Вы находитесь на странице: 1из 111

HINDUSTAN SHIPYARD LTD.

(A Government of India Undertaking)


Gandhigram, Visakhapatnam-530 005.
Dry Dock & Ship Repairs Division
Tel: 9951542601 / 9951542611 / 9951542613/ 9951542614
Fax: 2577667 (DDSR)/2577356/2577502 (YARD)
Email: hsl_ddsr@rediffmail.com/ddsr_est@yahoo.com

Ref: 20/KUMBHIR/MOD.ACCOM/PT/ 216 /2009-10 November 18, 2009

Dear Bidder,

Sub: Invitation of Tenders for Modular Accommodation on board


INS KUMBHIR - W.O.NO.2861 – Job No.703

1. HSL, a Pioneer Shipbuilding and Ship repair yard, invites tenders from
experienced eligible contractors for executing Modular Accommodation of
Mess Decks, Offices and Work Areas, Bath rooms and WCs in repair yard at
Visakhapatnam.

2. It is imperative that all contractors intending to undertake the jobs at HSL shall
get themselves registered with HSL, after getting qualified in the bid.

3. The subcontractor having past experience in, supply and installation and
commission of modular accommodation on Board Navy Vessels / Passenger
Vessels are only requested to submit their quotes shall submit documents
pertaining to the works contract executed by them for at least any one Naval /
Passenger ship for consideration.

i) Copy of Works Contract pertaining to works carried out on any Navy /


Passenger Vessel.
ii) CD/DVD of interiors of all the cabins carried out on above work order.
iii) Copy of Performance Certificate issued by the concerned of above works
contract executed

(OR/AND)

Vendors approved by “DIRECTORATE OF NAVAL ARCHITCTURE” for carry out


Modular accommodation are also eligible to submit their quotes and preference
shall be given to the parties who had having the previous experience and
submission of above documents.

4. Bidders are advised to go through the tender conditions and submit their bids in
two different sealed covers as Part-1 Techno Commercial Bid and Part-2 Price
Bid duly super scribing the tender reference number on the individual covers.
Both these two covers shall be kept in a single sealed cover super scribing the

Bidder Signature with Seal

Page 1 of 4
tender reference and due date without fail. Both techno-commercial and price
bid tenders should be submitted in duplicate without fail.

5. The tender is to be sent along with a crossed non-refundable demand draft for
Rs.1000/- towards tender fee and an amount of Rs.1,00,000/- (Rupees One Lakh
only) is payable by way of Demand Draft towards refundable EMD from any
Nationalised Bank, drawn in favour of HINDUSTAN SHIPYARD LTD., payable at
Visakhapatnam. Bank Guarantee issued by International Bank counter signed
by State Bank of India, Overseas Brach, Visakhapatnam is acceptable in case of
international Bidders. (The format can be down load from hsl web site,
www.hsl.nic.in

These two Demand Drafts are to be enclosed only with Technical Bid and NOT
with Price Bid, which may please be noted by the bidders without fail.

Any tender received without the above tender fee and EMD will be summarily
rejected.

ADJUSTMENT OF EMD AND TENDER FEE FROM THE SUBCONTRACOTRS PENDING


PAYMENTS IF ANY SHALL NOT BE ENTERTAINED AND OFFER WITHOUT TENDER FEE
AND EMD SHALL BE SUMMERILY REJECTED.

6. The due date for receipt of tenders is 07-12-2009 till 1400 hours, which may please
be noted without fail. The techno commercial bids will be opened at 1500 hours
on the same day.

7. The price bid (part-2) of the technically qualified tenders will be opened at a
later date with prior intimation to the qualified bidders.

8. The techno-commercial bids should not contain any prices but should indicate
only the percentage of statutory levies, viz. Percentage of Service taxes,
percentage of duties, etc., if any

9. The techno commercial bid shall not contain any prices. However, any issues,
which have a bearing on the price bid, are to be brought out in the technical
bid without fail.

10. Interested parties may visit the Shipyard to get acquainted with the working
conditions prevailing in HSL. The tenders will be received at the following address:

THE GENERAL MANAGER (SHIP REPAIRS)


DD&SR Division
Hindustan Shipyard Ltd.
Gandhigram, Visakhapatnam-530 005.

11. Intended parties to visit HSL web site www.hsl.nic.in, down load the tender form
and to quote as per the conditions stipulated above.

Bidder Signature with Seal

Page 2 of 4
12. The bidder shall produce the following along with techno-commercial bid without
fail.

a) Copy of PAN card of firm


b) Copy of PF certificate.
c) Copy of ESI certificate.
d) Labour license (if employees are more than 19 are employed in firm) OR
confirmation from the firm indicating that their firm not employed more than
19 employees.
e) List of equipment which are proposed to bring to HSL for execution of work
f) Safety equipments and gadgets for work
g) Service Tax Registration Certificate
h) Bio-Data of key personnel
i) Copy of Works Contract pertaining to works carried out on any Navy /
Passenger Vessel.
j) CD/DVD of interiors of all the cabins carried out on above work order.
k) Copy of Performance Certificate issued by the concerned of above works
contract executed
l) Letter of Confirmation for the following as per the enclosed Proforma (6nos)
at Enclosure V

aa) Commitment for readiness of all materials required with in 45days


from date of issue of WORK ORDER / LOI and commencement of
work on board from 1st February, 2010 and completion of total work
package with in 45 days.
bb) Confirmation that the work package has been carefully examined
and understood by the firm and that, in the opinion of the firm, there
are no variations/deviations from the Defect List, which is the bearing
for cost analysis.
cc) Any Defect List Item not proposed to be undertaken by the bidder
should be clearly indicated with reasons (e.g. No facility, No
expertise, etc.)
dd) Concrete proposals for ensuring quality of work and provision of
guarantee for a period of twelve months from the completion date.
ee) Undertaking on Illegal gratification to any person / authority
connected with the bid process.
ff) Disclose of payments made or proposed to be made to
intermediaries (agents etc.) in connection with the bid.

m) Following Drawings are to be submitted along with the tender and as fitted
drawings after completion of work:

i. General Arrangement Drawing.


ii. Part identification list (PIL)
iii. Part detail drawing
iv. Installation detail
v. Electric Circuit diagram
vi. Tally plate detail
vii. Maintenance & Operation Manual

Bidder Signature with Seal

Page 3 of 4
viii. Shop trial/Test schedule
ix. Relevant certificates regarding fire retardant
x. Detailed PERT Chart
xi. Detailed plan to execute refit, plans for procurement of spares,
resource mobilisation, quality control, safety measures, cardinal
dates for all major works and trial schedule.
xii. Details of technical tie up with OEMs / other agencies for the work
as indicated in the tender enquiry. Details of arrangement made
for procurement of spares/materials from approved agencies.

13. The terms and conditions of the Contract shall have to be carefully considered
while preparing the commercial bids. On completion of technical evaluation,
the firms found technically capable of undertaking the work package would be
intimated and their commercial bids will be opened at prescribed time which will
be intimated to qualified bidder. The Contract Operating Authority reserves the
right to reject any or all of the offers without assigning any reason whatsoever.
The Commercial bid once opened, will not be subjected to unilateral revision by
the firm, unless the firm is called for price negotiations specifically and asked to
justify the rates.

15. The conditions indicated in this covering letter also forms part of the other
conditions enclosed to this letter, which shall be noted by the bidders without
fail.

16. All the pages, including the invitation of tender of our enquiry, are to be duly
signed and stamped by the bidders and to be enclosed along with the
Technical Bid.

Thanking you,
Yours faithfully,
For Hindustan Shipyard Limited,

(K.JAGANNADHA RAO)
MANAGER (SR-OS)

Encl.: 1. Terms & Conditions and Instructions to the sub-contractors – Enclosure I


2. General terms & conditions - Enclosure II
3. Technical specification & conditions – Enclosure III
4. Guide Lines – Enclosure IV
5. Techno Commercial Bid (Bill of Materials & Lay out Plans & Proforma of Letter
of Commitment) – Enclosure - V
6. Price Schedule - Enclosure-VI

Bidder Signature with Seal

Page 4 of 4
ENCLOSURE-I

TERMS & CONDITIONS AND INSTRUCTIONS TO THE SUB-CONTRACTORS

1. GENERAL:

1.1 Contractors may submit their Tenders on their own forms as per the enclosed
formats. The tenders should be in English Language only.

1.2 Tenders posted or submitted after the due dates are considered as “LATE
TENDERS” and are liable for rejection. Tenders posted before the due date
but received after the due dates are considered as ‘DELAYED TENDERS’ and
are liable for rejection.

1.3 Tenders shall be submitted in duplicate in accordance with the Technical


Specifications and other Instructions, if any in the manner prescribed.

1.4 Each page of the Tender must be numbered consecutively and bear the
Tender number and signature of the Contractors.

1.5 Corrections and alterations in the Tenders, if any shall be initialed by the
Contractor without fail.

1.6 All bidder requested to put √ if quoted (OR) X if not quoted against each
item in Enclosure V (technical Bid)

1.7 This Tender Enquiry (TE) is being issued with no financial commitment, and
Ministry of Shipping / Ministry of Defence / Navy reserves the right to change
or vary any part thereof or cancellation at any stage. The Ministry of Shipping
/Defence /Navy also reserves the right to withdraw the TE should it be so
necessary at any stage.

1.8 In case of ambiguity in multiplications, rate per each shall be considered for
evaluation of L1 Status.

1.9 Only the authorized representative(s) of the bidder who have submitted their
Tenders are eligible to be present at the time of opening of Tenders and they
may so desire, note down the particulars of the other Tenders in the manner
directed by the officer who presides over the said Tender opening.

1.10 Bidders or their representative(s) who failed to attend the Tender Opening on
the specified date(s) are not entitled to have the particulars of the other
Tenders at a later date(s).

1.11 Non-adherence to any of our conditions may render your quotation liable to
be rejected.

1.12 Defect List Serials, which a bidder will not be in a position to quote for, are to
be clearly indicated separately in the Tech bid. The Owner reserves the right

SIGNATURE OF BIDDER WITH SIGNATURE

Page 1 of 6
to disqualify the bid on this account (or) HSL had the desecration to load H1
rate against that item and evaluate the offer to arrive L1 status.

1.13 The HSL reserves the right to increase / decrease / delete the contracted
work package. Such changes in work package will be communicated to the
Contractor in writing. Suitable reduction in the total amount payable will be
mutually worked out and amended in the order with approval of competent
financial authority.

2. VALIDITY OF OFFER:

The contractors/bidders should confirm that their offer should be kept valid
for a period of 120 days from the date of opening of the Technical bid
without fail.

3. TAXES & DUTIES:

The rates quotes shall be exclusive of all taxes and duties. Bidders are
requested to indicate the % of taxes and duties applicable on the rates
quoted in their techno commercial bid (Enclosure V) and as well as in price
bid (Enclosure VI).

Details of Excise Duty, if any, are to be indicated separately in technical bid


and as well as in price bid.

Exemption Certificate for Octroi, Custom Duty, Excise and form ‘D’ for
admitting CST will be provided if specified & applicable.

FE content, if any, is to be indicated separately, for which Custom Duty


Exemption certificate is required.

Applicability of VAT/CST/SERVICE TAX components are to be indicated by the


bid separately.

4. STANDARD CLAUSE ON CONTRACT:

The Government of India desires that all actions regarding procurement of


any equipment are totally transparent and carried out as per established
procedure. The contractor is required to accept our standard clauses
regarding agents/agency commission, penalty for use of undue influence,
access to books of accounts, integrity pact, arbitration and laws, which
would be incorporated in the contract.

5. E.M.D.:

The EMD amount of unsuccessful bidders will be refunded within ONE MONTH
from the date of concluding the contract.

In case of successful bidder, the EMD will be converted into Security Deposit
and will be refunded as per PBG clause indicated at paragraph 18 of

SIGNATURE OF BIDDER WITH SIGNATURE

Page 2 of 6
Enclosure II. In case the successful bidders fail to accept the orders within 5
days of placement of LETTER OF INTENT, the Security Deposit of the respective
bidder shall be forfeited.

Further, EMD shall also be forfeited in case any contractor choose to


withdraw the tender already submitted by them to HSL before opening of
technical bid, and

Withdraws or amends, impairs or derogates from the tender in any respect


within the period of validity of this tender, and Non-acceptance of Order.

6. CORRUPT PRACTICES:

The Contractors shall not offer or give or agree to give any person in the
employment of the HSL or working under the orders of the HSL any gift or
consideration of any kind as an inducement or reward for doing or forbearing
to do or for having done or forborne to do any act in relation to the obtaining
or execution of the contract or any other contract with HSL or for showing
any favour for forbearance to show disfavour to any person in relation to the
contract or any other contract with HSL. Any breach of the aforesaid
condition by the Contractors, or any one employed by them or acting on
their behalf whether with or without the knowledge of the Contractors or the
commission of any offence by the contractors or by any one employed by
them or acting on their behalf under Chapter-IX of the Indian Penal Code
1860 or the Prevention or Corruption Act. 1947 or any other Act enacted for
the prevention of corruption by Public Servants shall entitle HSL to cancel the
contract and all or any other contracts with the Contractors and to recover
from the Contractors the amount of any loss arising from such cancellation in
accordance with the provision of clause.

7. APPROPRIATION:

Whenever under the contract any sum of money is recoverable from and
payable by the contractor, HSL shall be entitled to recover such sum by
appropriating in part or whole by deducting any sum then due or which at
any time thereafter may become due to the contractor in this or any other
contract. Should this sum be not sufficient to cover the full amount
recoverable the contractor shall pay to HSL on demand the remaining
balance due.

8. ARBITRATION:

“All disputes between the parties shall be referred to the Sole Arbitration of
the Chairman, Hindustan Shipyard Ltd., or a person to be appointed by the
Chairman/Managing Director and if the Arbitrator so appointed resigns his
appointment or vacates his office or is unable to and unwilling to act due to
any reason whatsoever, the authority appointing him may appoint a new
Arbitrator to act in his place. The Arbitrator so appointed may from time to
time with the consent of the parties enlarge the period of time for making
and publishing the award. The Arbitrator shall on all matters referred to him

SIGNATURE OF BIDDER WITH SIGNATURE

Page 3 of 6
indicate his findings along with the sums awarded separately on each
individual item of dispute and the venue of Arbitration in all cases, subject to
the convenience of the Arbitrator, be Visakhapatnam only. The award of the
Arbitrator shall be final and binding subject to the provisions of the Indian
Arbitration Act, 1996.” Or any other reenactment thereof as may be in force
at the time of such arbitration commenced. The place of arbitration shall be
Visakhapatnam and the proceedings shall be in ENGLISH only.

9. JURISDICTION:

The enforcement of the term of the contract as well as all the transactions
entered into by the Contractors, with the Purchasers shall be deemed to
have taken place within the jurisdiction of Visakhapatnam where Hindustan
Shipyard is situated and any cause of action arising in the due performance
or breach of contract by either of the parties hereto shall be deemed to
have arisen within the jurisdiction of Visakhapatnam notwithstanding the
residence or place of the Purchasers or Contractor.

10. LAWS APPLICABLE:

Execution of work(s) covered by this Tender Schedule shall be governed by


all the Laws of Government of India including the labour laws in force. You
shall undertake to fulfill all claims that may become payable under these
previsions.

11. ESTOPPEL:

In case any term(s) specified in this Tender Schedule are not acceptable, the
Contractors shall make a positive statement to that effect in their Tenders.
And where no such mention is made, it shall be construed as acquiescence
on the part of the Contractors to execute the work(s) for which the Tenders
are submitted in strict accordance with the terms and conditions specified in
the Tender Schedule. And where an order is placed on the basis of such
Tenders, such order shall be deemed to be the concluded contract between
HSL and Contractors and the Contractors are bound to or execute the
work(s) covered by such contract. Failure on the part of the Contractors to
execute the contract so concluded, without prejudice to the other rights
available to the Purchasers, shall make the Contractors liable under the terms
and conditions of this Tender Schedule.

