Name of Work: - Construction of Gamma Chamber at CMRP Department, NISER, Jatani.
Notice Inviting E-Tender No. -
NISER/ IWD-Civil/Academic/2023-24/07/012, Dated: 25.09.2023.Estimated Cost of Tender: - Rs 32,57,448.00
Completion Time: - 60 Days.
Earnest Money : - Rs. 65,149.00
Cost of tender (non-refundable): - Rs. 500.00 (Rupees Five Hundred Only).
NOTE:
1. The details of tender notification can be downloaded from https://eprocure.gov.in/eprocure/app
or Tender Free View Link from NISER Website https://www.niser.ac.in/content/tender
.
2. Vendors should obtain the USER ID and PASSWORD from CPP Portal by clicking on
“https://eprocure.gov.in/eprocure/app” link in the homepage.
3. For further details on e-Tender participation, please contact Help desk as mentioned below:-
Telephone: 0120-4200 462/0120-4001 002/0120-4001 005/0120-6277 787
Email: [email protected]
4. Tenders should be submitted only through CPP portal and obtain the Tender Acknowledgement copy as a proof of successful submission.
5. Tender documents for viewing only are also available in NISER web-site address: www.niser.ac.in.
6.
All corrigendum and addendum will be published on NISER website and CPP Portal.
Instructions for Online Bid Submission
The bidders are required to submit soft copies of their bids electronically on the CPP Portal, using valid Digital Signature Certificates. The instructions given below are meant to assist the bidders in registering on the CPP Portal, prepare their bids in accordance with the requirements and submitting their bids online on the CPP Portal.
More information useful for submitting online bids on the CPP Portal may be obtained at:
https://eprocure.gov.in/eprocure/app.
REGISTRATION
Bidders are required to enroll on the e-Procurement module of the Central Public Procurement Portal (URL: https://eprocure.gov.in/eprocure/app) by clicking on the link “Online bidder Enrollment" on the CPP Portal which is free of charge. As part of the enrolment process, the bidders will be required to choose a unique username and assign a password for their accounts.
Bidders are advised to register their valid email address and mobile numbers as part of the registration process. These would be used for any communication from the CPP Portal. Upon enrolment, the bidders will be required to register their valid Digital Signature Certificate (Class Ill Certificates with signing key usage) issued by any Certifying Authority recognized by CCA India (e.g. Sify / nCode / eMudhra etc.), with their profile. Only one valid DSC should be registered by a bidder. Please note that the bidders are responsible to ensure that they do not lend their DSC’s to others which may lead for misuse. Bidder then logs in to the site through the secured log-in by entering their user ID / password and the password of the DSC / e-Token.
SEARCHING FOR TENDER DOCUMENTS
There are various search options built in the CPP Portal, to facilitate bidders to search active tenders by several parameters. These parameters could include Tender ID, Organization Name, Location, Date, Value, etc. There is also an option of advanced search for tenders, wherein the bidders may combine a number of search parameters such as Organization Name, Form of Contract, Location, Date, Other keywords etc. to search for a tender published on the CPP Portal.
Once the bidders have selected the tenders they are interested in, they may download the required documents / tender schedules. These tenders can be moved to the respective ‘My Tenders’ folder.
This would enable the CPP Portal to intimate the bidders through SMS / email in case there is any corrigendum issued to the tender document. The bidder should make a note of the unique Tender ID assigned to each tender, in case they want to obtain any clarification / help from the Helpdesk.
PREPARATION OF BIDS
Bidder should take into account any corrigendum published on the tender document before
submitting their bids. Please go through the tender advertisement and the tender document
carefully to understand the documents required to be submitted as part of the bid: Please note the
number of covers in which the bid documents have to be submitted, the number of documents -
including the names and content of each of the document that need to be submitted. Any
deviations from these may lead to rejection of the bid.
TENDER DOCUMENTS
Notice Inviting E-Tender No. - -
NISER/ IWD-Civil/Academic/2023-24/07/12, Dated: 25.09.2023.Name of work: “Construction of Gamma Chamber at CMRP Department, NISER, Jatani.”
I N D E X
Sl. No. Particulars Remarks
1.
