THE ODISHA SMALL INDUSTRIES CORPORATION LTDadmin.osicltd.in/Siteupdate/TenderFile/Tender... · 1....
Transcript of THE ODISHA SMALL INDUSTRIES CORPORATION LTDadmin.osicltd.in/Siteupdate/TenderFile/Tender... · 1....
THE ODISHA SMALL INDUSTRIES CORPORATION LTD. (A GOVERNMENT OF ODISHA UNDERTAKING)
INDUSTRIAL ESTATE, MADHUPATNA OSIC TOWER, CUTTACK - 753 010, ODISHA
An ISO 9001:2000 PSU of Govt. of Odisha.
e-mail : [email protected] * website : www.osicltd.in
FAX : 0671-2341875, TEL.: 0671-2341204
Bid Notice
Tender Document for the following 3 nos. of works:-
1) Landscaping of Ring Road from Birsa Chowk to Hanuman Vatika Chowk
(Part-I in front of Rourkela Steel Plant Main Gate) under Rourkela Smart City
Limited, Rourkela.
2) Execution of Solar fencing work in Dalijora range of Cuttack Forest Division.
3) Execution of works “Provision of Solar Street Light under Murtuma cluster,
NRuM in Umerkote Block”.
Bidding Document : Not transferable
DATE OF AVAILABILITY OF THE BID : 02.05.2020 at 11.00 AM
LAST DATE / TIME FOR SUBMISSION OF BID : 12.05.2020 up to 4:00 PM
DATE OF OPENING OF TECHNICAL BID DOCUMENT : 13.05.2020 at 3.00 PM
DATE & TIME OF OPENING OF THE FINANCIAL :SHALL BE INTIMATED
BID DOCUMENT SEPARATELY.
PLACE OF OPENING OF BID :OFFICE OF THE MANAGING DIRECTOR,
AND ODISHA SMALL INDUSTRIES
ADDRESS FOR COMMUNICATION CORPORATION LTD., MADHUPATNA,
AND INDUSTRIAL ESTATE, CUTTACK-10
RECEIPT OF BID DOCUMENT FAX: 0671-2341875, TEL.-0671-2341204
OSIC LTD., Phone : 0671- 2341204, 2343084, 2340943
Fax- 00 91 671-2341875 / 9937596205 / 9437451521 / 9937195840
Tender Notice No. 1349 Date: 21/03/2020
TENDER CALL NOTICE
The Managing Director, OSIC Ltd., Cuttack invites tender from MSMEs duly empanelled
with OSIC for execution of works as mentioned below. The bidding agency can bid for all or any no.
of works described herein.
1) Landscaping of Ring Road from Birsa Chowk to Hanuman Vatika Chowk (Part-I in front of
Rourkela Steel Plant Main Gate) under Rourkela Smart City Limited, Rourkela.
2) Execution of Solar fencing work in Dalijora range of Cuttack Forest Division.
3) Execution of works “Provision of Solar Street Light under Murtuma cluster, NRuM in
Umerkote Block”.
Period of availability of tender document : 25.03.2020 to 08.04.2020 up to 4.00 PM
Last date of submission of tender : 08.04.2020 at 4.30 PM
Date of opening of tender : 09.04.2020 at 3.00 PM (If the day is
declared as holiday the tender will be
opened in next working day)
Validity of Tender : 90 Calendar days from the last date of
submission of tender.
The detailed tender call notice can be downloaded from the OSIC website
www.osicltd.in . The tender for the work is to be dropped in the tender box kept in the office
of the MD, OSIC Ltd, Cuttack by the schedule date and time. Authority reserves the right to
accept or reject any or all tenders without assigning any reason thereof or the tendering
process may be cancelled in Toto.
Any corrigendum/ changes/ modifications will appear in OSIC Ltd. website
www.osicltd.in only.
Managing Director
Copy to DGM (Admn.), OSIC Ltd with a request to publish the TCN in any two Odiya. and
one English News Paper (Local Edition). One copy may be pasted in Office Notice Board.
Copy to Manager(MIS) for uploading in website.
Ref. No. 1408 Dt: 30.04.2020
CORRIGENDUM TO TENDER CALL NOTICE NO. 1349 DT: 21.03.2020
Period of availability of tender document : 02.05.2020 to 12.05.2020 up to 4.00 PM
Last date of submission of tender : 12.05.2020 at 4.30 PM
Date of opening of tender : 13.05.2020 at 3.00 PM (If the day is
declared as holiday the tender will be
opened in next working day)
Tender documents for the above said work is to be dropped in the tender box
present in the office of the MD, OSIC Ltd, Cuttack or shall be received by Regd. Post /
speed post / Courier as per the detailed address given below within the schedule date and
time.
Office address :-
Office of the Managing Director The Odisha Small Industries Corporation Ltd., Madhupatna, Industrial Estate, OSIC Tower, Cuttack-753 010, Odisha.
All other terms and conditions shall remain unaltered. Any further corrigendum/ changes/ modifications will appear in OSIC Ltd. website www.osicltd.in only.
Managing Director
Copy to Manager (MIS) for uploading in OSIC website.
SECTION - I
INVITATION
FOR
BIDS (IFB)
THE ODISHA SMALL INDUSTRIES CORPORATION LTD.
(A Government of Odisha Undertaking) MADHUPATNA, OSIC TOWER, CUTTACK-10, ODISHA.
Ph. 2340943, 2343084, Fax-2341875. An ISO 9001:2000 PSU of Government of Odisha.
e-mail : [email protected] * website: www.osicltd.in
FAX: 0671-2341875, TEL.: 0671-2341204
SECTION – I : INVITATION FOR BIDS (IFB)
Sealed Bids in two separate covers (Technical bid and price bid) are invited by the Managing
Director, The Odisha Small Industries Corporation Ltd., (A Government of Odisha Undertaking),
Madhupatna, OSIC Tower, Cuttack-10, Odisha for 3 nos. of work,
1) Landscaping of Ring Road from Birsa Chowk to Hanuman Vatika Chowk (Part-I in
front of Rourkela Steel Plant Main Gate) under Rourkela Smart City Limited, Rourkela.
2) Execution of Solar fencing work in Dalijora range of Cuttack Forest Division.
3) Execution of works “Provision of Solar Street Light under Murtuma cluster, NRuM in
Umerkote Block”.
