NTPC Limited
(A Government of India Enterprise)
TVHPP
NOTICE INVITING TENDER (NIT)
FOR
Construction of Dinning Hall (For 24 no's BA), Gymnasium, Recreation Center, Township Office and Transit Guest
House# Package.
(Domestic Competitive Bidding)
NIT No: 40085768 Date:17.01.2018
1.0 NTPC invites on-line bids from eligible Bidders for aforesaid package, as per the scope of work briefly mentioned hereinafter:
2.0 Brief Details
20.02.2018 11:30:00 Technical Opening Date & Time
Supply + Erection+ Civil
EMD in INR
Contract Classification
Source of IFB/NIT
NIT Date
NIT No.
Document Sale Commencement Date & Time
Document Sale Close Date & Time
Last Date and Time for Bid submission
Bid Opening Date & Time
Cost of Bidding Documents in INR
18.01.2018 11:00:00
31.01.2018 23:59:59
20.02.2018 11:00:00
27.02.2018 11:30:00
2,250.00
40085768
17.01.2018
TVHPP
457000.00
Pre-Bid Conference Date & Time (if any)
Last Query Date (if any) 19.02.2018
3.0 Bid Security and Integrity Pact (if applicable) shall be submitted in a sealed envelope separately offline/online by the
stipulated bid submission closing date and time at the address given below. Any bid without an acceptable Bid Security and Integrity
Pact (if applicable) shall be treated as non-responsive by the employer and shall not be opened.
4.0 A complete set of Bidding Documents may be downloaded by any interested Bidder on payment (non-refundable) of the cost
of the documents as mentioned above in the form of a crossed account Payee demand draft in favour of NTPC Ltd., Payable at
CHAMOLI or directly through the payment gateway at our SRM Site (https://etender.ntpclakshya.co.in/sap/bc/gui/sap/its/bbpstart).
For logging on to the SRM Site, the bidder would require vendor code and SRM user id and password which can be obtained by
submitting a questionnaire available at our SRM site as well as at NTPC tender site (www.ntpctender.com). First time users not
allotted any vendor code are required to approach NTPC at least three working days prior to Document Sale Close date alongwith
duly filled in questionnare for issue of vendor code and SRM user id/password.
5.0 Brief Scope of Work & other specific detail
SCOPE OF WORK
A. Schedule and Non Schedule Civil Items-Residential
Scope under this package covers civil works for prefabricated structures of Dinning Hall (for 24nos. BA), Gymnasium, Township
Office, Recreation Centre and Transit Guest House as per the enclosed drawings. The following works are included in the scope of
work:
1.1. Foundation for prefab structure
1.2. Septic Tank and Laying of Sewer pipeline.
1.3. R/R Masonry work
1.4. Provision for drainage system including storm water.
1.5. Flooring- inside and outside the structure.
1.6. PCC & RCC work
1.7. Railing on RRM walls.
1.8. Finishing works of PVC False Ceiling works as per specifications.
1.9. All the materials, labour, machinery and T&P shall be in the scope of contractor.
1.10. Internal and External plumbing works.
1.11. The scope of work under this contract shall not be limited to items as mentioned in the tender documents but shall include all
such materials, items etc which are not specifically mentioned herein after but are essential for successful performance of this contract
unless otherwise specifically excluded.
B. Non-Scheduled Items: Prefab Works
1.0 CIVIL WORKS:
#Design, Manufacture, supply and installation of prefabricated portable accommodation for residences as per conceptual plan; as per
BOQ and contract document, strictly as per technical specifications and approved quality plan, all complete including material,
labour, equipment, T&P etc. and/or as per direction of Engineer -In-Charge for Tapovan Vishnugad Hydro Power Project#
1.1. Design basis:
The design of the structure shall be carried out considering loading from relevant IS Codes of practice which inter-alia shall include
the followings:
1.1.1. For dead & Imposed or live loads reference shall be made to IS: 875-1987(Part-I & II). Minimum live load on sloping roof
shall be taken with approach for maintenance purposes but shall not be less than 75 kg/ Sqm.
