to Signature of Tenderer ) Address :
Dated
Contracter Principal
13
Condition of Contract.
Security Deposit.
Clause-1 – The firm/ firms whose tender may be accepted (hereinafter called the
contractor ) shall (A) ( within one day for a contract of Rs. 1,00,000/- (If deposited
for more than 12 months.) a sum which the amount of the earnest money in shape
of TDR deposited by him with his tender with make up the full security deposit
or (B) (permit the Government at the time of making any payment to him for work
done under contract to deduct such amount to 4% percent of all money so
payable such deductions to be held by the government by way of security deposit :
Provided always that in the event of the contractor depositing a lumpsum then and
in such case, if the sum so deposited shall not amount to 4% percent of the total
estimated cost of the materials to be supplied it shall be lawful for the government
at the time of making any payment to the contractor for work done under the
contracts to make up the full amount of 4% percent by deducting a sufficient sum
from every such payment at last aforesaid. All compensations or other sums of
money payable by the contractors to the government under terms of his contract
may be deducted from or paid by the sale of a sufficient part of his security deposit
or from the interest arising therefrom or from any sums which may be due or may
become due to the contractor by the government on any account what soever and
in the event of his security deposit being deducted by reason of any such deduction
or sale as aforesaid, the contractor shall within 10 days thereafter make good in
cash or government securities endorsed as aforesaid any sum or sums which may
have been deducted from or raised by sale of his security deposit or any part
thereof. The security deposit refered to when paid in cash may at the cost of the
depositer be converted into interest bearing securities provided that the depositer
has expressly desired this in writing if the amount of the security deposit to be
paid in a lumpsum within the periods specified at (A) above is not paid, the
tender / contract already accepted shall be considered as cancelled and legal steps
taken against the contractor for recovery of the amounts. The security deposit
lodged by a contractor shall be refunded after the expiry of three months from
date of on which the final bills is paid. 50% amount after completion of defect liability
period of 24 Months remaining 50% as per details given in clause 23
Liability of Contractor Clause -2 The contractor shall deliver the materials on or before the dates
for failure in delivery of mention in the tender, failing which he shall be liable to pay a sum of Rs.1000/-
materials. as and liquidated damages for every days that he shall delay the delivery of
the said materials.
No claim to compensation Clause -3 In every case in which the delay mentioned in class-2 shall continue
for loss thus sustained. for consecutive days the Officer competent to dispose of the tender shall have
power either to annual the contract altogether or to have the supply competed
without further notice at the contractor’s risk and expense, as he may deem
necessary in the interest of the government and the contractor shall have no
claim to compensation for any loss that he may thus incur on account of the
action of the said officer.
No compensation Clause-4 :- If at any time after the execution of the contract documents, the
for restriction of work. Principal U.O.T.C.Nagpur or his assistant shall for any reason whatever not
require the whole or any part of the work as specified in the tender to be
carried out,the Principal U.O.T.C.Nagpur or his assistant shall give notice in
writing of the fact to the contractor (s) who shall thereupon have no claim to any
payment or compensation whatsoever on account of any profit or advantage which
he / they might have derived from execution of the work in full but which he /
they did not derive in consequence of the amount of the work not having been
so carried out.
Contracter Principal
14
Extension of Time : Clause -5 :- If the contractor shall be hindered in the supply of the materials so
as to necessitate and extension of the time allowed in this tender he shall apply
in writing to the officer-in-charge of the work who shall grant it in writing with
the sanction of competent authority on reasonable grounds being shown for it.
In the absence of such written authority of the Principal U.O.T.C.or his Assistent
the contractor shall have no claim to exemption from the fine leviable under
class-2
Approval of and receipt : Clause-6 :- The contractor shall give notice to the Principal U.O.T.C.Nagpur or his
for materials Assistant of his intention of making delivery of materials and on the materials
being approved, a receipt shall be granted to him by the Principal
U.O.T.C.Nagpur or by his Assistant, and no materials which is not so approved
hall be considered to have been delivered.
