Академический Документы
Профессиональный Документы
Культура Документы
Dear Bidder,
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.
(OR/AND)
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
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.
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:
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.
Page 2 of 4
12. The bidder shall produce the following along with techno-commercial bid without
fail.
m) Following Drawings are to be submitted along with the tender and as fitted
drawings after completion of work:
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)
Page 4 of 4
ENCLOSURE-I
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.
1.4 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
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.
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).
Exemption Certificate for Octroi, Custom Duty, Excise and form ‘D’ for
admitting CST will be provided if specified & applicable.
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
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.
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
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.
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.
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.
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.
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.
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.
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.
Page 6 of 6
ENCLOSURE-II
1. HSL’S SCOPE:
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:
1.4 CRANES:
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
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.
2.6 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.
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.
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.
2.9 Security Check. The workmen employed by the Contractor shall abide by
all security regulations imposed by the Yard.
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.
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.
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.
The customer can cancel contract unilaterally in case the work is not
started within the contracted start date.
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.
11.3 Deviating the workforce to the other works, which are not connected to
the present tender.
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:
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.
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.
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.
Page 6 of 7
(c) Delivery within stipulated months of issue of Order will be accepted.
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.
Page 7 of 7
ENCLOSURE-III
HSL SCOPE:
BIDDER SCOPE:
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:
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:
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.
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:
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
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.
Modular Accommodation – NES 107, NES 102,, NES 184, NES 703,
NES 705 SOLAS regulations.
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.
Bill of Materials of each compartment and proposed lay out (for guidance only) is
placed at Enclosure V
Introduction
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.
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.
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)).
(d) All exposed surfaces of bulkheads, lining and ceiling must have low
flame spread characteristics.
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:-
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.
14. The general guidelines for wet compartments paneling are as follows:-
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.
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:-
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.
(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.
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.
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
(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.
(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
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.
(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:
(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
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.
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.
Page 8 of 8
ENCLOSURE - V
TECHNO COMMERCIAL BID - BILL OF MATERIALS - 36 MEN MESS
PUT √ IF QUOTED (OR) X IF
NOT QUOTED
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.
GRAND TOTAL
TOTAL (MATERIALS)
VAT ___ %
Labour Charges for installation &
commissioning & trails, which inclusive of
relocation of items as required.
TECHNO COMMERCIAL BID - BILL OF MATERIALS - SAILOR'S DINING HALL CUM SICK BAY
TOTAL (MATERIALS)
VAT ___ %
Labour Charges for installation &
commissioning & trails.
Service Tax ____ %
GRAND TOTAL
9 Settee Nos 02
22 Mirror Nos 01
TOTAL (MATERIALS)
VAT ___ %
Labour Charges for installation &
commissioning & trails, which inclusive of
relocation of items as required.
GRAND TOTAL
TOTAL (MATERIALS)
VAT ___ %
Labour Charges for installation &
commissioning & trails, which inclusive of
relocation of items as required.
TOTAL (MATERIALS)
VAT ___ %
Labour Charges for installation &
commissioning & trails, which inclusive of
relocation of items as required.
TOTAL (MATERIALS)
VAT ___ %
Labour Charges for installation &
commissioning & trails, which inclusive of
relocation of items as required.
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.
GRAND TOTAL
TOTAL (MATERIALS)
VAT ___ %
Labour Charges for installation &
commissioning & trails, which inclusive of
LS 1
relocation of items as required.
2 Shelf Nos 01
TOTAL (MATERIALS)
VAT ___ %
GRAND TOTAL
TOTAL (MATERIALS)
VAT ___ %
GRAND TOTAL
8 WCs Nos 04
9 WC doors Sets 04
TOTAL (MATERIALS)
VAT ___ %
GRAND TOTAL
TOTAL (MATERIALS)
VAT ___ %
GRAND TOTAL
6 WCs Nos 01
7 WC doors Sets 01
11 Cabinet Nos 01
TOTAL (MATERIALS)
VAT ___ %
GRAND TOTAL
6 WCs Nos 02
7 WC doors Sets 02
11 Rack Nos 01
TOTAL (MATERIALS)
VAT ___ %
GRAND TOTAL
2 Matressess Sqmt 10
TOTAL (MATERIALS)
VAT ___ %
GRAND TOTAL
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.
1/6
(To be given on BIDDER LETTER PAD)
2/6
(To be given on BIDDER LETTER PAD)
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.
3/6
(To be given on BIDDER LETTER PAD)
4/6
(To be given on BIDDER LETTER PAD)
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.
5/6
(To be given on BIDDER LETTER PAD)
1.
2.
3.
4.
