Sales : +91-777 804 8217
| Sl. No. | Item Description |
| 1 | Total of Schedule-A + Schedule-B |
| 2 | Total of Schedule-A (DSR Items) |
| 3 | Total of Schedule-B (NDSR Items) OPDEM-2186 APPENDIX- 3A PROFORMA FOR STATEMENT OF MINOR DEVIATIONS (Refer Clause C 2.2(d) and C 15.1 of ITT) 1. The following are the particulars of minor deviations from the requirements of the Tender Document: Sr. No Clause Deviations Price reduction for each deviation/s Note : 1. The Tenderer shall indicate price reduction against each deviation in Appendix-3A of BOQ. This price is the price which the tenderer shall reduce from this tender price if deviation(s) is/are accepted by the Employer. 2. Where there is no deviation, the statement should be returned duly signed with an endorsement indicating ‘No Deviations’. In case, Performa of deviations is not submitted or submitted as blank, it will be construed that the tenderer has not proposed any deviations from tender documents. 3. It shall be noted that in case Nil/Zero/NA Price quoted by Tenderer in Appendix-3A then it shall mean that contractor has quoted same price for deviation and undeviation bid. 4. If the tenderer proposes deviations in tender documents, and/or any other terms and conditions of the tender, other than in this Appendix, it will have no effect. Signature of authorized signatory On behalf of Tenderer OPDEM-2186 Preamble |
| 4 | The Bill of Quantities shall be read in conjunction with Notice Inviting Tenders, Instructions to Tenderers, General and Special Conditions of Contract, Employer's Requirement, Technical Specifications and other relevant documents. |
| 5 | Bill of Quantities comprises of items/works to be executed as per Employer’s Requirements and Technical Specifications. BOQ consists of Schedule A DSR Items & Schedule B NDSR Items . Tenderers are required to quote percentage (%) (Excess/Less) in figures in the appropriate highlighted cells in Excel sheet namely 'BoQ1' against given schedules. |
| 6 | Tenderers shall quote their offer in Indian Rupees (INR) only. |
| 7 | The rates and prices to be tendered in the unit Priced Bill of Quantities are for completed and finished items of works and complete in all respect. It will be deemed to include Duties, Taxes, Octroi, Royalty etc., cost of all plants, labour, supervision, materials, transport, all temporary works, erection, maintenance, utility identification, contractor’s profit and establishment/ overheads, together with preparation of design and drawings, all general risks, insurance liabilities, compliance of labour laws and obligations set out or implied in the contracts. For taxes and duties refer clause C2.4 & C2.5 of ITT & clause 10 of SCC. |
| 8 | The price offer in the BOQ shall be given without considering any deviation mentioned in Appendix-3 of FOT i.e. price in the box shall be quoted as per tender conditions without any deviation. |
| 9 | If the tenderer fails to quote rates against any item, the tender may be treated as incomplete and non- responsive and shall be rejected. |
| 10 | Errors will be corrected by the employer for any arithmetical errors in computation or summation as per contract conditions. |
| 11 | The Financial Proposal (as per BOQ) shall be uploaded online on the website http://etenders.gov.in/eprocure/app. The rates shall be quoted in the excel file provided in the bid documents. The tenderer shall download the excel file and quote the rates against each highlighted cells in BoQ1. After quoting their rates the excel file shall be uploaded accordingly. The rates shall not be offered/quoted elsewhere in the technical submission/ tender submission. |
| 12 | The work executed against all the BOQ as detailed in tender document would be paid as per clause 12 of Special Conditions of Contract (SCC). Please Enable Macros to View BoQ information DELHI METRO RAIL CORPORATION LIMITED BOQ Name of Work - Contract: OPDEM-2186 – “Rectification/Upgradation of HVAC, LV, CCTV and RO Systems at IT Park Block-1, 2 & 3, Shastri Park New Delhi-110053\\". S. No. Description of Items Unit Quantity Rate (₹)(excluding GST) Amount (₹)(excluding GST) Schedule-A (DSR Items) |
| 13 | INSULATED CHILLED WATER PIPING |
| 14 | INSULATED CHILLED WATER PIPING (Nitrile rubberinsulation) Supplying, laying/ fixing, testing and commissioning of following nominal sizes of chilled water piping inside the building (with necessary clamps, vibration isolators and fittings but excluding valves, strainers, gauges etc.) duly insulated with following closed cell elastometric nitrile rubber of minimum 45 Kg / cu m density, thermal conductivity 0.037 W/MK or better at 20 deg mean temperature class 'O' insulation applied by suitable adhesive complete including repairing of damage to building etc. as per specifications and as required complete in all respect. Note: The Pipes of sizes 150mm & below shall be M.S. 'C' class as per IS : 1239 and pipes size above 150mm shall be welded black steel pipe heavy class as per IS: 3589, from minimum 6.35mm thick M.S. Sheet for pipes upto 350 mm dia. and from minimum 7mm thick MS sheet for pipes of 400 mm dia and above. a) 400mm dia.(32 mm thick insulation) Metre 20.0 15893.0 317860.0 b) 300mm dia. (32 mm thick insulation) Metre 10.0 7604.0 76040.0 c) 250mm dia.(32 mm thick insulation) Metre 25.0 6545.0 163625.0 d) 200mm dia.(32 mm thick insulation) Metre 10.0 5290.0 52900.0 e) 150mm dia. (32 mm thick insulation) Metre 20.0 3625.0 72500.0 f) 100mm dia. (32 mm thick insulation) Metre 20.0 2525.0 50500.0 g) 80mm dia.(32 mm thick insulation) Metre 100.0 1886.0 188600.0 h) 65mm dia(32 mm thick insulation) Metre 100.0 1520.0 152000.0 i) 50mm dia(32 mm thick insulation) Metre 100.0 1316.0 131600.0 j) 40mm dia. (32 mm thick insulation) Metre 100.0 1065.0 106500.0 k) 32 mm dia(19 mm thick insulation) Metre 100.0 887.0 88700.0 l) 25 mm dia(19 mm thick insulation) Metre 100.0 736.0 73600.0 |
| 15 | INSULATION ON EXISTING PIPE |
| 16 | Supplying, laying/ fixing, testing and commissioning of following thickness resin bonded fiber glass pipe section insulation having density 80 kg/cum or mineral wool (non combustible) having density of 144 Kg/ cu m duly covered with a layer of 120 gm/sqm polythene sheet (vapour barrier) on existing pipe and finally applying 0.63mm aluminium sheet cladding complete with type3 , grade 1 roofing feltstrip(as per IS:1322 as amended up to date ) at joints etc. as per specifications and as required. a) 75mm sqm 20.0 2540.0 50800.0 b) 65mm sqm 40.0 2036.0 81440.0 c) 50mm sqm 50.0 2236.0 111800.0 d) 40mm sqm 50.0 2053.0 102650.0 e) 25mm sqm 50.0 1645.0 82250.0 |
| 17 | Supplying, laying,fixing, testing and commissioning of following thickness closed cell elastrometric nitrile rubber of class 'O' applied by suiatable adhesive , as per specifications and as required complete in all respect. a) 32mm sqm 250.0 949.0 237250.0 b) 19mm sqm 200.0 564.0 112800.0 |
| 18 | INSULATED VALVES Supplying, fixing, testing and commissioning of following valves, strainers, gauges in the chilled water plumbing duly insulated to the same specifications as the connected piping and adequately supported as per specifications. |
| 19 | BUTTERFLY VALVE (MANUAL) with C I body SS Disc, Nitrile Rubber Seal & O- Ring PN 16 pressure rating for chilled water/hot water circulation as specified a) 200 mm dia Each 1.0 13272.0 13272.0 b) 150mm dia Each 1.0 7062.0 7062.0 c) 125mm dia Each 1.0 6457.0 6457.0 d) 100mm dia Each 1.0 5627.0 5627.0 e) 80mm dia Each 1.0 4107.0 4107.0 f) 65mm dia Each 1.0 3839.0 3839.0 g) 50mm dia Each 1.0 3499.0 3499.0 h) 40mm dia Each 1.0 2967.0 2967.0 |
| 20 | NON - RETURN VALVE with duel plate of C | body SS plates vulcanized NBR seal flanged end & PN 16 pressure rating for chilled / hot water circulation including insulation as specified. a) 200 mm dia Each 1.0 12281.0 12281.0 b) 150mm dia Each 1.0 7804.0 7804.0 c) 125mm dia Each 1.0 6667.0 6667.0 d) 100 mm dia Each 1.0 5220.0 5220.0 e) 80mm dia Each 1.0 3620.0 3620.0 f) 65 mm dia Each 1.0 3204.0 3204.0 |
| 21 | Y - STRAINER of Ductile Cl Body flanged ends with stainless steel strainer for chilled / hot water circulation including insulation as specified a) 150mm dia Each 1.0 23757.0 23757.0 b) 125mm dia Each 1.0 18580.0 18580.0 c) 80 mm dia Each 1.0 8375.0 8375.0 d) 65mm dia Each 1.0 6747.0 6747.0 e) 50mm dia Each 1.0 4993.0 4993.0 f) 40mm dia Each 1.0 3728.0 3728.0 |
| 22 | Supplying, fixing, testing and commissioning of condenser water pipes of following sizes of MS 'C' class along with necessary clamps, vibration isolators and fittings such as bends,tees etc.but excluding valves, strainers, gauges etc. adequately supported on rigid supports duly painted /buried in ground excavation and refilling etc. as per specification and as required complete in all respect. Note:-The Pipes size 150mm & below shall be M.S. 'C' class as per IS : 1239 and pipes size above 150mm shall be welded black steel pipe heavy class as per IS: 3589, from minimum 6.35mm thick M.S.Sheet for pipes upto 350 mm dia. And from minimum 7mm thick MS sheet for pipes of 400 mm dia and above. (a) 300mm dia Metre 30.0 6685.0 200550.0 (b) 250 mm dia Metre 200.0 5638.0 1127600.0 (c) 200mm dia Metre 30.0 4683.0 140490.0 (d) 150mm dia Metre 100.0 3135.0 313500.0 (e) 125mm dia Metre 20.0 2706.0 54120.0 (f) 100mm dia Metre 100.0 2281.0 228100.0 4.2. BUTTERFLY VALVE (MANUAL) with C I body SS disc nitrile sheet & O-ring & PN 16 pressure rating as specified. (a) 200mm dia Nos. 15.0 11997.0 179955.0 (b) 150mm dia Nos. 30.0 5960.0 178800.0 (c) 125mm dia Nos. 1.0 5414.0 5414.0 (d) 100mm dia Nos. 5.0 4586.0 22930.0 (e) 80mm dia Nos. 5.0 3436.0 17180.0 (f) 65mm dia Nos. 5.0 3238.0 16190.0 (g) 50mmdia Nos. 5.0 2875.0 14375.0 (h) 40mm dia Nos. 5.0 2428.0 12140.0 |
| 23 | NON - RETURN VALVE with dual plate of C | body SS plates vulcanized NBR seal flanged end & PN 16 pressure rating as specified. (a) 200mm dia Nos. 2.0 10987.0 21974.0 (b) 150mm dia Nos. 1.0 6694.0 6694.0 (c) 125mm dia Nos. 1.0 5704.0 5704.0 (d) 100mm dia Nos. 1.0 4317.0 4317.0 (e) 80mm dia Nos. 1.0 2947.0 2947.0 (f) 65mm dia Nos. 1.0 2575.0 2575.0 |