The Bidders to download the Bid Document directly from the WEBSITE available at
www.osicltd.in. The Bidders should specifically super-scribe, “Downloaded from the WEBSITE” on
the top left corner of the outer envelope containing Technical Bid and Price Bid separately. In case of
any bid amendment and clarification, responsibility lies with the bidders to collect the same from the
website before last date of bid document and the OSIC shall have no responsibility for any delay/
omission on part of the bidders.
Place of opening of bids: Office of the Managing Director
The Odisha Small Industries Corporation Ltd., Madhupatna, Industrial Estate, OSIC Tower, Cuttack-753 010, Odisha.
Address for communication: Managing Director The Oisha Small Industries Corporation Ltd., Madhupatna, Industrial Estate, OSIC Tower, Cuttack-10753 010, Odisha. Fax: 0671-2341875, 2342561, Tel.-0671-2340943
MANAGING DIRECTOR
TENDER CALL NOTICE NO. 1349 Dt. 21.03.2020
1.0 OSIC Ltd., Cuttack invites Tenders from reputed Electrical Contractors with required license,
either in individual capacity or as part of a joint venture / consortium for carrying out various
Electrical and Solar Installation works in the jurisdiction of OSIC. The bidder must fulfill all the
qualification requirements as specified in clause 3.0 stated below.
SECTION-II
GENERAL TERMS
&
CONDITIONS
2.0 Detail technical specifications for the following works :
1. Landscaping of Ring Road from Birsa Chowk to Hanuman Vatika Chowk (Part-I in front of
Rourkela Steel Plant Main Gate) under Rourkela Smart City Limited, Rourkela.
Sl No
ITEM OF THE WORK Quantity
1 Dewatering from pond by engaging 5hp motor pump 1000.000
2 Excavation and removal of slush & muck including debris and garbage
from the bed and slope in water bodies by manual means with all leads
and lifts including rough dressing of the bed and slope, depositing on the
bank and transporting the excavated materials by mechanical means
including loading in to and unloading at the specified dumping yard away
from the work site including hite and running charges of the transport
vehicle & machinary including construction and removal of approach
ramp & haul road for movement of men and machimaries and all other
incidental charges including cost of labour, carriage, cess with all leads,
lift & delifts etc complete as per Specification & direction of engineer
in charge.
1016.80
3 Clearing jungle including uprooting of rank vegetation, grass, brush
wood, trees and saplings of girth upto 30 cm measured at a height of 1 m
above ground level and removal of rubbish upto a distance of 50 m
outside the
periphery of the area cleared.
2542.00
4 Earth work in all kind of soil within 50 m. initial lead and 1.5 m initial lift including ressing & breading clods to omaximum 5cm to 7cm & laying in layers not exceding 0.3 M in depth & as per direction of the Engineer-in-charge.
1349.770
5 Filling available excavated earth (excluding rock) in trenches, plinth, sides of
foundations etc. in layers not exceeding 20cm in depth, consolidating
each deposited layer by ramming and watering, lead up to 5 km and all
lift as per
specification and direction of engineer in charge.
a With available earth within site area 1542.750
b With borrowed earth within a lead of 5km 1542.750
Sl No
ITEM OF THE WORK Quantity
6 Disposal of excavated earth, slush, debrises etc within 5 km
lead conplete 823.820
7 Filling in foundation & plinth with sand watered and ramed
etc complete. 110.300
8 Supplying and spreading of coarse sand & moorum admixtures (1:2) on
finished surface on slopes & bed including labor charges for admixing
including cost, carriage, labour, royality with T & P etc complete as per
direction of engineer in charge
105.00
9 Construction of granular sub-base by providing close
graded granular sub-base Grading-III material as per table 400-1, spreading
in uniform layers with motor grader on prepared surface, mixing by mix in
place method with rotavator at OMC and compacting with vibratory roller to
achieve the desired density complete as per Clause 401 of MoSRT&H
Specifications for Road & Bridge works (5th Revision).
120.000
10 Providing and laying P.C.C(1:4:8) in foundation trench and below
flooring using 40mm gradede crusher broken HG metal, including
compaction, curing including cost of all materials and labours etc
complete as per direction of Engineer-in-large
95.100
11 Providing and laying in position design mix M-20 grade cement concrete
for reinforced cement concrete work, using cement content as per
approved design mix, including pumping of concrete to site of laying but
excluding the cost of centering, shuttering, finishing and reinforcement,
including admixtures in recommended proportions as per IS: 9103 to
accelerate, retard setting of concrete, improve workability without
impairing strength and durability as per direction of Engineer-in- charge.
Footing, Slab, Column,Beam, Chajja
53.50
Sl No
ITEM OF THE WORK Quantity
12 Supplying TMT steel reinforcement bars of grade FE 500 of required
diameters of approved quality including straightening, cutting to size,
bending, and binding the reinforcement,lifting and placing in position as
per design complete including cost of bars , binding wires
18 gauge, including cost of all materials, labour, conveyance, loading
and unloading, taxes, royalties, sundries, tools and plants, etc. complete
as per the direction of the Engineer-in-charge. (linear measurement will
be taken and quantity will be calculated on standard weight for all
heights)
2.800
13 Rigid & smooth centering & shuttering for RCC work
including false works
i. RCC foundation, plinth band and footing bases 120.000
ii. Vertical wall 810.000
14 Providing and laying factory made Cement Concrete paver blocks of 60 mm
thick and M-30 grade of concrete of required strength, thickness &
size/shape, made by table vibratory method , to attain superior smooth
finish using PU or equivalent moulds, laid in required Grey colour & pattern
over 50mm thick compacted bed of coarse sand, compacting and proper
embedding / laying of inter locking paver blocks into the sand bedding layer
through vibratory compaction by using plate vibrator, filling the joints with
sand and cutting of paver blocks as per required size and pattern,
finishing and sweeping extra sand in footpath, parks, lawns, drive ways or
light traffic parking etc.,including cost of all materials, labour, labour cess,
royalties, conveyance, applicable taxes and T&P etc.complete in all
respect as directed by Engineer-in-Charge & specifications
800.000
15 Providing, welding, bolting structural steel such as base plate, angle,
channels, tubes etc errecting, hoisting, fixing in position as per direction
of engineer including required nuts & bolts
26.31
Sl No
ITEM OF THE WORK Quantity
16 Supply of PVC quoted GI chain link fencing of wire
thickness 3mm and fencing opening of 2". 420.000
17 Fixing of welded steel wire fabric fencing with posts of specified material
and of standard design placed and embedded in cement concrete
blocks 45x45x60cm of mix 1:3:6 (1 cement:3 fine sand : 6 graded stone
aggregate 40mm nominal size) every 15th post, last but one end post
and corner post shall be trutted on both sides and end post on one side
only and struts embedded in cement concrete blocks 70x45x50cm of the
same mix, provided with welded steel wire fabric fixed between the
posts fitted and fixed with G.I. staples on wooden plugs or tied to 6 mm
bar nibs with G.I. binding wire (cost of posts, welded steel wire fabric,
painting, earth work in excavation and concrete to be paid for
separately):
420.000
18 Providing and fixing Kota tiles in dados skiring and risers of steps on
12mm thick cement plaster (1:3) joined with neat cement slurry mixed
with pigments to match the shade of the tiles including rubbing and
polishing ceomplete including cost of precast tiles.
