You are on page 1of 21

TENDER DOCUMENT

UNION BANK OF INDIA

DEPUTY GENERAL MANAGER


UNION BANK OF INDIA,
REGIONAL OFFICE
DUGRI ROAD
LUDHIANA.

FURNISHING/ELECTRICAL & DATA CABLING WORKS OF


KITCHLU NAGAR, LUDHIANA BRANCH

ARCHITECTS AND CONSULTANTS

M/S ARORA AND ASSOCIATES,


467-L, FIRST FLOOR, MODEL TOWN,
LUDHIANA (Contact no.94172-62266)
-1-
UNION BANK OF INDIA, REGIONAL OFFICE, LUDHIANA

TENDER NOTICE
(Along with terms & conditions)
FURNISHING/ELECTRICAL & DATA CABLING WORKS OF
KITCHLU NAGAR, LUDHIANA BRANCH
1. Tenders are invited on behalf of Deputy General Manager, Union Bank of India,
Regional Office, Walia Complex, Atam Nagar, Dugri Road, Ludhiana for the commissioning &
completion of above work. Tenderers are advised to inspect and examine the Site and its
surrounding and satisfy themselves before submitting their tenders as also to the nature of the
work, the means of access to the Site, etc. and any information they may require. Contractors
in general shall themselves obtain all necessary information as to risk and contingencies and
other circumstances which may influence or effect their tender. A tenderer shall be deemed to
have full knowledge of the site whether he inspects or not and no claims for anything extra
consequent upon any misunderstanding or otherwise shall be payable.
2. Submission of a tender by a tenderer implies that he has read this notice and all other contract
documents and has made himself aware of the scope and specifications of the work to be
done and of conditions and rates at which execution of the work is to be carried out.
3. A tenderer should quote in figures as well as in words the rate(s) tendered. The amount of
each item should be worked out and the requisite totals given. Special care shall be taken to
write rates in figures as well as in the words and the amounts in figurers only in such a way
that interpolation is not possible. In case of any discrepancy the rate mentioned in the works
shall be taken for evaluation purpose. In case of figures, the words, "Rs" should be written
before the figures of rupees and the word "Paise" after the decimal figure, e.g. Rs.2.16p
and in case of word "Rupees" should precede and the "paise" should be written at the
end. Unless the rate is in whole rupees followed by the word "only" it should invariably be
upto two places of decimal.
4. All rates should be quoted in the tender form, which shall have to be in sealed cover.
5. In case of item rate tenders, only rates quoted shall be recorded. Any tender containing
percentage below/above the rates quoted is liable to be rejected. However, where a tenderer
voluntarily offers a rebate, this may be considered.
6. Tenders shall be received by The Chief Manager, Union Bank of India, Regional
Office, Walia Complex, Atam Nagar, Dugri Road, Ludhiana by 22.04.2013 up to
03.00 PM and shall be opened in the office of the Deputy General Manager, Union
Bank of India, Regional Office, Walia Complex, Atam Nagar, Dugri Road, Ludhiana
on the same day at 04.00 P.M. in the presence of tenderers who wish to be present.
7. The tender must be accompanied by earnest money amounting to Rs. 20,000/- (Rupees
Twenty thousand only) in the shape of crossed Bank Draft issued in favour of Union Bank of
India, Regional Office, Ludhiana payable at Ludhiana. No other form of earnest money shall
be acceptable & tenders not complying with these conditions shall liable to be rejected. No
interest shall be payable on amount with held in the shape of earnest money or security
deposits.
8. On acceptance of tender, the earnest money will be treated as part of the security deposit
which shall be deducted @ 10% of the value of work done from all payments.
-2-
-2-

9. Bank will return the earnest money, where applicable to every unsuccessful tenderer
after the allotment of work or 90 days from the date of opening of the tender.

10. A tenderer shall submit the tender who satisfies each and every condition laid down in
this notice, failing which, the tender may be rejected.

11. The acceptance of tender will rest with Union Bank of India which does not bind
himself to accept the lowest tender and reserve to itself the authority to reject any or
all the tenders received without assignment of any reason. All tenders in whom any of
the conditions are not fulfilled or are incomplete in any respect are liable to be
rejected.

12. Bank further reserves to himself the right of accepting the tender whole or in part and
tenderers shall be bound to perform the same at their quoted rates. Also the
quantities of items can be increased or decreased as per requirement of the Bank.
However, the bank shall entertain no claim on this ground.