12. OFFICIAL SECRET ACT:

The Contractor, while executing work, will be governed by the Indian


Government’s Official Secrets Act. They shall be duty bound not to disclose
for any purpose other than scope of work, any information or documents that
may be provided to them as part of the discussions or subsequent
requirements for executing the Project. All such documents shall remain the
property of the Customer and shall be returned without retaining any copies
whatsoever on completion of the contract. An undertaking to this effect
shall be given by the contractor prior to submission of the final bills for

SIGNATURE OF BIDDER WITH SIGNATURE

Page 4 of 6
payment. The Contractor shall be responsible to ensure that all persons
employed by him in the execution of any work in connection with this
Contract are fully aware of the provisions of the Official Secrets Act / Law /
Amendment in force and have undertaken to comply with the same. The
Contractor shall also ensure secrecy of design, restoration, equipment and
documentation of Vessel and shall carryout all or any instructions given by
the Customer in this respect. Should the Customer desire to check up the
security measures, which have been provided, or will be adopted to achieve
security, the Contractor shall produce necessary evidence to establish the
same. In giving any information to the Sub-Contractors, the Contractor shall
furnish to the Sub-Contractors only such information as may be necessary for
carrying out the respective work entrusted to them. The contractors are
bound by the Official Secrets Act 1923 and, in its connection any other
statutory Act/law/Amendment in force and the information given to them is
to be treated as strictly confidential and is not to be disclosed to any person
or persons not concerned therein. The security of the men and material is the
Contractor’s responsibility.

13. Negotiations will be held with the L-1 party. HSL reserves the right to
cancel/increase or decrease/award the job to more than one party,
depending on quantum of job. Work may be distributed to more than one
party who accepts L-1 rates.

14. VALIDITY OF THE CONTRACT:

The rates quoted by the bidder should be firm and remain fixed without any
variation till successful completion of the works allocated during the
operation of the contract. Further, at the discretion of Hindustan Shipyard
Ltd., the contract may be extended subject to mutual consent.

15. FORCE MAJEURE:

Un-forcible causes beyond the control and without any fault or negligence of
the party which may affect delay or failure to fulfill this Order/Contract
partially or wholly shall be regarded as force majeure and shall include
causes of such as acts of god, war, fires, floods, epidemics, quarantines,
government restrictions, heavy rains, storms, typhoons, etc.

The occurrence of case of force majeure shall be communicated by the


party immediately, not later than TWO DAYS, by cable/fax and confirmed by
registered letter stating the nature of occurrence. However, HSL will
examine such claims and reserves the right to accept them OR reject them
depending upon the merits of each case.

16. The bidders shall give an under taking that they have not made any payment
or illegal gratification to any person / authority connected with the bid
process so as to influence the bid process and have not committed any
offence under the PC Act in connection with the bid.

SIGNATURE OF BIDDER WITH SIGNATURE

Page 5 of 6
17. The bidders shall disclose any payments made or proposed to be made to
any intermediaries (agents etc.,) in connection with the bid.

SIGNATURE OF BIDDER WITH SIGNATURE

Page 6 of 6
ENCLOSURE-II

GENERAL TERMS & CONDITIONS

1. HSL’S SCOPE:

1.1 STAGINGS (SCAFFOLDING):

Staging (scaffolding) material will be arranged by HSL free of cost at our


Rigging Section for carry out the work on need basis. All the materials
drawn from our Rigging stores are to be returned back on completion of
job and proper acknowledgement to be taken and same to be enclosed
along with final invoice.

1.2 CONSUMABLES:

Required fresh water shall be arranged up to shore line on the wet basin /
Dry dock closed gallery. Necessary flexible connections and fittings are to
be arranged by the contractors themselves.

1.3 POWER:

Electrical power will be provided free of cost from an existing distribution


point. Necessary and adequate care shall be taken for the individual
safety of the persons working on the system as well as on the equipments.
Any extensions required beyond this point and also the provision for
isolating switches and panel board etc. shall be contractor scope.

1.4 CRANES:

Shore / Mobile Cranes will be provided free of cost on a written request by


the contractor at the convenient timings for shifting of materials.

2. SCOPE OF WORK OF CONTRACTOR:

2.1 The contractors should have well qualified supervisory staff and engineers
to undertake the work, meet the targets, quality standards, and able to
offer the complete work for acceptance by NAVY / HSL without undue
dependence on the Engineers of HSL. The workmen, supervisors,
Engineers employed shall also comply with discipline, other rules and
regulations including safety rules applicable to the Shipyard. The welders
engaged on the work shall be qualified by IRS/ABS

2.2 The contractors shall possess/employ their own equipments/tools/plants


for carrying the works entrusted to them. The same shall be of good
quality and need to satisfy the requirement for carrying out the job to the
quality requirements.

SIGNATURE OF BIDDER WITH BIDDER WITH SEAL

Page 1 of 7
2.3 The Contractor shall deploy work force round the clock on all days
including Sundays and Holidays without any break and shall be able to
carry out the works as per the requirement of HSL.

2.4 Records of inspection should be maintained in the prescribed formats as


per the prevailing quality systems and should be submitted to HSL for
records.

2.5 Care shall be taken to prevent any damages of equipment/ electrical


cables, machinery, fittings, piping and other materials due to material
handling / painting / polishing, etc. And if any such damages occurred,
the same are to be repaired/ rectified/ renewed to the satisfaction of
ship staff without any extra cost

2.6 The quantified work package is enclosed at Annexure III. All associated
works linked with carrying out the said Scope of Work are to be catered
and considered by the bidder while submitting their price bid, and the
same shall not be considered as additional work. Wherever stated in the
defect list, the bidder shall quote for unit rate and total price. In all such
cases, payment will be made on pro-rata basis. Details are as follows:

(i) In case of piping works (sub line from main lines), renewal /
replacement of all on-line fitting (e.g. flanges / union screwed end
connections, elbow bends etc.) shall be considered as part of the
piping activity of compartments / rooms and shall not be
considered as additional work.

(ii) All control cabling to lighting fixtures, fans and other items of each
compartment from main supply incoming cable available in the
cabin / compartment is covered in bidder scope.

(iii) All piping, cables, fixtures used shall be of Navy approved quality.

(iv) Removal of all machineries/items is not under bidder scope of work.

2.6 The contractor shall report to HSL officer in-charge of the work from time
to time and report the day progress of work.

2.7 HSL has accreditation of ISO 9001 from LRQA for their shipbuilding and in
the process of obtaining ISO 9002 accreditation for their ship repairs
activity from IRQA shortly. Hence, these works shall comply with these
requirements and necessary documents/records shall be maintained by
the contractor/bidder.

2.8 The entire safety of the workmen and equipment is the responsibility of the
contractors. Necessary safety gadgets, viz. helmets, shoes, leather hand
gloves, sleeves, aprons, safety belts and equipment, tools etc. are to be
supplied to the workmen by the contractor and ensure they should wear
the same without fail. The workforce should comply with discipline, other
rules & regulations as prevailing in Hindustan Shipyard Ltd.

SIGNATURE OF BIDDER WITH BIDDER WITH SEAL

Page 2 of 7
In case of accident occurs during the execution of the work, HSL is not
liable for such incidents and the contractor shall stand responsible for the
same and payment of compensation to the family is the liability of the
Contractor. The compensation of the deceased on account of
death/major injury/injury of the engaged worker is to be provided by the
contractor through the Commissioner of workers compensation.

Workmen above 60 years and below 18 years of age are not to be


employed by contractor for any portion of the work.

Contractor is liable to provide immediate first aid/hospitalization in case of


accident/sudden illness.

Yard authorities are to be informed by the Contractor as soon as accident


occurs.

Concerned Yard authorities/ dealing department personnel are to be


informed the type and area of work prior to its commencement so as to
ensure safety of men and material

2.9 Security Check. The workmen employed by the Contractor shall abide by
all security regulations imposed by the Yard.

3. Clearance certificate is to be obtained from the respective supervising


officials of the D.D.S.R. Production Departments stating that scrap/other
waste materials generated by the Sub-contractors during the course of
work were removed by them immediately on completion of work on daily
basis, otherwise the same shall be removed by HSL at risk and cost of
bidder and same shall be deducted while releasing the payments.

4. TIME SCHEDULE FOR COMPLETION :

The materials covered in work scope shall be completed in all respects


including stage inspections of WOT/SS/HSL with in 45 days from the date of
issue of LOI / Work Order.

Commencement of installation on board from 1st February, 2010 and


progressively complete the total installation and commissioning and trails
of total package with in 45 days, i.e., by 17th March, 2010.

5. QUALITY ASSURANCE:. After the contract is negotiated, the firm would be


required to provide the Standard Acceptance Test Procedure (ATP).
Inspecting Authority reserve the right to modify the ATP when necessary
item would be accepted subject to evaluation and clearance by the
Inspecting Authority. Firm would be required to provide all test facilities at
OEM premises for acceptance and inspection by DQA. The details in this
regard will be coordinated during the negotiation of contract. The item
should be a latest manufacture conforming to the current production
standard having 100% defined life at the time of delivery.

SIGNATURE OF BIDDER WITH BIDDER WITH SEAL

Page 3 of 7
6. QUALITY CONTROL: The repair work will be undertaken as per Navy’s
specifications/standards and quality norms. Ensuring and maintaining
quality will be the responsibility of the bidder. They may take the
assistance of outside inspecting agencies if they so desire and the cost of
such services and name of agencies should be clearly indicated in
Technical bid. In addition, the Navy/HSL’s representative will have the
right to inspect the work being undertaken at any stage to ensure
compliance with specifications/standards and stop the work in case it is
not found to meet requisite standard/quality. Bidder is to clearly indicate
in house quality control facilities, stages of inspection and proposed
quality assurance/ control plans while submitting technical bid.

7. INSPECTION OF DEFECTS : The bidder is requested to visit the ship at


Drydock & Ship Repairs Division, Hindustan Shipyard Limited,
Visakhapatnam on any working day from 0900 hrs to 1600 hrs. to inspect
the defects projected in the Defect List. Details of personnel visiting ship
are to be intimated to Manager (Outsourcing), DD&SR Division. Such visits
will enable the bidder to correctly assess the quantum of work, spares
requirement, time required to complete the refit and for effective
participation/ resolution of all technical aspects. Confirmation of having
visited the ship is to be intimated by the bidder along with technical bid.

8. SPARES & YARD MATERIALS: All material and items procured by contractor
/ bidder for his part of scope of work are to confirm to the relevant Navy
approved and applicable specification. All workmanship shall produce a
well-finished appearance to the best of Naval Standards and shall confirm
to the requirement of this work package.

9. TRAILS & PROVING EQUIPMENT: The Contractor to prove all equipments


at maximum performance and the trials will be conducted in
accordance with the standard Naval practice and overseen by the
nominated Inspecting Agency and the onus of proving all equipment rest
with the Contractor.

10. LIQUIDATED DAMAGES:

Time is essence of the contract and works entrusted to the contractor shall
be completed within the stipulated period. Any delay in completion of
work will attract Liquidated Damages @ 0.5% per day (OR) part thereof
subject to a maximum of 20% of the value of the contract awarded.

In case the work is abandoned by the contractor or terminated by HSL for


reasons of slow progress of work or bad quality of work or any other
reasons attributable to the sub-contractor, the total work will be got
completed by HSL at the risk and cost of sub-contractor and
consequential additional cost and or loss if any will be recovered from the
sub-contractor.

The customer can cancel contract unilaterally in case the work is not
started within the contracted start date.

SIGNATURE OF BIDDER WITH BIDDER WITH SEAL

Page 4 of 7
Extension of contracted period will be at the sole discretion of the HSL,
with /without applicability of LD clause.

11. Penalty shall be levied in the event of the contractor indulging in the
following activities and the action, which affect the spirit of the contract
adversely:

11.1 Strikes, Dharnas, Bundhs, intentional slowing down of the pace of the
work.

11.2 Failure to mobilize the required material, workforce in proportion to the


required tempo in executing the work.

11.3 Deviating the workforce to the other works, which are not connected to
the present tender.

11.4 Frequent adverse remarks by the Quality Control Department / NAVY /


HSL Officials on the quality of the works being executed.

11.5 Deploying sub-standard machinery and unqualified personnel in contrast


to the commitments indicated in their offers for the contract.

12. SUBLETTING OF CONTRACT:

The contractor to whom the contract is awarded shall not sublet, transfer,
or assign the contract or any part thereof without the written permission
from Shipyard. In the event of contravening this condition Shipyard shall
be entitled to place contract elsewhere on contractor’s account and at
contractor’s risk and the contractor shall be liable for any loss or damage,
which the Shipyard may sustain in consequence of arising out of such
replacing of the contract.

13. GUARANTEE:

The workmanship shall be guaranteed by the sub-contractors for TWELVE


(12) months from the date of satisfactory completion of works and
delivery of vessel, duly certified by officers concerned. Defects, if any,
noticed during this period due to poor workmanship or sub-standard
material shall be rectified free of cost by the Contractor on their own
arrangements and guaranteed for a further period of twelve months from
the date of rectification. Further, any such repairs will have to be
undertaken at the place any where the ship is stationed at the time of
occurrence of defect or when requisitioned with in 10 days from date of
intimation.

14. HSL will give sufficient space subject to availability for setting up office and
the contractor should make his own arrangements for setting up of the
office. If vacancy exists the contractor will be given office
accommodation on rental basis.

SIGNATURE OF BIDDER WITH BIDDER WITH SEAL

Page 5 of 7
15. PARALLEL CONTRACT:

HSL reserves the rights to include further parallel contract during the
currency of the contract and also to get contracted work done outside,
irrespective of the value of the work, when the work is to be done on the
emergency basis or when such course considered necessary.

16. PAYMENT TERMS:

No Advance payment will be admissible in any case. Stage payment


shall be made as indicated below to submit more competitive quotation
by the bidders.

1st Stage 25% of Order value on completion and


handing over of 50% compartments of vessel
to ship staff.

2nd Stage 25% of Order value on completion and


handing over of 75% compartments of vessel
to ship staff.

3rd (Final) Stage 50% (balance) on Completion and handing


over of all compartments to ship and after
sailing of vessel

NB: The stage payments shall be made within 30 days after submission of
following documents on completion of work and issue of job completion
certificate for the different stages as indicated above from HSL & Navy.
However, final stage payment shall be made on submission of 100%
completion certificate and on sailing of vessel.

a) Invoice in Triplicate
b) Work Completion Certificate duly signed by HSL Production Officer/
Navy
c) Proof of Payment PF & ESI for the working period for the employees
engaged by the contractor along with covering letter
d) Copy of Order issued by HSL\
e) Inward Challans of all materials covered at Enclosure - V duly
stamped by Security and Bond office while entry of material
through HSL main gate.

17. EVALUATION CRETERIA: The board guidelines for evaluation of offers will
be as follows.

(a) Only those offers shall be evaluated which are found to be fulfilling
all the eligibility and qualifying requirements of the tender, both
technically and commercially.

(b) The Lowest ‘Acceptable’ tender shall be considered further for


placement of LOI / Work Order after complete clarification and
price negotiations as applicable.

SIGNATURE OF BIDDER WITH BIDDER WITH SEAL

Page 6 of 7
(c) Delivery within stipulated months of issue of Order will be accepted.

18. SECURITY DEPOSIT & PERFORMANCE BANK GUARANTEE:

The successful Contractor should submit Bank Guarantee towards


performance for 10% of the contract value (after adjustment of EMD)
issued by any reputed Nationalized bank (for international bidders the
PBG issued by International Bank should be countersigned by State Bank
of India Overseas Branch, Visakhapatnam with in 10days from date of
issue of “LETTER OF INTENT” in the prescribed format.

The Guarantee shall be kept valid for contractual time + one year
guarantee period + two months claim period. The PBG shall be returned
after expiry of above period. . This PBG is meant to compensate the
purchaser for any loss suffered due to failure of the supplier to complete
his obligations as per the contract.

In case the execution of the contract is delayed beyond the contracted


period and the purchaser, with or without LD, grants extension to delivery
period, the supplier must get the BG revalidated if not valid already.

SIGNATURE OF BIDDER WITH BIDDER WITH SEAL

Page 7 of 7
ENCLOSURE-III

TECHNICAL SPECIFICATION AND CONDITIONS OF


MODULAR ACCOMMODATION

HSL SCOPE:

1. Removal of bunks and other materials

2. Removal of existing furniture and fixtures

3. Removal of existing flooring.

4. Removal of existing paneling

5. Renewal of main system pipe lines and cables.

6. Removal of Non Water tight doors

7. Removal / renewal of lagging as required.

8. Removal of existing lighting and electrical fixtures

9. Renewal / Removal & cleaning and refit of Ventilation / AC Trunks with


insulation.
(diffusers with silencers and louvers are covered in bidder scope)

BIDDER SCOPE:

It is proposed to introduce the Modular Accommodation concept on board


Naval Ship to achieve ergonomic layout of living spaces, mess decks, dining
halls, bathrooms, WCs and provision of quality Bunks, lockers etc., to improve
habitability standards and better aesthetics.