| 24 | Supplying, fixing, testing and commissioning of following sizes Motorized Butter fly Valve with Cl Body, SS Disc,O - ring and minimum PN-16 pressure rating , conforming to BS 5155, IS 13095, with IP-55 actuator, capable of accepting upto 10V DC , and upto 20mA electric signal and providing similar transduced feedback output to control system as required. (a) 350mm dia Nos. 1.0 94981.0 94981.0 (b) 300mm dia Nos. 1.0 85115.0 85115.0 (c) 250mm dia Nos. 15.0 61278.0 919170.0 (d) 200mm dia Nos. 1.0 46870.0 46870.0 (e) 150mm dia Nos. 1.0 36336.0 36336.0 (f) 125mm dia Nos. 1.0 36024.0 36024.0 (g) 50mm dia Nos. 1.0 14664.0 14664.0 |
| 25 | Supply, Installation, Testing and Commissioning of following sizes electronic, self-balancing, pressure independent type dynamic balancing valve with integrated 2 way modualating control valve in a single body. The actuator shall be capable of accepting upto 10V DC and upto 20mA electric signal and shall provide similar transduced feedback output to control system. Maximum close off pressure shall not be less than 6 Bar for upto 50 mm valves and 7 Bar for 65 mm & above. Valves should have pressure rating of 25 Bar minimum. (a) 80mmdia. Nos. 1.0 58052.0 58052.0 (b) 65mm dia. Nos. 1.0 45612.0 45612.0 (c) 50mm dia. Nos. 1.0 29545.0 29545.0 (d) 40mm dia. Nos. 1.0 26953.0 26953.0 (e) 32mmdia. Nos. 1.0 14513.0 14513.0 (f) 25mm dia. Nos. 1.0 13650.0 13650.0 (g) 20mm dia. Nos. 1.0 9952.0 9952.0 |
| 26 | Ducting, Insulation & Dampers |
| 27 | Supply, installation, balancing and commissioning of factory fabricated GSS sheet metal 120 GSM rectangular/round ducting complete with neoprene rubber gaskets, elbows, splitter dampers, vanes, hangers, supports etc. as per approved drawings and specifications of following sheet thickness complete as required. (a) Thickness 0.63 mm sheet (24 G) TDF Sqm. 100.0 915.0 91500.0 (b) Thickness 0.80 mm sheet (22 G) TDF Sqm. 200.0 1070.0 214000.0 (c) Thickness 1.00 mm sheet (20 G) TDF Sqm. 200.0 1170.0 234000.0 (d) Thickness 1.25 mm sheet (18 G) TDF Sqm. 150.0 1556.0 233400.0 |
| 28 | Supply, installation, balancing and commissioning of site fabricated GSS sheet metal 120 GSM rectangular/round ducting complete with neoprene rubber gaskets, elbows, splitter dampers, vanes, hangers, supports etc. as per approved drawings and specifications of following sheet thickness complete as required. (a) Thickness 0.63 mm sheet (24 G) Sqm. 100.0 897.0 89700.0 (b) Thickness 0.80 mm sheet (22 G) Sqm. 200.0 1042.0 208400.0 (c) Thickness 1.00 mm sheet (20 G) Sqm. 200.0 1381.0 276200.0 (d) Thickness 1.25 mm sheet (18 G) Sqm. 150.0 1519.0 227850.0 |
| 29 | Supplying and fixing of following thickness duly laminated aluminium foil of mat finish closed cell Nitrile rubber (class “O”) insulation on existing duct after applying two coats of cold setting adhesive (CPRX compound) all as specified. (a) 19 mm Thick Sqm. 600.0 639.0 383400.0 (b) 25 mm Thick Sqm. 50.0 820.0 41000.0 Total of Schedule-A (Exclusive of GST) 8391663.0 GST@18% 1510499.34 Total of Schedule-A (Inclusive of all, GST@18%) 9902162.34 Schedule-B (NDSR Items) |
| 30 | Supply, installation, testing and commissioning of pre-insulated Motorized butterfly valves complete with actuator (BMS compatible) and with companion flanges, nuts, bolts, gaskets fittings supports etc as per specifications & drawings. (a) 200 MM Nos 4.0 38649.56 154598.0 (b) 150 MM Nos 1.0 37465.0 37465.0 (c) 125 MM Nos 1.0 35416.94 35417.0 (d) 100 MM Nos 1.0 26691.75 26692.0 (e) 80 MM Nos 1.0 24648.31 24648.0 (f) 65 MM Nos 1.0 23868.68 23869.0 (g) 50 MM Nos 1.0 23062.39 23062.0 |
| 31 | Supply, installing, testing and commissioning of pre-insulated 2 Way motorised Modulating control valve complete with companion flanges, nuts, bolts, gaskets fittings supports etc. 150mm Nos 1.0 90707.38 90707.0 |
| 32 | Supply, installation, testing and commissioning of pre-insulated Pressure Independent Control Valve (PICV) complete with actuator (BMS compatible) and with companion flanges, nuts, bolts, gaskets fittings supports etc as per specifications & drawings for AHU. (a) 80 MM Nos 8.0 66169.0 529352.0 (b) 65 MM Nos 2.0 55102.0 110204.0 (c) 40 MM Nos 10.0 29211.0 292110.0 (d) 25 MM Nos 1.0 18440.0 18440.0 |
| 33 | Supply, installing, testing and commissioning of pre- insulated Gate Valve for chilled water system complete with companion flanges, nuts, bolts, gaskets fittings supports etc. 50 MM Nos 1.0 2189.0 2189.0 |
| 34 | Supply, installing, testing and commissioning of pre- insulated Ball Valve for chilled water system complete with companion flanges, nuts, bolts, gaskets fittings supports etc. (a) 65 MM Nos 1.0 4276.0 4276.0 (b) 40 MM Nos 10.0 1337.0 13370.0 (c) 32 MM Nos 5.0 924.0 4620.0 (d) 25 MM Nos 57.0 547.0 31179.0 |
| 35 | Supply, installation, testing and commissioning of Pressure Gauges with nipple, elbow and ball valve including of syphon & lock. |
| 36 | Supply, installation, testing and commissioning of Temperature Gauges with thermowell socket. |
| 37 | Supply, installation, testing and commissioning of Flow Switches for Chillers |
| 38 | Supply, installation, testing and commissioning of Automatic Air Vents with ball valve |
| 39 | Supply, installation, testing and commissioning of Flexible Couplings (a) 150 MM Nos 14.0 5841.0 81774.0 (b) 80 MM Nos 24.0 3607.0 86568.0 (c) 65 MM Nos 10.0 3029.0 30290.0 (d) 50 MM Nos 1.0 2695.0 2695.0 |
| 40 | Drain Piping |
| 41 | Supply, installation, testing and commissioning of GI drain piping complete with fittings, supports and insulations as per specifications and drawings. Duly Insulated with sections/roll of rockwool of thickness as per specifications. (a) 40 MM Meter 35.0 969.0 33915.0 (b) 32 MM Meter 89.0 858.0 76362.0 (c) 25 MM Meter 38.0 756.0 28728.0 |
| 42 | Supply, installation, testing and commissioning of GI drain piping complete with fittings and supports as per specifications and drawings (Non-Insulated Pipe) (a) 65 MM Meter 109.0 1033.0 112597.0 (b) 32 MM Meter 8.0 565.0 4520.0 (c) 25 MM Meter 14.0 485.0 6790.0 |
| 43 | Supply, installation, testing and commissioning of Gate Valve complete with companion flanges, nuts, bolts, gaskets fittings supports etc. (a) 50 mm Nos 60.0 1895.0 113700.0 (b) 40 mm Nos 6.0 1294.0 7764.0 |
| 44 | Supply, installation, testing and commissioning of Ball Valve complete with companion flanges, nuts, bolts, gaskets fittings supports etc. (a) 32 mm Nos 25.0 814.0 20350.0 (b) 25 mm Nos 25.0 609.0 15225.0 |
| 45 | CONDENSER WATER PIPE |
| 46 | Supply, Installation, Testing and commissioning of MS \\"C class\\" heavy duty Condenser water pipes as per IS 1239 upto 150mm dia. And as per IS:3589 with wall thickness 6mm for above 150mm dia with ones coate of red oxide primer and two coate of synthetic enamel paint, all necessary fitting like bends, elbow, tees, reducer, vibration isolators, hanger, supports, etc as per specifications and drawings. a) 500mm dia. RMT 100.0 15640.0 1564000.0 b) 450mm dia RMT 70.0 14120.0 988400.0 |
| 47 | VALVES WITHOUT INSULATION Supplying, fixing, testing and commissioning of following valves, gauges and strainers for condenser water circulation as per specifications. |
| 48 | Butterfly Valves Supply, Installation, Testing and commissioning of Cast iron butterfly valve as per IS:210, PN 16 complete with gasket, flange etc, as per specifications and drawings. a) 250mm dia. (*Gear Reducer Valve) NOS 35.0 39310.0 1375850.0 b) 250mm dia. (Butterfly valve) NOS 8.0 32120.0 256960.0 |
| 49 | Check Valves Supply, Installation, Testing and commissioning of dual plate check valve confirming to API 594, IS 210 complete with flanges, gaskets, bolts, nuts etc, as per specifications and drawings. 250mm dia. NOS 14.0 35380.0 495320.0 |
| 50 | Balancing Valve Supply, Installation, Testing and commissioning of CI Balancing valves complete with Gasket, flange etc, as per specifications and drawings. 250mm dia. NOS 14.0 87420.0 1223880.0 |
| 51 | Suction guide cum strainer Supply, Installation, Testing and commissioning of Suction Guide for pumps as per specifications and drawings. a) 250mm dia. NOS 14.0 43400.0 607600.0 b) 200mm dia. NOS 1.0 35250.0 35250.0 |
| 52 | Pot strainer Supply, Installation, Testing and commissioning of Pot strainer complete with flanges, bolts, nuts, gasket etc, as per specifications and drawings. 500mm dia. NOS 2.0 245200.0 490400.0 |
| 53 | Supply, installation, testing and commissioning of Flexible Couplings 250mm dia NOS 20.0 25530.0 510600.0 |
| 54 | SITC Ball Valve 80mm dia NOS 2.0 8990.0 17980.0 |
| 55 | Providing and Fixing insulation on ducts complete as per specifications and drawings. (a) 25mmthickfibreglass,32Kg/m3Density Sqm 20.0 446.0 8920.0 (b) 50mmthickfibreglass,32Kg/m3Density Sqm 20.0 549.0 10980.0 (c) 40mmthickRockwool48Kg/m3Density Sqm 400.0 521.0 208400.0 (d) 50mmthickRockwool48Kg/m3Density Sqm 250.0 561.0 140250.0 (e) 100mmthickRockwool120Kg/m3Density Sqm 50.0 907.0 45350.0 |
| 56 | Supply, installation, testing and commissioning of Grilles/ Diffusers/ Dampers/Cladding/Louvers as below as per specifications. In various sizes as mentioned in the drawings or as per site requirements & specifications. (a) Grilles with VCD (GI or Aluminium as per specs) Sqm 10.0 8459.0 84590.0 (b) Grilles with out VCD (GI or Aluminium as per specs) Sqm 20.0 3556.0 71120.0 (c) Square diffusers with VCD Sqm 20.0 6594.0 131880.0 (d) Square diffusers without VCD Sqm 20.0 4765.0 95300.0 (e) 0.8mm Aluminum Cladding Hammer clad / Stucco embossed Sqm 500.0 958.0 479000.0 (f) Exhaust /Fresh air Louvers made of Galvanized Iron with Powder Coating Sqm 50.0 11635.0 581750.0 |