The area falls within the snowfall zone. The area receives on an average snowfall of 600 mm. Snow Load reference shall be made to
IS: 875 (Part 4)-1987.Suitable provisions for snow load to be considered on the roofs.
1.1.2. Wind load shall be computed as per IS: 875 (Part 3)-1987 with design wind velocity 53.0m/s or 190.00Kmph.
1.1.3. Earthquake loads shall be carried out as per IS: 1893 (Part I & II)-2002 on the basis of horizontal & vertical acceleration
coefficient method by considering Zone V.
1.1.4. Plain & reinforcement Concrete structure shall be designed as per latest IS: 456-2000.
1.1.5. Steel structures shall be designed as per latest IS: 800:1984
1.1.6. For roofing and cladding sheets manufacturers recommended design criteria/ stress may be adopted. In absence of such
manufacturer#s recommendations, relevant BIS codes and / or international codes of practices shall be adopted.
1.1.7. For load combination, reference to BIS codes of practices shall be made Following load combination, inter-alia, shall also be
considered.
a) DL (dead Load) + LL (Live Load)
b) DL+0.5 LL+ SL (Wind Load)
c) DL+0.5LL+ SL+ WL (Wind Load)
d) DL+0.5LL+SL+ EQ (Earth Quake)
The design of Pre-fabricated Structure shall meet the functional requirements as shown in conceptual layout drawing. The contractor
shall furnish the detailed design, drawings and calculations for approval of NTPC prior to commencement of work. The decision of
EIC shall be final and binding.
1.2. Structural Steel frame Work:
Mainframe shall consist of MS structural steel work with MS bracing in vertical and horizontal planes complete to withstand the
design loads. MS base plates and flanges to be grouted up-to desired depth in CC floor/ platform or may be skid mounted suitably
placed/ anchored to the concrete/ masonry platform. All structural steel members shall have galvanization either hot dipped or spray
coated with 275gm/ sqm (min.). All steel section shall be conforming to relevant IS codes and contractor shall submit MTC for the
material or Testing certificates from the reputed companies or labs as approved by NTPC.
1.3. Wall Panels:
Wall panels shall be minimum 75mm thick Continuous Sandwich panels made out from continuous line method. Panel having 0.6mm
thick pre-coated Steel sheet on both side of Polyurethane foam (PUF). Walling Panels in all prefabricated Structures shall be of
3050mm. Properties of Continuous Sandwich Panels as below:
a). Density of Polyurethane Foam: min. 42kg. /Cum.
b). Tensile Strength of polyurethane Foam: min. 4kg. /Sq. Cm
c). Compressive Strength (10% deformation): 2.10 kg. /Sq. Cm.
d). Temperature Range: Can with stand any temp. from -20C to 100C.
e). Thermal conductivity at 10 Deg. C: 0.02W/M. Deg. K
f). Width: 1000mm.
g). Length: As per Enclosed Conceptual drawing/Site requirement.
h). Finish: Plain / Ribbed.
i). External Facing: 0.6mm TCT and Colour coated G.I. steel sheet.
j). Internal facing: 0.60mm TCT and Colour coated G.I. Steel sheet.
k). Nail holding Power: 205 kg perpendicular to surface.
l). Screw holding power: 312 Kg perpendicular to surface
m). Accelerated Weathering Cyclic test ( 50 cycle): No deterioration (Outer wall)
n). Accelerated Weathering: No deterioration (Flooring)
o). Sound Insulation: Acoustic insulation value from 31 dB to 60 dB can be increased if desired.
p). Biological: No fungus Growth.
q). Flame Retardation Test: Fire Extinguishers itself within 15 seconds if kept over a flame for 60 seconds.
r). Steam Test: No traces of Discoloration or bubbles even after 2 hrs.
