PT-10 - Satish Dhawan Space Centre SHAR

advertisement
भारत सरकार
अ तिरक्ष िवभाग सतीश धवन अंतिरक्ष के द्र शार ीहिरकोटा डा.घ.524124 आं.प्र. भारत
टे िलफोन:+91 8623 225023
फेक्स: +91 8623 225170
Government of India Department of Space Satish Dhawan Space Centre SHAR
SRIHARIKOTA P.O. 524124, AP, INDIA
Telephone: +91 8623 225023
Fax: +91 8623 225170
GOVERNMENT OF INDIA :: DEPARTMENT OF SPACE
SATISH DHAWAN SPACE CENTER SHAR :: SRIHARIKOTA – 524 124
SRI POTTI SREERAMULU.NELLORE DISTRICT (A.P)
TENDER NOTICE NO. SDSC SHAR/HPS/PT/10/2016-17
On behalf of President of India, Head Purchase and Stores, SDSC SHAR, SRIHARIKOTA invites on
line quotation for the following.
Sl
No
01
Ref. No.
SHAR MSA 2016 00 4823
e-procurement
[Two Part basis]
Description
Qty.
Realisation of Conference
1 Lot
Hall at SDSC SHAR,
Sriharikota
Tender
Fee
No
tender
fee shall be applicable
for tenders submitted
through EGPS
Last Date for downloading of tender documents: 16.09.2016 at 16:00 hrs.
Due Date for submission of bids online
: 16.09.2016 at 16:00 hrs.
Due Date for Bid Sealing on
: 16.09.2016 at 16:01 hrs. to 16.09.2016 at 17.00 hrs.
Due Date for Open Authorization
: 16.09.2016 at 17.01 hrs. to 19.09.2016 at 17:00 hrs.
Due Date for opening of tenders
: 20.09.2016 at 14:30 hrs.
Instructions to Tenderers:
01. For full details/scope of work and terms and conditions etc., please see the enclosed annexures.
02. Interested tenderers can download the e-tender from ISRO e-procurement website
https://eprocure.isro.gov.in and submit the offer on line in the e-procurement portal. Offers sent
physically by post/courier/in person will not be considered.
03. Tender documents are also available on ISRO website www.isro.org; ISRO e-procurement
website https://eprocure.isro.gov.in and SDSC SHAR, Sriharikota website www.shar.gov.in.
The same can be down loaded and offer submitted on line in the e-procurement portal.
04. Quotations received after the due date/time will not be considered.
05. The tender documents are available for download upto 16.09.2016 at 1600 hrs. and last date
for submission of tenders on line 16.09.2016 at 1600 hrs. and Tender Opening on 20.09.2016
at 14:30 hrs.
06. Head, Purchase and Stores, SDSC-SHAR, Sriharikota reserves the right to accept or reject
any/or all the quotations.
DT: 24.08.2016
HEAD, PURCHASE AND STORES
1
REQUEST FOR PROPOSAL
Conference Hall Establishment at SDSC SHAR
INVITATION OF BIDS FOR ESTABLISHMENT OF CONFERENCE HALL AT SDSC SHAR
1. Proposals are invited from the interested bidders for the enclosed scope of work in two part bid.
Part-1 technical and unpriced part of the work and Part-2 Priced commercial part.
2. The scope of the work includes Supply, installation and commissioning of all the civil interior
works, associated electrical, air conditioning and AV System at SDSC SHAR, Sriharikota,
which is located about 100km towards the north of Chennai.
3. The address and contact numbers for seeking clarifications regarding this RFP are given below –
(a)
Bids/queries to be addressed to
Sr.Purchase & Stores Officer, SCF
(b)
Postal address for sending the Bids
Tender Section
Satish Dhawan Space Centre SHAR,
ISRO, Dept. of Space, Govt. of India, Sriharikota –
524124,
SPSR Nellore Dist, Andhra Pradesh
(c)
Name/designation
personnel
of
the
contact
(d)
Telephone numbers of the contact
personnel
08623-22 5174/5023
(e)
e-mail ids of contact personnel
sselvan@shar.gov.in
(f)
Fax number
08623-22 5170
Mr.Senthil Selvan
4. This RFP is divided into three Parts as follows:
(a) Part I – Contains General Information and Instructions for the Bidders about the RFP such as
the time, place of submission and opening of tenders, Validity period of tenders, etc.
(b) Part II – Contains essential details of the items/services required, such as the Schedule of
Requirements (SOR), Technical Specifications, Delivery Period, Mode of Delivery and
Consignee details.
(c) Part III –Contains Evaluation Criteria and Annexures.
5. This RFP is being issued with no financial commitment and the Buyer reserves the right to
change or vary any part thereof at any stage. Buyer also reserves the right to withdraw the RFP,
should it become necessary at any stage.
6. BID SUBMISSION
Bids duly filled in by the Bidder should invariably be submitted as stipulated in the Letter inviting
bid. Bids shall be submitted in the following manner.
6.1. PART – I : UN PRICED TECHNO-COMMERCIAL PART OF THE BID FOR THE WORK
Complete Techno–commercial part of the bid shall be filled online in the “Vendor Specified
Terms’ form of the e-tender. Any documents related to technical literature, guarantee /warrantee
certificates and any other document as per the tender shall be scanned and uploaded to the etender under ‘Documents solicited from Vendor’ form only in ISRO e-procurem ent portal
(https://eprocure.isro.gov.in).
1
REQUEST FOR PROPOSAL
Conference Hall Establishment at SDSC SHAR
Technical and unpriced commercial bid Part-I shall comprise the attachments, specifying
attachment number arranged in the order as follows:
(a)
Submission of bid letter along with one set of proposal document (RFP) duly signed
and stamped as token of acceptance
(b)
All the annexure enclosed in proposal duly filled, signed and sealed
(c)
Unpriced copy of schedule of prices with all other commercial terms, taxes, duties,
exemption certificates and conditions duly filled (Prices to be kept blank), signed and
stamped
(d)
Data sheets for all the equipment & checklists enclosed in proposal duly filled, signed,
& stamped.
(e)
Technical details, catalogue, etc as applicable and any other document as mentioned in
the proposal.
(f)
Last three year IT returns.
(g)
Solvency certificate for Rs.200 Lakhs issued by any Nationalized/Schedule bank
(h)
Any other relevant document, bidder desires to submit.
In case if the space is not adequate to upload, hard copy of the balance documents (without
any price figures) shall be submitted before due date.
Envelope of technical bid shall be marked with following:
PART-I TECHNO-COMMERCIAL BID
Name of client
:
Satish Dhawan Space Centre SHAR
Indian Space Research Organisation
Title of the proposal
:
Due date and time of the opening
:
From (Name of the bidder with address)
:
Supply, installation and commissioning of all the
civil interior works, associated electrical, air
conditioning and AV System at SDSC SHAR,
Sriharikota
To:
Head, Purchase & Stores
Satish Dhawan Space Centre
SHAR
ISRO, Dept. of Space,
Govt. of India
Sriharikota – 524 124,
SPSR Nellore Dist,
Andhra Pradesh, India
2
REQUEST FOR PROPOSAL
Conference Hall Establishment at SDSC SHAR
6.2. PART – II : PRICE PART OF THE BID FOR THE WORK
Price bid shall be filled in the on-line ‘price bid’ form of the e-tender only in ISRO e-procurement
website https://eprocure.isro.gov.in. The price schedules for the BOM and other prices
shall be uploaded on-line in the respective forms along with the price bid in the e-portal.
a) SDSC SHAR may open Part – I of the bid on the due date of opening subject to meeting the
minimum evaluation criteria. Price Bids (Part-II) of technically and commercially acceptable offers
shall be opened at a later date.
b) Unit rate for each of the item shall be indicated separately. The rate quoted shall be on FOR
DESTINATION BASIS i.e., FOR SDSC SHAR, Sriharikota basis. Even unloading of the material
at our site shall be your responsibility at your cost. Thus transportation of material from your
works to SDSC SHAR and unloading at our site shall be the responsibility of tenderers.
c) If the offers submitted by the tenderers are silent on taxes, it will be presumed that quoted rates
are inclusive of taxes & duties and no claim in this regard will be entertained later.
d) Supplier has to consider entire bill of material required for renovation as per the schematics
provided.
e) The quantities are indicative based on the site conditions ±10% variation is possible. However,
the payment shall be made at actuals of each bill of material.
f) SDSC SHAR reserves the right to reject any or all the Bids without assigning any reasons thereof.
g) Total amount shall be spelled out in terms of figures and words also.
h) Any bids/offers with price details in Techno-Commercial Offer (Part –I) shall be rejected.
3
REQUEST FOR PROPOSAL
Conference Hall Establishment at SDSC SHAR
PART - I
GENERAL INFORMATION & STANDARD CONDITIONS OF RFP
S.No
1.
Description
Vendor
Compliance
Prices quoted should be on the basis of F.O.R. SDSC SHAR, Sriharikota,
The purchaser will not pay separately for transit insurance. All risks in transit shall
be exclusively of the contractor and the purchaser shall pay only for such stores
as are actually received in good condition in accordance with the contract.
2.
Site Visit: Bidder may visit the site for understanding the works involved before
submitting the offer. Claims and objections due to ignorance of existing conditions
or inadequacy of information shall not be considered after submission of the Bid
and during implementation.
3.
OFFER VALIDITY: Bid shall remain valid for acceptance for a period of FOUR
months from the due date of submission of the Bid. The Bidder shall not be
entitled during the said period to revoke or revise his Bid or to vary the Bid except
and to the extent required by SDSC SHAR in writing. Bid shall be revalidated for
extended period as required by SDSC SHAR in writing. In such cases, unless
otherwise specified, it is understood that validity is sought and provided without
varying either the quoted price or any other terms and conditions of Bid finalized
till that time.
4.
SPECIFICATIONS AND DRAWINGS
The Supplier shall execute the works in compliance with the provisions of
CONTRACT, good engineering practices and codes requirements.
4.1.
APPROVAL OF TECHNICAL DOCUMENTS / DRAWINGS
Supplier shall prepare and submit to SDSC SHAR for approval following
documents and drawings:
a) Technical literatures, data sheets and materials supplied by him.
b) Erection sequence schedule along with erection drawings.
c) No activity shall be executed unless SDSC SHAR’s approval is obtained.
4.2.
DESIGN & SUPPLY OF SYSTEM
Supplier shall carry out detailed engineering, fabricate / procure and supply the
system in accordance with the scope, technical specifications and terms &
conditions of contract.
4
REQUEST FOR PROPOSAL
S.No
4.3.
Conference Hall Establishment at SDSC SHAR
Description
Vendor
Compliance
DELIVERY AND STORAGE
a) Dispatch Instructions given in the Contract shall be strictly followed. Failure to
comply with the instructions may result in delay in payment apart from
imposing any other charges as may be deemed to fit.
b) The Supplier shall be responsible for transporting all the equipment to site,
unloading and storage.
c) No equipment shall be delivered without obtaining dispatch clearance from
SDSC SHAR.
d) All the equipment shall be properly packed to avoid any damage during
transportation / handling / storage.
e) The equipment received at site shall be stored at a place assigned for this
purpose.
f)
Supplier shall take proper care while storing the equipment and shall provide
watch and ward at his own cost.
4.4.
Catalog may be provided by the supplier with the colours and models those can
be offered for selection by the Department
4.5.
For the items quoted, the tenderer shall send the following details along with the
tender.
(a) Detailed specifications of the item in all respects. These shall include details
like width, height, length and material specification.
(b) Photograph/catalogue of the item quoted.
4.6.
The offers without above details will be liable for rejection. Therefore tenderers
may please take note of the same and submit offers accordingly.
4.7.
Mere indication of model numbers without details of specification and relevant
catalogue will not suffice and such offers will be summarily rejected.
4.8.
SDSC SHAR reserves its right to reject any technically not suitable offer.
4.9.
Clearances from Department: The successful bidder must obtain the clearance
from the Department for the following:
a) Fabrication drawings indicating the dimensions, materials, etc.
b) Color, make & mode & fabric, etc.
4.10.
The configuration and dimensions are indicated in the Technical Specifications
and in the drawings. They are the minimum specifications requirements, based on
the product availability bidder can offer near matching specifications with a
tolerance of ±5%.
4.11.
INSTALLATION
5
REQUEST FOR PROPOSAL
Conference Hall Establishment at SDSC SHAR
S.No
Description
Vendor
Compliance
4.11.1. GENERAL
a) Supplier’s staff shall include adequate number of competent erection
engineers with proven experience on similar works to supervise the erection
works and sufficient skilled, unskilled and semiskilled labour to ensure
completion of work in time.
b) Supplier's erection staff shall arrive at site on date agreed by SDSC SHAR.
Prior to proceeding to work, Supplier shall however, first ensure that
required/sufficient part of his supply has arrived at site.
c) Erection of equipment may be phased in such a manner so as not to obstruct
the work being done by other Suppliers and / or operating staff who may be
present at that time.
d) During erection, Department's engineer will visit site from time to time with or
without Supplier’s engineer to establish conformity of the work with
specification.
Any deviations, deficiencies or evidence of unsatisfactory
workmanship shall be corrected as instructed by Department.
e) Supplier shall carry out work in a true professional manner and strictly adhere
to the approved drawings. Any damage caused by Supplier during erection to
new or existing building shall be made good at no extra cost to Department.
4.11.2. RECORDS
Supplier shall maintain records pertaining to the quality of erection work in a
format approved by Department. Whenever erection work is complete, Supplier
shall offer erected equipment for inspection to Department's engineer who along
with Supplier's engineer will sign such records on acceptance.
4.11.3. 4.3.
EQUIPMENT
ERECTION
EQUIPMENT
ERECTION
a) Supplier
shall shall
carry carry
out theout
works
accordance
with the specific
instructions
a).
Supplier
the inworks
in accordance
with the
specific
given on
theon approved
drawings,
method
instructions
given
the approved
drawings,
methodstatements,
statements, manufacturer’s
drawings
/ documents
as directed
by Department.
Equipment
be
drawings
/ documents
or as or
directed
by Department.
Equipment
shall be shall
erected
erected
in neat
manner
theyplumb,
are level,
plumb, and
in neat
workmen
likeworkmen
manner like
so that
they so
arethat
level,
and square
squarealigned
and properly
and oriented.
properly
and aligned
oriented.
Tolerances shall be as established in
manufactures
drawings
or as
by Department.
equipment
shall be
b) Supplier shall
provide
all stipulated
supervision,
labour, tools, No
machines,
equipment,
grouted
or
bolted
down
to
the
foundation,
until
its
alignment
is
checked
and
found
scaffolding, rigging material and incidental material such as bolts, wedges,
acceptable
byconcrete
Department.
anchors,
inserts, grout material etc. required to complete the works.
shallshall
also provide
own cost alllabour,
such consumables
like oxygen
b). Supplier
Supplier
provide at
allhis
supervision,
tools, machines,
cranes,acetylenescaffolding,
gas weldingrigging
rods, grinding
temporary
supports,
etc.
equipments,
material wheels,
and incidental
material
suchshims
as bolts,
required
to complete
work.
wedges,
anchors,
concrete
inserts, grout material etc. required to complete the
works.
Supplier
providecare
at his
own handling
cost all such
consumables
like
c) Supplier
shallshall
takealso
utmost
while
instruments,
delicate
oxygen
- acetylene
gasetc.
welding
rods, grinding
temporary
supports, shims
equipment,
panels
and protect
all suchwheels,
equipment
on erection.
etc. required to complete work.
c).
Supplier shall take utmost care while handling instruments, delicate
equipment, panels etc. and protect all such equipment on erection.
4.4.
SAFETY
Supplier shall follow the safety regulations / codes and shall take necessary
measures at their own cost.
6
REQUEST FOR PROPOSAL
S.No
Conference Hall Establishment at SDSC SHAR
Vendor
Description
Compliance
4.11.4. SAFETY
Supplier shall follow the safety regulations / codes and shall take necessary
measures at their own cost.
ERECTION
& CONSTRUCTION
4.11.5. 4.5.
ERECTION
& CONSTRUCTION
POWERPOWER
a).
Electrical
power
and available
equipment
may be
a) Electrical
power
and available
materialmaterial
handlinghandling
equipment
may be extended
extended
by SDSC
on chargeable
as tariff
per rules
the tariff
rulesElectricity
of State
by SDSC
SHAR SHAR
on chargeable
basis, asbasis,
per the
of State
Electricity
Reasonable
quality
of normal
Construction
powerwill
will be
be made
Board.Board.
Reasonable
quality
of normal
Construction
power
made
available
at
one
point
(415V,
3
phase,
50
Hz).
However
onward
distribution
shall
available at one point (415V, 3 phase, 50 Hz). However onward distribution
be by
supplier.
Installation
of necessary
energy
meters,
shallthe
be by
the supplier.
Installation
of necessary
energy
meters,switchgear
switchgear &
&
distribution
system,
etc etc
for for
Construction
strict
distribution
system,
Constructionpower
powerin ina a safe
safe manner
manner in
in strict
conformity
with with
locallocal
rulesrules
& regulations
will be
of supplier.
conformity
& regulations
willresponsibility
be responsibility
of supplier.
b).
During
non-availability
of supplier
power, shall
supplier
shall own
make
their own
b) During
non-availability
of power,
make their
arrangement
of
arrangement
of
alternate
power
source
at
their
cost.
alternate power source at their cost.
WORK RULES
4.11.6. 4.6.
WORK RULES
No
work shall
shallbe
becarried
carriedoutout
during
night
or public
holidays
unless
a written
No work
during
public
holidays
unless
a written
permission
is
permission
is obtained
from SDSC SHAR.
obtained from
SDSC SHAR.
4.7.
SITE CLEARANCE
4.11.7. SITE CLEARANCE
Upon completion of work, supplier shall remove all their equipment and material
Upon completion of work, supplier shall remove all their equipment and material
from the site within one month or time mutually agreed. Supplier at all times shall
from the site within one month or time mutually agreed. Supplier at all times shall
keep site in clean condition and remove all unwanted material at regular intervals.
keep site in clean condition and remove all unwanted material at regular intervals.
In case supplier fails to remove all their equipment and material within the
In case supplier fails to remove all their equipment and material within the
mutually agreed time it is deemed that SDSC SHAR will arrange to remove the
mutually agreed time it is deemed that SDSC SHAR will arrange to remove the
same at Supplier’s cost.
same at Supplier’s cost.
4.8.
ACCOMMODATION
4.11.8. ACCOMMODATION
a).