1. Materials:

a) All materials required for the scope of work are to be arranged by the
firm at their cost.
b) Special attention is to be paid to fire and toxicity characteristics of
materials used in the modular accommodation as per NES 705.
c) Furniture and furnishings of restricted fire risk are to be installed in
accommodation spaces and which should comply with the following:

i. All case furniture such as desks, wardrobes, dressing tables,


dressers is to be constructed entirely of approved non-
combustible.
ii. All free standing furniture such as chairs, sofas, tables etc., is to
be constructed with frames of non-combustible materials.
iii. All draperies, curtains and other suspended textile materials
must have qualities of resistance to the propagation of flame.
iv. All floor coverings should have low flame spread characteristics.

SIGNATURE OF BIDDER WITH SEAL


Page 1 of 7
v. All exposed surfaces of bulkheads, linings and ceilings should
have low flame-spread characteristics.

d) All items of modular accommodation are to be manufactured as per


specification and to be offered for inspection before installation on
board.

e) All items, viz., 2 Tier / 3 Tier Bunks, Kit Lockers, Bunk/Berth Lamps, Telephone
Racks, Notice / Bulliten boards, TV/VCD cabinets / Entertainment cup
boards, bar counter, steel cabinet, Sofas, Settee, Bottle Cooler, Dispenser,
Ward robes, Mirrors, Wall mounted fans, Computer tables, Iron tables, etc.,
are to be secured properly with securing brackets made by the bidder
and welded in place and to be fitted on bracket

f) All loose gear, such as Dining Chairs, Office Chair, Bar Stools, etc., are to
be fitted on deck with Provision of eye on deck and Bottle screw and
chain with hooks.

g) Coat and hat hooks are to be fixed on a wooden base and same are to
be secured on bulk head with securing brackets.

2. Panels:

a) Single skin panel made of Galvanized CRCA steel (steel plate to be 1


to 1.5 mm thick)/Aluminum composite material and powder coated
confirming to IS 513-D/IS 277.
b) Decorative surface on the exposed surface of panels should be of low
flame spread material.
c) All panels are to have an identification code to facilitate the location
of each panel installation. The supplier should provide detailed
installation drawings.
d) Panel installation should be in a way to facilitate easy removal of
panels for maintenance behind them. The entire paneling system
should be of detachable panel construction.
e) One removable panel per three panels should be provided which on
removal will facilitate removal of adjacent panels.
f) Panel in way of wet compartment (including galleys/pantries) and
alleyways are to be suitably designed to prevent water from
penetrating into the construction.
g) All cabling and pipes are to be concealed behind the panels.
Appropriate conduit panels with ducts built into the core of the panels
are to be used where ever required to meet this end.
h) An inspection chamber or duct is to be provided into the passage
way, i.e. outside the accommodation. In this inspection chamber,
Junction Boxes are to be provided for integration of the module with
the ship systems.
i) The ceiling panels are to be installed on a grid system of carriers, cross
bars and hangers or an equivalent system designed to give clear
head room of at least 2.2 m.
j) The design of the ceiling panels’ joints should be such that each
individual ceiling panel to be demounted.

SIGNATURE OF BIDDER WITH SEAL


Page 2 of 7
k) AC diffuser boxes along with silencers and grills are to be properly
attached with AC ducts. All diffuser boxes should have AC control
mechanism.
l) The specification of panels and materials are indicated against s.no.11

3. Furniture:

Cots, Bunks, locker, racks, cupboards, tables, chairs, shelves, mirrors, hooks,
doors, partitions, teakwood floor skirting, etc. are to be supplied and fitted as
per Ship’s approval by the bidder.

4. Sanitary fittings:

All pipes lines (GI/SS) in the cabins are to be supplied and renewed. Wash
Basins, WCs, showers, taps, control valves, flexible connections, mirror
cabinets, flushing tanks, etc., are to be supplied and fitted by bidder. All
sanitary fittings should be of JAGWAR make or equivalent to be supplied and
fitted by bidder. (Main system lines shall be drawn to the
compartment/alleyway by HSL and necessary tapping from main line to
connect all the above items are covered in bidder scope)

5. Curtains:

Plastic shower curtains in bathrooms including all supports, hooks, curtain rails.
Cloth curtains for bunks, doors, port holes including supports, hooks, curtain
rails, as per Ship/WOT approval are to be supplied and fitted by bidder.

6. Non Water tight Doors:

The doors should be made of Double skin CRCA sheet powder coated. All
the doors to be supplied with hinges, door closures, locks, door stoppers,
handles, sliding rails as necessary. Louvers are to be provided at the bottom
of doors. 02 sets of master keys are to be supplied. Sign boards embossed on
brass plates are to be fitted to doors.

7. Ventilation/AC trunks:

Ventilation trunking made of GI sheet square/spiral along with inspection


boxes shall be attended by HSL. However, AC control mechanism, ie.,
diffusers with silencers with grills shall be covered in bidder scope. Ventilation
arrangements shall be provided in accordance with the requirements of NES
702 part 1 & NES 159 Part 2.

8. Electrical fittings:

All electrical fixtures such as tube lights, night lamps, berth lamps, table lamps,
decorative fittings, switches, sockets, fans, telephones are to be supplied
along with required cabling (by using the main supply available from
compartment). Speakers will be arranged by ship and however fitment shall
be made by the bidder. Electrical lighting arrangement shall confirm to NES
502 and NES 587

SIGNATURE OF BIDDER WITH SEAL


Page 3 of 7
9. Flooring:

All decks are to be covered with Macrotech underlay and colour of the
material will be as per ship’s choice. Surface preparation, priming (one coat)
and application of Underlay MAS98 at 10 mm thickness, top coat of MAS96 of
5mm thickness and with sealer coat MAS SC of 0.5mm thickness for Dry
Compartments and Surface preparation, priming (one coat) and application
of Underlay MAS98 at 10 mm thickness, top coat of MAS96 of 5mm thickness
for Wet Compartments.

10. General Instructions:

aa) Modular accommodation fitted should aim towards saving the


space in all the areas. Detailed drawings of general arrangement
indicating the dimensions after fitment to be provided.
bb) Common areas such as galley, alleyways, bathrooms and mess
rooms should be ergonomically designed and should have
sufficient free space.
cc) Special attention shall be given to ventilation arrangements in WCs
to prevent the spread of odors to surrounding compartments.
dd) All fittings in bathrooms, WCs and urinals should be flushed type to
the extent possible.
ee) Deck drains shall be fitted for efficient drainage of the
compartments. Care shall be taken to ensure that adequate
limber holes are provided. (drain lines connected to the main
drainage system is HSL scope)
ff) Sewage drain shall be fitted for the discharge. (main sewage line
installation is HSL scope and connections from WCs is covered in
bidder scope)
gg) All material is to be of marine standard and is to be cleared by Ship
staff prior to supply and commencement of work.
hh) The channel bars, angle bars for securing the panels, fixtures and
furniture are to be welded properly and are to be secured in the
cabins as per the layout drawings.
ii) All the light fittings, trunks, diffusers with louvers (grills), cables are to
be properly integrated.
jj) Diffusers with silencers and Louvers are to be supplied by bidder.
kk) Working Level Drawings are to be prepared as per scope of work
and submitted to HSL/Ship before commencement of work.
ll) Manufacturing Drawings are to be prepared and supplied in
accordance of the following standards by the bidder to the
Ship/HSL before executing the job.

Modular Accommodation – NES 107, NES 102,, NES 184, NES 703,
NES 705 SOLAS regulations.

Modular WC/Bath Rooms - NES 120, NES 184, SOLAS regulations.

Furniture – NES 128 and SOLAS regulation.

SIGNATURE OF BIDDER WITH SEAL


Page 4 of 7
mm) Modular Accommodation fitted should be rigid, vibration and
rolling noise not acceptable.
nn) All Panels, furniture and modular fittings should be properly
secured. Vibration/humming noise is not acceptable.

11. General Specification of Material:

General specification of material is mentioned hereunder. However, material


of superior quality of standard make shall be used. All material samples are
to be approved by ship staff prior to supply. The sizes indicated are approx
and however, the same to be suited with the existing position of respective
compartments.

SL.No. Description Specification


1 Two/Three tier Bunks Made of CRCA tube / Sheet with
magazine pouch, bunk light, charging
point, water bottle holder, drawers &
shoe racks and mattress holding
securing clamps and powder coated.
2 Matresses 100mm thick, 40 density PU Foam with
bunk holding straps and with cover
3 Personal locker Made of CRCA sheet and powder
coated – Size:550x550mm with locking.
4 TV Rack Fire retardant Marine plywood with
lamination
5 Table Marine ply table top with lamination
with MS / Teak wood Structure
6 Book shelf Made of CRCA sheet and powder
coated with glass door with locking.
7 File Cabinet Made of CRCA sheet and power
coated – Size: 750x600mm with locking
8 Mirror Glass of standard make
9 Cloth hook Standard Make
10 Dining table Fire retardant Marine ply with
lamination and teakwood structure
11 Wall Panel / Ceiling Single skin panel made of Galvanized
Panel CRCA steel (steel plate to be 1 to 1.5
(dry compartments) mm thick)/Aluminum composite
material and powder coated.
12 Wall Panel / Ceiling Single skin panel made of SS 304
Panel for Galley, WC
and Bath rooms (wet
compartments)
13 Partitions for WC / Double skin panel made of
Urinals Galvanized CRCA steel (steel plate to
be 1 to 1.5 mm thick)/Aluminum
composite material and powder
coated.
13 Sliding / Hinged Door Double skin made of CRCA steel (steel
plate to be 1 to 1.5 mm
thick)/Aluminum composite material

SIGNATURE OF BIDDER WITH SEAL


Page 5 of 7
and powder coated.
14 Bottom Profile Made of GI
15 Top profile Made of GI
16 Ceiling carriers Made of GI
17 Legs MS painted
18 Cupboard Made of CRCA sheet and powder
coated – Size:450x400mm with locking
19 Wash Basin Made of SS with mirror and toilet item
locker
20 Computer table Fire retardant Marine ply with
lamination
21 Centre table Teak wood structure with Fire retardant
Marine Ply and lamination.
22 Chairs Teak wood structure with Marine ply
with cushion
23 Dining Chair Metal perforated
24 Western Commodes Porcelain
25 Indian Commodes SS 304 grade
25 Waste Bin SS 304 grade
26 Telephone Racks/ SS 304 grade
stands
27 Electrical fittings As per SHIP/WOT choice of Standard
Brand
28 Digital Clock As per SHIP/WOT choice of Standard
Brand
29 Cap & Coat Hook SS of SHIP/WOT choice of Standard
Brand
30 Suit Case Storage Rack SS 316 grade
31 Folding Bunk SS 316 grade
32 Bulletin Board As per SHIP/WOT choice
33 Tables As per SHIP/WOT choice
34 Examination Table at JS Folding Table of size 900 x 900 mm
Dining Hall cum Sick
bay
35 29” Plasma Television SHIP/WOT Choice of Standard Make
36 Entertainment Cabinet SHIP/WOT Choice made of FR Play
with lamination.
37 DVD Player and Home SHIP/WOT Choice of Standard Make
Theatre combo
38 Cold & Hot water Best Standard Make
Wall Mounted Fans Standard Make of SHIP/WOT Choice

11. Bidders are advised to visit the ship at Hindustan Shipyard Limited,
Visakhapatnam for assessment of scope of work and preparation of
drawings. It is sole responsibility of the bidder to include complete scope
of work and no additional payments shall be made at later stage for any
deviation in scope of work raised.

SIGNATURE OF BIDDER WITH SEAL


Page 6 of 7
LOCATIONS FOR UNDERTAKING MODIFICATIONS

The following compartments requiring up gradation for improving the habitability


onboard:

(a) Junior sailors’ messes ( 24 men mess and 36 men mess)


(b) Sailors’ dining hall cum Sickbay
(c) Senior sailor’s cabins - 03
(d) CO’s Cabin
(e) EXO’s Cabin
(f) EO’s Cabin
(g) NO and SCO Cabin
(h) Junior Officers’ cabin
(j) Ward room
(k) Ship’s laundry
(l) Ship’s Galley
(m) Bathrooms & WC - 04
(n) Tank Space

Bill of Materials of each compartment and proposed lay out (for guidance only) is
placed at Enclosure V

SIGNATURE OF BIDDER WITH SEAL


Page 7 of 7
ENCLOSURE-IV

GUIDELINES FOR INSTALLATION OF MODULAR


ACCOMMODATION AND OFFICE SPACE

Introduction

1. This Guideline and specification is primarily to bring out general requirements


for “accommodation and office space” with the purpose of providing state of the
art Habitability Standards on Indian Navy Ships. These requirements envisage
provision of modular accommodation on a turnkey basis starting from design of
layout, manufacturing, and installation and commissioning. The firm as part of
techno commercial offer shall submit a three dimensional layout drawing /
photographs indicating all fittings that will form part of supply for each typical type
of space covered by these specifications.

2. Ships services shall be terminated outside the spaces by the yard and all
internal arrangements/distribution indicating fitting within the spaces including
training the ship’s staff on removal and re-fitment of panels shall form part of
supplier’s scope.

General Requirements

3. All Material used in accommodation and office space should confirm to the
relevant specifications as stated in NES 705 specifications. Special attention is to be
paid to its fire and toxicity characteristics (as per NES 705).

4. For the efficient performance of damage control duties the shipside and
main watertight bulkheads are to be kept as clear as possible from permanent
fittings. Where fitted, fittings and items of furniture are to be made readily portable
to expedite periodic surveys of the structure.

5. All works are to be undertaken in co-ordination with Ship’s Staff. Towards this
end representative of the firm to be available locally at all times to facilitate timely
completion of the work package.

6. Painting work as required in all compartments is to be undertaken by the firm.


All the paints used onboard should be of fire retardant.

7. All fittings of Fresh Water / Sea water System within the compartment shall be
carried out by the firm and same is to be interlinked with ship’s Fresh/Sea water
system. The dimensions of the connection being provided are to be same as the
ship’s system to ensure no mismatch at any stage.

8. Bulkheads, deck heads, decks, main frames & stiffeners are not to be altered
so that the design feature or watertight integrity of the ship is not disturbed.

9. Furniture and furnishing materials required to be installed in the


accommodation and office spaces are to be of fire retardant nature and must
comply with the following:-

SIGNATURE OF BIDDER WITH SEAL

Page 1 of 8
(a) All freestanding furniture such as chairs, sofas, and tables are
constructed with frames of noncombustible materials.

(b) All draperies, curtains and other suspended textile materials have
qualities of resistance to the propagation of flame not interior to those
of wool of mass 0.8 kg/m2 (determined in accordance with the Fire
Test Procedure Code, as adopted by the Maritime Safety Committee
of the IMO by resolution MSC.61 (67)).

(c) All floor coverings have low flame spread characteristics.

(d) All exposed surfaces of bulkheads, lining and ceiling must have low
flame spread characteristics.

(e) All upholstered furniture must be of qualities having resistance to the


ignition and propagation of flame (this being determined in
accordance with the fire Test Procedures Code as adopted by the
Maritime Safety Committee of the IMO by Resolution MSC. 61 (67)).

(f) All fabrics used must have following tested qualities:-

Sl. Parameter Specification Value


No.

(i) Bursting Strength ASTMD-3786:2001 >200lb/sq.inch


(ii) Fabric Weight ISO 3801:1977(83) 300gm/m2
+25gm/m2
(iii) Colour Fastness ISO 105X12:2001 Dry : 4-5
to rubbing Wet : 4
(iv) Colour fastness ISOC 06A 2s:1994
to laundering

(g) All bedding components must have qualities of resistance to the


ignition and propagation of flame as determined in accordance with
the Fire Test Procedure Code, and adopted by the Maritime Safety
Committee of the IMO by resolution MSC.61 (67).

Wall Panels

10. Wall panel used should be made of Galvanized CRCA steel (steel plate to be
1 to 1.5 mm thick)/Aluminum composite material conforming to IS 513-D/IS 277.
Surface finish of panel may be by phosphate and power coating meeting the
following specification when tested as per IS 101 or any other such coating which
meets these requirements and Test Data of the stated characteristics are to be
provided by the supplier:-

Sl. No. Characteristics Specifications

(a) SHADE As per Requirement


(b) GLOSS AT ‘0’ 70+/- 5 units

SIGNATURE OF BIDDER WITH SEAL

Page 2 of 8
(c) SCRATCH 6 KG
HARDNESS
(d) CROSS CUT GT = 0
ADHESION
(e) IMPACT TEST 275 KGCM
(f) DFT 50 – 55 MICRON
(g) FLEXIBILITY 3mm MANDEL
(h) SALT SPRAY 1000 HRS

11. The decorative surfaces are to be provided on the exposed surfaces and are
required to be based on approved décor with low flame spread material according
to SOLAS specifications.

