P & Fd, Nta, Dum Dum, Kolkata

Total Page:16

File Type:pdf, Size:1020Kb

P & Fd, Nta, Dum Dum, Kolkata

AIR INDIA LIMITED P & FD, NTA, DUM DUM, KOLKATA.

STQ.NO :KOL/PFD/NTA-PUMPROOM(PNEUMATICS)/12 Dated: 27.04.2017

TENDER NOTICE

To, M/s.

.

Sealed Quotations are invited for the following work.

1.Name of Works :Repairs and Renovation of Pump-Room of Pneumatic Complex ( Hi-flow), NTA, Dum Dum, Kolkata - 700 052 .

2. Estimated cost : Rs.2.25 Lakhs.

3. Tender Cost : Rs525/-

4. Completion period: SIX WEEKS .

5. Tender documents will be available in the office of the Asstt. General Manager – P & F, AIL, New Technical Area, Dum Dum, Kolkata Airport, Kolkata – 700052during normal working hours on all working days from 05.05.2017 to 17.05.2017on payment of Tender cost. Completed sealed tender documents will have to bedeposited in the same office on or before 18.05.2017 by 15:00 hrs.. Tenders will beopened on 18.05.2017 at 15:30 hrs. in the office of the Sr.Asstt. General Manager – P & F, Properties & Facilities Department at New Tech. Area, Dum Dum, Kolkata Airport, Kolkata – 700 052 in presence of intending bidders who may wish to bepresent.

6. Earnest Money Deposit :Rs. 4500/-

7. Defects liability period : One year for Civil &Painting works.

(P. K. SHOWNKEEN) Sr.Asstt. G.M.( P & F) Cc.Sr. A.G.M.(P), AIL, ER, NTA – For inf. Pls. You are requested to depute the nominee of RD (E) to our office for opening the tenders on the date and at time as mentioned above.

Cc: A.G.M (Fin), AIL, NTA- For inf. Pls. with a request to accept the tender cost ofRs.525/- from the party mentioned above on production of tender notice issued to them and issue them a tender fee receipt against which we will issue them subject tender document. You are also requested to depute your representative to our office for opening the tenders on the date and time as mentioned above. STQ.NO :KOL/PFD/NTA-PUMPROOM(PNEUMATICS)/12 Dated: 27.04.2017

PROPERTIES & FACILITIES DEPARTMENT

Name of Work :Repairs and Renovation of Pump-Room of Pneumatic Complex ( Hi-flow), NTA, Dum Dum, Kolkata - 700 052

IMPORTANT NOTE

PROCEDURE FOR SUBMITTING OF TENDER

The tender for the subject work shall be submitted in two separate sealed covers. The Tenderers are required to convey in writing in the “ Acceptance Letter” OR “ Regret Letter” which shall be issued in duplicate along with the tender, their unconditionally acceptance to Air India’s Tender Terms & Conditions in its entirety. The tenderers are also required to give an undertaking on “Service tax”. It shall be the responsibility of the Contractor to collect the “Acceptance letter” in duplicate and proforma of “Undertaking on Service tax” from the issuing authority, prior to submission of the tender OR “Regret Letter”

“ Cover No. 1” superscribed “Acceptance of Air India’s Tender Conditions regarding Tender for …..(as per the subject of the tender )…… and bearing on the bottom left corner the name of tenderer, will contain the following

1. Receipt of Ernest Money Deposit/Demand Draft/ bank Guarantee. 2. “Acceptance letter”in duplicate fully completed.

OR

3. “ Regret Letter” on your Company’s letterhead. Format enclosed for ready reference.

COVER NO. 1 SHALL NOT CONTAIN ANY OTHER DOCUMENTS

“Cover NO. 2” to be submitted under separate sealed cover will contain only the Tender document and superscribed …..(as per the subject of the tender…..) and bearing on the bottom left corner the name of the tenderer. STQ.NO :KOL/PFD/NTA-PUMPROOM(PNEUMATICS)/12 Dated: 27.04.2017

COVER NO. 2 SHALL NOT CONTAIN ANY OTHER DOCUMENTS

Both the seal Cover No. 1& 2 shall be properly pinned together and submitted. Tenders will be opened in the presence of any intending tenderers who may which to be present at the time on the date and at the place indicated. Only the sealed Cover No. 1 shall be opened first.

The offer from only those tenderers, who have submitted in Cover No. 1 their letter of Acceptance, conveying their unconditional acceptance of Air India’s standard Conditions of Contract together, with the “ Undertaking on Service tax” and receipt of Ernest Money Deposit shall be considered valid and Cover No. 2 containing the tender quotation for the subject work from such tenderers only shall be opened.

Those tenderers who do not fulfill the above requirements of Cover No. 1 or Cover no. 2 shall be rejected. The offers from those tenderers, who are unable to unconditionally accept Air India Standard Conditions of Contract will also be rejected. PROPERTIES & FACILITIES DEPT. KOLKATA. ACCEPTANCE LETTER

STQ.NO :KOL/PFD/NTA-PUMPROOM(PNEUMATICS)/12 Dated: 27.04.2017

Name of Work :Repairs and Renovation of Pump-Room of Pneumatic Complex ( Hi-flow), NTA, Dum Dum, Kolkata - 700 052 To, TheSr.AGM - P&F Dept., Air India Ltd. Kolkata – 700 052. Sir, We hereby unconditionally accept the tender terms and conditions in its entirety for STQ. NO :KOL/PFD/NTA-PUMPROOM(PNEUMATICS)/12 dated: 27.04.2017 We also confirm that payment of Earnest Money Deposit has been made in the form of DD and receipt of the same is enclosed where applicable.

We understand that if RATES against each item of Schedule of Quantities are not WRITTEN in both FIGURES as well as WORDS, the tender will STAND REJECTED.

Date : ______SIGNATURE OF THE TENDERER WITH RUBBER STAMP

......

PROPERTIES & FACILITIES DEPT. KOLKATA. ACCEPTANCE LETTER

To, The Sr.AGM - P&F Dept., Air India Ltd. Kolkata – 700 052. Sir, We hereby unconditionally accept the tender terms and conditions in its entirety for STQ. NO :KOL/PFD/NTA-PUMPROOM(PNEUMATICS)/12 dated: 27.04.2017

We also confirm that payment of Earnest Money Deposit has been made in the form of DD and receipt of the same is enclosed where applicable. We understand that if RATES against each item of Schedule of Quantities are not WRITTEN in both FIGURES as well as WORDS, the tender will STAND REJECTED. Date : ______SIGNATURE OF THE TENDERER WITH RUBBER STAMP

REGRET LETTER (To be sent under Contractor’s Letter head) To, The Sr.Assr.General Manager, Air India Ltd. Kolkata – 700 052.