Very limited accommodation may be provided by SDSC SHAR to senior
supervisory
staff on
chargeable basis
subject
to availability.
a) Very limited
accommodation
may
be provided
by SDSC SHAR to senior
chargeable
basis
subject to for
availability.
b). supervisory
Supplierstaff
shallon
make
their own
arrangement
accommodation & canteen
facility
for all shall
its staff,
technicians,
& workersfor
including
transportation
to the
b) Supplier
make
their ownlabor
arrangement
accommodation
& canteen
staff.facility for all its staff, technicians, labor & workers including transportation to
the staff.
4.11.9. MEDICAL
FACILITIES
4.9.
MEDICAL
FACILITIES
No medical facilities will be provided by SDSC SHAR. Supplier shall make their
own arrangement at their own expenses for medical facilities for site personnel.
4.10. WORK PROGRAMME
4.11.10. WORK PROGRAMME
Supplier shall prepare a detailed
Supplier shall prepare a detailed
SDSC SHAR. Supplier as per
SDSC SHAR. Supplier as per
programme periodically.
programme periodically
4.11. SUB-CONTRACTS
programme
programme
exigencies
exigencies
schedule for review /
schedule for review /
of work shall revise
of work shall revise
approval by
approval by
and update
and update
a).
Whole of the work shall not be subcontracted.
b).
Any subcontracting shall be after approval of SDSC SHAR.
c).
Supplier shall be responsible for the proper execution of any sub-contract
placed by their in connection with this purchase order.
7
REQUEST FOR PROPOSAL
S.No
Conference Hall Establishment at SDSC SHAR
Description
Vendor
Compliance
4.11.11. SUB-CONTRACTS
a) Whole of the work shall not be subcontracted.
b) Any subcontracting shall be after approval of SDSC SHAR.
c) Supplier shall be responsible for the proper execution of any sub-contract
placed by their in connection with this purchase order.
d) Supplier shall furnish to SDSC SHAR the copies of all un-priced sub-orders
showing promised delivery dates and places.
4.12.
RECORD DRAWINGS AND O&M MANUALS
a) Supplier shall submit 3 hard & one soft copy of O&M manual. These manuals
should indicate weekly, monthly and yearly maintenance schedule and other
instructions necessary for safe maintenance of equipment.
b) Submission of the drawings and manuals shall be a precondition for releasing
of any final payment due to Supplier.
5.
EXCISE DUTY: Excise duty shall be payable whereever applicable.
6.
CUSTOMS DUTY: Customs duty shall be payable whereever applicable.
7.
CST/VAT: CST/VAT as applicable shall be indicated separately in schedule of
prices (percentage of CST/VAT applicable & amount on which it is applicable).
8.
SERVICE TAX: Service tax, if any applicable shall be indicated separately in
schedule of prices (percentage of service tax applicable & amount on which it is
applicable)
9.
INCOME TAX: Income tax at the prevailing rate and as applicable from time to
time shall be deducted from the supplier's bills as per Income Tax Act. and a
certificate will be issued (TDS Certificate).
10.
DELIVERY SCHEDULE: The supply, installation and commissioning of the
system shall be completed within 8 weeks from the date of placement of the
order.
The time for the date of delivery of the stores stipulated in the purchase order
shall be deemed to be the essence of the contract and delivery must be
completed no later than the date(s) specified therein. Failure to do so, without
adequate justification may involve cancellation of the contract at the discretion of
purchaser.
11.
LIQUIDATED DAMAGES: In the event of the Supplier failing to complete the
work within the delivery period specified in the contract agreement or in extension
agreed thereto, the Department shall reserve the right to recover from the
Supplier as liquidated damages, a sum of 0.5 percentage per week or part thereof
of the undelivered portion of the contract subject to a maximum of 10.0
percentage of the total Contract.
8
REQUEST FOR PROPOSAL
S.No
12.
Conference Hall Establishment at SDSC SHAR
Description
Vendor
Compliance
SECURITY DEPOSIT
The supplier, whose tender is accepted, shall be required to furnish by way of
Security Deposit for the due fulfillment of the contract such a sum as shall amount
to 10 % of the contract price of the work awarded.
The security deposit (bearing no interest) shall be held by the Department as
security till satisfactory completion, testing and handing over of all the system and
for the due performance of all suppliers’ obligations under the contract as per
delivery period or extension granted thereof by the Department.
The supplier within 10 days of Purchase Order or signing of Contract, deposit with
the Accounts officer, Satish Dhawan Space Centre SHAR, Sriharikota as detailed
above by any one or more of the following modes namely.
i.
By a crossed demand draft in favour of Accounts officer, Satish Dhawan
Space Centre SHAR drawn on SBI and payable at Sriharikota.
ii.
By an acceptable bank guarantee. The bank guarantee shall be from a
nationalized bank & shall be valid for 60 days beyond completion period.
In case of breach of contract, the Security deposit shall be forfeited in addition to
other relief available to the Department under this contract.
13.
PERFORMANCE BANK GUARANTEE
1.1. The supplier shall guarantee for the performance of the contract by providing
bank guarantee
in favor of the Department for an amount equivalent
to 10 % (ten percent) of the total value of this contract valid till the
warranty period with a grace period of 2 months.
1.2. The performance bank guarantee shall be submitted by the supplier with in
fifteen days from the date of accepting the equipment/material as per
the CONTRACT. The format for the performance bank guarantee shall be
obtained from the Department.
Department reserves right to forfeit the PBG if non-performance of the vendor.
14.
Warranty Services: The bidder should provide one year warranty for the fully
commissioned system from the date of acceptance. During warranty, bidder shall
maintain adequate spares so that no device is down for a period of more than 48
hours. During the warranty period supplier should provide and adhere to the
following:
a) The supplier shall provide comprehensive warranty for all equipment and
accessories against any manufacturing defects/bugs. They shall maintain the
equipment and repair/replace all the defective components at the installed site
at no additional cost.
b) There should be quarterly preventive maintenance visit by the technicians of
the OEM/Supplier. During the preventive maintenance visit the systems
supplied and installed by the supplier shall be thoroughly checked as per the
9
REQUEST FOR PROPOSAL
S.No
Conference Hall Establishment at SDSC SHAR
Description
Vendor
Compliance
checklist provided by the Engineer-in-Charge and same shall be certified.
c) All the breakdown maintenance calls shall be responded and completed
within 48hrs.
d) In the event of the Supplier’s failure to supply & provide allied services within
a reasonable period, the Department on its own will get the defects rectified
through another agency at the risk and cost to the Supplier.
e) Down time compensation during warranty: penalty deduction will be linked
with up-time of the system (in percentage) and shall be deducted from
warranty charges/bank guarantee as below :
(i.) if up-time below is 90%, penalty @ 3% of the order value.
(ii.) if up-time above 90%, no penalty.
15.
AMC (Optional Item): AMC for AV System along is proposed for a period of
5 Yrs as an optional item. During this AMC period, vendor has to provide and
adhere to the following:
a) This period shall include maintenance and replacement of defective/failed
parts at actuals based on the agreed rates.
b) Break down maintenance should be responded within 48 Hours time and shall
be completed within 48 Hours after respond.
c) Quarterly based preventive maintenance visits has to be made.
d) Department will not provide any transport/accommodation.
e) The payment will be made on quarterly based on the certificate issued by the
Engineer in Charge for the satisfactory performance.
f)
The Centre reserves the right to cancel/amend the work order at any time
without assigning any reason.
g) 10% of the total Five Years AMC charges shall be submitted as performance
security.
h) Down time compensation during AMC: penalty deduction will be linked with
up-time of the system (in percentage) and shall be deducted from AMC
charges/bank guarantee as below :
(i.) if up-time below is 90%, penalty @ 3% of the order value.
(ii.) if up-time above 90%, no penalty.
16.
MODE OF PAYMENT
Our Bankers are State Bank of India, SDSC SHAR, Sriharikota – 524 124. You
may furnish your banker details for transferring the payments through RTGS/EFT
mode
17.
PAYMENT TERMS:
I. FOR SUPPLY OF EQUIPMENT / MATERIAL:
(a) 70% supply cost with taxes against factory inspection and receipt of material
at SDSC SHAR.
10
REQUEST FOR PROPOSAL
S.No
Conference Hall Establishment at SDSC SHAR
Description
Vendor
Compliance
(b) 20% of supply cost on pro-rata basis against installation & commissioning.
(c) 10% of supply cost after completion of testing and acceptance of the system
and submission of Performance bank guarantee for equal amount valid till
warranty period.
II. FOR ERECTION, TESTING AND COMMISSIONING EQUIPMENTS /
MATERIAL AT SITE:
(a) 90% of erection cost on pro-rata basis of progress of works at site, as per the
schedule of prices.
(b) 10% after successful commissioning and acceptance by the Department
covered under contract and submission of performance bank guarantee for
equal amount valid during warranty period.
III. AMC payment shall be on quarterly basis.
18.
RISK COVERAGE: The Supplier shall arrange comprehensive risk coverage at
his own cost covering the value of equipment including transportation to the site
from manufacturer’s works, storage at site, fabrication, erection, testing and
commissioning at site. The period of such coverage shall be up to contractual
completion period or any extension granted by Department thereof.
19.
Safety: All equipment shall be complete with approved safety devices. Wherever
a potential hazard to personnel exists, provisions shall be made for safe access of
personnel to the equipment/sub-assemblies during erection, operation and
maintenance.
20.
Bidder shall note that the conditional discounts will not have edge in the
evaluation process of tenders.
21.
Non‐acceptance of any conditions where ever called for related to guarantee or
warrantee, performance bank guarantee, liquidate damages will be summarily
rejected.
22.
Wherever installation and commissioning is involved, the guarantee / warrantee
period should recon only from the installation, commissioning and acceptance.
23.
Quality and Workmanship: Materials used in the installation will be new and
exclusively developed, produced and supplied to meet site requirements.
Workmanship will be suitable for the purpose intended and in accordance with the
highest standards and practices.
24.
Test Certificates, wherever necessary, should be forwarded along with supplies.
25.
The tenderer shall at all times indemnify the Purchaser against all clams which
may be made in respect of the stores for infringement of any right protected by
the patent Registration of design or Trade Mark and shall take all risks of
11
REQUEST FOR PROPOSAL
S.No
Conference Hall Establishment at SDSC SHAR
Description
Vendor
Compliance
accidents or damage, which may cause a failure of the supply from whatever
cause arising and the entire responsibility for the sufficiency of all means used by
him for the contract.
26.
ARBITRATION: In the event of any question, dispute or difference arising under
these conditions of any condition in the purchase order, (except as to any matters
the decision of which is specially provided for by these conditions) the same shall
be referred to the sole arbitration approved by Director, SDSC SHAR. The
arbitration shall be conducted within India as per the Arbitration and Conciliation
Act, 1996 and the applicable language shall be English. The award of the
Arbitrator shall be final and binding on the parties of this purchase order.
27.
APPLICABLE LAW AND JURISDICTION
The laws of India shall govern this purchase order for the time being in force. The
Courts of Andhra Pradesh, India only shall have jurisdiction to be with and decide
any legal matters or disputes what so ever arising out of the purchase order.
28.
FORCE MAJEURE: Should a part or whole work covered under this purchase
order be delayed due to reasons of Force Majeure which shall include legal
lockouts, strikes, riots, civil commotion, fire accident, quarantines, epidemic,
natural calamities and embargoes the completion period for work, equipment
referred to in this agreement shall be extended by a period not in excess of the
duration of such Force Majeure. The occurrence shall be notified within
reasonable time.
29.
PACKING & FORWARDING: The tenderer will be held responsible for the stores
being sufficiently and properly packed for transport by rail, road, sea or air, to
withstand transit hazards and ensure safe arrival at the destination. The packing
and Marking of packages shall be done by and at the expenses of the Contractor.
30.
DISCLOSURE AND USE OF INFORMATION
a) If the documents supplied by the SDSC SHAR are marked 'restricted use',
supplier shall take all necessary steps to ensure the same.
b) Supplier shall guarantee that all information and data received during
execution of Purchase Order from SDSC SHAR shall be classified as
“confidential” within the meaning of the Official Secrets Act and will not be
divulged to any third party without prior written permission of SDSC SHAR. All
drawings & documents shall be returned after execution of work.
c) No publicity of any kind whatsoever regarding this work shall be given without
prior clearance from SDSC SHAR.
31.
ACCEPTANCE AND REJECTION:
On completion of the work or part of the work as specified in the contract, the
representative of the Department referred to, shall check as soon as possible, but
12
REQUEST FOR PROPOSAL
S.No
Conference Hall Establishment at SDSC SHAR
Vendor
Description
Compliance
in any event within the month of notification of readiness for acceptance that the
work performed complies with the contract requirements as regards quantity and
quality.
In the event of rejection of any of the articles, whereby the Supplier feels himself
aggrieved, he may within eight days of the receipt of notification of rejection and
before such articles have been removed from the place of inspection, give the
Department notice of objection. Such objection shall be considered by a Board of
Appeals of the Department. The Department shall, without prejudice to the
arbitration clause in the contract, take a decision upon presentation of the Board's
findings.
On completion of tests, the members of the Inspection Organisation of the
Department or Inspection agency appointed by Department shall prepare a report,
which must be countersigned by the Supplier.
32.
SUSPENSION:
a) Department may notify the Supplier to suspend performance of any or all of
his obligations under the Contract. Such notice will specify the reasons for
suspension and the effective date of suspension.
Supplier there upon shall
suspend the performance of such obligations until ordered in writing to
resume performance of Contract by Department.
b) If Supplier’s performance or his obligations remain suspended or the rate of
progress is reduced, then, the time of completion will be suitably extended
and all costs incurred by Supplier as a result of suspension or reduction in
rate of progress will be paid to Supplier provided that the suspension or
reduction in the rate of progress is not by reasons of Supplier's default or
breach of Contract.
33.
CANCELLATION
33.1.
GENERAL RULE
The Department shall have the right at any time to cancel a contract either wholly
or in part by giving written notice by registered mail. From the time of receipt of
the written notice the Supplier shall undertake to observe the instructions of the
Department as to the winding up of the contract both on his own part and on the
part of his sub-suppliers.
33.2.
WITHOUT FAULT OF SUPPLIER
In the case of cancellation of a contract by the Department without any fault of the
Supplier, the Supplier shall on receipt of Department's instructions forthwith take
the necessary steps to implement them. The period to be allowed to implement
them shall be fixed by the Department after conclusion with the Supplier and, in
general, shall not exceed three months.
Subject to the Supplier confirming, Department shall take over from the Supplier
13
REQUEST FOR PROPOSAL
Conference Hall Establishment at SDSC SHAR
S.No
Vendor
Description
Compliance
at a fair and reasonable price all finished parts not yet delivered to the
Department, all unused and undamaged material, bought-out components and
articles in course of manufacture in the possession of the supplier and property
obtained by or supplied to the Supplier for the performance of the contract, except
such material, bought-out components and articles in course of manufacture as
the supplier shall, with the agreement of the Department, elect to retain.
33.3.
WITH FAULT OF SUPPLIER:
The Department reserves the right, after full consideration of all relevant
circumstances, including the observations of the supplier, to cancel a contract in
any of the following circumstances.
a) In the event of the Supplier's failure to meet
(i) The Technical requirements of the Supplier.
(ii) The Progress and/or delivery requirements.
b) If the Supplier has not observed the provisions of the contract concerning
the disclosure and use of information provided by the Department.
c) If the Supplier fails to comply with the provisions of the contract
concerning the equipment, supplies and technical documents made
available by the Department.
d) If
the Supplier
transfers
his
contract without
the Department's
authorization or concludes sub-contracts against the Department's explicit
directives.
e) In the event that Supplier unjustifiably repudiates the Contract or fails to
ship or dispatch all or part of the goods ordered for reasons other than
those attributed to the Department’s actions or as provided in the Force
Majeure clause, the Department may, by giving an appropriate notice in
writing to the Supplier, fix a Date of Essence by which the Supplier must
complete the dispatch in full. If the Supplier fails to do so, the Department,
in addition to his right to recover Liquidated Damages in terms of the
Contract, shall also have the right to cancel this Contract and make
substitute purchases from other sources. If the goods are in a partial state
of fabrication, Department may have the fabrication completed by other
means, in which event Supplier shall be liable to Department for the
additional expenses incurred thereby, but shall not have any claim on
savings, if any, in such cases.
In the event of such cancellation, the Department shall unless otherwise
specified in the contract, only pays.

In the case of a fixed-cost contract for the supply of equipment or
material. The contractual value of items delivered and accepted under
the contract before receipt of notification of cancellation, or to be
accepted under the special conditions of cancellation.
14
REQUEST FOR PROPOSAL
S.No
Conference Hall Establishment at SDSC SHAR
Description

Vendor
Compliance
In the other cases.
A fair and reasonable price in respect of such work as has been carried out prior
to the receipt by the Supplier of notification of cancellation.
34.
The firm will have to carry out the complete work as per site requirement.
15
REQUEST FOR PROPOSAL
Conference Hall Establishment at SDSC SHAR
PART II
ESSENTIAL DETAILS OF ITEMS/ SERVICES REQUIRED
1.
INTRODUCTION
The requirement is to establish the state of the art conference hall for the meeting of senior
executives as per the configuration and specifications detailed in the subsequent chapters of this
RFP. The finalized schematic/architectural configurations, drawings of office layout, wall paneling
scheme with sections, false ceiling, electrical scheme, electrical layout and air conditioning layout are
enclosed as Annexures. The entire civil interiors have to be carried out as per the approved scheme
and as directed by architect.
The scope of the work includes supply, installation and commissioning of all the civil interior works,
associated electrical, air conditioning and AV System. Architectural 3D views of the approve
configuration is shown in the Figures.
Figure : Conference Hall 3D architectural scheme
16
REQUEST FOR PROPOSAL
Conference Hall Establishment at SDSC SHAR
Figure : Architectural schemes of conference hall and front lobby
2.
SCOPE OF WORK
Supply, fabrication and Installation of following works as per approved schemes all as per the
architectural & other drawings given by Department.
2.1. WORKS UNDER VENDOR SCOPE
S.No
Description
Vendor
Compliance
Supply and erection of gypboard false ceiling system, wooden flooring,
2.1.1.
partitions & acoustical wall panelling, furniture, doors, windows as per the
approved architectural scheme.
2.1.2.
Supplying and erection of all the electrical fittings includes wiring, lights and
switch boards.
2.1.3.
Supplying and installation of all ductable split type air conditioning system
includes ducting, positioning of the outdoor/indoor units.
2.1.4.