All wall panels shall be conforming to relevant IS codes and contractor shall submit MTC for the material or Testing certificates from
the reputed companies or labs as approved by NTPC.
1.4. Roofing Panels:
Roof panels shall be minimum 60mm thick (thickness at the corrugation section shall be in addition to 60mm) Continuous Sandwich
panels made out from continuous line method. Panel having 0.6mm thick pre-coated steel sheet on both side of Polyurethane foam
(PUF) shall be used.
Properties of Continuous Sandwich Panels as below:
a). Density of Polyurethane Foam: min. 42kg. /Cum.
b). Tensile Strength of polyurethane Foam: min. 4kg. /Sq. Cm
c). Compressive Strength (10% deformation): 2.10 kg. /Sq. Cm.
d). Temperature Range: Can with stand any temp. from -20C to 100C.
e). Thermal conductivity at 10 Deg. C: 0.02W/M. Deg. K
f). Width: 1000mm.
g). Length: As per Enclosed Conceptual drawing/Site requirement.
h). Finish: Plain / Ribbed.
i). External Facing: 0.6mm TCT and Colour coated G.I. steel sheet.
j). Internal facing: 0.60mm TCT and Colour coated G.I. Steel sheet.
k). Nail holding Power: 205 kg perpendicular to surface.
l). Screw holding power: 312 Kg perpendicular to surface
m). Accelerated Weathering Cyclic test ( 50 cycle): No deterioration (Outer wall)
n). Accelerated Weathering: No deterioration (Flooring)
o). Sound Insulation: Acoustic insulation value from 31 dB to 60 dB can be increased if desired.
p). Biological: No fungus Growth.
q). Flame Retardation Test: Fire Extinguishers itself within 15 seconds if kept over a flame for 60 seconds.
r). Steam Test: No traces of Discoloration or bubbles even after 2 hrs.
1.4.1. Roofing Panels shall be supported on Truss of proper design (As per IS) to resist design loads (dead, snow, wind loads etc).
The roofing shall consist of powder coated inter-lockable profile/Panels. The framework of roofing shall consist of two layers. The
upper layer grid of structural steel members is spaced such that it is suitable for fixing the profiled/ Panel shall have pre-coated
marine backing. Roofing shall be leak proof and shall project 450mm on all sides.
1.4.2. All roofs shall be provided PVC rainwater pipes at suitable interval of matching colour and shade wherever required and as per
instruction of Engineer-in-Charge All material shall be conforming to relevant IS codes and contractor shall submit MTC for the
material or Testing certificates from the reputed companies or labs as approved by NTPC.
1.5. Windows/ Ventilators:
The bidder shall provide the doors & windows/ventilators as per design and site requirement in accordance with the directions of EIC.
French type automotive ducco painted aluminium sliding windows with automotive ducco coated French type tubular grills shall
provide as per the directions of EIC. Aluminium anodized sliding glazed window shall be provided with necessary locking
arrangement. (Minimum Anodic coating of grade AC 15).Thickness of glass shall be minimum 5.5 mm. All windows/ventilators shall
be provided with sun protection/rain protection (Chhajjas) arrangement. Pelmet rods and cover shall be provided over all windows.
Venetian blinds (curtains) of approved quality, shade and colour shall be provided on windows. Mosquito proof mesh shall be
provided and fixed on all the windows from outside.
For ventilators Aluminium anodized centrally hung glazed window shall be provided with necessary locking arrangement. Thickness
/862of glass shall be minimum 5.5 mm. All the Aluminium sections # should conform to IS: 1948-1961, IS: 733, IS: 1285, IS: 1868.
Contractors shall submit the drawings for windows and ventilators showing all details and accessories for the approval of EIC prior
to fabrication and erection.
All material shall be conforming to relevant IS codes and contractor shall submit MTC for the material or Testing certificates from
the reputed companies or labs as approved by NTPC.