Certificate : Clause -7 :- On the completion of the delivery and installation of materials
the Contractor shall be furnished with certificate to that effect, but the delivery
shall not be considered to be complete until the contractor shall have removed
all rejected materials and shall have the approved materials stacked or place in
such position as may be pointed out to him.
Payment for materials : Clause -8 :- The materials to be supplied shall be of the best quality and strict
accordance with the specification and the contractor shall receive payment for
such materials only as per approved and passed by the Principal U.O.T.C.Nagpur or
his Assistant. Should the Principal U.O.T.C.Nagpur consider that any of the
materials –delivered are not of the best quality or are not in strict accordance
with the specification but that they may be accepted and made used of it shall
be within his full discretion to accept the same at such reduced rates as he may
fix thereon.
Action when inferior : Clause -9 :- If the event of the materials being considered by the Officer-in-
charge material is supplied.of the work to be inferior to that described in the
specifications, the contractor shall on demand in writing, forth with remove the
same at his own cost and in the event of his failure to do so within such period
as may be named by the Principal U.O.T.C.Nagpur or his Assistant the said officer
may have such rejected material removed at the contractors risk and expense,
the expense so incurred being deducted from any sums due or which may
become due to the contractor.
Action for damages : Clause -10 :- If the contractor or his workman shall break or deface any
building,road fence enclosure or grass land or any cultivated land he shall
repair or replace the same and if any damage has been done, he shall make
good the same at his own and in the event of his refusing or failing to do so the
damage shall be made good at the contractor’s expense by the officer inviting
the tender who shall deduct the cost from any sums due or which may become
due to the contractor or from his security deposits or the proceeds of sale
thereof or a sufficient portion thereof.
Supply of Tools Plant etc. : Clause -11 :- The contractor shall supply at his own expense a tools, plants,
and by Contractor for due implements required for the due fulfilment of his
contract, and the materials shall fulfilment of contract remain at his risk till the
date of final delivery, except such portion as shall have been in the meantime
removed for use by the Principal U.O.T.C.Nagpur or his Assistant.
Delivery on Sundays : Clause -12 :- No materials shall be brought to the site of the work or delivered
on Sundays, without the written permission of the Officer-in-charge or the
work.
Contracter Principal
15
Sub-letting contract. : Clause -13 :- This contractor shall not be sublet without the written
permission of the Principal U.O.T.C.Nagpur in the event of the contractor sub-letting
his contract without permission, he shall be considered to have thereby
committed a breach of the contract and shall forfeit his security deposit, and
shall have no claim for any compensation for any loss that may accrue on
account of the collection of the materials or engagement entered into.
Compensation under Clause -14 :- The contractor shall be responsible for and shall pay any compensation
the workmen’s to his workmen which may be payable under the Workmen’s compensation Act.,1923
compensation Act. (VIII of 1923 ) hereinafter called the said Act, for injuries suffered by them, if such
compensation is paid by the government as principal under sub-section (1) of section
12 of the said Act on behalf of the contractor, it shall be recoverable by the government
from the contractor under sub-section (2) of the said section. Such compensation shall
be recovered in the manner laid down in clause -1 above.
Decision of Clause -15 : The decision of the SPL.IGP.ANO.Nagpur. for the time being shall
SPL.IGP.ANO.Nagpur be final, binding and conclusive on all questions relating to the meaning of the
to be final specification.
No guarantee that materials Clause -16 :- No guarantee can be given that the total number or quantities of
indicated in the schedule material indicated in the schedule of the contract will be ordered during the period
will be ordered. of the contract . But the Principal U.O.T.C.Nagpur shall purchase from the contractor all
such materials detailed in the schedule which he may require to purchase during the
period of the contract.
