technical bid - dcsemdcsem.gov.in/home/tender_file/15 ce electrical 09...vi) service tax...

59
GOVERNMENT OF INDIA DEPARTMENT OF ATOMIC ENERGY DIRECTORATE OF CONSTRUCTION, SERVICES AND ESTATE MANAGEMENT TECHNICAL BID SALIENT GOVERNING FEATURES OF THE TENDER / WORK (Operative Schedules of Individual Tender) NAME OF WORK: Providing Internal Electrical works for Advance Facility for Radiopharmaceutical Production over existing RPL building at BRIT, Vashi, Navi Mumbai. e- TENDER NOTICE: NAME OF AGENCY 4 TH floor, Vikram Sarabhai Bhavan, Anushaktinagar, Mumbai – 400 094 Telephone: (022) 25487416/7414/7464/7420/7415 Fax: (022) 2556 5362 No: DCSE/CE(E)/BRIT/AFRP/Elect/09/09-2015, dt. 10/09/2015

Upload: others

Post on 27-Jun-2020

11 views

Category:

Documents


1 download

TRANSCRIPT

Page 1: TECHNICAL BID - DCSEMdcsem.gov.in/home/tender_file/15 CE ELECTRICAL 09...vi) Service Tax registration certificate vii) EPFO registration certificate viii) ESIC registration certificate

GOVERNMENT OF INDIA

DEPARTMENT OF ATOMIC ENERGY

DIRECTORATE OF CONSTRUCTION, SERVICES AND ESTATE MANAGEMENT

TECHNICAL BID SALIENT GOVERNING FEATURES OF THE TENDER / WORK

(Operative Schedules of Individual Tender)

NAME OF WORK: Providing Internal Electrical works for Advance Facility for Radiopharmaceutical Production

over existing RPL building at BRIT, Vashi, Navi Mumbai.

e- TENDER NOTICE:

NAME OF AGENCY

4TH floor, Vikram Sarabhai Bhavan, Anushaktinagar, Mumbai – 400 094 Telephone: (022) 25487416/7414/7464/7420/7415 Fax: (022) 2556 5362

No: DCSE/CE(E)/BRIT/AFRP/Elect/09/09-2015, dt. 10/09/2015

Page 2: TECHNICAL BID - DCSEMdcsem.gov.in/home/tender_file/15 CE ELECTRICAL 09...vi) Service Tax registration certificate vii) EPFO registration certificate viii) ESIC registration certificate

Page 2 of 59

INDEX

SEC

TI-

ON

S

“SALIENT GOVERNING FEATURES OF THE TENDER / WORK” PARTICULARS

PAG

E

REFERENCE BOOK : (CCC – 2008) CONDITIONS & CLAUSES OF CONTRACT - 2008

1 SECTION – 1 : NOTICE INVITING TENDERS:

i) Detailed NIT as uploaded on Websites: www.tenderwizard.com/DAE and www.dcsem.gov.in. (INFORMATION AND INSTRUCTIONS FOR BIDDERS FOR e-TENDERING)

ii) Abstract NIT as published in News Papers

2 SECTION – 2 : ITEM RATE TENDER & CONTRACT FOR WORKS 8-9 SCHEDULES

Schedule - A : Reference to e - NIT & Tender Documents 10 Schedule - B : Materials to be issued to the contractor 10 Schedule - C : Tools & plants to be hired / Land earmarked for temporary infrastructures to the contractor

if any 10

Schedule - D : Specific requirements / documents for the work, if any 10 Schedule - E : Schedule of component of Cement, Steel, other Materials, Labour, POL etc. for price

escalation. 10

SCHEDULE - F : BLANKS/VARIABLES IN CONDITIONS & CLAUSES OF CONTRACT 11 3 General rules & directions 11 4 Conditions of Contract : Definitions 11

5 (i) GENERAL CLAUSES OF CONTRACT Clause-1: Time allowed for submission of Performance Guarantee from the date of issue of letter of

acceptance / WO & Maximum allowable extension beyond the same 11

Clause-2: Authority for fixing compensation under clause 2 11 Clause-5: No. of days from the date of issue of WO for reckoning date of start. 11 Table of Mile Stone(s) 11 Clause-6 or 6-A: Applicability of Manual / Computerized billing 11 Clause-7: Eligibility for minimum amount of interim payment 11 Clause-10-A: List of testing equipment to be provided by the contractor at site lab 12 Clause-10 B (ii): Applicability of payment of Mobilization Advance 12 Clause-10 C: Component of labour in percent of value of work 12 Clause-10 CA: Materials covered under this clause for escalation 12 Clause-10CC: Period for applicability of the clause 12 Clause-11: Specifications to be followed for execution of work 12 Clause-12: Deviation limits for applicability of this clause 12.2, 12.3 & 12.5 12 Clause-16: Competent Authority for deciding reduced rates 12 Clause-18: List of mandatory machinery, tools & plants to be deployed by the contractor at site 12 Clause-36(i): Requirement of Technical Representative(s) and recovery Rate 13

