Annexure I - Bank Of India

CIVIL & INTERIOR FURNISHING WORKS
TENDER - CIVIL & INTERIOR FURNISHING
WORKS
FOR
BRANCH
AT
NAGPADA, MUMBAI
ARCHITECTS:
M/s Prakash Walavalkar & Associates
102, Ameya Tower,
1139 Pavwala Street, Grant Road
Mumbai 400 004
Tel: 28822143 / 23855343
Mobile: 9869015343
Email: [email protected]
[email protected]
PART I – TECHNICAL BID
Page 0
CIVIL & INTERIOR FURNISHING WORKS
CONTENTS
INDEX
TENDER NOTICE
PAGE NO
2
INSTRUCTIONS TO TENDERERS
3–4
PREQUALIFICATION CRITERIA
5–6
TENDER & APPENDIX
7–8
GENERAL CONDITIONS OF CONTRACTS
9 – 11
SPECIFICATIONS OF GENERAL WORKS
12 – 17
LIST OF INDIAN STANDARDS
18 – 19
RECOMMENDED BRANDS
PART I – TECHNICAL BID
20
Page 1
CIVIL & INTERIOR FURNISHING WORKS
TENDER NOTICE
1. Sealed item rate two bid Tenders are invited from Empanelled Furnishing Contractor’s having
adequate resources and experiences in the execution of similar works of comparable
magnitude:
Name and nature of works:
Location:
Time for completion:
Cost of tender papers:
Civil & Interior Furnishing Works
Nagpada, Mumbai
40 days.
Rs. Nil.
2. Tender document shall be downloaded from the Banks’ website mentioned below
www.bankofindia.co.in from 29/01/2015
3. Three separate envelopes enclosed in one single large envelope shall be submitted by the
Tenderer. Single large envelope to consist of Envelope I - Technical Bid
Envelope II - Financial Bid
Envelope III - EMD
4. Sealed Tenders documents shall be submitted latest by 01.00 p.m. on 07/02/2015 at Bank
of India , A & S Department, Mumbai South Zone, Bank of India Building, 1st Floor, 70-80,
M.G.Road, Fort, Mumbai – 400 001
5. Technical Bid shall be opened at Bank of India , A & S Department, Mumbai South Zone,
Bank of India Building, 1st Floor, 70-80, M.G.Road, Fort, Mumbai – 400 001 on 07/02/2015
6. Financial bid of only those bidders will be opened which are prequalified after opening of
Technical Bids later.
7. The BANK reserves the right to reject any or all the tenders and accept the lowest or any
other tender or award the different parts of the tender by splitting them to different tenders
without assigning any reason whatsoever.
8. Tender shall be valid for a period of 90 days from the date of opening.
9. Contractors having two or more projects on hand will not be considered eligible.
10. Bank of India discourages the stipulation of any condition by the tenderers. The conditional
tenders are liable to be rejected.
Contractor Name & Address:
Date & Time of Submission:
PART I – TECHNICAL BID
Page 2
CIVIL & INTERIOR FURNISHING WORKS
INSTRUCTIONS TO TENDERERS
1. The Tender shall be submitted in accordance with these instructions and any Tender not
conforming thereto is liable to be rejected. These instructions form part of the Tender and
the Contract.
2. No additions/alternations in the form of the Tender or in the Schedule of Quantities and no
additions in the shape of special stipulation etc. are permitted. Tender who do not fulfill any
or all of the above conditions or are incomplete in any respect are liable to be summarily
rejected.
3. The contractor should particularly note the units on which the rates are based. In case the
amount shown in the last column as worked out by the tenderer differs from that worked out
from the quantity and quoted rate, the amount based on the rate and the quantity will be
taken as correct. In case there is a difference between the rates in figures and words, the
rate adopted by the contractor for working out the amount of the item will be taken as correct.
In other cases, the final rates adopted will be the lower of the two. No change in units shall
be allowed.
4. Acceptance of the Tender will rest with the competent authority (from the bank) that reserves
the right to reject any or all Tenders without assigning any reason therefore.
5. The tenderer whose tender is accepted will have to enter into regular agreement within 7
days from date of receipt of intimations of acceptance of the Tender and abide by all rules
and regulations mentioned therein. The amount of Earnest Money shall be forfeited if after
acceptance of the Tender, the Contractor fails to execute the agreement within 7 days of the
date of work order.
6. The tenderer shall have assumed to have carefully examined the site, conditions and
specifications of the contract, and to have fully acquaint him-self with all details of site
location, site conditions and in general all necessary information and data pertaining to the
work prior to tendering for the work.
7. Tenderer should abide by all the formalities and rules & regulations of Richardson & Cruddas
Management team.
8. If a firm or company is submitting the tender, it should mention in its forwarding letter the
names of all partners, directors, etc. The Tender shall be filled in, signed with all particulars
complete and submitted by one duly authorized to do so.