Contractor bound to Clause -17 :- No claim or claims made by the contractor for increased rates on the
complete the work grounds that the market or other rates included in the contract have reason during the
at rates mentioned period of his contract will be recognized that is to say, the contractor is bound to
in contract. complete the work and /or to supply materials at the rates mentioned in the contract.
Refund of quarry fee Clause -18 :- All quarry fees, royalties octroi dues and ground rent for stacking
and Royalties. materials if any should be paid by the contractor who will however, be entitled
to a refund of such of the charges as are permissible under the rules on obtaining a
certificate from the Principal U.O.T.C.Nagpur that the materials were required for use
on Government work.
Minimum age of persons Clause – 19 (i) No contractor shall employ any person who is under age of 18 years.
employed and employment (ii) No contractor shall employ donkeys or other animals with breeching
of donkeys or other animals of string or this rope. The breeching must be at least three inches
wide and should be tape (newar)
(iii) No animal suffering from sores or emaciation or which is immature shall be
employed on the work.
(iv) The Principal U.O.T.C.Nagpur or his Agent is authorised to remove from the
work any person or animal found working which doe not satisfy these
conditions and no responsibility shall be accepted by government for
any delay caused in the completion of the work by such removal .
(v) The contractor, shall pay fair and reasonable wages to the workmen employed by
him in the works undertaken by him. In the event of any dispute arising between the
contractor and his workmen on the ground that the wages paid are not fair and
reasonable.
The dispute be referred without delay to the Principal U.O.T.C.Nagpur who shall decide
the same. The decision of the Principal U.O.T.C.Nagpur shall be conclusive and binding
on the contractor but the existence of the dispute or decision if any, of the Principal
U.O.T.C.Nagpur shall not in any way affect the conditions in the contract regarding the
period during which the work is to be completed or the payment to be made by the
Government at the sanctioned tendered rates.
Contracter Principal
16
Method of payment Clause -20 :- Payment to contractors will be made by cheque drawn on any
treasury within the division most convenient to them, provided the amount to
be paid exceeds Rs. 3000/- smaller amounts will be paid in cash.
Acceptance of Clause – 21 :- Any contractor who does not accept these conditions shall not
conditions be allowed to tender for works and his name shall be removed from the list of
before tendering work. Contracto. compulsory
Contractor liable for Clause -22 :- If during the period of 24 months from the date
damage after of completion as certified by the Principal U.O.T.C.Nagpur pursuant to
commissioning the work. done and Clause-7 of the contract or 24 months for imperfection whichever is
earlier in the opinion of the Principal U.O.T.C.Nagpur, the said work is defective
in any manner whatsoever, the contractor shall forthwith on receipt of notice in
that behalf from the Principal U.O.T.C.Nagpur, duly commence execution and
completely carry out at his cost in every respect all the work that may be
necessary for rectifying and setting right the defects specified therein including
dismantling and re-construction of unsafe portions strictly in accordance with
and in the manner prescribed and under the supervision of the Principal
U.O.T.C.Nagpur. In the event of the contractor failing or neglecting to
commence executions of the said rectification work within the period
prescribed therefore in the said notice and / or to complete the same as
aforesaid as required by the said notice, The principal U.O.T.C. get the same
executive and carried out departmentally or by other agency at the risk on
account and at the cost of the contractor. The contractor shall forthwith on
demand pay to the govt. the amount of such costs, charges and expenses
sustained or incurred by the Government of which the certificate of the
Principal U.O.T.C.Nagpur shall be final and binding on the contractor. Such
costs, charges and expenses shall be deemed to be arrears of land revenue
and in the event of the contractor failing or neglecting to pay the same on
demand as aforesaid without pre-judice to any other rights and remedies of
the govt., the same may be recovered from the contractor as areas of land
revenue. The Government shall also entitled to deduct the same from any
amount which may then be thereafter become payable by the govt. to
contractor either in the respect of the said work or any other work whatsoever
or from the amount of security deposit retained by Government.