Name of Work :Repairs and Renovation of Pump-Room of Pneumatic Complex ( Hi-flow), NTA, Dum Dum, Kolkata - 700 052

STQ.NO :KOL/PFD/NTA-PUMPROOM(PNEUMATICS)/12 Dated: 27.04.2017 Sir, We regret to inform you that we are unable to quote for the subject tender due to the following reason : 1…………………………………………………………………………………… 2. ………………………………………………………………………………….. ______Date: SIGNATURE OF THE TENDERER WITH RUBBER STAMP ...... REGRET LETTER (To be sent under Contractor’s Letter head) To, The Assr.General Manager, Air India Ltd. Kolkata – 700 052. Name of Work :Repairs and Renovation of Pump-Room of Pneumatic Complex ( Hi-flow), NTA, Dum Dum, Kolkata - 700 052 STQ.NO :KOL/PFD/NTA-PUMPROOM(PNEUMATICS)/12 Dated: 27.04.2017 Sir, We regret to inform you that we are unable to quote for the subject tender due to the following reason : 1…………………………………………………………………………………… 2. ………………………………………………………………………………….. ______Date: SIGNATURE OF THE TENDERER WITH RUBBER STAMP

PROPERTIES & FACILITIES DEPARTMENT NEW TECHNICAL AREA, NSCBI AIRPORT, DUM DUM,KOLKATA – 700 052 UNDERTAKING FOR SERVICE TAX (FOR WORKS COSTING UP TO RS. 10 LAKHS ONLY ) Name of Work :Repairs and Renovation of Pump-Room of Pneumatic Complex ( Hi-flow), NTA, Dum Dum, Kolkata - 700 052

STQ.No: KOL/PFD/NTA-PUMPROOM(PNEUMATICS)/12 Dated: 27.04.2017 We, M/s ______,having our official address at ______, are not covered under the Service Tax Rules, as our turnover is not likely to exceed Rs. ______Lakhs. We undertake all the responsibility of Service tax liability of this contract in case we exceed the turnover or gets covered under Service Tax bracket during the execution and completion of this work or any liability of Service Tax imposed on us for the concerned contract. Place : Date : ------SIGNATURE & SEAL OF THE CONTRACTOR UNDERTAKING FOR SERVICE TAX (FOR WORKS COSTING RS. 10 LAKHS & ABOVE ONLY )

Name of Work :Repairs and Renovation of Pump-Room of Pneumatic Complex ( Hi-flow), NTA, Dum Dum, Kolkata - 700 052

STQ.No: KOL/PFD/NTA-PUMPROOM(PNEUMATICS)/12 Dated: 27.04.2017 We, M/s ______,having our official address at ______,hereby confirm that our Service tax Registration No. with Central Board of Excise and Customs is ______. We also confirm that our rates are exclusive of Service tax and we shall claim the applicable Service Tax separately in our Running/Final bills. We also undertake the responsibility of payment of Service tax claimed from AIR-INDIA to the appropriate authorityof Service Tax and keep AIR-INDIA indemnified on this count. OR We, M/s ______having our official address at ______hereby confirm that we will submit our Service Tax Registration No. with Central Board of Excise and Custom to AIR-INDIA before the submission of our 1st R.A. Bill. In case we fail to submit that same, AIR-INDIA may withhold our payment. We also confirm that our rates are exclusive of Service Tax and we shall claim the applicable Service Tax separately in our Running/ Final Bills. We also undertake the responsibility of payment of Service tax claimed from AIR-INDIA to the appropriate authority of Service tax and keep AIR-INDIA indemnified on this count. Place : Date : ------SIGNATURE & SEAL OF THE CONTRACTOR

AIRINDIA LIMITED. PROPERTIES & FACILITIES DEPT. NTA,DUMDUM,KOLKATA. STQ.NO : KOL/PFD/NTA-PUMP ROOM(PNEUMATICS)/ 12 Dated : 27.04.2017

POLCE VERIFICATION OF CONTRACT LABOUR

The Contractors who have been awarded the job through Work Order shall furnish necessary Police Clearance Certificate in respect of character and antecedents of all Contract Labourers engaged by them before commencing the work at site.

This will be a part of Contractual Agreement as entire Airport including Air India Complex has been declared as “Prohibited Area”. All such Contractors who would be awared contracts are required to comply with the above requirements.

Contractors shall obtain such Police Clearance Certificate from Police available against a nominal fee per Certificate and they wil submit this Certificate giving Work Order reference on it, to the Office of the Engineeer In Charge of Properties & Facilities Dept., to be forwarded to our Security Department along with request for issuance of Entry Passes.

...... AIR INDIA LTD PROPERTIES & FACILITIES DEPARTMENT NTA, DUM DUM, KOLKATA. CONTRACT ADMINISTRATION PROFORMA

STQ.No: KOL/PFD/NTA-PUMPROOM(PNEUMATICS)/12 Dated: 27.04.2017

Name of Work :Repairs and Renovation of Pump-Room of Pneumatic Complex ( Hi-flow), NTA, Dum Dum, Kolkata - 700 052

1.. Estimated Cost of Work : Rs. 2.25 lakhs

2. The Tender documents consists of the following: i) Contract Administration Proforma ii) General Conditions of Contract iii) Additional Conditions / Additional Items / Annexure ‘A’ iv) Conditions of Contract ( to be refered on Air India website under Tenders>PFD Manuals) v) Scope of work vi) Schedule of Quantities vii) Declaration

3. The Tenderer is required to pay Earnest Money of Rs.4500/- (Rupees FourThousandand Five HunderedOnly).

[NOTE : EMD is to be paid by DD/PAY ORDERor by CASH payment in Finance Department,at NTA Kolkata between 10.00am to 15.00 hrs on all working days from 5/5/2017 to 17/05/2017, DD/ Pay order for an amount of Rs.4500/-(Rupees four thousand and five hundered only) payable to “AIR INDIA LTD.” at KOLKATA.

4. The completed Tender Documents in Cover No.2, accompanied by Cover No.1 consisting Earnest Money Receipt /DD / Pay Order and the Acceptance Letter& copy of Service Tax Registration Certificate with number or the duly signed undertaking with stamp and signature of the tenderer addressed to the Sr. Asstt. General Manager, Properties & Facilities Dept., Air India Ltd., NTA, DUM DUM should be deposited in the Tender Box kept in NTA Office before 15:00 Hrs. on 18.05.2017

5. Tenders will be opened on the same day at 15.30 Hrs in the office of the Sr.Asstt. General Manager, Properties &Facilities Dept., Air India Ltd., NTA, DUM DUM, Kolkata in the presence of any intending tenderers who may wish to be present.

6 In case the Tenderer does not wish to quote for the work, he may please send a regret letter on the date of opening of the Tender. STQ.NO : KOL/PFD/NTA-PUMP ROOM(PNEUMATICS)/ 12 Dated : 27.04.2017

7. EARNEST MONEY / SECURITY DEPOSIT:

a) Earnest Money Deposit : : Rs 4500/-

b) Additional Security Deposit to be made Within 15 days of date of issue of WO: NIL

c) Retention Percentage from Running / Final Bill : 10%(Including EMD )

d) Total Security Deposit : 10 %

8. Time allowed for the execution of the work: SIX WEEKS 9. DEFECTS LIABILITY PERIOD:

a)CivilRepair& Painting Works : 01(i.eOne) year

10. Minimum value of work to be done between : 1.50Lakhs. Running Account Bills/ Pre final / Final Bill for claiming by the Contractor :

11. Likely period for honouringR.A.bill after Proper submission : 2 to 3 months

12. i) Percentage permitted in Rate Analysis for Extra / Deviated items to cover : 20 % (TWENTY PERCENT) overheads and Profits. ii) For Material supply Items (if any) : 15 % (Over heads & Profit) iii) For Labour supply Items (if any) : 15 % (Over heads & Profit)

SIGNATURE OF Sr.ASST. G.M. (P & F)

SIGNATURE OF TENDERER WITH RUBBER STAMP AIR INDIA LIMITED ,P&FD,NTA,DUM DUM, KOLKATA GENERAL CONDITIONS OF CONTRACT

STQ.No: KOL/PFD/NTA-PUMPROOM(PNEUMATICS)/12 Dated: 27.04.2017

Name of Work :Repairs and Renovation of Pump-Room of Pneumatic Complex ( Hi-flow), NTA, Dum Dum, Kolkata - 700 052

01. Tenderer shall be deemed to have satisfied himself as to the nature of the site, local facilities of access and all material affecting the execution and completion of the work. No extra charges consequent on any understanding in these respects or otherwise will be paid.