| 57 | Dampers Supply, Installation, Testing & commissioning of various dampers as below. All Dampers shall be complete as per specifications & drawings. Dampers shall be in various sizes as mentioned in the drawings or as per site requirements (a) Fire Rated Manual Damper (in various sizes as mentioned in the drawings or as per site requirements) Sqm 40.0 15208.0 608320.0 (b) Volume Control Dampers (VCD) / Manual Dampers Sqm 46.0 9102.0 418692.0 (c) Motor Operated Dampers (MOD) Sqm 65.0 16704.0 1085760.0 (d) Motor Operated Fire Rated Dampers (MFD) Sqm 123.0 28664.0 3525672.0 |
| 58 | Fan Coil Units Supply, installation, testing and commissioning of Fan Coil unit complete with fan section, cooling coil (AHRI certified), filter section with standard filters, fan motor, thermostat etc. as per specifications, data sheet, and drawings including drain tray as well as secondary drip tray covering whole unit and valve assembly. All wiring and conduiting of FCU, PICV, thermostat upto socket and 3 pin 16A plug top complete in all respect shall be inclusive in the cost. (a) 680 CMH (1.0 TR) Nos 8.0 57107.0 456856.0 (b) 1020 CMH (1.5 TR) Nos 5.0 47426.0 237130.0 (c) 1360 CMH (2.0 TR) Nos 20.0 49511.0 990220.0 |
| 59 | Acoustic Lining (a) Acoustic lining on the interior surface of duct Sqm 50.0 815.0 40750.0 (b) Acoustic lining on room wall (Modular Panel Type) Sqm 50.0 1132.0 56600.0 |
| 60 | For AHU and Ventillation Fans Supply, Installation, Testing & commissioning of EU 4 Panel type Filters (minimum depth 50mm), complete with filter fixing frame, holding frame gaskets etc. complete filter shall have arrestance efficiency as per specifications. (in various sizes as mentioned in the drawings or as per site requirements) Sqm 300.0 2306.0 691800.0 (a) For FCU (b) Filter FCU Sqm 100.0 2175.0 217500.0 |
| 61 | Supply and installation of following items for AHU (a) UV Lamp Nos 40.0 1302.0 52080.0 (b) Marine Lamp Bulb Nos 35.0 543.0 19005.0 (c) Flexible Canvass Connection Nos 50.0 1736.0 86800.0 |
| 62 | Supply of Motors/Pumps (a) 1.1 KW/1.5HP, 15 meter, Head, AMA Portor 503 Model, (Motor with Pump, sump pump) No. 5.0 47000.0 235000.0 (b) 5.5 KW/ 7.6HP, Model, (Motor, AHU) No. 1.0 34621.0 34621.0 (c) 7.5 KW/ 10HP,, Model, (Motor, AHU) No. 1.0 40780.0 40780.0 (d) 9.3 KW/12 HP, Model (Motor, AHU) No. 1.0 46300.0 46300.0 (e) 2.2 KW/3HP, Model, (Motor, AHU) No. 1.0 17500.0 17500.0 (f) 11 KW/15 HP, Model (Motor, AHU) No. 1.0 65000.0 65000.0 |
| 63 | SITC of Air Handling Units SINGLE OR TWO TIER ARRANGEMENT DOUBLE SKIN AHUS TYPE Comprising of Following: Frame Structure : Extended profile Aluminium Anodised with thermal break. Panel: Double Skin minimum 40 mm Thk PUF Inner Skin: 22G , G.I Plain Outlet Skin: 24G G.I Precoated Skid: MS Expoxy Coated Drain Pan: 1.2mm Thk SS304-with 19mm Thk Nitrile Rubber insulation along with 40NB threated Nipple in SS Construction. Sealing Gaskit : Food Grade Fan Type : Plug Type/DIDW Aerofoil Backward curve Direct, Driven centrifugal Fans. Dampers : Opposed blade arefoil low leakage Aluminium anodised. Sections: Mixing Chamber with Access Door Along with Return Air, Fresh Air dampers, 20+10 Micron flange type combination Coil Section with Access Door: Along with 8 Row deep coil Fan Section: Along with plug type fan having 65mm static Pressure suitable for VFD drive, Access Doors on both sides,Inspection window with transparent panels on both sides interlocking of Access door (Doors should not open while fan is ON. Motor : EFF1 Supply Air Plenum Section with Access Doors: along with 5 Micron Filters Supply Air Dampers Measurement probes on all sections Filter Frames: Should be made out of extruded aluminium Box type section withfood grade gaskit arrangment around filetrs frame to avoid leakages thru filter frames. Cable Entry: Gland Fixing Arragement Isolators: Rubber Block type isolators below fan structure required to avoid vibration & direct contact of fan with AHU structure. Sleevs in Panels: Suitable Rubber bellow required for chilled water pipes to avoid the direct contact. Automatic Control VFD Panel to control speed,2 way valve for chilled water along with all Necessary sensors. Set of Commissioning Filters Ceiling Suspended type, 6.5 TR, 2000 CFM deh. Air Qty, 275 cm fresh air, 65mm wc fan total st. pressure. Set 6.0 312845.0 1877070.0 |
| 64 | Supply installation testing commissioning of V belt as per site requirement and specification (a) For AHU nos. 15.0 1150.0 17250.0 (b) For ventillation Fan nos. 10.0 1150.0 11500.0 |
| 65 | Repairing of Various VFD (a) Repairing of existing VFD of chilled water secondary pump of danfoss make and 37 KW capacity. The Modal No./series of the VFD is VLT-6052. The repairing work includes dismentling of VFD from Panel, transportation to/from OEM/authorised vendor workshop, installation and recommissioning of the VFD. Nos 1.0 75000.0 75000.0 The apprxiamte/tentative defective items as inspected by OEW authorised services provider is as follows IGBT-with required quantity CT-with required quantity FRC Cable with required quantity the tentative list of defective items/sub parts is listed there however The repairing work is to be completed in all respect including any other parts required during reparing work and recommissioning of the system. Since this is specilised job hence is to be carried out through OEM/OEM authorised services provider/vendor approved by DMRC. (b) Repairing of existing VFD of basement ventilation Fan of danfoss make and 110 KW capacity. The Modal No./series of the VFD is FC-102. The repairing work includes dismentling of VFD from Panel, transportation to/from OEM/authorised vendor workshop, installation and recommissioning of the VFD. Nos 5.0 105000.0 525000.0 The apprxiamte/tentative defective items as inspected by OEW authorised services provider is as follows Power Card with required quantity Control Card with required quantity CT with required quantity the tentative list of defective items/sub parts is listed there however The repairing work is to be completed in all respect including any other parts required during reparing work and recommissioning of the system. Since this is specilised job hence is to be carried out through OEM/OEM authorised services provider/vendor approved by DMRC. |
| 66 | Supply installation testing commissioning of Actuator for Fresh air damper as per site requirements and specification |
| 67 | Dismantelling and shifting of condensor Pipe line including valves and other accessories as per Site Requirement, to suitable location (probably basement) |
| 68 | Eddy Current testing of condensor tubes of chiller. Eddy current testing of chillers is an specialized work and shall be performed by Original Equipment Manufacturer only) (a) Carrying out the eddy current testing by OEM in chillers of Block - 1 & 2 (Make: Trane) Nos 8.0 180000.0 1440000.0 (b) Carrying out the eddy current testing by OEM in chillers of Block - 3 (Make: York) Nos. 4.0 237600.0 950400.0 |
| 69 | Ceramic Composition Coating by OEM on chillers of Block - 03 (Make: JCI) Supply, Installation of Ceramic composition Coating on Condensor End Sheet and condensor End covers by OEM Nos. 4.0 296000.0 1184000.0 |
| 70 | Building Management System The prices to be quoted are to be entered in the appropriate sections below, and shall include the supply, installation, testing and commissioning at site for all the equipment, and ancillary materials as specified inclusive of all such items whatsoever which may be required to fulfill the intent and purpose as laid down in the specification and/or the drawings. The configuration/ version of hardware and software shall be latest available at the time of supply and contractor shall take approval from employer for the same. OEM to ensure all hardware and software if not mentioned herewith for fully functioning of system and to establish suitable operator console for Building Management System at Building Mandatory software upgradation if any as per OEM for smooth and secure operation of system shall be provided by system provider or necessary support for smooth upgradation of system shall be covered under this scope. The system supplied shall carry out operator workstation and application server function at control room level. Suitable system requirement and interface consideration shall be inclusive to this workscope. To ensure quality, clone computers shall not be acceptable. Trouble shooting and engineering software shall be supplied with all other system level hardware/ software for it's fully functioning. Software shall be possible to use in any portable terminal/ laptop. All applicable hardware and software shall be inclusive. All the software shall be licensed and certificate of ownership shall be provided. At any point of time applicable system and software upgradation for smooth and secure operation of system shall be inclusive to the offer. In case of loss or damage of hardware/ computer the license shall be retrieved or copy shall be provided without any additional cost. Software license should not be linked to MAC address of the hardware to avoid the problem of reinstallation software in new hardware in future. For Block - 2 (a) BMS Central Processing Equipment No. 1.0 108675.0 108675.0 The operator work Station shall be a personal computer (PC) commercial grade Desktop with below minimum configuration: Minimum Intel i7 10th Generation or latest Version/ configuration at the time of delivery. 64 bit, Intel Quad core processor with 3.0 GHz or higher, 16 GB RAM upgradable upto 24GB, 1 TB SSD or more, 16x Speed or more DVD R/W, Minimum 4 Nos. USB Port or 2 nos. spare USB 3.0 port. Minimum 2 Nos. Fast Ethernet ports for dual LAN interface, 2GB Dual Video Accelerator with Dual Monitor (VDU) support, Optical Mouse & key board 2 Serial Port or as per system wide interface requirement if any, Two external speaker for audible alarm of minimum 10 watt each Windows - 10 Professional Operating System (64 Bit) or Latest version/ configuration of operating system available at the time of delivery with MicroSoft Office 2019 or Latest version including all other software’s, drivers and hardware’s applicable to establish smooth and secure platform for Building BMS at Control Room. Security pack (Anti Virus) shall be provided either inbuilt to the Operating System or as a separate for minimum product license validity of 5 year with feature of Auto recovery and auto archive. The configuration/ version of hardware and software shall be latest available at the time of supply and contractor shall take approval from employer for the same. Power: Suitable for auxillary supply of 230V AC+-6%, 50Hz+-2%, Energy 5 star rating is preferred. |