Clause-23 The contractor shall place skilled person/persons for maintenance of
Modular Kitchen at UOTC Nagpur for five years (Inclusive of 2 years period of
Defect liability period) at his own cost. 50% of performance security Deposit is
to be released after 24 Months of DLP.And remaining 50% will be released in
the manner given below
20% 3rd
year
20% 4th
year
10% 5th
year
The performance security deposit will be forfeited in case contractor fails to
comply with above condition.
Contracter Principal
17
FORM – 1
LIST OF MACHINERY AVAILABLE WITH TENDERER WHICH WILL BE USED ON THIS WORK
NAME OF TENDERER :- _______________________________________________________________________________________________
NAME OF WORK : ;- : Providing and installation of modular kitchen for Trainees Mess, Office of The Principal, UOTC, Surabardi Nagpur
Sr. No.
Name of
Equipment
No.
of Unit
Kind of Make
Capacity Age of machinery
Present Conditions
Present location with name & address of organisation where
machinery under use at present
Whether machinery is hypothecated to any
division / Bank or other institution etc.
Remarks
1 2 3 4 5 6 7 8 9 10
Notes :- The above machineries are readily available with me / us for use on this work
Manufacturer :-
___________________________________________________
Name :-
___________________________________________________
Address :- __________________________________________________
Contracter Principal
18
FORM – II
LIST OF TECHNICAL PERSONNEL OF THE TENDERER LIKELY TO BE APPOINTED ON THIS WORK
NAME OF TENDERER :- ____________________________________________________________________________________
__________________________________________________________________________________________________________
NAME OF WORK;- ;- Providing and installation of Modular kitchen for Trainees Mess, Office of The Principal, UOTC, Surabardi Nagpur
Sr. No. Designation Name Qualification Professional Experience
of work carried out
Remarks
1 2 3 4 5 6
Manufacturer :- ___________________________________________________
Name :- ___________________________________________________
Address :- ___________________________________________________
Contracter Principal
19
DECLARATION
I/ we hereby declare that I/we have made myself/our selves thoroughly conversant with
the local conditions regarding all materials and labour on which I/we have based my /our
rates for this tender The specification to condition and lead of materials for this work have
been carefully studied and understood by me /us before submitting the tender. I/we undertake
to use only the best material approved by the comittee or his duly representative before
starting the work and to abide by his decision. I/We shall maintain /rectify the entire work as
per as per standard specification of P.W.D (Red Book ) and M.O.R T and .H specification as
soon as damage occurs up to the expiry defect liability period without putting forth any
reasons.
I hereby undertake to pay the labourers engaged on the work as per minimum wages Act.
1948 applicable to the zone concerned.
CONTRACTOR’S SIGNATURE.
Contracter Principal
20
FORM OF BANK GUARANTEE BOND :
(On stamp paper of Rs. 100/-)
In consideration of the Unconventional Operations Training Centre, Surabardi, Nagpur (hereinafter referred to
as “Client") having agreed to exempt --------------------------------------------------------------------------------------------------
----------------------------------------------------------------------------------------------------------------------------------------
(hereinafter referred to as ““Contractor”) from depositing with the Client, in cash the sum of Rs. -------------------
------------ (Rupees :-------------------------------------------------------------------- only) being the amount of security
deposit payable by the Contractor to the Client under the terms and conditions of the Agreement (hereinafter
referred to as “Agreement”) dated the ------------------------ day of ----------------------------------- 200 and made
between the Client and the Contractor for ------------------------------------------------------------------------------------------
-------
---------------------------------------------------------------------------------------------------------------------------------------------------
------------------------------------------------------------------------------------------------------------- as security for the due
observance and performance by the Contractor of the terms and conditions of the said Agreement, on the
Contract furnishing to the Client, a Guarantee in the prescribed form of a Nationalized Bank / Scheduled Bank
in India, being in fact these presents in the like sum of Rs.----------------- (Rupees -----------------------------------------
-------------------------------- only). We ------------------------------------------------------- Bank / Limited registered in India
under ---------------------------------------- Act and having one of our local head offices at ----------------------- do
hereby :
1. Guarantees the Client :
a) Due performance and observance by the Contractor of the terms covenants and conditions on the part
of the Contractor contained in the said Agreement.
b) Due and punctual payment by the Contractor to the Client of all sums of money including but not
limited to any and all losses, damages, costs, charges, penalties and expenses arising out of the default
of the Contractor in respect to the said Agreement.