02. All rates which should be quoted in figures as well as in words should be inclusive of all charges of all kinds and materials, transportation, labour, taxes, royalties, duties etc. including charges and arrangements for water and electricity. Water and electricity may be made available from Air India Limited in the existing points during working hours for use in the work, in case the same is available., In such eventuality Air India Ltd. Will deduct 1% (one per cent) on corresponding bill amount (i.e0.65% towardswater charges,if water supply repair work is provided by airindia, however 0.35% towards Sewerage charges will be recovered from running as well as prefinal and final bills) and 0.25%.towards Electric charges,if electric connection is provided by airindia& 0.50%Electric- Structural Welding charges if electric connection is provided by airindia)

03. Unless otherwise stated, the work shall be carried out according to the drawings and / or directions issued by the Sr.Asstt. General Manager (P & F). and to the entire approval of the Sr. Asstt. General Manager – ( P& F). Any items where details are lacking will be executed as per discretions of the Sr.Asstt. General Manager – ( P& F). The decision ,of the Sr.Asstt. General Manager – ( P & F) with regard to interpretation and meaning of drawings, schedule of quantities, specifications / certificate of quality of work, interpretation of relevant IS Code and all other matters relating to the contract, will be final and binding on the contractor.

04. Quantities shown in the schedule of quantities are approximate. Actual quantities shall be measured for payment as per standard practice, the contractor shall bear all the cost of measurement of his work. The tenderer will not be entitled to any extra payment due to any variation of tender quantity, nor be entitled to any claim due to exclusion of any tender items, for which he quoted. STQ.NO : KOL/PFD/NTA-PUMP ROOM(PNEUMATICS)/ 12 Dated : 27.04.2017

05. Each tenderer should deposit in Cash ./ Bank Draft the stipulated earnest money with accounts department of Air India Limited and the duplicate receipts thereof should be attached with the tender. Tenderer should retain the original receipt which will have to be surrendered at the time of refund of earnest money. The earnest money of unsuccessful tenderers will normally be refunded to them within 30 (thirty) days after opening tenders or on award of work to the L1 Party ,which ever is later . The earnest money of successful tenderer will be retained towards security deposit.

06. The successful tenderer will be liable to rectify any defects arising out during the defects liability period of One year following the date of successful completion of the work. TheSr.Asstt. General Manager Properties& Facilities Department reserves the right to forfeit security deposit in whole or part and get the defects rectified through any other agency at the cost and risk of the successful tenderer, if he fails to rectify the defective items.

07. If the Contractor fails to complete the work on the stipulated date of completion, except for reasons beyond his control for which the Sr.Asstt. General Manager –( P& F)., may grant necessary extension of time at his discretion, he shall be liable to pay a penalty equal to one percent per week of the contract value of the work for 10 (ten) weeks after which his earnest money and security deposit will be forfeited and the work will be got done departmentally or through any other agency at the risk and cost of the contractor.

08. In case the performance of the contractor is found to be unsatisfactory, the contract will be terminated by AI Ltd., giving one month’s notice to the contractor. The contractor will however complete all works which is entrusted with till the notice of termination is served on him.

09. Air India Ltd. reserves the right to reduce the scope of work and delete any item / items from the tender.

10. The rate of the additional items not originally included in the tender will be derived as under : (a) From similar items in the tender.or (b) Taking some items from any other tender, which is current.or (c) From Ist principal, i.e. calculating the cost of materials,labour elements Plus 20% (Twenty percent) as overhead and profits. STQ.NO : KOL/PFD/NTA-PUMP ROOM(PNEUMATICS)/ 12 Dated : 27.04.2017

11. On account payment will be made to the contractor as stipulated against that completed portion of work for which he submits his bills after carrying out joint measurement and provided that the same is approved by the Sr.Asstt. General Manager – ( P& F).

12 All the rules in respect of labour regulations, minimum wages, insurance and welfare including the safety code as in force should be binding to the contractor and shall be responsible for any default thereof. The insurance coverage for the workers shall be submitted to the department within 15 days from the date of work order.

13. Contractor shall deploy full time qualified supervisors for the supervision of works required to be carried out by him.

14. The contractor will carry out the work in stages where required to cause minimum disturbances to the running of various workshops, sections / office. The contractor shall also be bound to carry out work, if necessary, after normal working hours of shops, offices etc. being allowed at various locations when the work is required to be executed and on Sundays/ Holidays after obtaining necessary permission from the department. He shall be responsible for any damage to the equipment and structures, injury to the personnel ,in the sections / workshops during the progress of work and he will be liable to pay such compensation as may be decided by the Sr.Asstt. General Manager – ( P& F). in respect of damage / injuries.

15 Air India Ltd., will not supply any materials whatsoever for the work.

16. The offer is to be kept open for acceptance by Air India Ltd., for 90 days from the last date of opening of the tender.

17. Air India Ltd., reserves the right to reject any or all the tenders without assigning any reason.

18. * On commissioning of the tube well, the contractor should have furnished the detail drawing of tube well showing the different strata and pipe connections and other details as may be asked to submit.

* THIS CLAUSE IS APPLICABLE ONLY TO TUBE WELL CONTRACTOR. STQ.NO : KOL/PFD/NTA-PUMP ROOM(PNEUMATICS)/ 12 Dated : 27.04.2017

19. Price escalation will not be allowed (whatever may be the reason).

20. No extra payment for site cleaning which includes removal of debris from the site as directed. The final payment will be released only after proper cleaning the site.

21. To carry out the entrusted job within the ‘protected areas’ at Kolkata Airport / AI ltd. Premises. Contractor(s) shall have to arrange entry permits for their men and materials etc., from the competent authority of AI Ltd. / AAI / BCAS at their own cost. In this regard contractor shall apply for his / their supervisors and workmen of different categories individually in prescribed form, be received from the Security Office of AI Ltd., along with recent passport size photograph and Police Verification Report.

22. Contractor should provide necessary godown for storage of their materials, equipments etc., at their own cost. Department will not take any responsibility for any loss or damage to the materials and equipments of the contractor.

23. The tenderer / contractor should obtain the requisite approval from AAI and BCAS, Govt. Of India before commencement of the work, as it has been made mandatory for any Ground Handling Agency carrying out functions in the restricted areas of Indian Airports.

24. The service provider shall ensure that all the safety and security regulations of AI Ltd., BCAS, AAI or any other agency associated with airports activities are strictly adhered to and complied with by personnel deployed.

25. Any violation of security regulations and indulging in illegal activities by his personnel will be at the cost / risk of service provider.

26. The service provider should ensure verification of character and antecedents of his personnel by Police before deployment, since AI Ltd., is ‘protectedindustry’ and Airport is ‘protected area’. Every employee’s photograph, copy of Police Verification of character and antecedents and contractor’s undertaking to be furnished to Security Department. STQ.NO : KOL/PFD/NTA-PUMP ROOM(PNEUMATICS)/ 12 Dated : 27.04.2017

27. The service provider shall provide at his own cost proper uniforms with high visibility jackets (approved by AI Ltd.) for the personnel deployed. While working in restricted premises.

28. On award of contract, the tenderer / contractor will arrange entry passes for his personnel at their own cost from BCAS.

29. Personnel so deployed must be in possession of photo identity cards provided by the service provider under his signatures, company’s name and seal apart from PIC issued by BCAS for airport entry to be shown if and when demanded by AI Ltd. officials.

30. The contractor shall have a system to issue / retrieve AEP to / from their employees while they report / leave the AI Ltd. / Airport premises, so as to ensure that their employees are not misusing the AEP.

31. The contractor shall have a system to surrender the expired / lapsed / terminated employees AEP to the issuing authority.

32. Any lapse noticed on the part of contractor or contractor’s employee’s involvement in theft / pilferage / malpractices shall be inquired into by AI Ltd. Security / other officials and suitable action including legal proceedings initiated for breach of contractual liability and also it will attract penal as per provisions of law.