12. All panels are to have an identification code to facilitate location of each
panel and installation. The supplier should provide detailed installation drawings
and material and impart training to the ship’s staff for undertaking the modular
removal and refitting of these panels.

13. The panels should of width, which can be easily shipped in and shipped out
through the 800X800 mm hatches. Further the details regarding wall panel are as
follows:-

(a) The firm should provide details of types of panels used, dimensions
(width and heights), color combinations proposed, details of all types and
quantities of profiles including decorative profiles.

(b) The quantities of panels and profiles calculated based on drawing of


the areas where such panels are to be fitted, should allow for damage,
which may occur during installation.

(c) The entire paneling system should be of detachable panel


construction. One removal panel per wall should be provided, which on
removal will facilitate removal of adjacent panels.

(d) In addition, for frequent access, an inspection door is to be provided.


The fittings on sides exposed to lobbies / passageways are generally to be
heavier than internal fittings. Inner panels should be able to bear load of
cabin fittings, whereas lobby / passageway side panels should have load
bearing capacity of 80kgs at point loading. The supplier must furnish details
of fixing arrangement for various fittings.

Wet Compartment Paneling

14. The general guidelines for wet compartments paneling are as follows:-

(a) Panels in way of wet compartment (including galleys / sculleries and


services) are to be suitably designed for fitment of stainless steel comings so
to prevent water from penetrating into construction.

SIGNATURE OF BIDDER WITH SEAL

Page 3 of 8
(b) When installing wet room panels, the panel joints must be sealed to
prevent water from penetrating into the construction. Design of wet units
should be such that the unit is watertight.

(c) Adequate provision for access to structure below the units is to be


provided by way of access hatches and removal panels.

(d) Un-shipping/removal of wet units should not be made a routine


requirement to make the units as well as surrounding / supporting structure
long lasting. Joints of panels in galley & scullery must be covered with
Stainless Steel beading screwed to it as required by the ship staff.

Ceiling

15. Layout has to be undertaken in consultation with the Ship staff (Navy), taking
into consideration symmetrical layout in all cabins (as far as feasible) the
location of light fittings ventilation units, communication equipment, etc.

16. The panels are to be installed on a grid system of carriers, cross bars and
hangers or an equivalent system designed to give clear head room of at
least 2.2 mm. The quantities of panels and profiles calculated based on
drawing of where such panels are to be, should allow for damage, which
may occur during installation.

17. The design of the ceiling panels are to be demounted. Inspection hatches
are to be provided which are to be installed as an integrated part of ceiling.
Other material properties and surface characteristics shall be the same as for
wall panels.

Storage Tanks

18. Storage tanks in living spaces, galley, scullery & bathrooms must be of
stainless steel with end fittings of stainless steel/Cu-Ni and must be matching
to the ship staff need. In no case the storage tanks would be of MS or
Galvanised iron (GI) construction / Plastic.

Furniture

19. All furniture to be fitted is required to meet the general requirements specified
in NES 128. Further all furniture / equipment fitted should be approved for
fitment onboard naval ships and are to be state of the art. Furniture design
and layout are to be guided by ergonomics and by requirements of
personnel living and working onboard in severe conditions of the ship.
Guidance on minimum working area is specified in the following paragraphs:-

(a) Wardrobes are to be designed by the contractor as per the scaled


requirement of Officer/Senior Sailor/Junior Sailors considering, ergonomics,
and aesthetics of compartment, approved master décor system of the
compartment as per the requirements in NES 107, NES 184 etc. Such furniture
required are to be firmly anchored to deck/bulkhead as appropriated. These
wardrobes/kit lockers must be so made that they are, ready to be assembled

SIGNATURE OF BIDDER WITH SEAL

Page 4 of 8
at site, easy to ship in through a hatch size 800X800 mm, are stackable both
vertically and horizontally and are easily removable for serviceability.

(b) The desk units like office tables with pedestal units, computer
workstations etc are to be made to suit the following requirements in addition
to the general requirements in NES 128:-

(i) Table Top: The table top units are to be made out of non
combustible material with working surface in accordance with Para 21 (a). If
wooden top are used they must be chosen from fire retardant marine ply
board and laminated with hot press for strong bond. Balanced construction
of laminations on both sides should be made to avoid damage. The edges
must be treated with hot melt PVC bond/other equivalent treatment so as to
make it impermeable to moisture. Notwithstanding table tops are to be
subjected to performance evaluation test for its load carrying capacities.

(ii) Pedestal unit: The pedestal units are required to be so made


that they are finally anchored to the deck of the ship. All the drawer units
and sliding mechanism must be tested to dynamic loading for accelerated
performance test to evaluate sliding mechanism and the locking
arrangements. Besides the above said requirements, it must meet the
general requirements of NES 128 & NES 107 and material specifications as
brought out earlier.

(iii) Computer table: State of the art computer tables firmly anchored
to deck are to be provided in Officer’s cabins and dining halls. The table
shall be compact and self-containing as far as the entire computer system
and its accessories are concerned. Power supply points are to be located
close to the table and provision for securing the computer and its accessories
for sea should also be integral to the table.

(c) Bunks: All the bunks and sleeping units must be designed taking into
consideration of ergonomics, anthropology of average Indian Naval
Personnel, ease of operation and maintenance-free structure. These units
should have under the bunk storage (full depth self locking sliding drawer
units), Fire retardant upholster, Reading light and built in adjustability for fixing
on board, bunk straps, magazine holder, bunk side plates and bunk covers as
per design approved by the ship’s staff. The under carries drawer units are
also required to be subjected to accelerated performance tests for 75000
cycle with 30 kg load. Prior to manufacturing of the actual bunks, the
manufactures must get the manufacturing drawing duly approved by the
inspecting authority. Prototype performance test certificates are also
required to be produced prior fitment onboard. The bunk must be covered
from one side to have a better privacy and minimize outside disturbances. In
case of three tier bunk, the top bunk may be accessible with the help of a
ladder fitted to it with the lower one and must be readily removable.

(d) Chairs: shall be approved for fitment on board ships and upholstered
as specified elsewhere in these specifications and must provide ergonomic
support to the back. Provision shall be made for all chairs to be anchored to
the deck for safe use at sea.

SIGNATURE OF BIDDER WITH SEAL

Page 5 of 8
(e) The filing cabinets are to be made of CRCA steel conforming to IS
513/equivalent material. The steel components are required to be pre-
treated and powder coated as per Naval acceptable specifications. These
cabinets are to be so designed that they are firmly anchored to deck and
can be vertically / horizontally extended. These cabinets are required to be
tested for its performance of life.

Low flame spread

20. A low flame spread means the surface thus described will adequately restrict
the spread of flame, this being determined in accordance with the “Fire Test
Procedures Code, as adopted by the Maritime Safety Committee of the IMO
by Resolution MSC.61 (67). Non-combustible materials are considered as low
flame spread.
Décor

21. The décor scheme should in general be in accordance with NES 184.
However, the final scheme will be finished only in consultation with the Navy
during compartment layout/scheme detailing stage.

Air Distribution

23. The specification of air distribution are as follows:-

(a) Dehumidified air is to be released near the head space in the bunk in
quantity of approximately 50 sqm/hr.

(b) About 70% of the air is to be delivered in the bunk region and the
balance in the sitting/recreational area in the cabin/mess.

(c) Modular cabins are to be provided with adequate opening (sound


proof) for return air to escape (stainless steel wire mesh) into the
passageways. The relevant figures are also to be provided.

(d) The distance between supply and return points for air should be as
long as possible to avoid short-circuiting of air.

(e) Air will normally not be released in the lower part of the compartment
it might kick up dust.

Critical Dimensions

24. The following clauses indicate the minimum acceptable clearance required
to ensure that any given compartment would fulfill its required function within
the area allowance.

(a) Clear heights above deck are specified in NES 130 Part 1 to 2 for
compartment fitted with deck head linings. In compartment so fitted,
the clear head above heights above deck are to be 2250 mm in other

SIGNATURE OF BIDDER WITH SEAL

Page 6 of 8
areas, providing adequate clearance for access to any furniture item
is maintained.

(b) Where ‘carcass’ furniture, e.g. cupboards, drawers, lockers are fitted a
clearance equal to the overall depth of the carcass plus 10 mm is
required in front to that furniture. This will allow individual items to be
replaced without interference or dismantling other nearby furniture
items.

(c) A Clear space of 920 mm is required in front of desks and secretaries


fitted, in cabins to allow adequate space for chair movement.

(d) The horizontal distance between facing multi-tier bunks/bunk settees is


to not less than 700 mm. A minimum vertical distance of 560 mm is to
be maintained between the top bunk mattress and any overhead
obstruction.

(e) The horizontal distance in front of a multi-tier bunk/bunk settee and


any facing carcass furniture is to be less than 840 mm. if a multi-tier
bunk/bunk settee is facing a bulkhead or other permanent obstruction
the distance between is to be not less than 640 mm.

(f) The horizontal distance between facing rows of carcass furniture and
any permanent obstruction is not to be less than 840 mm.

(g) Where settee modules are arranged as facing units the clearance
between them is to be not less than 1400 mm.

(h) Side board units and other similar items to have a clear space in front
of them atleast 900 mm in depts.

(j) All dining table are to have adequate clearances to allow all seats at
table to be accessible. Where tables are sited in rows, the distance
between the long new edges of tables in adjacent rows is to be not
less than 1450 mm.

(k) The distance between the long near edges of tables and the parallel
bulkheads or other permanent obstructions is to be not less than:

(i) Officer - 1250 mm

(ii) Sailor - 900 mm

(l) The bunk light is to be sited centrally above the head-end of the bunk
at a height of 600 mm above the top of the mattress.

(m) Cap and coat hooks are to be fitted at a height of 1800 mm above
the deck and the space between hooks is to be at least 250 mm.
Where a large number of hooks are required, a second tier is to be
arranged at a height of 1425 mm above the deck with the hooks sited

SIGNATURE OF BIDDER WITH SEAL

Page 7 of 8
between those in the top tier. Cap and coat hooks are not be sited
on the sides of furniture items.

(n) All types of bunks are traditionally sited in the fore and aft direction
with the head-end forward. Jumping bars are to be fitted to facilitate
access to and from the bunks, these bars are to be sited
approximately 700 mm from the bulkhead and 230 mm outside the
bunk edge.

Furniture and Fitting Allowance

25. All accommodation spaces must be equipped with sufficient amount of


furniture and fittings to enable officers/sailors to sleep, eat and relax with as
much comfort as the allowable are standards will permit.

26. The general requirements for Soft Furnishing and fabrics vis-à-vis materials to
be used and the make up and manufacture of all soft furnishings including
such items as mattresses. Settee seats, back seats, backrests, cushions,
beddings stowage bags, covers, curtains and other miscellaneous items are
to be in general as per NES 129. The color schemes are to be selected in
consultation with that approved by the ship’s staff. The use of materials other
than those listed in the NES is to be subject to the approval of the Navy.

27. Furniture is to be fitted so as to minimize gaps and dirt traps. Where gaps
exists they are to be sealed with aluminum alloy plates or extrusions painted
to match the furniture. The plates or extrusions are to be secured by rivets or
machine screws and captive nuts. Self-tapping screws are not to be used.

SIGNATURE OF BIDDER WITH SEAL

Page 8 of 8
ENCLOSURE - V
TECHNO COMMERCIAL BID - BILL OF MATERIALS - 36 MEN MESS
PUT √ IF QUOTED (OR) X IF
NOT QUOTED

Rate/Each in figures Total


S.NO

DESCRIPTION (CONT. SCOPE OF SUPPLY) Unit QTY and words Rs.


Rs.
1 Wall Panel Sqmt 120
2 Ceiling Panel Sqmt 80
3 Three tier Bunk with bunk lights, magzine Nos 08
pouch, charging point, water bottle holder
with storage arrangement of drawer/cup
board
4 Two tier Bunk with bunk lights, magzine Nos 01
pouch, charging point, water bottle holder
with storage arrangement of drawer/cup
board
5 Bunk Matresses with cover Nos 26
6 Steel Cabinet Nos 02
7 Kit Locker with shoe rack Nos 28
8 Telephone Racks Nos 02
9 Waste Bin Nos 02
10 Bulletin Board Nos 01
11 Angular Mount for 21" Plasma TV Nos 01
12 Mirror Nos 01
13 Cloth Hook Nos 26
14 Ceiling Light Nos 10
15 Microtech Flooring Sqmt 50
16 Fan (Wall mounted) Nos 10
17 Wall Clock Nos 01
18 Switch & Socket Nos 05
19 Curtains for Port Holes Nos 04
20 Curtains for Doors Nos 01
21 Curtains for Bunks Nos 26
22 Diffuser with Silencers and louvres Set 06
23 Installation material (as required) LS LS

TOTAL (MATERIALS)

VAT ___ %
Labour Charges for installation &
commissioning & trails, which inclusive of
relocation of general alarm bell, DC
Lockers and redundant Electrical JB, etc.,
as required.

Service Tax ____ %

GRAND TOTAL

1/19 SIGNATURE OF BIDDER WITH SEAL


PUT √ IF QUOTED (OR) X IF
NOT QUOTED

Rate/Each in figures Total


S.NO DESCRIPTION (CONT. SCOPE OF SUPPLY) Unit QTY and words Rs.
Rs.
TECHNO COMMERCIAL BID - BILL OF MATERIALS - 24 MEN MESS
1 Wall Panel Sqmt 73
2 Ceiling Panel Sqmt 50
3 Three tier Bunk with bunk lights, magzine Nos 08
pouch, charging point, water bottle holder
with storage arrangement of drawer/cup
board
4 Bunk Matresses with cover Nos 24
5 Steel Cabinet Nos 02
6 Kit Locker with shoe rack Nos 24
7 Telephone Racks Nos 01
8 Waste Bin Nos 01
9 Bulletin Board Nos 01
10 Table Nos 01
11 Chairs Nos 04
12 Mirror Nos 01
13 Cloth Hook Nos 26
14 Ceiling Light Nos 08
15 Fan (Wall mounted) Nos 07
16 Wall Clock Nos 01
17 NWT Door Nos 01
18 Microtech Flooring Sqmt 43
19 Switch & Socket (Qty as required) Nos 05
20 Curtains for Port Holes Nos 04
21 Curtains for Doors Nos 01
22 Curtains for Bunks Nos 24
23 Diffuser with Silencers and louvres Set 06
24 Installation material (as required) LS LS

TOTAL (MATERIALS)
VAT ___ %
Labour Charges for installation &
commissioning & trails, which inclusive of
relocation of items as required.

Service Tax ____ %


GRAND TOTAL

2/19 SIGNATURE OF BIDDER WITH SEAL


PUT √ IF QUOTED (OR) X IF
NOT QUOTED

Rate/Each in figures Total


S.NO DESCRIPTION (CONT. SCOPE OF SUPPLY) Unit QTY and words Rs.
Rs.