9. Conditional Tenders are liable to be rejected. Tenderer are advised to avoid putting
conditions that are at variance with the terms and conditions already stipulated in the tender
or quote conditional rates for any of the items in the Schedule of Quantities.
10. Corrections, if made, shall be made neatly and clearly and duly attested by one authorized to
do so.
PART I – TECHNICAL BID
Page 3
CIVIL & INTERIOR FURNISHING WORKS
11. The Tenderer may in the forwarding letter mention any points which he may wish to make
clear, but right is reserved by the BANK to reject the same if the tender becomes conditional.
12. The Tender will be liable to be rejected outright if:
a) The Tenderer proposes any alternations in the work specified in the Tender, in the time
allowed for execution and any other conditions.
b) Any of the pages of the Tender are removed / replaced.
c) All corrections and additions or pasted slips are not initialed by the Tenderer.
d) The Tender is not complete in all respects.
13. The Tenderer shall complete and submit the following for his tender to be considered as
bonafide:
a)
b)
c)
d)
e)
Prequalification Criteria with Self attested copies of relevant documents
Form of Tender and Appendix.
Bill of quantities, each page duly signed.
List of plant/equipment and personnel to be employed on the said works.
Requirement of power, water and extent of storage space, etc. for the duration of the
works.
f) List of previous similar works executed (last 3 years) citing location of works, their
magnitude, time for completion, name of Employer / Architect to whom reference may be
made in regard thereto.
g) Details as above for works on hand.
14. The Tender documents duly completed in all respects along with other accompanying
documents shall be submitted in one envelope sealed any super scribed.
15. All the rates indicated in the tender shall be inclusive of all material charges, transportation,
local levies as applicable, loading, unloading, lifting- shifting, erection, Scaffolding , testing,
commissioning, VAT, Sales tax, any additional/special duties, excise, custom duty etc. as
applicable.
16. The rates quoted shall also be inclusive of Local Authorities Permission / Handling of
Municipal / Local problem is in contractor’s scope of work, including obtaining verbal local
permissions for smooth functioning the project, Bank shall not pay any extra amount for the
same.
Contractor Name & Address:
Date & Time of Submission:
PART I – TECHNICAL BID
Page 4
CIVIL & INTERIOR FURNISHING WORKS
PREQUALIFICATION CRITERIA
Following are the Prequalification Criteria
• Joint ventures or consortiums shall not be permitted.
• Contractor must have executed at least
One works of similar nature of value not less than Rs. 20 Lacs during the last 3 years
OR
Two works of similar nature of value not less than Rs. 12 Lacs during the last 3 years
In Mumbai
(Please attach copies of Work Completion Certificate of Client in Support)
• The contractors should have PAN, VAT and Service Tax nos.
• Contractor must have office at Mumbai
• Contractor shall apply for prequalification strictly in the prescribed format only.
• Contractors shall also authorize the Bank / Architect to approach his Employers, Clients,
Corporations, Organization, etc. to verify Contractor’s general reputation / competence.
• The Bank / Architect reserve the rights to accept or reject any application.
• The firm should have minimum average annual turnover of Rs.20 lacs during the last 3
years (Please attach copies of Turnover & balance sheet).
• Clarifications, if any required, may be obtained from Bank / Architect
• Applicants shall furnish documentary evidence / certificates in support of their claim of work
undertaken and work in hand, failing which the application will be liable for rejection.
• Mere fulfilment of minimum eligibility criteria will not entitle for Pre-qualification as prequalification will be done after taking into account various parameters such as inspection of
work by Clients and Architects carried out by them, receipt of satisfactory reports from
clients.
SIGN & SEAL OF THE APPLICANT
PART I – TECHNICAL BID
Page 5
CIVIL & INTERIOR FURNISHING WORKS
FORMAT OF APPLICATION FOR PREQUALIFICATION OF CONTRACTORS
ANNEXURE A – INTRODUCTION
1
Name of Contractor/Company/Firm
2
Full Address
3a
3b
3c
3d
4
Telephone Nos.- Office
Fax No
Mobile No
Email Id
Year of Establishment
Constitution of the firm (whether
Propriety /Firm/ Partnership etc.)
Enclose
certified
copies
documents as evidence
5
4
5
6
7
8
9.
of
Name of Sole Proprietor / Partners/
Directors with particulars / Liabilities
Name of person holding the power of
Attorney (Attested Photocopy of
power Of attorney be enclosed)
Registration with Authorities:
PAN
VAT
SERVICE TAX
ESIC
EPF
Furnish copies of the returns filed
for last 3 years
Registration & Classification with
Public Sector Units, State PWD,
CPWD, CIDCO, and MCGB / NMMC /
MHADA etc.
Name and Address of the Bankers
Do you have any NPA account or
defaulter with any Bank or any dispute
or any Litigation? If so please furnish
details.