13. Since the work to be handed over complete in all respect with 100% workable and
functioning condition, so all material shall be F.O.R. site including all taxes like Sales
Tax, State Tax, Excise duty, Octroi, Freights, carriage etc. in respect of this contract
shall be payable by the Contractor(s) and the employer will not entertain any claim
whatsoever in this respect. Income-tax shall also be deducted as per statutory
instructions, from all payments due to the contractor(s).

14. This notice of tender shall from part of the contract documents.

15. The validity for acceptance of the tenders by the employer shall be upto 90 days from
the date of opening of tenders.
16. All corrections and over-writings shall have to be initialed by the tenderers. Efforts to
be made to avoid overwriting.
17. The bill of quantities attached to the tender documents is only approximate & is likely
to be increased or decreased as per site conditions.
18. Incomplete and conditional tenders shall be summarily rejected.
19. Contractor(s) shall be responsible for all constructions defects upto a period of Six
months from the date of payment of final bill.
20. Security deposits shall be released after defect liability period of six months is over
from the date of payment of final bill.
21. Bank shall not arrange/supply of any T & P, labour or material required for the
construction and completion of the work.
22. Bank shall not be responsible for any loss or damage to the contractor material or
machinery brought by him at site due to any reason or due to any act of God during
the course of execution. Contractor shall be liable to make good all the damages, if
any till the work is completed and handed over to the Bank Authorities.
-3-
-3-

23. Work shall have to be completed within 35 days from the 7th day from the date of ssue
of order. For unnecessary delay on the part of the contractor, they will be liable for
penalty @ Rs. 500/- per day subject to maximum of 5% of awarded sum. Bank may
extend the time limit in deserving cases for which request shall have to be made in
writing well in time with valid reasons recommended by the Architect.

24. Running payment shall be released after verification of all running bill and final bill by
the Architects and final checking of the work done by the Premises department if
required. Running payment may be permitted at discretion of the bank. Request for
such payment shall not be considered if the value of work done is less than Rs. 1
lacs.

25. All frame work drawings for fixing & other working drawing and details shall be
supplied by the Contractor & approved by the Architect before starting the job and any
clarification can be had from him in his office.

26. The time allowed for the completion of work is 35 days from 7th day after the date of
written order to commence the work or after the date on which the site is handed over
to the contractor, which so ever is later.

27. The successful tenderer should make own arrangement to obtain all materials
required at site including all perishable and non-perishable goods.

28. Contractor shall make his own arrangement for water supply, electricity and security
to his machinery plants & workmen, in case of availability of water and electricity from
work, contractor may be allowed to use the same.

29. All rates shall include the complete cleaning of site with in the premises and
surrounding areas before his submission of final bill and approval from the Architect.

30. If the contractor after receipt of written notice from the Architect requiring compliance
within ten days fails to comply with such further drawings/and or architects/
instructions, the employer may employ any other person to execute any such work
whatsoever that may be necessary and all cost incurred in connection with this shall
be deducted and recoverable from contractors bills by the employer on the certificate
from Architect as a debit.