6/6
36 MEN MESS (PRESENT)
8500
LIST OF EQUIPMENT & FURNISHING
FURNISHING SIZE
1 1 1
1. BUNK (3 TIER) 1850x630
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
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
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
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
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
1. TV CABINET (830X550)
1000
2. LOCKERS (1500X550)
3. FRIDGE (550X540)
1900
4. SOFA/LOCKER
2
SICK BAY
2900
1
4
4700
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
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
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
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
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
3. TABLE (1100X1030)
11
2000
4. ESCAPE TRUNK (800X800)
5. MIRROR
3400
5
2800
2
2
1
1500
1 2 1
1 1
5450
3. TABLE (1100X1030)
11
2000
4. ESCAPE TRUNK (800X800)
5. MIRROR
3400
5
2800
2
2
1
1500
1 2 1
1 1
5450
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
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
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
1550
PLACE (2000X850)
2. CABINET
3. TABLE WOODEN
KEY RACK 750
4. WASH BASIN
5
5. WOODEN LOCKER (WITH SHOE RACK)
6 6. SAFE
1950
11 3 2
2600
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
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
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
FURNISHING SIZE
2. TABLE (750X800)
2
1 1 3. WASHBASIN
4 4
4
4
2 2
TV
2850
5 6
2. KIT LOCKER (300X600)
1 (600X600)
1360
(600X900)
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
1360
3 20 Ltrs TANK
4 TABLE
4400
2
1 1
6
TV
2500
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
FURNISHING SIZE
TV 4 50 40 4 5 1. BUNK 2 TIER WITH
SETITTE WITH INTERNAL
STORAGE PLACE (2000X850)
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
FURNISHING SIZE
1 TABLE (1600x570)
2 LOCKER (840X310)
3
1 3 CABINET (1550X280)
570
2 2
1600
FURNISHING SIZE
LAUNDRY (PROPOSED)
1.TABLE WITH STORAGE SPACE
2 CLOTHING LOCKER
3 SHELVES
3
1
570
2 2
1600
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
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
FURNISHING SIZE
1. WC COMMODE
2
2. FLUSHING TANK
5. SHOWER
FURNISHING SIZE
1. WC COMMODE
2. FLUSHING TANK
5. SHOWER
1 3
6. CABINET
FURNISHING SIZE
3100
1. WC COMMODE (1400X800)
2. SHOWER (750X750)
2 2 4. DRUM
1 1
5. RACK (1000X400)
2650
3500
4 3
800mm
1500
1000
1400
FURNISHING SIZE
3100
1. WC COMMODE
(1400X800)
2. SHOWER
(750X750)
3500
5. RACK
(1000X400)
4 3
800mm
1500
1000
1400
2. SHOWER
2
3. WASH BASIN
4. DRUM
2900
1 4 1 1 1
900
FURNISHING SIZE
4500 1. WASH BASIN WITH MIRROR
2. SHOWER
3. WASH BASIN
2 4. PLASTIC TANK
2900
4 1 1 1 1
900
FURNISHING SIZE
3100 1 WC COMMODE (1840x780)
2 URINAL
3 DRUM
1 1
1350
1 1
2650
900
FURNISHING SIZE
3100 1 WC COMMODE (1840x780)
2 URINAL
3 PLASTIC TANK
4. WASH BASIN
1 1
1350
1 1
2650
4
900
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.
GRAND 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.
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
TOTAL (MATERIALS)
VAT ___ %
Labour Charges for installation &
commissioning & trails.
Service Tax ____ %
GRAND 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)
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
9 Settee Nos 02
22 Mirror Nos 01
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.
GRAND 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
TOTAL (MATERIALS)
VAT ___ %
Labour Charges for installation &
commissioning & trails, which inclusive of
relocation of items as required.
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
TOTAL (MATERIALS)
VAT ___ %
Labour Charges for installation &
commissioning & trails, which inclusive of
relocation of items as required.
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
TOTAL (MATERIALS)
VAT ___ %
Labour Charges for installation &
commissioning & trails, which inclusive of
relocation of items as required.
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.
GRAND 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
TOTAL (MATERIALS)
VAT ___ %
Labour Charges for installation &
commissioning & trails, which inclusive of
LS 1
relocation of items as required.
GRAND 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
TOTAL (MATERIALS)
VAT ___ %
GRAND 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
TOTAL (MATERIALS)
VAT ___ %
GRAND 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
8 WCs Nos 04
9 WC doors Sets 04
TOTAL (MATERIALS)
VAT ___ %
GRAND 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
TOTAL (MATERIALS)
VAT ___ %
GRAND 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
6 WCs Nos 01
7 WC doors Sets 01
11 Cabinet Nos 01
TOTAL (MATERIALS)
VAT ___ %
GRAND 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
6 WCs Nos 02
7 WC doors Sets 02
11 Rack Nos 01
TOTAL (MATERIALS)
VAT ___ %
GRAND 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 ___ %
GRAND TOTAL