Clause-42: Theoretical consumption of materials, permissible variation & Recovery 13 Recovery rates for quantities beyond permissible variation 13 CDN/C-1 (CS-1 to CS-12: List of changes in Clauses etc. in CCC-2008) 14-20 Form of Bank Guarantee Bond for EMD 21 CDN/C-2: Revised Section-1 : “NOTICE INVITING e-TENDERS” (CS-13 in lieu of P. 5 & 6 of CCC-

2008 & CS-14). 22-25

Location and Scope of work 26 List of Drawings & Time Schedule 27 Preferred Makes of Material 57

Page 3: TECHNICAL BID - DCSEMdcsem.gov.in/home/tender_file/15 CE ELECTRICAL 09...vi) Service Tax registration certificate vii) EPFO registration certificate viii) ESIC registration certificate

Page 3 of 59

Government of India Department of Atomic Energy

Directorate of Construction, Services & Estate Management e-TENDER NOTICE

INFORMATION AND INSTRUCTIONS FOR BIDDERS FOR e-TENDERING Online item rate tenders are invited through e-tendering mode by Chief Engineer (Electrical), DCSEM, DAE, V.S. Bhavan, Anushaktinagar, Mumbai–94, on behalf of President of India in two bid, from eligible contractors for the work and details given below:

1 NIT No. DCSE/CE(E)/BRIT/AFRP/Elect/09/09-2015, dt. 10/09/2015

2 Name of work Providing Internal Electrical works for Advance Facility for Radiopharmaceutical Production over existing RPL building at BRIT, Vashi, Navi Mumbai.

3 Estimated cost put to tender ` 60.00 Lakhs 4 Earnest Money Deposit (EMD) EMD of ` 1,20,000/- to be submitted in the form of Fixed

Deposit Receipt issued by a Scheduled bank in favour of Pay & Accounts Officer, DCSEM, Payable at Mumbai. However the bidders may submit the EMD as follows:

i) ` 60,000 /- in the form of Fixed deposit Receipt as prescribed above. and

ii) ̀ 60,000 /- in the form of Bank Guarantee (BG) issued by any Scheduled bank, drawn in favour of Pay & Accounts Officer, DCSEM, Mumbai.

Note: a) Bank Guarantee not strictly in accordance with the prescribed format shall not be accepted.

b) EMD in the form of cheque will not be accepted. 5 Completion period 12 (Twelve) Months 6 Fee of Tender Document Nil 7 Tender Processing Fee ` 3,420/- to be paid by Debit (Master/Visa/Maestro)/ Credit

Card (Master / Visa) or by Net-Banking. 8 Security Deposit 2.5% SD of the Tendered Value 9 Performance guarantee 5% PG of the Tendered Value 10 Dates of availability of Tender

Documents for view and download including Tender Drawings

From 11/09/2015 (10:00 hrs) to 24/09/2015 (15:00 Hrs.) on website www.tenderwizard.com/DAE , Detailed NIT is also available on website www.dcsem.gov.in for view only.

11 Date of Pre-bid clarification From 14/09/2015 (10:00 hrs) to 28/09/2015 (16:00 Hrs.) to clear the doubts of intending bidders, if any, to be uploaded in www.tenderwizard.com/DAE.

12 Last date and time of closing of online submission of tenders:

05/10/2015 (up to 15:00 hrs.)

13 Last date and time for submission of Original FDR and BG towards EMD.

On or before on 06/10/2015 (up to 15:00 Hrs.) in the Office of Chief Engineer (Electrical), 4th Floor, V. S. Bhavan, Anushaktinagar, Mumbai -400 094.

14 Date and time of online opening of Technical Bid.

06/10/2015 (at 15:30 Hrs.)

15 Date of opening of Financial Bids of qualified bidders

Will be notified at a later date.