31. All disputes arising out of work are subject to Ludhiana jurisdiction only.

CHIEF MANAGER

-4-
-4-

PARTICULAR SPECIFICATIONS AND SPECIAL CONDITIONS

1. The term Architect mentioned herein shall mean M/S ARORA AND ASSOCIATES, 467-L,
FIRST FLOOR, MODEL TOWN, LUDHIANA (Contact no.94172-62266) and their associates
as nominated by them.
2. A schedule of approximate quantities accompanies this tender. It shall be definitely
understood that the Architect do not accept any responsibility for the correctness or
competence of this schedule in respect of items and quantities and this schedule is liable for
alternation by omissions, deductions, or additions at the discretion of the Architect/ Employer
without in any way affecting the terms of the Contract.
3. Contractor's rate must include the cost of transportation of tools and machines to and from the
site, all taxes such as sales tax, Excise duty, toll tax and Octroi, Building/construction taxes,
Statuary review, if any, etc. and fixing/placing in position in rooms or any designated place for
which the item of work is intended to be operated. It must be clearly understood that claim for
any extra sales tax, Excise duty, Octroi, Freight etc. shall not be entertained in any case
whatsoever, once the tenders are opened.
4. Since its a TIME BOUND PROGRAMME the contractor might have to work in odd hours so
the contractor's rate shall include the cost of working in multiple shifts around the clock, if
necessary, and general lighting and other arrangements required by him for the same under
securities arrangement for execution completion of job.
5. The contractor shall not be entitled to any compensation for any loss suffered by him on
account of delays in commencing or executing the work, whatsoever the cause for such
delays may be, including delays in procuring necessary sanction or approval, etc. except that
he shall be granted extension of time as stipulated in the general conditions.
6. The contractor shall co-ordinate with Electrical and other contractors working on the site and
renders all assistance in carrying out the work within the scope of this contract so as to
facilitate progress in the Project.
7. All works shall be carried out as per the specifications for the work contained in this document
and the details shown on the drawing. Where specifications are not available in this
document, the specifications shall be followed as per C.P.W.D. or relevant I.S. codes.
8. Validity: The rates quoted shall remain valid for ninety days for acceptance by the Bank.
9. Mobilization & Secured Advance: No secured advance is payable. Bank shall not sanction any
mobilization advance grant to the contractor. Tenders containing any condition for
payment of mobilization grant are liable to be rejected.
10. Unless otherwise mentioned all materials shall be I.S.I. marked. In case no particular make is
mentioned or the product is not registered with I.S., the contractor shall get the sample(s)
approved from the Architect/Employer for those items before using at the work. Failure to do
so, work may be rejected and in that case contractor shall have to remove the
defective/unapproved material and redo the work for which no claim shall be entertained.
11. Any deviation with respect to time or specifications, Bank without prejudice has the right to:
A ) Cancel / Rescind / Revoke the order to the contractor
B ) Impose penalty upto 20% of the total value of job to the contractor
12. All tests of materials and work done shall be carried out as per standard mandatory test by the
contractor at his own cost from the Govt. Approved lab.
-5-
-5-

SPECIFICATIONS / BRANDS / MAKE OF ITEMS TO BE USED IN

FURNISHING, ELECTRICAL & DATA CABLING WORKS OF

UNION BANK OF INDIA, KITCHLU NAGAR, LUDHIANA BRANCH

DESCRIPTION B R A N D
a) Board / Ply : Greenply, Century, Archid conforming to
ISI specifications
b) Laminate 1 mm th. : Amulaya, Archidlam, Marino, Decolam,
Formica, Greenlam, Century, URO, Sundek
Virgo ( As per approved shade)
c) Door Closer / Floor spring : Everite, Doorking, Sandhu ISI
Marked.
d) Drawer & Keyboard, Slide Rails : Earl Bihari, Ebco
e) Glue for fixing commercial Board / : Fevicol ( pidilite)
Laminate
f) Glass : Triveni, Modi Float
g) Mortice Latch & Lock : Godrej
h) Vertical Blinds : Vista Levelor / Mac.
i) Tapestry/leather foam : Harmony, Vimal, Bhor
j) Aluminium Sections : Jindal/Mahavir/Hindalco
k) False Ceiling : Gypsum marked Gypsteel
l) Synthetic Enamel : Asian, Nerolac, ICI
m) Emulsion paint/ Plastic Paint : Asian, Nerolac, ICI
n) MCBs : MDS, Havells make
o) DB`s : MDS, Havells make
p) Switch & Socket : MDS, Havells make
q) Pipe (PVC) : Uniplast, D-Plast, AKG
r) Telephone Cable : Delton
s) Wires : Havells, R.R. Kabels. Finolax
t) Cables : Grandley, ICC, R.R. Kables.
u) Fans : Khaitan, Crompton
v) Mirror Optics : Philips, Crompton
w) Spot Light & Light fitting : Philips, Crompton
FORM OF TENDER

Date______________
To
The Deputy General Manager
Union Bank of India
Regional Office
Dugri Road
LUDHIANA.

Dear Sir,
Having duly examined the tender documents, including the drawings,
specifications, designs, schedule of quantities relating to the works specified in
the under written memorandum and having visited the site of the said works and
having acquired all the requisite information relating thereto as effecting this
tender. I/We hereby offer to execute the works specified hereunder with in the
time specified therein at the rates specified in the Schedule of quantities and in
accordance, in all respects, with the specifications, designs, drawings, and
instructions in writing referred to in the conditions of tender. The articles of
Agreement, special conditions, the schedule of quantities and conditions of
contract and with such materials as are specified, by and in all other respects in
accordance with such conditions in the schedule of quantities and conditions of
contract so far as applicable.