40.800
19 Providing and fixing Kot stone tiles in floors treads or steps and landing
on 25mm thick bed of cement mortar 1:1 (1 cement : 1 sand) jointed
with neat cement slury mixed with pigment to match the shades of the
tiles including rubbing and polishing compelte including cost of tiles.
240.000
20 Providing granite flooring in floors treads or steps and landing on 25mm
thick bed of cement mortar 1:1 (1 cement : 1 sand) jointed with neat
cement slury mixed with pigment to match the shades of the tiles
including rubbing and polishing compelete including cost of pre- caste tiles.
8.00
21 Providing granite flooring in dados skiring and risers of steps on 12mm
thick cement plaster (1:3) joined with neat cement slurry mixed with
pigments to match the shade of the tiles including rubbing and polishing
ceomplete including cost of precast tiles.
8.00
Sl No
ITEM OF THE WORK Quantity
20 Brick work with Fly ash bricks 23cm x 11cm x 8cm size with dimensional
tolerance ± 8 percent having crushing strength not less than 75kg/sqcm
in cement mortar (1:6) in foundation and plinth with all lead and lift
including cost, conveyance, royalties, taxes of the material, cost of all
labour, T&P etc., required for the work complete in all respect as
directed by the Engineer-in-Charge.
102.65
21 Brick work with Fly ash bricks 23cm x 11cm x 8cm size with dimensional
tolerance ± 8 percent having crushing strength not less than 75kg/sqcm
in cement mortar (1:6) in super structure with all lead and lift including
cost, conveyance, royalties, taxes of the material, cost of all labour, T&P
etc., required for the work complete in all respect as directed by the
Engineer-in-Charge.
24.02
22 Providing and applying 12 mm thick plaster in cement mortar (1:6) on all
types of surfaces using coarse clean sand including surface preparation,
curing both the coats, roughening the first coat for making key for the
next coat ,bends, pattas, grooves, drip moulds, etc. and all scaffolding,
curing etc., including cost of all materials, labour, labour cess, royalties,
conveyance, applicable taxes and T&P etc.complete in all respect as
directed by Engineer-in-Charge.
270.400
23 Wall painting Two coats with weather coat paint of
approved shade on new work 533.50
24 Supply and spreading of good quality garden soil preferably red
alluvial/sandy loam with texture neither too coarse nor too fine with a fair
degree of water retaining capacity including cost of all materials, labour,
labour cess, royalties, conveyance, applicable taxes and T&P
etc.complete in all respect as directed by Engineer-in-Charge.
1000.000
Sl No
ITEM OF THE WORK Quantity
25 Supplying & spreading of approved good quality cow dung manure well
decomposed garbage free including loading, unloading and delivery at
site with all leads and lifts including cost of all materials, labour, labour
cess, royalties, conveyance, applicable taxes and T&P etc.complete in
all respect as directed by
Engineer-in-Charge.
375.000
26 Supply of broad leafgrass well grown disease free, carpet formed, 2”
thickness including cost of all materials, labour, labour cess, royalties,
conveyance, applicable taxes and T&P etc.complete in all respect as
directed by Engineer-in-Charge.
5000.00
27 Shrubs & Hedges:
Supply and planting well developed tree sapllings below
0.45 hight well branched in polybag 30x20cm of approved mix of
species including cost of all materials, labour, labour cess, royalties,
conveyance, applicable taxes and T&P etc.complete in all respectas
directed by Engineer-in-Charge.
a Jatrofa 100.000
b leucophyllum 100.000
c galphimia glauca 100.000
d tabernaemontana mini 100.000
28 Supply and planting Resonia Regia (3'height) complete
as per direction of engineer in charge. 40.000
29 Supply, fixing and installation of FRP benches with backrest as
approved by engineer including cost of all materials, labour, labour cess,
royalties, conveyance, applicable taxes and T&P etc.complete in all
respect.
10.000
30 Providing, laying Terrainmat 300GSM (Coir Geotextile) including
transportation to site installation complete as per specification and
direction of engineer.
624.000
Sl No
ITEM OF THE WORK Quantity
31 Dismantling of existing structures like walls, masonry, cementconcrete,
Pavement whatever necessary, storing and disposal of dismantling
unsuitable material with all leads and lifts upto 5km and stacking the
usable materials including cost of all materials, labour, labourcess,
royalties, conveyance, applicable taxes and T&P etc. complete in all
respect as directed by Engineer-in-Charge.
a Concrete Work/RCC work 10.000
b Brick Works 10.000
32 Providing and fixing in position self standing dust Bin of approved design
and make of minimum height of (capacity min 80 ltrs made out of in pure
polyester Fiberglass Reinforced Plastic (UV resistant finishing) of 2mm
thk with matt finish including cost of all materials, labour, labour cess,
royalties, conveyance, applicable taxes and T&P etc.complete in all
respect as directed by Engineer-in-Charge.