Page 4: TECHNICAL BID - DCSEMdcsem.gov.in/home/tender_file/15 CE ELECTRICAL 09...vi) Service Tax registration certificate vii) EPFO registration certificate viii) ESIC registration certificate

Page 4 of 59

Notes: 1. Tender Notification and Tender Documents are available for free view on websites

www.tenderwizard.com/DAE. 2. Agencies registered in Tenderwizard only can purchase / download & submit / upload tenders. 3. Interested agencies, if not already registered, may visit this website www.tenderwizard.com/DAE for online

registration. 4. Contact for assistance / clarifications if any @ 09969395522 (Sh. Rudresh), or DAE Help Desk (ITI Ltd)

08040482000, 011-49424365 e-mail: [email protected]. 5. If any vendor fails to submit any fee (Tender fee / Tender processing fee) repeatedly, then Tender Inviting

Authority (TIA) will debar the vendor for a minimum period of one year. 6. For further information, please contact on (022) 25487416/7414/74641/7420/7415, 022-25552389, Fax:

(022) 25565362 during office hours. The existing “SECTION – 1: NOTICE INVITING TENDERS” OF “CONDITIONS AND CLAUSES OF CONTRACT – 2008” (P.5 & 6) in use for 2/3 bid TENDERING has been modified as per the requirement of e-Tendering. The modified VERSION OF THE SAME” is enclosed as CS-13 (Correction Slip – 13 to 14 Conditions and Clauses of Contract -2008). 1 Contractors who fulfill the following requirements shall ONLY be eligible to apply. (Joint ventures

are not accepted). A Proof of registration with Government / Semi Government organizations like CPWD, MES, BSNL,

Railways, State PWDs etc. in appropriate class OR having experience in execution of similar nature of works.

B Should have satisfactorily completed the works as mentioned below during the last Seven years ending 31/08/2015. Three similar works each costing not less than` 24.00 LAKHS each or Two similar works each costing not less than ` 36.00 LAKHS each or One similar work costing not less than ` 48.00 LAKHS. Similar works shall mean “Internal electrical works generally including supply, installation, testing & commissioning of LT Panels, Distribution Boards, point wiring, Lighting Fixture & fittings, M V cables, Earthing etc. and associated works.”

Note:

The value of executed works shall be brought to the current costing level by enhancing the actual value of work at a simple rate of 7% per annum; calculated from the date of completion to the last date of receipt of tender.

C Annual turnover as per ITCC or profit & loss statement for the last 5 years. Average annual turnover for the last 3 financial years should be at least ` 60.00 Lakhs ending 31.03.2015.

D Should not have incurred any loss in more than two years during the last five years ending 31st March, 2015.

E Latest Bank solvency certificate from any scheduled banks of minimum value of `24.00 Lakhs. F List of similar works carried out (completed works) in last 7 years by them and in Hand (works

under progress) as per following format: (a) Name of work (b) Agency for whom executed (c) Value of work (d) Work Order date & Stipulated date of completion (e) Actual date of completion / Present position (in %) (f) Remarks

G Bidding capacity shall be worked out based on works in hand. Bidding capacity shall be equal to or more than cost of work: Bidding Capacity = (A x N x 2) – B Where A = Maximum value of work executed in any one year during the last five years taking into account completed as well as works in progress. The value of executed works shall be brought to the current costing level by enhancing the actual value of work at a simple rate of 7% per annum; calculated from the date of completion to the last date of receipt of tender. N = Number of years prescribed for completion of this work. B = Value of existing commitment and ongoing works to be completed during the period of completion of

this work.

Page 5: TECHNICAL BID - DCSEMdcsem.gov.in/home/tender_file/15 CE ELECTRICAL 09...vi) Service Tax registration certificate vii) EPFO registration certificate viii) ESIC registration certificate

Page 5 of 59

H List of construction plant, machinery, equipments, accessories & infrastructure facilities possessed by the agency to complete the work in time.

I List of Technical staff they possess. J CERTIFICATES: (Scanned copy of original certificates to be uploaded)

i) Certificates of Work Experience / Performance Certificates along with BOQ/SOQ/BOM ii) WCT registration certificate iii) TIN registration certificate iv) PAN (Permanent Account Number) registration v) Electrical Contractor License vi) Service Tax registration certificate vii) EPFO registration certificate viii) ESIC registration certificate

K UNDERTAKING as under:-I/We undertake and confirm that eligible similar works(s) has/have not been got executed through another contractor on back to back basis. Further that, if such a violation comes to the notice of Department, then I/we shall be debarred for bidding in DAE in future forever. Also, if such a violation comes to the notice of Department before date of start of work, the Engineer-in-Charge shall be free to forfeit the entire amount of Earnest Money Deposit/Performance Guarantee. (Scanned copy to be uploaded at the time of submission of bid)

2 The intending bidder must read the terms and conditions as per “SECTION – 1: NOTICE INVITING TENDERS” OF “CONDITIONS AND CLAUSES OF CONTRACT – 2008” carefully. He should only submit his bid if he consider himself eligible and he is in possession of all the documents required. Department reserves the right of Non-consideration of Tender documents of the agencies who are not fulfilling the NIT stipulations and / or having adverse report on the works carried out by them in the past.