An approved architectural schematic/architectural configurations, drawings
of office layout, wall panelling scheme with sections, false ceiling, electrical
scheme, electrical layout and air conditioning layout will be provided by
Department. However, it shall be noted that the total system is to be
provided by the contractor has to consider all the requirements of civil,
17
REQUEST FOR PROPOSAL
Conference Hall Establishment at SDSC SHAR
S.No
Description
Vendor
Compliance
electrical and air conditioning irrespective of their mentioning or not.
2.1.5.
SHAR island is prone for termites. Vendor has to carryout anti-termite
treatment for the walls and flooring before taking up the erection works. IS
6313 (Part 3):2001 code of practice for anti-termite measures in buildings
may be followed.
2.1.6.
All the wooden materials used for wall panelling, flooring, etc shall be
treated
for
anti-termite
as
per
the
standards
of
practice
of
National/International standards. A certificate to this extent shall be
enclosed by the bidder from the original equipment manufacturer/supplier
that the offered material(s) are termite proof.
2.1.7.
All the technical details of false ceiling material, wooden panelling material,
brochures of furniture, electrical fittings, air conditioning system, etc shall
be furnished along with Technical bid
2.1.8.
All the samples of the material shall be approved by Department before
being dispatched and installed.
2.1.9.
Provide accurate benchmarks for use in wall erection at all floors and if
there are any errors or inconsistencies rectify at no extra cost.
2.1.10.
The tenderers are requested to refer to the tender drawings and any
clarifications regarding the levels must be obtained before submitting their
offer.
2.1.11.
2.1.12.
Supply & erection of ductable split type air conditioning units.
Supply, fabrication and erection of GSS ducting and connecting to the
ductable split AC units. Including thermal insulation to the duct as per the
layout drawing enclosed.
2.1.13.
Supply and installation of supply air and return air powder coated aluminum
grills/diffusers.
2.1.14.
2.1.15.
2.1.16.
Supply and installation of acoustic insulation for supply air duct.
Necessary electrical cabling works for the above AC units and earthing.
The fully installed air conditioning system will be subjected to Test and
Evaluation by the Department Committee. This is to ensure that realized
cooling system is meeting all its intended requirements as per the given
specifications. If any deviations obtained shall be resolved by the tenderer
at no extra cost within the scope of the work under this contract.
2.1.17.
Acceptance for AC System: trial run shall be carried out for 48 hours.
18
REQUEST FOR PROPOSAL
S.No
Conference Hall Establishment at SDSC SHAR
Description
Vendor
Compliance
2.1.18.
Supply & installation of the entire FDA system shall conform to IS2189/BS
5839/NFPA 71&72/TAC norms.
Detectors shall conform to relevant
standards.
2.1.19.
Configuration, Design, Supply, installation and commissioning of AV
system for the conference hall.
2.1.20.
Supply of Projector & Motorized Projection Screen of 110inch 16:10 aspect
ratio.
2.1.21.
2.1.22.
Supply of audio mixer.
Supply Audio PA Controller with Connection cables and connectors for the
PA unit
2.1.23.
2.1.24.
2.1.25.
2.1.26.
2.1.27.
2.1.28.
2.1.29.
2.1.30.
2.1.31.
2.1.32.
2.1.33.
2.1.34.
Supply of Discussion unit for Chairman
Supply of Discussion unit for Delegate
Supply of ceiling mount speakers
Supply of 55” LED display with mounting kit
Supply of Dual Channel Audio Amplifier
Supply of Wireless Presentation with Output HDMI & VGA
Supply of Wireless Hand-Held & Lepel Microphone –Presenter set
Supply of Wireless Hand-Held & Lepel Microphone –Vocal set
Supply of Control Processor with Touch Panel
Supply of cable cubby
Supply of format converter
Supply of Transmitter & Receiver
2.1.35. Supply of matrix switcher
2.1.36.
Quantities furnished in the bill of Quantities are indicative/tentative and are
subject to reconciliation on award of work between success full bidder and
Department, if there is any discrepancy at the shop drawing stage.
2.1.37.
The quantities indicated in the schedule of prices of this tender enquiry are
19
REQUEST FOR PROPOSAL
S.No
Conference Hall Establishment at SDSC SHAR
Description
Vendor
Compliance
only estimates. Quantities may vary ± 20% based on the detailed
engineering details and as per the site conditions. The final payment will be
made prorate basis at actual.
2.1.38.
When the material quantity is increasing more than the work order quantity,
Contractor shall bring to the notice of the department for approval.
2.1.39.
Upon the clearance from Department for site erection, supplier has to erect
AC units at site.
2.1.40.
Contractor shall maintain the material entry register and Delivery Chelan
copies.
2.1.41.
Drawings, Catalogues, Brochures shall be submitted for all items of the
work order for approval.
2.1.42.
Clearances from Department: The successful bidder must obtain the
clearance from the Department for the following:
Fabrication drawings indicating the dimensions, materials, Color & Fabric,
etc.
2.1.43.
The configuration and dimensions are indicated are the minimum
specifications requirements, based on the product availability bidder can
offer near matching specifications with a tolerance of ±5%.
2.1.44.
Inspection of items/equipment by Department Inspection team at
supplier/Manufacturer premises before dispatch. Contractor shall inform the
readiness of equipment and material at least one week before readiness of
the material.
2.1.45.
Supplier shall carry out inspection at identified stages and the copies of
such reports after inspection shall be forwarded to Department. The original
copies of test certificates shall be submitted along with other documents at
the time of acceptance testing.
2.1.46.
The Preventive/ periodical Maintenance offered – spares required to be
given as a separate note.
2.1.47.
Makes/ Brands mentioned in the specification are to be adhered. In
case of non-availability, any other equivalent brand proposed by vendor
needs prior approval from Department.
2.1.48.
Items should strictly comply with the drawings, Technical specification and
Bills of Quantities. Specifications, and Drawings furnished herewith will only
be the governing factor for the bidders to choose the system and Materials
as per design Intent.
20
REQUEST FOR PROPOSAL
S.No
Conference Hall Establishment at SDSC SHAR
Description
Vendor
Compliance
2.1.49.
This contract is abide by the contract Labour (Regulation & Abolition) Act
1970 and (Central) Rules made there under and amendments there to and
necessary Registration/ Labour License is to be obtained from concerned
authorities.
2.1.50.
The supplier shall be given pre-defined time to complete the action points
raised during various reviews. The action points have to be closed within
the given time. Otherwise it is considered as delay from supplier side and
time will be considered to impose Liquidated Damages.
2.1.51.
Incase contractor has not quoted any item as per the BOQ. Department will
treat that the item will be executed by the contractor at free of cost. Hence
it is suggested to quote the items as per the BOQ.
2.2. WORKS UNDER SDSC SHAR’S SCOPE
S.No
2.2.1.
2.2.2.
2.2.3.
3.
Description
Vendor
Compliance
Providing the architectural drawings, drawings of office layout, wall paneling
scheme with sections, false ceiling, electrical scheme, electrical layout and
air conditioning layout
Stage inspections or third party inspection.
Pre-delivery / dispatch inspection.
SPECIFICATIONS
3.1. CIVIL WORKS
S.No
3.1.1.
3.1.1.1.
3.1.1.2.
Description
Units
Qty
Vendor
Compliance
ACOUSTICAL MODULAR FALSE CEILING
Supplying and fixing Gypboard False Ceiling System with
one layer of 12.5 mm thick Gypboard, Screws fixed to the
underside of the Ceiling section at 610mm C/C (max) and
perimeter channel all round the wall and Intermediate
channel at 1220mm C/C (max) with suitable suspenders
and jointing and finishing the same with jointing compound
and jointing paper tape. (Make: India Gypsum/Saint
Gobain).
Sqft
1300
Optra False ceiling system - High Level: Supply of true
horizontal level false ceiling grid of prelude XL system
manufactured
by
M/s.
ARMSTRONG
WORLD
Sqft
800
21
REQUEST FOR PROPOSAL
S.No
Conference Hall Establishment at SDSC SHAR
Description
Units
Qty
Vendor
Compliance
INDUSTRIES LTD., US/UK (OR Equivalent) using hot
dipped galvanized steel section. Exposed surface
chemically cleaned capping pre-finished in baked polyester
paint wall angle of size 3000 x 19 x 19mm used in the
periphery of the ceiling fixed to the wall partition R.C.
column band walls with the help of screws at 600mm C/C.
Armstrong (OR Equivalent) Trulok Silhouette reveal profile
grid system with 15mm wide flanges incorporation a 6mm
central recess. Colour Black / White Silhouette main runner
and cross tees to have mitred ends and birdsmouth notches
to provide mirted cruciform junctions. Main runner of size
3000mm x 15mm x 38mm suspended at a 1200mm C/C. by
using 3mm dia G.I.wire hanger securely fixed to the
structural soffit of RC Slab by using 6mm Anchor Fastner at
every 1200mm (max) and 1200mm long cross tee of
suitable size to be interlocked in between Main runner at
600mm C/C. (max) to form a grid of 1200 x 600mm. 600mm
long cut cross tee of suitable size fixed in between 1200mm
long cross tee for forming a grid of 600 x 600mm. Finally
laying ARMSTRONG (OR Equivalent) 15mm thick Optra
Beveled Tegular (MIcrolook) of size 600 x 600 x 15mm
thick having Fire rating of 60 minutes, Noise Reduction Coefficient 0.90 Sound Attenuation of 26dB, Thermal
Conductivity K=0.052 wmc and Humidity Resistance at RH
95.
3.1.1.3.
Optra false ceiling system –Low Level: Supply of true
horizontal level false ceiling grid of prelude XL system
manufactured
by
M/s.
ARMSTRONG
WORLD
INDUSTRIES LTD., US/UK (OR Equivalent) using hot
dipped galvanized steel section. Exposed surface
chemically cleaned capping pre-finished in baked polyester
paint wall angle of size 3000 x 19 x 19mm used in the
periphery of the ceiling fixed to the wall partition R.C.
column band walls with the help of screws at 600mm C/C.
Armstrong (OR Equivalent) Trulok Silhouette reveal profile
grid system with 15mm wide flanges incorporation a 6mm
central recess. Colour Black / White Silhouette main runner
and cross tees to have mitred ends and birdsmouth notches
to provide mirted cruciform junctions. Main runner of size
3600mm x 15mm x 44mm suspended at a 1200mm C/C. by
using 3mm dia G.I.wire hanger securely fixed to the
structural soffit of RC Slab by using 6mm Anchor Fastner at
every 1200mm (max) and 1200mm long cross tee of
suitable size to be interlocked in between Main runner at
600mm C/C. (max) to form a grid of 1200 x 600mm. 600mm
long cut cross tee of suitable size fixed in between 1200mm
Sqft
560
22
REQUEST FOR PROPOSAL
S.No
Conference Hall Establishment at SDSC SHAR
Description
Units
Qty
Vendor
Compliance
long cross tee for forming a grid of 600 x 600mm. Finally
laying ARMSTRONG (OR Equivalent) 15mm thick Optra
Beveled Tegular (MIcrolook) of size 600 x 600 x 15mm
thick having Fire rating of 60 minutes, Noise Reduction Coefficient 0.90 Sound Attenuation of 26dB, Thermal
Conductivity K=0.052 wmc and Humidity Resistance at RH
95.
3.1.1.4.
Axiom (or Equivalent)Trim Channel: Classic Axiom trim
(AX2STR42/ AX4STR42/ AX6STR42) or equivalent:
50mm/100mm/150mm wide face with 19.3mm(+/-0.50mm)
horizontal legs, straight sections with special bosses formed
for attachment to the Axiom tee-bar connection clip or
hanging clip, extruded Aluminum, factory finished (minimum
50 microns factory - applied baked polyester paint).
Rft
180
Aluminum Extrusions formed with distinct architectural
detail groove on top and bottom flanges and special bosses
to receive the tee bar connection clips and splice plates, to
provide positive mechanical lock with no visible fasteners.
Axiom Splice Plate (AX4SPLICE/AXSPLICE) or equivalent:
Formed to fit into special bosses in the Axiom and locked in
place with factory-installed screws. These Steel splice
plates (AX4SPLICE) are used to align and secure all joints
between sections of Axiom trims.
Each joint in the 50mm section height/ Knife Edge will
require one splice plate whereas 100 mm & 150mm Axiom
trims will require 2 splice plate at each joint. Corners are to
be formed by mitering the end of axiom and splice plate
(AXSPLICE) to be bent at right angle for connecting the end
pieces.
i.
Axiom Tee-Bar Connection Clip (AXTBC or
equivalent): Commercial quality G.I formed to fit into
special bosses and locked in place by factoryinstalled screws and attached to Armstrong or
equivalent
(XL-24/XL-15/Silhouette
/Interlude)
suspension system members. T-Bar connection clips
are used to attach the Axiom to the supporting
Suspension system members. These two piece
Aluminum clips are supplied as an assembled unit
with the steel locking screw factory installed. One
clip is required at each location where the grid
system intersects the Axiom trim.
ii.
Hanging Grid clips(AXHGC or equivalent): Classic
axioms to be hung independently to the structural
soffit by engaging the Hanging Grid Clip into the
bosses of the Axiom trim channel and securing it to
23
REQUEST FOR PROPOSAL
S.No
Conference Hall Establishment at SDSC SHAR
Description
structural soffit using
Installation Procedure:
aircraft
Units
cables/GI
Qty
Vendor
Compliance
wire
(a) Hang the sections of Axiom Trim onto the grid
system by engaging the top ear of the
connection clip under the boss of the channel
trim. Slide the lower leg downward to engage
the lower boss on the trim and secure by
tightening the locking screw
(b) Complete the installation of all channel trims
sections. Install and secure the splice plates,
corner pieces, alignment plates etc.
(c) Make adjustments as necessary to properly
align the complete installation.
3.1.1.5.
3.1.1.6.
3.1.2.
3.1.2.1.
Wooden flooring: Providing and fixing Wooden flooring of
Krono or equivalent make having size 1285 x 192 x 8mm
thick - Aquastop, Anti Bacterial Coating, Stain resistant,
Non- flammable Easy to install with Twin Clic pattern, Class
31 / AC3- For normal usage in commercial areas, Eco
Friendly flooring having Statement on level of emission of
volatile substances in indoor air posing a toxic threat during
inhaling - on a scale from A+ (very low-emission) to C
(high-emission)
Sqft
1500
Providing and laying 600 x 600mm Somany / equivalent
Vitrified floor tile without spacer: Laying of vitrified tiles
for flooring over 20mm thick cement mortor in approved
pattern as per drawing including cleaning and preparing the
surface for bedding, spreading neat cement slurry by using
minimum cement of above 2kg/m 2. Joints shall be well
cleaned and grouted with matching colour approved quality
ready made polimer based grout.
Sqft
300
Nos
8
DOORS
32MM FLUSH DOOR SHUTTER: Providing and fixing
32mm single leaf Solid core Flush Door Shutter of size
1000 x 2100mm both side laminated including 100 x 60mm
First Class teakwood door frames.
FLUSH DOOR SHUTTERS of approved make conforming
to IS-2202 (part-I) - 1991 with teak wood internal lipping on
all sides and solid teak wood inserts for mounting locks, etc;
having well matched commercial ply veneering with cross
bands and face veneers on both faces, including cost of
providing and fixing builders hardware like hinges, knobs,
handles, locks, tower bolts, etc.; complete all as per
24
REQUEST FOR PROPOSAL
S.No
Conference Hall Establishment at SDSC SHAR
Description
Units
Qty
Vendor
Compliance
specifications.
Fittings : Dorma or equivalent.
Mortice Body lock: 1 No.
102mm SS Butt Hinges - 4 Nos per shutter
150 x 10mm dia SS tower bolts
3.1.2.2.
32MM FLUSH DOOR SHUTTER: Providing and fixing
32mm single leaf Solid core Flush Door Shutter of size 900
x 2100mm both side laminated including 100 x 60mm First
Class teakwood door frames.
Nos
4
No
4
DOUBLE SKIN PARTITION: Providing and Fixing in
position using 50 x 50mm hardwood frame work all round at
600 x 600mm C/C with horizontally and vertically and fixing
with 12mm ply on both C91sides with laminate finish.
Sqft
850
SINGLE SKIN PLY PANELING: Providing and fixing 12mm
thk ply Paneling by making the frame work using 50mm
Floor Channel fixing at Floors and Ceilings respectively and
fixing 48mm Stud between floor channels at 2’0” C/C and
covering with 12mm thk ply.
Sqft
1200
Anutone or equivalent Fab Stretch Wall Panel System:
Supply and installation of Anutone Stretch NRC wall fabric
system by using FR Grade NRC fabric of size 1700mm
width, shall be stretched by using CC 25 with infill of synth
Sqft
450
FLUSH DOOR SHUTTERS of approved make conforming
to IS-2202 (part-I) - 1991 with teak wood internal lipping on
all sides and solid teak wood inserts for mounting locks, etc;
having well matched commercial ply veneering with cross
bands and face veneers on both faces, including cost of
providing and fixing builders hardware like hinges, knobs,
handles, locks, tower bolts,etc.; complete all as per
specifications.
Fittings : Dorma or equivalent.
Mortice Body lock - 1 No.
102mm SS Butt Hinges - 4 Nos per shutter
150 x 10mm dia SS tower bolts
3.1.2.3.
3.1.3.
3.1.3.1.
3.1.3.2.
3.1.3.3.
12mm thk TOUGHENED GLASS DOOR – FRAMELESS:
Providing and fixing Double leaf frameless Glazed door of
size 1200 x 2100mm, fabricated out of 12mm thk
Toughened Glass (manufactured by Saint Gobain or
equivalent) edge polished on all sides, fitted with Dorma or
equivalent Floor springs, Door handles, and Patch fittings.
PARTITIONS & ACOUSTICAL WALL PANELING
25
REQUEST FOR PROPOSAL
S.No
Conference Hall Establishment at SDSC SHAR
Description
Units
Qty
Vendor
Compliance
pf 10X25 mm thick, rigid vinyl Stretch Tracks half wrap/full
wrap 15mm (FS15) and Midseam 15mm (FS15), strand
board, synth PF infill with requisite accessories & tools.
Strand square edge magnesite bonded pinewood fiber
panels of size 600x1200x20mm having density 400kg/m3,
weight 4kg which is fixed to wall with suitable fasteners
3.1.3.4.
Providing and Fixing Armstrong (or equivalent) Channelled
Woodworks G28 / G14 perforated panels of shade Royal
Cherry or available Shade at time of Order conformation ,
having width 128mm, thickness of 16mm and length 2440
mm, made of a high density particle board substrate with a
laminated facing as per the approved shade & finish and a
melamine balancing layer on the reverse side. The boards
shall have a special perforation pattern where the visible
surface has a (“Helmholtz” fluted perforation of 2mm width
and 14mm of visible panel).