A) Name of work : FURNISHING/ELECTRICAL & DATA CABLING


WORKS OF YOUR KITCHLU NAGAR LUDHIANA BRANCH

B) Earnest Money : Rs. 20,000/-


C) Percentage, If any to be : 10%
deducted from bills.
D) Time Allowed : 35 days from the 7th day from the
date of issue of work order
E) Defect Liability period : Twelve months

F) Period of Final Measurement: One Month after the date of virtual


completion.
G) Minimum value of work of : Rs. 1 Lacs. Work done. With out
Interim certificate. any Mobilization or Secured advance.

for:

(Signature of the contractor duly addressed and Stamped)


(A) TENDER FOR FURNISHING WORK OF
UNION BANK OF INDIA, KITCHLU NAGAR, LUDHIANA BRANCH

S.NO DESCRIPTION Quantity UNIT AMOUNT


RATE
(RS)

1 FRONT LINE COUNTERS:

Providing and fixing in position counters as per 27 R.ft.


layout plan ,in single level 46 wide, 26 high &
26 deep. Counter shall be made of 19mm thick
(I.S.I. marked)phenol bonded boiling water proof
commercial board with 1mm thick laminate
(Signature /Formica/Greenlam) on visibal surface in
combination of shades (white, blue & red ) of
Signature mica or equivalent .Front apron will be in
single level , finshed with laminate with appropriate
grooves finished with melamine polish as/appd.
sample as per drwg .with provision of cable manager
for computer cables at appropriate place, with teak
wood liping x1/4 on inner side (officer side) and
all edges including bottom touching floor and half
round moulding 3/4x3/4 on front side(public
side). The counter shall have key board 22 wide and
15 deep made of 19mm thick commercial board
with 1-1/2x3/4 teak wood moulding on front and
back sides with champhered edges and x1/4
lipping on remaining two sides and 1mm thick
laminate on horizontal surface with drawer channel
of 15 length. A full depth CPU shelf 9 wide shall
be provided at left hand side of counter underneath
the working top, at 4 above the floor level and 3
away horizontally),from vertical end (officers side)
which will be made of 19mm thick commercial board
laminated with 1mm thick laminate on top and
x1/4 teak wood lipping on two visible sides . A
full length foot rest made of hard wood 3x1-1/2
section shall be provided at 4 above floor level. One
drawers 16x19 (outer size) and of 6 clear depth
shall be provided on right hand side of the counter, of
which 3 sides will be made of 12mm commercial
plywood and front side of 19mm commercial board
with 1mm thick laminate. The bottom of drawer shall
be made of 6mm thick commercial plywood. The
drawer will be provided with handle /knob of good
quality to be got approved before fixing with drawer
channel of 18 length. The drawers will be divided
into six compartments with 12mm thick commercial
plywood 12mm thick both side pre-laminated board
partitions for keeping different currencies with auto
closing lock. One cupboard with shutter, handle
/knob/auto closing lock and magnetic catche shall be
provided beneath the drawers with each counter on
its right / left hand side. Non-laminated surfaces i.e.
inside leg space of counter /nuwood lipping
/moulding/footrest etc. shall be enamel painted .

2 ALUMINIUM PARTITIONS ( 4 x 1 )

Providing and fixing new aluminium partition 25 Sq.ft.


4x1 extruded section of various sizes as given
below (after getting it anodised with light grey
aluminium colour , 2mm gauge & 14micron) to be
fabricated as per approved pattern for doors/partitions
fixed in position (with floor /wall/roof)with rawl
plugs,wooden pegs, screws, aluminum angles /cleats,
butt hinges etc.There will be three horizontal
members for 46 high partitions (at 0,26and 46
partitions), three horizontal members for 70high
partitions(at 0,26and 7)four horizontal members
for 86 high partitions(at 0,26,7 and 86),four
horizontal members for partitions above 86 up to
12 ceiling level (at 0,26,7 and ceiling level) as
per site conditions. The spacing of the vertical
members shall not be more than 4.Both sides pre-
laminated board 12mm thick shall be fixed in
partitions with squared /tapered glazing clips up to
26height and beyond 86 height as per site
conditions and 5mm thick clear plain float glass shall
be fixed in partitions with glazing clips ,beading and
rubber gaskets, between 26 to 86 height. The
doors will be made of three horizontal members and
two vertical members provided with 8long
aluminum handle and 8 long aluminum tower bolt,
door stopper, four lever lock and aluminum t- section
/ angle at outer vertical side. After fixing / embedding
of partitions with wall, floor, roof, etc. the surface
will be properly repaired / made good to match with
existing specification.