3 Information and Instructions for tenderers posted on website shall form part of tender document. 4 The tender document consisting of plans, specifications, the schedule of quantities of various types of

items to be executed and the set of terms and conditions of the contract to be complied with and other necessary documents can be viewed and downloaded from website www.tenderwizard.com/DAE and can be viewed from website www.dcsem.gov.in free of cost.

TENDER DRAWINGS are uploaded in the website www.tenderwizard.com/DAE for downloading (post fee) (IF ANY STIPULATED IN THE TENDER DOCUMENTS)

5 OBTAINING OF STANDARD DOCUMENTS: In addition to the above, the prospective agencies shall be required to possess following documents with them separately, which shall form part of Tender Documents for this work.

These documents can be downloaded from the DCSEM’s websites www.tenderwizard.com/DAE or www.dcsem.gov.in free of cost OR Printed books can be purchased on payment of prices indicated below from DCSEM Office, VS Bhavan, Anushaktinagar, Mumbai – 400 094. Payment for the same can be made either in cash or in the form of DD drawn in favour of Pay and Accounts Officer, DCSEM, payable at Mumbai: In case the agencies already possess these standard documents with them, the same need not be downloaded / purchased again.

SN NAME OF DOCUMENT PRICE OF BOOK 1 Conditions and Clauses of Contract – 2008 Rs.50/- per book

6 The bid can only be submitted after uploading the mandatory scanned documents such as Fixed Deposit Receipts and Bank Guarantee of any Scheduled Bank towards EMD in favour of “PAY & ACCOUNTS OFFICER, DCSEM, MUMBAI” and other documents as specified.

7 Those contractors not registered on the website mentioned above, are required to get registered. If needed, they can be imparted training for online bidding process as per details available on the website.

8 The intending bidder must have valid class-III digital signature to submit the bid.

9 On opening date, the contractor can login and see the bid opening process.

10 Certificate of Financial Turn Over: At the time of submission of bid, contractor may upload Undertaking / Certificate from CA mentioning Financial Turnover of last 3 years or for the period as specified in the bid document and further details if required may be asked from the contractor after opening of technical bids. There is no need to upload entire voluminous balance sheet.

11 Contractor must ensure to quote rate of each item. The column meant for quoting rate in figures appears in YELLOW colour and the moment rate is entered, it turns SKY BLUE. In addition to this, while

Page 6: TECHNICAL BID - DCSEMdcsem.gov.in/home/tender_file/15 CE ELECTRICAL 09...vi) Service Tax registration certificate vii) EPFO registration certificate viii) ESIC registration certificate

Page 6 of 59

selecting any of the cells a warning appears that if any cell is left blank the same shall be treated as “0”. Therefore, if any cell is left blank and no rate is quoted by the bidder, rate of such item shall be treated as “0” (ZERO).

12 In the case of bids in three stage system and if it is desired to submit revised financial bid then it shall be mandatory to submit revised financial bid. If not submitted then the bid submitted earlier shall become invalid.

13 The Department reserves the right to accept / reject any prospective application without assigning any reason thereof.

14 Short listing of the agencies shall be subject to thorough verification of their credentials and inspection of works carried out by them, through a Technical Evaluation Committee of experts, constituted by DCSEM

15 IF ANY INFORMATION FURNISHED by the applicant is found to be incorrect at a later stage, they shall be liable to be debarred from tendering / taking up works in DCSEM.

PROSPECTIVE AGENCIES SHALL SATISFY THEMSELVES OF FULFILLING ALL THE NIT CRITERIA BEFORE SUBMISSION OF TENDER. Department reserves the right of non consideration of tender of the agencies not fulfilling the stipulated criteria. List of Documents to be scanned & uploaded within the period of bid submission:

1 Financial Turn Over certified by CA 2 Profit & Loss statement certified by CA 3 Latest Bank Solvency Certificate 4 List of SIMILAR WORKS carried out (Completed works) in last 7 years as per following format :

(a) Name of work (b) Agency for whom executed (c) Value of work (d) Stipulated date of completion (e) Actual date of completion (f) Remarks

5 List of SIMILAR WORKS in Hand (Works under progress) as per following format: (a) Name of work (b) Agency for whom being executed (c) Value of work (d) Work Order date (e) Stipulated date of completion (f) Present position (in %)