15.000
33 Supply Installation of floating Venturi Jet Aerators including outdoor type
starter, cable up to 10m length (2.5mm 3 core, copper) as per
specification and direction of engineer
1.000
34 Supply of additional cable as required as per direction
of engineer. 2.5mm 3 core, coppe 100.000
Sl No
ITEM OF THE WORK Quantity
35 Sinking of 200mm / 150mm dia production well through DTH Rig -
Supplying all labour, T&P for drilling a perfectly vertical bore hole of
specified dia for specified depth below GL through consolidated &
unconsolidated rock with combination drilling rig as required to suit the
site conditions including use of own rig with its accessories of 200/150mm
dia PVC/GI/MS pipe for housing fitted with socket & with or without well
screen as per the necessity for the soft, medium, hard & boulder formation.
(PVC/GI/MS casing pipes if required to prevent collapse of over burden is to
be fitted by the contractor including lowering & withdrawing after
completion of tube well). 200mm dia to 400mm dia in over burden portion
including packing of gravel supplied by the contractor
200mm dia bore
150
36 Supplying all labour, T & P for lowering the following size PVC casing
pipe with or without slotted pipes as per the necessity from G.L up to
required depth & fitted & fixed up in perfectly vertical position including
cutting & threading & slotted pipes & supplying & fixing all jointing materials T
& P etc all complete & keeping the top of the casing pipe threaded
including plugging tube wells to prevent entry of foreign materials etc all
complete as per the direction of EIC 200mm dia PVC casing pipe
60
37 Supplying all labour and T & P for cleaning & developing the tube well with
their own compressor continuously worked till clear & adequate
discharge is obtained from the tube well including supply & use of all
necessary equipments & labour charges etc complete.
1
38 Supply of 200mm dia PVC pipe Sch-80 60
Sl No
ITEM OF THE WORK Quantity
39 Submersible Pump set
Supply and delivery at site brand new Kirloskar/ Wilo Mather & Platt/
Grundfos or any other equivalent make as per approval of engineer in
charge of suitable HP deep well submersible pump set suitable for vertical
installation in 150 mm dia borewells comprising of single stage or multistage
CF pump close coupled by means of stainless steel coupling to suitable HP
suitable speed totally enclosed and filled with pure drinking water (wet type)
squirrel cage submersible induction motor suitable for operation on 3Ph,
50 Hz, 380/440 volts AC Supply fitted with required accessories such as
suction, casing, suction strainers, sand guard, non- return valve etc.,
complete. The pump and motor shall form an integral unit with all the
required fittings
PUMP: The submersible pump conforming to the latest IS 8034 (2000)
amended upto date.
The pump shall be submersible bore well type directly coupled to
submersible electric motor with built in anti thrust bearing. The pump set
shall be complete with suction strainer, anti-thrust streamlined non return
valve and submersible type copper conductor cable of suitable size.
5.00
Inlet passage of the suction casing shall be designed reduce entry losses and
strainer shall be provided in suction casing to restrain large solids entering
the pump. For submersible type cables, clamping arrangement and cable
guard shall be provided on pump casing
Each metallic impeller shall be dynamically balanced to Grade G 6.3 of
IS 11723
The pump characteristic shall be non overloading type to ensure trouble
free operation in the entire operating range.
Sl No
ITEM OF THE WORK Quantity
SUBMERSIBLE MOTOR – The submersible motor shall conform to IS
9283. The electric motor shall be single phase squirrel cage, water filled
submersible type.
The motor shall be suitable for operation on 160 to 240V (single phase),
50 Hz electric supply with required RPM capable of delivering the rated
output with
• The terminal voltage differing from its rated value by no more than +6%
and -15%
• The frequency differing from its rated value by not mor than 3% or
•¾Any combination of i) and ii).
Motor shall be capable of running continuously at a B. H. P. (brake horse
power) not less than 10% in excess of that absorbed by pump set under
any operating conditions Starting current for the motor shall be limited to 6
times the full load current.
Motor shall have minimum starting torque of 140% FLT and maximum
starting torque 200% FLT. It shall have 100% FLT during running condition.
Contractor shall submit the motor details including manufacturer’s
guarantee for efficiency and P.F. at full load, no load, 3/4 load, 1/2 load.
Material of Construction
Pump bowl : High graded CI
Impeller : Bronze Gr LTB2 / 20% Glass filled Noryl Diffuser : 20%
Glass filled Noryl
Stage casing : High graded CI Motor casing :
SS 304
Pump shaft : SS 410 Motor shaft : SS
410
Bearing bush : Bronze IS 318 Gr LTB 2,3,4,5 Base : Cast iron
/ Brass
Fasteners : SS 304
Strainers : SS 304
Sl No
ITEM OF THE WORK Quantity
40 Three phase submersible pump controller - Supply, storing at site,
Installation, Testing and Commisioning of cubicle type single phase
submersible pump controller with Incoming MPCB, DOL starter,
contactors and relay to provide ON/OFF operation, overload protection,
auto ON, indications of supply ON/OFF and pump ON/OFF (LED cluster
type), Dual analog meter for voltage and current indication. These
controllers shall be suitable to be wall mounted/surface mounted..
1 No. Triple pole heavy duty flush mounting type MPCB of
Siemens/BCH/L&T/YULE/MEI/GEC/C&S make
1 No. 72mm dia circular type suitably sealed flush mounting moving iron dual
meter for voltage and current indication of AE/UE/MECO/SIMCO make
with three way on and off selector switch.
1 Set of phase indicating lamps, filament type of low watt consumption
provided with series resistant wherever necessary and with translucent
lamp cover SIEMENS/L&T/BCH/YULE/EE make
1 No. indicating lamp for motor 'ON' filament type of low watt
consumption with series resistor wherever necessary and with
translucentlamp cover
SIEMENS/L&T/BCH/YULE/EE make.
1 No Current sensing type single phase preventor-cum- sequence relay
of make L&T/SIEMENS/MINILEC make.
1 No. Push button operated fully automatic air break contactor operated
direct online starter with thermal over load relay of
Siemens/L&T/BCH/MEI/YULE/Crompton Greaves/EE make
Motor Starter (three phase) - Up to 7.5 HP
1
Sl No
ITEM OF THE WORK Quantity
41
Submersible Cable
Supply & delivery, installation with necessary terminations of PVC insulated
Xst copper conductor flat submersible cable 1.1 KV grade conforming to
latest Indian Standard Specification & direction of Engineer in charge
1x3x2.5 sqmm
200
42 Supply, delivery and fixing of brand new suitable size of
brass/gun metal ball valve as per relevant IS specification including all
required fittings.