Particulars of Contractor First Part -
Technical Bid
2.Eligibility Criteria
3. Abstract of general terms and conditions 4. Checklist of documents
5 Experience of Contractor
6
Bill of Quantities
Second Part- Financial Bid
NOTE:
Tender can be downloaded and bided from website address:
https://eprocure.gov.in/eprocure/app
. Tender documents for viewing only are also available in NISER web-site address:
www.niser.ac.in
SIGNATURE OF THE OFFICER ISSUING TENDER
NAME OF THE WORK
Construction of Gamma Chamber at CMRP Department, NISER, Jatani.
FIRST PART TECHNICAL BID
NOTE
The tenderer should enclose the following documents along with the Technical Bid otherwise tender will be summarily rejected.
1) a) Scanned copy of self-attested works completion certificate during the last seven years from Govt./Semi- Govt. organization not below the rank of E.E as per NIT.
b) Scanned copy of self-attested valid Certificate of Registration.
c) Scanned copy of self-attested PAN card.
d) Scanned copy of self-attested GST Registration certificate.
e) Scanned copy of EPFO
f) Scanned copy of Labour License if applicable.
g) Scanned copy of the cost of tender paper for the bidders and EMD amount in separate D.D’s as per NIT.
h) Scanned copy of EPFO registration certificate.
2) Also, contractors shall submit the above documents (self-attested) with original for verification before opening of technical bid for verification with original DD for EMD and cost of tender. The bidder those who will not submit the self-attested hard copies of required documents in the office, the technical bid of the bidder will not be opened.
3) Incomplete/Partial bid or bid not submitted in prescribed format will be rejected.
NOTICE INVITING TENDER
Director, NISER invites online tender on two bid system (Technical Bid and Financial Bid) for the following work: -
Notice Inviting E-Tender No. - -
NISER/ IWD-Civil/Academic/2023-24/07/012, Dated: 25.09.2023.Name of the Work: - Construction of Gamma Chamber at CMRP Department, NISER, Jatani.
Estimated Cost : Rs 32,55,448.00
Earnest Money : Rs. 65,149.00
Time of Completion : 60 Days
Cost of tender (non-refundable) : Rs. 500.00 (Rupees Five Hundred Only) Tender can be downloaded and bided from website address:
https://eprocure.gov.in/eprocure/app. Tender documents for viewing only are also available in NISER website address:
www.niser.ac.inLast date of submission of tender (online): 5
thOctober, 2023 upto 04.00 PM.
Original EMD & Tender Paper cost submission at Office: 6
thOctober, 2023 upto 3.45 PM.
Tender Opening date (Technical Bid): 6
thOctober, 2023 at 04.00 PM.
Tender Opening Date (Financial Bid): will be intimated later
Faculty In Charge
Institute Works Department.
Tender Notice
Notice Inviting E-Tender No. - -
NISER/ IWD-Civil/Academic/2023-24/07/011, Dated: 25.09.2023.Director, NISER hereby invites item rate tender in two parts for the following work
of “Construction of Gamma Chamber at CMRP Department, NISER, Jatani”
from contractors of CPWD/MES/Railways/State PWDs and/or those who have worked for DAE or its Organizations or Govt./Semi Government organizations and have successfully carried out a minimum of one/two/three similar works of 80%/60%/40% respectively from any of the aforesaid organization of the estimated cost or above as indicated below, during the last seven years. The eligible contractors may submit their bid along with supporting documents of fulfilling the above conditions otherwise the bids bear the risk of not being considered. The eligible contractors are also required to submit the self-attested copies of PAN Card, Certificate of Registration, GST Registration certificate, EPFO registration certificate and Labour License (if applicable).
In support of fulfilling all the essential conditions mentioned in the previous Para the contractor shall submit the past details, mentioning the name of work, estimated cost, tendered amount, gross value of work done, date of commencement as per agreement & actual date of completion as per agreement along with schedule of quantities executed and any penalty levied due to delay in executing the work from an officer not below the rank of Executive Engineer (Civil).