33. The contractor shall take responsibility for good conduct of his / her employees in AI Ltd., premises / airport. If any of the contractor’s employee is involved in any theft / pilferage of property of AI Ltd. AI Ltd. Passenger / passenger baggage / cargo consignments / AI Ltd., property also in their working areas as assigned by AI Ltd., reserves the right to impose penalty on the contractor apart from the legal provisions. STQ.NO : KOL/PFD/NTA-PUMP ROOM(PNEUMATICS)/ 12 Dated : 27.04.2017

34. TESTING OF MATERIALS Approval of all materials related to the works to be taken by the contractor before use from E-I-C. If necessary, the contractor will carry out test of materials be used for works in a laboratory / institution recommended by the employer. If the test result shows that any of the materials does not comply with the norms of acceptance / criteria of specification and relevant IS code / CPWD, the contractor shall be responsible for replacement of the defective materials and / or construction. The necessary cost of all such sampling, testing has to be borne by the contractor. In case of cement concrete, if required, the test will be carried out for minimum executed quantity exceeding 5 Cum.

Accepted For & On behalf of Sign with seal of Contractor AIR INDIA Limited, Eastern Region, Kolkata. AIR INDIA LIMITED ,P&FD, NTA,DUM DUM, KOLKATA

STQ.No: KOL/PFD/NTA-PUMPROOM(PNEUMATICS)/12 Dated: 27.04.2017 Name of Work :Repairs and Renovation of Pump-Room of Pneumatic Complex ( Hi-flow), NTA, Dum Dum, Kolkata - 700 052 ADDITIONAL CONDITIONS 1. SERVICE TAX: a) It is mandatory for all the contractors (who are covered and entitled under Service Tax Rules) to have Service Tax Registration No., failing which tenders may not be issued to them. b) Those who are not falling in Service Tax criteria as per their yearly turn over, shall give an undertaking as per attached sheet and shall owe all responsibility of Service Tax arises, if any, in future. THE UNDERTAKING AS PER ATTACHED SHEET MUST ACCOMPANY IN COVER NO.1 ALONGWITH UNCONDITIONAL ACCEPTANCE, OTHERWISE TENDER SHALL BE REJECTED. c) Service tax shall be calculated and shown separately in their bills /invoices, while claiming Service tax. It shall be shown in all bills whether Running or Final. d) All the bills / invoices shall have service tax registration nos. printed or stamped. 2. EARNEST MONEY DEPOSIT: As per the Contract Administration Proforma. 3. POLICE VERIFICATION: The Contractors who have been awarded the job through Work Order shall furnish necessary Police Clearance Certificate in respect of character and antecedents of all Contract Labourers engaged by them, before commencing the work at site. The contractor shall adhere to the rules, regulations and instructions of Security Department of Air India Ltd. This will be a part of Contractual Agreement, as entire Airport including Air India Complex has been declared as “Prohibited Area”. All such Contractors who would be awarded contracts are required to comply with the above requirements. Contractors shall obtain such Police Clearance Certificate from Police available against a nominal fee per Certificate and they will submit this Certificate giving Work Order reference on it, to the Office of the Engineer In Charge of Properties & Facilities Dept., to be forwarded to our Security Department along with request for issuance of Entry Passes. STQ.No: :KOL/PFD/NTA-PUMPROOM(PNEUMATICS)/12 Dated: 27.04.2017

ADDITIONAL CONDITIONS 4. Following amendment is to be added to the Conditions of Contract after Para 20.7.0 Page No. 15: 20-8-0 It shall be the Contractors obligation to comply with all applicable statutory requirements including in particular relating to minimum wages and the dearness allowance and emoluments payable to the employees. It shall be the Contractor’s responsibility to furnish each month to Air India due compliance of all statutory requirements. 20-9-0 In the event of Air India incurring any liability by reason of any lapse and / or omission on the part of the Contractor, the Contractor shall, from time to time, and at all times, indemnify and keep indemnified Air India against all such liability including the cost thereof on Attorney and client basis.

5. Our General Conditions of Contract and Specifications Volumes - I, II & III are both applicable. The same are available in Administrative Section of PFD and can be refered, if required

6. QUOTATIONER SHOULD QUOTE THEIR PERCENTAGES, ABOVE OR BELOW OVER THE RATES IN S.O.R AND FOR REBATE OFFERED IN FIGURES AS WELL AS IN WORDS. IF THE RATES ARE NOT QUOTED IN WORDS IN ADDITION TO FIGURES, SUCH TENDERS WILL BE REJECTED. INCOMPLETE QUOTATION IN ANY FORM SHALL BE REJECTED. In case of Term Contracts, the percentage variation quoted by the contractors on the basis of AI Standard Schedule of rates should be quoted in figures as well as words. The quotation where percentage variation is not written in wards will be liable to be rejected.

7. PERFORMANCE GUARANTEE & RETENTION OF SECURITY DEPOSIT As per Conditions of Contract, page No.7, Clause No.9.0.0 Security Deposit amounting to 10% of the completed contract value is retained with the department for the period of Defects Liability Period, which is normally 06 months from the date of completion of the work. In case of waterproofing work specific provisions as contained in Specifications Booklet Vol.I, Page No.43, Clause No.2.0 stipulate the Security Deposit amounting to 10% of the value of the work shall be retained with the department for three years in case of bitumen tar felt water proofing and five years in case of cement based waterproofing treatment. STQ.No: :KOL/PFD/NTA-PUMPROOM(PNEUMATICS)/12 Dated: 27.04.2017 ADDITIONAL CONDITIONS

8. AMENDMENT TO PRICE ADJUSTMENT CLAUSE IN CONDITIONS OF CONTRACT BOOKLET

a) As per AI’s web site. b) In case of Terms Contracts price variation clause will not be applicable.

9. PURCHASE PREFERENCE POLICY FOR PSE ‘’ Preference shall be given for Products & Services offered by Public Sector Enterprises’’ as per prevailing orders of Govt. of India.

10. CONTRACTOR’S ALL RISK POLICY As per the site conditions, the Engineer-in-charge will decide whether the CAR Policyis required for the subject work.

11. Intending Tenderers are advised in their own interest to visit the site of work and familiarise themselves with the site conditions before submitting their quotations.

12. The Contractor will not be entitled for any compensation due to enactment of any law regulation, etc. on account whether the same is/are enforced by state central Govt. during the tenure of the contract. Any other Tax like Sales Tax on works contract, Tax of levy, octori, excise duty etc. on materials or any elements in respect of this contract shall be payable by the contractor and Air India will not entertain any claims whatsoever in this respect. The contractor’s rates should cater for the same. STQ.No::KOL/PFD/NTA-PUMPROOM(PNEUMATICS)/12 Dated: 27.04.2017

ADDITIONAL CONDITIONS

13. E-Mail ID and Mobile Phone Number : It is mandatory on part of the contractor to inform E-Mail ID and mobile phone number of his / their firm or of any authorised representative of his / their firm for effective communication while contract is on. This E-Mail ID and mobile phone number shall be submitted latest by date of award of contract.

14. Rates for all items must cover the cost of all appropriate materials, labour, machinery, scaffolding, tools and plants and all appliances what so ever necessary for the complete execution of the work.

15. Mobilisation advance shall not be paid by Air India Ltd. on any account.

16. Various work permits as applicable for the job with reference of safety precautions will have to be obtained from regulatory sections of Air India before starting of the various works.

17. Every activity in connection with the subject work shall be carried out necessarily with the prior permission of EIC or his representatives.

18. Before commencement of work, contractors are required to fill up and get approval of “work permit” for working at height from competent authorities in daily basis. This is mandatory requirement when workers are working at height more than 5 feet from floor level. 19. Contractors are required to procure adequate numbers of safety harness, helmets etc. duly approved by EIC before commencement of work at his own cost. 20. It should be distinctly understood that Air India reserves the right to split the tender among different characters as it may desire or issue ‘Fractional Work Orders’ to any other Contractors. If you could not progress the work as desired by Air India and no objection to this procedure shall be raised by you or any claim for compensation be raised because of such procedure.