40mm dia
1
43 Supply, delivery and fixing of brand new suitable size of brass/gun metal
Non Return valve as per relevant IS specification including all required
fittings.
40mm dia
1
44 Supplying all materials, labour and T&P and laying /
hoisting/ fixing to walls or ceiling and floor galvanised mild steel tubes
conforming to( IS.1239 Part-1),the following nominal diameter and fittings
and clamps including making good to the damages including testing as per
specification all complete.
40mm dia
120
45 Supplying all materials, labour and T&P and laying in
trenches, unplasticized PVC pipes conforming to ASTM-D- 1785/89
including required fittings such as adopter (male/female), tee, bend
elbow tapper etc. as required including testing as per specification all
complete for following nominal diameter as per direction of engineer in
charge.
a 50mm dia 200
b 40mm dia 200
e 20mm dia 100
46
Supplying all labour and T&P for fixing Brass Bib cock / Push cock of the
following size as per specification all complete 15mm dia
20
Sl No
ITEM OF THE WORK Quantity
47 upplying all labour and T&P for fixing Brass screw down Stop cock of the
following size as per specification all complete
20mm dia
40
48
Supplying all materials,labour and T&P for laying in trenches unplasticized
PVC pipes confirming to IS:4985:2000)[Class-3] and specials of the following
outside dia. for all classes including jointing with approved solvent
cement by non- heat application method including testing as per
specification and direction of Engineer-in-charge etc. all
complete. 110mm dia
100
49
Supply, installation, testing & commissioning of following 230-
250V lighting fixtures (with suitable controlgear, electronic
controlgear for LED) etc. including necessary accessories,
lamps, wiring connection chain, down drops, supports etc.
a
Post Top Light- 45W IP 65 aluminium spigot
housing LED Post Top. Make- Bajaj cat no BGCP 45W LED WW
or equivalent.
18
b
36W LED Street light lumarie . Bajaj Fixture Model no
BRTFG 36 W LED or equivalent for
Street lighting
6
c
Uplight-31W IP65 Aluminium die-cast with color powder
coating housing with optical lens. Make Ligman cat no-MI-
50383-W-W30 or equivalent.
8
d 12W LED Bulb: Make BAJAJ LED BULB 12W B22
or equivalent. 1
e
3 Mtr pole suitable for post top light fixtures Bajaj Decorative pole
With foundation bolt and all controlling accessories ( DP/MCB
etc.)
Model No. BJPL 01 300
18
Sl No
ITEM OF THE WORK Quantity
50
S/F of BEE 5 star rated 48" Ac ceilling Fan w/o
Regulator of model Usha Ergo 5 star(beige brown/royal
green )/Bajaj Regal star (ivory/white)/Crompton Greaves
Aura
plus(white/titanium)
1
51 Supply and fixing of Electronics step type Modular fan regulator.
(Make-Cona/ Anchor/ Usha/Bajaj)
1
52
Installation, Testing and commissioning of ceiling fan including
wiring the down rod of standard length (up to 30 cm) with 1.5
sq.mm FR PVC insulated single core multistrand copper
conductor including providing and fixing phenolic laminated
sheet cover on the fan box etc. as required
1
53 S/F of 300mm Exhaust Fan of model Usha turbo jet /Bajaj
freshee with louvers i.e safe guard
1
54
Installation, Testing and commissioning of exhaust
fan up to 450 mm sweep in the existing opening including
making the hole to suit the size of the above fan, making good
the damage complete,
connection, etc as required.
1
55
Supply and fixing of 20 amp 240 V SPN industrial type socket
outlet with 2 pole and earth metal encloser plug top along with 20
amp "C" series SP MCB in sheet steel enclosure on surface or in
recess with chained metal cover for the socket outlet and
complete connections, testing and commissioning etc. as required
3
56 Supply and fixing of Modular switch ,Socket , T.V
Socket and Telephone socket etc. (Make- Anchor/Cona/Havess,
Great White)
a 6Amp switch (Modular type ) 2
b 6Amp socket( Modular type) 2
Sl No
ITEM OF THE WORK Quantity
57
Supply and fixing of Modular metal box of
following size (nominal size) on surface/Recess with suitable
size of Modular cover in front including cutting the wall and
making good the same in cases of recessed conduit as
required
(Modular box + cover+ fixing + Labour cess)
a 3 Modulee 1
58
Recessed wiring to light point/Fan point/ Exhaust fan point/Call
bell point with 1.5 sq.mm FR PVC insulated single core
multistrand copper conductor of ISI marked with 20 mm dia non-
metallic PVC flexible conduit with 6Amp, 250V Modular switch ISI
marked and ceiling rose ISI marked mounted on metal box having
front Modular cover of suitable size, metal box with 1.5 sq.mm FR
PVC insulated single core multistrand copper conductor as earth
wire including all accessories and connection.(Make of wire-
L&T/Anchor/Havells/V- Guard/Great White/HPL)
Group-B
2
59
Recessed wiring for light / power plug with 2 x 2.5
sq.mm FR PVC insulated single core multistrand copper
conductor of ISI marked with 20mm dia non- metallic PVC flexible
conduit alongwith 1 x 1.5 sq.mm FR PVC insulated single core
multistrand copper conductor for loop earthing as required. (Make
of wire-Finolex/L&T/Anchor/Havells/V-
Guard/ HPL)
20
60
Recessed wiring for light / power plug with 2 x 4
sq.mm FR PVC insulated single core multistrand copper
conductor of ISI marked with 20mm dia non- metallic PVC flexible
conduit alongwith 1 x 2.5 sq.mm FR PVC insulated single core
multistrand copper conductor for loop earthing as required. (Make
of wire-Finolex/L&T/Anchor/Havells/V- Guard/ HPL)
30
Sl No
ITEM OF THE WORK Quantity
61
Earthing with G.I. earth pipe 3 meter long 40 mm
dia ISI marked including accessories and providing massonary
enclosur with cover plate having locking arrangement and
watering pipe etc with
charcoal and salt as required
8
62
Earthing wih Copper earth plate 600 mm x 600 mm x 3.15 mm
thick ISI marked including accessories and providing massonary
with cover plate having locking arrangement and watering pipe
etc. (but without charcoal and salt as required)
2
63 Extra for using salt and charcoal for G.I. or copper
pipe earth as required 10
64
Supplying and laying 25 mm x 6 mm G.I. earth strip ISI marked at
0.5 meter below ground level as strip earth electode including
soldering etc. as required
40
65 Providing and fixing 25 mm x 5 mm copper strip in
40 mm dia G.I. pipe from earth electrode as required
10
66
Supply, installation, testing & commissioning of8
SWG GI wire for external lighting and motor terminals as
required including inter connection between length at joints, all
fixing accessories saddles clamps etc, and other fixing
hardware material as required for proper installation.