1.6. Doors:
Wall finish laminated flush doors of 35 mm thickness including suitable door frame with powder coated aluminium hardware as per
latest CPWD specification and relevant IS codes. Front & side doors and windows shall be protected by automotive ducco coated
Italian type sunshade and fibre reinforced pillars as per design.
Pelmet rods and cover shall be provided over all doors. Door stopper, sliding door bolt, tower bolt, handle, hydraulic door closer etc
of approved quality shall be provided with all doors. Contractor shall submit the drawings for doors showing all details and
accessories for the approval of EIC prior to fabrication and erection.
All material shall be conforming to relevant IS codes and contractor shall submit MTC for the material or Testing certificates from
the reputed companies or labs as approved by NTPC.
1.7. Door-frames and Shutters in all Building Units:
Frames shall be made from pressed Steel 4 sided frame using CR Steel of 1.5mm thick. Overall size of section shall be 1050mm x
2154mm. The section is welded at corner with welding machine and diagonal braces of 40x40x6mm angle, 3mm gusset plates at the
junctions and corners, all necessary fittings complete, including applying a priming coat of approved Steel primer. The door frames
will be fixed to column with suitable fasteners.
The door shutters of single or double leaf as required shall be made out with G.I. pre-coated sheets (0.6mm thick) both side of PUF.
The thickness of shutter shall be minimum of 35mm.
1.8. Door-frame and Shutter in Toilets:
Providing and fixing factory made UPVC door frame made of UPVC Extruded section having an overall dimension as below
(tolerance ±1mm) With wall thickness 2.0mm ± 0.2mm, corners of the door frame to be Jointed with galvanized brackets and
stainless steel screws, joints mitred And plastic welded. The hinge side vertical of the frames reinforced by Galvanized M.S. tube of
size 19 X 19mm and 1mm ± 0.1mm wall Thickness and 3 nos. stainless steel hinges fixed to the frame complete as Per manufacturers
specification and direction of Engineer-in-charge. Extruded section profile size 42x50 mm.25mm thick PVC flush door shutters made
out of a one piece multi chamber extruded PVC section of the size of 762mm X25mm or less as per requirement with an average wall
thickness of 1mm ± 0.3mm. PVC foam end cap of size23x10mm are provided on both vertical edges to ensure the overall thickness
of 25mm. An M.S. tube having dimensions 19mm x 19mm is inserted along the hinge side of the door. Core of the door shutter
should be filled with High Density Polyurethane foam. The Top & Bottom edges of the shutter are covered with an end-cap of the
size 25MM X 11MM.Door shutter shall be reinforced with special polymeric reinforcements as per manufactures' specification and
direction of Engineer-in-charge to take up necessary hardware and fixtures. Stickers indicating the locations of hardware will be
pasted at appropriate places.
1.9. Interior & Exterior finish:
All joints & corners should be covered with automotive ducco coated decorative type mouldings/ cornices etc. on inside cladding &
fiber reinforced skirting all over the cabin. Outer cladding shall be treated with transparent silicon coating & polyurethane texture
coating over thick layer of PU epoxy & fire resistant polymer coating in desire shades complete as per direction of EIC. All material
shall be conforming to relevant IS codes and contractor shall submit MTC for the material.
1.10. Toilets:
The toilets of the specified size should be provided with European type W.C. Pan with PVC flushing cistern & CP bib cock, water jet
system etc. Wash basin with CP pillar cock with mirror (min 0.6. M x 0.45 m), toilet paper holder, towel rail, soap dish, shower etc.
all complete as per BOQ and instruction of EIC. All sanitary fittings shall be of approved makes e.g. Hindware, Parryware, Cera, or
equivalent and/or ISI mark as per discretion of EIC.
All bathroom fittings e.g. bib cock, angle stop cock, pillar tap etc. shall be as per CPWD specification and /or ISI mark up to the
satisfaction of EIC. GI pipes and fitting shall be as per CPWD specification and /or ISI mark up to the satisfaction of EIC.