21. Debris to be dumped at designated places only, at the end of the day’s work. You will not be allowed to dump near the work in progress. If you will not be able to remove the debris within 7 days out of Air India premises, same will be carried out by Air India at your risk and cost. The amount will be ecovered from your bill towards the expenses incurred by Air India to do the same.

STQ.No: :KOL/PFD/NTA-PUMPROOM(PNEUMATICS)/12 Dated: 27.04.2017

ADDITIONAL CONDITIONS

22. Contractors may please note, that in case of deviation in the item or use of materials other than specified under instructions of EIC (Allowed due to non- availability or otherwise) same shall be dealt in rates as under: “Difference in the cost of materials specified and actually used including taxes plus 20% overhead & profits (on the difference in cost of materials) shall be deducted from quoted rates in case of used material cost is lower than specified or paid extra in case of cost of materials are on higher side than specified as the case may be”.

23. The labour cost if extra or on lower side, shall be dealt similarly. . Description given in the attached Schedule of Quantities are only generally indicative of the type of work intended to be executed. Likewise, the quantities given in the Schedule should not be considered to be precise and are meant merely as a guide to the tenderers and are liable to vary according to the exigencies of work. It must be clearly understood that the Contractors before quoting, have fully acquainted themselves with the intend of: 1) Contract Administration Proforma 2) General Conditions of Contract 3) Additional Conditions 4) Conditions of Contract (to be referred to on our web site under Tenders> PFD Manuals) 5) Scope of work 6) Schedule of Quantities 7) Declaration. 24. Municipal Sewerages Charges/water charges-The bifurcation of total water + sewerage charges amounting to 1% of the tender cost, as specified in General conditions of contract, will be the proportion of .65 and .35.

25. The rates quoted by the contractor for Demolition, Dismantling & Misc. Building Repair Work is inclusive of providing and erecting scaffolding for the same. STQ.No: :KOL/PFD/NTA-PUMPROOM(PNEUMATICS)/12 Dated: 27.04.2017

ADDITIONAL CONDITIONS

26. Air India Ltd reserves to itself the right to accept or reject any tender either in part or in whole without assigning any reason for doing so and does not bind itself to accept the lowest or any tender.

**************

I/we here by declare that I/we have read an understand the additional conditions and here by agree to abide by them.

DATE:

PLACE:

------SIGNATURE OF TENDERER WITH THE RUBBER STAMP STQ.No: :KOL/PFD/NTA-PUMPROOM(PNEUMATICS)/12 Dated: 27.04.2017

SCOPE OF WORK Name of Work :Repairs and Renovation of Pump-Room of Pneumatic Complex (Hi-flow), NTA, Dum Dum, Kolkata - 700 052

The Scope of workcoverd in the subject work is as under :

1. Removal carefully of existing loose plaster of any type, size, thickness and built in any mortar from walls, ceilings, finschajjas etc. including carrying away debrise.

2. Removing carefully existing corroded, broken, M.S / wooden doors, windows, ventilators with or with outfram/grills & stacking at places as directed by EIC.

3. Providing and applying polymer modified mortar by using polymer from M/s. Pidilite or M/s. Fosrock or M/s. M.C.Bosmic or M/s. Sunandaspecility coatings or M/s. Sikka in P.M.M 1:5:15 (I.e. One part of Polymer : 5 part of Cement : 15 part of fine & course dquartz / River sand) by height are Dilapidate, R.C.C members likeslabs, beams, chajjas find including providing & applying a coat of Passivator/ Rusticide / Rusto clean to the expond surfaces of Reinforcement bars and alloowing if to day for 24 hours. Providing and applying band coat by mixing polymer with Cement in the Ratio (1:1) by weight & applying over the full area of dilapidated concrete to be treated with P.M.M & P/A PMM (1:5:5) over dilapidated R.C.C surfaces do as to cover Reinforcement bar by 10 mm or morfe thickness is layers all as directed by EIC or as per manufacturer specifications.

4. Providing &Constructing half brick thick wall for fins, repairs to partition walls, projection ledges, facades, parapets in C.P (1:5) in patch area where ever required all as directed by EIC.

5. Providing & laying 50 mm thick Cement Concrete floor in C.C ( 1:2:4) and finished with 15 mm thickHardonite / Ironite Metallic flooring (Total 50+15 = 65 meter) for full floor area of pump room all as specified by EIC.

6. Providing and applying internal Cement plaster in Cement mortar (1:4) i.e. One part of Cement and four part of fine sand) to ceilings at 6mm to 10 mm thick) and to walls’s(at about12 to 15 mm thick) and finishing smoorth with Neero of Pump room including forming groves at junctions of Beam, walls, at around window, doors, ventilators, skiting lands all as directed by E.I.C.

7. Providing & applying external sand faced plaster in two coats for external walls, fins, chajjas, facades, parapet walls in two coats i.e. base backing coat in C.M(1:4) minimum 12 to 15 mm thick mixed with water proofing agent @2% by weight including recking out of joints removal of all vegitationgrease, dust from walls before application of plaster and subsequently finishing with a sand faced layer of 6 mm to 10 mm thick to Cement mortar (1:3) in proper line, level & plumb including forming grooves, bands, vattas and curing for a minimum of 3 days for backing coat &for seven days for finishing coat of plaster all as directed by EIC.

8. Providing & applying first quality internal wall primer and two or more coats of OBD of ICI Dulux, or Asian paints or Nerolac paints of approved shade &colour in two or more colour shades including applying uniformly to get smooth & even finish including filling up undulation, holes, depressions etc with Brila putty or wall putty or equivalent water proof putty including providing each coat of primer & paint with minimum gap of One to three days for proper drying of each coats of paints / primer.

9. Providing & applying First quality S.E.P of ICI Dulux or Asian paints or Nerolac paints internal external walls of pump room in two or more coats of approved colour& shade spread uniformly without any colour variation to get a smooth and uniform finish including preparation of surfaced by filling up undulations all as directed by EIC.

10. Providing & applying external a coat of primer & two or more coats for 1st quality water proof syntheticAcrylic Emulsion paints of ICI Dulux or Asian pants or Nerolac paints in two or more colour shades over external walls, fins, chajjas projections, parapets walls of pump room including preparation of surfaces by wire brushing the external surfaces to be treated with external paint, cleaning, rinsing with water before application of primer, filling up all undulation, cracks, holes, in externalsurfaces with Birla water proof putty before application of 1st& 2nd or more coats of external Acrylic Emulsion paint, uniformly spread and applied uniformly all over the external surface of walls, pipes etcwith out any brush marks etc. curing of the painted surfaces all as directed by EIC.

11. Providing & laying, C.C. (1:2:4) over roof of pump room laid in proper line level & slopes as a bedding layer for water proofing including mixing water proofing agent at 2% by weight of Cement and finishing with 40 mm thick I.P.S topping in C.C (1:2:4) mixed with water proofing agent as specified by manufacturer, laid to proper line, level & slopes including forming roundings around rain water pipes, including curing the bed concrete for a minimum of 7 days & I.P.S topping by ponding for aminimum of 7 days by blocking all rain water pipes all as directed by E.I.C.

12. Surface dressing of areas, adjacent to external walls of pump room for proposed plinth protection all around perimeter of Pump room, 1 meter in width&for path way ofrequired length and width including providing and laying 75 mm thick flat brick soling using picked / jhamma brick incluing filling the interstices /gaps/ joints in soling with and laid in proper line, level & slopes required if any dressing ramming the bricks curing and subsequently providing & laying 150 mm thick / 100mm thick C.C (1:2:4) plinth protection & for path way laid in proper slopes, line & level & roughing the top surface with wire brushes including wooden /M.S chanels in shuttering form work consolidating & compacting the concrete with vibrator, 16 mm dia rods as to get rid off all voids in concreate, including curing for a minimum of 14 days (i.e. two weeks) all as directed by EIC.