260
67
Supply, testing, tagging, laying and commissioning following sizes
of 1100 Volt grade, XLPE / PVC insulated multistrand Al. / Cu.
Conductor armoured
/ unarmoured cables (As Per IS 1554 & IS 7098) in readymade
RCC trench, in provided DWC pipe, RCC pipe hume pipe, on
provided cable trays / ladders etc. as. required complete with
clamps, hardware for fixing tagging, identification etc.
a 4C x 16 sq mm A2XFY armoured AL Cable 100
b 4Cx10 SQ.MM. Al 2XFY CABLE 240
c 4C x 4 Sq mm 2XFY armoured CU Cable 45
d 4C x 2.5 Sq.mm. 2XFY CU Cable. 80
Sl No
ITEM OF THE WORK Quantity
e 4C x 1.5 Sq.mm. YY CU Cable.( Flexible ) 90
68
Supply and making end termination with brass
compression gland and aluminium logs for following size of PVC
insulated and PVC sheathed
/ XLPE aluminium cable of 1.1kv grade (without
cost of cable ) as required.
a 4C x 16 sq mm 4
b 4Cx10 SQ.MM. Al 2XFY CABLE 24
c 4C x 4 Sq mm 2XFY armoured CU Cable 3
d 4C x 2.5 Sq.mm. 2XFY CU Cable. 12
e 4C x 1.5 Sq.mm. YY CU Cable.( Flexible ) 22
69
Laying of one number of PVC insulated and PVC seathed /
XLPE power cable of 1.1 KV grade of size not exceeding 25
mmsq direct in ground including excavation, sand cushing,
protective covering and refilling the trench etc. as required
465
70
Supply including fitting and fixing of outdoor cable
4 way Polycarbonate Junction Boxes IP 67 & IK08 halogen free
and weather proof for outdoor installation Base with metric
knock-outs and PUR gasket, screws for mounting plate/DIN-rail
and cover with polyamide cover screws. including all
accessories complete as specified and directed by
the Deptt.
a
Junction Box Size with 100x100x75 mm for Cable size
4Cx10sq.mm (main cable), 4Cx2.5 sq.mm & 4Cx4 Sq.mm (tap off
cables) as in the above items. The junction box shall be suitable
for outdoor application with minimum IP65 protection.
4
Page 24 of 35
Sl No
ITEM OF THE WORK Quantity
71
SITC of Providing & laying approved make Double walled
corrugated pipes (DWC) of polyethylene (conforming to IS
16205) with necessary connecting accessories of same material
at required depth for laying of cable. below ground/ road surface
for enclosing cable and back filling the same to make ground as
per original.
100MM
100
72
Supply, Installation, Testing and Commissioning of double door
prefabricated recessed type MCCB/MCB DB with CRCA sheet
fabrication with powder coated body concealed in wall or on
support structure. Steel support fabrication shall be considered
separatly, with appropriate cable termination arrangement.
a Outdoor Type IP 65 Outdoor Lighting Feeder Pillar
as per specification 1
73 Supply, Installation, Testing and Commissioning of LT 1phase
meter as per WESCO specification
1
74
Supply and fixing of 16 amp rating 240 V "B" series miniature
circuit breaker suitable for lighting and other loads of Double Pole
in the GI sheet MCB DB enclosure ISI marked complete with
connections testing and commissioning etc. as required
1
Page 25 of 35
2. Execution of Solar fencing work in Dalijora range of Cuttack Forest Division.
ESTIMATE FOR SOLAR FENCING FOR I KM length with 400 nos. pillar per km Sl. No. Name of the work
1 Earth excavation of foundation in hard soil with initial lead of 50 mtr and lift of 1.5 mtr and finishing the base 400 nos. X 0.45 mtr length X 0.40 mtr depth X 0.25 mtr. Width.
2
Fixing of pillars with 4 cm Hg metals in C.M 1:4:8 Pit size-400 nos. X 0.45 mtr X 0.40 mtr X 0.25 mtr =18.00 Cum Deduct 1/3 of butt of pillars i.e. 6 Cum 18Cum-6 Cum= 12 Cum.
3 Construction of RCC Pillar (1:2:4) cement concrete works of 400 nos. (i) Base of the pillar of size (under ground) 0.35 length X 0.075 m width x 0.2 m height X 400 nos.=2.1 Cum (ii) Pillar above ground of size 400x 1.5 mtr x [ 0.1 mtr + 0.075 mtr. ] X 0.075 mtr= 3.94 Cum 2 Total= 6.04 Cum
4 Cost of rods including cutting, bending & binding of 6.04 Cum X 0.90 quintals M.s rod=5.436 quintals.
5 Contingency including curing, stacking and provision of insulator hooks etc on L.S.
6 Stand wire: 5 steps-1000 X 5= 5000 Rmt 5000 Rmt X 0.375 kg = 1875 Kg = 1875 Kg.
7
Labour for straightening of the stand wire, fixing and clipping with pillars- 50 md per KM.
8 Carriage of RCC pillars and Stand wire from Range Office Campus to work site and cost of loading and unloading With 5 KM distance approximately- 8TLD.
9 one energizer is required for each site with maximum periphery of 3 Km length. Cost of energizer should include GST.
Page 26 of 35
3. Execution of works “Provision of Solar Street Light under Murtuma
cluster, NRuM in Umerkote Block”.
Technical Specification of 24W All in one Solar Street Light :-
Sl.
No.