Wall tiles shall be of approved makes e.g. Kajaria, Somany, Jonsons etc. or equivalent and/or ISI mark as per discretion of EIC. All
other brought material shall be as per CPWD specification and/or ISI mark up to the satisfaction of EIC.
2.0 ELECTRICAL WORKS:
Electrical works shall be done as per BOQ, requirement & drawing and as per instruction of EIC. Separate specification is enclosed
for electrical works.
All material shall be conforming to relevant IS codes and contractor shall submit MTC for the material.
3.0 Anything/item not covered/specified above but felt necessary for the completion of the subject work in intended manner, if any
shall be carried out by the contractor as per the instruction of EIC, without any additional financial implication to NTPC.
4.0 The scope of work under this contract shall not be limited to items as mentioned in the tender documents but shall include all such
materials, items etc which are not specifically mentioned herein after but are essential for successful performance of this contract
unless otherwise specifically excluded.
2.0 TECHNICAL SPECIFICATIONS:
1.0 CIVIL WORKS:
2.1. The work shall be executed as per latest CPWD specifications for civil work and as per direction of Engineer-In-Charge (EIC).
2.2. For Non-scheduled items relevant IS standards or details shown in the drawing shall be followed.
2.3. For Non-scheduled items that generally are not based on DSR, the CPWD specifications shall be followed to extent applicable.
2.4. All the material, labour, machinery and T&P shall be in the scope of contractor
SERVICE SPECIFICATIONS
Non-schedule items:
NS-1 to 7
Providing, Laying and fitting/jointing of PVC pressure pipes of standard make of Supreme, Finolex or equivalent make conforming
to IS 4985-2000 of sizes 100mm and 75mm along with the fixtures like couplings, bends, Tees and traps for successful completion
of sanitary works. The Contract unit rate shall include full compensation for furnishing of labour, materials, tools, equipments and
incidental costs necessary for doing all the activity involved in execution of the work.
NS-8
Providing and fixing designer PVC false ceiling as per the item description of BoQ. The grid system required to install the PVC
panels shall also be included in this item. The support grid structure should be durable and sturdy to hold the false ceiling in perfect
line and level. Further, the grid members shall be so selected that appearance of the false ceiling is pleasing and in sync with the
design. Necessary arrangements shall also be made for fitting of light fixtures. The Contract unit rate shall include full compensation
for furnishing of labour, materials, tools, equipments and incidental costs necessary for doing all the activity involved in execution of
the work. Inspection of the material shall be carried out by EIC before the same is dispatched for use at site.
NS-9
Supplying and laying stone soling with 80mm nominal size aggregate below PCC of flooring or plinth protection works in thickness
150mm or less as per drawings. The stone for soling has to be arranged by the agency. The stone used for soling shall be hard and free
from organic material and need prior approval of EIC before laying. The Contract unit rate shall include full compensation for
furnishing of labour, materials, tools, equipments and incidental costs necessary for doing all the activity involved in execution of the
work.
NS-10
RRM work to be done as per CPWD specification. In this item, only the stone available at site or stone obtained from excavation of
the hard rock shall be used in RRM. The Contract unit rate shall include full compensation for furnishing of labour, materials, tools,
equipments and incidental costs necessary for doing all the activity involved in execution of the work.
NS-11
Providing and laying paver tiles in size 300x300 (thickness to be specified by the manufacturer) over verandah, steps and access
pathway with water absorption less than 0.08% of approved make (Kajaria, Soamny, Nitco or equivalent), in all colours and shades,
laid with cement based high polymer modified quick set tile adhesive (water based) in average 6 mm thickness, including grouting of
joints. Tile design to be similar to Kajaria river stone nero pattern or equivalent. However, approval of EIC shall be obtained before
finalizing the tile colour and pattern. The Contract unit rate shall include full compensation for furnishing of labour, materials, tools,
equipments and incidental costs necessary for doing all the activity involved in execution of the work.