Sqft
1400
The panels shall provide a minimum sag resistance of
RH90 and a fire rating class of 1 as per Part 7 of BS 476.
The edges of the panels shall be “tongue-and grooved” to
receive special clips for installation.
The back of the perforated panel shall have sound
absorbing non-woven acoustical fleece. The panels shall be
mounted on special aluminium splines using clips provided
by Armstrong or equivalent.
INSTALLATION: Install aluminium battens (provided by
others) of section 50mmx 25mm on the solid wall
horizontally using screws and plugs at spacing of 600mm
centre-to-centre vertically. Acoustic infill will be fixed
between the above frame battens. Screw the aluminium
extruded keel for channelled woodworks (GTPT001)
provided by Armstrong or equivalent over the lowest and
second Aluminium batten at an on-center distance of
600mm. Install the first set of wooden panels by inserting
the clips for border channelled woodworks (GTPT002) and
insert the groove of the panel into the projecting flange of
the aluminium clip.
Continue installing rows of panels by inserting the tongue
into the groove of the earlier inserted panel and
progressively installing clips for inside channelled
woodworks (GTPT003) into the next keel till the actual
height is achieved. Use clips for border channelled
woodworks (GTPT002) to finish off the installation. Finish
off the edges using mdf plain moulding with melamine
polish of matching colour.
26
REQUEST FOR PROPOSAL
S.No
3.1.3.5.
Conference Hall Establishment at SDSC SHAR
Description
OPAQUE PARTITION: Providing and Fixing in position
Units
Qty
Sqft
250
Providing and applying Plastic Emulsion Paint (Luxury
emulsion: Velevet series of Dulux or Royale series of Asian
or equivalent) of approved quality colour and shade to old
and new surface in three coat including preparing the
surface, applying primer, putty etc., complete as directed.
Sqft
7000
Providing and applying Texture Finish Paint of approved
quality colour and shade to old and new surface in three
coat including preparing the surface, applying primer, putty
etc., complete as directed.
Sqft
100
Sqft
150
Pest control system in all areas
Sqft
2200
Providing & Fixing 600mm wide Jet Black Granite Top for
pantry. Providing cutting and fixing 19mm thick Granite top
with 35mm thick front and 10mm edge radius to match floor
and walls. The granite shall be cut to shape 19mm
commercial ply carcase box with well-cut openings for Sink.
The joint filled up by white cement and matching colour
pigment as per directions.
Sqft
30
Providing & fixing storage unit of various size made of
18mm thick ply with both side hot pressed laminate. The
exposed portion will be selected colour and all the inner
portions are white. At projector screen side.
Sqft
100
Providing & Fixing SS Sink with necessary hardwares and
fittings (Nirali or equivalent make)
Nos
1
Providing and laying premium quality DEISGNER WALL
TILES ceramic tile flooring / skirting using approved quality
ceramic tiles of approved size and thickness according to
size manufactured by SOMANY or JHONSON or Khajaria
or equivalent make laying the tiles over a bed of 20mm
thick cement mortar 1:3 with cement slurry @ 3.3 kg / sqm.,
Sqft
180
Vendor
Compliance
using 50 x 50mm hardwood frame work all round at 600 x
600mm C/C with horizontally and vertically and fixing with
12mm ply on both C91sides with laminate finish.
3.1.4.
3.1.4.1.
3.1.4.2.
PAINTING
(Make: Asian/Berger/ICI)
3.1.5.
3.1.6.
3.1.6.1.
3.1.6.2.
3.1.6.3.
3.1.6.4.
3.1.6.5.
DB Shutter Box: Providing & fixing storage unit for DB box
made of 18mm thick ply with both side hot pressed
laminate. The exposed portion will be selected colour and
all the inner portions are white.
CIVIL/PLUMBING/SANITARY WORKS
27
REQUEST FOR PROPOSAL
S.No
Conference Hall Establishment at SDSC SHAR
Description
Units
Qty
Vendor
Compliance
jointed and pointed with matching grey / white cement slurry
mixed with matching pigment and finishing to required level,
curing etc. as per manufacturer's specifications
3.1.6.6.
3.1.7.
Vista or equivalent make ROLLER BLINDS Digital print
series made of Fire retardant and anti microbial material
Sqft
200
Conference Hall Table: Providing & fixing conference table
work surface having top thickness of 18mm ply with both
side hot pressed laminate. The exposed portion will be
selected colour and all the inner portions are white.
Nos
1
Edge Profile: Post forming edges for modular table top for
Chairman with facing side made of 18mm ply, legs should
be made of 18mm ply with square edges. 50mm dia wire
manager will be provided to access laptop.
Size - 9600mm L x 450mm D x 750mm H : 2 pcs
Size - 13200mm L x 600mm D x 750mm H : 2 pcs
Size - 2475mm L x 600mm D x 750mm H : 1 pcs
3.2. ELECTRICAL
S.No
Description
Units
Qty
Vendor
Compliance
3.2.1.
LDB: Supply and installation of TPNMCB distribution board
Set
1
Set
1
4 way double door types in 16 SWG CRCA sheet steel
enclosure, dust and vermin protected. Rated for 440V 3
Phase 50Hz AC.
Supply operation, inclusive of bus bar of suitable capacity,
neutral link with required outgoing, DIN bar, fully factory
fabricated and powder coated suitable for incorporating SP
MCB as specified below including necessary adaptor boxes
for incoming and outgoing cables /wires, including supply of
4-pole 40A ELMCB
-1 No with 300mA sensitivity
as
incomer and 10A SPMCB--12Nos as outgoing MCB's on
wall with angle iron frame work including supply of MS
angles, cutting, welding, grouting, two coats of anticorrosive painting and with all materials required, earthing
as per specifications complete and as directed.
3.2.2.
PDB's: Supply and installation of TPN PDB's distribution
board 4 way double door types in 16 SWG CRCA sheet
steel enclosure, dust and vermin protected. Rated for 440V
3 Phase 50Hz AC.
Supply operation, inclusive of bus bar of suitable capacity,
neutral link with required outgoing, DIN bar, fully factory
28
REQUEST FOR PROPOSAL
S.No
Conference Hall Establishment at SDSC SHAR
Description
Units
Qty
Vendor
Compliance
fabricated and powder coated suitable for incorporating
SP/DP/TP MCB as specified below including necessary
adaptor boxes for incoming and outgoing cables /wires,
including supply of 4-pole 63A ELMCB with 300mA
sensitivity -1 No as incomer and 20A SPMCB--12Nos as
outgoing MCB's on wall with angle iron frame work
including supply of MS angles, cutting, welding, grouting,
two coats of anti-corrosive painting and with all materials
required, earthing as per specifications complete and as
directed.
3.2.3.
UPS DB: Supply and installation of SPN MCB DB 12Way
Set
1
Pt
20
double door type in CRCA sheet steel enclosure dust and
vermin protected. Rated for 230V, single Phase 50Hz AC.
Supply operation, inclusive of bus bar of suitable capacity,
neutral link with required outgoing, DIN bar, fully factory
fabricated and powder coated suitable for supply and fixing
of 40A Double pole MCB incomer and 10Nos of 10A/20A
SPMCB as outgoings on wall with angle iron frame work
including supply of MS angles, cutting, welding, grouting,
two coats of anti-corrosive painting,
and with all materials
required, earthing as per specifications complete and as
directed.
3.2.4.
PRIMARY POINT: Supply and wiring for primary light point
with FRLS 1.5 sq.mm 1.1KV grade ISI marked PVC
insulated single core, stranded copper conductor cable
conforming to IS:694 (with latest amendments) in 20mm dia
16SWG M.S conduit surface on ceiling or wall or column or
floor including supply and fixing of 1No 5A modular (plate)
control switch, fixing in a suitable size metal sheet flush
boxes suitable for modular switches and covered with
modular switch plates and all necessary components and
earthing with 14 SWG bare copper run continuously along
the conduit including supply of all fixing materials
accessories and interconnections complete as required
NOTES:
(a) RATES for all the point wiring items are inclusive of
necessary circuit mains from the distribution board to
the first switch board and also sub circuits from one
switch board to the subsequent switch boards in the
same circuit.
(b) The secondary point in case of point wiring shall
29
REQUEST FOR PROPOSAL
S.No
Conference Hall Establishment at SDSC SHAR
Description
Units
Qty
Vendor
Compliance
include necessary wiring looped from the primary light
point as indicated in the electrical layout drawings.
(c) Rates for the power point wiring items are inclusive of
necessary power circuit from the DB to the power
socket.
3.2.5.
SECONDARY POINT: Supply and generally same as item
Pt
28
Rmt
100
Rmt
50
Rmt
20
Pt
10
Pt
5
no: 3.3.1 above, but without control switch, complete as
required.
3.2.6.
Supply and laying four runs FRLS 4 Sq.mm 1.1KV grade
PVC insulate, single core standard copper conductor cable
conforming to IS: 694 (with latest amendments ) and
earthing with 2 runs of 4 sq.mm PVC insulated copper
conductor cable.
3.2.7.
Supply and laying two runs FRLS 2.5 Sq.mm 1.1KV grade
PVC
insulated, single core standard copper conductor
cable conforming to IS: 694 (with latest amendments ) and
earthing with one run of 2.5 sq.mm PVC insulated single
core stand red copper conductor cable.
3.2.8.
Supply and laying of LT cable in existing Rack : Supply
and laying of 3CX4 sq.mm 1.1KV grade XLPE cable
armoured
copper
conductor cables in existing rack
including transportation of cable to site
and laying the
cables in good condition with supply of all necessary
materials such as brackets etc., complete as required and
as directed.
3.2.9.
5A 5pin combined switch socket outlet in lighting
switch board: Supply and fixing of modular 5A 5pin flush
type 1.1KV grade combined switch cum socket outlet in the
lighting control switch board including interconnections
complete as required.
3.2.10.
15A, 6PIN COMBINED SWITCH SOCKET/ UNIVERSAL
SOCKET
OUTLET:
Supply
and
wiring
with
FRLS
2.5sq.mm., 1.1KV grade, ISI marked, PVC insulated, single
core, stranded Copper conductor cable conforming to
IS:694 (with latest amendments) in 20mm dia 16SWG M.S.
conduit, surface on wall, or ceiling, or column ,or floor
including supply and fixing of modular 15 Amp,6 pin, 1.1KV
grade, combined switch socket outlet, fixed in a suitable
size metal sheet box suitable for switches and sockets and
covered with modular switch plate and earthing with 12
30
REQUEST FOR PROPOSAL
Conference Hall Establishment at SDSC SHAR
S.No
Description
Units
Qty
Vendor
Compliance
SWG bare copper wire run along the conduit continuously
including supply of fixing materials ,interconnections
complete as required.
3.2.11.
5A, 3PIN COMBINED SWITCH SOCKET OUTLET POINT:
Pt
4
Pt
1
Rmt
5
Rmt
90
Rmt
60
No
4
Supply and wiring generally same as item no: 3.3.1 above
but for modular 5 Amp,5pin combined switch socket outlet
point including supply and fixing of 5 Amp,5 pin combined
switch socket outlet, in a suitable size MS box and covered
with modular switch plate and complete as required.
3.2.12.
20A Metal clad socket outlet point : Supply and wiring for
with FRLS 4.0 sq.mm 1.1KV grade ISI marked PVC
insulated single core, stranded copper conductor cable
conforming to IS:694 (with latest amendments) in 20mm dia
2mm thick electrical grade PVC conduit concealed in
column ceiling or wall or column including supply and fixing
of 1No 20A 3-pin metal clad industrial type socket with plug
top and 20A SPMCB, suitable size and covered with 3mm
thick electrical grade hylam sheet ISI marked electrical
grade bakelite sheet and earthing with 4 Sq.mm insulated
copper
wire
run
inside
the
conduit
including
interconnections and supply of fixing materials complete as
required.
3.2.13.
Supply and fixing of 100X50mm/100X40 mm Size GI cable
tray on wall with all materials and completed (As per market
rate)
3.2.14.
Supply and fixing of 32mm /25 mm Size PVC Conduit
on
wall with all materials and completed (As per market rate)
3.2.15.
Supply and laying of earth cable on wall: Supply and
laying of 4CX16 sq.mm 1.1KV grade XLPE cable unarmoured
copper
conductor cables on existing wall
including transportation of cable to site
and laying the
cables in good condition with supply of all necessary
materials such as brackets etc., complete as required and
as directed.
3.2.16.
End Terminations of following LT cables: Supply and
Providing of 4Cx10/16 Sq.mm end terminations for
1.1kV
grade XLPE insulated armoured copper conductor cables
including supply of cable gland, lugs, neoprene bushes and
other materials and tolls required complete with terminal
connections, earthing of glands and as required and as
31
REQUEST FOR PROPOSAL
S.No
Conference Hall Establishment at SDSC SHAR
Description
Units
Qty
Vendor
Compliance
directed.
3.2.17.
Supply and laying of earth cable on wall: Supply and
Rmt
10
Rmt
35
Pt
6
laying of 4CX10 sq.mm 1.1KV grade XLPE cable unarmoured
copper
conductor cables on existing wall
including transportation of cable to site
and laying the
cables in good condition with supply of all necessary
materials such as brackets etc., complete as required and
as directed.
3.2.18.
Supply and laying of earth cable on wall: Supply and
laying of 2CX4 sq.mm 1.1KV grade XLPE cable unarmoured
copper
conductor cables on existing wall
including transportation of cable to site
and laying the
cables in good condition with supply of all necessary
materials such as brackets etc., complete as required and
as directed.
3.2.19.
UPS LIGHTING PRIMARY POINT: Supply and wiring for
primary light point with FRLS 1.5 sq.mm 1.1KV grade ISI
marked PVC insulated single core ,stranded copper
conductor
cable
conforming
to
IS:694
(with
latest
amendments) in 20mm dia 16SWG M.S conduit surface on
ceiling or wall or column or floor including supply and fixing
of 1No 5A modular(plate)control switch, fixing in a suitable
size metal sheet flush boxes suitable for modular switches
and covered with modular switch plates and all necessary
components and earthing with 14 SWG bare copper run
continuously along the conduit including supply of all fixing
materials accessories and interconnections complete as
required
NOTES:
(a) RATES for all the point wiring items are inclusive of
necessary circuit mains from the distribution board to
the first switch board and also sub circuits from one
switch board to the subsequent switch boards in the
same circuit.
(b) The secondary point in case of point wiring shall
include necessary wiring looped from the primary light
point as indicated in the electrical layout drawings.
(c) Rates for the power point wiring items are inclusive of
necessary power circuit from the DB to the power
socket.
32
REQUEST FOR PROPOSAL
Conference Hall Establishment at SDSC SHAR
S.No
Description
Units
Qty
Vendor
Compliance
3.2.20.
UPS
LIGHTING
SECONDARY
POINT:
Supply
and
Pt
3
Nos
9
Pt
8
Pt
3
Nos
22
Dimmable Ballast for the above the item dimming system.
Nos
22
Supply & Installation of non-dimmable LED Lighting down
Nos
30
Dimmable Ballast for the above the item dimming system
Nos
30
Supply & Installation 6watts tiltable type Down spot light
Nos
5
Nos
1
generally same as item no: 3.3.1 above ,but without control
switch ,complete as required.
3.2.21.
Supply and installation of LED light fitting on surface:
Supply and installation of LCDS type 18W LED light fitting
supplied with integral driver having white light output and
completely prewired and as directed
3.2.22.
5A, 3PIN COMBINED SWITCH SOCKET OUTLET POINT
: Supply and wiring generally same as item no: 3.3.1 above
but for modular 5 Amp, 5pin combined switch socket outlet
point including supply and fixing of 5 Amp,5 pin combined
switch socket outlet, in a suitable size MS box and covered
with modular switch plate and complete as required.
3.2.23.
COMPUTER POINT: Supply and wiring with FRLS 2.5
Sq.mm 1.1KV grade ISI marked PVC insulated single core
standard copper conductor cable conforming to IS:694(With
latest amendments) in 25mm dia 16SWG MS conduit in
ceiling or wall or floor including supply and fixing of 5A 5pin single phase sockets outlets -3Nos (Modular) controlled
by 15A switch (Modular) including fixing of suitable size
modular box and covered with modular plate or and
earthing with 12SWG bare copper wire run along with the
conduit continuously including supply of fixing materials,
interconnections complete as required.
3.2.24.
Supply & Installation of non dimmable LED 2 x 2 light fitting
(Cat
log
Ref:
Wipro
Lighting
-
Clean
ray
CRCO10R038HP57HCL Immaculate - Recess Mounted 2ft
x 2ft LED Luminaries with Diffuser (5700K) (1.000)) or
equivalent.
3.2.25.
3.2.26.
lighter
(Wipro
Cat
Ref:
CRDL11R033HP57
Recess
Mounted circular LED down lighter (1.000) ) or equivalent.
3.2.27.
3.2.28.
fitting as per design (Architecture/Department Choice)
3.2.29.
Dimmable driver for Lighting control
33
REQUEST FOR PROPOSAL
Conference Hall Establishment at SDSC SHAR
Following are the approved makes for electrical wires & fittings. Tenderer has to indicate the
offered make.
S NO.