Contracter Principal
21
2. Undertake to pay the Client on demand and without demur the entire amount of the claim but with a
maximum of the guarantee amount, within (72) seventy two hours of such claim being made by the Client and
notwithstanding any dispute or disputes raised by the Contractor(s) in any suit or proceeding filed in any court
or Tribunal or pending arbitration relating thereto the said sum of Rs. ----------------------------------------- (Rupees -
-------------------------------------------------------------------------------------------------- only)
Our guarantee hereunder being absolute and unequivocal we agree that:
a) The guarantee herein contained shall remain in full and effect during the subsistence of the said
Agreement and that the same shall continue to be enforceable till all the dues of the Client under or by
virtue of the said Agreement(s) have been duly paid and its claims satisfied or discharged and till the
Client certifies that the terms and conditions of the said Agreement have been fully properly carried
out by the Contractor and all financial claims of the Client are met in full.
b) We shall not be discharged or released from the liability under this Guarantee by reasons of :
i) Any change in the constitution of the Bank or of the Contractor, or
ii) Any arrangement entered into between the Client and the Contractor with or without our consent;
iii) Any forbearance or indulgence shown to the Contractor;
iv) Any variation in the terms covenants or conditions contained in the said Agreement;
v) Any time given to the Contractor, or
vi) Any other conditions or circumstance under which, in law, a surety would be discharged.
c) Our liability herein under shall be joint and several with that of the Contractor as if we were principal
debtors in respect of the said of Rs.-------------------------------------------------------------(Rupees -----------------
----------------------------------------------------------- only) and
d) We shall not revoke this guarantee during its currency except with the previous consent in writing of
the Client.
IN WITNESS WHEREOF the common seal -------------------------------------------- has been here into affixed
this ----------------------------------------------------------------------------------------------- day of --------------------------
----------------------20--- -
The common seal of -------------------------------------------------------------------- was pursuant to the resolution
of the Board of Directors of the Company dated the ------------------- day of -----------------------------------
20— herein affixed in the presences of ---------------------------------------------------------------------- who, in
token thereof, have here to set their respective hands in the presence of :
1)---------------------------------------------------------------------
2)---------------------------------------------------------------------
Contracter Principal
22
General specifications of the material to be used for Kitchen Equipment
1 All table tops to be made in 16 swg stainless steel sheet of 304 Food Grade quality.
2 All under shelves to be made in 18 swg stainless steel sheet of 304 Food Grade quality.
3 All vertical uprights (Legs) to be made of 16 swg ss pipes with adjustable nylon bush below.
4 Cooking platforms to made in heavy duty SS Fabrication with M.S.Pan resting at top with
necessary High Pressure L.P.Gas fittings of United / Equivalent brand.
5 All storage racks to be made of SS Pipes of 16 swg & shelves made of 18 swg ss sheet.
6 All pot racks to be made in heavy duty SS Pipes of 16 swg.
7 Chapti plate top made in 12/14 mm thick M.S.Plate with necessary High pressure L.P.Gas
fittings.
8 All trolleys are to be mounted on Industrial type Heavy duty castor wheels of 100 mm dia.
9 Sink unit to be made of 16 swg ss sheet with necessary water outlet cuppling & flexible pipes.
10 Refrigerator / Deep Freezer are to be made as 18 swg ss sheet inside & 20/22 swg ss sheet at
outer side with suitable Kirloskar / Immersion Compressors.