6 List of Construction Plants and Machinery 7 List of Technical Staff 8 Certificates: i) Registration certificate, if any ii) Certificates of Work Experience / Performance Certificates along with BOQ/SOQ/BOM

iii) Certificate of Registration for Sales Tax / VAT / WCT iv) TIN Registration Certificate v) PAN (Permanent Account Number) Registration

vi) Electrical Contractor License vii) Service Tax registration certificate

viii) EPFO registration certificate ix) ESIC registration certificate 9 Undertaking that the eligible similar work(s) have not been executed through another contractor on

back to back basis. 10 Details of online payment towards cost of Tender Processing Fee. 11 Fixed Deposit Receipts (FDR) of any Scheduled Bank against EMD. 12 Bank Guarantee of any Scheduled Bank against EMD. 13 Undertaking for having gone through the documents as per Technical Bid (SGF). 14 Undertaking for downloading the Pre-bid clarifications issued by the Department after close of sale of

tenders as indicated in the e-tender Technical Datasheet Excel Sheet. (Scanned copy of original certificates to be uploaded)

NOTE: CORRIGENDUM (S), IF ANY, SHALL BE UPLOADED ON WEBSITE www.tenderwizard.com/dae

Page 7: TECHNICAL BID - DCSEMdcsem.gov.in/home/tender_file/15 CE ELECTRICAL 09...vi) Service Tax registration certificate vii) EPFO registration certificate viii) ESIC registration certificate

Page 7 of 59

ABSTRACT NIT AS PUBLISHED IN NEWS PAPERS

GOVERNMENT OF INDIA DEPARTMENT OF ATOMIC ENERGY

DIRECTORATE OF CONSTRUCTION, SERVICES & ESTATE MANAGEMENT NOTICE INVITING e-TENDER

NIT No.: DCSE/CE(E)/BRIT/AFRP/Elect/09/09-2015, dt. 10/09/2015

Online item rate tenders are invited through e-tendering mode by Chief Engineer (Electrical), DCSEM, DAE, V.S. Bhavan, Anushaktinagar, Mumbai–94, on behalf of President of India in two bid, from eligible contractors for the work “Providing Internal Electrical works for Advance Facility for Radiopharmaceutical Production over existing RPL building at BRIT, Vashi, Navi Mumbai.” Estimated cost: ` 60.00 Lakhs. EMD: ` 1,20,000/-. Completion Period: 12 (Twelve) Months and Tender Processing Fee `3,420/- through e-payment. (5% Performance Guarantee + 2.5% Security Deposit). Tender documents are available for view / downloading from 11/09/2015 (10:00 Hrs.) to 24/09/2015 (15:00 Hrs.), Pre-bid clarification from 14/09/2015(10:00 Hrs.) to 28/09/2015 (16:00 Hrs.) Last date of closing of online submission of tenders: 05/10/2015 (15:00 Hrs). Online opening of Technical Bid will be held on 06/10/2015 at 15:30 Hrs. Financial Bids of qualified bidders will be opened at a later date to be notified separately. Detailed NIT & tender documents are available on website www.tenderwizard.com/DAE for download & free view. After free viewing of the tender documents in PDF Format, if agency is interested to participate in the tender, they need to download Technical & Financial bids in Excel Format using their User ID/ Password & Class III DSC before last date of sale. Registered contractors only can purchase / download & submit / upload tenders. Interested agencies may visit this website for registration. Contact for assistance/ clarifications 24x7 @ 09969395522 (Sh. Rudresh, Mumbai) e-mail: [email protected] Detailed NIT is also available on website www.dcsem.gov.in for view only. For further information, please contact on (022) 25487416/7414/7464/7420/7415, Fax: 022-25565362 on all working days.

Page 8: TECHNICAL BID - DCSEMdcsem.gov.in/home/tender_file/15 CE ELECTRICAL 09...vi) Service Tax registration certificate vii) EPFO registration certificate viii) ESIC registration certificate

Page 8 of 59

GOVERNMENT OF INDIA DEPARTMENT OF ATOMIC ENERGY

DIRECTORATE OF CONSTRUCTION, SERVICES AND ESTATE MANAGEMENT

SECTION - 2 : ITEM RATE TENDER & CONTRACT FOR WORKS i) Name of work Providing Internal Electrical works for Advance Facility for

Radiopharmaceutical Production over existing RPL building at BRIT, Vashi, Navi Mumbai.

ii) Last date & time of online submission of Tender

Up to 05/10/2015 (15.00 hrs.)

iii) Date & Time of online opening of Technical Bid

On 06/10/2015 (at 15.30 hrs.)

iv) Venue for submission of Original FDR/BG towards EMD & opening of Technical Bid

Office of Chief Engineer (Electrical), 4th Floor, V.S. Bhavan, Anushakti Nagar, Mumbai -400 094.