1
DESCRIPTION
LT CABLES AL / CU 11
KV / 1100 VOLTS
BRAND
GLOSTER/ KEI /POLYCAB/HAVELLS
SIEMENS-SENTRON /
SCHNEIDER- COMPACT NS / L&TDSINE/ ABB ISOMAX
2
MCCB
3
CONTACTORS
SIEMENS-GERMANY /
SCHNEIDER- FRANCE / L&T / ABB
4
STARTER / ISOLATOR
SIEMENS-GERMANY /
SCHNEIDER- FRANCE / L&T / ABB
5
FRLS WIRES (CONTROL POLYCAB / ANCHOR/ HAVELLS / KEI
CABLES)
6
UNARMOURED COPPER POLYCAB / ANCHOR/ HAVELLS / KEI
CABLES (FRLS) 660 V
GRADE
7
MS CONDUITS- ISI
8
DISTRIBUTION BOARDS SCHNEIDER / LEGRAND / SIEMENS
/ HAGER / ABB
9
MCB’s
10
METAL CLAD SOCKETS HENSEL / C&S / LEGRAND / SCAME
AND TOPS
11
OFFERED MAKE
VIMCO / GUPTA (GB) / BHARATH (BI)/
AKG
SCHNEIDER / LEGRAND / SIEMENS
/ HAGER / ABB
MK WRAPROUND / ANCHOR ROMA /
SWITCHES & SOCKETS / SCHNEIDER / LEGRAND / CRABTREE
DATA-TEL SOCKETS
12
WEATHER PROOF
OUTDOOR NON
METALLIC
ENCLOSURES
HENSEL / LEGRAND / SCAME /
SCHNEIDER
13
LIGHT FITTINGS
PHILIPS / WIPRO / FUTURE / CG
14
EXHAUST FAN
GEC / ALMONARD / CROMPTON
GREAVES
16
CABLE GLANDS
MULTI / DOWELLS/ COMMET
17
CRIMPING SOCKETS
MULTI / DOWELLS / COMMET
18
INVERTER
EMERSON/ NUMERIC / APC
19
PVC CONDUITS
AVONPLAST/SUN/AEROPLAST
34
REQUEST FOR PROPOSAL
Conference Hall Establishment at SDSC SHAR
3.3. AIR CONDITIONING
Scope of the work involves supply, installation and commissioning of 4 units (2 running and 2
standby) of 5.5 TR ductable spilt AC unit with indoor & outdoor units for separately. The ducting layout
details are enclosed in the annexure. The detailed specifications are listed below.
Unit
s
Qty
Each
4
Rmt
70
Duct-0.63mm thick
Sqm
100
Duct-0.8mm
Sqm
25
Flexible canvas connection for AC units.
Each
4
S.No
3.3.1.
Description
Supply, Installation, Testing and Commissioning of 5.5TR
Vendor
Compliance
ceiling suspended ducted split AC unit with microprocessor
based unit. Rate is inclusive Power & control cables between
indoor & Out door AC units and from main incoming ELMCB
provided by the department.
3.3.2.
Indoor and out door unit coil shall be provided with Blue fin
coating and the coil shall be copper.
3.3.3.
Indoor unit shall have insulated drain tray. Body of indoor and
out door unit shall be painted with powder paint.
3.3.4.
Unit shall be suitable for operation on 415±10% Volts, 50Hz
AC supply. Unit shall be
3.3.5.
Rate is inclusive of initial charge of refrigerant and compressor
oil.
3.3.6.
Approximate distance between indoor to the outdoor unit is 15
Mtrs.
3.3.7.
3.3.8.
Make: Voltas/Blue Star/Carrier /ETA /Daikin
Hard copper piping between indoor & out door unit for above
5.5TR ductable AC units. Rmt means both liquid line and
suction line. Quoted rate is inclusive of suitable GSS tray and
nitrile rubber insulation with aluminium foil over the insulation.
3.3.9.
Supply air ducting fabricated out of GSS confirming to latest
IS:655 and complete with dampers, tab hangers, anchor
fasteners, vanes, access door, framework etc.and complete as
required
and
as
indicated
below.
Make : Sail/Tisco/Jindal/Ispat
3.3.10.
3.3.11.
3.3.12.
3.3.13.
GSS Sheet shall be grade 120 confirming to latest IS:277
35
REQUEST FOR PROPOSAL
S.No
3.3.14.
Conference Hall Establishment at SDSC SHAR
Description
Supply air/return air powder coated Aluminimum
Unit
s
Qty
Vendor
Compliance
Rmt
grilles/diffusers with/without volume control dampers with
necessary teak wood frame work etc and complete as
required.
Make:Airmaster/Dynacraft/Caryaire/Airguide/Ravistar/Tristar/Aj
anta/Sachins/impex/Cosmic
3.3.15.
3.3.16.
Continuous grill 100mm Width
Rmt
100
Coller dampers of 100mm with aluminium construction. 600mm
Each
14
Each
4
Each
2
Sqm
1
Sqmt
20
Sqmt
20
Rmt
50
Lot
1
(w) x 100mm (H)
3.3.17.
Aluminium construction Motorised On/OFF Damper for the
5.5TR ducted AC units with suitable power and control wiring.
Motorised damper shall open when the AC unit is in ON
Condition and damper should off when the AC unit in Off
Condition.
3.3.18.
Aluminium construction fresh air louvers with damper & Bird
screen of size 300x300mm
Make:Airmaster/Dynacraft/Caryaire/Airguide/Ravistar/Tristar/Aj
anta/Sachins/impex/Cosmic
3.3.19.
Provision of fire dampers in supply/ return air path of
conditioned air in AC area. Fire dampers shall be spring
actuated on melting of fusible link having melting point of 67+/_
3 Deg C and complete as required. Testing of fire dampers
shall be as per UL 555 and certified by CBRI.
Make : Caryaire/ George Rao & Co./Air
master/Ravistar/Tristar/Cosmic
3.3.20.
Acoustic insulation of supply air ducting immediately after
discharge of packaged unit with 25 mm thick fibre glass and
covered with R.P tissue and perforated aluminium sheet and
complete as required.
3.3.21.
Thermal insulation with 25mm thick aluminium foil faced glass
wool at tail thermal insulation at Conference hall.
3.3.22.
Drain piping with insulated 25mm dia High density PVC pipe
and terminating at agreed drain points. Rate is inclusive of
bend, T- Joints etc for satisfactory completion of work.
3.3.23.
Minor civil work like cutting & finishing of wall for piping, supply
air , return air ducts, Pedestals for out door units etc. Painting
36
REQUEST FOR PROPOSAL
S.No
Conference Hall Establishment at SDSC SHAR
Description
Unit
s
Qty
Kgs
100
Vendor
Compliance
to the piping and pedestals etc. complete as required
3.3.24.
Supply, Fabrication and erection and painting of structral steel
for fixing out door AC units and duct supports etc.
3.4. DATA NETWORK
Supply & Laying of following 4pair twisted Cat-6 cable (For data wiring & Voice point) with 2mm thick
rigid PVC FRLS conduits wall, ceiling & flooring. The rates shall include wall chasing, floor cutting &
rough plastering, clamping / fixing arrangement.
S.No
Description
Units
Qty
Vendor
Compliance
3.4.1.
3.4.2.
3.4.3.
3.4.4.
Cat-6 Data cable (Amp product) (Data & Voice)
Rmt
120
Cat-6 I/O socket port
Nos
4
Dual face plate
Nos
2
Base boxes
Nos
3
3.5. FDA SYSTEM
The scope involves supply, installation, erection and commissioning of fire/some detection and alarm
system (FDA system) with the following features.
S.No
Description
Vendor
Compliance
(a)
Shall have solid state, micro processor based, modular construction, with
control panel, addressable analogue control unit for addressing individual
detectors, switching systems (for disconnecting AHU & power supply)
connected to it and related accessories (loop sounders, MCP, FI, I/O
modules, etc.,)
(b)
Shall be able to achieve location of alarm indication and provision for setting
alarm levels of individual detectors (for dust compensation).
(c)
The addressable fire alarm panels shall have provision for hooking it
through the Client’s LAN for interfacing to common software and it should
also have a provision to interconnect panels and connecting to common
repeater panel. The distance between the panels of around 250m.
(d)
Shall have provision for self-diagnostic check testing of system. System
should function while undergoing self-check of a particular portion (Zone) of
the system.
37
REQUEST FOR PROPOSAL
S.No
Conference Hall Establishment at SDSC SHAR
Description
Vendor
Compliance
(e)
Should annunciate alarms due to fault/open/short circuit along with fault
isolation of segments of the system.
(f)
Should discriminate between fire/false alarm conditions with logging of
memory (either in-built or external printer) able to clearly identify the unit
address and time.
(g)
Short/open circuit shall also be reported at the Fire Alarm Control Panel
(FACP) in such cases, the system through the use of fault isolators shall be
able to isolate that segment between the two fault isolators. The missing
detectors /devices shall also be reported at the FACP with identification of
the location.
(h)
FACP shall have its own battery backup for minimum of 48 hours in normal
run and then half an hour in alarm condition .the back up time calculation
shall be done as per relevant standards. The battery shall be rechargeable
maintenance free type, housed inside the FACP.
(i)
Should have provision to trip A/C Air handling unit.
(j)
Shall withstand wide ambient temperature & humidity variation.
(k)
Shall have provision to be interfaced with Public address system & auto
dialing facility.
(l)
Shall have networking facility through LAN to a similar group of FDA panel
at a common control room. A Repeater panel shall be provided with
MARLEY make for interconnection of panels.
(m)
The Fire Alarm Control Panel shall include a full-featured operator interface
control for the field programming and control of the fire alarm system. All
programming or editing of the existing program in the system shall be
achieved without special equipment and without interrupting the alarm
monitoring functions of the fire alarm control panel. The FACP shall have
the ability to download all network applications and firmware from the
configuration computer from the configuration computer from a single
location on the system
(n)
Functional Test for Acceptance: The FACP shall be checked for basic tests
such as visually checking input voltage and ampherage. All zones one by
one shall be de-wired to check for fault signal indication in the FACP. The
power source shall be cut off and checked for standby supply from the
batteries. After six hours the FACP source shall be switched on to check for
auto switch over to the mains module. Test shall be conducted for AC fail,
charger fail, DC fail, Battery disconnect or battery fail. In all such cases the
38
REQUEST FOR PROPOSAL
Conference Hall Establishment at SDSC SHAR
S.No
Description
Vendor
Compliance
relevant LED should glow and the piezo sound shall also give sound output.
(o)
Proof for valid approval /listing (listing No., validity etc) of detectors and
accessories including control panel shall be submitted along with offer.
S.No
Description
Units
Qty
Vendor
Compliance
3.5.1.
Addressable FDA Panel.
Make
MORLEY
Type
Addressable,
Analogue
(AA),
Micro
processor based, suitable for AA detectors,
AA Manual call points, AA hooters etc., with
High resolution LCD display, with built-in
system health verification checks, with
capability for intelligence, fault isolation,
sensor self – test, Alarm delay function, in
suitable IP rating and having provision for
installation of RS485 network card.
No. of loops
Two loop panel
No.
zones
20 minimum
Of
Display
Nos
1
LCD Display for all events.
a. 230 V AC ,50Hz, Main / UPS Source
Input power
Rating
b. 24 V built in Zero Maintenance batteries
suitable for minimum 48 hours battery
backup in transit condition.
1). NO/NC Potential free contacts for
remote display & alarm annunciation (loop
wire) and for AHU tripping.
Output
Minimum
Addressable
capability
50 addressable devices per loop.
39
REQUEST FOR PROPOSAL
S.No
Conference Hall Establishment at SDSC SHAR
Description
Units
Qty
Vendor
Compliance
Approvals/
Listing
UL/EN54/FM(including components
power supply cards etc.,) #
like
** System should have a provision for
hooking it to the main control room through
LAN **.
ADDRESSABLE
3.5.2. detector)
Make
Type
Type
Detector
Status
indication
Alarm
indication
Sensor
Operating
Range
Input
Voltage
Listing
/Approval
3.5.3.
3.5.4.
of
DETECTORS:(Smoke/Heat/Multi
Nos
22
Nos
2
Nos
1
MORLEY
Addressable, Analogue, Detectors along
with mounting base modular construction
with
capability
for
intelligence,
remote/local test, status & alarm display
functions programmable from panel/hand
held device, with possibility to connect
loop powered base sounders, with dust
compensation feature.
Photoelectric and its advanced type like
laser or Multi detector technology capable
of having the features of photoelectric
smoke detector, and Heat detector.
Blinking LED
Twin LED
-100 C to 500 C,20-95% RH
17 to 31 V DC, two wire supply
UL /LPC/FM
Detectors using radioactive
shall have BARC approval.
elements
Addressable Manual call point
Make
MORLEY
Type
Addressable,
indication.
Operating
voltage
14 to 22 V DC
Resettable,
with
LED
Loop powered Sounder cum strobe
Make
MORLEY
Type
Analog addressable, variable frequency
Operating
17 to 31 V DC
40
REQUEST FOR PROPOSAL
S.No
Conference Hall Establishment at SDSC SHAR
Description
Units
Qty
Vendor
Compliance
voltage
3.5.5.
Max. Power
consumption
To be powered from the 2 wire detector
loop itself and no separate power supply
or additional cable should be used.
Alarm
To be specified by the tenderer, as min
as possible
Stand by
To be specified by the tenderer, as min
as possible.
Approvals:
UL/FM/LPCB
Sound output
Minimum 65 dB with range of 100-120 m
Fault isolation module
Make
MORLEY
Type
Addressable
Operating
voltage
17 to 31 V DC
Features
1. With minimum short circuit time of
50  sec.
Nos
2
Rmt
300
2. LED Display when in isolation
mode.
Others
3.5.6.
Relay cards, I/O Module devices and
related accessories (Switching units,
etc)
Supply and Surface laying of 2 core x 1.5 sq.mm Red colour
twisted pair shielded multi strand ATC armoured FRLS cable
Make: Orbit / Polycab / Teleflex
3.6. AV SYSTEM
The scope involves supply, installation, erection and commissioning of AV System as per the
following specifications.
3.6.1.
Projector
S.No
1
Description
Specification
Technology:
DLP® chip
Resolution:
WXGA (1280 x 800 pixels)
Offered
Specifications
Display
41
REQUEST FOR PROPOSAL
S.No
Conference Hall Establishment at SDSC SHAR
Description
Brightness:
Specification
Offered
Specifications
3,100 ANSI lumens
Laser & LED Hybrid
2
3
4
Type
technology
Life expectancy:
Up to 20,000 hours
Projected
Contrast ratio:
1,800 : 1
image
Colour depth:
16.77 million colours
Type:
Fixed Zoom/Manual Focus
Projection ratio:
0.28:1
Offset:
118% (60")
Min. distance
0.06m
Focus
Manual
Light source
Projection
lens
Projection screen
size
5
Projection
50 - 100"
60" screen
(diagonal)
0.13m
100" screen
6
(diagonal)
0.40m
Vertical
Manual +/- 5º
Keystone
correction
Inputs: UXGA (1600 x 1200
Computer
pixels)
1 x HDMI type A (480p -
7
Digital input
1,080p)
Video
1 x S-Video
1 x RCA (composite)
Interface
terminals
via 2 x D-sub 15-pin
(YCbCr/YPbPr input with
commercially available
Component video
adapter)
Audio
Inputs: 1 x RCA (Composite) x
1, 2 x 3.5mm stereo mini jack
Output: 2 x Stereo mini jack
42
REQUEST FOR PROPOSAL
S.No
Conference Hall Establishment at SDSC SHAR
Description
RS-232C serial
Specification
Offered
Specifications
1 x Mini D-sub 9 pin
1 x RJ-45 (Crestron
LAN Terminal
RoomView Connected)
1 x USB type A (USB 2.0), 1 x
USB / Built-in
USB type B / 2GB built-in
Memory
memory
Compatible USB
USB flash drive, CASIO YW-3
devices
wireless adapter, CASIO YC400/YC-430 multifunctional
camera system
Wireless connectivity
8
Wireless LAN Adapter (YW-3)
included (802.11 b/g/n)
Direct Power on/off, rear
Additional functions
9
projection, image freeze, blank
screen, ceiling mount,
USB auto play
Speaker output
10
11
12
16 W
Audio
33 dB (default mode) /28 dB
volume
Operating noise
(safe mode)
Power
Operating
230W full, 185W Eco1
consumption
Standby
0.4W (LAN off), 4.8W (LAN on)
Computer
Max. resolution
compatibility
(compressed)
UXGA (1600 x 1200 pixels)
NTSC/ PAL/ PAL-N/ PAL-M/
13
Video
Video standards
compatibility
PAL60/ SECAM
Composite video, YCbCr,
Signals
YPbPr
Languages
Japanese, English, Spanish,
German, Italian, French,
14
On-screen
Swedish, Chinese
menu
(simplified/traditional),
Korean, Turkish, Portuguese,
Russian
43
REQUEST FOR PROPOSAL
S.No
Conference Hall Establishment at SDSC SHAR
Description
Specification
Offered
Specifications
Remote Control (YT-140) with
x2 AAA batteries, YW-40
accessories
wireless adapter, RGB cable,
power cable, set-up guide
Body colour:
15
White
Operating
Others
temperature:
5° - 35°C
Warranty:
Main Projector Unit- 3 years
Light source Unit- 5 year or
10,000 hours, whichever is
earlier
16
Make & Model
Casio & XJUT310WN
17
Qty
2 nos
Motorized Projection Screen of size
Make: Logic
110inch and 16:10 aspect ration for
Model: LGS-110M
the above projector
Qty: 1 no
18
3.6.2.
Audio Mixer
S.No
Description
Specifications
Offered
Specifications
General
(a)
Voltage
Operating Temperature
Range
100-240V AC, 50/60Hz
5 to 35⁰ C (41 to 95⁰ F)
Front Panel LED Indicators
(b)
Per Input
Signal Present, Clip, 48V
Other
COM, STAT, ERR, PWR
Analogue Inputs
Mic/Line Inputs
(c)
Nominal gain 0dB, electronically
switchable up to +48dB, in +6dB steps
Input Impedance
3.0k Ohms
Maximum input level
+20dBu with 0dB input gain, +8dBu
44
REQUEST FOR PROPOSAL
S.No
Conference Hall Establishment at SDSC SHAR
Description
Specifications
Offered
Specifications
with 12dB gain
CMRR
Equivalent Input Noise (E.I.N)
>75dB at 1kHz
<-125dBu typical with 150 Ohm
source
Phantom power
48V nominal, selectable per input
A/D Latency
37/Fs (0.77ms @ 48K)
AEC Processing
AEC Processing Latency
(Original AEC)
(d)
AEC Processing Latency (Full
Bandwidth AEC)
Tail Length
Average Convergence Rate
2385/Fs [49.69ms @ 48k Hz]
1584/Fs [33ms @ 48k Hz]
200ms
49dB/s (Net Convergence over
multiple FFT bands)
Analogue Outputs
Maximum Output Level
+19dBu
Frequency Response
20Hz-20KHz (+0.5dB/-1dB)
THD
(e)
Dynamic Range
<0.01% (20Hz to 20kHz, +10dBu
output)
>108dB typical (22Hz to 22kHz
unweighted)
Crosstalk
<-75dB
D/A Latency
29/Fs (0.60ms @ 48K)
Output Impedance
40 Ohms balanced and 20 Ohms
unbalanced
Control Ports
Control Input Voltage
Control Input Impedance
(f)
(g)
0 to 4.5v
4.7k Ohms to +5V (2-wire mode), >1M
Ohm (3-wire mode)
Logic Output Voltage
0 or +5V unloaded
Logic Output Impedance
440 Ohms
Logic output Current
10mA source, 60mA sink
Watchdog Output
45
REQUEST FOR PROPOSAL
S.No
Description
Output Current
14mA maximum
Withstanding voltage
80V maximum (off)
Series Impedance
220 Ohms (Isolated)
the brochures)
(i)
Offered
Specifications
Make & Model (d plz. Attach
(h)
3.6.3.