TECHNO COMMERCIAL BID - BILL OF MATERIALS - SAILOR'S DINING HALL CUM SICK BAY

1 Wall Panel Sqmt 30


2 Ceiling Panel Sqmt 50
3 Sofa 2 - Seater Nos 03
4 Bulletin Board Nos 01
5 Cap & Coat Hook Nos 08
6 Angular Mount to suit 29" Plasma TV Nos 01
7 Plasam Television 29" of Standard Make Nos 01

8 Entertainment Cabinet to suit DVD Player Nos 01


and Home Theatre combo
9 DVD Player and Home Theatre Combo SET 01
10 Menu Board Nos 01
11 Bottle Cooler Nos 01
12 Ceiling / Bulkhead Lights Nos 06
13 Fan (Wall mounted) Nos 07
14 Examination Table Nos 01
15 Libray Locker Nos 02
16 Cold & Hot Water Dispenser Nos 01
17 Waste Bin Nos 02
18 Wall Clock Nos 01
19 Microtech Flooring Sqmt 21
20 NWT Door (hinged/sliding) Nos 01
21 Partition Curtain between sick bay and Nos 01
dining place
22 Switch & Socket (Qty as required) Nos 05
23 Curtains for Port Holes Nos 04
24 Curtains for Doors Nos 01
25 Diffuser with Silencers and louvres Set 06
26 Installation material (as required) LS LS

TOTAL (MATERIALS)
VAT ___ %
Labour Charges for installation &
commissioning & trails.
Service Tax ____ %

GRAND TOTAL

3/19 SIGNATURE OF BIDDER WITH SEAL


PUT √ IF QUOTED (OR) X IF
NOT QUOTED

Rate/Each in figures Total


S.NO DESCRIPTION (CONT. SCOPE OF SUPPLY) Unit QTY and words Rs.
Rs.
TECHNO COMMERCIAL BID - BILL OF MATERIALS - SENIOR SAILOR'S CABINS (3 NOS)
1 Wall Panel Sqmt 165
2 Ceiling Panel Sqmt 75
3 Three tier Bunk with bunk lights, magzine Nos 03
pouch, charging point, water bottle holder
with storage arrangement of drawer/cup
board
4 Bunk Matresses with cover Nos 09
5 Settee Nos 03
6 Chairs Nos 18
7 Ward robe with single door Nos 09
8 Mirror Nos 03
9 Telephone Racks Nos 03
10 Waste Bin Nos 03
11 Cap & hat hook Nos 18
12 Ceiling Light Nos 12
13 Angular Mount for 29" Plasma TV Nos 03
14 Entertainment Cabinet to suit DVD Player Nos 03
and Home Theatre combo
15 DVD Player and Home Theatre Combo SET 03
16 Fan (Wall mounted) Nos 12
17 Wall Clock Nos 03
18 NWT Door Nos 03
19 Wash Basin with SS Tank with float valve Nos 03

20 Microtech Flooring Sqmt 90


21 Switch & Socket LS 09
22 Curtains for Port Holes Nos 06
23 Curtains for Doors Nos 03
24 Curtains for Bunks Nos 09
25 Diffuser with Silencers and louvres Set 06
26 Installation material (as required for 3 LS LS
cabins)
TOTAL (MATERIALS)
VAT ___ %
Labour Charges for installation &
commissioning & trails, which inclusive of
relocation of items as required.
Service Tax ____ %
GRAND TOTAL

4/19 SIGNATURE OF BIDDER WITH SEAL


PUT √ IF QUOTED (OR) X IF
NOT QUOTED

Rate/Each in figures Total


S.NO DESCRIPTION (CONT. SCOPE OF SUPPLY) Unit QTY and words Rs.
Rs.
TECHNO COMMERCIAL BID - BILL OF MATERIALS - CAPTAIN'S CABIN
1 Wall Panel Sqmt 46

2 Ceiling Panel Sqmt 26

3 Single Tier Bunk with Settee with bunk light, Nos 01


magzine pouch, charging point, water
bottle holder with storage arrangement of
drawer/cup board

4 Matress with cover Nos 01

5 Head Locker Nos 01

6 Ward robe with double door Nos 02

7 Integrated desk and computer work station Nos 01

8 Revolving Arm Chair (high back) Nos 01

9 Settee Nos 02

10 Book Case and Cupboard Nos 01

11 Entertainment Center Nos 01

12 Bulk head Fan Nos 01

13 Side Table Nos 01

14 Corner Table Nos 01

15 Telephone Rack Nos 01

16 Notice Board Nos 01

17 Angular Mount to suit 29" Plasma TV Nos 01

18 21" Plasma Television Nos 01

19 Cap & Coat Hook Nos 02

20 Waste Bin Nos 01

21 Ash Tray Nos 01

22 Mirror Nos 01

23 NWT Door (Hinged/Sliding) Nos 01

24 Ceiling Light Nos 04

25 Decorative Lights Nos 04

26 Table light Nos 01

27 Microtech Flooring covered with teak Sqmt 18


wood flooring
28 Switch & Socket (Qty as required) Nos 05
29 Curtains for Port Holes Nos 04
30 Curtains for Doors Nos 01
31 Curtains for Bunks Nos 01

5/19 SIGNATURE OF BIDDER WITH SEAL


PUT √ IF QUOTED (OR) X IF
NOT QUOTED

Rate/Each in figures Total


S.NO DESCRIPTION (CONT. SCOPE OF SUPPLY) Unit QTY and words Rs.
Rs.
32 Diffuser with Silencers and louvres Set 02
33 Installation material (as required) LS LS

TOTAL (MATERIALS)

VAT ___ %
Labour Charges for installation &
commissioning & trails, which inclusive of
relocation of items as required.

Service Tax ____ %

GRAND TOTAL

6/19 SIGNATURE OF BIDDER WITH SEAL


PUT √ IF QUOTED (OR) X IF
NOT QUOTED

Rate/Each in figures Total


S.NO DESCRIPTION (CONT. SCOPE OF SUPPLY) Unit QTY and words Rs.
Rs.
TECHNO COMMERCIAL BID - BILL OF MATERIALS - EXO'S CABIN
1 Wall Panel Sqmt 36
2 Ceiling Panel Sqmt 14
3 Two Tier Bunk with Settee with bunk lights, Nos 01
magzine pouch, charging point, water
bottle holder with storage arrangement of
drawer/cup board

4 Matresses with cover Nos 02


5 Ward robe with double door Nos 02
6 File Cabinet Nos 01
7 Integrated desk and computer work station Nos 01

8 Book Rack Nos 01


9 Revolving Arm Chair (high back) Nos 01
10 Seating for Guests (3 persons) Nos 01
11 Wash Basin with 20Ltrs SS Tank with float Nos 01
valve
12 Telephone Rack Nos 01
13 Notice Board Nos 01
14 Dressing Table with mirror Nos 01
15 Cap & Coat Hook Nos 02
16 Waste Bin Nos 01
17 Ash Tray Nos 01
18 Bulk head Fan Nos 01
19 NWT Door (Hinged/Sliding) Nos 01
20 Ceiling Light Nos 04
21 Table light Nos 01
22 Microtech Flooring Sqmt 18
23 Switch & Socket (Qty as required) Nos 05
24 Curtains for Port Holes Nos 02
25 Curtains for Doors Nos 01
26 Curtains for Bunks Nos 02
27 Diffuser with Silencers and louvres Set 02
28 Installation material (as required) LS LS

TOTAL (MATERIALS)
VAT ___ %
Labour Charges for installation &
commissioning & trails, which inclusive of
relocation of items as required.

Service Tax ____ %


GRAND TOTAL

7/19 SIGNATURE OF BIDDER WITH SEAL


PUT √ IF QUOTED (OR) X IF
NOT QUOTED

Rate/Each in figures Total


S.NO DESCRIPTION (CONT. SCOPE OF SUPPLY) Unit QTY and words Rs.
Rs.
TECHNO COMMERCIAL BID - BILL OF MATERIALS - EO'S CABIN
1 Wall Panel Sqmt 26
2 Ceiling Panel Sqmt 10
3 Two Tier Bunk with Settee with bunk lights, Nos 01
magzine pouch, charging point, water
bottle holder with storage arrangement of
drawer/cup board

4 Matresses with cover Nos 02


5 Ward robe with double door Nos 02
6 File Cabinet Nos 01
7 Integrated desk and computer work station Nos 01

8 Book Rack Nos 01


9 Revolving Arm Chair (high back) Nos 01
10 Seating for Guests (3 persons) Nos 01
11 Wash Basin with 20Ltrs SS Tank with float Nos 01
valve
12 Telephone Rack Nos 01
13 Mirror Nos 01
14 Cap & Coat Hook Nos 02
15 Waste Bin Nos 01
16 Ash Tray Nos 01
17 Bulk head Fan Nos 01
18 NWT Door (Hinged/Sliding) Nos 01
19 Ceiling Light Nos 04
20 Table light Nos 01
21 Microtech Flooring Sqmt 11
22 Switch & Socket (Qty as required) Nos 05
23 Curtains for Port Holes Nos 02
24 Curtains for Doors Nos 01
25 Curtains for Bunks Nos 02
26 Diffuser with Silencers and louvres Set 02
27 Installation material (as required) LS LS

TOTAL (MATERIALS)
VAT ___ %
Labour Charges for installation &
commissioning & trails, which inclusive of
relocation of items as required.

Service Tax ____ %


GRAND TOTAL

8/19 SIGNATURE OF BIDDER WITH SEAL


PUT √ IF QUOTED (OR) X IF
NOT QUOTED

Rate/Each in figures Total


S.NO DESCRIPTION (CONT. SCOPE OF SUPPLY) Unit QTY and words Rs.
Rs.
TECHNO COMMERCIAL BID - BILL OF MATERIALS - NO/SCO'S CABIN
1 Wall Panel Sqmt 28
2 Ceiling Panel Sqmt 12
3 Two Tier Bunk with Settee with bunk lights, Nos 01
magzine pouch, charging point, water
bottle holder with storage arrangement of
drawer/cup board

4 Matresses with cover Nos 02


5 Ward robe with double door Nos 02
6 File Cabinet Nos 01
7 Integrated desk and computer work station Nos 01

8 Book Rack Nos 01


9 Revolving Arm Chair (high back) Nos 01
10 Seating for Guests (3 persons) Nos 01
11 Wash Basin with 20Ltrs SS Tank with float Nos 01
valve
12 Telephone Rack Nos 01
13 Mirror Nos 01
14 Cap & Coat Hook Nos 02
15 Waste Bin Nos 01
16 Ash Tray Nos 01
17 Bulk head Fan Nos 01
18 NWT Door (Hinged/Sliding) Nos 01
19 Ceiling Light Nos 04
20 Table light Nos 01
21 Microtech Flooring Sqmt 12
22 Switch & Socket (Qty as required) Nos 05
23 Curtains for Port Holes Nos 02
24 Curtains for Doors Nos 01
25 Curtains for Bunks Nos 02
26 Diffuser with Silencers and louvres Set 02
27 Installation material (as required) LS LS

TOTAL (MATERIALS)
VAT ___ %
Labour Charges for installation &
commissioning & trails, which inclusive of
relocation of items as required.

Service Tax ____ %


GRAND TOTAL

9/19 SIGNATURE OF BIDDER WITH SEAL


PUT √ IF QUOTED (OR) X IF
NOT QUOTED

Rate/Each in figures Total


S.NO DESCRIPTION (CONT. SCOPE OF SUPPLY) Unit QTY and words Rs.
Rs.
TECHNO COMMERCIAL BID - BILL OF MATERIALS - JUNIOR OFFICER'S CABIN
1 Wall Panel Sqmt 47
2 Ceiling Panel Sqmt 26
3 Two Tier Bunk with Settee with bunk lights, Nos 03
magzine pouch, charging point, water
bottle holder with storage arrangement of
drawer/cup board

4 Matresses Nos 06
5 Kit Locker with shoe rack Nos 06
6 Book Rack Nos 03
7 Revolving Arm Chair Nos 02
8 Wash Basin with 20Ltrs SS Tank with float Nos 01
valve
9 Telephone Rack Nos 01
10 Desk Nos 01
11 Mirror Nos 01
12 Cap & Coat Hook Nos 06
13 Waste Bin Nos 01
14 Ash Tray Nos 01
15 Bulk head Fan Nos 02
16 NWT Door (Hinged/Sliding) Nos 01
17 Ceiling Light Nos 02
18 Table light Nos 01
19 Microtech Flooring Sqmt 18
20 Switch & Socket (Qty as required) Nos 05
21 Curtains for Port Holes Nos 04
22 Curtains for Doors Nos 01
23 Curtains for Bunks Nos 06
24 Diffuser with Silencers and louvres Set 04
25 Installation material (as required) LS LS

TOTAL (MATERIALS)
VAT ___ %
Labour Charges for installation &
commissioning & trails, which inclusive of
relocation of items as required.

Service Tax ____ %

GRAND TOTAL

10/19 SIGNATURE OF BIDDER WITH SEAL


PUT √ IF QUOTED (OR) X IF
NOT QUOTED

Rate/Each in figures Total


S.NO DESCRIPTION (CONT. SCOPE OF SUPPLY) Unit QTY and words Rs.
Rs.
TECHNO COMMERCIAL BID - BILL OF MATERIALS - WARD ROOM
1 Wall panel Sqmt 40
2 Ceiling Panel Sqmt 24
3 Two Tier Bunk with Settee with bunk lights, Nos 04
magzine pouch, charging point, water
bottle holder with storage arrangement of
drawer/cup board

4 Dining Chairs Nos 02


5 Bar Counter semi Circular Nos 01
6 Revolving Bar Stools Nos 03
7 DVD Player & Home Theatre combo Nos 01
8 Entertainment rack to suit above combo Nos 01
pack
9 Peg Tables Nos 03
10 Cabinets Nos 02
11 Napkin Rack Nos 01
12 Notice Board Nos 01
13 Cap & hat hook Nos 10
14 Ash Tray Nos 02
15 Mirror Nos 01
16 Telephone Stand Nos 01
17 Oval shaped Dining Table Nos 01
18 Show Case for Trophy Nos 01
19 Magzine Stand Nos 01
20 Ceiling / Bulkhead Lights Nos 05
21 Decorative lights Nos 06
22 Microtech Flooring covered with Teak Sqmt 22
wood flooring
23 Switch & Socket Nos 05
24 Curtains for Port Holes Nos 06
25 Curtains for Doors Nos 01
26 Diffuser with Silencers and louvres Set 04
27 Installation material (as required) LS LS

TOTAL (MATERIALS)

VAT ___ %
Labour Charges for installation &
commissioning & trails, which inclusive of
LS 1
relocation of items as required.

Service Tax ____ %

11/19 SIGNATURE OF BIDDER WITH SEAL


PUT √ IF QUOTED (OR) X IF
NOT QUOTED

Rate/Each in figures Total


S.NO DESCRIPTION (CONT. SCOPE OF SUPPLY) Unit QTY and words Rs.
Rs.
GRAND TOTAL

12/19 SIGNATURE OF BIDDER WITH SEAL


PUT √ IF QUOTED (OR) X IF
NOT QUOTED

Rate/Each in figures Total


S.NO DESCRIPTION (CONT. SCOPE OF SUPPLY) Unit QTY and words Rs.
Rs.
TECHNO COMMERCIAL BID - BILL OF MATERIALS - SHIP'S LAUNDRY
1 Working Table with storage space Nos 01

2 Shelf Nos 01

3 Clothing Locker Nos 01

4 Ceiling Lights Nos 02

5 Switch & Socket (Qty as required) Nos 05


6 Curtains for Port Holes Nos 04
7 Curtains for Doors Nos 01
8 Installation material (as required) LS LS

TOTAL (MATERIALS)

VAT ___ %

Labour Charges for installation &


commissioning & trails, which inclusive of
LS 1
relocation of items as required.

Service Tax ____ %

GRAND TOTAL

13/19 SIGNATURE OF BIDDER WITH SEAL


PUT √ IF QUOTED (OR) X IF
NOT QUOTED

Rate/Each in figures Total


S.NO DESCRIPTION (CONT. SCOPE OF SUPPLY) Unit QTY and words Rs.
Rs.
TECHNO COMMERCIAL BID - BILL OF MATERIALS - SHIP'S GALLEY
1 Wall Panel (SS 304) Sqmt 60
2 Ceiling Panel (SS 304) Sqmt 20
3 Microtech Flooring (anti skid) Sqmt 21
Messing gear stowing lockers cum working Nos 04
4
platform made of SS

5 Cupboard (700mm height) made of SS Nos 02

6 Clothing Locker made of SS Nos 01

7 500 Ltrs SS Tank with Float Valve Nos 01

8 Shelf for Stowage Nos 03

9 Ceiling Lights Nos 06

10 NWT door Nos 01

11 Switch & Socket (Qty as required) Nos 10

12 Installation material (as required) LS LS

TOTAL (MATERIALS)

VAT ___ %

Labour Charges for installation &


commissioning & trails, which inclusive of
LS 1
relocation of items as required.