Estimated Cost EMD Performance Security
Security Deposit Time of
completion Rs. 32,55,448.00 Rs.65,149.00
@ 3% of tendered amount
A sum @ 2.5% of the gross amount of the bill shall be deducted from each running bill till the sum amounts to Security Deposit @ 2.5%
of the tendered amount of the work.
60 days
Tender can be downloaded and bided from website address:
https://eprocure.gov.in/eprocure/app. Tender documents for viewing only are also available in NISER website address:
www.niser.ac.in. Separate A/C payee DD/ Banker’s cheque towards tender cost of Rs. 500.00 & EMD of Rs. 65,149.00 drawn on any scheduled Bank, in favor of Director, NISER to be submitted along with tender documents.The tender documents are to be submitted in two parts (Technical & Financial Bid). Self-attested documents in support of eligibility criteria of the contractor, Technical bid, tender cost and EMD are to be uploaded online. The second part with scheduled items of work & price quoted are to be uploaded in prescribed format as Financial Bid. The bidders those who are applied online have to submit the hard copies along with original documents mentioned in NIT on or before 6th October, 2023 upto 3.45 PM and Technical bid will be opened at 04.00 PM on 6th October, 2023. Those who qualify the technical bid, their financial bid will be opened.
Director, NISER, reserves the right to accept/reject any/all tenders without assigning any reason whatsoever. Part or incomplete tenders will be summarily rejected. No further correspondences whatsoever shall be entertained in this regard. Canvassing in any manner shall result in rejection of the tender.
Any dispute arising out of this shall subject to Bhubaneswar jurisdiction only.
Faculty In Charge Institute Works Department.
General Terms and Conditions:
1. Online item rate tenders are hereby invited for the work of
“Construction of Gamma Chamber at CMRP Department, NISER, Jatani”.
The estimated cost of work is Rs.32,57,448.00. The Earnest Money Deposit is Rs. 65,149.00. Contractors of CPWD/MES/
Railways/State PWDs and/or those who have worked for DAE or its units or in any Govt./Semi Govt. organizations and have successfully carried out minimum one/two/three similar work of 80%/60%/40% respectively from any of the aforesaid organization of the estimated cost and above during the last seven years, The eligible contractors may submit their bid along with supporting documents of fulfilling the above conditions otherwise their bids bear the risk of not being considered. The contractors those who are applied online also required to submit the self- attested copies of PAN CARD, Certificate of registration, GST registration certificate, EPFO registration certificate, Labour License if applicable, EMD (Original) & Tender Paper Cost (Original) before opening of the technical bid on or before 6th October, 2023 upto 3.45 PM.
In support of fulfilling all the essential conditions mentioned in the previous Para the contractor shall submit the details, mentioning the name of work, estimated cost, tendered amount, gross value of work done, date of commencement as per agreement & actual date of completion as per agreement along with schedule of quantities executed and any penalty levied due to delay in executing the work from an officer not below the rank of Executive Engineer (Civil).
2. Similar work means any civil construction works related to buildings etc.
3. The estimated cost of the work is Rs. 32,57,448.00 (Rupees Thirty-Two Lakh Fifty-Seven Thousand Four Hundred Forty-Eight only).
4. Period for completion of the work will be 60 Days. The date of commencement shall be reckoned after 07 (Seven) days from the date of issue of work order failing which the work order will be deemed as cancelled and Performance Guarantee will be forfeited.
5. The tender documents can be made available for viewing only at NISER website www.niser.ac.in.
6. Tenders can only be viewed from website www.niser.ac.in.The cost of tender document (Non- transferable) shall be submitted along with the technical bid. Please note that tender documents are not transferable.
Tender can be downloaded and bided from website address:
https://eprocure.gov.in/eprocure/app
7. Tender documents are to be uploaded in two parts. The First part shall consist of the technical Bid including the cost of tender, EMD and the documents in support of eligibility criteria. The second part shall contain the financial bid showing the detail schedule of work. Tenders complete in all respects, will be accepted through online up to 04.00 PM on 5th October, 2023. The Technical bid shall be opened at 04.00 PM on 6th October, 2023. Please note, that bids submitted without tender cost and EMD are summarily being rejected.