Conference Hall Establishment at SDSC SHAR
Qty
Specifications
BSS London & BLU101
1 no
Audio PA Controller
S.No
Description
Offered
Specifications
(a)
Power Supply
110V/ 220 VAC
(b)
Frequency Response
20Hz/ 20KHz
(c)
Signal-lo-noise-ratio
80dB>
(d)
Channel crosstalk
80dB>
Specifications
The Static Power
(e)
Consumption
<0.05%
Maximum Power
(f)
Dissipation
150w
(g)
Static Power
12w
Control
Signal
Transmission,
Distance
transmission
quality
Long
is
not
affected; built-in with high performance
CPU, which sets translation, discussion,
attendance, electronic plate as a whole &
supports 4000 conference Units.
(h)
Function
The System can open 8 microphones at
Characteristics
the same time, 31+1 channel cables & 32Bit
High
Speed
DSP
Floating-Point
processing
Hot Standby, the system can normally
operate even though one of the controllers
broken down, the meeting will not be
interrupted.
(i)
Accessories
Connection box
46
REQUEST FOR PROPOSAL
S.No
Conference Hall Establishment at SDSC SHAR
Description
Specifications
Offered
Specifications
Connection cables and connectors for the
PA unit
Make & Model (plz.
(j)
Attach the brochures
(k)
3.6.4.
Qty
Creator & CR-DIG 5201A
1 no
Discussion Unit
S.No
Description
Specifications
(a)
Power Supply
Controller power supply
(b)
Frequency Response
20Hz to 20kHz
(c)
Signal to Noise Ratio
>80dB
(d)
Channel Crosstalk
>80dB
(e)
Total Harmonic Distortion
<0.05%
(f)
Maximum Power
Consumption
Offered
Specifications
1.1 W
Chairman unit has the priority
(g)
Function Characteristics
function to close all speaking unit,
to initiate and end attendance sign
& Support Three Vote modes.
(h)
(i)
Colour
Dark Grey
Make (plz. Attach the
brochures)
Creator
CR-DIG 5202E1 -4 nos
(j)
Model & Qty
CR-DIG-5204E1 -26nos
3.6.5.
Ceiling Mount Speakers
S.No
Description
Freq. Range (-10
dB)
(a)
Specifications
Offered
Specifications
80 Hz - 20 kHz
System
Power Capacity
80 Watts Continuous Program
Power 40 Watts Continuous
47
REQUEST FOR PROPOSAL
S.No
Conference Hall Establishment at SDSC SHAR
Description
Specifications
Offered
Specifications
Pink Noise
Nominal Sensitivity
Nominal Impedance
86 dB SPL @ 1 m (3.3 ft)
16 ohms (Min Z 16.1 Ω @ 320
Hz)
100 mm (4.0 in) Polypropylene-
Low-Frequency
(b)
coated, 1" coil on aluminum
former
Transducers
19 mm (0.75 in) Titanium
High-Frequency
(c)
(d)
3.6.6.
Make & Model (plz. Attach the
(b)
JBL & Control 24 CM
brochures)
Qty
8 nos
LED Display
S.No
(a)
coated polyester
Description
Specifications
Offered
Specifications
Panel
Screen Size
55” (139cm)diagonal
Aspect Ratio
16:9
Brightness
350cd/m²
Panel Technology
IPS
Panel Technology
1920 x 1080(FHD)
Response Time
12ms(G to G BW)
Viewing Angle (HxV)
178x178
Dynamic CR
500,000:1
Contrast Ratio
1,100:1
Connectivity(Input)
Digital (With HDCP2.2)
HDMI2.0(1)
Digital (With HDCP2.2)HDMI
Yes(1)
DVI-D
Yes(1)
Analog (RGB)
Yes(1)
Audio In
RGB/DVI(1)
48
REQUEST FOR PROPOSAL
S.No
Description
(c)
USB
Yes(2)
External Control(RS232C IN)
Yes(1)
RJ45
Yes(1)
HDTV Formats
HDMI: 720p,1080i,1080p
IR Receiver
Yes(1)
Audio Out
Yes
External Speaker Out
Yes(L/R)
External Control
Yes(1)
Attachable
(e)
Specifications
Yes (MP500/MP700)
Environment Conditions
(f)
Operation Humidity
10% to 80%
Operation Temperature
0⁰ C to 40⁰ C
Audio
(g)
Audio Power
10W (5W x 2)
Speaker On/Off
Yes
Wall mount/floor mount for the above
Accessories
display based on the site conditions
Make & Model (plz. Attach the
(h)
brochures)
(i)
Qty
LG/SONY/SAMSUNG
4 nos
Dual Channel Audio Amplifier
S.No
Description
(a)
8Ω Dual Per Channel
(b)
Sensitivity
(d)
Offered
Media Player Compatibility
External Media player
(c)
Specifications
Connectivity (Output)
(d)
3.6.7.
Conference Hall Establishment at SDSC SHAR
Frequency Response (at 1W, 20 Hz to
20 kHz)
Signal to Noise Ratio (rated as dBr to
full rated 8 ohm power output ; A-
Specifications
Offered
Specifications
375 W
1.4V
+0 dB, -1 dB
>103 dB
49
REQUEST FOR PROPOSAL
S.No
Conference Hall Establishment at SDSC SHAR
Description
Offered
Specifications
Specifications
Weighted)
(e)
Total Harmonic Distortion (THD)
(f)
Input Impedance (nomial)
< 0.5%
20kΩ
balanced,
10kΩ
unbalanced
2 to 8 ohms per channel in
(g)
Load Impedance
Stereo, 4 to 8 ohms in
Bridge mono
(h)
> 55dB
Make & Model (plz. Attach the
(i)
Crown & XLS 2000
brochures)
(j)
3.6.8.
@1kHz: > 85dB, @ 20kHz:
Crosstalk (below rated 8 ohm power)
Qty
1 no
Wireless Presentation with Output HDMI & VGA
S.No
Description
Specifications
Offered
Specifications
Click to Collaborate, Cloud,
(a)
Features
Whiteboard, Chat, File Transfer &
Enable Control
4 USB 3.0, 1 LAN on an RJ45
(b)
INPUTS
(c)
GRAPHIC OUTPUTS
1 HDMI, 1 mini Display Port
(d)
AUDIO OUTPUT
1 S/PDIF
(e)
PROCESSOR
(f)
MAIN MEMORY
4GB, high speed
(g)
STORAGE
32GB, solidstate drive
(h)
LAN
Gigabit LAN
(i)
AUDIO
(j)
POWER SUPPLY
(k)
INPUT VOLTAGE
connector
4th generation Intel® Dual core
1.4GHz
Analog or embedded HDMI, S/PDIF
Realtek ALC269
65W power adapter (19V, 3.4A)
100V~220V AC, 50/60Hz, auto
sensing
50
REQUEST FOR PROPOSAL
S.No
Description
Make & Model (plz.
(l)
Attach the brochures)
(m)
3.6.9.
Conference Hall Establishment at SDSC SHAR
Qty
Specifications
Offered
Specifications
Kramer & Connect Pro
1 no
Wireless Hand-Held & Lepel Microphone
S.No
Description
Specifications
(a)
Bandwidth Selection
(b)
Power & Duration
(c)
Control
(d)
Indication
Low Battery Indication
(e)
Receiver
professional XLR & ⅟4" Jack outputs
(f)
Transmitter
(g)
Offered
Specifications
30MHz
8 hours of Operation on a single AA
Size Battery
Gain Control on Hand-Held
Transmitter
Hand-Held Microphone & Lavalier
Microphone
Make (plz. Attach the
brochures)
AKG
WMS 45 Presenter set – 2nos
(h)
Model & Qty
WMS 45 Vocal set -4nos
3.6.10. Control Processor with Touch Panel
S.No
Description
(a)
Control System
(b)
Memory
Specifications
Offered
Specifications
Enterprise - Class Control System, 3 Series
Onboard 1GB RAM & 4GB Flash memory &
Expandable Storage upto 1TB
9.7-inch diagonal retina display, IOS software, A8X
(c)
Touch Panel
second generation chip with 64bit desktop-class
architecture, M8 coprocessor, 2048 by 1536
resolution & 264 ppi
(d)
Stand
Universal Table TOP stand with secure lock with
wire.
51
REQUEST FOR PROPOSAL
S.No
Conference Hall Establishment at SDSC SHAR
Description
Specifications
Offered
Specifications
S1 – S3: (3) 3-Series control card expansion slots
(optional), COM 1 – 2: (2) 5-pin 3.5mm detachable
terminal blocks; Bidirectional RS-232/422/485
ports; Up to 115.2k baud; hardware and software
handshaking support; COM 3 – 6: (4) 3-pin 3.5mm
detachable terminal blocks; Bidirectional RS-232
ports; Up to 115.2k baud; software handshaking
support; IR - SERIAL OUTPUT 1 – 8: (2) 8-pin
(e)
Connectors
3.5mm detachable terminal block comprising (8)
IR/Serial output ports; IR output up to 1.2 MHz; 1way serial TTL/RS-232 (0-5 Volts) up to 115.2k
baud; RELAY OUTPUT 1 – 8: (2) 8-pin 3.5mm
detachable terminal blocks comprising (8) normally
open, isolated relays; Rated 1 Amp, 30 Volts
AC/DC; MOV arc suppression across contacts
LAN: (1) 8-wire RJ45 jack; 10Base-T/100BaseTX/1000Base-T Ethernet port.
Crestron & CP3 Series for Control Processor
(f)
Make & Model
Apple (iPAD) + Crestron S/w for Touch Panel
(g)
Qty
1 set
3.6.11. Cable Cubby
S.No
Description
Specifications
(a)
INPUTS
1 HDMI connector.
(b)
OUTPUTS
1 RJ−45 connector.
COMPLIANCE WITH HDMI
(c)
STANDARD
(d)
INCLUDED ACCESSORIES
Offered
Specifications
Supports HDMI and HDCP.
Power supply.
RK−4PT 19” rack adapter.
Accessories
(e)
(f)
Equipment rack for harnessing
all the AV electronics.
Qty
2 lots
3.6.12. Transmitter & Receiver
S.No
Description
Specifications
Offered
Specifications
52
REQUEST FOR PROPOSAL
Conference Hall Establishment at SDSC SHAR
(a)
INPUTS
1 RJ−45 connector.
(b)
OUTPUTS
1 HDMI connector.
COMPLIANCE WITH HDMI
(c)
STANDARD
Supports HDMI and HDCP.
(d)
INCLUDED ACCESSORIES
Power supply.
(e)
OPTIONS
RK−4PT 19” rack adapter.
Make & Model (plz. Attach the
(f)
brochures)
(g)
Qty
Kramer & VP-426
3 nos
3.6.13. Format Converter
S.No
Description
Specifications
Offered
Specifications
1 PC/HD (RGBHV/YPbPr) on a 15−pin HD
(a)
INPUTS
connector, 1 HDMI connector, 2 unbalanced
stereo audio connectors on 3.5mm mini jacks.
1 PC (RGBHV) on a 15−pin HD connector, 1
(b)
OUTPUT
HDMI connector, 1 unbalanced stereo audio
connector on a 3.5mm mini jack.
(c)
(d)
OUTPUT
NATIVE, 720p@50Hz, 1080i@50Hz,
RESOLUTIONS
1080p@50Hz, , 1280x1024, 1600x1200
OUTPUT REFRESH
60Hz for computer graphics resolutions,
RATE
50/60Hz for HDTV resolutions.
Front panel buttons, 1 remote contact closure
(e)
CONTROLS
on a 3−pin terminal block connector, 1 USB
for programming.
(f)
(g)
(h)
(i)
INCLUDED
ACCESSORIES
OPTIONS
Make & Model (plz.
Attach the brochures)
Qty
Power supply
RKT2B 19" rack adapter
Kramer & PT-571 & 572
8 nos
3.6.14. Matrix Switcher
S.No
(a)
Description
INPUTS
Specifications
Offered
Specifications
8 HDMI connectors
53
REQUEST FOR PROPOSAL
S.No
Conference Hall Establishment at SDSC SHAR
Description
(b)
OUTPUTS
8 HDMI connectors
(c)
MAX. DATA RATE
6.75Gbps (2.25Gbps per graphic channel)
COMPLIANCE WITH
(d)
HDMI STANDARD
(e)
RESOLUTION
(f)
CONTROLS
Specifications
HDMI and HDCP
Up to UXGA; 1080p
Front panel buttons, infrared remote control
transmitter, RS232, Ethernet
INCLUDED
(g)
Offered
Specifications
Power cord, IR transmitter, rack ”ears”
ACCESSORIES
(h)
Make & Model
Kramer & VS-88HN
(i)
Qty
1 no
3.6.15. 7.5 kVA UPS
S.No
Description
Specification
APC,
(a)
Numeric,
Offered
Specifications
Dubas,
Console, Emerson, HDC,
UPS Make
PCI
(b)
(c)
Exide,
Battery Make
Amco,
Standard,
Amaraja, Pace setter
Nominal output
voltage
Voltage
230VAC @ 50Hz
(d)
Output
Distortion
(e)
Output Frequency
(f)
Crest Factor
(g)
Bypass
(h)
Input voltage range
176 – 282 V AC
(i)
Battery back-up
Backup time one hour at full load
(j)
Qty
1 nos
Less than 5% at full load
47 - 53 Hz for 50 Hz nominal
Up to 5 : 1, Waveform type: Sine
wave
Internal bypass (Automatic &
Manual)
54
REQUEST FOR PROPOSAL
Conference Hall Establishment at SDSC SHAR
PART III
EVALUATION CRITERIA & ANNEXURES
A. MINIMUM QUALIFICATION CRITERIA
The following are the minimum essential criteria to further validate/accept the bid. Vendor is requested
to provide all the necessary supporting documents. If any deviation/non-compliances/lack of
supporting document bid shall be summarily rejected.
Sl.
Clause Description
Compliance by
No.
bidder (Enclose
Supporting
Documents)
1.1.
The
BIDDER
should
be
a
well-established
and
reputed
manufacturer/integrator, with experience of minimum 3 years and
has capability in the supply and installation of similar nature of
work.
Enclose Certificate of incorporation, Partnership deed, or
Registration with Govt. Department or PSU or corporate
Companies
1.2.
The bidder or their subcontractor should have executed a
minimum of two civil interiors works and AV system works in a
single order or independently during the last 3 Years.
Please enclose Purchase order/ completion certificate along
with customer feedback on the system.
1.3.
Should have an average annual turnover not less than Rs. 200
Lakhs during the past three financial years ending on 31st March
2014
Enclose Annual Reports and/or certificate from Company
Auditor
1.4.
Should be profit making company for the last three years.
Enclose Annual Reports and/or certificate from Company
Auditor
1.5.
Shall produce a valid Banker’s Solvency Certificate of the value
not less than Rs 200 lakhs
Enclose valid Banker’s Solvency Certificate
1.6.
Should have executed similar nature of works at least an area of
2000 Sq.m of a single building or the buildings in a campus or
Rs100 Lakhs in a single order during anyone of the last three
years.
55
REQUEST FOR PROPOSAL
Sl.
Conference Hall Establishment at SDSC SHAR
Clause Description
Compliance by
No.
bidder (Enclose
Supporting
Documents)
Enclose completion Certificate from client
1.7.
All the wooden materials used for wall panelling, flooring, etc shall
be
termite
proof
as
per
the
standards
of
practice
of
National/International standards. A certificate to this extent shall
be enclosed by the bidder from the original equipment
manufacturer/supplier.
1.8.
Please attach Manufacturer’s authorization certificate for the
following either by the contractor or his sub contract from OEM.
1.9.
Item Description
Manufacturer
1) Control Processor
Crestron
2) Matrix Switcher
Kramer
3) Discussion Unit
Creator
4) Wireless Microphone
AKG
5) Audio Mixer
BSS London
The vendor must support the offered specifications for the
following items, thoroughly vetted by OEM (original equipment
manufacturer) on the OEM letter head with sign & stamp, without
which the offer is summarily rejected as it will not meet the
technical compliances.
1) Control Processor
2) LED Display
B. Evaluation Criteria. The broad guidelines for evaluation of Bids will be as follows:
S.No
1.0
Description
Vendor
Compliance
In respect of Two-Bid system, the technical Bids forwarded by the
Bidders will be evaluated by the Buyer with reference to the technical
characteristics of the equipment as mentioned in the RFP. The
compliance of Technical Bids would be determined on the basis of the
parameters specified in the RFP. The Price Bids of only those Bidders
will be opened whose Technical Bids would clear the technical
56
REQUEST FOR PROPOSAL
S.No
Conference Hall Establishment at SDSC SHAR
Description
Vendor
Compliance
evaluation.
2.0
During evaluation, SDSC SHAR may request Bidder for any clarification
on the bid, additional documents. If required department will visit the
installation of bidder where similar system is installed and operational.
3.0
Bidder must provide the point by point compliance to the technical
specifications should be provided by the tenderer along with deviations
as per Form-J. The tender can be rejected if the deviations are not
acceptable to the Department.
4.0
Performance of Bidder on similar nature of works executed/ under
execution shall be taken into consideration before selecting the Bidder
for opening his price bid.
5.0
The time schedule for completion is given in the Proposal document.
Bidder is required to confirm the completion period unconditionally.
6.0
SDSC SHAR reserves the right to reject any bid if
technically/commercially not meeting the requirement/terms &
conditions. Such decisions by the SDSC SHAR shall bear no liability
whatsoever consequent upon such decision.
7.0
Total price inclusive of all taxes, duties, AMC Charges and optional
items, if any, will be considered for arriving L1 and awarding the
contract as per the procedures.
8.0
If there is a discrepancy between the unit price and the total price that is
obtained by multiplying the unit price and quantity, the unit price will
prevail and the total price will be corrected. If there is a discrepancy
between words and figures, the amount in words will prevail for
calculation of price.
9.0
Offers of those bidders taking full scope of the work (supply and
erection) only will be considered.
10.0
SDSC SHAR shall not be obliged to furnish any information/clarification
to unsuccessful bidder as regard non acceptance of their Bids
11.0
Splitting of the order/WORK is not possible. Offers of those bidders
accepting the full scope of the work including AMC shall only be
considered.