TENDER DOCUMENTS ISSUED TO M/s. …….. ……………………………………………,………………..… ………………………………………………………………………………………………………………………..… ……………………………………………………………………………………………………………………...……

Chief Engineer (Electrical) DCSEM

Date of issue: ……………………

TENDER

I / We have read and examined the Notice Inviting Tender, Salient Governing Features of the Tender / Work including Schedules A, B, C, D, E & F, Specifications Books *, Drawings and Designs, General Rules & Directions, General Clauses of Contract, Special Clauses of Contract & other documents and rules referred to in the Conditions and Clauses of Contract – 2008 * and all other contents in the tender documents for the work.

*Note: The “Specifications / Conditions and Clauses of Contract books” are available on Web-sites www.tenderwizard.com/DAE and www.dcsem.gov.in. The required books as indicated under Schedule “F” and under Clause-11 of this Salient Governing Feature of the Tender / Work, may be downloaded from the above Web-sites.

However, these books, as required / specified in this “Salient Governing Feature of the Tender / Work” herein below, shall remain part of the tender documents / Contract / agreement to be executed, and signed by both the parties after acceptance of the Tender.)

I / We, hereby tender for the execution of the work specified for the President of India within the time specified in Schedule “F”, viz., Schedule of Quantities and in accordance in all respects with the specifications, designs, drawings and instructions in writing referred to in Rule 1 of General Rules & Directions and in Clause - 11 of the General Clauses of Contract and with such materials as are provided for, by, and in respects in accordance with, such conditions so far as applicable.

We agree to keep the tender open for one hundred twenty (120) days from the last date of its submission of tenders and not to make any modifications in its terms and conditions.

Page 9: TECHNICAL BID - DCSEMdcsem.gov.in/home/tender_file/15 CE ELECTRICAL 09...vi) Service Tax registration certificate vii) EPFO registration certificate viii) ESIC registration certificate

Page 9 of 59

A sum of ` 1,20,000/- is hereby forwarded towards Earnest Money prescribed in the tender, out of which ` 60,000/- is in the form of Fixed Deposit Receipt and ` 60,000/- is in the form of Bank Guarantee (both drawn FROM A SCHEDULED BANK in favour of PAY & ACCOUNTS OFFICER, DCSEM, PAYABLE AT MUMBAI). Original scanned copy of both the forms of Earnest money documents are uploaded on the indicated website along with other tender documents and original shall be deposited in the office of Tender Inviting Authority with in the Bid submission period. Consequent to the award of the subject work, If I / we, fail to furnish the prescribed performance guarantee within prescribed period, I / we agree that the said President of India or his successors in office shall without prejudice to any other right or remedy, be at liberty to forfeit the said earnest money absolutely. Further, if I / we fail to commence work as specified, I / we agree that President of India or his successors in office shall without prejudice to any other right or remedy available in law, be at liberty to forfeit the said earnest money and the performance guarantee absolutely, otherwise the said earnest money shall be retained by him towards security deposit to execute all the works referred to in the tender documents upon the terms and conditions contained or referred to therein and to carry out such deviations as may be ordered, upto maximum of the percentage mentioned in Schedule “F” and those in excess of that limit at the rates to be determined in accordance with the provision contained in Clause 12.2 and 12.3 of the tender form. Further, I / We agree that in case of forfeiture of earnest money or both Earnest Money & Performance Guarantee as aforesaid, I / We shall be debarred for participation in the re-tendering process of the work.

“I / We undertake and confirm that eligible similar work(s) has/ have not been got executed through another contractor on back to back basis. Further that, if such a violation comes to the notice of Department, then I/we shall be debarred for tendering in DCSEM in future forever. Also, if such a violation comes to the notice of Department before date of start of work, the Engineer-in-Charge shall be free to forfeit the entire amount of Earnest Money Deposit / Performance Guarantee.”

I / We hereby declare that I / We shall treat the tender documents, drawings and other records connected with the work as secret / confidential documents and shall not communicate information derived there-from to any person other than a person to whom I / We am / are authorized to communicate the same or use the information in any manner prejudicial to the safety of the State.

Signature of Contractor Postal Address

Dated

Witness

Address

Occupation

A C C E P T A N C E

The above tender (as modified by you as provided in the letters mentioned hereunder) is accepted by me for and on behalf of the President of India for a sum of Rs.................................../- (Rupees................ ............. .............. ............................. ................................. ................. ...............).

The letters referred to below shall form part of this contract Agreement. i)

ii) iii) Signature Designation For & on behalf of the President of India Dated ……………………………..