NS-12
Providing and fixing wash basin with C.I.brackets, 32 mm C.P brass waste of standard pattern, including painting of fittings and
brackets, cutting and making good the walls wherever required-White Vitreous China Wash basin size 550x400 mm (DSR item no.
17.7.3 without including C.P. brass pillar taps)
NS-13 to 18
Providing and fixing 15mm dia. Wash basin mixer faucet, kitchen sink mixer faucet, WC Jet Spray nozzle with PVC tube, fixing nut
& jet flange, CP Brass towel Ring, CP Brass Towel rail 60mm long and Wall mixer faucet without telephone shower with complete
accessories of approved brand (i.e. make of Jaguar or equivalent) as per approval of Engineer-in-Charge. The Jaquar model no.
provided in respective BoQ item is indicative requirement only. Inspection of the material supplied shall be carried out by EIC before
the same is dispatched for use at site.
NS-19 to 22
Design, Supply and installation of Prefabricated Transit Camps structures made of minimum 75mm thick Continuous Sandwich
panels made out from Continuous line panel method having 0.6mm thick pre-coated Steel Sheet on both side of Polyurethane foam
(PUF) and Roofing Cladding of 60mm thick Sandwich panels made out from Polyurethane foam (PUF) in between the 0.6mm thick
G.I. pre-coated profile sheet at outer side and 0.6mm thick plain pre-coated used as inner skin. PUF panels would be made of
Continuous line panel method. Polyurethane foam must be CFC free, self-extinguishing, fire retardant type having density of not less
than 42 kg. per Cum, Thermal conductivity at 10 Deg C; 0.02W/M. deg K. Structural members (frame work) of Columns, trusses,
purlins etc. should be made as per approved design and section suitable to seismic Zone-V and suitable to withstand Wind Pressure
190 Kmph. All Structures, in addition to galvanization, are to be painted with two coats of Deluxe multi Surface paint/Synthetic
enamel paints. The Roof Cladding of structure shall have a minimum projection of 0.45m on wall all-round the pre-fabricated
structure. All gaps, ends & corners should be covered by Pre-coated flashings so that Polyurethane (PUF) or Joint etc. are not visible
from inside or outside.
Typical Sun-shade & Entrance Canopy as per plan should be provided with complete metal flashings etc.
Doors & Windows for all prefabricated structures made out from standard aluminium sections (thickness 2mm.and Powder coated
aluminium with minimum thickness of powder coating 50micron) with sliding & open able shutters of 5.5mm thick glass and
Stainless steel mosquito net and aluminium grill and Hydraulic Door closure wherever required as per requirement.
Doors in Transit Camps Structures: Frames shall be made from pressed steel 4 sided frame using CR steel of 1.5mm thick. Overall
size of section shall be 1050mm x 2154mm. The section is welded at corner with welding machine. The door frame will be fixed to
column with suitable fasteners. Single leaf shutter shall be made out with G.I. pre-coated sheets(0.6mm thick) both side of PUF. The
thickness of shutter shall be minimum 35mm.
Doors in Toilets: The Door frames shall be factory made UPVC extruded section and flush door shutter with 30mm thick factory
made PVC extruded section (as per Technical specification).
All Doors (i.e. wherever required) & Windows shall be provided with Standard section of Pelmet Cover & Powder Coated Aluminum
Pelmet rod with suitable dia. Complete in all respects, as per direction of Engineer-in-charge.
Notes:
(1) Skirting in rooms and dado in toilet & kitchen shall be with approved matching tiles fixed to wall panel with suitable adhesive &
base. The cost of tiles & fixing the same with approved adhesive shall be paid separately under respective items of BOQ.
(2) All Internal Electrical and Plumbing & Sanitary Works shall be paid separately under respective items of BOQ.
(3) Enclosed drawings are Schematic & Conceptual. The Contractor Shall prepare Complete shop drawing for all the items covered
under the subject composite work, including Structural, roofing aluminium Door-windows, Steel & UPVC frame, Pelmet Covers etc.
for approval of Engineer-in-Charge.