SIGN & SEAL OF THE APPLICANT
PART I – TECHNICAL BID
Page 6
CIVIL & INTERIOR FURNISHING WORKS
TENDER
To,
The Chief Manager
BANK OF INDIA
A & S Department,
Mumbai South Zone,
Bank of India Building,
1st Floor, 70-80, M.G.Road,
Fort, Mumbai – 400 001
Dear Sir,
TENDER - CIVIL & INTERIOR FURNISHING WORKS FOR NAGPADA BRANCH, MUMBAI
Having inspected the site and having examined the conditions of contract, Special Conditions of
Contract, Specifications and Bill of Quantities for the above mentioned work, we the
undersigned offer via financial Bid attached to execute and maintain the entire works Or such
other sum may be ascertained in accordance with the said Conditions, Special Conditions of
Contract, specifications, Bill of quantities and Appendix hereto.
Our tender is accompanied with Earnest Money as required in the instructions to tenderer. If
our tender is accepted, the Earnest Money along with additional cheque to make the total 2% of
tender value to constitute the Initial Security Deposit towards due and proper performance of the
contract.
We undertake if our tender is accepted, to commence the works and complete the same
within the time stipulated in the Appendix.
We agree to abide by this tender for a period specified in the Tender Notice. It shall remain
binding on us and may be accepted at any time before the expiry of that period and / or before
the expiry of any further period extended by mutual consent. In case of any default by us in our
obligations above, we acknowledge you are at liberty to forfeit the Earnest Money deposited
herewith.
Until and unless a formal agreement is prepared and executed this Tender together with your
written acceptance thereof, shall constitute a binding contract between us together with all the
general Conditions of Contract, Special Conditions of Contract, Specifications, Bill of Quantities
and Price, and Instructions to Tenders.
We understand that you are not bound to accept the lowest or any other Tender you receive.
Note:
• The Appendix forms part of the Tender.
• All Blanks to be filled in.
PART I – TECHNICAL BID
Page 7
CIVIL & INTERIOR FURNISHING WORKS
APPENDIX TO TENDER
01
Earnest Money Deposit
02
Security Deposit
03
Rs 20,000/- [Pay order
Favoring”Bank of India”
Initial
2% of Tender Amount
During Maintenance period
@ 4% of Value of Work
/Demand
Draft]
Insurance
Workmen’s
Insurance
Compensation
of
As Required By Law
04
Period of commencements
Works from date of acceptance
05
Time for Completion of Work
40 Days Maximum
06
Amount of Liquidated Damages
0.5% of Value of Contract per Week
07
Period of Maintenance [Defects
12 Months from Certified Completion
Liability Period]
08
Amount of Interim Certificate
09
Percentage of Retention from
interim Certificates [Inclusive of 8%
Initial Security Deposit]
10
Time within which payment shall be
made after architects certification
07 Days
Rs. 5, 00,000/- Minimum
Interim Bill
15 Days
Final Bill
30 Days
Contractor’s Signature:
Date:
PART I – TECHNICAL BID
Page 8
CIVIL & INTERIOR FURNISHING WORKS
GENERAL CONDITIONS OF CONTRACT
1. The works are to be carried out outside and inside the banks premises. The tenderer should
visit the site in order to ascertain the extent of work, difficulties at site, storage space
available, and other site conditions.
2. The works include renovation of vital areas of the operational branch. Works will need to be
so planned that minimum disturbance is caused to the bank staff & customers. Works plans
shall be devised keeping this is mind and got approved by the Architect.
3. The contractor, whose tender is accepted, shall within 7 days of receipt of written acceptance
of the tender enter into a written contract with the Bank for the due execution of the works by
signing an agreement in accordance with the draft agreement, including special conditions,
schedule of quantities and other conditions attached. Otherwise, the written acceptance
(Work Order) by the Bank will constitute a binding agreement between the Bank and
Contractor so tendering, whether such formal contract is or is not subsequently entered into.
4. Unless otherwise specified, the rates quoted in the tender shall include all charges for
temporary partitions, counters, tables, materials, service charges, temporary plumbing, hire
of any tools and plants, shed for materials if required by the contractor and such other
general works mentioned in the specifications. The rates quoted by the tenderer in the
schedule of rates shall be for finished work. The rates shall be inclusive of Sales tax, Works
Contract tax, Octroi duty or any other duty levied by the Government or public bodies. The
rates shall be firm and shall not be subject to any variation, labour condition, etc. and shall
hold good till completion of the work.
5. Time shall be considered as essence of the contract and the Contractor shall within 7 days of
receipt of Work Order submit to the Architect a bar chart / schedule program for the progress
and completion of the work within the schedule time period. This progress shall be binding
on the Contractor. Deviations in the program if any will be made only with prior approval of
the bank and Architect.
6. Contractors shall arrange payment to the suppliers irrespective of banks clearance of bills.
Where possible, the contractor shall be provided space in the stilts and / or garages for
storage of materials for the duration of the works. Security of the materials shall be the
contractor’s responsibility.