Page 10: TECHNICAL BID - DCSEMdcsem.gov.in/home/tender_file/15 CE ELECTRICAL 09...vi) Service Tax registration certificate vii) EPFO registration certificate viii) ESIC registration certificate

Page 10 of 59

SALIENT GOVERNING FEATURES OF THE TENDER / WORK Proforma of Schedules

SCHEDULE ‘A’ : Reference to NIT & Tender Documents SN TITLE PARTICULARS PAGE 1 Notice Inviting Tender (NIT) No. DCSE/CE(E)/BRIT/AFRP/Elect/09/09-2015,dt. 10/09/2015 2 Notice Inviting Tender details i) NIT as uploaded on Web Site 3-6

ii) NIT as published in News Papers 7 3 Scope and location of the work: Enclosed 26 4 List of drawings Enclosed 27 5 Preferred Makes of Material Enclosed 57 6 Time Schedule for the work: Enclosed 27 7 Changes in conditions of contract

-2008 CDN / C -1 (CS-1 to CS-12) ,CS-13 & CS-14 14-25

8 Changes, if any, in following specifications: a) Specifications for Civil Works – 2009 : SPN-CVL / C - …….. NA b) Specifications for PH. Works- April - 2008 : SPN-PH / C - ………. NA c) Specifications for Electrical Works – 2006 : SPN-ELE / C - ………… 28 - 59

9 Schedule of Quantities (Enclosed) - Electrical 20 page SCHEDULE ‘B’ : Materials to be issued to the contractor S. No

Description of item Quantity Rates at which the Materials will be charged to the contractor

Place of issue

1 2 3 4 5 1. Cement in bags Contractor’s own supply N/A 2. Re-Bars for RCC Contractor’s own supply N/A 3. Water for const. purpose Contractor’s own supply , as per clause 31

/ 32 of GCC N/A

4. Electricity for const. purpose

Supplied by the Department at the tariff charged from time to time by Electricity Authority. The present tariff is ` 8.82/KWH.

SCHEDULE ‘C’ : Land earmarked for temp. infrastructures and Tools & plants to be hired to the contractor S.No Description Hire charges Place of issue

1 2 3 4 1. Area for storage / site office (SCC-11) As per Clause SCC-11 Site premises 2. Temporary Buildings (SCC-12) As per Clause SCC-12 Site premises 3. Labour hutments (SCC-12) No labour hutment permitted at site

SCHEDULE ‘D’ Extra schedule for specific requirements / documents for the work, if any Particularly for addl Security guidelines, Gate pass, lift, tower crane etc.

Nil

SCHEDULE ‘E’ : Reference to the Book of “Conditions & Clauses of Contract” to be followed for this work

Year - 2008

Name of Work: Providing Internal Electrical works for Advance Facility for Radiopharmaceutical Production over existing RPL building at BRIT, Vashi, Navi Mumbai.

As per NIT

i) Estimated cost of work : ` 60.00 Lakhs As per NIT ii) Earnest money ` 1,20,000/- As per NIT iii) Performance Guarantee 5% of tendered value As per NIT iv) Security Deposit 2.5% of tendered value As per NIT

Page 11: TECHNICAL BID - DCSEMdcsem.gov.in/home/tender_file/15 CE ELECTRICAL 09...vi) Service Tax registration certificate vii) EPFO registration certificate viii) ESIC registration certificate

Page 11 of 59

SCHEDULE ‘F’ :

General Rules & Directions : Officer inviting tender : Chief Engineer(Electrical), DCSEM Maximum percentage for quantity of Items of work to be executed beyond which rates are to be determined in accordance with Clauses 12.2 & 12.3.

See Clause-12 below

Definitions : (CCC – 2008, P. 11) 2(v) Engineer-in-charge Chief Project Engineer / Project Engineer 2(viii) Accepting Authority Chief Engineer(Electrical) 2(x) Percentage on cost of materials and labour to

cover all overheads & profits 15% (Fifteen percent)

2(xii) Department DCSEM, Department of Atomic Energy 9(ii) Standard Contract Form of Deptt. Item Rate Tender

Clause - 1 (CCC – 2008, P. 13) i) Time allowed for submission of Performance Guarantee from the date of issue of letter of acceptance / WO.

15 days

ii) Maximum allowable extension beyond the period (provided in - i) above. 7 days

Clause - 2 (CCC-2008, P. 14) Authority for fixing compensation under clause 2. Chief Engineer (Electrical)

Clause - 5 (CCC – 2008, P. 15)

Number of days from the date of issue of letter of acceptance / WO for reckoning date of start.

15 days

Mile stone(s) as per table given below: TABLE OF MILE STONE(S) Sl. No.