| 71 | BMS Colour Monitor Color monitor shall be minimum 32 inch diagonal antiglare, Ultra HD (3480x2160) 4K resolution, Minimum 16 Million color support, on screen control support, Vertical & Horizontal viewing angle 160, Tilt Swivel Support as per specifications etc. as required. No. 1.0 40753.0 40753.0 |
| 72 | Software Supply, Installation, Testing and Commissioning of Web based Graphical Software Nos. 1.0 464157.0 464157.0 |
| 73 | Direct Digital Controllers (BACNET/LON Type) a) DDC for AC Plant Room - Chiller, Primary Pumps, Secondary Pumps, Condensor Pumps, Hot Water Pump, Hot water Generator Nos. 2.0 350000.0 700000.0 b) DDC for Cooling Towers Nos. 1.0 141500.0 141500.0 c) DDC for All Air Handling Units and other equipments (Max. 2 AHU in 1 DDC) Nos 12.0 115000.0 1380000.0 d) DDC for Ventillation Fans, Pressurization, Jet Fan, Smoke Fan etc. (Max. 4 fans in 1 DDC) Nos. 20.0 88000.0 1760000.0 e) DDC for HT & LT Panel Nos 11.0 122000.0 1342000.0 f) DDC for Hot Water Generator Nos 1.0 80500.0 80500.0 g) DDC for Lift System Nos 1.0 84500.0 84500.0 h) DDC for Borewell, WTP, Raw Water, Sewage Pump etc. Nos 2.0 105000.0 210000.0 i) DDC for Sump Pump Nos 2.0 9320.0 18640.0 j) DDC for Fire Fighting System Nos 1.0 95800.0 95800.0 k) DDC for Water Tank Nos 2.0 88500.0 177000.0 l) DDC for Diesel Tank Nos 1.0 73500.0 73500.0 |
| 74 | Field instruments as per tentative i/o Summary. a) Immersion type Temperature Sensor (thermowell type) Nos. 12.0 6792.0 81504.0 b) External Air Temperature and RH Sensor for Public area and Ambient Nos. 1.0 12679.0 12679.0 c) Duct type Air Temperature and RH Sensor for AHU’s Nos 44.0 7879.0 346676.0 d) Differential Pressure Transmitter Relay for Filter Status, Micro Filter & air flow status complete with sensor tubes. Nos. 76.0 13132.0 998032.0 e) Differential Pressure Switches for Pumps Nos 15.0 8671.0 130065.0 f) Pressure Sensor for Fire Fighting system Nos 1.0 14500.0 14500.0 g) Water Level Switch Nos 24.0 2100.0 50400.0 h) Flame Proof Level transmeter for DG tank Nos 1.0 18900.0 18900.0 i) Electromagnetic Flow Meter for chiller line Nos 1.0 265000.0 265000.0 j) 600/1000V grade armoured XLPE FRLSH Copper (Cu) conductor STP cable screened control cables on existing/ ongoing trays/ walls/ columns/ indoor/ trenches including the cost of supports with suitable clamps, hooks, bolts, Metallic cable tags, cable laying, lugs, Glands, termination, ferulling etc. and including the cost of proper dressing of cable as per specifications requirement. 2Cx1.5sq.mm Mtr. 3000.0 119.0 357000.0 k) 8 Port Switch with Fiber Port & LIU (Make- D- Link or its equivalent) Nos 15.0 19400.0 291000.0 l) Ethernet/LAN Armoured Cable CAT6E or higher (FRLSH) Mtr. 2000.0 145.0 290000.0 m) 24 Port Switch with Fiber Port & LIU (Make: D-Link or its equivalent) Nos 2.0 38200.0 76400.0 n) Supply and installation of following sizes of hot dipped galvanised welded steel conduit in surface / recess with GI junction boxes, pull box, saddles including cutting, chasing and refilling etc. complete as required. 25 mm dia. 1.6mm thick Mtr 500.0 86.0 43000.0 o) 6 Core Fiber Optic Single Mode Cable (Make: D-Link or its equivalent) Mtr. 1000.0 62.0 62000.0 p) 4U Rack Nos 15.0 5400.0 81000.0 q) 9U Rack Nos. 1.0 8500.0 8500.0 Block - 3 |
| 75 | BMS Central Processing Equipment The operator work Station shall be a personal computer (PC) commercial grade Desktop with below minimum configuration: Minimum Intel i7 10th Generation or latest Version/ configuration at the time of delivery. 64 bit, Intel Quad core processor with 3.0 GHz or higher, 16 GB RAM upgradable upto 24GB, 1 TB SSD or more, 16x Speed or more DVD R/W, Minimum 4 Nos. USB Port or 2 nos. spare USB 3.0 port. Minimum 2 Nos. Fast Ethernet ports for dual LAN interface, 2GB Dual Video Accelerator with Dual Monitor (VDU) support, Optical Mouse & key board 2 Serial Port or as per system wide interface requirement if any, Two external speaker for audible alarm of minimum 10 watt each Windows - 10 Professional Operating System (64 Bit) or Latest version/ configuration of operating system available at the time of delivery with MicroSoft Office 2019 or Latest version including all other software’s, drivers and hardware’s applicable to establish smooth and secure platform for Building BMS at Control Room. Security pack (Anti Virus) shall be provided either inbuilt to the Operating System or as a separate for minimum product license validity of 5 year with feature of Auto recovery and auto archive. The configuration/ version of hardware and software shall be latest available at the time of supply and contractor shall take approval from employer for the same. Power: Suitable for auxillary supply of 230V AC+-6%, 50Hz+-2%, Energy 5 star rating is preferred. (a) BMSColour Monitor Color monitor shall be minimum 32 inch diagonal antiglare, Ultra HD (3480x2160) 4K resolution, Minimum 16 Million color support, on screen control support, Vertical & Horizontal viewing angle 160, Tilt Swivel Support as per specifications etc. as required. No. 1.0 40753.0 40753.0 (b) BMS Server (Make Schneider, Model No. AS-P or equivalent and should be compatable with the existing system) Nos. 2.0 245058.0 490116.0 © BMS Integral Controller (Make Schneider, Model No. AS-B24 or equivalent and should be compatable with the existing system ) Nos. 6.0 68926.0 413556.0 (d) BMS Software with License for PC (Make Schneider), 50 server license, Ecostruxure Building Operations or equivalent and should be compatable with the existing system Nos. 1.0 684716.0 684716.0 (e) Ethernet/LAN Armoured Cable CAT6E or higher (FRLSH) Mtr. 305.0 145.0 44225.0 (f) Supply and installation of following sizes of hot dipped galvanised welded steel conduit in surface / recess with GI junction boxes, pull box, saddles including cutting, chasing and refilling etc. complete as required. 25 mm dia. 1.6mm thick Mtr 200.0 86.0 17200.0 (g) 16 Port POE Switch (Make- D-Link or equivalent and should be compatable with the existing system) Nos. 1.0 14250.0 14250.0 (h) 8 Port POE Switch (Make- D-Link or equivalent and should be compatable with the existing system) Nos. 4.0 9860.0 39440.0 (i) BMS Controller (Make Schneider, Model No. MPC- 36A or equivalent and should be compatable with the existing system) Nos. 20.0 79550.0 1591000.0 (g) BMS Controller (Make Schneider, Model No. MPC- 24A or equivalent and should be compatable with the existing system) Nos. 8.0 65200.0 521600.0 (h) BMS Server with Module (Make Schneider, Model No. AS-P or equivalent and should be compatable with the existing system) Nos. 1.0 245058.0 245058.0 |
| 76 | Sensors and Actuators (as per I/O requirement) Supply, Installation, Testing and Commissioning of control system for the ECS and E&M equipment monitoring and associated control, sensors, Actuators, cabling. a) Differential Pressure Transmitter Relay for Filter Status, Micro Filter & air flow status complete with sensor tubes. Nos. 50.0 13132.0 656600.0 b) Duct type Air Temperature and RH Sensor for AHU’s Nos. 20.0 7879.0 157580.0 c) Air Quality Sensor having all parameters CO2, PM 2.5, PM 10, VOC monitoring Nos. 3.0 31697.0 95091.0 d) Duct type Air Temperature Sensor Nos. 20.0 3263.0 65260.0 |
| 77 | 600/1000V grade armoured XLPE FRLSH Copper (Cu) conductor STP cable screened control cables on existing/ ongoing trays/ walls/ columns/ indoor/ trenches including the cost of supports with suitable clamps, hooks, bolts, Metallic cable tags, cable laying, lugs, Glands, termination, ferulling etc. and including the cost of proper dressing of cable as per specifications requirement. 2Cx1.5sq.mm RMT 500.0 119.0 59500.0 |
| 78 | Access Control Systems The prices to be quoted are to be entered in the appropriate sections below, and shall include the supply, installation, testing and commissioning at site for all the equipment, and ancillary materials as specified inclusive of all such items whatsoever which may be required to fulfill the intent and purpose as laid down in the specification and/or the drawings. The configuration/ version of hardware and software shall be latest available at the time of supply and contractor shall take approval from employer for the same. OEM to ensure all hardware and software if not mentioned herewith for fully functioning of system and to establish suitable operator console for Access Control System at Building Mandatory software upgradation if any as per OEM for smooth and secure operation of system shall be provided by system provider or necessary support for smooth upgradation of system shall be covered under this scope. The system supplied shall carry out operator workstation and application server function at control room level. Suitable system requirement and interface consideration shall be inclusive to this workscope. To ensure quality, clone computers shall not be acceptable. Trouble shooting and engineering software shall be supplied with all other system level hardware/ software for it's fully functioning. Software shall be possible to use in any portable terminal/ laptop. All applicable hardware and software shall be inclusive. All the software shall be licensed and certificate of ownership shall be provided. At any point of time applicable system and software upgradation for smooth and secure operation of system shall be inclusive to the offer. In case of loss or damage of hardware/ computer the license shall be retrieved or copy shall be provided without any additional cost. Software license should not be linked to MAC address of the hardware to avoid the problem of reinstallation software in new hardware in future. BLOCK - 2 (a) Access Control Processing Equipment No. 1.0 108675.0 108675.0 The operator work Station shall be a personal computer (PC) commercial grade Desktop with below minimum configuration: Minimum Intel i7 10th Generation or latest Version/ configuration at the time of delivery. 