11 All bought out machinery for kitchen (i.e.Industrial mixer / Pulveriser / Potato peeler .
Vegetable cutting machine etc. to be supplied with Test Certificate. & with warranty for at least
1 year.
12 Ducting for kitchen ventilation system is to be made of 22 swg G.I.Sheet. Blower motor should
be CROMPTON brand only with at least one year warranty.
13 Stainless steel hoods for kitchen ventilation are to be made of 18 swg ss sheet & ss filter to be
made of 20/22 swg ss sheet.
14 All electrical fittings & spares are to be with ISI mark only.
15 All plumbing materials / fittings are to be TATA / Zindal or equivalent brand.
16 Final finish of SS Furniture / Dining Tables are to be of MAT finish unless & otherwise
specified.
Contracter Principal
23
SHEUDULE-D
Sr. Discription of Equipment Size Qty Rate Amount
A MAIN COOKING / CHAPATI
1
Chapati Collection Table with SS Jali frame & 2 nos of SS Trays (
detachable type) 1200x750x600 mm ht
(36x24x24"ht) 1
2 Chapati Plate with Puffer 1500x750x600 1
3 Chapati Rolling Table with Granite top & 1500x900x750 1
with 2 additional banches for rolling ( 36x30x30"ht) 2
4 Bulck Cooker - S.S.On L.P.Gas 50 Ltrs 2
5 Side Table with 1 Under shelf 500x900x850 1
6 Stock Pot Range 750x750x400 3
7 Side Table with 2 U/Shelves 750x750x850 1
8 Potato Peeler ( 10 kg capacity ) I Phase 1
9 Work Table with single sink 1200x600x850+150 2
10 Industrial mixer - 1.00 hp 5 Ltr Jar 2
11 Vegetable cutting M/c with 5 blades 1
12 Pulveriser - III HP III HP 1
13 Work Table with 2 U / Shelves 1500x500x850+150 1
B Dining & Service Area
14 SS Trolley with ss garbage bin 700x700x850 2
Contracter Principal
24
15
Water Cooler - Blue star,(SDLX-6-80 SS ) / eqivalent ( 60 liters
cooling capacity,80 liters stores capacity ) 80 Ltrs. 4
16
Bain Marie Service Counter with tray rail with Round pots ( 15
Ltrs x 4 nos) 2150x450+300x850 2
17 Three sink unit with pre rinz wash 1800x600x850+150 1
18 SS Wall shelf 1500x300 1
19 Gas Cylinder Bank - 6 cylinders 6 Cylinders 1
20 6 Seater Full Stainless steel dining 1800x850x750 mm ht
Table with folding type stools 40
21 2 Door Vertical DEEP FREEZER Full Stainless steel 300 Ltrs. 2
22 2 Door Refrigerator – Whirlpool 300 Ltrs. 2
23 2 Door Refrigerator - Steel, Full Stainless steel Whirlpool 300 Ltrs. 2
24 2 Door Refrigerator - Commircial Full Stainless steel Whirlpool 300 Ltrs. 2
25 Exuast Fan Big Size ( In Dining Hall ) Bajaj 18” 8
26
Desert Cooler with all cooler attached the one pipeline
( Ram coller ) 5 ft. 12
27 Water Cooler (Add.) Blue star SDLX-100-SS 300 Ltrs. 4
Ventilation & Exhaust System
28
Centrifugal Blower with 5 HP / 1440 RPM III Ph. with
CROMPTON make motor (For main cooking area) 5 HP/III Ph 1
29 SS Hood above Stock Pot range 2250x900X600 1
30 SS Hood above Chapati plate with puffer 1350X1200X600 1
31 SS Filters for hood above stock pot range std. 3