7. The materials purchased from outside by the contractor and brought to site shall, if the
Architect / Bank so desire, be got tested and certified by a recognized testing laboratory to
the satisfaction of the Architect / Bank before such materials are used on the work. The
testing charges shall be borne entirely by the contractor.
8. The successful tenderer shall cooperate with the other agencies viz. power wiring, data
cabling, A/c contractor etc. if engaged by the Bank for due and proper execution of the
respective works.
9. In case extra items of work are required by the branch, rates for such items will be decided
on the basis of similar items already existing in the tender or as per prevailing market rates
PART I – TECHNICAL BID
Page 9
CIVIL & INTERIOR FURNISHING WORKS
for materials and labour with a mark-up of twenty percent for overheads and profits,
whichever is lower. The works will be executed only after Bank permits. Decision of the bank
in this shall be final.
10. The bank shall provide the following free of cost to contractor:
a)
Water supply for the works at one point of work site. Further storage tank and distribution
shall be the Contractor’s responsibility.
b)
Electric power supply at one point at site free of cost to the Contractor. The contractor shall
provide his own distribution and ensure there is no misuse.
11. Contractor shall take all precautions to cover all computers, printers, monitors etc., glass and
windowpanes to prevent damage. Damage, if any shall be made good at no extra cost to
bank.
12. Unless otherwise specified, all relevant codes and standards published by the Indian
Standards Institution shall apply and govern in respect of design, workmanship quality and
properties of materials, testing and measurements.
13. Safety Measure: The Contractor shall organize his operations in a workman like manner and
take all necessary precautions to provide safety and prevent accidents at site both to persons
and property. The Architect shall have the power to require the Contractor to adopt such
measures. Bank / Architect shall not be responsible for any cost & consequences resulting
from non- compliance of safety requirements. Contractor shall indemnify the Bank against
any breach and / or penal action.
14. All dismantling work shall be done with carefully. Chipping of RCC elements will not be
allowed. Damage caused due to negligence on the part of the Contractor as determined by
the Architect shall be the responsibility of the Contractor and he shall rectify the same at no
extra cost to the Bank.
15. Problems arising out of site conditions, etc. should be immediately reported to the Architect
for suitable precautionary / rectification measures. Exact repairs shall be decided at site by
the Architect & Bank during the site inspection and carried out accordingly by the Contractor
only after H. O. approval.
16. The Contractor shall comply with all rules and regulations of Workmen’s Compensation Act.
The Contractor shall take necessary insurance to cover the risk under the said Act and shall
keep the same in force during the currency of the Contract. The Bank will be entitled to
recover all losses and damages on account of such claims. The Contractor shall indemnify
the Bank against such claims.
17. The Contractor shall appoint a full time competent supervisor for the full duration of the
works. The supervisor shall be preferably an interior designer with at least 3 years
experience in similar works and approved by the Architect.
PART I – TECHNICAL BID
Page 10
CIVIL & INTERIOR FURNISHING WORKS
18. The Contractor shall employ requisite supervisors, skilled, semi – skilled and unskilled
workmen for the works. As a security measure each shall be provided an identity card by the
Contractor for easy identification.
19. A license holder with adequate experience shall carry out temporary electrical connection
works.
20. The Contractor shall permit use of scaffolding or other access provided at site for use by
other agencies that are appointed by the Bank for carrying out related works.
21. The entire works should be completed within the prescribed time. Damages will be imposed
on the Contractor in case of persistent delay. This amount shall be deducted from pending
Bills / dues to the Contractor. (Ref. Item no. 6 Appendix)
22. The overall work in value and contents may be increased or decreased without any increase
in rates. Additional time shall however be allowed for additional works.
23. The Contractor shall submit detailed bills for complete works periodically. The value of each
bill should not exceed the value mentioned in item no. 8 of Appendix to Tender.
24. The time period specified is including that required for the painting works. Painting shall be
commenced along with other works.
25. RETENTION: An amount equal to 8 percent of each bill shall be deducted as retention
amount. The Bank will retain this amount as a token guarantee against defects in the works.
This amount will be released after the completion of the Defects Liability period.
26. SUB- CONTRACTING: Preference will be given to those who will not sub contract the works.
In case the contractor wished to sub-contract specific works viz. Carpentry, flooring, falseceiling, aluminum windows, painting etc., he shall obtain written consent from the Bank
before commencing the works.
27. Proper scaffolding with all horizontal members above 6 ½ feet from G/L shall be used for the
works of false ceiling.
28. The Contractor shall ensure proper cleaning of the work areas on a daily basis. All drains
and pathways shall also be kept clean and operative at no extra cost to the Bank.
29. The following should be noted:
Bank / Employer shall mean: The Chief Manager, Bank Of India – A & S Department,
Mumbai South Zone, Bank of India Building, 1st Floor, 70-80, M.G.Road, Fort, Mumbai – 400
001
Consultant / Architect shall mean: M/s Prakash Walavalkar & Associates
Contractor’s Signature:
Date:
PART I – TECHNICAL BID
Page 11
CIVIL & INTERIOR FURNISHING WORKS
SPECIFICATIONS FOR GENERAL WORKS
This specification covers the general requirement for general building works viz. masonry,
plastering, flooring, protection, waterproofing, doors, painting and such other related works
forming part of this job, which may be required to be carried out though not specifically
mentioned above. The Contractor shall furnish all materials, labour, tools plants, any and
everything necessary for carrying out the work.