64 bit, Intel Quad core processor with 3.0 GHz or higher, 16 GB RAM upgradable upto 24GB, 1 TB SSD or more, 16x Speed or more DVD R/W, Minimum 4 Nos. USB Port or 2 nos. spare USB 3.0 port. Minimum 2 Nos. Fast Ethernet ports for dual LAN interface, 2GB Dual Video Accelerator with Dual Monitor (VDU) support, Optical Mouse & key board 2 Serial Port or as per system wide interface requirement if any, Two external speaker for audible alarm of minimum 10 watt each Windows - 10 Professional Operating System (64 Bit) or Latest version/ configuration of operating system available at the time of delivery with MicroSoft Office 2019 or Latest version including all other software’s, drivers and hardware’s applicable to establish smooth and secure platform for Building Access Control System at Control Room. Security pack (Anti Virus) shall be provided either inbuilt to the Operating System or as a separate for minimum product license validity of 5 year with feature of Auto recovery and auto archive. The configuration/ version of hardware and software shall be latest available at the time of supply and contractor shall take approval from employer for the same. Power: Suitable for auxillary supply of 230V AC+-6%, 50Hz+-2%, Energy 5 star rating is preferred. (b) BMSColour Monitor Color monitor shall be minimum 32 inch diagonal antiglare, Ultra HD (3480x2160) 4K resolution, Minimum 16 Million color support, on screen control support, Vertical & Horizontal viewing angle 160, Tilt Swivel Support as per specifications etc. as required. No. 1.0 40753.0 40753.0 © Master Controller of Make Schneider, Model No. # SP-C or equivalent and should be compatable with the existing system Nos 3.0 70100.0 210300.0 (d) Access Controller of Make Schneider, Model No. # SP-RDM2 or equivalent and should be compatable with the existing system Nos. 25.0 35150.0 878750.0 (e) Access Control Software with License for PC of Make Schneider (Model No. SX-SRVR) or equivalent and should be compatable with the existing system Nos. 1.0 440000.0 440000.0 (f) Double Leaf EM Lock 1200 LBS (Make: Bell or equivalent) Nos. 5.0 3950.0 19750.0 (g) Single Leaf EM Lock 600 LBS (Make: Bell or equivalent) Nos. 29.0 2930.0 84970.0 (h) Card Reader (Make HID or equivalent) Nos. 60.0 23536.0 1412160.0 (i) Emergency Door Release (ERD) (Make: Reputed or equivalent) Nos. 41.0 1950.0 79950.0 (g) Access Card (Make: I-Card or equivalent) Nos. 300.0 2300.0 690000.0 (h) Ethernet/LAN Armoured Cable CAT6E or higher (FRLSH) Mtr. 305.0 145.0 44225.0 |
| 79 | Supply, laying, jointing, terminating, testing and commissioning of 1100 V grade, FRLSH, PVC sheathed, Flexible PVC insulated, Multi stranded Copper (Cu) Conductor cables on existing trays/ walls/ columns / indoor / trenches including the cost of GI supports with suitable GI clamps, GI saddles, GI hooks, GI bolts etc. and including proper dressing of cables with UV resistant cable ties, markers, providing identification tags, earthing of glands etc. complete as per specifications, as required and as below. a 8 C x 1.5 sq mm Cu Conductor M 500.0 100.0 50000.0 b 4 C x 1.5 sq mm Cu Conductor M 500.0 290.0 145000.0 |
| 80 | Supply and installation of following sizes of hot dipped galvanised welded steel conduit in surface / recess with GI junction boxes, pull box, saddles including cutting, chasing and refilling etc. complete as required. 25 mm dia. 1.6mm thick Mtr 300.0 86.0 25800.0 BLOCK - 3 |
| 81 | Access Control Processing Equipment The operator work Station shall be a personal computer (PC) commercial grade Desktop with below minimum configuration: Minimum Intel i7 10th Generation or latest Version/ configuration at the time of delivery. 64 bit, Intel Quad core processor with 3.0 GHz or higher, 16 GB RAM upgradable upto 24GB, 1 TB SSD or more, 16x Speed or more DVD R/W, Minimum 4 Nos. USB Port or 2 nos. spare USB 3.0 port. Minimum 2 Nos. Fast Ethernet ports for dual LAN interface, 2GB Dual Video Accelerator with Dual Monitor (VDU) support, Optical Mouse & key board 2 Serial Port or as per system wide interface requirement if any, Two external speaker for audible alarm of minimum 10 watt each Windows - 10 Professional Operating System (64 Bit) or Latest version/ configuration of operating system available at the time of delivery with MicroSoft Office 2019 or Latest version including all other software’s, drivers and hardware’s applicable to establish smooth and secure platform for Building Access Control System at Control Room. Security pack (Anti Virus) shall be provided either inbuilt to the Operating System or as a separate for minimum product license validity of 5 year with feature of Auto recovery and auto archive. The configuration/ version of hardware and software shall be latest available at the time of supply and contractor shall take approval from employer for the same. Power: Suitable for auxillary supply of 230V AC+-6%, 50Hz+-2%, Energy 5 star rating is preferred. (a) BMSColour Monitor No. 1.0 40753.0 40753.0 Color monitor shall be minimum 32 inch diagonal antiglare, Ultra HD (3480x2160) 4K resolution, Minimum 16 Million color support, on screen control support, Vertical & Horizontal viewing angle 160, Tilt Swivel Support as per specifications etc. as required. (b) Master Controller of Make Schneider, Model No. # SP-C or equivalent and should be compatable with the existing system Nos 2.0 70100.0 140200.0 © Access Controller of Make Schneider, Model No. # SP-RDM2 or equivalent and should be compatable with the existing system Nos. 12.0 35150.0 421800.0 (d) Access Control Software with License for PC of Make Schneider (Model No. SX-SRVR) or equivalent and should be compatable with the existing system Nos. 1.0 440000.0 440000.0 (e) Double Leaf EM Lock 1200 LBS (Make: Bell or equivalent) Nos. 2.0 3950.0 7900.0 (f) Single Leaf EM Lock 600 LBS (Make: Bell or equivalent) Nos. 5.0 2930.0 14650.0 (g) Card Reader (Make HID or equivalent) Nos. 4.0 23536.0 94144.0 (h) Emergency Door Release (ERD) (Make: Reputed or equivalent) Nos. 5.0 1950.0 9750.0 (i) Access Card (Make: I-Card or equivalent) Nos. 250.0 2300.0 575000.0 (g) Ethernet/LAN Armoured Cable CAT6E or higher (FRLSH) Mtr. 305.0 145.0 44225.0 |
| 82 | Supply, laying, jointing, terminating, testing and commissioning of 1100 V grade, FRLSH, PVC sheathed, Flexible PVC insulated, Multi stranded Copper (Cu) Conductor cables on existing trays/ walls/ columns / indoor / trenches including the cost of GI supports with suitable GI clamps, GI saddles, GI hooks, GI bolts etc. and including proper dressing of cables with UV resistant cable ties, markers, providing identification tags, earthing of glands etc. complete as per specifications, as required and as below. a 8 C x 1.5 sq mm Cu Conductor M 100.0 100.0 10000.0 b 4 C x 1.5 sq mm Cu Conductor M 100.0 290.0 29000.0 |
| 83 | Supply and installation of following sizes of hot dipped galvanised welded steel conduit in surface / recess with GI junction boxes, pull box, saddles including cutting, chasing and refilling etc. complete as required. a) 25 mm dia. 1.6mm thick Mtr 100.0 86.0 8600.0 PART C: EPABX System for Block - 1, 2 & 3 |
| 84 | Supply, installation, testing and commissioning of Telephone system based on the following components including but not restricted to gold plate connecting leads, connectors, jumpers, nuts, screw, bolts mounting plates cover plates, back boxes etc. and as required to make the system complete and operational in all respects complete as per specifications, drawings and all applicable standards and as required. |
| 85 | Voice boards (AA35) (a) ARMADA daughter board for 30 additional compression pathes Nos. 1.0 89500.0 89500.0 (b) APA8-HU Analog trunk access board for 8 trunk lines Nos. 1.0 13650.0 13650.0 (c) Digital Public Access Board - 1 Primary Rate E1 T2 Access Nos. 2.0 30885.0 61770.0 (d) Digital interfaces board UAI16-1 : 16 digital interface Nos. 1.0 31130.0 31130.0 (e) Analog Interfaces Board SLI16-2 : 16 analog interfaces Nos. 18.0 46120.0 830160.0 (f) Analog Interfaces Board SLI8-2 : 8 analog interfaces Nos. 3.0 24067.0 72201.0 (g) Reflexes Interfaces Board - 8 UA interfaces Nos. 3.0 19150.0 57450.0 |
| 86 | Data infrastructure (AA36) (a) OmniPCX Enterprise IP Media Server for redundancy, 100/240VAC one rack 1 module, Com Server processing unit CS-3, with SDRAM and disk drive (must be used with external battery and rack) - Delivered in spare parts from ALE stock Nos. 1.0 257730.0 257730.0 (b) Generic power cord Nos. 9.0 1031.0 9279.0 (c) Mounting kit for Rack 3 Nos. 8.0 4000.0 32000.0 (d) Communication Server Central Processing Unit: CS-3 CPU Board with OmniPCX Enterprise software, SDRAM and disk drive Nos. 1.0 190000.0 190000.0 (e) Blind slot stiffener (x1) Nos. 32.0 859.0 27488.0 |
| 87 | Basic packages (AA45) (a) IP Media Gateway (GD4/2xMR3 150W), with 100/240VAC power supply (must be used with external battery and rack) Nos. 3.0 242775.0 728325.0 |
| 88 | User software licenses (CC40) (a) Alcatel-Lucent OmniPCX Enterprise Purple R101.0 software license Nos. 1.0 1.0 1.0 (b) OmniPCX Enterprise major software upgrade - 1 user Nos. 350.0 485.0 169750.0 © Analog Premium license - 1 user Nos. 129.0 1730.0 223170.0 (d) SIP Premium license - 1 user Nos. 15.0 3350.0 50250.0 (e) OmniPCX Enterprise High Availability – 1 Business Telephony user license Nos. 115.0 32.0 3680.0 |
| 89 | Software Support Services (NN02) OmniPCX Enterprise SPS - Restart 1 year Nos. 1.0 305080.0 305080.0 |