The bidder those who will not submit the self-attested hard copies of required documents in the office, the technical bid of the bidder will not be opened
.8. The Earnest Money amounting to Rs. 65,149.00 (Rupees Sixty-Five Thousand One Hundred Forty-Nine only) as demand draft or pay order from any scheduled Bank and drawn in favor of the Director, NISER should be deposited along with the tender documents in first part (Technical bid).
Tender received without earnest money will be invalid and rejected as this is purely construction work.
9. Director, NISER does not bind himself to accept the lowest or any tender and reserves the right to accept the tender either in whole or in part of the tender and the tenderer shall be bound to perform the same at the rates quoted. The decision of the Director shall be final in this regard.
10. Canvassing in connection with the tenders is prohibited and the tenders submitted by the contractor who resort to canvassing are liable for rejection.
11. The tenderer shall not be permitted to tender for works in the concerned unit of DAE in which a relative is posted in the grade between Controller of Administration and Scientific Assistant (both inclusive). He shall also intimate the names of persons who are working with him in any capacity or subsequently employed by him and who relatives are as mentioned above.
12. The Bid shall remain valid for a minimum period of 90 days from the date of opening of the tender for the purpose of acceptance and award of work. Validity beyond 90 days from the date of opening shall be by mutual consent.
13. The tenderer should see and obtain the drawings. In case of any queries, necessary clarifications may please be sought from the office of the Scientific Officer-E (Civil). No claim whatsoever will be entertained in this regard for any alleged ignorance thereof.
14. Performance Guarantee is liable to be forfeited if the contractor fails to commence the work as per award letter.
15. Some of the provisions of the contract are given below.
a) DEFECT LIABILITY PERIOD - Twelve months from the date of completion as certified by the authorized engineer or as applicable as per manufacture’s specifications other than external painting. For external painting, minimum seven years of guarantee period is required from the agency.
b) MINIMUM VALUE OF WORK FOR THE INTERMEDIATE CERTIFICATE Intermediate certificate for a lesser amount can be admitted for payment at the discretion of the
Institute.
c) PERFORMANCE GUARANTEE: The contractor shall be required to deposit an amount equal to 3% of the tendered value of the contract as Performance Guarantee within 07 (Seven) days, which will be reckoned from the issue of the Letter of Acceptance failing which the same will be deemed as cancelled and EMD will be forfeited.
This period can be further extended at the written request of the contractor by the Engineer- in-charge for a maximum period ranging from 1 to 15 days with late fee @ 0.1% per day, of performance guarantee amount.
d) SECURITY DEPOSIT - A sum @ 2.5% of the gross amount of the bill shall be deducted from each running bill or from final bill of the contractor, till the sum amount to security deposit of 2.5% of the tendered value of the work.
e) COMPENSATION – In the event of any delay in completion of the work beyond the scheduled period, the contractor shall pay an amount equal to one per cent of the total cost of work or such smaller amount as decided by Director, NISER (whose decision shall be final) as compensation to the institute, for every week that the work remains un-commenced or unfinished. Compensation to be paid shall not exceed ten per cent of the estimated cost of the total work as per award letter.
16. Stores to be issued: - No material shall be issued by the Institute. The responsibility for arranging all materials from approved manufacturer as per BOQ lies with the contractor.
17. Taxes as applicable will be deducted from every RA bill and also from the final bill of the contractor at the rate prescribed by govt. of India from time to time.
18.
The price quoted are inclusive of all taxes and duties and no taxes or duties will be paid extra. The Payment will be processed after the satisfactory completion of the work.
19. The successful bidder will be required to inform the names, qualifications and experiences of the supervising staff to be deployed for execution of the work. In case of any changes occurring during the course of execution of the said work, the same shall also be intimated by the bidder to the institute.
20. The Contractor shall have to make his own arrangements for storage of materials required for execution of the work and NISER in any manner shall not be responsible for the storage and safe custody of the said materials at work site.
21. Water charges @1% of the bill value will be deducted from the Contractor’s bill if applicable.
22. Electricity charges @ 0.10% of the bill value will be deducted from the Contractor’s bill wherever applicable.
The power will be supplied on request at one point within 50 meter of the building premises.
23.
At the time of starting the work the contractor has to inform the list of tools and plants brought to the site work. No items other than the list submitted will be allowed to be taken out of the site.