BRICKWORK:
a) Bricks shall conform to the relevant Indian Standards. They shall be sound, hard,
homogenous in texture, well burnt, table molded, deep red, cherry or copper colored, of
regular shape and size and shall have sharp and square edges and parallel faces. They
shall not absorb water more than 1/6th of their weight when soaked in water for more than 24
hours. Bricks shall have a minimum crushing strength of 50 kg/Sq cm unless otherwise
noted in the drawings. The classes and quality of bricks shall be as laid down in IS: 3102
and their sizes as per IS: 1077. If demanded, brick samples may be got tested as per IS:
3495.
b) Mortar for brick masonry shall be prepared as per IS: 2250. The sand shall be free from clay,
shale, loam, alkali and organic matter. If required the sand shall be washed till it is free of
any contamination. The mortar once prepared shall be used within 45 minutes of mixing.
Mortar left unused in the specified period shall be rejected.
c) All bricks shall be thoroughly soaked in clean water for at least one hour immediately before
being laid. Brick work 230 mm and over shall be laid in English Bond unless otherwise
specified. 115 mm brickwork shall be laid with stretchers. Brick shall be laid with frogs
uppermost. All brickwork shall be plumb, square and true to dimension shown. Vertical
joints in alternate courses shall come directly one over the other and be in line. Horizontal
course shall be leveled.
d) Workmanship shall conform to IS: 2212.
Bricks shall be so laid that all joints are well filled with mortar. The thickness of joints shall
not be less than 6 mm and not more than 10 mm. The face joints shall be raked to a
minimum depth of 12 mm when the mortar is still green, so as to provide a proper key for the
plaster or pointing to be done.
e) Measurement shall be Sq. ft. of brickwork as per site measurements.
CEMENT PLASTER WORK:
a) The surface to be rendered shall be washed with clean water, free from all dirt, grease, loose
material etc. and thoroughly wetted for 6 hours before plastering work is commenced.
Concrete surfaces to be rendered will however be kept dry.
b) The proportioning of the mortar shall be as specified in the respective items of work. The
quality of cement sand and water shall be as per relevant Indian Standard. The mortar thus
PART I – TECHNICAL BID
Page 12
CIVIL & INTERIOR FURNISHING WORKS
mixed shall be used immediately and in no case be allowed to stand for more than 30
minutes after mixing with water. If required by specifications, waterproofing compound in the
required quantity shall be added to the mortar.
c) Curing of the plaster shall be started as soon as the applied plaster has hardened enough so
as not to get damaged. Curing shall be done by continuously applying water in a fine spray
and shall be carried out for at least 7 days.
d) Interior plaster: This plaster shall be laid in a single coat of 10 mm thickness. The mortar
dashed on the prepared surface with a trowel shall be finished with Neeru (slaked fat lime).
e) Exterior Plaster: This shall be carried out in 2 layers, the first layer being 10 mm thick and the
second being 6 mm thick. The first or scratch coat shall be cured for at least 7 days and then
allowed to dry. Before application of the second coat the scratch coat shall be evenly
damped. The second coat shall be applied from top to bottom and without any joints. The
sand for finishing work shall be of even coarse size so as to get an even finish on sponging.
f) Measurement: The measurement shall be taken by taking the projected surface of the area
plastered after making necessary deductions for openings, doors, window, etc. The actual
plasterwork carried out on jambs of doors, windows, openings shall be measured and added.
Plasterwork carried out on surface of items of work, which include smooth/form finished, shall
not be taken into account.
WATERPROOFING ADMIXTURES:
If directed by the Architect, the Contractor shall use approved waterproofing admixtures
made by reputed manufacture in concrete or plaster work. The quantity to be used etc. shall be
in accordance with the manufacturer’s instructions subject to the approval of the Engineer.
These admixtures shall not contain calcium chloride unless specifically allowed by the Engineer
and shall conform to IS: 2645. Payment shall be by actual quantity of such admixture used
unless it is already covered in the rates for the work concerned
FLOORING:
The flooring material will be as specified in the bill of quantities. Measurement for flooring
shall be clear between the finished surfaces. Deductions shall be made for columns,
projections equipment foundations, openings, etc. The rates shall include for provision of:
• Washing of coarse and fine aggregates, wherever required.
• Final preparation of the base, sub-grade or sub-floor including minor trimming of the base to
remove slight undulations if necessary.
• Cleaning and watering the surfaces immediately before laying the floor.
• Providing bedding layer of mortar as specified/required, in case of slabs, tiles etc. to correct
levels of slopes as called for.