(4) Items not indicated specifically in the description above but required to complete/make operative the Pre-fabricated Building units
and other Structures shall also be part of the item.
(5) Measurement of area for prefab structure shall include the area covered under verandah. However, area covered under roof
projection shall not be considered for measurement. It is pertinent to mention that minimum roof projection shall be 450mm.
2.0 ELECTRICAL & IT WORKS:
2.1. General:
a) All Electrical/IT items should confirm to latest IS Standards.
b) ISI marked items shall be procured.
c) All Electrical items should be suitable for Operation on Voltage range 170-240V, 50 Hz, AC Supply.
d) Work should be carried as per CPWD specifications for Electrical works and relevant IS codes, Indian electricity rules with latest
amendments.
e) All Electrical items should be of reputed make of Havell#s/ Bajaj/ Crompton
Greaves/Crabtree/Legrand/Philips/Wipro/Anchor/venus/usha/Siemens/ L&T/GE/Kirloskar or any other Approved make by EIC.
f) GTP of all the BOQ Items, all the engineering drawings and the Quality Plan shall be submitted for the owner#s approval before
procurement.
B) Non DSR Items
1.0) Supplying, Installation, testing and commissioning of ready to use Decorative, environmental friendly, energy efficient, ultra
slim linear/tube, approx. 4 feet long, 1x18 watt LED lighting fixture with high brightness & excellent illumination, extruded
polycarbonate, energy efficient, Complete with all fixing accessories etc.including connection etc., as required of Havells, Phillips,
Wipro, bajaj, CG, GE (Ref. Havells, DELITE LED - 18W)
2.0) Supplying, Installation, testing and commissioning of ready to use Decorative, environmental friendly, energy efficient, ultra
slim linear/tube, approx. 2 feet long, 1x9 watt LED lighting fixture with high brightness & excellent illumination, extruded
polycarbonate, energy efficient, Complete with all fixing accessories etc.including connection etc., as required of Havells, Phillips,
Wipro, bajaj, CG, GE (Ref. Havells, DELITE LED - 9W)
3.0) Supplying, Installation, testing and commissioning of ready to use Decorative, environmental friendly, energy efficient, Square/
Round Shaped 1x12 watt LED Panel fixure /downlighter with extruded aluminium heat sink, extruded polycarbonate, energy
efficient, Complete with all fixing accessories etc.including connection etc., as required of Havells, Phillips, Wipro, bajaj, CG, GE
(Ref. Bajaj, Squardra LED12 Watt)
4.0) Supplying, Installation, testing and commissioning of ready to use Decorative, environmental friendly, energy efficient, 1x9
watt LED Mirror Light with, extruded polycarbonate, energy efficient, Complete with all fixing accessories etc.including connection
etc., as required of Havells, Phillips, Wipro, bajaj, CG, GE (Ref. Havells,IVORY -9W)
5.0) Supplying, Installation, testing and commissioning of 1x5 watt LED Environment friendly, energy efficient,aesthetically
designed, surface ornamented with rings, moulded body, wall/ceiling light LED fixture with diffuser to give glare free light,
Complete with all fixing accessories etc.including connection etc., as required of Havells, Phillips, Wipro, bajaj, CG, GE (Ref.