| 90 | Other items (a) Rack 36 U Nos. 3.0 35000.0 105000.0 (b) Connectors Nos. 500.0 8.0 4000.0 © 2 pair Cable Nos. 3250.0 30.0 97500.0 (d) 200 Pair Krone Module Box Nos. 3.0 7500.0 22500.0 (e) Cat 6 Nos. 1750.0 42.0 73500.0 |
| 91 | SITC of Digital/Analog Phones (a) ALE-30h Single Port Hybrid Digital-IP Essential DeskPhone, Dual Stack NOE-SIP, 3.5 inch 320x240 color display, HD Audio, 1 USB-A, 1 USB-C. Ships without Network cable. Nos. 15.0 22430.0 336450.0 (b) ALE-10 Magnetic Alphabetic Keyboard QWERTY for Essential DeskPhone Nos. 15.0 3968.0 59520.0 © Analoge Phone Nos. 300.0 1650.0 495000.0 |
| 92 | SITC of Passive cabling (a) 08 Port 10/100/1000Mbps & 2 ports for optional SFP/ SX & SFP+/SR Modules supporting 1G , layer 2 switch. Nos. 3.0 6823.0 20469.0 (b) Single Mode SFP+ /LR (LC Type) transreceivers supporting 1G Nos. 4.0 2445.0 9780.0 (c) Supply of Fibre Cable Single Mode (OS2) (Jelly filled) (06 core) outdoor in Metres (Armoured) 9/125 µm (For Backhaul) G.652 Mtr. 900.0 65.0 58500.0 (d) Supply of 12 Port LIU (fiber optic interconnecting unit) Rack Mount 19\\" housing with front modules/ Couplers with blank adapter panel & Fully loaded with Single Mode 6 Pigtails, Splicetray & Cable Management accessories Nos. 1.0 11890.0 11890.0 (e) Supply of 6 Port LIU (fiber optic interconnecting unit) Rack Mount 19\\" housing with front modules/ Couplers with blank adapter panel & Fully loaded with Single Mode 6 Pigtails, Splicetray & Cable Management accessories Nos. 2.0 1100.0 2200.0 (f) Supply of Duplex Fibre optic patch cords SingleMode (LC to LC) 3 m - 9/125 Nos. 38.0 917.0 34846.0 (g) GI 25 mm flexible conduit pipe Mtr. 40.0 130.0 5200.0 |
| 93 | SITC of UPS Power Online 2 KVA Battery 12 V/100 AH/8 Nos Nos. 3.0 145000.0 435000.0 The Chiller plant Manager Works is an specialized job and the same shall be executed by OEM For Block I: Chiller Plant Manager for Chiller of Make: Trane |
| 94 | CPM Central Processing Equipment The operator work Station shall be a personal computer (PC) commercial grade Desktop with below minimum configuration: Minimum Intel i7 10th Generation or latest Version/ configuration at the time of delivery. 64 bit, Intel Quad core processor with 3.0 GHz or higher, 16 GB RAM upgradable upto 24GB, 1 TB SSD or more, 16x Speed or more DVD R/W, Minimum 4 Nos. USB Port or 2 nos. spare USB 3.0 port. Minimum 2 Nos. Fast Ethernet ports for dual LAN interface, 2GB Dual Video Accelerator with Dual Monitor (VDU) support, Optical Mouse & key board 2 Serial Port or as per system wide interface requirement if any, Two external speaker for audible alarm of minimum 10 watt each Windows - 10 Professional Operating System (64 Bit) or Latest version/ configuration of operating system available at the time of delivery with MicroSoft Office 2019 or Latest version including all other software’s, drivers and hardware’s applicable to establish smooth and secure platform for Building CPM at Control Room. Security pack (Anti Virus) shall be provided either inbuilt to the Operating System or as a separate for minimum product license validity of 5 year with feature of Auto recovery and auto archive. The configuration/ version of hardware and software shall be latest available at the time of supply and contractor shall take approval from employer for the same. Power: Suitable for auxillary supply of 230V AC+-6%, 50Hz+-2%, Energy 5 star rating is preferred. (a) CPM Colour Monitor No. 1.0 40753.0 40753.0 Color monitor shall be minimum 32 inch diagonal antiglare, Ultra HD (3480x2160) 4K resolution, Minimum 16 Million color support, on screen control support, Vertical & Horizontal viewing angle 160, Tilt Swivel Support as per specifications etc. as required. (b) Supply, installation, testing and commissioning of Network Supervisory Controller (Make - Trane) Set 1.0 274500.0 274500.0 Network Supervisory Controller: Trane Tracer SC+ - with power supply, BACnet term pack, licenses, panel & accessories.IP based Network superwise controller unit (Imported UL listed) for connecting all controllers to it, software integration of Trane chiller machines and transfering data to PC. It should support 8 hardware terminations. (A) with Web-Based Feature. The unit comply following codes and standards: UL and CE. (B) The unit supports OPEN STANDARD protocol BACnet/IP, BACnet MS/TP, LONTALK (C), BACnet Zigbee, Modbus (RTU & TCP). It is able to store reports and event logs. (D) WEB ENABLED. The controller is capable of connecting the future expansion DDCs / Integrators. It should connect 120 wireless controllers/180 BACnet MSTP controllers/ 240 BACnet IP controllers/90 MODBUS devices. It should have 3 links for connecting controllers/devices. Each link should be able to take 60 DDCs in a single loop. It should have Coin cell battery that preserves regional settings (including date/time) for up to 30 days. It should be capable as a gateway/router for integration of 3rd party devices. It should be web enabled and work with any kind of search engine. It should have freely support Android and MAC mobile applications for remotely managing the system through GPRS or wi-fi connectivity without any additional cost. It should have a feature to be used as a gateway/ router for 3rd party applications on BACNET. It should be web enabled and does not require any software for controlling/monitoring of hard wired points. The processor should be Arm A9 Cortex Dual Core and has memory of FLASH 4 GB eMMC and SDRAM 1 GB DDR3. It should supports 5 Concurrent Users at a time Network Controller is rated as BACnet Building Controller (B-BC) from BACnet Testing Laboratories. It should allow users to recieve, view, acknowledge and make comments on building alarms and events. It should automatically generates system-created data logs (for equipment and standard applications) on a 15-minute interval and then stores that data for seven days. It should be capable of Creating, editing, and deleting schedules, Creating, editing, and deleting calendars and exception schedules and Viewing all effective schedules in a facility. It should allow temporary overrides, permanent overrides.It should allow • Scheduling reports to run during specific date periods and run frequencies• Specifying file storage options for scheduled reports• Exporting reports to save to your PC as CSV, HTML, or PDF files• Editing scheduled reports © Supply, installation, testing and commissioning of Bacnet Card for Chiller (Make - Trane). Nos 4.0 85500.0 342000.0 Tracer Bacnet Card for Chiller. BACnet MS/TP, Configurable and fully programmable, Total of 23 I/O points built in, Expandable to 55 points, Data logging—25,000 samples, Factory and field mounting options, Removable connectors, DIN rail mounting,multiple service tool connections, Compatible with Trane Wireless Comm Power - 20.4–27.6 Vac (24 Vac, ±15% nominal) 50–60 Hz 24 VA(24 VA plus binary output loads for a maximum of 12 VA for each binary output) UL-864/UUKL listed, CE Marked, FCC Part 15, Subpart B, Class B Limit Communications BACnet MS/TP, supports BACnet protocol ASHRAE 135-2004 and meets BACnet Testing Laboratory (BTL) as an Application Specific Controller (ASC)profile device (d) Supply installation testing & commissioning of armoured twisted pair 2C x 1 sqmm Non FRLSH cable for field sensor signals, bare copper conductor not less than 14AWG and for 50Vpower, outer sheath black colour. 300/500 volts, including end terminators, saddles, clamps with screws etc. for fixing on wall/ceiling or on cable trays complete as required complete as required with all mounting accessory for data communication (Make - Polycab/ Fusion Polymer) Mtr 500.0 135.0 67500.0 (e) Migration of Data from existing CPM to upgrdaded CPM including graphics creation. Lot 1.0 85050.0 85050.0 For Block II: Chiller Plant Manager for Chiller of Make: Trane |
| 95 | CPM Central Processing Equipment The operator work Station shall be a personal computer (PC) commercial grade Desktop with below minimum configuration: Minimum Intel i7 10th Generation or latest Version/ configuration at the time of delivery. 64 bit, Intel Quad core processor with 3.0 GHz or higher, 16 GB RAM upgradable upto 24GB, 1 TB SSD or more, 16x Speed or more DVD R/W, Minimum 4 Nos. USB Port or 2 nos. spare USB 3.0 port. Minimum 2 Nos. Fast Ethernet ports for dual LAN interface, 2GB Dual Video Accelerator with Dual Monitor (VDU) support, Optical Mouse & key board 2 Serial Port or as per system wide interface requirement if any, Two external speaker for audible alarm of minimum 10 watt each Windows - 10 Professional Operating System (64 Bit) or Latest version/ configuration of operating system available at the time of delivery with MicroSoft Office 2019 or Latest version including all other software’s, drivers and hardware’s applicable to establish smooth and secure platform for Building CPM at Control Room. Security pack (Anti Virus) shall be provided either inbuilt to the Operating System or as a separate for minimum product license validity of 5 year with feature of Auto recovery and auto archive. The configuration/ version of hardware and software shall be latest available at the time of supply and contractor shall take approval from employer for the same. Power: Suitable for auxillary supply of 230V AC+-6%, 50Hz+-2%, Energy 5 star rating is preferred. (a) CPM Colour Monitor No. 1.0 40753.0 40753.0 Color monitor shall be minimum 32 inch diagonal antiglare, Ultra HD (3480x2160) 4K resolution, Minimum 16 Million color support, on screen control support, Vertical & Horizontal viewing angle 160, Tilt Swivel Support as per specifications etc. as required. (b) Supply, installation, testing and commissioning of Network Supervisory Controller(Make: Trane) Nos. 1.0 274500.0 274500.0 Network Supervisory Controller: Trane Tracer SC+ - with power supply, BACnet term pack, licenses, panel & accessories.IP based Network superwise controller unit (Imported UL listed) for connecting all