• Cutting, rubbing and polishing surfaces and edges where applicable.
• Rounding off corners, edges and junctions of floors with skirting or dado and also cutting
recesses where required to accommodate recessed skirting
• Providing grooves where shown on drawings.
PART I – TECHNICAL BID
Page 13
CIVIL & INTERIOR FURNISHING WORKS
• Work in narrow widths, bands, cornices, and strips and to profiles shown at all heights,
levels, and locations and in small quantities, unless otherwise mentioned.
• Curing, protecting and cleaning all finished surfaces as specified.
• Work on any surface such as bricks, concrete, stone etc.
• Providing grooves at the junction of plaster with other finishes as called for
• All samples of finishing materials shall be got approved prior to use.
• Cutting tiles/slabs to require size/shapes providing holes etc. before laying.
• Machine polishing, hand polishing wherever machine polishing is not feasible due to site
conditions, cleaning tiles with acid.
• All marble work e.g. flooring, cladding, skirting, dado etc. shall have white cement based
mortar in bedding and grouts.
• Backside of marble to be treated with wax, before lay in flooring.
• All ceramic/vitrified tiles shall be of 1st quality and as approved.
• All stone flooring to be protected by POP covering with plastic base.
• Laminated/pre-engineered wooden flooring shall be laid as per manufacturer’s requirements.
• All joints shall be filled with white cement with matching pigment, wherever necessary.
.
CARPENTRY:
All materials i.e. plywood, laminate, glass, granite, adhesives, timber etc. should be as per
specification. Rate shall include for provision of:
• Unless otherwise specified, the quoted rates shall be for all joinery work with approved CP
Teak. All wood shall be free from all defects and kiln seasoned and preservative treated and
shall be got tested in laboratory as per IS and approved before placing or applying primer
coat. The rate shall also include for applying two coats of Solignum paint to the face of
frames in contact with masonry or concrete and the like.
• The rate quoted shall include for fixing on masonry/RCC members and for 300 x 40 mm x 6
mm finished MS holdfasts embedded in PCC (1:2:4) blocks of 230 x 150 mm size and of
width to suit the thickness of masonry wall or for anchor fasteners, coach screws etc. of
adequate size for fixing to RCC members.
• Care shall be taken to thoroughly clean the hardware, fittings, glass panes, doors, etc. of the
waste cement marks, left over paint marks etc.
• The rate shall include for providing temporary supports etc., for fixing of frames and shutters
at all levels.
• The rate quoted shall be inclusive of any chiseling work, raking of sides, sills, soffits, if
required and making good the surface.
• The rate shall include wastage of material and labours.
• The sizes mentioned are for finished items and shall be within the permissible limits of BIS.
• Also the rate quoted shall include for:
a) All screws, nails, pins, key and such other fixing accessories.
b) Cutting rebates, Grooves in woodwork as required or as directed.
c) Approved glue or adhesive for all joinery work .Providing seasoned CP T.W., beech wood
best quality, beading, trimmings, beads, weather bars etc. as called for. Providing rough
grounds as per drawings.
PART I – TECHNICAL BID
Page 14
CIVIL & INTERIOR FURNISHING WORKS
d) Providing as per schedule/drawings all hardware, fittings and fixture like, latches, hinges,
tower bolts etc., and locks and other items as indicated for fixing such item supplied by the
Engineer-in-charge at no extra cost.
e) Filling and finishing neat gaps around frames, doors, windows etc.
f) Work at all heights and locations.
g) Wherever painting is specified it includes painting the surfaces with two or more coats of first
quality synthetic enamel paint of approved shade and make over a coat of wood primer,
putty, preparation of surface, sand papering, etc. to give an even shade. The contractor shall
give any additional coats, if necessary to achieve desired finish etc. as directed by BANK/
Architect at no extra cost to BANK.
h) Wherever polishing is specified it include polishing the surfaces with two or more layers of
French spirit polish, with approved additives, stainers to get even/ approved shade over a
coat of primer of approved chemicals to give an even shade.
i) All plywood and block board edges where exposed shall be finished with teakwood lipping.
j) Unless otherwise specified, all door shutters specified are to be solid core flush door
shutters, with topping bonded with phenol formaldehyde and confirming to relevant Indian
Standards.
FALSE CEILING:
The rates shall include for:
• All necessary labour, materials and use of tools and equipments for the satisfactory
completion of the job.
• Work at all heights.
• Work in narrow widths and all locations as called for and working to specified patterns and
profiles.
• Carrying out work to correct line and level.
• Providing necessary cut-outs and framework for lights, fittings, AC grills, trap doors, Sprinkler
heads, smoke detectors and similar including additional supports from ceiling where directed
for these.
• Necessary precautions to prevent damage to flooring and other works.
• Getting certificate from the manufacturer regarding genuineness of the material and work is
carried out as per the specifications.
• Testing the suspension system as directed.