32 SS Filters for hood above chapati plate std. 3
33 Ducting & chimany made of 22 swg GI Sheet ( sqft) 900
34 Anti vibration pad with canvas connections set 2
Contracter Principal
25
35 M.S.Hardware ,fastners & other fittings set 6
36 III Ph electrical starter, MCB & Cable fittings set 1
37
Supply, installation, testing & commissioning, charges ( labour
charges only) 1
L.P.Gas pipeline & fittings
38 MANIFOLD system for 6 cylinders with fittings 3X2 1
39 SINGLE LOCK ADAPTORS. Std 3
40 CYLINDER PIGTAIL, SURAKSHA. 24" 3
41 NON RETURN VALVE, 1/2 MECV X 1/2 FECV 2
42 TWO BOTTLE CONNECTOR Std 2
43 H.P. REGULATOR, II nd STAGE REG -4. 2
44 H.P.ADAPTOR, 1/4 BSPTM X 1/2 MECV. 3
45 MANIFOLD / MAIN LINE / 'F' VALVE. Std 2
46 CYLINDER Cu PIGTAIL ,36". 3
47 M.S., 1/2" I.D., `C' CLASS PIPE.(RFT) 1/2" 80
48 UNION/LOOSE PIN SETS, 1/2 MECV. PIN SETS, 1/2 MECV. 8
49 M.S. ADAPTORS, 3/8 BSPTF. 8
50 NEEDLE CONTROL VALVES,3/8BSPTMX3/8Cu. 2
51 BURNER FLEX. PIGTAIL, 48". 2
52 M.S.CLAMPS 1”X 4” 10
53 ON LINE PIN SET Std 6
Contracter Principal
26
54
PIPELINE, WELIDING/BENDING/ERRECTION/
PAINTING & TESTING (Labour charges only) ----- 80
55 ON LINE CONNECTIONS TO GAS EQPTS. 6
New Electrical Connections,fittings & points
56 Potato Peeler ( 10 kg capacity ) 1.00 Hp I Phase 1
57 Industrial mixer - 5 Ltr SS Jar / 1.00 hp I Phase 2
58 Vegetable cutting M/c I Phase 1
59 Pulveriser - III HP III Phase 1
60 Water Cooler - Full ss - 80 Ltrs. I Phase 2
61
Bain Marie Service Counter with tray rail with Round pots ( 15
Ltrs x 4 nos) I Phase / Total 6 KW 2
62 2 Door Vertical Deep Freezer – 300 LTR. (SS) III Phase 2
63 2 Door Vertical Refrigerator - 300 Ltrs. (SS) I Phase 2
64 Insect Killers ( Duel Tube type) I Phase 10
A New Electrical points for Exhaust in Dining Hall I Phase 8
B
Power point in Dining Hall for New L.C.D.TV-42” –L.G.
I Phase 1
C New point for SONY Make Audio System I Phase 1
D
New Eelectrical point for 2 Door Refrigerator ( 300 LTRS)
I Phase 4
E
New Eelectrical points for Desert Coolers in Dining Hall
I Phase 8
F
New Eelectrical points for Water Coolers
I Phase 4
Contracter Principal
27
65 Ventilation & Exhaust System - 5 HP III Phase 1
66
Three phase supply cable with fitting charges from Main
Distribution panel at Kitchen area. III Phase ( qty in RMTR) 90
New plumbing connections & fittings
67 Work Table with single sink 1200x600x850+150 1
68 Pulveriser - III HP III HP 1
69 Wet Grinder - 7 Ltrs capacity 7 Ltrs 1
70
Bain Marie Service Counter with tray rail with Round pots ( 15
Ltrs x 4 nos) 2150x450+300x850 2
71 Three sink unit with pre rinz wash 1800x600x850+150 1
72
1/2" OD TATA / JINDAL brand G.I.Pipe for additional water
supply connections 1/2" OD ( Qty in RFT) 235
Details of kitchen Furniture
For outside cooking purpose
73 Single Burner Cooking Range S.S. 600X600X300 3
74