13. Providing & fixing 110 m dia P.V.C rain water pipes of “Prince” or Oriplast” or equivalent approved make confirming to I.S. 13592 including all fittings & fixture like, bends, tees, shoes including jointing at collars of pipes & fixing with Rubber ring and Rubberised solvent solution to as to get leak proof joints & fixed to walls with GI/ MS clamps of required size and fixed with nut bolts / cement nails at all collars of pipes & fittings.

14. Providing & laying 22 mm to 25 mm thick cement chequard tiles of 250 mm x 250 mm or 300 mm x 300 mm of approved colour, shade & designs for pathways laid over 20 mm the bedding course in Cement Mortar (1:3) and set in neat cement slurry and laying the tiles in proper line, level & slopes and filling the joints with matching colour pigments, Hand polishing, curing all as directed by EIC.

15. Providing & fixing Aluminiumin doors, windows, ventilators in frames & shutter as per approved drawings & designs or as per standard details of PFD, Air India using Aluminium section for “Indal” “Jindal” or equivalent approved make confirming to relevant IS codes including fixing the panel with glass or Nova pan board (to be paid under respective item) including providing & fixing triangular shaped aluminium beading / “U” shaped beadings, rubber linning all around perimeter of glass panes including providing & fixing all aluminium fittings & fixtures like Aldrop, Tower bolts, sliding bolts, D-Handles, or aluminium flat handles all as direcect by EIC etc. complete.

16. Providing & fixing exterior grades 12 mm thick both side pre liminated Nova pan particle board in panels of aluminium doors, windows, ventilators of “Nova pan” or “Green lam” or “century” make including cutting to requiire size and fixing in single piece in panels including providing & fixing traingular shaped alumumum beading all around the perimeter of panel on both sides ( to be measured & paid separately in aluminium items)all as directed by EIC.

17. Providing & fixing HYSD steel bar reinforcement bars confirming to relevant IS code of Fe 415/500 grade of steel, including cutting, bending, binding with M.S anealed wire as per drawing &designs provided by EIC for pre cast R.C.C cover blocks & for any other R.C.C members as directed by EIC including all wastages, providing Hooks made out bars for cover blocks all as directed by EIC.

18. Providing & casting R.C.C 1:2:4 in precast R.C.C. Cover blocks of approved size & shapes as per drawings & designs prepared by EIC including placing reinforcement bars of required as per drawings & designs, providing Hooks, including consolidating, compacting with vibrator, tamping rods so as to get void free dense concrete including M.S form work / shuttering for casting of blocks, curing for minimum two weeks, lifting & placing blocks over trenches inside pump rooms all as directed by Engineer in charge.

______SIGNATURE OF TENDERER WITH RUBBER STAMP AIR INDIA LIMITED PROPERTIES & FACILITIES DEPARTMENT, NEW TECHNICAL AREA, DUM DUM, KOLKATA - 700 052. STQ. NO : KOL/PFD/NTA-PUMP ROOM(PNEUMATICS)/ 12 Dated : 27.04.2017 Name of Work : Repairs and Renovation of Pump-Room of Pneumatic Complex ( Hi-flow), opposite Medical at NTA, Dum Dum, Kolkata - 700 052 Schedule of Quantities

SL. Description of Items. QTY. RATE AMOU NO NT . (RS.) At(Rs.) Per 1 Carrying out structural repairs to dilapidated R.C.C Columns,beams, slab soffits, top of chajjas, boxes, fins, any projection etc. comprising of the following :

(a) Cleaning of rainforcement bars mechanically, by wire brushing light tapping to remove loose scales & later washing/rinsing with water and applying a coat of passivator/Rusticide/Rusto clean to the exposed surfaces of reinforcement bars.

(b) Providing & Applying bond coat by mixing polymers : Cement in the ratio (1 : 1) by volume and applying a bond coat over the entire area to be treated with polymer modified motar coverage.

(c) Providing & Applying polymer modified mortar in the ratio 1 : 5 : 15(i.e. 1 part of polymer : 5 parts of Cement : 15 parts of quartz / River sand) to be mixed by weighing or as per manufacturers specifications building up zones of concrete upto 10 mm or more thickness as required over reinforcement bars/dilapated concrete surfaces,as cover including curing, all as per manufacturers specification and all as directed by EIC or his authorised representative. NOTE :i) The polymer to be used shall be of M/s. Pidilite Industries/M/s.Fosroc Chemicals/M/s. M.C.Bosmi/M/s. Sunanda Speciality coatings/M/s. Sikka as approved by EIC. ii) The contractors shall procure polymer from authorised dealers only & shall submit proper original invoices /bills for verification of the material procured at site and maintain record for daily consumptions of materials which will be jointly recorded/signed and maintained at site MODE OF MEASUREMENT : Actual weight of polymer as consumed in Bond coat & for PMM work and jointly recorded shall be measured and paid for.

50.00 Kgs Quote Rate in Words : Rupees 2 Removing carefully existing Internal, External plaster built in any mortar, Cement mortar mix and of any thickness from Internal, external surfaces of walls, columns, beams, pillars, parapet Bundwalls, chajjas, fins ,lintels etc at any heights and any levels including scaffolding racking out joints in brick masonry, cleaning the surface thoroughly with water including removal of all debris outside Air India Ltd premises all as directed by Engineer-in-charge or his authorised representative etc. complete. 108.00 Sqm Quote Rate in Words : Rupees 3 Removing carefully existing M.S/ wooden doors, windows (with or without grills) Ventilators etc along with frames of any size, shape, type and section and at all levels along with its all fittings and fixtures including scaffolding, transporting and handing over and stacking the same at places as directed by Engineer incharge or his authorised representative etc. complete. 3.00 Nos Quote Rate in Words : Rupees

4 Providing and constructing half brick thick masonry walls using 2nd class bricks for partition walls, projections, Ledges, Curtain walls, facades, parapet etc.at all levels and in any shape in Cement Mortar (1:5) including scaffolding, racking out joints, curing all as directed by Engineer in-charge or his authorised representative etc. complete. 1.00 Sqm. Quote Rate in Words : Rupees 5 Providing and Laying 50 mm thick plain Cement Concrete floor in P.C.C (1:2:4) one part of Cement : 2 parts of coarse/fine Sand : 4 parts of stone aggregate 20 mm normal size and down graded stone agregate laid in alternate bags / panels and top layer finished with 12 mm to 15 mm thick Metalic floor hardener/Ironite ( over all thickness 50mm + 15mm = 65mm), in proportion 4 parts of cement : 1 part of hardener : 2 parts of stone grit 6 mm and down aggregate and laid integrally over the green Concrete i.e. before setting of base concrete, finishing smoooth with trowels marking false squares/panels including curing the topping layer & concrete by ponding for a minimum period of seven day including preparation of surface by cleaning chipping, leveling of existing floor all as directed by Engineer in charge or his authorised representative etc. complete. 20.00 Sqm Quote Rate in Words : Rupees

6 Providing and applying internal Cement plaster in Cement Mortar (1:4) minimum 12 mm to 15 mm thick or 6 mm to 10 mm thick as mentioned below to internal surfaces of walls, columns, beams, slabs, cills, projections, chamfers including cleaning the surfaces with wire brushes off all vegetation growth, grease, oil, dirt, racking out the joints in brick masonary, washing the brick masonry walls, concrete, surface with water before application of plaster removal all mortar splashings over door, windows, floors and finishing the same with Neeru including scaffolding, curing (from inside / outside) all as directed by Engineer in charge or his authorised representative etc. complete.

a) 12 mm to 15 mm thick Cement plaster in Cement mortar ( 1 : 4) and finished smooth in neeru for walls, (Vertical surfaces) 70.00 Sqm Quote Rate in Words : Rupees b) 6 mm to 10 mm thick Cement plaster in Cement Mortar (1:4) & finished smooth Neeru for Ceilings.(Horizontal surfaces) 23.00 Sqm Quote Rate in Words : Rupees 7 Providing and applying External sand faced plaster in Cement Mortar (1:4) i.e One part of Cement : 4 parts of fine sand of minimum 12 mm to 15 mm thick as base / Backing coat mixed with water proofing agent at 2 % by weight(ie. 1 Kg. of water proofing agent per 50 kg. bag of Cement) or as per manufactureres specification of Pidilite Industries/ Fosvock/ Sikka/ M.C.Bosmi/ Sunanda speciality coating etc) including roughening the surfaces, forming key for subsequent finishing coat of plaster and finished with a sand faced layer of 6 mm to 10 mm thick in C.M.(1:3) (i.e One part of Cement : 3 parts of fine sand) including forming bands, groves wattas, including scaffolding, Curing for a minimum period of Seven days all as directed by Engineer in- charge or his authorised representative etc. complete.