PAINTING:
Paint to be used for the various items of work should be of approved make and colour. The
actual quantity of work carried out will be measured in square feet after making deduction for
openings etc.and shall be paid for unless the contract item rate in inclusive of painting.
a) White wash: The surface is to be thoroughly cleaned before the white wash is applied.
Ordinary fat lime of good quality shall be slaked with an excess of water for at least 2 days.
This shall then be strained through a cloth and 2 kg of clean gum added for every Cu.M.of
lime.
b) Colour wash: Necessary and approved colour shall be added to the white wash (above).
Only wash sufficient for the day’s work shall be prepared.
PART I – TECHNICAL BID
Page 15
CIVIL & INTERIOR FURNISHING WORKS
c) Distempering: The surface to be treated shall be thoroughly cleaned of all dirt and loose
particles, etc. Inequalities and holes shall be filled with gypsum, which should be allowed to
set hard before distemper is applied. A broad stiff brush in two coats shall apply distemper of
approved make over a coat of primer. The first coat shall be of a lighter tint. Water bound
and oil bound distemper shall conform to the requirements of IS: 427 and IS: 428
respectively.
d) Cement Paint: Cement paint of approved quality and colour to be applied as specified by the
manufacturer in 2/3 coats externally on the building. The base surface shall be brushed,
cleaned and wetted before the application of cement paint. Each coat of paint shall be cured
as specified by the manufacturer.
e) Plastic Emulsion: All uneven surfaces shall be made good by use of putty of appropriate
quality after the surface has been thoroughly cleaned of all dust, dirt and sand papered. One
coat of primer and two coats of emulsion paint shall be applied. Workmanship shall conform
to the requirements of IS: 2395.
ANTI TERMITE TREATMENT
A comprehensive treatment around the buildings in the mounds and soil to create a chemical
barrier between the ground from where the termites come and woodwork and other cellulose
materials in the building.
The treatment shall conform to the following:
IS: 6313 (Part I), 1971 – Anti termite Measures in Building
IS: 6313 (Part II), 1971 – Pre-constructional chemical Treatment Measures.
IS: 6313 (Part III), 1971 – Treatment for existing structures
The measurement for payment shall be the plinth area of all the buildings but will include for
treatment to all doors. Windows, battens and other wood-work coming within the entire building
GLAZING:
Glass shall be free from bubbles, air holes, scratches and other defects. The glass should
be cut accurately and fixed into position using glazing bands. All glasses broken or cracked
during progress of works are to be reinstalled. All glasses to be cleaned from both sides and
perfect at completion of the works.
6mm Thick Extra Clear back painted glass to be used for Cladding
ALUMINIUM WINDOWS & DOORS:
Windows shall be made as per the drawings. The sections shall be anodized aluminum of
approved quality and make (Jindal or equivalent) of heavy type. The rate shall include the
necessary framework, transoms, mullions, etc as per the drawings. It shall also cover screws
for anchoring, clips, tracks, beading, louver blades, rubber gaskets, provisions for fixing air
PART I – TECHNICAL BID
Page 16
CIVIL & INTERIOR FURNISHING WORKS
conditioners (if required) and filling all gaps with appropriate sealant, etc complete. Hinges &
handles where required shall be of heavy-duty stainless steel or brass. Stoppers shall be in
heavy-duty aluminum. Unless otherwise specified, 5.5 mm thick clear glass shall be used for
glazing.
MILD STEEL GRILLS:
Mild steel of approved quality shall be used for fabricating grills as per the drawings. The
rate shall include all necessary anchors, flats, drilling, nailing, anchoring, etc necessary for fixing
the grills on the walls or windows as the case may be. It shall also include cleaning, scrapping
and applying 2 cleats of approved quality red oxide primer – 1 coat before fixing and 1 coat after
fixing the grills in position. The area covered after fixing in position, excluding flats and anchors,
shall be measured for payment.
GENERAL REPAIRS
This covers the general requirements of items involved in general repairs i.e. breaking and
chiseling: surface preparation and treatment; restoration and curing, etc. Since there is an
element of judgment and actual extent of deterioration involved, definite instructions on these
can be given only at site during actual execution.
Scaffolding: Scaffolding shall be safe and erect. Under no circumstances will holes be allowed
to be made in the walls to support the scaffolding.
Sand: Sand for concrete and plaster mortar shall be only river sand of proper gradations. Silt
and other impurities must not exceed 4 percent. Improper sand shall be immediately removed
from the site and the decision of the Architect shall be final.
Curing: New concrete shall be maintained damp for a period of 2 weeks minimum. New plaster
shall be cured at least 3 times a day for a period not less than 10 days. The 1st coat of plaster
shall be cured for a period not less than 3 days. If required the surface shall be maintained
damp using a wet Hessian cloth.
PART I – TECHNICAL BID
Page 17
CIVIL & INTERIOR FURNISHING WORKS
LIST OF INDIAN STANDARDS
IS 4081: Safety code for blasting and related drilling operation
IS 6313: Code of practice for anti termite measures in building
Part 1: Constructional measures.