Service Tax ____ %

GRAND TOTAL

14/19 SIGNATURE OF BIDDER WITH SEAL


PUT √ IF QUOTED (OR) X IF
NOT QUOTED

Rate/Each in figures Total


S.NO DESCRIPTION (CONT. SCOPE OF SUPPLY) Unit QTY and words Rs.
Rs.
TECHNO COMMERCIAL BID - BILL OF MATERIALS - SAILOR'S WC
1 Wall Panel (SS 304) Sqmt 12

2 Ceiling Panel (SS 304) Sqmt 12

3 Partition Panel for WCs (SS 304) Nos 03

4 Partition Panel for Urinals (SS 304) Nos 04

5 Microtech Flooring (non skid) Sqmt 14

6 Wash basin Nos 01

7 Urinal pans Nos 03

8 WCs Nos 04

9 WC doors Sets 04

10 300 Lts capacity SS Tank Nos 01

11 NWT doors Nos 02

12 Celling lights Nos 03

13 Switch & Socket (Qty as required) Nos 03


14 Curtains for Port Holes Nos 04
15 Curtains for Doors Nos 01
16 Installation material (as required) LS LS

TOTAL (MATERIALS)

VAT ___ %

Labour Charges for installation &


commissioning & trails, which inclusive of
relocation of items as required.

Service Tax ____ %

GRAND TOTAL

15/19 SIGNATURE OF BIDDER WITH SEAL


PUT √ IF QUOTED (OR) X IF
NOT QUOTED

Rate/Each in figures Total


S.NO DESCRIPTION (CONT. SCOPE OF SUPPLY) Unit QTY and words Rs.
Rs.
TECHNO COMMERCIAL BID - BILL OF MATERIALS - SAILOR'S BATH ROOM
1 Wall Panel (SS 304) Sqmt 12

2 Ceiling Panel (SS 304) Sqmt 14

3 Partition for Bath (SS 304) Nos 03

4 Microtech Flooring (non skid) Sqmt 14

5 Wash basin with mirror Nos 04

6 Wash basin Nos 01

7 Shower with mixing valves Nos 04

8 Curtains for Shower place Nos 04

9 Cleaning gear locker Nos 02

10 500 Ltrs capacity SS Tank Nos 01

11 NWT door Nos 02

12 Celling lights Nos 05

13 Switch & Socket Nos 05


14 Curtains for Port Holes Nos 04
15 Curtains for Doors Nos 01
16 Installation material (as required) LS LS

TOTAL (MATERIALS)

VAT ___ %

Labour Charges for installation &


commissioning & trails, which inclusive of
relocation of items as required.

Service Tax ____ %

GRAND TOTAL

16/19 SIGNATURE OF BIDDER WITH SEAL


PUT √ IF QUOTED (OR) X IF
NOT QUOTED

Rate/Each in figures Total


S.NO DESCRIPTION (CONT. SCOPE OF SUPPLY) Unit QTY and words Rs.
Rs.
TECHNO COMMERCIAL BID - BILL OF MATERIALS - CAPTAIN'S BATH & WC
1 Wall Panel Sqmt 08

2 Ceiling Panel Sqmt 03

3 Partition Panel for WC & Bath (SS 304) Nos 01

4 Microtech Flooring (non skid) Sqmt 04

5 Wash basin with mirror Nos 01

6 WCs Nos 01

7 WC doors Sets 01

8 200 Ltrs capacity SS Tank with float valve Nos 01


and connection to wash basin & WC

9 Shower with mixing valves Nos 01

10 Curtains for Shower place Nos 01

11 Cabinet Nos 01

12 NWT door Nos 01

13 Celling lights Nos 01

14 Gyeser with accessories Nos 01

15 Switch & Socket Nos 05


16 Curtains for Port Holes Nos 02
17 Curtains for Doors Nos 01
18 Installation material (as required) LS LS

TOTAL (MATERIALS)

VAT ___ %

Labour Charges for installation &


commissioning & trails, which inclusive of
relocation of items as required.

Service Tax ____ %

GRAND TOTAL

17/19 SIGNATURE OF BIDDER WITH SEAL


PUT √ IF QUOTED (OR) X IF
NOT QUOTED

Rate/Each in figures Total


S.NO DESCRIPTION (CONT. SCOPE OF SUPPLY) Unit QTY and words Rs.
Rs.
TECHNO COMMERCIAL BID - BILL OF MATERIALS - OFFICER'S BATH & WC
1 Wall Panel Sqmt 12
2 Ceiling Panel Sqmt 07
3 Partition Panel for WC & Bath (SS 304) Nos 03

4 Microtech Flooring (non skid) Sqmt 11

5 Wash basin with mirror Nos 01

6 WCs Nos 02

7 WC doors Sets 02

8 550 Ltrs capacity SS Tank with float valve Nos 01


and connection to wash basin & WC

9 Shower with mixing valves Nos 02

10 Curtains for Shower place Nos 02

11 Rack Nos 01

12 NWT door Nos 03

13 Celling lights Nos 05

14 Curtains for Port Holes Nos 02


15 Curtains for Doors Nos 01
16 Installation material (as required) LS LS

TOTAL (MATERIALS)

VAT ___ %

Labour Charges for installation &


commissioning & trails, which inclusive of
relocation of items as required.

Service Tax ____ %

GRAND TOTAL

18/19 SIGNATURE OF BIDDER WITH SEAL


PUT √ IF QUOTED (OR) X IF
NOT QUOTED

Rate/Each in figures Total


S.NO DESCRIPTION (CONT. SCOPE OF SUPPLY) Unit QTY and words Rs.
Rs.
TECHNO COMMERCIAL BID - BILL OF MATERIALS - TANK SPACE
1 Folding Bunks (SS 304) Nos 10

2 Matressess Sqmt 10

TOTAL (MATERIALS)

VAT ___ %

Labour Charges for installation &


commissioning & trails, which inclusive of
relocation of items as required.

Service Tax ____ %

GRAND TOTAL

19/19 SIGNATURE OF BIDDER WITH SEAL


(To be given on BIDDER LETTER PAD)

UNDERTAKING

We have visited INS KUMBHIR and inspected the defects and have fully understood
the work content.

We here by confirm that the work package has been carefully examined and
understood and that in our opinion there are no variations / deviations from the
defect list, which is bearing for cost analysis.

We do not anticipate any deviation in the work package projected in the Defect
List and we confirm that we will undertake any minor modifications / alterations /
additions suggested during the progress of work to suit with the site shall be
attended without affecting the cost.

The quoted cost against work package includes the cost of material, installation,
shifting of materials and other consumable material on turn key basis without any
additional claim for the prescribed quantities.

However, any change in the quantities shall be on prorate basis basing on cost of
each quoted in the bid.

Signature of the of the Bidder with date & Seal

1/6
(To be given on BIDDER LETTER PAD)

CONFIRMATION ON READINESS OF MATERIALS AND COMPLETION TIME

We here by confirm the following.

a) Readiness of material with stage inspections as per bid specification


and Ship Staff / WOT requirement with in 45days from date of issue of “
WORK ORDER / LOI”
b) Commencement of installation on board from 1st February, 2010 and
progressively complete the total installation and commissioning and
trails of total package with in 45 days, i.e., by 17th March, 2010.

Signature of the of the Bidder with date & Seal

2/6
(To be given on BIDDER LETTER PAD)

LIST OF ITEMS NOT QUOTED IN BID / DEVIATIONS & ALTERATIONS / ADDITIONS /


DELETIONS

The following are the items not quoted in bid by us.

1.
2.
3.
4.

The following are the DEVIATIONS & ALTERATIONS to the bid. (both commercial &
Technical indicating the page no., s.no. and Enclosure no. and cost of these are
considered while submitting our price bid.

1.
2.
3.
4.

The following are the ADDITIONS to the bid and same are separately indicated in
our price bid kept under separate sealed cover.

1.
2.
3.
4.

The following are the DELETIONS to the bid and prices for the same are shown zero
against each.

1.
2.
3.
4.

Signature of the of the Bidder with date & Seal

3/6
(To be given on BIDDER LETTER PAD)

PROPOSAL ON ENSURING QUALITY OF WORK AND PROVISION OF GUARANTEE

(Small write up on bidder proposal on ensuring quality and


provision of guarantee to be given)

Signature of the of the Bidder with date & Seal

4/6
(To be given on BIDDER LETTER PAD)

UNDERTAKING ON ILLEGAL GRATIFICATION

We here by confirm that we have not made any payment or illegal gratification to
any person / authority connected with the bid process so as to influence the bid
process and have not committed any offence under the PC Act in connection with
the bid.

Signature of the of the Bidder with date & Seal

5/6
(To be given on BIDDER LETTER PAD)

DISCLOSE ON PAYMENT MADE TO AGENTS

We here by confirm that we proposed to make the payments to the following


intermediaries (agents) in connection with the bid.

1.
2.
3.
4.

Signature of the of the Bidder with date & Seal

6/6
36 MEN MESS (PRESENT)
8500
LIST OF EQUIPMENT & FURNISHING

FURNISHING SIZE
1 1 1
1. BUNK (3 TIER) 1850x630

1 3 2. METAL LOCKERS (400X300)

1350
(610X400)
3. WOODEN LOCKERS (1770X960)
3
4. MIRROR

2 2 3
7200

2 2 3 3
2080
1 1 1
3

3150
4
1

1 2130
1
1970

2
1 2

3330

ALL DIMENSIONS ARE IN MM


36 MEN MESS (PROPOSED)
8500
LIST OF EQUIPMENT & FURNISHING

FURNISHING SIZE
2 2 2 2 2 2 2 2 2 2 2 2 2 2 2 2 2 2
1. BUNK (3 TIER) (1800x630)
1

1350
2. KIT LOCKERS MOUNTED
ON SHOE RACK (380X485X1500)
3
3. STEEL LOCKERS
2 2 2 2 2
3 4. BUNK (2 TIER)
7200

2 2
2080
1 1 1 1

3150
2
4 2TV
1

1 2130
1
1970

1 2

3330

ALL DIMENSIONS ARE IN MM


24MEN MESS (PRESENT)
6400 LIST OF EQUIPMENT & FURNISHING

FURNISHING SIZE
2 1
1 2 2
1 BUNK (2 TIER) (1850X685)
1 1

2150
2 KIT LOCKERS (600X600)
1 (600X300)

3 SHOE RACKS
2 2 2
1

1770
7100

1300
1 3

1
1350
1

1
3830

2
2 2

2
1
1 2 2

3380

ALL DIMENSIONS ARE IN MM


24MEN MESS (PROPOSED)
6400 LIST OF EQUIPMENT & FURNISHING

FURNISHING SIZE
1 2 2 2 2 2 2 2 2 2 2
1 BUNK 3 TIER (1800x630)

2150
4 2 2. KIT LOCKERS MOUNTED

2 ON SHOE RACK (380WX485DX1500H)

1 4 3 2 2 5 3. WOODEN TABLE
4
4. CHAIRS
2

1300
4 1770 5. SHOE RACK
7100

2
1
2

1 1350
1

1
2
3830

2
2
1
1 2 2

3380

ALL DIMENSIONS ARE IN MM


DINING HALL (PRESENT)
LIST OF EQUIPMENT & FURNISHING

2600 FURNISHING SIZE

1. TV CABINET (830X550)

1000
2. LOCKERS (1500X550)

3. FRIDGE (550X540)
1900
4. SOFA/LOCKER

2
SICK BAY
2900

1
4

4700

ALL DIMENSIONS ARE IN MM


DINING HALL PROPOSED

LIST OF EQUIPMENT & FURNISHING

2600 FURNISHING SIZE

1. BUNK

1000
TV 2. SOFA
4
3. LOCKERS
1900
4. FRIDGE

5. PESTOFLASH
4 1 6. TABLE

7. STOOLS

8. CHAIR
3
SICK BAY
2900

LOCKERS

3 3 8

5 42
7

4700

ALL DIMENSIONS ARE IN MM


HOD’s MESS (PRESENT)
LIST OF EQUIPMENT & FURNISHING

FURNISHING SIZE
5600
1 BUNK (2 TIER)

2 KIT LOCKERS
4
2 2 2 2 2 5 3 DINING TABLE
5
9 4 WOODEN LOCKER
8
3 6
5 SINK

6 WASH PLACE
8 8 7 SHOE RACKS
1
8 CHAIRS
2600

1 7

0.40

ALL DIMENSIONS ARE IN MM


HOD’s MESS (PROPOSED)

LIST OF EQUIPMENT & FURNISHING

FURNISHING SIZE
5600
1 BUNK-2 TIER ( 1800X630)

4 2 KIT LOCKERSMOUNTED
7 ON SHOE RACK (380WX485DX1500H)
TV 2 2
55

3
9
8 3 DINING TABLE

4 WOODEN LOCKER

8 8 6 5 SINK

6 WASH PLACE
1
7 20 Ltrs TANK

8 CHAIRS
2600

1 2 2 2

0.40

ALL DIMENSIONS ARE IN MM


CPO MESS (PRESENT)

LIST OF EQUIPMENT & FURNISHING

FURNISHING SIZE
5500
1. BUNK(2 TIER) (1900X680)

3 2. LOCKER (600X600)

1 2
3. SHOE RACK (650X350)
1
4. FRIDGE (480X600)
2

1600
5. TOOL LOCKER (1080X500)

6. TV CABINET (650X610)

7. TABLE (1190X590)

8. CHAIRS

1
2600

6 7 8 1
4

3080
1300

2450

ALL DIMENSIONS ARE IN MM


CPO MESS (PROPOSED)

LIST OF EQUIPMENT & FURNISHING

FURNISHING SIZE
5500
1. BUNK(2 TIER) (1900X680)

3 2. LOCKER (600X600)

1 2
3. SHOE RACK (650X350)
1
4. FRIDGE (480X600)
2

1600
5. TOOL LOCKER (1080X500)

6. TV CABINET (650X610)

7. TABLE (1190X590)

8. CHAIRS

1
2600

6 7 8 1
4

3080
1300

5
TV
2450

ALL DIMENSIONS ARE IN MM


PO MESS (PRESENT)

LIST OF EQUIPMENT & FURNISHING


2000
FURNISHING SIZE

1. BUNK (2 TIER) (1900X680)


4
3 2. LOCKERS (600X600)

3. TABLE (1100X1030)

11

2000
4. ESCAPE TRUNK (800X800)

5. MIRROR

3400
5

2800
2

2
1
1500

1 2 1
1 1

5450

ALL DIMENSIONS ARE IN MM


PO MESS (PROPOSED)

LIST OF EQUIPMENT & FURNISHING


2000
FURNISHING SIZE
TV 1. BUNK (2 TIER) (1800X630)
4
3 2. KIT LOCKER MOUNTED
ON SHOE RACK (380WX485DX1500H)

3. TABLE (1100X1030)
11

2000
4. ESCAPE TRUNK (800X800)

5. MIRROR

3400
5

2800
2

2
1
1500

1 2 1
1 1

5450

ALL DIMENSIONS ARE IN MM


CAPTAIN’S CABIN (PRESENT)

LIST OF EQUIPMENT & FURNISHING

FURNISHING SIZE

1. BUNK

5 4
4 2. WRITING
TABLE

3. CABINET

4. SOFA
2
5. WOODEN
DESK
8 9
6. CABINET

7. TV CABINET
9 9
8. TABLE

9. CHAIR

6
7
1
3
6

ALL DIMENSIONS ARE IN MM


CAPTAIN’S CABIN (PROPOSED)

LIST OF EQUIPMENT & FURNISHING

FURNISHING SIZE

1. BUNK

5 4 4 2. WRITING
TABLE\

3. CABINET

4. SOFA

5. WOODEN
DESK
7 8
6. CABINET

7. TABLE
8 8 2 8. CHAIR
TV
6
1
1
3
6

ALL DIMENSIONS ARE IN MM


EXO’S CABIN (PRESENT)

LIST OF EQUIPMENT & FURNISHING


1850
FURNISHING SIZE

1. BUNK (2 TIER) (1900X700)


5

1550
2. LOCKER (750X490)
2
3. TABLE (720X1900)

4. CABINET (1070X250)
4 750
5. WASH BASIN (480X820)
2
6. CHAIR

4
3680

1950
3 4
11

2600

ALL DIMENSIONS ARE IN MM


EXO’S CABIN (PROPOSED)

LIST OF EQUIPMENT & FURNISHING


1850
FURNISHING SIZE

1. BUNK 2 TIER WITH SETITTE


WITH INTERNAL STORAGE
4 5

1550
PLACE (2000X850)

2. CABINET

3. TABLE WOODEN
KEY RACK 750
4. WASH BASIN
5
5. WOODEN LOCKER (WITH SHOE RACK)
6 6. SAFE

7. METAL LOCKER (AL)


3680

1950
11 3 2

2600

ALL DIMENSIONS ARE IN MM


EO’S CABIN (PRESENT)