126.00 Sqm Quote Rate in Words : Rupees 8 Providing and applying a coat of first quality Internal wall primer of "Asian" or ICI DULUX OR "NEROLAC" paint make for internal walls surfaces ,Ceilings, column, beams, ledges, sills etc. including preparation of surface like cleaning throughly the surfaces to be applied primer, applying the primer uniformly over the surfaces as specified by the manufactures including scaffolding all as directed by Engineer in-charge or his authorised representative etc. complete.

83.00 Sqm Note : 1) The contractor shall submit cash memos, bills, Invoice of all the primer material & purchase materials from authorised dealers & get the material verified from EIC. 2) The contractor shall consume the primer as per theoretical consumption as specified by manufacturer, for any under consumption of material,propotionate reduction in rates will be done.

Quote Rate in Words : Rupees 9 Providing and Applying two or more coats of OIL BOUND WASHABLE DISTEMPER of 1st quality ICI DULUX or ASIAN PAINTS or NEROLAC paints make in two or more shades, mat or glossy finish for all Internal surfaces of walls Columns, beams, ledges, projections, as per specification of manufacturers including preparation of surfaces to be painted by scrapping & filling all undulations, Cracks, with water proof Birla putty or wall guard putty or Equivalent approved make putty including scaffolding, applying each coat of paint so as to get uniform finish without any colour variations, with a minimum gap of three days for each coat of paint, all as directed by Engineer in- charge or his authorised representative etc. complete.

83.00 Sqm Note : 1) The contractor shall submit cash memos, bills, Invoice of all the primer material & purchase materials from authorised dealers & get the material verified from EIC. 2) The contractor shall consume the paint as per theoretical consumption as specified by manufacturer, for any under consumption of material,propotionate reduction in rates will be done.

Quote Rate in Words : Rupees 10 Providing and applying two or more coats of first quality Synthetic enamel paint of "ICI DULUX" or "ASIAN PAINTS" or "NEROLAC PAINTS" for Internal, External surfaces of walls wooden or M.S or Aluminium Doors, Windows, Ventilators of approved shade and colour matt or Glossy finish including preparation of surfaes to be painted by filling up of undulations, cracks, holes, with wall putty or Metal putty, before application of paints providing & applying two or more coat of S.E paint, unifomly over the surfaces with a minimum gap of three days (i.e 72 hours) between each coat of paint including scaffolding, all as directed by Engineer in charge or his authorised representative etc. complete.

22.00 Sqm Quote Rate in Words : Rupees 11 Providing and applying a coat of External wall primer and two or more coats of 1st quality External Synthetic Acrylic Emulsion water proof paint from M/s." ICI DULUX"(Wheather shilled) or "ASIAN paints"(Apex Exterior) or M/s Nerolac paints of approved colour and shade in two or more colour shade combinations as approved by users / occupants or as directed by Engineer in charge including scaffolding preparation of external surfaces removal of all fungus growth Dirt, greases, vegetation etc by cleaning with wire brushes, and washing the external surfaces to be painted with water, filling up all undulations Cracks, with Birla putty or wall plast putty providing and applying a uniform coat of external wall primer as specified by manufacturer with Brushes or roller and consuming primer as per the coverage specified by the manufacturer subsequantly after drying of primer for minimum of 2 days, refilling the cracks, pores, holes in external surfaces with external wall putty, providing and applying first and second coat of first quality synthetic Acrylic Emulsion water proof paint in two or more colour shade with rollers, spread uniformly over

135.00 Sqm. all the external surfaces of walls, Columns, beams, fins, chajjas, porojects, drop park, ledges etc with a minium gap of two to three days between each coat of paint with roller finish without any Brush marks as to achieve uniform painted surface with no colour variations, curing over primer and painted surfaces, all as directed by Engineer in-charge or his authorised representative etc. complete. NOTE ; A) Mode of measurement : the item shall be measured in square meters being the product of length X breadth/height ,measured nearest to a centimeter with deductions for windows/ventilators/doors etc where ever painting is not carried out. B) The contractor shall procure 100% quantity of paint as per theoretical consumption in sealed drums and submit proper delivery challans/invoices which shall be kept in joint custody of EIC & Site godown and shall maintain day to day consumption record in a proper register any under consumption of primer or paint as compared with theoretical consumption Specified by the manufacturer will not be permitted and necessary recoveries / proportionate refuction, recoveries shall be made for under consumption. specified by the manufacturer will not be permitted and necessary recoveries /proportionate reduction ,recoveries shall be made for under consumption. C)the multiple colour shades of the paint as approved by occupants/users of the building shall be mixed on computer with desired strainers from approved manufacturers ,so as to avoid any colour variations on the painted surfaces .no manual mixing of strainers shall be permitted at site and strainers to be premixed on computer of same manufacturers as paint/primer .

Quote Rate in Words : Rupees 12 Providing and laying plain Cement Concrete (1:2:4) i.e One part of Cement : two parts of coarse/ fine sand : four parts of stone metal aggregate (20 mm to 6 mm size) mixed with water proofing agents of M/s.Pidilite Industries or Accoproof / Impermo or M/s. Sikka or M/s. Fosrock at 2% of the weight per bag of Cement i.e. 1 kg. per 50 kg. bag of Cement or as specified by the manufacturer including applying of floating coat of Cement or Halol wash before laying of Concrete over Roof of pump room including laying the concrete in proper slopes forming vattas at junctions all as directed by EIC Consolidating levelling smooth including scaffolding, shuttering required if any, and curing, ponding with water for minimum of seven days all as directed by Engineer in charge etc. complete. 2.50 Cum Quote Rate in Words : Rupees 13 Providing and applying a coat of Neat Cement punning over vattas between junctions of parapet wall & water proofed surfaces upto a height of 30 cm above finished floor level above at terrace level for Internal walls /skirtings& over external surfaces including scaffolding all as directed by EIC etc. complete. 25.00 Sqm Quote Rate in Words : Rupees 14 Providing, laying 40 mm thick(average) I.P.S flooring Indian pattern stone flooring in Cement Concrete 1:2:4 (i.e.,1 part of Cement : 2 part of Coarse & fine sand : 4 parts of Graded stone aggregate 20mm to 6mm) mixed with water proofing agent @ 2% by weight of cement or as specified by the manufacturer, over terrace slab laid to proper line, level & slopes, forming vattas around junctions of parapet walls, floors,formingroundings around rain water pipes and finished with a floating coat of neat Cement including scaffolding and curing/ ponding for a minimum period of one week all as per direction of Engineer In- charge etc. complete mode of measurement : the treated plan area comprising of length x breadth measured to a nearest centimeters as laid including roundings / vattas shall be measured and paid for. 30.00 Sqm Quote Rate in Words : Rupees 15 Providing and fixing pre cast R.C.C Cover blocks of any size, shape & thickness is Cement covert 1:2:4 (i.e One part of Cement : 2 part of course and fine sand & 4 part of aggregate for 20 mm to 6 mm size ) for service trench in side Pump rooms including providing & fixing HYSD steel reinforcement bars and Hooks as per drawings designs given by Engineer in charge,( the steel reinforcement shall be measured and paid separately in respective item ) including all shuttering, form work required for casting of precast R.C.C cover block including consolidation, compaction finishing smooth curing for a minimum period of two weeks, including lifting & placing of precast slabs over trenched after setting of concrete all as directed by Engineer in charge etc. complete.