3 MAIN ENTRANCE DOOR :

Providing and fixing main entrance door made of 42 Sq.ft.


12mm thick clear float glass with acid wash of
approved pattern ,fixed in anodised aluminum
extruded section 88x40x 3.2mm with rubber gasket
and 18long stainless steel ,handle of superior quality

and approved design on both sides . The door will be


mounted on double action heavy duty floor spring,
the cost of which will be included in rate.The vertical
visible edges of glass will be grinded and polished.

WOODEN PARTITIONS
4
Providing and fixing wooden partitions 30or 36
460 Sq.ft.
high made of 2X1 partal wood frame @ 20 c/c
vertically & horizontally. The bottom member shall
be of partal wood of size 2x4. The partal wood
frame should be fixed rigidly at floor level.The frame
work to be cladded with 8 mm thick (I.S.I.marked)
phenol bonded boiling water proof commercial ply
& with 1 mm thick laminate on both sides as/
approved shade & colour. All exposed teak wood
mouldings (2 x 1 ) & beadings shall be stained
to approve colour & finish with melamine polish or
enamel painted

CASH CAGE PARTITION:-


5
S & F and keeping in position cash cage partition as
per design drawing & specifications with 5.5 mm 120 Sq.ft.
H.P.G./ equivalent plate glass in front with rounded
edges. The sides of the cash cage shall be finished in
1x1 welded mesh above 4-0 height from floor
level & with mica laminate finish of 1.0 mm
thickness over 6.0 mm comm. ply on both side in
panels upto 4-0 ht. all wooden members for cash
cage shall be in C.P. Teak rigid framing with 3x1.5
members at 16 c/c both ways. All glasses shall be
set in C.P. teakwood beading. The cost shall also
include s/f of a wooden tray as per design fixed in
corner in thick teak faced block board. The door
of cash cage shall be in 1.5 thick the cost also
include all fittings, tower bolts, godrej night latch,
aldrop, handles, steel hinges etc. All wood work shall
be spirit polish/ paint to a choices/shade and color
and metal portion enameled to a desirable finish of
choice shade as per specification and as per
Architects specification.

6 12 mm GLASS IN FRONT & SIDE COUNTERS


50 Sq.ft.
Providing & fixing 12 mm plain glass with acid wash
/etching of approved pattern/textured fixed to steel
holders at appropriate distance sufficient in number
so as to hold glass complete in all respect. as/
drawing. All the visible edges of glass shall be
grinded & polished & bevclled edges.

7 WALL PANELLING

S & F wall paneling , as per design , consisting of


6mm th. teak ply fixed on wall with 2x1 kailwood 700 Sq.ft.
framing at 16c/c both ways with 4mm wide vertical
groove at 16c/c and horizontal groovesas desired.All
woodwork shall be melamine polished or painted to
choice shade and color as per Architects
specification.

8 TABLES

a) BRANCH MANAGER TABLE

Supplying wooden table of size 6 x 3x26 made up


of 19 mm thick (I.S.I. marked) phenol bonded boiling 1 pc,
water proof commercial board with 1mm thk.
laminate on vertical as well as horizontal surfaces
with provision of 3 dia round cable manager for
computer cables at appropriate place with teak wood
lipping x on inner side ( officer side )and all
edges including bottom touching floor and half round
teak wood moulding x on remaining three
sides.The top will be having 2 x 1 teak wood
moulding on all four sides,shape as per drwg.The top
will be protruding out 6 from sides and 9 from
visitors side and outer 3edge will be made of
doubleboard. There will be one storage unit 15
wide having one drawer & cabinet on the right or left
side of the table as per drwg..The front apron will be
in two levels ,with 6 frame from sides & 9 from
top, up then the base finished with laminate and
sides to be finished with x teak wood lipping.
laminate at the base (front side) will be pasted in
grooves as/design with opposite grains as shown. The
table shall have wooden. keyboard tray. A full deep