57
REQUEST FOR PROPOSAL
Conference Hall Establishment at SDSC SHAR
VENDOR EVALUATION FORMAT
SDSC SHAR seeks response to the following questionnaire for assimilating data which would be used
for evaluating the capability of the supplier for executing the referred work. Hence, the supplier is
requested to provide only genuine data and any discrepancy found at a later point of time may result
in rejection of the supplier from purchase process.
Furnishing of data cannot be construed as
automatic qualification for participation in the tender.
Questionnaire should be signed by a
responsible and authorized person of the Company / Agency.
S. No
1.
Description
Supplier Response
Type of the Business
(Proprietary/Pvt.
:
Ltd/Public
Ltd/Joint
Venture/Consortium)
2.
Name of the company/firm
:
3.
Registration
:
4.
Year of Inception
:
5.
Registered address
:
6.
Name & Address of the Office of the Chief
:
Executive
7.
Contact person for this tender with name &
:
address, email and contact number
8.
Locations of the Branches (if any)
:
9.
Current Annual turn-over
:
10.
The Profit & Loss Account details for the
:
last 3 years which is duly audited and
Submitted as part of the Annual Report.
11.
In Rs. Lakhs only
For any 3 Years
2012-13 2013-14 2014-15
Total assets
:
Turnover
:
2015-16
58
REQUEST FOR PROPOSAL
S. No
Conference Hall Establishment at SDSC SHAR
Description
Supplier Response
Profit/Loss
:
Major customers (Enclose copies of the
12.
:
Purchase Orders/contractos)
Customers feedback on the services in
13.
:
writing (Pl. enclose copies)
14. Details of last three years’ experience of Tenderer in executing similar type of work
which are completed
Sl.No
Full postal
address of the
client with
Contact Person
with Phone
number
Value of
Description of the work
the work
(Rs. in
Lakhs)
Completion
Time as per
PO
Actual
Reasons for
period of
delay
completion
1
2
3
Note: In order to consider as valid experience, all the experience has to be supported with the
completion certificate and purchase order copies.
15. Details of present works being executed by the Tenderer
Sl.No
Full postal address of the client with
Description of the
Value of the work
Contact Person with phone number
work
(Rs. in Lakhs)
Note: copy of purchase orders may be enclosed.
Signature of Authorised Person with Seal
59
REQUEST FOR PROPOSAL
Conference Hall Establishment at SDSC SHAR
Annexure -I
NAME OF THE WORK :
________________________________________
________________________________________
NAME OF BIDDER : ________________________________________
EXCEPTIONS AND DEVIATIONS (FORM-J)
In line with Proposal Document, Bidder may stipulate Exceptions and deviations to the Proposal
conditions if considered unavoidable.
SL.
Reference in
NO
Specification
PAGE
NO
Dept. Specification
Offered Specification
DEVIATION
CLAUSE NO
NOTE :
Only deviations are to be written in this FORM-J.
Any deviations taken by the Bidder to the stipulations of the Proposal document shall be brought out
strictly as per this format and enclosed along with the bid.
Any deviations not brought out as per this Proforma (FORM-J) and written elsewhere in the Proposal
document shall not be recognized and the same is treated as null and void.
Any willful attempt by the Bidders to camouflage the deviations by giving them in the covering letter or
in any other documents that are enclosed may render the Bid itself non-responsive.
(SIGNATURE OF BIDDER)
60
REQUEST FOR PROPOSAL
Conference Hall Establishment at SDSC SHAR
TO BE SUBMITTED ALONGWITH TECHNICAL BID
Annexure -II
ACCEPTANCE OF TERMS AND CONDITIONS BY THE VENDOR
We
hereby
agree
to
all
the
terms
and
conditions
as
given
in
Tender
Notice
No.
______________________________ dated:_________________ for Supply, installation, testing and
commissioning of Conference Hall at SDSC SHAR, Sriharikota.
Company Seal
(Authorised Signatory of Company)
Place : ________________
Date : ________________
61
REQUEST FOR PROPOSAL
Conference Hall Establishment at SDSC SHAR
TO BE SUBMITTED ALONGWITH TECHNICAL BID
Annexure -III
CERTIFICATE TO BE FURNISHED BY THE VENDOR
1. The equipment once delivered will be subjected to an inspection by the Department CLIP at the
given consignee location. The specifications of the equipment will be in conformity with the details
provided by the user and as per given specifications.
The date of completion of
commissioning would be deemed to be date on which the warranty will commence.
2. We shall provide onsite comprehensive warranty of one year for the items being supplied.
3. We confirm that we abide by the delivery schedule as laid out in tender enquiry.
4. We certify that any cost incurred on additional items/systems/components /accessories required
would be borne by us.
Company Seal
(Authorised Signatory of Company)
Place :________________
Date : _________________
62
REQUEST FOR PROPOSAL
Conference Hall Establishment at SDSC SHAR
TO BE SUBMITTED ALONGWITH TECHNICAL BID
Annexure -IV
CHECK LIST
S.No
1.
Description
Response
The detailed scope of work and technical specifications are under stood and
Yes / No
price was quoted accordingly.
2.
Validity of Offer is 4 months
Yes / No
3.
Service Tax to be indicated If not mentioned it shall be assumed that the price
Yes / No
quoted are inclusive of service tax.
4.
VAT/CST to be indicated in % if not mentioned it shall be assumed that the
Yes / No
price quoted are inclusive of VAT/CST
5.
Delivery Schedule is Acceptable
Yes / No
6.
Accepted the Department Payment Terms
Yes / No
7.
Warranty for the fully commissioned and accepted system is 12 months
Yes / No
8.
Security deposit clause is acceptable
Yes / No
9.
10 % of the Order Value shall be submitted as Performance Bank Guarantee.
Yes / No
The PBG submitted against the warranty period shall be released only after
submitting the 10% of the total value of 5Yrs AMC (AV System) in the form of
BG towards the performance during the 5 Yrs AMC period.
10.
Liquidated Damages clause acceptable
Yes / No
11.
Last three years audited financial results are enclosed
Yes / No
12.
Latest income tax certificate is enclosed
Yes / No
13.
Registration certificate of the company is enclosed
Yes / No
14.
Solvency certificate from the bank is enclosed
Yes/No
15.
Vendor has to carryout anti-termite treatment for the walls and flooring before
Yes / No
taking up the erection works. IS 6313 (Part 3):2001 code of practice for antitermite measures in buildings may be followed.
16.
All the technical details of false ceiling material, wooden panelling material,
Yes/No
brochures of furniture, electrical fittings, air conditioning system, etc shall be
furnished along with Technical bid.
Signature of Authorised Person with Seal
63
REQUEST FOR PROPOSAL
Conference Hall Establishment at SDSC SHAR
TO BE UPLOADED ALONG WITH PRICE BID
Annexure -V
Please ensure that this annexure is to be uploaded only along with the price
offer.
The detailed break up of unit costs for various bill of materials shall be provided as per this format.
A. CIVIL INTERIOR WORKS
Qty
S.No
Description
Units
(a)
1.
Supplying and fixing Gypboard False
Ceiling System with one layer of 12.5 mm
thick (Make: India Gypsum/Saint Gobain).
Sqft
1300
2.
Optra False ceiling system - High
Level: Supply of true horizontal level false
ceiling grid of prelude XL system
manufactured by M/s. ARMSTRONG
WORLD INDUSTRIES LTD., US/UK (OR
Equivalent)
Sqft
800
3.
Optra false ceiling system –Low Level:
Supply of true horizontal level false ceiling
grid of prelude XL system manufactured
by
M/s.
ARMSTRONG
WORLD
INDUSTRIES
LTD.,
US/UK
(OR
Equivalent)
Sqft
560
4.
Axiom (or Equivalent)Trim Channel:
Classic
Axiom
trim
(AX2STR42/
AX4STR42/ AX6STR42) or equivalent
Rft
180
5.
Wooden flooring: Providing and fixing
Wooden flooring of Krono or equivalent
make having size 1285 x 192 x 8mm thick
Sqft
1500
6.
Opaque Partition
Sqft
250
7.
Providing and laying 600 x 600mm
Somany / equivalent Vitrified floor tile
without spacer
Sqft
300
8.
32MM
FLUSH
DOOR
SHUTTER:
Providing and fixing 32mm single leaf
Solid core Flush Door Shutter of size 1000
x 2100mm both side laminated including
100 x 50mm teakwood door frames.
Nos
8
Unit
Price
(b)
Tax
Unit Cost
(c)
(d) = b+c
Total
Cost
(a) * (d)
64
REQUEST FOR PROPOSAL
Conference Hall Establishment at SDSC SHAR
Qty
S.No
Description
Units
(a)
Unit
Price
(b)
Tax
Unit Cost
(c)
(d) = b+c
Total
Cost
(a) * (d)
Fittings : Dorma or equivalent.
9.
32MM FLUSH DOOR SHUTTER:
Nos
4
Providing and fixing 32mm single leaf
Solid core Flush Door Shutter of size 900
x 2100mm both side laminated including
100 x 50mm teakwood door frames.
Fittings : Dorma or equivalent.
10.
12mm thk TOUGHENED GLASS DOOR
– FRAMELESS: Providing and fixing
Double leaf frameless Glazed door of size
1200 x 2100mm, fabricated out of 12mm
thk Toughened Glass (manufactured by
Saint Gobain or equivalent) edge polished
on all sides, fitted with Dorma or
equivalent Floor springs, Door handles,
and Patch fittings.
No
4
11.
DOUBLE SKIN PARTITION: Providing
and Fixing in position using 50 x 50mm
hardwood frame work all round at 600 x
600mm C/C with horizontally and vertically
and fixing with 12mm ply on both
C91sides with laminate finish.
Sqft
850
12.
SINGLE SKIN PLY PANELING: Providing
and fixing 12mm thk ply Paneling by
making the frame work using 50mm Floor
Channel fixing at Floors and Ceilings
respectively and fixing 48mm Stud
between floor channels at 2’0” C/C and
covering with 12mm thk ply.
Sqft
1200
13.
Anutone or equivalent Fab Stretch Wall
Panel System
Sqft
450
14.
Providing and Fixing Armstrong
(or
equivalent) Channelled Woodworks G28 /
G14 perforated panels
Sqft
1400
15.
Providing and applying Plastic Emulsion
Paint of approved quality colour (Make:
Asian/Berger/ICI).
Sqft
7000
16.
Providing and applying Texture Finish
Paint of approved quality colour (Make:
Asian/Berger/ICI).
Sqft
100
65
REQUEST FOR PROPOSAL
Conference Hall Establishment at SDSC SHAR
Qty
S.No
Description
Units
(a)
17.
Pest control system in all areas
Sqft
2200
18.
Providing & Fixing 600mm wide Jet Black
Granite Top.
Sqft
30
19.
Providing & fixing storage unit of various
size made of 18mm thick ply with both
side hot pressed laminate.
Sqft
100
20.
Providing & Fixing SS Sink with necessary
hardwares and fittings (Nirali or equivalent
make)
Nos
1
21.
Conference Hall Table
Nos
1
22.
DB Shutter Box
Sqft
150
23.
Supply & laying of colour wall tiles
Sqft
180
24.
Vista or
BLINDS
Sqft
200
equivalent
make
ROLLER
Unit
Price
(b)
Tax
Unit Cost
(c)
(d) = b+c
Total
Cost
(a) * (d)
Total Cost
Signature of Authorised Person with Seal
66
REQUEST FOR PROPOSAL
Conference Hall Establishment at SDSC SHAR
B. AIR CONDITIONING
S.No
Description
Units
Qty
Unit
Tax
Unit Cost
Price
(a)
1.
Supply,
Installation,
Commissioning
Testing
of
5.5TR
and
Each
4
Rmt
70
:
Sqm
100
:
Sqm
25
(b)
Total
Cost
(c)
(d) = b+c
(a) * (d)
ceiling
suspended ducted split AC unit with
microprocessor
based
unit.
Make:
Voltas/Blue Star/Carrier /ETA /Daikin
2.
Hard copper piping between indoor & out
door unit for above 5.5TR ductable AC
units.
3.
Duct-0.63mm
thick
Make
Sail/Tisco/Jindal/Ispat
4.
Duct-0.8mm
Make
Sail/Tisco/Jindal/Ispat
5.
Flexible canvas connection for AC units.
Each
4
6.
Continuous grill 100mm Width
Rmt
100
7.
Coller dampers of 600x100mm with
Each
14
Each
4
Each
2
Sqm
1
aluminium construction.
8.
Aluminium
construction
Motorised
On/OFF Damper for the 5.5TR ducted
AC units with suitable power and control
wiring.
9.
Aluminium construction fresh air louvers
with damper & Bird screen of size
300x300mm
Make:Airmaster/Dynacraft/Caryaire/Airg
uide/Ravistar/Tristar/Ajanta/Sachins/imp
ex/Cosmic
10.
Provision of fire dampers in supply/
return air path of conditioned air in AC
area. Make : Caryaire/ George Rao &
Co./Air master/Ravistar/Tristar/Cosmic
11.
Acoustic insulation of supply air ducting
Sqmt
20
12.
Thermal insulation.
Sqmt
20
67
REQUEST FOR PROPOSAL
S.No
Description
Conference Hall Establishment at SDSC SHAR
Units
Qty
Unit
Tax
Unit Cost
Price
(a)
13.
Drain piping.
Rmt
50
14.
Minor civil work
Lot
1
15.
Supply, Fabrication and erection and
Kgs
100
(b)
Total
Cost
(c)
(d) = b+c
(a) * (d)
painting of structural steel.
Total Cost
Signature of Authorised Person with Seal
68
REQUEST FOR PROPOSAL
Conference Hall Establishment at SDSC SHAR
C. ELECTRICAL & DATA NETWORK
S.No
Description
Units
Qty
Unit
Tax
Price
(a)
(b)
(c)
Unit
Total
Cost
Cost
(d) =
(a) * (d)
b+c
1.
LDB: Supply and installation of
TPNMCB distribution board 4 way
double door types in 16 SWG
CRCA sheet steel enclosure, dust
and vermin protected. Rated for
440V 3 Phase 50Hz AC
Set
1
PDB's: Supply and installation of
TPN RPDB's distribution board 4
way double door types in 16 SWG
CRCA sheet steel enclosure, dust
and vermin protected. Rated for
440V 3 Phase 50Hz AC.
Set
1
UPS DB: Supply and installation of
SPN MCB DB 12Way double door
type in CRCA sheet steel enclosure
dust and vermin protected. Rated
for 230V, single Phase 50Hz AC.
Set
1
4.
Primary point
Pt
25
5.
Supply and laying four runs FRLS 4
Rmt
100
Rmt
50
Rmt
20
Pt
10
Pt
5
2.
3.
Sq.mm 1.1KV grade PVC insulate,
single
core
standard
copper
conductor cable.
6.
Supply and laying two runs FRLS
2.5
Sq.mm
insulated,
1.1KV
single
grade
core
PVC
standard
copper conductor cable.
7.
Supply and laying of LT cable in
existing Rack : Supply and laying of
3CX4 sq.mm 1.1KV grade XLPE
cable armoured copper conductor
cables.
8.
5A 5pin combined switch socket
outlet in lighting switch board
9.
15A, 6PIN COMBINED SWITCH
SOCKET/ UNIVERSAL
SOCKET
69
REQUEST FOR PROPOSAL
S.No
Conference Hall Establishment at SDSC SHAR
Description
Units
Qty
Unit
Tax
Price
(a)
(b)
(c)
Unit
Total
Cost
Cost
(d) =
(a) * (d)
b+c
OUTLET
10.
5A,
3PIN
COMBINED
SWITCH
Pt
4
Pt
1
Rmt
5
Rmt
90
Rmt
60
No
4
Rmt
10
Rmt
35
SOCKET OUTLET POINT
11.
20A Metal clad socket outlet point
12.
Supply
and
fixing
100X50mm/100X40 mm
of
Size GI
cable tray on wall with all materials
13.
Supply and fixing of 32mm /25 mm
Size PVC Conduit
on wall with all
materials
14.
Supply and laying of earth cable
on wall: Supply and laying of 4CX16
sq.mm 1.1KV grade XLPE cable unarmoured
copper
conductor
cables.
15.
End Terminations of following
LT
cables: Supply and Providing of
4Cx10/16 Sq.mm end terminations
for
1.1kV grade XLPE insulated
armoured
copper
conductor
cables.
16.
Supply and laying of earth cable
on wall: Supply and laying of 4CX10
sq.mm 1.1KV grade XLPE cable unarmoured
copper
conductor
cables.
17.
Supply and laying of earth cable
on wall: Supply and laying of 2CX4
sq.mm 1.1KV grade XLPE cable unarmoured
copper
conductor
cables.
18.
UPS LIGHTING PRIMARY POINT
Pt
6
19.
UPS
Pt
3
LIGHTING
SECONDARY
POINT
70
REQUEST FOR PROPOSAL
S.No
Conference Hall Establishment at SDSC SHAR
Description
Units
Qty
Unit
Tax
Price
(a)
(b)
(c)
Unit
Total
Cost
Cost
(d) =
(a) * (d)
b+c
20.
Supply and installation of LCDS
Nos
9
Pt
8
Pt
3
non
Nos
22
Dimmable Ballast for the above the
Nos
22
Nos
30
Nos
30
Nos
5
type 18W LED light fitting supplied
with integral driver
having white
light output and completely prewired
and as directed
21.
5A,
3PIN
COMBINED
SWITCH
SOCKET OUTLET POINT
22.
COMPUTER POINT
23.
Supply
&
Installation
of
dimmable LED 2 x 2 light fitting.
24.
item dimming system.
25.
Supply
&
Installation
of
non-
dimmable LED Lighting down lighter
26.
Dimmable Ballast for the above the
item dimming system
27.
Supply & Installation 6watts tiltable
type Down spot light fitting
28.
Dimmable driver for Lighting control
Nos
1
29.
Cat-6 Data cable (Amp product)
Rmt
120
(Data & Voice)
30.
Cat-6 I/O socket port
Nos
4
31.
Dual face plate
Nos
2
32.
Base boxes
Nos
3
Total Cost
Signature of Authorised Person with Seal
71
REQUEST FOR PROPOSAL
Conference Hall Establishment at SDSC SHAR
D. FDA SYSTEM
Qty
S.No
Description
Unit
Tax
Price
Unit
(a)
1.
Addressable FDA Panel
Nos
1
2.
Addressable detectors
Nos
22
3.
Addressable Manual call point
Nos
2
4.
Loop powered Sounder cum strobe
Nos
1
5.
Fault isolation module
Nos
2
6.