Part 2 Code of practice for ant termite measures in buildings: Pre constructional chemical
treatment measures
CONCRETE
IS 456: Code of practice for plain and reinforced concrete.
MASONRY WORK -BRICK WORK
IS 1077: Specification for common burnt clay building bricks.
IS 2212: Code of practice for brick work
IS 2250: Code of practice for preparation and use of masonry mortars.
PLASTERING AND POINTING
IS 412: Specification for expanded metal steel sheets for general purposes
IS 1635: Code of practice for application of cement and cement-lime plaster finishes
IS 2402: Code of practice for external rendered finishes.
IS 1542 Specification for sand for plaster (Class A grading)
FLOORING
IS 1443: Code of practice for laying and finishing of cement concrete flooring tiles.
IS 4457: Specification for ceramic unglazed vitreous acid resisting tiles.
DOORS AND WINDOWS
IS 287: Recommendation for maximum permissible moisture content for timber used for
different purposes in different zones
IS 848: Specification for synthetic resin adhesive for plywood (Phonetic and amino plastic)
IS 1141: Code of Practice for seasoning of timber
IS 2202: Specification for wooden flush door shutters (solid core type)
PART I – TECHNICAL BID
Page 18
CIVIL & INTERIOR FURNISHING WORKS
Part I: Plywood face panels
Part II: Particle board panels and hard board faced panels
GLAZING
IS 1081; Code of practice for fixing and glazing of metal, (steel and aluminium) doors, windows
and ventilators.
IS 2553: Specification for safety glass
IS 2835: Specification for flat transparent sheet glass
IS 3548: Code of practice for glazing in building
PAINTING AND POLISHING
IS 1477: Code of Practice for painting of ferrous metals in building
Part I: Pre-treatment
Part II: Painting
IS 2338: Code of Practice for finishing of wood and wood based materials
Part I: Operation and workmanship
Part II: Schedule
IS 2395: Code of Practice for painting, concrete, masonry and plaster surfaces
IS 3537: Specification for ready mixed paint, finishing interior, for general purposes to IS colors
IS 5410: Specification for cement paints colour, as required
IS 6278: Code of Practice for white washing and colour washing
Contractor Name & Address:
Date & Time of Submission:
PART I – TECHNICAL BID
Page 19
CIVIL & INTERIOR FURNISHING WORKS
RECOMMENDED BRANDS
Unless otherwise approved the following Brands shall be used for the said Works
S.No.
Item
Approved Make / Model
01
02
03
04
05
06
07
08
09
10
11
12
13
14
15
16
17
18
Commercial / Marine Plywood
Laminates (1.00mm thick)
Wood (Seasoned)
Screws (M.S.Oxidized)
Brass Hinges (Heavy Duty)
Drawer Channels – Telescopic
Hardware
Lock - Storage / Drawers
Lock - Door
Handles
Door Closer / Floor Spring
Adhesive
Stainless Steel
Glass & Mirror
Melamine Polish
Aluminum Grill
Aluminum Sections (Doors/Windows)
Texture Paint
19
Cement Paint
20
21
22
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
Gypsum Board False Ceiling
Metal False Ceiling
Fiber Mineral False Ceiling
Vitrified / Ceramic Tiles
Cement
White Cement
Sand
C.P. Brass Fittings
Paint – Plastic , Synthetic Enamel
Metal Red oxide
Putty
Vertical/Venetian Blinds
Sun Control Film
Opaque Glass Film
Aluminum Composite Panel
Soft Board
Glass Wool
Stainless Steel Sink
Green ply, Century, Mayur, Archid.
Greenlam, Formica, Bloom, Sunmica.
C.P.T.W., Malaysian , African
G.K.W., Nettle Fold
Vijayan , Earl -Bihari
Earl –Bihari , Ebco , Godrej, Kich
Dorma, Ebco, Ozone
Vijayan, Godrej.
Godrej, Neki, Ultra.
Dorma, Ebco, Ozone.
Dorma, Yale, Hemco.
Fevicol.
304 Grade only.
Saint Gobain, Modi.
Asian
Alumgrill
Jindal, Hindalco.
Asian,Birla,Spectrum
Snowcem, Nitcocem, Birla, ICI, Asian,
Nerolac, British.
Gyprock – Saint Gobain
Hunter Douglas , D.J. , AMF
Hunter Douglas , D.J., AMF
Kajaria, Johnson, Marbonite, Nitco.
ACC, Ultratech, Ambuja.
J.K., Birla White
River Sand (As approved by the Architect)
Jaquar (Florentine) , Milano , Czar
Asian , Nerolac
Shalimar , Asian , Nerolac
J.K. , Birla
Vista, Mac
Garware / Birla 3M
Garware / Birla 3M
Al-Strong / Alcobond / Allu-bond
Jolly Board
Fibre Glass / Pilkington
Nirali
CONTRACTOR SIGN / SEAL
PART I – TECHNICAL BID
Page 20