0.500 Cum Quote Rate in Words : Rupees 16 Providing and fixing anodized aluminium works for partitions, doors and windows, ventilators at any locations and level, including scaffolding with extrnded standard section of approved make like "Indal", "Jindal" or other approved manufacturers and conforming to IS, anodized transparent or dyed to required shade (min anodic coating plain or coloured shall be 15 micron) fixed with rawl plug and screws or with fixing clips or with expansion hold fastners, including necessary filling up at junction at Top, bottom and sides with required neoprene / PVC felt of approved quality etc. aluminium section shall be smooth, rust free, mitred and joined mechanically, wherever required including cleat angles, CP brass/stainless screws, aluminium handles, tower bolts, including all accessories required all complete as per architectural drawings and all as per direction of EIC. 50.00 Kgs Quote Rate in Words : Rupees 17 Providing cutting & fixing HYSD Reinforcement bars (Fe-410/500) of ISI approved make as per drawings specifications for all categories of R.C.C works at all levels including cutting the bars of required lengths placing in locations including cutting bending,& binding with M.S annealed wire, Providing & fixing cover blocks, chairs, pins all as instructed by Engineer in charge etc. complete. 70.00 Kgs Quote Rate in Words : Rupees 18 Providing and fixing 4 mm thick glazing with plain or ground glass of "Saint Gobain" or "Modiguard" or "Asahi" make and quality for Aluminium doors, Window, Ventilators including cutting to required size blunting all sharp edges and providing and fixing PVC/Rubber lining of approved quality and make all around the permmeter of glass including all wastages, all as directed by Engineer in charge etc. complete. 2.00 Sqm Quote Rate in Words : Rupees 19 Surface dressing of areas all around external perimeter and approach area of pump room comprising of cutting/Hooking & removal of debries, cutting/plucking of vegetation around the pump room, cutting of uneven /High level patches upto 300 mm high and filling of low patches with scrapped soil as to get uniformed level surface all as directed by Engineer in charge etc. complete. 18.00 Sqm Quote Rate in Words : Rupees 20 Providing & laying plain Cement concrete (1:2:4) i.e. One part of Cement : 2 part of coarse & fine sand : 4 parts of stone metal aggregate i.e. coarse & fine aggregate renging from 20 mm to 6 mm in plinth protection all around the perimeter of the building & for making path way for approach areas of any size shape & thickness including all shuttering, form work required for plinth protection & path way work, laid to proper scopes & in proper line & level including consolidating, compacting with vibrator, tamping, roughning all exposed surfaces curing for a minimum of 14 days period, all as directed by EIC etc. complete. 2.25 Cum Quote Rate in Words : Rupees 21 Providing & laying 75 mm thick single brick flat soling with 2nd class picked or Jhammabricks in proper, line level & slopes, if required including preparation of surface by dressing ramming the subgrade, bedding with wooden Rammers, Consolidating the base subgrade, curing and filling the joints in Brick soling with local sand all as directed by Engineer in charge or his authorised representative etc. complete. 25.00 Sqm Quote Rate in Words : Rupees 22 Providing & fixing PVC 110 mm dia water pipe of "Prince" or "Oriplast" or equivalent approved make conforming to IS 13592 of SWR quality, 4 Kg/Sq,Cm pressure rated at all levels and locations including scaffolding and all PVC fittings like bends, shoes, couplings, connecting pices and supported fixed with clamps and G.I/M.S brackets, at collars, fittings at required spacings including jointing the pipes, fittings with Rubberised solvent, leak proof adhesive with rubber rings in collars / fittings, so as to obtain water proof / leak proof joints including cuttings & making good the walls, floors, forming vattas, roundings in Cement mortar (1:3) around mouth of rain water pipe at parapet / Terrace level, all as per Rain water pipe manufacturers, specifications and as directed by Engineer in charge or his authorised representative etc. complete.

a) 110 mm dia PVC Rin water pipoes fixed 7.00 with PVC Clamps and G.I / M.S brackets Rmt. Rmt Quote Rate in Words : Rupees Mode of Measurement :i)The Centre line length measured to a nearest centimeter of PVC pipe & fittings as fixed shall be measured & paid for .

ii) Nothing extra will be paid for any fittings like bends, shoes, couplings, specials etc. and the contractors rate shall cater for the same.

23 Providing and fixing 12 mm thick both side prelaminated (exterior grade) particle board grade - I, type II of :Novapan" or "Green Lam" or "Century" or equivalent approved make confirming to IS code 12823 bonded with phenol formal dehyde synthetic resin of approved colour and design pattern including cutting to required size for fixing in panels of Aluminium partitions, doors, windows, ventilators or any other locations including fixing with stainless steel / CP brass screws or Triangular or U shaped Aluminium clips (Aluminium to be measured , separately and paid under respective item) including scaffolding, all wastages, all as per Architecturfal Drawings, Sketches and all as directed by Engineer in charge or his authorised representative etc. complete.

2.00 Sqm Mode of Measurement : 1)The area of the Preliminated board as fixed between the Aluminium sections comprising of Length x Breath or height mesured to a nearest centimeter shall be measured and paid for & nothing extra shall be paid for wastages and the contractors rate shall cater for the same.

24 Providing and laying 22 mm to 25 mm thick plain Cement Chequired tiles of size 250 mm x 250 mm or 300 mm x 300 mm of approved make colour and quality in flooring for Ramps, pavements, approach pathways or any other locations including laying over Cement mortar (1:3) i.e. One of Cement : 3 parts of fine sand) Bedding course, minimum 20 mm thick setting with Neat Cement slurry, mixed with matching colour pigment, curing and Hand polishing, all as directed by Engineer in charge or his authorised representative etc. complete. 3.00 Sqm Quote Rate in Words : Rupees

Total Rs. Rebate, if any in _____% Gross Total Rs.

[ Amount ( in words ) : Rupees ……………………………………………………… ………………………………………………………………………………… ……………………..

Date : Place : Signature of the Contractor with Seal & Date. STQ.NO : KOL/PFD/NTA-PUMP ROOM(PNEUMATICS)/ 12 Dated : 27.04.2017

DECLARATION

1. I/We hereby declare that I/We have read and understood the Conditions of Contract, Specifications, drawings, Schedule of Quantities etc. and hereby agree to abide by them. In token thereof I/We have signed below and at the end of Schedule of Quantities. I/We also understand that otherwise this tender is liable to be rejected.

2. I/We understand that our Tender will not be considered, if the rates for items are not written both in FIGURES AND WORDS.

3. I/We hereby confirm that only the relevant entries asked for have been made within the Tender documents issued to us. I/We also confirm that in the even of any entry in this Tender document, other than the relevant entry, shall make this Tender invalid.

4. I/We hereby agree to obtain the Registration Number under the Contract Labour Act by Registering with the Labour Commissioner and furnish the Registration details to Air India Ltd.

5. I/We hereby agree to obtain Employer’s Number under the Employees State Insurance Corporation and the Provident Fund `Commissioner. in the event of our not being able to provide the above said numbers, we agree to Air India Ltd. retaining appropriate amounts at the stipulated percentage rates towards ESIS and PF, Air India Ltd. may remit such amounts to the appropriate authorities.

6. I/We agree to submit to Air India Ltd. necessary reports and returns as required for compliance of ESIS & PF regulations.

Place :

Date : ______SIGNATURE OF TENDERER WITH RUBBER STAMP

Recommended publications