CPU shelf 15 wide shall be provided at left or right


hand side of counter underneath the working top ,at
5 1/2 above floor level and 3 away (horizontally)
from vertical and (officers side) which will be of
19mm thick commercial board laminated with 1mm
thick laminate on top and x1/4 teak wood lipping
on visible edges .A full length foot rest made of hard
wood 3x1/1/2 section shall be provided at 4 above
floor level. Non laminated surface i.e. inside leg
space of table/inside of drawer /cupboard/outside of
drawer/footrest /moulding shall be enamel painted

CUSTOMER VOUCHER STAND ( WALL


b) MOUNTED)

Customer voucher stand of size 3x16x16 fixed


with wall (with the help of screws) at 33 height 1 pc
from floor level , having 10 deep 12 compartments
in two rows of 10x6 each with 8 clear space at
front for writing . The outer frame is made of 19mm
thick (I.S.I. marked) phenol bonded boiling water
proof commercial board with 1mm thick laminate on
vertical and horizontal surfaces with teak wood
lipping x , Compartments shall be made of
12mm thick both side prelaminated board with teak
wood lipping x o n front . These can also be
made of thick ply wood with teak wood lipping
x on front and inside of compartment and
lipping shall be enamel painted.

CENTER TABLE
c)
Supplying Center table of size 2'6- 30 diameter,
18 high with circular glass top (12 mm thick )
2 pc.
protruding 9all sides over wooden base made of
th. Commercial board as/design.

DRESSING TABLE
d)
Supplying wooden dressing table of size 4 x
16x16 made up of 19 mm thick (I.S.I. marked) 1 pc.
phenol bonded boiling water proof commercial

board with 20x 40 mirror & 1mm thk. laminate


on vertical as well as horizontal surfaces. There will
be one storage unit 15 wide having one drawer &
cabinet on the right or left side of the table as per
drwg. complete in all respect.
e) WOODEN BOX TO COVER SHUTTERS

Supplying & fixing wooden box, as per design , to


180 Sq.ft.
cover entrance shutters consisting of 6mm th. board
/ply fixed to wall , mounted with laminate of shade
and color as per Architects dwg.

9 CREDENZA ( 21 WIDE )

Providing & fixing of credenza of size 21 width 40 R.ft.


& 26 high made of 19mm thick (I.S.I. marked)
phenol bonded boiling water proof commercial
board and 6mm thick plywood on back side with
1mm thick laminate on top horizontal surface and on
vertical visible side only with teak wood lipping
x1/4 on all edges including bottom touching
floor. The credenza will have two lockable drawers
of same size 6 in depth & two cabinets and the
surface of other then laminated should be enamel
painted.

10
CREDENZA ( 15 WIDE )

Providing & fixing of credenza of size 15 width 3 R.ft.


& 26 high made of 19mm thick (I.S.I. marked)
phenol bonded boiling water proof commercial
board and 6mm thick plywood on back side with
1mm thick laminate on top horizontal surface and on
vertical visible side only with teak wood lipping
x1/4 on all edges including bottom touching
floor. The credenza will have two lockable drawers
of same size 6 in depth & two cabinets and the
surface of other then laminated should be enamel
painted.

11 GYPBOARD FALSE CEILING

Providing and fixing false ceiling of plain gypboard 120 Sq.ft.


/elephant board (12mm thick) in plain or in steps and
frame as per companys manufacturing specification
including 2 or more coats of plastic emulsion paint if
required as per Architects instruction.
12 REPAIR WORK OF EXISTING P.O.P.
CEILING

Repairing existing p.o.p. ceiling by replacing 250 Sq.ft.


damaged M.S. wire mesh , channels & p.o.p. plaster
during furnishing work as per requirement &
Architects instructions.

PAINT WORK OF P.O.P. FALSE CEILING


13
Applying 2 or more coats of plastic emulsion paint
730 sq.ft.
including making of ground, rubbing , filling of
putty base preparation etc on existing p.o.p. false
ceiling as per Architects instruction.

14 NOTICE BOARD :-

S & F of notice board of overall size of 30x20x6 2 pc.


deep made out of one side teak face block board .
The back shall be in 6mm th. comm.. ply with
maroon cloth finish fixed over th. celotex board .
The front shutters shall be in 5.5mm th. glass of HPG
make fitted in aluminium channel guide and shall
have a Godrej make lock . All woodwork shall be
spirit polished or painted to choice shade and color
as per Architect Choice.