LIST OF EQUIPMENT & FURNISHING

FURNISHING SIZE

1. BUNK (1900X700)

2. LOCKER (300X600)
5
2 3. TABLE (1080X600)

4. CABINET (1100X250)

5. WASHBASIN (800X800)

6. CHAIR
4
3680

3
9

1
1

2350

ALL DIMENSIONS ARE IN MM


EO’S CABIN (PROPOSED)

LIST OF EQUIPMENT & FURNISHING

FURNISHING SIZE

1. BUNK (1900X700)

5 2. LOCKER (300X600)
2 3. TABLE (1080X600)

4. CABINET (1100X250)
TV
5. WASHBASIN (800X800)

6. CHAIR
4
3680

9
3

1
1

2350

ALL DIMENSIONS ARE IN MM


NO’S CABIN (PRESENT)

LIST OF EQUIPMENT & FURNISHING

FURNISHING SIZE
TV
1. BUNK (1900X700)
5
2. TABLE (1800X680),
(750X800)

2 3. CABINET (700X300)

4. LOCKER 300X600)

3 2 5. WASHBASIN (800X800)
9
6. CHAIR
3690

1
4
1

2850

ALL DIMENSIONS ARE IN MM


NO’S CABIN (PROPOSED)

LIST OF EQUIPMENT & FURNISHING

FURNISHING SIZE

1.BUNK 2 TIER WITH SETITTE


3 WITH INTERNAL STORAGE
PLACE (1800X630)

2. TABLE (750X800)
2
1 1 3. WASHBASIN

2 4. KIT LOCKER MOUNTED


ON SHOE RACK (380WX485DX1500H)
3690

4 4

4
4

2 2

TV
2850

ALL DIMENSIONS ARE IN MM


CABIN 103 (PRESENT)

LIST OF EQUIPMENT & FURNISHING

5500 FURNISHING SIZE

1. BUNK (2 TIER) (1900X680)

5 6
2. KIT LOCKER (300X600)
1 (600X600)

1360
(600X900)

3. WOODEN LOCKER (1800X470)

4. TABLE (1850X72O)
4 2400 5 WASH BASIN (900X470)
1
3 6 SHOE RACKS (500X800)
5650

4400
2 2

1 1

2 2 2

2500

ALL DIMENSIONS ARE IN MM


CABIN 103 (PROPOSED)

LIST OF EQUIPMENT & FURNISHING

5500 FURNISHING SIZE

1 BUNK (2 TIER) (1800X630)


3
2 2 2 2 2 5 6
2 KIT LOCKER MOUNTED
ON SHOE RACK (380WX485DX1500H)

1360
3 20 Ltrs TANK

4 TABLE

5 WASH BASIN (900X470)


2400
4 1 1 6 CABINET
5650

4400
2

1 1
6
TV

2500

ALL DIMENSIONS ARE IN MM


WARDROOM (PRESENT)

LIST OF EQUIPMENT & FURNISHING

FURNISHING SIZE
5 4 3 4 6 4 1. SOFA (1700X690)

6 2. TABLE (1220X1220)

3. TV
3620 4. CABINET

5. CABINET

6. FRIDGE

3470
1
1 2 2 1
1

1 1
1

5250

ALL DIMENSIONS ARE IN MM


WARDROOM (PROPOSED)

LIST OF EQUIPMENT & FURNISHING

FURNISHING SIZE
TV 4 50 40 4 5 1. BUNK 2 TIER WITH
SETITTE WITH INTERNAL
STORAGE PLACE (2000X850)

ROUND TABLE 2. TABLE (1500X1500)

6 3. TABLE

4. CABINET

5. FRIDGE

3470
6. MAGZINE RACK

1
1 2 1
3
1
1 1

1 1
1 1 1

5250

ALL DIMENSIONS ARE IN MM


LAUNDRY (PRESENT)

LIST OF EQUIPMENT & FURNISHING

FURNISHING SIZE

1 TABLE (1600x570)

2 LOCKER (840X310)
3
1 3 CABINET (1550X280)
570

2 2

1600

ALL DIMENSIONS ARE IN MM


LIST OF EQUIPMENT & FURNISHING

FURNISHING SIZE
LAUNDRY (PROPOSED)
1.TABLE WITH STORAGE SPACE

2 CLOTHING LOCKER

3 SHELVES

3
1
570

2 2

1600

ALL DIMENSIONS ARE IN MM


SHIP’S GALLEY (PRESENT)

LIST OF EQUIPMENT & FURNISHING


7500
FURNISHING SIZE

1. LOCKER (2200X500)
4 4 4 2
3 2. CABINET (1300X500)

1500
3. HOT PLATES (1550X900)
1900

4. LOCKER (3200X550)

3 2 5. LOCKER (600X1350

110
0
2200
800

5 5 1

2130
1360 1
900

2
1

1350

ALL DIMENSIONS ARE IN MM


SHIP’S GALLEY (PROPOSED)

LIST OF EQUIPMENT & FURNISHING

FURNISHING SIZE
7500
1. LOCKER (2200X500)
HEIGHT - 600MM

2 2. CABINET (1300X500)
4 4 4
3
3. HOT PLATES (1550X900)

1500
4. LOCKER (3200X550)
1900

5. LOCKER (600X1350)
3 2 6 6. PLASTIC TANK WITH FLAT
VALVES

110
0
2200
800

5 5 1

2130
1360 1
900

2
1

1350

ALL DIMENSIONS ARE IN MM


CAPTAIN’S BATHROOM (PRESENT)

LIST OF EQUIPMENT & FURNISHING

FURNISHING SIZE

1. WC COMMODE
2
2. FLUSHING TANK

3. WASH BASIN WITH MIRROR


1 3
4. GEYSER

5. SHOWER

ALL DIMENSIONS ARE IN MM


CAPTAIN’S BATHROOM (PROPOSED)

LIST OF EQUIPMENT & FURNISHING

FURNISHING SIZE

1. WC COMMODE

2. FLUSHING TANK

3. WASH BASIN WITH MIRROR


2
6 4. GEYSER

5. SHOWER
1 3
6. CABINET

ALL DIMENSIONS ARE IN MM


OFFICER’S BATHROOM (PRESENT)
LIST OF EQUIPMENT & FURNISHING

FURNISHING SIZE
3100
1. WC COMMODE (1400X800)

2. SHOWER (750X750)

3. WASHBASIN WITH MIRROR

2 2 4. DRUM
1 1
5. RACK (1000X400)
2650

3500
4 3

800mm
1500
1000

1400

ALL DIMENSIONS ARE IN MM


OFFICER’S BATHROOM (PROPOSED) LIST OF EQUIPMENT & FURNISHING

FURNISHING SIZE
3100
1. WC COMMODE
(1400X800)

2. SHOWER
(750X750)

2 2 3. WASHBASIN WITH MIRROR


1 1
4. 550 Ltrs PLASTIC TANK WITH
FLOAT VALVES IN BATHROOM
WITH CONNECTION TO WASH
2650

BASIN & WCs

3500
5. RACK
(1000X400)

4 3

800mm
1500
1000

1400

ALL DIMENSIONS ARE IN MM


SAILOR’S BATHROOM (PRESENT)

LIST OF EQUIPMENT & FURNISHING


4500
FURNISHING SIZE

1. WASH BASIN WITH MIRROR

2. SHOWER
2
3. WASH BASIN

4. DRUM
2900

1 4 1 1 1

900

ALL DIMENSIONS ARE IN MM


SAILOR’S BATHROOM (PROPOSED)

LIST OF EQUIPMENT & FURNISHING

FURNISHING SIZE
4500 1. WASH BASIN WITH MIRROR

2. SHOWER

3. WASH BASIN

2 4. PLASTIC TANK
2900

4 1 1 1 1

900

ALL DIMENSIONS ARE IN MM


SAILOR’S WC (PRESENT)

LIST OF EQUIPMENT & FURNISHING

FURNISHING SIZE
3100 1 WC COMMODE (1840x780)

2 URINAL

3 DRUM

1 1

1350
1 1
2650

900

ALL DIMENSIONS ARE IN MM


SAILOR’S WC (PROPOSED)
LIST OF EQUIPMENT & FURNISHING

FURNISHING SIZE
3100 1 WC COMMODE (1840x780)

2 URINAL

3 PLASTIC TANK

4. WASH BASIN
1 1

1350
1 1
2650

4
900

ALL DIMENSIONS ARE IN MM


ENCLOSURE - VI
PRICE BID - BILL OF MATERIALS - 36 MEN MESS
Rate/Each in figures Total
S.NO
DESCRIPTION (CONT. SCOPE OF SUPPLY) Unit QTY and words Rs.
Rs.
1 Wall Panel Sqmt 120
2 Ceiling Panel Sqmt 80
3 Three tier Bunk with bunk lights, magzine Nos 08
pouch, charging point, water bottle holder
with storage arrangement of drawer/cup
board
4 Two tier Bunk with bunk lights, magzine Nos 01
pouch, charging point, water bottle holder
with storage arrangement of drawer/cup
board
5 Bunk Matresses with cover Nos 26
6 Steel Cabinet Nos 02
7 Kit Locker with shoe rack Nos 28
8 Telephone Racks Nos 02
9 Waste Bin Nos 02
10 Bulletin Board Nos 01
11 Angular Mount for 21" Plasma TV Nos 01
12 Mirror Nos 01
13 Cloth Hook Nos 26
14 Ceiling Light Nos 10
15 Microtech Flooring Sqmt 50
16 Fan (Wall mounted) Nos 10
17 Wall Clock Nos 01
18 Switch & Socket Nos 05
19 Curtains for Port Holes Nos 04
20 Curtains for Doors Nos 01
21 Curtains for Bunks Nos 26
22 Diffuser with Silencers and louvres Set 06
23 Installation material (as required) LS LS

TOTAL (MATERIALS)

VAT ___ %
Labour Charges for installation &
commissioning & trails, which inclusive of
relocation of general alarm bell, DC
Lockers and redundant Electrical JB, etc.,
as required.

Service Tax ____ %

GRAND TOTAL

1/18 SIGNATURE OF BIDDER WITH SEAL


Rate/Each in figures Total

S.NO
DESCRIPTION (CONT. SCOPE OF SUPPLY) Unit QTY and words Rs.
Rs.
PRICE BID - BILL OF MATERIALS - 24 MEN MESS
1 Wall Panel Sqmt 73
2 Ceiling Panel Sqmt 50
3 Three tier Bunk with bunk lights, magzine Nos 08
pouch, charging point, water bottle holder
with storage arrangement of drawer/cup
board
4 Bunk Matresses with cover Nos 24
5 Steel Cabinet Nos 02
6 Kit Locker with shoe rack Nos 24
7 Telephone Racks Nos 01
8 Waste Bin Nos 01
9 Bulletin Board Nos 01
10 Table Nos 01
11 Chairs Nos 04
12 Mirror Nos 01
13 Cloth Hook Nos 26
14 Ceiling Light Nos 08
15 Fan (Wall mounted) Nos 07
16 Wall Clock Nos 01
17 NWT Door Nos 01
18 Microtech Flooring Sqmt 43
19 Switch & Socket (Qty as required) Nos 05
20 Curtains for Port Holes Nos 04
21 Curtains for Doors Nos 01
22 Curtains for Bunks Nos 24
23 Diffuser with Silencers and louvres Set 06
24 Installation material (as required) LS LS

TOTAL (MATERIALS)
VAT ___ %
Labour Charges for installation &
commissioning & trails, which inclusive of
relocation of items as required.

Service Tax ____ %


GRAND TOTAL

2/18 SIGNATURE OF BIDDER WITH SEAL


Rate/Each in figures Total

S.NO
DESCRIPTION (CONT. SCOPE OF SUPPLY) Unit QTY and words Rs.
Rs.

PRICE BID - BILL OF MATERIALS - SAILOR'S DINING HALL CUM SICK BAY

1 Wall Panel Sqmt 30


2 Ceiling Panel Sqmt 50
3 Sofa 2 - Seater Nos 03
4 Bulletin Board Nos 01
5 Cap & Coat Hook Nos 08
6 Angular Mount to suit 29" Plasma TV Nos 01
7 Plasam Television 29" of Standard Make Nos 01

8 Entertainment Cabinet to suit DVD Player Nos 01


and Home Theatre combo
9 DVD Player and Home Theatre Combo SET 01
10 Menu Board Nos 01
11 Bottle Cooler Nos 01
12 Ceiling / Bulkhead Lights Nos 06
13 Fan (Wall mounted) Nos 07
14 Examination Table Nos 01
15 Libray Locker Nos 02
16 Cold & Hot Water Dispenser Nos 01
17 Waste Bin Nos 02
18 Wall Clock Nos 01
19 Microtech Flooring Sqmt 21
20 NWT Door (hinged/sliding) Nos 01
21 Partition Curtain between sick bay and Nos 01
dining place
22 Switch & Socket (Qty as required) Nos 05
23 Curtains for Port Holes Nos 04
24 Curtains for Doors Nos 01
25 Diffuser with Silencers and louvres Set 06
26 Installation material (as required) LS LS

TOTAL (MATERIALS)
VAT ___ %
Labour Charges for installation &
commissioning & trails.
Service Tax ____ %

GRAND TOTAL

3/18 SIGNATURE OF BIDDER WITH SEAL


Rate/Each in figures Total

S.NO
DESCRIPTION (CONT. SCOPE OF SUPPLY) Unit QTY and words Rs.
Rs.
PRICE BID - BILL OF MATERIALS - SENIOR SAILOR'S CABINS (3 NOS)

1 Wall Panel Sqmt 165


2 Ceiling Panel Sqmt 75
3 Three tier Bunk with bunk lights, magzine Nos 03
pouch, charging point, water bottle holder
with storage arrangement of drawer/cup
board
4 Bunk Matresses with cover Nos 09
5 Settee Nos 03
6 Chairs Nos 18
7 Ward robe with single door Nos 09
8 Mirror Nos 03
9 Telephone Racks Nos 03
10 Waste Bin Nos 03
11 Cap & hat hook Nos 18
12 Ceiling Light Nos 12
13 Angular Mount for 29" Plasma TV Nos 03
14 Entertainment Cabinet to suit DVD Player Nos 03
and Home Theatre combo
15 DVD Player and Home Theatre Combo SET 03
16 Fan (Wall mounted) Nos 12
17 Wall Clock Nos 03
18 NWT Door Nos 03
19 Wash Basin with SS Tank with float valve Nos 03

20 Microtech Flooring Sqmt 90


21 Switch & Socket LS 09
22 Curtains for Port Holes Nos 06
23 Curtains for Doors Nos 03
24 Curtains for Bunks Nos 09
25 Diffuser with Silencers and louvres Set 06
26 Installation material (as required for 3 LS LS
cabins)
TOTAL (MATERIALS)
VAT ___ %
Labour Charges for installation &
commissioning & trails, which inclusive of
relocation of items as required.
Service Tax ____ %
GRAND TOTAL

4/18 SIGNATURE OF BIDDER WITH SEAL


Rate/Each in figures Total

S.NO
DESCRIPTION (CONT. SCOPE OF SUPPLY) Unit QTY and words Rs.
Rs.
PRICE BID - BILL OF MATERIALS - CAPTAIN'S CABIN
1 Wall Panel Sqmt 46

2 Ceiling Panel Sqmt 26

3 Single Tier Bunk with Settee with bunk light, Nos 01


magzine pouch, charging point, water
bottle holder with storage arrangement of
drawer/cup board

4 Matress with cover Nos 01

5 Head Locker Nos 01

6 Ward robe with double door Nos 02

7 Integrated desk and computer work station Nos 01

8 Revolving Arm Chair (high back) Nos 01

9 Settee Nos 02

10 Book Case and Cupboard Nos 01

11 Entertainment Center Nos 01

12 Bulk head Fan Nos 01

13 Side Table Nos 01

14 Corner Table Nos 01

15 Telephone Rack Nos 01

16 Notice Board Nos 01

17 Angular Mount to suit 29" Plasma TV Nos 01

18 21" Plasma Television Nos 01

19 Cap & Coat Hook Nos 02

20 Waste Bin Nos 01

21 Ash Tray Nos 01

22 Mirror Nos 01

23 NWT Door (Hinged/Sliding) Nos 01

24 Ceiling Light Nos 04

25 Decorative Lights Nos 04

26 Table light Nos 01

27 Microtech Flooring covered with teak Sqmt 18


wood flooring
28 Switch & Socket (Qty as required) Nos 05
29 Curtains for Port Holes Nos 04
30 Curtains for Doors Nos 01
31 Curtains for Bunks Nos 01
32 Diffuser with Silencers and louvres Set 02

5/18 SIGNATURE OF BIDDER WITH SEAL


Rate/Each in figures Total

S.NO
DESCRIPTION (CONT. SCOPE OF SUPPLY) Unit QTY and words Rs.
Rs.
33 Installation material (as required) LS LS

TOTAL (MATERIALS)

VAT ___ %
Labour Charges for installation &
commissioning & trails, which inclusive of
relocation of items as required.