24.
The work should be executed during day time only for safety reason If required the prior permission may be taken from the EIC to execute the work in Night time.
25.
Tenderers shall inspect and examine the site and its surroundings and satisfy themselves before submitting their tenders as to the nature of the site and shall themselves obtain all necessary information as to risks, contingencies and other circumstances which may influence or affect their tender. A tenderer shall be deemed to have full knowledge of the site whether he inspects it or not. Submission of a tender implies that the tenderer has read the complete contract documents and is aware of the conditions, specification of the work to be done and of the local conditions and other factors having a bearing on the execution of work. Any claim either for extra amount or for additional time for execution due to ignorance about the site and working condition is not payable.
26.
It is the sole responsibility of the tenderer to ensure proper lightning/visibility, access (ladder etc.) and any other safety measures for the trained personnel during work.
27.
The work will be executed as per latest CPWD, DAE procedure of work and
direction of Engineer-In-charge as applicable.
28.
All the materials shall be tested and inspected in the presence of Department or their representative. Test certificates of all components shall be made available for approval of the Engineer-In-Charge.
29.
No materials/equipment shall be shipped to site unless it is inspected, tested and certified for acceptance by the Department or their representative at factory as per latest additions IS, BS and other applicable standards.
30. Contractor has to arrange accommodation for staying of manpower/labour for the work outside the NISER campus. No request will be entertained for this purpose.
31.
Contractor has to work as per COVID-19 guidelines issued by Govt. of Odisha & NISER.32. All correspondence/clarifications entered through email will be a part of contract documents.
33. Any discrepancy between Hindi and English version observed then English version may be referred to.
Faculty In Charge
Institute Works Department.
UNDERTAKING TO BE SUBMITTED BY THE BIDDER ON THEIR LETTER HEAD DULY SIGNED AND SEALED WITH DATE (To be scanned & uploaded)
Name of Work: Construction of Gamma Chamber at CMRP Department, NISER, Jatani.
NIT No.: -
NISER/ IWD-Civil/Academic/2023-24/07/012, Dated: 25.09.2023.UNDERTAKING
I / We, hereby tender for the execution of the work for the Director, NISER within the time specified in Schedule “F”, viz., Schedule of quantities and in accordance in all respects with the specifications, designs, drawings and instruction in writing referred to in DAE/CPWD MANUALS and TENDER Documents and as per the direction of Engineer-In-Charge and with such materials as are provided for, by and in respects in accordance with such conditions so far as applicable.
I / We have read and examined the e-Tender Notice for Inviting Pre-Qualification (PQ) of Contracting Agencies & other documents and rules referred to and all other contents in the tender documents for the work AND ACCORDINGLY. I / We, hereby submit credentials and other documents as are provided for, by, and in respects in accordance with, such conditions so far as applicable
I / We have read and examined the Notice Inviting Tender, General Rules & Regulations, Directions, form of tender, special conditions, Safety & Security codes for work contract, general condition of contract and all other contents in the tender documents for the subject work
.
I / We have understood the entire scope of work and rates quoted accordingly. We shall carry out the work as per Schedule of Quantities, technical specifications, drawing and complete the work within stipulated time to the entire satisfaction of the Department.
I / We declare that all the materials / equipment shall be supplied from the list of preferred makes only and execute as per tender. Our offer is un-conditional.
I / We have downloaded and gone through the pre-bid clarifications issued by the Department after close of sale of tenders and submitting tender accordingly.
I / We also declare that we have not executed similar projects through another contractor on back to back basis. Further that, if such violation comes to the notice of Department, then we shall be debarred for bidding in DAE in future forever. Also if, such violation comes to the notice of the Department before date of start of work, the Engineer-in-Charge shall be free to forfeit the entire amount of Earnest Money Deposit / Performance Guarantee etc.
Signature with seal & date
Name of the Bidder/
Bidding Firm / Company :
Sl.
No.