Technical Specification Description
1 Battery (LiFePO4) Rechargeable 12.8V 30Ah
2 Efficiency > 93%
3 Battery Pack Safety In built with PCM model
4 Solar Charge Controller Capacity 12V, 5 A
5 Low- Voltage Indication YES
6 Charging Indication YES
7
Other Protections
a. Over Charge protection
b. Deep- discharge protection
c. Over current protection
d. Short circuit protection
e. Over voltage protection
8 Temperature -10 to +60 0C
9 Life cycle > 2000 cycle @ C/5 TO 80% OF
INITIAL CAPACITY
10 Compliances standard IEC 62133::2012, BIS
11 Control Maximum power point tracking
(MPPT) based charge controller
with integrated LED driver
12 Dusk to down operation Provided
13 Motion Sensor PIR Sensor
Page 27 of 35
14 Motion Sensor Range > 10 M
15 Light Mounting Height 5 M above ground
16 Humidity range 0 to 95 % (non-condensing)
Solar Panel
Sl.
No.
Technical Specification Description
1 Solar Cell Premium grade Mono Crystalline
Silicon Type
2 Solar Module Power < 40W
3 Compliances standard IEC 61215, IEC 61701, IEC 61730
4 Life Cycle > 20 Years
POLE SPECIFICATION
Sl.
No.
Technical Specification Description
1 Pole Specification 3 MM Thickness & 75 MM Dia 6
Mtr Long G.I. Tubular Pole
2 Warranty on product 5 Years Onsite Warranty
Technical Specification Of LED Luminaries with Fittings
Sl. No. Technical Specification Description
1 Luminarie Wattage 24 W
2 LED Make OSRAM/CREE/PHILIPS/NISIA
3 LED viewing angle 1200
4 Colour Temperature 5700 K ±5 %
5 Luminous Efficiency > 130 lumen/watt
Page 28 of 35
6 Lumen Output >3120 lumen
7 Life Span > 50000 hours
8 Driver In Built DC- DC type
9 Body Aluminium Extruded/PDC Body
10 Protection IP 66 Standards
11 Compliances Standard LM 79, LM 80
3.0 Bidders to be considered as eligible (to bid) should meet the following qualifications;
(a) Bidders to quote the rate of project price separately.
(b) The bidders should submit their Work experience or work order in similar nature of Work. The bidder must be an empanelled unit of OSIC and must have executed at least one no. project/ Work with minimum value of Rs. 20 Lakh under banner/ received work order from OSIC, during last three financial years. (c) The ATO of the bidder in last three financial years.
(d) In addition to above the bidders should submit the following documents as qualifying terms.
i. Self Attested copy of Labour License.
ii. Self Attested copy of EPF & ESI registration.
iii. Self Attested copy of PAN & GSTIN No.
iv. Self Attested copy of valid electrical (MV) license for electrical works.
v. All the tender documents duly signed & sealed in each page as a token of
unconditional acceptance of terms of tender.
(e) OSIC Ltd., Cuttack reserves the right to waive minor deviation, if they do not materially affect the capacity of the bidder to perform the contract.
4.0 SOURCE OF FUNDS:
1. CEO, RSCL, Rourkela is the funding Agency for the work “Landscaping of Ring Road from Birsa Chowk to Hanuman Vatika Chowk (Part-I in front of Rourkela Steel Plant Main Gate) under Rourkela Smart City Limited, Rourkela”.
2. DFO, Cuttack Forest Division is the funding Agency for the work “Execution of Solar fencing
Page 29 of 35
work in Dalijora range of Cuttack Forest Division”.
3. BDO, Umerkote is the funding Agency for Execution of works “Provision of Solar Street Light under Murtuma cluster, NRuM in Umerkote Block
5.0 DISCLAIMER:
5.1 This Document includes statements, which reflect various assumptions, which may or may not be correct.
Each Bidder should conduct its own estimation and analysis and should check the accuracy, reliability and completeness of the information in this Document and obtain independent advice from appropriate sources in their own interest.
5.2 This document and the information contained herein are Strictly Confidential and are for use of only the person (s) to whom it is issued/ downloaded from the website. It may not be copied or distributed by the recipient to third parties (other than in confidence to the recipient’s professional advisors).
6
COST OF BIDDING:
6.1 The Bidder shall bear all costs associated with the preparation and submission of its Bid and OSIC Ltd., Cuttack will in no case be responsible or liable for those costs.
6.2 The Bidder is expected to examine the Bidding Documents, including all Instructions, Forms, Terms and Specifications. Failure to furnish all information required in the Bidding documents or submission of a Bid not substantially responsive to the Bidding Documents in every respect will / may result in the rejection of the Bid.
7.0 AMENDMENT OF BIDDING DOCUMENTS:
7.1 At any time prior to the deadline for submission of Bids, the Owner may, for any reason, whether at its own initiative or in response to a clarification requested by a prospective Bidder, modify the Bidding Documents by way of issuing an corrigendum/addendum.
7.2 The corrigendum/ Addendum shall be part of the Bidding Documents, and it will be notified on the website only. Interested bidders may visit the website www.osicltd.in for detail enquiry.
7.3 In order to afford prospective Bidders reasonable time in which to take the amendment into account in preparing of their Bids, the Owner may, at its discretion, extend the deadline for the submission of Bids.
8.0 LANGUAGE OF BID:
The Bid, prepared by the Bidder, and all correspondence and documents relating to the Bid exchanged by the Bidder and the Owner, shall be written in the English Language. Any printed literature furnished by the Bidder may be written in another Language, provided that the literature is accompanied by an English translation, in which case, for purposes of interpretation of the Bid, the English translation shall govern.
9.0
MODE OF SUBMISSION OF BID:-
Tender shall be received through speed post, registered post, courier or to be dropped in the office tender
Page 30 of 35
10.0
box within scheduled time.
MODIFICATION AND WITHDRAWAL OF BIDS:-
Any corrigendum/ changes/ modifications will appear in OSIC Ltd. website www.osicltd.in only.
11.0 BID PRICE:
11.1 Bidders have to quote for the entire quantum of work covered under this specification strictly as per the enclosed .xls format. The total Bid Price shall also cover all the Contractor’s obligations mentioned in or reasonably to be inferred from the Bidding Documents in respect of Supply, erection, testing, inspection, Transportation to site/stores, all in accordance with the requirement of Tender Documents. The Bidder shall complete the appropriate Price Schedules enclosed in .xls format stating the Taxable value for each item including Packing & forwarding, freight & insurance, loading & unloading charges, GST. Price evaluation shall be carried out on the basis of total value of work including GST.