Service Tax ____ %

GRAND TOTAL

6/18 SIGNATURE OF BIDDER WITH SEAL


Rate/Each in figures Total

S.NO
DESCRIPTION (CONT. SCOPE OF SUPPLY) Unit QTY and words Rs.
Rs.
PRICE BID - BILL OF MATERIALS - EXO'S CABIN
1 Wall Panel Sqmt 36
2 Ceiling Panel Sqmt 14
3 Two Tier Bunk with Settee with bunk lights, Nos 01
magzine pouch, charging point, water
bottle holder with storage arrangement of
drawer/cup board

4 Matresses with cover Nos 02


5 Ward robe with double door Nos 02
6 File Cabinet Nos 01
7 Integrated desk and computer work station Nos 01

8 Book Rack Nos 01


9 Revolving Arm Chair (high back) Nos 01
10 Seating for Guests (3 persons) Nos 01
11 Wash Basin with 20Ltrs SS Tank with float Nos 01
valve
12 Telephone Rack Nos 01
13 Notice Board Nos 01
14 Dressing Table with mirror Nos 01
15 Cap & Coat Hook Nos 02
16 Waste Bin Nos 01
17 Ash Tray Nos 01
18 Bulk head Fan Nos 01
19 NWT Door (Hinged/Sliding) Nos 01
20 Ceiling Light Nos 04
21 Table light Nos 01
22 Microtech Flooring Sqmt 18
23 Switch & Socket (Qty as required) Nos 05
24 Curtains for Port Holes Nos 02
25 Curtains for Doors Nos 01
26 Curtains for Bunks Nos 02
27 Diffuser with Silencers and louvres Set 02
28 Installation material (as required) LS LS

TOTAL (MATERIALS)
VAT ___ %
Labour Charges for installation &
commissioning & trails, which inclusive of
relocation of items as required.

Service Tax ____ %


GRAND TOTAL

7/18 SIGNATURE OF BIDDER WITH SEAL


Rate/Each in figures Total

S.NO
DESCRIPTION (CONT. SCOPE OF SUPPLY) Unit QTY and words Rs.
Rs.
PRICE BID - BILL OF MATERIALS - EO'S CABIN
1 Wall Panel Sqmt 26
2 Ceiling Panel Sqmt 10
3 Two Tier Bunk with Settee with bunk lights, Nos 01
magzine pouch, charging point, water
bottle holder with storage arrangement of
drawer/cup board

4 Matresses with cover Nos 02


5 Ward robe with double door Nos 02
6 File Cabinet Nos 01
7 Integrated desk and computer work station Nos 01

8 Book Rack Nos 01


9 Revolving Arm Chair (high back) Nos 01
10 Seating for Guests (3 persons) Nos 01
11 Wash Basin with 20Ltrs SS Tank with float Nos 01
valve
12 Telephone Rack Nos 01
13 Mirror Nos 01
14 Cap & Coat Hook Nos 02
15 Waste Bin Nos 01
16 Ash Tray Nos 01
17 Bulk head Fan Nos 01
18 NWT Door (Hinged/Sliding) Nos 01
19 Ceiling Light Nos 04
20 Table light Nos 01
21 Microtech Flooring Sqmt 11
22 Switch & Socket (Qty as required) Nos 05
23 Curtains for Port Holes Nos 02
24 Curtains for Doors Nos 01
25 Curtains for Bunks Nos 02
26 Diffuser with Silencers and louvres Set 02
27 Installation material (as required) LS LS

TOTAL (MATERIALS)
VAT ___ %
Labour Charges for installation &
commissioning & trails, which inclusive of
relocation of items as required.

Service Tax ____ %


GRAND TOTAL

8/18 SIGNATURE OF BIDDER WITH SEAL


Rate/Each in figures Total

S.NO
DESCRIPTION (CONT. SCOPE OF SUPPLY) Unit QTY and words Rs.
Rs.
PRICE BID - BILL OF MATERIALS - NO/SCO'S CABIN
1 Wall Panel Sqmt 28
2 Ceiling Panel Sqmt 12
3 Two Tier Bunk with Settee with bunk lights, Nos 01
magzine pouch, charging point, water
bottle holder with storage arrangement of
drawer/cup board

4 Matresses with cover Nos 02


5 Ward robe with double door Nos 02
6 File Cabinet Nos 01
7 Integrated desk and computer work station Nos 01

8 Book Rack Nos 01


9 Revolving Arm Chair (high back) Nos 01
10 Seating for Guests (3 persons) Nos 01
11 Wash Basin with 20Ltrs SS Tank with float Nos 01
valve
12 Telephone Rack Nos 01
13 Mirror Nos 01
14 Cap & Coat Hook Nos 02
15 Waste Bin Nos 01
16 Ash Tray Nos 01
17 Bulk head Fan Nos 01
18 NWT Door (Hinged/Sliding) Nos 01
19 Ceiling Light Nos 04
20 Table light Nos 01
21 Microtech Flooring Sqmt 12
22 Switch & Socket (Qty as required) Nos 05
23 Curtains for Port Holes Nos 02
24 Curtains for Doors Nos 01
25 Curtains for Bunks Nos 02
26 Diffuser with Silencers and louvres Set 02
27 Installation material (as required) LS LS

TOTAL (MATERIALS)
VAT ___ %
Labour Charges for installation &
commissioning & trails, which inclusive of
relocation of items as required.

Service Tax ____ %


GRAND TOTAL

9/18 SIGNATURE OF BIDDER WITH SEAL


Rate/Each in figures Total

S.NO
DESCRIPTION (CONT. SCOPE OF SUPPLY) Unit QTY and words Rs.
Rs.
PRICE BID - BILL OF MATERIALS - JUNIOR OFFICER'S CABIN
1 Wall Panel Sqmt 47
2 Ceiling Panel Sqmt 26
3 Two Tier Bunk with Settee with bunk lights, Nos 03
magzine pouch, charging point, water
bottle holder with storage arrangement of
drawer/cup board

4 Matresses Nos 06
5 Kit Locker with shoe rack Nos 06
6 Book Rack Nos 03
7 Revolving Arm Chair Nos 02
8 Wash Basin with 20Ltrs SS Tank with float Nos 01
valve
9 Telephone Rack Nos 01
10 Desk Nos 01
11 Mirror Nos 01
12 Cap & Coat Hook Nos 06
13 Waste Bin Nos 01
14 Ash Tray Nos 01
15 Bulk head Fan Nos 02
16 NWT Door (Hinged/Sliding) Nos 01
17 Ceiling Light Nos 02
18 Table light Nos 01
19 Microtech Flooring Sqmt 18
20 Switch & Socket (Qty as required) Nos 05
21 Curtains for Port Holes Nos 04
22 Curtains for Doors Nos 01
23 Curtains for Bunks Nos 06
24 Diffuser with Silencers and louvres Set 04
25 Installation material (as required) LS LS

TOTAL (MATERIALS)
VAT ___ %
Labour Charges for installation &
commissioning & trails, which inclusive of
relocation of items as required.

Service Tax ____ %

GRAND TOTAL

10/18 SIGNATURE OF BIDDER WITH SEAL


Rate/Each in figures Total

S.NO
DESCRIPTION (CONT. SCOPE OF SUPPLY) Unit QTY and words Rs.
Rs.
PRICE BID - BILL OF MATERIALS - WARD ROOM
1 Wall panel Sqmt 40
2 Ceiling Panel Sqmt 24
3 Two Tier Bunk with Settee with bunk lights, Nos 04
magzine pouch, charging point, water
bottle holder with storage arrangement of
drawer/cup board

4 Dining Chairs Nos 02


5 Bar Counter semi Circular Nos 01
6 Revolving Bar Stools Nos 03
7 DVD Player & Home Theatre combo Nos 01
8 Entertainment rack to suit above combo Nos 01
pack
9 Peg Tables Nos 03
10 Cabinets Nos 02
11 Napkin Rack Nos 01
12 Notice Board Nos 01
13 Cap & hat hook Nos 10
14 Ash Tray Nos 02
15 Mirror Nos 01
16 Telephone Stand Nos 01
17 Oval shaped Dining Table Nos 01
18 Show Case for Trophy Nos 01
19 Magzine Stand Nos 01
20 Ceiling / Bulkhead Lights Nos 05
21 Decorative lights Nos 06
22 Microtech Flooring covered with Teak Sqmt 22
wood flooring
23 Switch & Socket Nos 05
24 Curtains for Port Holes Nos 06
25 Curtains for Doors Nos 01
26 Diffuser with Silencers and louvres Set 04
27 Installation material (as required) LS LS

TOTAL (MATERIALS)

VAT ___ %
Labour Charges for installation &
commissioning & trails, which inclusive of
LS 1
relocation of items as required.

Service Tax ____ %

GRAND TOTAL

11/18 SIGNATURE OF BIDDER WITH SEAL


Rate/Each in figures Total

S.NO
DESCRIPTION (CONT. SCOPE OF SUPPLY) Unit QTY and words Rs.
Rs.
PRICE BID - BILL OF MATERIALS - SHIP'S LAUNDRY
1 Working Table with storage space Nos 01

2 Shelf Nos 01

3 Clothing Locker Nos 01

4 Ceiling Lights Nos 02

5 Switch & Socket (Qty as required) Nos 05


6 Curtains for Port Holes Nos 04
7 Curtains for Doors Nos 01
8 Installation material (as required) LS LS

TOTAL (MATERIALS)

VAT ___ %

Labour Charges for installation &


commissioning & trails, which inclusive of
LS 1
relocation of items as required.

Service Tax ____ %

GRAND TOTAL

12/18 SIGNATURE OF BIDDER WITH SEAL


Rate/Each in figures Total

S.NO
DESCRIPTION (CONT. SCOPE OF SUPPLY) Unit QTY and words Rs.
Rs.
PRICE BID - BILL OF MATERIALS - SHIP'S GALLEY
1 Wall Panel (SS 304) Sqmt 60
2 Ceiling Panel (SS 304) Sqmt 20
3 Microtech Flooring (anti skid) Sqmt 21
Messing gear stowing lockers cum working Nos 04
4
platform made of SS

5 Cupboard (700mm height) made of SS Nos 02

6 Clothing Locker made of SS Nos 01

7 500 Ltrs SS Tank with Float Valve Nos 01

8 Shelf for Stowage Nos 03

9 Ceiling Lights Nos 06

10 NWT door Nos 01

11 Switch & Socket (Qty as required) Nos 10

12 Installation material (as required) LS LS

TOTAL (MATERIALS)

VAT ___ %

Labour Charges for installation &


commissioning & trails, which inclusive of
LS 1
relocation of items as required.

Service Tax ____ %

GRAND TOTAL

13/18 SIGNATURE OF BIDDER WITH SEAL


Rate/Each in figures Total

S.NO
DESCRIPTION (CONT. SCOPE OF SUPPLY) Unit QTY and words Rs.
Rs.
PRICE BID - BILL OF MATERIALS - SAILOR'S WC
1 Wall Panel (SS 304) Sqmt 12

2 Ceiling Panel (SS 304) Sqmt 12

3 Partition Panel for WCs (SS 304) Nos 03

4 Partition Panel for Urinals (SS 304) Nos 04

5 Microtech Flooring (non skid) Sqmt 14

6 Wash basin Nos 01

7 Urinal pans Nos 03

8 WCs Nos 04

9 WC doors Sets 04

10 300 Lts capacity SS Tank Nos 01

11 NWT doors Nos 02

12 Celling lights Nos 03

13 Switch & Socket (Qty as required) Nos 03


14 Curtains for Port Holes Nos 04
15 Curtains for Doors Nos 01
16 Installation material (as required) LS LS

TOTAL (MATERIALS)

VAT ___ %

Labour Charges for installation &


commissioning & trails, which inclusive of
relocation of items as required.

Service Tax ____ %

GRAND TOTAL

14/18 SIGNATURE OF BIDDER WITH SEAL


Rate/Each in figures Total

S.NO
DESCRIPTION (CONT. SCOPE OF SUPPLY) Unit QTY and words Rs.
Rs.
PRICE BID - BILL OF MATERIALS - SAILOR'S BATH ROOM
1 Wall Panel (SS 304) Sqmt 12

2 Ceiling Panel (SS 304) Sqmt 14

3 Partition for Bath (SS 304) Nos 03

4 Microtech Flooring (non skid) Sqmt 14

5 Wash basin with mirror Nos 04

6 Wash basin Nos 01

7 Shower with mixing valves Nos 04

8 Curtains for Shower place Nos 04

9 Cleaning gear locker Nos 02

10 500 Ltrs capacity SS Tank Nos 01

11 NWT door Nos 02

12 Celling lights Nos 05

13 Switch & Socket Nos 05


14 Curtains for Port Holes Nos 04
15 Curtains for Doors Nos 01
16 Installation material (as required) LS LS

TOTAL (MATERIALS)

VAT ___ %

Labour Charges for installation &


commissioning & trails, which inclusive of
relocation of items as required.

Service Tax ____ %

GRAND TOTAL

15/18 SIGNATURE OF BIDDER WITH SEAL


Rate/Each in figures Total

S.NO
DESCRIPTION (CONT. SCOPE OF SUPPLY) Unit QTY and words Rs.
Rs.
PRICE BID - BILL OF MATERIALS - CAPTAIN'S BATH & WC
1 Wall Panel Sqmt 08

2 Ceiling Panel Sqmt 03

3 Partition Panel for WC & Bath (SS 304) Nos 01

4 Microtech Flooring (non skid) Sqmt 04

5 Wash basin with mirror Nos 01

6 WCs Nos 01

7 WC doors Sets 01

8 200 Ltrs capacity SS Tank with float valve Nos 01


and connection to wash basin & WC

9 Shower with mixing valves Nos 01

10 Curtains for Shower place Nos 01

11 Cabinet Nos 01

12 NWT door Nos 01

13 Celling lights Nos 01

14 Gyeser with accessories Nos 01

15 Switch & Socket Nos 05


16 Curtains for Port Holes Nos 02
17 Curtains for Doors Nos 01
18 Installation material (as required) LS LS

TOTAL (MATERIALS)

VAT ___ %

Labour Charges for installation &


commissioning & trails, which inclusive of
relocation of items as required.

Service Tax ____ %

GRAND TOTAL

16/18 SIGNATURE OF BIDDER WITH SEAL


Rate/Each in figures Total

S.NO
DESCRIPTION (CONT. SCOPE OF SUPPLY) Unit QTY and words Rs.
Rs.
PRICE BID - BILL OF MATERIALS - OFFICER'S BATH & WC
1 Wall Panel Sqmt 12
2 Ceiling Panel Sqmt 07
3 Partition Panel for WC & Bath (SS 304) Nos 03

4 Microtech Flooring (non skid) Sqmt 11

5 Wash basin with mirror Nos 01

6 WCs Nos 02

7 WC doors Sets 02

8 550 Ltrs capacity SS Tank with float valve Nos 01


and connection to wash basin & WC

9 Shower with mixing valves Nos 02

10 Curtains for Shower place Nos 02

11 Rack Nos 01

12 NWT door Nos 03

13 Celling lights Nos 05

14 Curtains for Port Holes Nos 02


15 Curtains for Doors Nos 01
16 Installation material (as required) LS LS

TOTAL (MATERIALS)

VAT ___ %

Labour Charges for installation &


commissioning & trails, which inclusive of
relocation of items as required.

Service Tax ____ %

GRAND TOTAL

17/18 SIGNATURE OF BIDDER WITH SEAL


Rate/Each in figures Total

S.NO
DESCRIPTION (CONT. SCOPE OF SUPPLY) Unit QTY and words Rs.
Rs.
PRICE BID - BILL OF MATERIALS - TANK SPACE
1 Folding Bunks (SS 304) Nos 10

2 Matressess Sqmt 10

TOTAL (MATERIALS)

VAT ___ %

Labour Charges for installation &


commissioning & trails, which inclusive of
relocation of items as required.

Service Tax ____ %

GRAND TOTAL

18/18 SIGNATURE OF BIDDER WITH SEAL

Вам также может понравиться