15 BANK LOGO :-
2 no.s
Providing and fixing Bank logo in position as /bank
norms ,complete in all respect

16
GRANITE ON CASH COUNTER :
22 Sq.ft.
Providing & Laying, granite (20mm thick) as/ design
pattern with necessary chemical /cement mortar or
adhesive as required of approved colour , including
making moulding on steps as per approved pattern,
designed by the Architect/Bank Engineer.
17 FIXING OF M.S. BARS OVER CASH
COUNTER :
44 Sq.ft.
Providing and fixing thick M.S. square bars at 9
c/c over Cash cabin including paint work complete
in all respect.

18 DOOR CLOSER :
3 no.s
Providing and fixing hydraulic door closer ISI
marked of approved brand & manufacture as per
direction of the Architect.

19 DOOR LOCK :
2 no.
Providing and fixing colour (matching with
aluminum partitions) door lock Godrej/ISI marked of
approved brand & manufacture as per direction of
the Architect / banks engineer.

20 PLANTER BOX : 3 no.s


Providing planter box made of thick commercial
board with lamination all around and teak wood
lipping 1x at top , supported on 2 high recessed
skirting made of thick teak wood . Aluminium
sheet should be provided inside the planter box at
bottom & four vertical sides upto full height.

TEAK WOOD MOULDING : 120 R.ft.


21
Providing & fixing teak wood molding with spirit
polish wherever required

TOTAL A
B) TENDER FOR ELECTRICAL & DATA CABLING WORKS AT
UNION BANK OF INDIA, KITCHLU NAGAR, LUDHIANA.

S.N DESCRIPTION OF WORK UNI Quantity RATE AMOUNT


O TS
(RS)

1. ELECTRICAL POINT WIRING :-

Providing & fixing & testing of electrical points including


wiring, plate type switches, socket & ms switch boxes with
rust proof treatment switch board size should accommodate
the required nos of switches sockets etc where required
complete with 1mm 52 multi stand wire for earhing in 25
mm dia underbreakable PVC conduit of wall, thickness,
2mm ISI marked diplast ,AKG make with special under
floor/wall & above false ceiling & copper conductor wire
only be used of Havels, Polycap, Finolex make.
a) 5 AMP light wiring with 1.5 mm sq. multi stand PVC Each 35
coppers wire including plate switch sockets of Anchar
make ( Roma Series )

c) 5 Amp socket point wiring with 2.5 mm sq. multi stand Each 12
PVC copper wire including plate switches, socket of
Anchor make ( Roma series )

d) 30 Amp. with 4mm sq. multistand PVC copper wire and Each 4
metal clad enclosure, sockets and plugs.

e) 15 Amp. wiring with 4mm sq. multistand copper wire Each 5


with plate switch sockets of Anchar Make.

2. CIRCUIT WIRING

Supply & election PVC insulated cable with copper


conductor ( un sheathed ) left bare including cost of PVC
Pipes wires of approved make. (Finolex, Polycap, Klinga,
make)
1. Cable size 2 x 2.5mm sq. copper conductor. 1100 Volt Mt. 1450
grade.

2. Cable size 2x4 mm sq. copper conductor 1100 volt grade. Mt. 140

3. Cable size 2x6mm copper conductor 1100 volt grade. Mt. 125

4. Cable size 35 sq mm 4 core Armend Cable aluminum Mt. 40


Conductor with 2 No. earth G.I wire.
3. UPS POINTS

P/F & testing triple 5 amp point wiring for computers with Each 9
2.5 mm aq. Multi stand copper PVC wire in unbreakable
PVC conduits 25mm. dia with special having wall thickness
2mm incl. MS switches boxes with rust proof treatment size
to accommodate the three No. Piano type 5 amp sockets. 3
pin sockets controlled by 1 No. 5 Amp Piano type switches
indicator mounted on 3mm thick ISI marked bakelite
laminated sheet and painted of box etc complete as
requirement. (Switches/ socket Anchor make.)_

4. BELL POINT

Wiring fir bell point with 2x1.5mm sq multi stand PVC Each 1
insulated single core cable copper conductor in PVC conduit
in wall/ existing floor i.e. providing and fixing of MS
switches boxes with rust proof treatment size as reqd bell
push and steel plate switch as reqd.