11.2 In case there is any increase or decrease in the Scope as compared to those mentioned in the IFB, the Contract Price shall be subject to increase proportionately on pro-rata basis.
11.3
Prices quoted by the Bidder shall be “Firm” and not subject to any price adjustment during the performance of the Contract. A Bid submitted with variable Price or an adjustable price clause shall be treated as non-responsive and rejected out rightly.
12.0
VALIDITY. The offer shall be valid for a period not less than 90 days from the date of bid opening (Technical).
13.0 ALTERNATIVE BIDS: Bidders shall submit Bids, which comply with the Tender Documents. Alternative bids shall not be
considered for evaluation.
14.0 PAYING OFFICER:
Owner shall notify the paying officer for the project.
15.0 MATERIALS: All materials required for the execution of work shall be supplied by the Executing Agency as per REC Specification and CES Guideline.
16.0 QUANTITY VARIATION:
Page 31 of 35
Owner reserves the right to increase or decrease the quantity of materials and services specified in the schedule of requirement up to 20% of the tender quantity without any change in price or other terms and conditions. The contractor may conduct a joint survey of the work site together with the Engineer-In-Charge, to derive the actual quantity of work to be undertaken.
17. QUALITY OF WORKMANSHIP: The work should be carried out as per standard of REC specification and CEA guidelines. If any work is found unsatisfactory by “Owner/Executive Engineer-In-Charge/ Any authority Representative of the Owner” of the work, the contractor shall have to dismantle the same and rectify without any extra financial cost.
18.0 Transportation: Transportation of required materials during the execution of work shall be arranged by the contractor at his own cost and this rate is included in the total order price as stated above.
19.0 Accident: The contractor shall be responsible for any accident during execution of the work for this work order for which he has to arrange workmen’s compensation insurance. This policy shall also cover the Contractor against the claims for injury, disability, diseases or death of his or his sub-contractor’s employee’s covered under the workmen’s compensation act, 1948.
20.0 Insurance: The contractor shall arrange adequate Transit-cum-storage-cum-erection policy and shall submit the copy of the same to the Owner.
21.0 Electrical Inspection:- On completion of the work the contractor shall have to arrange inspection by the Electrical Inspectorate authority. Any rectification/modification as suggested by the Electrical Inspector shall have to be rectified by the contractor without any extra.
22.0 Completion Period: The contractor shall have to complete the work within 90 days from the date of awarding of the work order and owner reserves the right to re-schedule the completion period, if required.
Page 32 of 35
1. Price Bid for the work “Landscaping of Ring Road from Birsa Chowk to Hanuman
Vatika Chowk (Part-I in front of Rourkela Steel Plant Main Gate) under Rourkela
Smart City Limited, Rourkela”.
Sl. No. Name of the Work Estimate
Amount
Quoted Amount
1 Landscaping of Ring Road from
Birsa Chowk to Hanuman Vatika
Chowk (Part-I in front of Rourkela
Steel Plant Main Gate) under
Rourkela Smart City Limited,
Rourkela complete.
* Above quoted price should be inclusive of all taxes and duties, OSIC service
charges and other statutory dues charged by Government from time to time. Seal and Signature
Page 33 of 35
2. PRICE BID for the work Execution of Solar fencing work in Dalijora range
of Cuttack Forest Division.
ESTIMATE FOR SOLAR FENCING FOR I KM length with 400 nos. pillar per km Sl. No. Name of the work Amount
1 Earth excavation of foundation in hard soil with initial lead of 50 mtr and lift of 1.5 mtr and finishing the base 400 nos. X 0.45 mtr length X 0.40 mtr depth X 0.25 mtr. Width.
2 Fixing of pillars with 4 cm Hg metals in C.M 1:4:8 Pit size-400 nos. X 0.45 mtr X 0.40 mtr X 0.25 mtr =18.00 Cum Deduct 1/3 of butt of pillars i.e. 6 Cum 18Cum-6 Cum= 12 Cum.
3 Construction of RCC Pillar (1:2:4) cement concrete works of 400 nos. (i) Base of the pillar of size (underground) 0.35 length X 0.075 m width x 0.2 m height X 400 nos.=2.1 Cum (ii) Pillar above ground of size 400x 1.5 mtr x [ 0.1 mtr + 0.075 mtr. ] X 0.075 mtr= 3.94 Cum 2 Total= 6.04 Cum
4 Cost of rods including cutting, bending & binding of 6.04 Cum X 0.90 quintals M.s rod=5.436 quintals.
5 Contingency including curing, stacking and provision of insulator hooks etc on L.S.
6 Stand wire: 5 steps-1000 X 5= 5000 Rmt 5000 Rmt X 0.375 kg = 1875 Kg = 1875 Kg.
7 Labour for straightening of the stand wire, fixing and clipping with pillars- 50 md per KM.
8 Carriage of RCC pillars and Stand wire from Range Office Campus to work site and cost of loading and unloading With 5 KM distance approximately- 8TLD.
9 one energizer is required for each site with maximum periphery of 3 Km length. Cost of energizer should include GST.
Total
* Above quoted price should be inclusive of all taxes and duties, OSIC service
charges and other statutory dues charged by Government from time to time.
Seal and Signature
Page 34 of 35
3. PRICE BID for the work Execution of works “Provision of Solar Street Light
under Murtuma cluster, NRuM in Umerkote Block”.
Supply, installation & Commissioning of All in one Solar Street Light 24 Watt
with 6 Mtr G.I Pole.
Sl.
No. Description Qnty Unit Unit
Cost
Total Amount
(in Rs.)
1
Smart All in one Solar Semi
integrated intelligent system
24W
1
Nos.
2
(6 Mtrs) (6M GI Pole Made out of 3"
G.I Pipe with base plate and top
cap. Pole shall be painted with
Aluminum paint above ground and
black paint on grounding portion)
1
Nos.
3
Concrete Foundation (Suitable
foundation with concrete for
the solar street light
considering the safe soil
bearing capacity at site)
1
Nos.
4
Installation Erection of the Solar street light with the help of Suitable equipment's and labour.
1 Nos.
Grand Total in Rs.
Per Unit
* Above quoted price should be inclusive of all taxes and duties, OSIC service
charges and other statutory dues charged by Government from time to time.
*Maintenance cost for a period of 5 years to be included in the quoted price.
Seal and Signature
Page 35 of 35