Alluminium Patela - with handles Heavy duty - 14
swg bottom Cap. 200 Ltrs. 6
75
Alluminium Patela - with handles Heavy duty - 14
swg bottom Cap. 160 Ltrs. 6
76
Alluminium Patela - with handles Heavy duty - 14
swg bottom Cap. 120 Ltrs. 4
77
Alluminium Patela - Heavy duty - 16 swg bottom
with cover Cap. 100 Ltrs. 8
78 Alluminium Patela with cover Cap. 60 Ltrs. 10
79 Alluminium thali cover As per size of patela 24
Contracter Principal
28
80 S.S.Plate (Thali) Rectangular with 6 Compartment 13” x10” 200
81 S.S. glasses for drinking water 150 ML 500
82 Serving spoons - for Rice 10” X8” 6
83 Serving spoons - (pali)for Dal 12” Long 6
84 Serving spoons - (pali)for Vegetable 12” Long 6
85 S.S.Water Jug - capacity - 2 Ltr 2 Ltr 50
86 Alluminium Parat Big size 36” DIA 3
87 M.S.kaltha, zara, ( 2 set) 14”Long 4
88 Cutting knife ( 2 set) 10” Long 4
89 Cutting / Chopping Board -wooden 12”X9” 4
90 SS Bin - 50 kg 4
91 SS Bin - 25 kg 4
92 S.S.Pimp 80 Ltr 4
93 S.S.Seever ( Chalani) 12” DIA 6
94 High pressure Regulator Std 6
95 SURAKSHA Gas pipe 48" 48" 6
96 M.S.Kadhi - Big Size - 36"dia 36"dia 3
97 Tea Tharmas- 7.5 liter 4
98 Tea Tharmas- 20 liter 2
99 Tea hot case 5 Liter 6
100 Trey 14" 6
101 Trey 18" 6
Contracter Principal
29
101 Tiffen Casserole SS 4 stell 4
102 Glass stand Capacity Per stand 6
glass
100
103 Tea Mug s.s 50 ML 300
104 Milton 15 Liter 2
105 Masala Trolly Full S.STEEL 30"x24" 1
106 Masala Trolly , Full S.STEEL 44"X24" 1
107 Chopper – for meat cutting MS Std 1
108 L.E.D. TV. 50" L.G Plasma 15 PN 4500 50" 2
109 Sound System Ahuja ,with CD/DVD Player,500 W,
2 speker
500 W 1
110 Loop Chalani 12” DIA 4
111 Grain Kothi Capacity 100Kg 5
112 Mess office table, with 3 drawer unit on right 1200x600x750 2
113 Revolving Mess office Chair Std 4
114 Revolving Chair for mess commander Std 1
115 Revolving Chair for asst. mess commander Std 1
116 Curtain ( cotton) as per size Cotton curtain 188 Mtrs
Stiching 68 curtain
Rods 114 fits
68,
curtain,
Rods
With
Fitting
117 Steel Bucket 16 Liter 5
118 Foot paydan Size 24x36” 6
Contracter Principal
30
119 Big iron jail for mess main gate Size 36x48” 2
120 Computer HCL with creative speaker with 20” TFT
Monitor with printer with computer table
I – 3 , 500 GB , HDD , 400
GB Ram
1
121 Cupboard steel with 4 shelves making 5
compartment 78” x 36” x 19” 4
1 Single phase per point fittings includes following material & labour charges
4 Core / 1.5 mm Polycab Electrical cable
10/15 Amp switch board / fittings
On / off indicator switch
2 Three phase per point fittings includes following material & labour charges
4 Core / 2.5 mm Polycab Electrical cable
Four pole electrical Starter - L & T or Crompton make
16 AMP / MCB with fittings
1 New plumbing connection includes
PVC Outlet pipe, elbow, socket,
barel nipple, T , 1/2" Valve / Tap, flexible pipe etc.
with material & fittings
Contracter Principal
31