controllers to it, software integration of Trane chiller machines and transfering data to PC. It should support 8 hardware terminations. (A) with Web-Based Feature. The unit comply following codes and standards: UL and CE. (B) The unit supports OPEN STANDARD protocol BACnet/IP, BACnet MS/TP, LONTALK (C), BACnet Zigbee, Modbus (RTU & TCP). It is able to store reports and event logs. (D) WEB ENABLED. The controller is capable of connecting the future expansion DDCs / Integrators. It should connect 120 wireless controllers/180 BACnet MSTP controllers/ 240 BACnet IP controllers/90 MODBUS devices. It should have 3 links for connecting controllers/devices. Each link should be able to take 60 DDCs in a single loop. It should have Coin cell battery that preserves regional settings (including date/time) for up to 30 days. It should be capable as a gateway/router for integration of 3rd party devices. It should be web enabled and work with any kind of search engine. It should have freely support Android and MAC mobile applications for remotely managing the system through GPRS or wi-fi connectivity without any additional cost. It should have a feature to be used as a gateway/ router for 3rd party applications on BACNET. It should be web enabled and does not require any software for controlling/monitoring of hard wired points. The processor should be Arm A9 Cortex Dual Core and has memory of FLASH 4 GB eMMC and SDRAM 1 GB DDR3. It should supports 5 Concurrent Users at a time Network Controller is rated as BACnet Building Controller (B-BC) from BACnet Testing Laboratories. It should allow users to recieve, view, acknowledge and make comments on building alarms and events. It should automatically generates system-created data logs (for equipment and standard applications) on a 15-minute interval and then stores that data for seven days. It should be capable of Creating, editing, and deleting schedules, Creating, editing, and deleting calendars and exception schedules and Viewing all effective schedules in a facility. It should allow temporary overrides, permanent overrides.It should allow • Scheduling reports to run during specific date periods and run frequencies• Specifying file storage options for scheduled reports• Exporting reports to save to your PC as CSV, HTML, or PDF files• Editing scheduled reports © Supply, installation, testing and commissioning of CPM Software with necessary licenses (Make: Trane) Set 1.0 193489.0 193489.0 Factory programmed/commissioned Chiller Plant Optimizer: This chiller plant manager shall include the supervisory controllers and CPM software module for optimization chillers, Primary pumps, Secondary pumps, VFDs etc. This shall include the dedicated logics for plant manager function which shall include:- Complete chiller plant optimization- Chiller sequncing based on flow, run hours, load, operator decision- Chiller add/sunstract logics based on temperature and flow- Pressure optmization logics- Pump optimization- Remote viewing of CPM without any software- Compatible firmware with chillers for smooth integration of chillers as per IO summary. Any other data required from chiller shall also be taken into CPM from chiller as per customer's requriement.- Reporting The BMS Software,Controllers & Protocol Integrators should be UL & BTL Approved & Certified. License to export data to client SQL Data base- The software shall export the complete data to SQL database provided by client. The necessary licensing, modules shall be included in this line item. Advanced reporting software to allow any customized report to be created by user. This shall include creation of Pi charts, Bar grpahs, line graphs, tables etc. to be created by user for any parameter/s from software directly. (d) Supply, installation, testing and commissioning of Soft Integrator (Make - Trane/ Protoconvert) Lot 1.0 57650.0 57650.0 Hardware and software as required to integrate below mentioed systems/equipment to BMS. The integrators shall include the necessary hardware/converters, software, point license, data loggers etc. The quanity of equipment can be referred from IO summary. Dedicated Soft integrator must be quoted here and no soft integration into DDC should be done. (e) Supply, installation, testing and commissioning of DDC Controller for CPM (Make - Trane) Lot 1.0 153660.0 153660.0 Stand alone Intelligent IP Based DDC Controllers as per the specifications for hard wired IO points as mention in IO summary. The DDCs shall be UL listed, BTL certified, with minumum 32 bit microprocessor. The contractor shall decide upon the number of contollers, depending on his Controller capacity. Contractor shall furnish quantity and unit rate for each type of controller considered by him based on the DDC Panel Annexure & IO summary . The above shall be housed in a IP54 rated housing for Indoor & IP 65 Housing for Out door with lockable & secure heavy Guage MS powder coated Cabinets to be supplied along with the Controllers as per specifcation. It shall contain- Minumum 14 universal points to work as AI/DI/AO- Minimum 4 DO- Must be modular (more than 2 IO modules with one DDC shall NOT be used)- Ethernet port to connect it directly to LAN without any additional hardware required RS485 port to create MS/TP network if required- DDCs shall integrate only hard points. Separate integrators shall be quoted for soft integrations and soft integration to DDCs shall not be done- 32 Bit single/dual microprocessor- Inbuilt PID loops- Configurable alarms- DDCs shall be provided with 230V power supply at site and required transformer/24V converter shall be a part of panel. DDCs shall not be connected to 230V directly- DDCs shall be mudular type with provision to connect IO modules. NO Fix type (Non-expandable) DDCs. (i) Supply, installation, testing and commissioning of Bacnet Card for Chiller. (Make - Trane) Nos 4.0 85500.0 342000.0 Tracer Bacnet Card for Chiller. BACnet MS/TP, Configurable and fully programmable, Total of 23 I/O points built in, Expandable to 55 points, Data logging—25,000 samples, Factory and field mounting options, Removable connectors, DIN rail mounting,multiple service tool connections, Compatible with Trane Wireless Comm Power - 20.4–27.6 Vac (24 Vac, ±15% nominal) 50–60 Hz 24 VA(24 VA plus binary output loads for a maximum of 12 VA for each binary output) UL-864/UUKL listed, CE Marked, FCC Part 15, Subpart B, Class B Limit Communications BACnet MS/TP, supports BACnet protocol ASHRAE 135-2004 and meets BACnet Testing Laboratory (BTL) as an Application Specific Controller (ASC)profile device (j) Supply installation testing & commissioning of armoured twisted pair 2C x 1 sqmm Non FRLSH cable for field sensor signals, bare copper conductor not less than 14AWG and for 50Vpower, outer sheath black colour. 300/500 volts, including end terminators, saddles, clamps with screws etc. for fixing on wall/ceiling or on cable trays complete as required complete as required with all mounting accessory for data communication (Make - Polycab/ Fusion Polymer) Mtr 500.0 135.0 67500.0 (k) Migration of Data from existing CPM to upgrdaded CPM including graphics creation. Lot 1.0 154000.0 154000.0 (l) Supply, installation, testing and commissioning of Control Wiring alteration of existing CPM cabinet (Including wires, Relays, Fuse, TB, Transformer etc) (Make - Rittal) Lot 1.0 154000.0 154000.0 For Block - 3: |
| 96 | CPM Central Processing Equipment The operator work Station shall be a personal computer (PC) commercial grade Desktop with below minimum configuration: Minimum Intel i7 10th Generation or latest Version/ configuration at the time of delivery. 64 bit, Intel Quad core processor with 3.0 GHz or higher, 16 GB RAM upgradable upto 24GB, 1 TB SSD or more, 16x Speed or more DVD R/W, Minimum 4 Nos. USB Port or 2 nos. spare USB 3.0 port. Minimum 2 Nos. Fast Ethernet ports for dual LAN interface, 2GB Dual Video Accelerator with Dual Monitor (VDU) support, Optical Mouse & key board 2 Serial Port or as per system wide interface requirement if any, Two external speaker for audible alarm of minimum 10 watt each Windows - 10 Professional Operating System (64 Bit) or Latest version/ configuration of operating system available at the time of delivery with MicroSoft Office 2019 or Latest version including all other software’s, drivers and hardware’s applicable to establish smooth and secure platform for Building CPM at Control Room. Security pack (Anti Virus) shall be provided either inbuilt to the Operating System or as a separate for minimum product license validity of 5 year with feature of Auto recovery and auto archive. The configuration/ version of hardware and software shall be latest available at the time of supply and contractor shall take approval from employer for the same. Power: Suitable for auxillary supply of 230V AC+-6%, 50Hz+-2%, Energy 5 star rating is preferred. (a) CPM Colour Monitor No. 1.0 40753.0 40753.0 Color monitor shall be minimum 32 inch diagonal antiglare, Ultra HD (3480x2160) 4K resolution, Minimum 16 Million color support, on screen control support, Vertical & Horizontal viewing angle 160, Tilt Swivel Support as per specifications etc. as required. (b) Supply, installation, testing, commissioning of Johnson Control Software for Chiller plant manager for existing chillers. Nos 1.0 497000.0 497000.0 © Supply, installation, testing, commissioning of Johnson Control Supervisory controller and field controllers for Chiller plant manager for existing chillers Lot 1.0 1073500.0 1073500.0 (d) Supply, installation, testing, commissioning of Chiller Integration cards of Make: Johnson Control Nos 4.0 120000.0 480000.0 (e) Supply, installation, testing, commissioning of DDC enclosure 600x600 MM Nos 1.0 29000.0 29000.0 (f) Supply, installation, testing, commissioning of TEMP SENSOR TE-631AM-1 of Make: Johnson Control Nos 24.0 6150.0 147600.0 (g) Supply, installation, testing, commissioning of pressure sensor P-499AAP-105-K Make: Johnson Control Nos. 2.0 20550.0 41100.0 (h) Supply, installation, testing, commissioning of FLOW SENSOR F261-Kah-V01C Make: Johnson Control Nos. 10.0 19330.0 193300.0 (i) Supply, installation, testing, commissioning of CURRENT RELAY Make: Johnson Control/Omicron Nos. 15.0 5300.0 79500.0 (j) Supply, installation, testing, commissioning of LEVEL SENSOR Nos. 4.0 17140.0 68560.0 (k) Supply, Laying, testing and commissioning at the site of work of 600/1000 V grade, Copper Conductor, XLPE Insulated, armoured, Low Smoke Zero Halogen Type Control Cables conforming to BS 6724 and Technical Specifications, of the following sizes: (Note: In case of any contradiction between BS 6724 and Specification, the stringent conditions of the two will apply) 2 Cx1.5Sq.mm Copper, STP, Screened cable as per specifications Metres 1000.0 102.0 102000.0 (l) Supply, laying, testing, commissioning Ethernet/LAN Armoured Cable CAT6E or higher (FRLSH) Mtr. 300.0 132.0 39600.0 (m) Supply, installation, testing, commissioning of SOCKET SENSOR socket for field devices Nos 24.0 2050.0 49200.0 (n) Supply, installation, testing, commissioning of OUTER TEMP + RH SENSOR Nos. 1.0 29550.0 29550.0 (o) Supply, installation, testing, commissioning of RELAY+BASE24 VAC Nos. 30.0 3540.0 106200.0 (p) Towards Testing & Commissioning charge Lot 1.0 135000.0 135000.0 Block - 1 |