Havells,JOY RINGO - 5W)
6.0) Supply & Fixing of 1X9Watt ( B-22 base), cool day light LED lamp,complete with all accessories etc. as required of Phillips,
Havells, Wipro,Crompton, bajaj, CG, GE (Ref. Crompton Base B22 9-Watt LED bulb )
7.0) Supply of 1400mm sweep ceiling fan complete with double ball bearings motor,wider tip lades,capacitor,suitable for opearation
on 230V, 50 Hz,colors white/brown/ Ivory, complete with all accessories including MS hook etc. as required of Havells, Phillips,
Wipro, bajaj (Ref. PO No. : 4200042229 )
8.0) Supplying & fixing of electronic type/resistance type modular step ceiling fan regulator, including connection with 1.5 Sq.mm
FR PVC insulated, copper conductor, single core cable, complete with all accessories etc. as required. Of Havells, Phillips, Wipro,
CG, GE, Bajaj, Anchor Roma make, (Price Ref. Ref. PO No. : 4200042230)
9.0) Supply of 150-200 mm Sweep,domestic type exhaust fan suitable for single phase 230 volt,50 Hz AC supply, Easy for
Maintenance, having Robust motor for continuous running of fan, Gravity Shutter/Louvers - To prevent entry of foreign objects like
dust, bird, pets etc. 5-7blades complete with all accessories etc. as required of Havells, Phillips, Wipro, bajaj, CG, GE (Ref. Havells
Ventil Air- DXW 150 mm sweep White)
10.0) Supplying & Fixing of 1x10 Watt LED Bulkhead Luminaired (IP-65), complete with all fixing accessories etc. as required of
Havells, Phillips, Wipro, bajaj, CG, GE(Ref. Bajaj WEE PLUS product code 112334, luminaire type BIBWP 10W LED )
11.0) Supplying, Installation, testing and commissioning of of Vertical ,Energy efficient 25L capacity Water heater with Adjustable
knob for temperature setting,suitable for continuous operation,sufficient sizes pipes for water in & out etc. complete with all
accessories etc. as required of Havells, bajaj, CG, GE (Ref. Havells Puro Plus,5Star, 25L)
12.0) Supplying, Installation, testing and commissioning of of 6L/3kw capacity instant Water heater with Adjustable knob for
temperature setting, Ultra thick SS inner tank, Energy efficient, rust and shock proof ABS body,fire retardant ISI mark supply
cord,sufficient sizes pipes for water in & out etc. complete with all accessories etc. as required of Havells, bajaj, CG, GE (Ref.
Havells Instanio 6L/3kw )
13.0) Supplying and fixing suitable size PVC Surface Mount box with modular face plate and cover in front on surface or in recess,
including providing and fixing modular I/O Cat.6, RJ 45 Port/outlet , connection etc.complete with all accessories etc. as required of
D-Link, Digi Link,Digisol, Legrand make.
14.0) Suplying and fixing of Cat-6 Cable (LAN wire), in the existing surface/ recessed steel/ PVC conduit, complete with all fixing
accessories etc. as required,of D-Link, Schneider, Digi Link, Terabyte make.
15.0) Suplying and fixing of Cat-6/ Cat.5, RJ-45 Cable connector etc., complete with all fixing accessories including connection
etc. as required, of D-Link, Digi Link, TP-Link.
16.0) Supplying, Installation, testing and commissioning of 8-Port 10/100 Desktop LAN Switch,complete with all fixing accessories
including connections etc. as required of D-Link, TP- Link, Cisco. (Price Ref. D-Link 8 Port 10/100 Desktop Switch)
6.0 Prospective bidders from U.P. State are compulsorily required to provide TIN number at the time of purchase of bidding
documents.
7.0 Qualifying Requirements for Bidders:
8.0 Issuance of Bidding Documents to any bidder shall not construe that bidder is considered qualified.
9.0 NTPC reserves the right to reject any or all bids or cancel/withdraw the NIT for the subject package without assigning any
reason whatsoever and in such case no bidder/intending bidder shall have any claim arising out of such action.
10.0 Address for Communication
HOD(C&M)
Tapovan Visnugad hydro power project
Ravigram Office, near zero bend Badrinath Road
Joshimath Dist-Chamoli 246443
Email: dsrawat@ntpc.co.in
Email: yashpal@ntpc.co.in
Email: skgaurav@ntpc.co.in
Phn: 01389-221913
Websites: https://etender.ntpclakshya.co.in/sap/bc/gui/sap/its/bbpstart or www.ntpctender.com or www.ntpc.co.in