Supply and Surface laying of 2 core x
1.5 sq.mm Red colour twisted pair
shielded multi strand ATC armoured
FRLS cable
Rmt
300
(b)
(c)
Unit
Total
Cost
Cost
(d) = b+c
(a) * (d)
Total Cost
Signature of Authorised Person with Seal
72
REQUEST FOR PROPOSAL
Conference Hall Establishment at SDSC SHAR
E. AV SYSTEM
S.No
Description
Make &
Units
Qty
Model
Supply of projector
Casio, XJ-
Tax
Price
(a)
1.
Unit
Nos
2
Nos
1
Nos
1
Lot
1
Nos
4
Nos
26
Nos
8
Nos
4
Nos
1
Nos
1
Nos
2
Nos
4
Set
1
(b)
Unit
Total Cost
Cost
(c)
(d) = b+c
(a) * (d)
UT310WN
2.
Supply
of
Motorized
Logic,
Projection Screen 110inch
LGS-
16:10
110M
3.
Supply of audio mixer
4.
Supply
Audio
PA
Controller with Connection
cables and connectors for
the PA unit
5.
Supply of Discussion unit
for Chairman
6.
Supply of Discussion unit
for Delegate
7.
Supply of ceiling mount
speakers
8.
Supply of 55” LED display
with mounting kit
9.
Supply of Dual Channel
Audio Amplifier
10.
Supply
of
Wireless
Presentation with Output
HDMI & VGA
11.
Supply of Wireless HandHeld & Lepel Microphone
–Presenter set
12.
Supply of Wireless HandHeld & Lepel Microphone
–Vocal set
13.
Supply
Processor
of
with
Control
Touch
Panel
73
REQUEST FOR PROPOSAL
S.No
Conference Hall Establishment at SDSC SHAR
Description
Make &
Units
Qty
Model
Unit
Tax
Price
(a)
14.
Supply of cable cubby
Lot
2
15.
Supply of format converter
Nos
3
16.
Supply of Transmitter &
Nos
8
(b)
Unit
Total Cost
Cost
(c)
(d) = b+c
(a) * (d)
Receiver
17.
Supply of matrix switcher
Qty
1
18.
System engineering and
Lot
1
Lot
1
Nos
1
installation charges
19.
Supply
of
cables,
connectors, patch cards
and
adaptors
for
AV
system.
20.
7.5 kVA UPS with Battery
bank for 1 hr backup
21.
Any items not covered
above.
Total Cost
Signature of Authorised Person with Seal
74
REQUEST FOR PROPOSAL
Conference Hall Establishment at SDSC SHAR
F. 5 YEARS AMC FOR AV SYSTEM (OPTIONAL)
S.No
Description
Units
Qty
Unit
Tax
Unit Cost
Total Cost
(c)
(d) = b+c
(a) * (d)
Price
(a)
1.
Cost of AMC of AV System
Yr
(b)
1
- 1st Year
2.
Cost of AMC of AV System
–
3.
4th
–
1
Yr
1
Year
Cost of AMC of AV System
5th
Yr
Year
Cost of AMC of AV System
–
5.
3rd
1
Year
Cost of AMC of AV System
–
4.
2nd
Yr
Yr
1
Year
Total cost of 5 Yrs AMC for the AV System
Signature of Authorised Person with Seal
75
3'-3"
Corridor
19'-9"
SCC CONFERENCE HALL
up
12'-0"
27'-0"
11'-9"
5'-6"
5'-6"
4'-10"
Corridor
Sitout
1"
37'-82
11'0"x7'0"
ups & Elec.db
Electrical Equipments
Multi Purpose Room
11'6"x11'9"
22'9"x11'9"
Elevation of Wall - B
6"
6"
60
59
58
to be closed
55" Av Display
1'-9"1'-9"
to be closed
57
55
56
53
54
52
50
51
49
48
8'-2"
W
3'-0"
33
35
34
37
36
38
41
40
39
42
44
43
45
47
46
2'-0"
7'-0"
48" Tv Display
7'-0"
2'-0"
4'-2"
Conference Hall
7'-0"
30
29
28
27
26
24
25
22
23
19
20
21
17
18
14
15
16
3'-0"
to be closed
32
31
5'-0"
Corridor
32'-0"
Screen
1"
13'-12
S
Elevation of Wall - A
1'-6"
1'-6"
12'-6"
W/C
32'-0"
12'-4"
4
5
6
7
8
9
10
11
12
8'-2"
13
1'-3"
1'-3"
3
55" Av Display
Urinals
L.Toilet
2
6"
6"
1
1'-6"
1'-6"
W/C
W/C
G.Toilet
Elevation of Wall - D
5'-6"
Waiting
11'0"x11'6"
1'-6"
R.O
7"
11"
2'-3"
BSNL
2'-3"
6"
3'-0"
6'-0"
1"
10'-22
Corridor
10"
8'-6"
13'-2"
3'-8"
9'-6"
1'-3"
3'-3"
4'-9"
5"
Pantry
11'0"x11'6"
25'-0"
5'-6"
Elevation of Wall - C
1"
19'-82
Corridor
False ceiling level
6"
False ceiling level
6" 1'-0"
1'-0"
WALL PANEL LAYOUT...
4'-0"
8'-0"
Anutone Panel
7'-0"
7'-0"
Wooden Panel
Door
7'-0"
9"
11'-0"
9"
2'-0"
7'-0"
2'-0"
9"
11'-0"
9"
4'-0"
3'-0"
4'-0"
6"
8'-0"
6'-8"
58'-0"
8'-0"
6"
23'-8"
Elevation of Wall - A
Elevation of Wall - D
1'-0"
False ceiling level
6"
False ceiling level
6" 1'-0"
4'-0"
6"
Door
6"
Door
Anutone Panel
9'-0"
Anutone Panel
7'-0"
Anutone Panel
4'-0"
55" Av Display
8'-0"
10'-0"
4'-0"
4'-0"
Texture
Paint
7'-0"
8'-0"
Anutone Panel
Anutone Panel
9'-0"
10'-0"
55" Av Display
Wooden Pannel
6"
6"
Door
11'-0"
9"
4'-0"
7'-0"
9"
2'-0"
7'-0"
2'-0"
9"
11'-0"
9"
11'-0"
1'-6"
4'-0"
4'-0"
2"
58'-0"
4'-0"
2"
4'-0"
2"
4'-0"
1'-6"
2"
23'-8"
Elevation of Wall - C
Elevation of Wall - B
CONFERENCE HALL
LEGEND
Proposed Interior for
WOODEN PANEL
ANUTONE PANEL
FIRST FLOOR PLAN
TEXTURE PAINT
ISRO
@ Sri harikota,
Andrapradesh.
False Ceiling Layout...
s
58'-0"
49'-10"
4'-1"
4'-2"
( 9'0" lvl ) Gypsum Ceiling
1"
4'-92
Grid Ceiling
5'-9"
15'-4"
1"
4'-92
( 9'0" lvl )
2'-0"
Grid Ceiling
Grid Ceiling
4'-2"
( 9'6" lvl )
4'-2"
23'-8"
( 9'6" lvl )
( 9'0" lvl ) Gypsum Ceiling
4'-1"
1"
4'-92
40'-3"
1"
4'-92
4'-1"
58'-0"
CONFERENCE HALL
All Dimensions Are
In Feet And Inches
SCHEME : WP-505
ANN.NO : 160701
DATE
DRAWN : S.G
SCALE : 1:100
:27-07-2016 REV NO : 10
Proposed Interior for
ISRO
@ Sri harikota,
Andrapradesh.
23'-8"
4'-2"
4'-1"
Electrical Layout...
s
1"
2'-72
Grid Ceiling
( 9'0" lvl )
1"
2'-102
Grid Ceiling
( 9'0" lvl )
1"
2'-72
5'-9"
5'-9"
11'-6"
1"
2'-72
5'-9"
5'-9"
1"
2'-102
11'-6"
1"
2'-72
1"
2'-102
11'-0"
1"
2'-102
11'-0"
WAITING LOUNGE
All Dimensions Are
In Feet And Inches
SCHEME : WP-505
ANN.NO : 160701
DATE
DRAWN : S.G
SCALE : 1:100
:27-07-2016 REV NO : 10
PANTRY
Proposed Interior for
ISRO
@ Sri harikota,
Andrapradesh.
Electrical Layout...
s
58'-0"
49'-10"
1"
2'-02
s
6'-9"
s
1"
2'-102
s
s
6'-9"
s
6'-9"
6'-9"
s
6'-9"
s
s
6'-9"
s
6'-9"
s
6'-9"
1"
2'-02
4'-2"
2'-1"
4'-1"
9'-7"
9'-7"
9'-7"
s
1"
2'-102
5'-9"
3'-10"
3'-10"
3'-10"
3'-10"
3'-10"
3'-10"
3'-10"
1"
2'-102
s
s
s
s
s
s
s
s
s
2'-1"
s
4'-1"
1"
4'-92
40'-3"
1"
4'-92
1"
4'-92
4'-2"
1"
4'-102
s
4'-1"
58'-0"
CONFERENCE HALL
All Dimensions Are
In Feet And Inches
SCHEME : WP-505
ANN.NO : 160701
DATE
DRAWN : S.G
SCALE : 1:100
:27-07-2016 REV NO : 10
Proposed Interior for
ISRO
@ Sri harikota,
Andrapradesh.
23'-8"
3'-10"
5'-9"
3'-10"
4'-11"
15'-4"
1"
2'-102
s
s
4'-2"
23'-8"
1"
4'-102
9'-7"
1"
4'-92
1"
4'-102
4'-2"
4'-1"
STANDARAD TENDER TERMS AND CONDITIONS Offers should be sent on line using standard digital signature of class‐3 with encryption / decryption options. The Tenders authorized on line on or before the open authorization date and time only be considered as valid tenders. Physical copy of the will not be considered received even before the bid submission date. 1. Prices quoted should be on the basis of F.O.R. Sullurpeta / delivery at site. The purchaser will not pay separately for transit insurance. All risks in transit shall be exclusively of the contractor and the purchaser shall pay only for such stores as are actually received in good condition in accordance with the contract. 2. Excise Duty ‐ SDSC‐SHAR is eligible for Excise Duty Exemption under Notification No. 64/95 dated 16.03.1995 as amended by Notification No. 15/2007 dated 01.03.2007 and we shall provide necessary Exemption Certificate. No claim for payment of Excise Duty or Cenvat reversal will be allowed later. The suppliers have to consider this into account while submitting quotations. 3. CST ‐ With effect from 01.04.2007, the facility of Inter‐State purchases by Government Departments against Form‐D has been withdrawn. Now the rate of CST on the Inter‐State sale to Government Departments shall be the rate of VAT/State Sales Tax applicable in the State of the selling dealer. Accordingly, the suppliers have to clearly indicate the %age of CST applicable against each case in their tenders. 4. Customs Duty ‐ SDSC‐SHAR is eligible for 100% Customs Duty exemption as per Notification No.12/2012 dated 17.03.2012. This may be taken into account while quoting for import items. 5. High Sea Sales ‐ Against High Sea Sale cases‐ • Offers shall be on all inclusive basis upto Sriharikota are preferred, which means freight upto Sriharikota, customs clearance is the responsibility of the Supplier at his cost. • 100% payment will be made within 30 days after receipt and acceptance of the items at our site. However, in exceptional cases based on merit of the case, 100% payment against delivery, satisfactory inspection at our site may be considered. • Tax is not applicable • Customs Duty Exemption Certificate and other related documents needed for Customs clearance purpose will be provided. • High Sea Sales Agreement submitted by the Supplier in accordance with the terms and conditions of our purchase order will be signed and issued by SDSC‐SHAR. 6. The time for the date of delivery of the stores stipulated in the purchase order shall be deemed to be the essence of the contract and delivery must be completed not later than the date(s) specified therein. Failure to do so, without adequate justification may involve cancellation of the contract at the discretion of purchaser. 7. The deliver period mentioned in the tender enquiry if any is with the stipulation that no credit will be given for earlier deliveries and offers with delivery beyond the period will be treated as un‐responsive. 8. The Department will have the option to consider more than one sources of supply and final orders will be given accordingly 9. Bidder shall note that the conditional discounts would not have edge in the evaluation process of tenders. 10. Non‐acceptance of any conditions where ever called for related to guarantee or warrantee , performance bank guarantee, liquidate damages are liable for disqualification of bids. 11. Where ever installation and commissioning is involved, the guarantee / warrantee period should recon only from the installation and commissionining. 12. Prices are required to be quoted according to the units indicated in the annexed tender form. Then quotations are given in terms of units other than those specified in the tender form, relationship between the two sets of units must be furnished. 13. Advance Payment ‐ Wherever advance payment is requested, it should be with Bank Guarantee only. 14. Liquidated Damages ‐ In all advance payment cases and where delivery is critical. L.D. clause will be applicable at 0.5% per week or part thereof subject to a maximum of 10% of total order value. 15. Performance Bank Guarantee ‐ Wherever called for Performance Bank Guarantee at 10% of the order value has to be furnished covering the warranty period. 16. The Purchaser reserves the right to accept or reject any quotation fully or partly without assigning any reasons. 17. Payment terms are full payment within 30 days from the date of receipt and acceptance of material ordered. Our Bankers are State Bank of India, SDSC SHAR, Sriharikota – 524 124. You may furnish your banker details for transferring the payments through ECS mode. 18. Where counter terms and conditions / printed or cyclostyle conditions of sale have been offered by the tenderer, the same shall not be deemed to have been accepted by the purchaser, unless the purchaser’s specific written acceptance thereof is obtained. 19. SPECIFICATIONS: Stores offered should strictly confirm to our specifications. Deviations if any, should be clearly indicated by the tenderer in their quotation. The tenderer should indicate the Make / Type number of the stores offered and provide catalogues, technical literature and samples, wherever necessary along with the quotations. Test Certificates, wherever necessary, should be forwarded along with supplies. Whenever option are called for in our specifications, the tenderer should address all such options whenever specifically mentioned by us, the tenderer could suggest changes to specification with appropriate reasons for the same. Even in such cases, the tenderer should state why he cannot meet our specifications and why he is suggesting the changes. 20. GUARANTEE: The Stores offered should be guaranteed for a minimum period of 12months against defective material, design, operation or manufacture. For defects noticed during the guarantee period, replacement rectification should be arranged free of cost within a reasonable period of such notification. In cases where our specifications called for a guarantee period more than 12 months specifically, then such a period shall apply. 21. The tenderer shall at all times indemnify the Purchaser against all clams which may be made in respect of the stores for infringement of any right protected by the patent Registration of design or Trade Mark and shall take all risks of accidents or damage, which may cause a failure of the supply from whatever cause arising and the entire responsibility for the sufficiency of all means used by him for the contract. 22. ARBITRATION: In the event of any question, dispute or difference arising under these conditions of any condition in the purchase order or in connection with this contract, (except as to any matters the decision of which is specially provided for by these conditions) the same shall be referred to the sole arbitration of the Head of the Purchase office or of some other person appointed by him. There will be no objection that the Arbitrator is a Government Servant, that he had to deal with matter to which the contract related or that in the course of his duties as a Government Servant, he has expressed views on all or any of the matters in dispute or difference the award of the Arbitrator shall be final and binding on the parties of this contract. (a) If the Arbitrator be the Head of the Purchase Office: I.
In the event of his being transferred or vacating his office by resignation or otherwise, it Shall be lawful for successor office either to proceed with the‐
reference himself or to appoint another person as Arbitrator or II.
In the event of his being unwilling or unable to act for any reason, it shall be lawful for the Head of the purchase Office to appoint another person as Arbitrator or (b) If the Arbitrator be a person appointed by the Head of the Purchase Office: In the event of his dying, neglecting or refusing to act, or resigning or being to act, for any reason, it shall be lawful for the Head of the purchase Office either to proceed with the reference himself or to appoint another person as Arbitrator in place of the outgoing Arbitrator. Subject as aforesaid, the Arbitration Act, 1940 and the rules there under any statutory modifications thereof for the time being in force shall be deemed to apply to the arbitration proceedings under this clause. The Arbitrary shall have the power to extend with the consent of the Purchaser and contractor the time for making and publishing the award. The venue of Arbitration shall be the place as the purchaser in this absolute discretion may determine. Work under the contract‐shall, if reasonably possible, continue during Arbitration Proceedings. (C) In case order is concluded on the public sector undertakings the following Arbitration Clause will be applicable. In the event of any dispute or difference relating to the inter pretation and application of the provision of the contracts such dispute or differences shall be referred by either party to the Arbitration of one of the Arbitrators in the Department of Public Enterprise to be nominate by the secretary to the Government of India in charge of the Bureau of public Enterprises. The Arbitration Act, 1940 shall not be applicable to the Arbitration under this clause. The award of the Arbitrator shall be binding upon the parties to the dispute, providing, however any party decided by the Law Secretary or the Special Secretary / Additional Secretary when so authorized by the Law Secretary, whose decision shall bind the parties finally and conclusively. The parties to the dispute will share equally the cost of Arbitration as intimated by the Arbitrator. 23. Successful tenderer will have to furnish in the form a bank Guarantee or in any other form as called for by the purchaser towards adequate security for the materials / property provided by the purchaser for the one execution of the contract. 24. PACKING & FORWARDING: The tenderer will be held responsible for the stores being sufficiently and properly packed for transport by rail, road, sea or air, to withstand transit hazards and ensure safe arrival at the destination. The packing and Marking of packages shall be done by and at the expenses of the Contractor. 25. The Purchaser reserves the option to give price preference to the offers from public Sector Units and / or Small scale / Cottage industries / Units over those from other firms, in accordance with the policies of the Government from time to time. 26. The following information/documents are to be furnished online wherever applicable. ¾ Product literature ¾ Core banking account number of SBI ¾ PAN No. in quotation and invoices ¾ Excise Duty, VAT, Service Tax Registration details. 27. SPECIAL CONDITION AGAINST INDIAN AGENTS SUBMITTING QUOTATIONS IN FOREIGN CURRENCY The Tenderer should submit the following documents/information on line while quoting:‐ a) Foreign Principal's proforma invoice indicating the commission payable to the Indian Agent and nature of after sales service to be rendered by the Indian Agent. b) Copy of Agency agreement with the Foreign Principal, precise relationship between them and their mutual interest in the business. c) The enlistment of the Indian Agent with Director‐General of Supplies & Disposals under the Compulsory Registration Scheme of Ministry of Finance. 28. Tenderer must authorize bid opening with in 24 hrs from the time of bid sealing by Department, other wise the bid submitted will not be considered for evaluation 
Download