| 97 | Supply, Installation,Testing Commissioning of IP Based CCTV System comprising of following: (a) 2MP PTZ camera (Make Honeywell, Model No. HC35WZ2R25 or its equivalent) Nos. 4.0 71500.0 286000.0 (b) 3MP IP Dome Camera (Make Honeywell, Model No. HC35WE3R3 or its equivalent) Nos. 32.0 10500.0 336000.0 © 3MP IP Bullet Camera (Make Honeywell, Model No. HC35WB3R3 or its equivalent) Nos. 15.0 11500.0 172500.0 (d) 32 Channel NVR with 8 sata (Make Honeywell, Model No. HWCHN35320800NR or its equivalent) Nos. 2.0 202000.0 404000.0 (e) 10 TB Hard Disk (Make WD/Segate or its equivalent) Nos. 9.0 22500.0 202500.0 (f) 15U Floor Mount rack (Make Galaxy/D-Link or its equivalent) Nos. 1.0 15500.0 15500.0 (g) 24 Port POE Switch with 4 SFP Module L2 Switch (Make HP, Model No. JL683-A or its equivalent) Nos. 1.0 48500.0 48500.0 (h) 24 Port POE Switch with 8 SFP Module L3 Switch {Make HP, Model No. 5140-24G (JL826A) or its equivalent} Nos. 2.0 205800.0 411600.0 (i) 8 Port POE Switch with 2 SFP Module (Make HP, Model No. JL681-A or its equivalent) Nos. 8.0 35000.0 280000.0 (j) 6 Port LIU (Make Unisol or its equivalent) Nos. 8.0 5655.0 45240.0 (k) 24 Port LIU (Make Unisol or its equivalent) Nos. 2.0 14500.0 29000.0 (l) 4U Rack for Switch (Make Galaxy/D-Link or its equivalent) Nos. 8.0 5200.0 41600.0 (m) LAN Armoured Cable CAT6E or higher (FRLSH) Mtr. 2500.0 145.0 362500.0 (n) 6 Core Single mode Optical Fiber Cable (Make D-Link or ots equivalent) Mtr. 1000.0 62.0 62000.0 (o) 32 Inch LED Monitor (Make Samsung or its equivalent) Nos. 2.0 27500.0 55000.0 Block - 2 |
| 98 | Supply, Installation,Testing Commissioning of IP Based CCTV System comprising of following: (a) 2MP PTZ camera (Make Honeywell, Model No. HC35WZ2R25 or its equivalent) Nos. 4.0 71500.0 286000.0 (b) 3MP IP Dome Camera (Make Honeywell, Model No. HC35WE3R3 or its equivalent) Nos. 31.0 10500.0 325500.0 © 3MP IP Bullet Camera (Make Honeywell, Model No. HC35WB3R3 or its equivalent) Nos. 10.0 11500.0 115000.0 (d) 32 Channel NVR with 8 sata (Make Honeywell, Model No. HWCHN35320800NR or its equivalent) Nos. 2.0 202000.0 404000.0 (e) 10 TB Hard Disk (Make WD/Segate or its equivalent) Nos. 10.0 22500.0 225000.0 (f) 15U Floor Mount rack (Make Galaxy/D-Link or its equivalent) Nos. 1.0 15500.0 15500.0 (g) 24 Port POE Switch with 4 SFP Module L2 Switch (Make HP, Model No. JL683-A or its equivalent) Nos. 1.0 48500.0 48500.0 (h) 24 Port POE Switch with 8 SFP Module L3 Switch {Make HP, Model No. 5140-24G (JL826A) or its equivalent} Nos. 2.0 205800.0 411600.0 (i) 8 Port POE Switch with 2 SFP Module (Make HP, Model No. JL681-A or its equivalent) Nos. 8.0 35000.0 280000.0 (j) 6 Port LIU (Make Unisol or its equivalent) Nos. 8.0 5655.0 45240.0 (k) 24 Port LIU (Make Unisol or its equivalent) Nos. 2.0 14500.0 29000.0 (l) 4U Rack for Switch (Make Galaxy/D-Link or its equivalent) Nos. 8.0 5200.0 41600.0 (m) LAN Armoured Cable CAT6E or higher (FRLSH) Mtr. 2000.0 145.0 290000.0 (n) 6 Core Single mode Optical Fiber Cable (Make D-Link or ots equivalent) Mtr. 1000.0 62.0 62000.0 (o) 32 Inch LED Monitor (Make Samsung or its equivalent) Nos. 2.0 27500.0 55000.0 Block - 3 |
| 99 | Supply, Installation,Testing Commissioning of IP Based CCTV System comprising of following: (a) 2MP PTZ camera (Make Honeywell, Model No. HC35WZ2R25 or its equivalent) Nos. 4.0 71500.0 286000.0 (b) 3MP IP Dome Camera (Make Honeywell, Model No. HC35WE3R3 or its equivalent) Nos. 32.0 10500.0 336000.0 © 3MP IP Bullet Camera (Make Honeywell, Model No. HC35WB3R3 or its equivalent) Nos. 12.0 11500.0 138000.0 (d) 32 Channel NVR with 8 sata (Make Honeywell, Model No. HWCHN35320800NR or its equivalent) Nos. 2.0 202000.0 404000.0 (e) 10 TB Hard Disk (Make WD/Segate or its equivalent) Nos. 11.0 22500.0 247500.0 (f) 15U Floor Mount rack (Make Galaxy/D-Link or its equivalent) Nos. 1.0 15500.0 15500.0 (g) 24 Port POE Switch with 4 SFP Module L2 Switch (Make HP, Model No. JL683-A or its equivalent) Nos. 1.0 48500.0 48500.0 (h) 24 Port POE Switch with 8 SFP Module L3 Switch {Make HP, Model No. 5140-24G (JL826A) or its equivalent} Nos. 2.0 205800.0 411600.0 (i) 8 Port POE Switch with 2 SFP Module (Make HP, Model No. JL681-A or its equivalent) Nos. 9.0 35000.0 315000.0 (j) 6 Port LIU (Make Unisol or its equivalent) Nos. 9.0 5655.0 50895.0 (k) 24 Port LIU (Make Unisol or its equivalent) Nos. 2.0 14500.0 29000.0 (l) 4U Rack for Switch (Make Galaxy/D-Link or its equivalent) Nos. 9.0 5200.0 46800.0 (m) LAN Armoured Cable CAT6E or higher (FRLSH) Mtr. 2500.0 145.0 362500.0 (n) 6 Core Single mode Optical Fiber Cable (Make D-Link or ots equivalent) Mtr. 1000.0 62.0 62000.0 (o) 32 Inch LED Monitor (Make Samsung or its equivalent) Nos. 2.0 27500.0 55000.0 |
| 100 | For RO Plant of Block - 03 (a) SITC of 8 \\" RO membranes, Dupont, SUEZ make Nos. 0.0 35900.0 (b) SITC of Rotameter of DMF with end fittings set 1.0 11000.0 11000.0 © SITC of Rotameter of RO Plant , 30 KLPH with end fittings Nos. 2.0 12500.0 25000.0 (d) SITC of SS solenoid valve, 2 \\" for auto reject flush Nos 2.0 19700.0 39400.0 (e) SITC of Digital TDS meter with connections in panel Set 1.0 14500.0 14500.0 (f) SITC of digital PH meter with Ph sensor with connections in panel set 1.0 17300.0 17300.0 (g) SITC of Rubberlined Flap type NRV with flanged reducer, 65 NB Nos 2.0 10250.0 20500.0 (h) Antiscalant Dosing pump repair Nos 1.0 16000.0 16000.0 (i) SITC Sodium Hypochlorite dosing pump suction NRV assy Nos 1.0 3800.0 3800.0 (j) SITC of SS 316 permeate header 2.5\\" Nos. 2.0 23700.0 47400.0 (k) SITC of SS 316 reject header 2.5\\" Nos 2.0 23700.0 47400.0 (l) SITC of SIRO logic controller with connections Nos 2.0 22300.0 44600.0 (m) SITC of Low Presure Switch with connections in panel Nos 1.0 7400.0 7400.0 (n) SITC of SS Pressure gauge at DMF outlet Nos 2.0 1650.0 3300.0 (o) SITC of Chlorine Dosing system NRV and filter assy set 1.0 3400.0 3400.0 (p) SITC of SS Globe valve for reject line 50 nb size Nos 2.0 13700.0 27400.0 (q) SITC of Flexible Hose pipes thread braided , 1.5 M X 25 nb Nos. 12.0 600.0 7200.0 ® SITC of GI Nut,bolts & washer set 80.0 140.0 11200.0 (s) SITC of Level switch for dry run protection in UG tank alongwith accessories Nos 1.0 4500.0 4500.0 |
| 101 | BOQ for the Rectification of RO plants, Block-02 (a) SITC of 8\\" RO MEMBRANES, DUPONT, SUEZ MAKE Nos. 30.0 35900.0 1077000.0 (b) SITC of SIRO Logic Controller with connections in control panel Nos. 1.0 27200.0 27200.0 © SITC of Cartridge filter housing with element , big blue, set 4.0 7200.0 28800.0 (d) SITC of Digital TDS / conductivity meter with connections in panel Nos. 1.0 14500.0 14500.0 (e) SITC of digital PH meter with Ph sensor with connections in panel Nos. 1.0 17300.0 17300.0 (f) SITC of DMF - Outlet Butterfly replacement-80 NB Nos. 1.0 5000.0 5000.0 (g) SITC of CI- Victaulic Coupling-40NB Nos. 16.0 900.0 14400.0 (h) SITC of Rubber Packing for Vict. Coupling -40 NB Nos. 10.0 300.0 3000.0 (i) SITC of Replacement of all hose clamps & hose nozzels + nipples set 12.0 950.0 11400.0 (j) SITC of Membrane Housing, 5 elements, 8 inch dia , 300 psi Nos. 6.0 38000.0 228000.0 (k) SITC of Repair of DMF 1700 dia x2000 HOS for media leakage Lot. 1.0 43500.0 43500.0 (l) SITC of Pressure Guage Range 0.24 kg/cm2 Dial 100NB Nos. 1.0 1750.0 1750.0 (m) SITC of Pressure Guage Range 0.7 kg/cm2 Dial 100NB Nos. 1.0 1750.0 1750.0 (n) SITC of SS Solenoid valve 2 \\" for reject with flange Nos. 2.0 21200.0 42400.0 (o) SITC of Low and high Pressure Switch Nos. 2.0 7400.0 14800.0 (p) SITC of SS 316 Header from HPP to memebranes Nos. 1.0 23700.0 23700.0 (q) SITC of flexible Hose pipe thread braided , 6 M X 25 nb set 1.0 1800.0 1800.0 ® SITC of Flexible Hose pipes thread braided , 1.5 M X 25 nb Set 6.0 600.0 3600.0 (s) SITC of SS Ball valve 15nb for permeate testing Nos. 1.0 1500.0 1500.0 (t) SITC of suction assy for antiscalant & chlorine dosing pump Nos. 2.0 4000.0 8000.0 Total of Schedule-B (Exclusive of GST) 69213330.0 GST@18% 12458399.4 Total of Schedule-B (Inclusive of all, GST@18%) 81671729.4 Total of Schedule-A + Schedule-B (Exclusive of GST) 77604993.0 Grand total of Schedule-A + Schedule-B (Inclusive of all, GST@18%) 91573891.74 78785.0 9097050.51 |
| SR No | FileName | File Description |
| 1 | Click here to download tender document | Tender Documents |
| 2 | Click here to download tender document | Tender Documents |
| 3 | Click here to download tender document | Tender Documents |
| 4 | Click here to download tender document | Tender Documents |
Copyright © 2026 · All Rights Reserved. Terms of Usage | Privacy Policy
For Tender Information Services Visit : TenderDetail