Item Description Quantity Units Unit Price IN INR
(Including GST) in figures entered by
the Bidder
TOTAL AMOUNT With Taxes
in Rs. P
TOTAL AMOUNT In Words
1 2 3 4 5 6 7
1 Surface dressing of the ground including removing vegetation and in-equalities not exceeding 15 cm deep and disposal of rubbish, lead up to 50 m and lift up to 1.5 m. All kinds of soil.
2500.00 Sqm 0.00INR Zero Only
2 Earth work in excavation by mechanical means (Hydraulic excavator)/manual means over areas (exceeding 30 cm in depth, 1.5 m in width as well as 10 sqm on plan) including getting out and disposal of excavated earth lead upto 50 m and lift upto 1.5 m, as directed by Engineer-in-charge. All kinds of soil
189.00 Cum 0.00INR Zero Only
3 Demolishing R.C.C. work manually/ by mechanical means including stacking of steel bars and
disposal of unserviceable material within 50 metres lead as per direction of Engineer - in- charge.
12.00 Cum 0.00INR Zero Only
4 Supplying and filling in plinth with sand under floors, including watering, ramming, consolidating and dressing complete.
6.00 Cum 0.00INR Zero Only
5 Filling available excavated earth (excluding rock) in trenches, plinth, sides of foundations etc. in layers not exceeding 20cm in depth, consolidating each deposited layer by ramming and watering, lead up to 50 m and lift upto 1.5 m.
66.33 Cum 0.00INR Zero Only
6 Providing and laying in position cement concrete of specified grade excluding the cost of centering and shuttering - All work up to plinth level : 1:3:6 (1 Cement : 3 coarse sand (zone-III): 6 graded stone aggregate 40 mm nominal size)
3.60 Cum 0.00INR Zero Only
7 Providing and laying in position specified grade of reinforced cement concrete, excluding the cost of centering, shuttering, finishing and reinforcement - All work up to plinth level : 1:1.5:3 (1 cement : 1.5 coarse sand (zone-III): 3 graded stone aggregate 20 mm nominal size)
65.45 Cum 0.00INR Zero Only
8 Reinforced cement concrete work in walls (any thickness), including attached pilasters, buttresses, plinth and string courses, fillets, columns, pillars, piers, abutments, posts and struts etc. above plinth level up to floor five level, excluding cost of centering, shuttering, finishing and reinforcement : 1:1.5:3 (1 cement : 1.5 coarse sand (zone-III): 3 graded stone aggregate 20 mm nominal size).
4.68 Cum 0.00INR Zero Only
9 Reinforced cement concrete work in beams, suspended floors, roofs having slope up to 15° landings, balconies, shelves, chajjas, lintels, bands, plain window sills, staircases and spiral stair cases above plinth level up to floor five level, excluding the cost of centering, shuttering, finishing and reinforcement, with 1:1.5:3 (1 cement : 1.5 coarse sand(zone-III) : 3 graded stone aggregate 20 mm nominal size).
31.87 Cum 0.00INR Zero Only
10 Steel reinforcement for R.C.C. work including straightening, cutting, bending, placing in position and
binding all complete upto plinth level. Thermo-Mechanically Treated bars of grade Fe-500D or more.
8508.50 Kg 0.00INR Zero Only
11 Steel reinforcement for R.C.C. work including straightening, cutting, bending, placing in position and
binding all complete above plinth level. Thermo-Mechanically Treated bars of grade Fe-500D or more.
4386.00 Kg 0.00INR Zero Only
12 Centering and shuttering including strutting, propping etc. and removal of form for all heights :
Foundations, footings, bases of columns, etc. for mass concrete
78.00 Sqm 0.00INR Zero Only
13 Centering and shuttering including strutting, propping etc. and removal of form for all heights : Walls
(any thickness) including attached pilasters, butteresses, plinth and string courses etc.