5. DISTRIBUTION BOXES

a) P/F Commissioning & testing Distribution box 4 way Each 3


Double Door TPN with 63 amps TPN isolator & 12 Nos
SPMCB make STANDARD/ HAVELS/ SIEMENS
complete job to satisfaction of the architect.

b) P/F of D/B 4 way S.P.N. with MCBs for U.P.S. Set 2

c) P/F of metal claid industrial type ply & socket with MCB . Set 4

e) P/F of 16 SWG sheet adopter box for installation of above Set 1


items.

6. PVC PIPE FOR DATA CABLING

a) Providing & laying underbreakable PVC conduit 32mm Mt. 235


dia of wall thickness 2mm for data from server to place of
work complete in all respect. (including accessories)

b) Providing & fixing of PVC copper cables as

i.) 4x16 sq.mm aluminium armond cable Mt. 35


ii). 2x2.5 sq.mm copper conductor 1100 volt. Mt. 30
iii.) 2x4 sq.mm copper conductor 1100 volt. Mt. 35
7. EARTHING Sets 2

a) Supplying and installation of earth stations with 600 mm x


600 mm x 3mm the copper plate electrode complete with
25mm dia B class GI Pipe for watering incl funnel 30
cm x 30 cm x 30 cm masonry chamber with precast RCC
cover complete with salt & charcoal filling (as per IS
3034-1987) incl copper strip wide 3mm th.

b) supplying, installation, electing proper connection, testing Mt. 100


and commissioning of the with 8 SWG copper solid wire.

8. CEILING LIGHT.

Supplying fixing & testing of square modular sitting 2x36 Each 9


watt CFL fitting incls 2 Nos CFL lamps make Philips Ref
cat no. FBS 300/236. HPF.

9. DOWN LIGHT

Supplying fixing testing & commission down light fixture Each 13


make Crompton Greves/ Philips cat No. FBH 150/218 12x
18 watt. complete with all fittings. Tubes & connecting with
1.5 mm copper wire from adjacent point.

10. WALL FANS

Supplying fixing testing & commission of 16 dia oscillating Each 7


wall fans with regulator make Crompton, Greaves complete.

11. MAIN CONTROLLER PANEL

LT Panel :-Design, Supply,Testing, Installation & Set 1


Commissioning of L.T. Panel made out of 16 SWG ( 1.6
mm thick) sheet steel, Compartment type, Powder coated,

Painted.
Panel shall be floor/ wall mounting type, complete with inter
connection of outgoing cables.
INCOMING FEEDER

a) Main controlling TPN main switch 160 amp. (L/T make).

b) Change cover TPN 100 amps Switch. (Havells make)


c) Voltmeter 0 to 500 Volt. With selector switch. ( Havells
make)
d) 3 Nos. Phase Indicator lamps.

e) 250 amp capacity for strips Aluminum bus bars.


OUTGOING FEEDER
a) 1 No. outgoing 100 amp TPN MCCB ( Havells L/T make)
b) 2 No. 63 amp TPN MCCB ( Havells L/T Make)
c) 3 No. Phase Indicator lamps.
d) 200 amp capacity for strips Aluminum bus bars.

P & F of 3 Nos. 200 amp kitkat with 1 on nutel link on Set 1


suitable size of wooden plank of thickness not less than
25mm complete as secure ( Key/ Std./Havells make)

12. TELEPHONE WIRING

Telephone points with two pair wire of finolex make running Each 6
through PVC pipe of standard specifications as required with
jack socket.

13. P/F of magnetic lock multi pan wire . --- Lump


sum

14. P/F of air conditioner point with 25 Amp. Socket & plug No. 2
as required .

15. Providing & fixing of single tube set 1x28 watt ( 122 x 228 No. 4
H.F. ) Philips make.

16. DATA CABLING

a. U.T.P. Cable cat -5E - ( D link ) Mt 420

b. Information outlet box ( D link ) Pc. 8

c. Surface mounted box ( D link ) Pc 8

d. 9U wall mounted rack ( D link ) No. 1

e. Patch cords ( D link ) No. 9

f. 24 post patch panel (D link ) No. 1

g. 16 post 10/100 mbps Ethernet switch ( D link ) No. 1

h. Labour for total LAN cabling in branch including fitting L.S. --------
of lease line / isnd line , rack testing of networking.
TOTAL B Electrical & Data cabling works

TOTAL A Furnishing works

GRAND TOTAL A+B

STAMP & SIGNATURES OF CONTRACTOR

DATE

You might also like