24.62 Sqm 0.00INR Zero Only
14 Centering and shuttering including strutting, propping etc. and removal of form for all heights :
Suspended floors, roofs, landings, balconies and access platform
54.94 Sqm 0.00INR Zero Only
15 Centering and shuttering including strutting, propping etc. and removal of form for all heights : Lintels,
beams, plinth beams, girders, bressumers and cantilevers
37.94 Sqm 0.00INR Zero Only
16 Centering and shuttering including strutting, propping etc. and removal of form for all heights :
Columns, Pillars, Piers, Abutments, Posts and Struts
68.16 Sqm 0.00INR Zero Only
17 Centering and shuttering including strutting, propping etc. and removal of form for all heights :
Weather shade, Chajjas, corbels etc., including edges
4.80 Sqm 0.00INR Zero Only
Item Wise BoQ
PRICE SCHEDULE
(This BOQ template must not be modified/replaced by the bidder and the same should be uploaded after filling the relevant columns, else the bidder is liable to be rejected for this tender. Bidders are allowed to enter the Bidder Name and Values only )
Note:-
(i) Party shall quote for Unit Price IN INR (Including GST) in figures for all the items.
(ii)The "name of the DSC holder" and "the name of the bidder" entered at Cell No."B8" should match. In case of any mismatch, the offer shall be evaluated considering that of "DSC holder".
Tender Inviting Authority: DIRECTOR, NISER
Name of Work: Construction of Gamma Chamber at CMRP Department, NISER, Jatani.
Notice Inviting E-Tender No. - NISER/ IWD-Civil/Academic/2023-24/07/012, Dated: 25.09.2023.
Validate Print Help
18 Add for plaster drip course/ groove in plastered surface or moulding to R.C.C. projections. 59.60 Meter 0.00INR Zero Only 19 Brick work with clay flyash F.P.S. (non modular) brick of class designation 7.5 in superstructure above
plinth level up to floor five level in : Cement mortar 1:4 (1 cement : 4 coarse sand) in foundation and plinth.
8.88 Cum 0.00INR Zero Only
20 Brick work with clay flyash F.P.S. (non modular) brick of class designation 7.5 in superstructure above
plinth level up to floor five level in : Cement mortar 1:4 (1 cement : 4 coarse sand)
14.73 Cum 0.00INR Zero Only
21 15 mm cement plaster on the rough side of single or half brick wall of mix : 1:4 (1 cement: 4 fine
sand): Outside
113.20 Sqm 0.00INR Zero Only
22 12 mm cement plaster of mix : 1:4 (1 cement: 4 fine sand): Inside 113.20 Sqm 0.00INR Zero Only
23 Providing and laying vitrified floor tiles in different sizes (thickness to be specified by the manufacturer) with water absorption less than 0.08% and conforming to IS: 15622, of approved make, in all colours and shades, laid on 20mm thick cement mortar 1:4 (1 cement : 4 coarse sand), jointing with grey cement slurry @ 3.3 kg/ sqm including grouting the joints with white cement and matching pigments etc., complete. Size of Tile 600x600 mm.
52.20 Sqm 0.00INR Zero Only
24 Providing and applying plaster of paris putty of 2 mm thickness over plastered surface to prepare the
surface even and smooth complete.
161.20 Sqm 0.00INR Zero Only
25 Finishing walls with Premium Acrylic Smooth exterior paint with Silicone additives of required shade:
New work (Two or more coats applied @ 1.43 ltr/10 sqm over and including priming coat of exterior primer applied @ 2.20 kg/10 sqm)
113.20 Sqm 0.00INR Zero Only
26 Wall painting with acrylic emulsion paint of approved brand and manufacture to give an even shade :
Two or more coats on new work
161.20 Sqm 0.00INR Zero Only
27 Providing wood work in frames of doors, windows, clerestory windows and other frames, wrought framed and fixed in position with hold fast lugs or with dash fasteners of required dia & length ( hold fast lugs or dash fastener shall be paid for separately). Second class teak wood
0.05 Cum 0.00INR Zero Only
28 Providing and fixing ISI marked flush door shutters conforming to IS : 2202 (Part I) decorative type, core of block board construction with frame of 1st class hard wood and well matched teak 3 ply veneering with vertical grains or cross bands and face veneers on both faces of shutters: 35 mm thick including ISI marked Stainless Steel butt hinges with necessary screws
3.60 Sqm 0.00INR Zero Only
29 Extra for providing lipping with 2nd class teak wood battens 25 mm minimum depth on all edges of
flush door shutters (over all area of door shutter to be measured).
3.60 Sqm 0.00INR Zero Only
30 Extra for providing vision panel not exceeding 0.1 sqm in all type of flush doors (cost of glass
excluded) (overall area of door shutter to be measured): Circular
3.60 Sqm 0.00INR Zero Only
31 Providing 40x5 mm flat iron hold fast 40 cm long including fixing to frame with 10 mm diameter bolts, nuts and wooden plugs and embedding in cement concrete block 30x10x15cm 1:3:6 mix (1 cement : 3 coarse sand : 6 graded stone aggregate 20mm nominal size).
6.00 No 0.00INR Zero Only
32 Providing and fixing ISI marked oxidised M.S. sliding door bolts with nuts and screws etc. complete :
300x16 mm
1.00 No 0.00INR Zero Only
33 Providing and fixing bright finished brass tower bolts (barrel type) with necessary screws etc.
complete : 250x10 mm
1.00 No 0.00INR Zero Only
34 Providing and fixing bright finished brass hanging type floor door stopper with necessary screws, etc.
complete.
2.00 No 0.00INR Zero Only
35 Providing and fixing aluminium extruded section body tubular type universal hydraulic door closer (having brand logo with ISi, IS : 3564, embossed on the body, door weight upto 36 kg to 80 kg and door width from 701 mm to 1000 mm), with double speed adjustment with necessary accessories and screws etc. complete.
2.00 No 0.00INR Zero Only
36 Brass door latch 300x16x5 mm weighing not less than 0.380 kg 1.00 No 0.00INR Zero Only
37 Finishing with Deluxe Multi surface paint system for interiors and exteriors using Primer as per manufacturers specifications : Painting wood work with Deluxe Multi Surface Paint of required shade.
Two or more coat applied @ 0.90 ltr/10 sqm over an under coat of primer applied @0.75 ltr/10 sqm of approved brand and manufacture
8.10 Sqm 0.00INR Zero Only
38 Supplying and fixing rolling shutters of approved make, made of required size M.S. laths, interlocked together through their entire length and jointed together at the end by end locks, mounted on specially designed pipe shaft with brackets, side guides and arrangements for inside and outside locking with push and pull operation complete, including the cost of providing and fixing necessary 27.5 cm long wire springs manufactured from high tensile steel wire of adequate strength conforming to IS: 4454 - part 1 and M.S. top cover of required thickness for rolling shutters. 80x1.25 mm M.S. laths with 1.25 mm thick top cover
4.80 Sqm 0.00INR Zero Only
39 Providing and fixing ball bearing for rolling shutters. 4.00 No 0.00INR Zero Only
40 Extra for providing mechanical device chain and crank operation for operating rolling shutters.
Exceeding 10.00 sqm and upto 16.80 sqm in the area
4.80 Sqm 0.00INR Zero Only
41 Painting with synthetic enamel paint of approved brand and manufacture to give an even shade: Two
or more coats on new work
9.60 Sqm 0.00INR Zero Only
42 Providing and applying of MAPEI MAPELASTIC SMART two-component, high flexible, elastic cementitious mortar made from synthetic fibres, special admixtures and synthetic polymers in water dispersion with an elongation of 120% (DIN 53504), Static crack bridging ability of >2.5mm (EN 1062- 7), Permeability to water vapour sD = 3.6 m, µ = 1800 (EN ISO 7783-1), Impermeability to water <
0.05 kg/m²·h0.5 (EN 1062-3), Permeability to CO₂sDCO2 >50m (EN 1062-6), Reaction to fire (Euroclass): E (EN 13501-1), adhesion to concrete after 28 days: 1.3 N/mm² (EN 1542) when applied
@ 2mm thickness on the surface prepared for waterproofing to be carried out to ensure the mechanical properties of the product. Apply two layers of the product. The application of the product shall be carried out after the thorough preparation of the surface which includes cleaning, crack treatment, grouting. over seepage wall
250.00 Sqm 0.00INR Zero Only
43 Grading roof for water proofing treatment with Cement concrete 1:2:4 (1 cement : 2 coarse sand : 4
graded stone aggregate 20mm nominal size)
2.11 Cum 0.00INR Zero Only
Total in Figures 0.00INR Zero Only
Quoted Rate in Words INR Zero Only