Description of Milestone (Physical)

Time Allowed in days (from date of start)

Amount to be with-held in case of non achievement of milestone

1. NIL 2 NIL TIME ALLOWED FOR EXECUTION OF WORK 12 (Twelve) Months as per NIT Authority to decide:

i) Extension of time: ………………………………………………………… (Engineer-in-Charge) ii) Re-scheduling of Mile Stone …………………………………….… (Chief Engineer …………)

Clause applicable – (6 or 6A): (CCC – 2008, P. 16)

Clause 6 for Manual Billing or Clause 6A for Computerized Billing

Clause 6A

Clause – 7: (CCC – 2008, P. 17)

Gross work to be done together with net payment / adjustment of advances for material collected, if any, since the last such payment for being eligible to interim payment.

More than ` 80,000/-

Clause - 10A: (CCC – 2008, P. 19)

List of testing equipments to be provided by the contractor at site lab

1. Insulation Tester – 1 No. 2. Earth Tester – 1 Nos. - 3. Vernier caliper – 1 No. 4. L Wire gauge – 1 No. -

Page 12: TECHNICAL BID - DCSEMdcsem.gov.in/home/tender_file/15 CE ELECTRICAL 09...vi) Service Tax registration certificate vii) EPFO registration certificate viii) ESIC registration certificate

Page 12 of 59

Clause - 10B(ii): (Mobilisation Advance) (CCC – 2008, P. 20) Whether Clause 10 B (ii) shall be applicable (If yes, Clause of Tender Condition to be followed)

No

Clause - 10C: (CCC – 2008, P. 11)

Component of labour expressed as percent of value of the work

N/A

Clause - 10CA: (CCC – 2008, P. 21) S. No

Materials Covered under this Clause

Nearest Materials for which All India Wholesale Price Index is to be followed

Basic Rate

1 Cement Cement N/A 2 Steel reinforcement bars Steel (Bars & Rods) N/A 3 Other materials Nil N/A

Note: Base price for materials given above are only for regulating operation of clause 10-CA. The tenderers are requested to consider prevailing market rates while quoting the rates.

Clause - 10CC: (CCC – 2008, P. 22) Clause 10 CC to be applicable in contracts with stipulated period of completion exceeding the period shown in next column.

N/A

Schedule of component of Cement, Steel, other Materials, Labour, POL etc. for price escalation. 1 Component of Cement - expressed as percent of total value of work Xc NA 2 Component of Steel - expressed as percent of total value of work Xs NA 3 Component of civil (except cement & steel) / Electrical construction Materials

- expressed as percent of total value of work: Xm NA

4 Component of Labour - expressed as percent of total value of work Y NA 5 Component of P.O.L. - expressed as percent of total value of work Z NA Clause – 11: (CCC – 2008, P. 24) Specifications to be followed for execution of this work

a) Specifications for Civil Works – 2009 : - N/A b) Specifications for PH. Works- April - 2008 : - N/A c) Specifications for Electrical Works – Technical Specification as enclosed (Page no. 28 to 59 )

Clause – 12: (CCC – 2008, P. 25) 12.2 & 12.3 Deviation Limit beyond which clauses 12.2 & 12.3 shall apply for building work 30%

12.5 Deviation Limit beyond which clauses 12.2 & 12.3 shall apply for foundation work NA

12.5 Deviation Limit beyond which clauses 12.2 & 12.3 shall apply for maintenance work NA

Clause – 16: (CCC – 2008, P. 27)

Competent Authority for deciding reduced rates : Chief Engineer (Electrical)

Clause – 18: (CCC – 2008, P. 28): List of mandatory machinery, tools & plants to be deployed by

the contractor at site: As per requirement : As Required

Note: The list of machinery, tools & plants to be deployed by the contractor at site are minimum. The contractor shall deploy additional machinery, tool & plants in order to maintain the progress of the work without any extra cost to the department.

Page 13: TECHNICAL BID - DCSEMdcsem.gov.in/home/tender_file/15 CE ELECTRICAL 09...vi) Service Tax registration certificate vii) EPFO registration certificate viii) ESIC registration certificate

Page 13 of 59

Clause – 36(i): (CCC-2008, P. 35): Requirement of Technical Representative(s) & recovery Rate Sr. No.

Minimum Qualification of Technical Representative

Disci- Discipline

Designation (Principal Technical /Technical representative)

Min. Exp. In yrs.

No. Rate at which recovery shall be made from the contractor in the event of not fulfilling provision of clause 36(i). (Rupees in figures & words)

1 B.E. Electrical Project Manager 5 Nil ` 30,000.00

2 B.E. Electrical Graduate Engineer 5 1 ` 20,000.00

3 Diploma Electrical Diploma Engineer 5 1 ` 15,000.00

Note: 1) The above staff to be nominated from the start of the work order and to be deputed at site during errection / commissioning as per requirement.

2) Assistant Engineers / Scientific Officer- “C”, retired from Govt. services that are holding Diploma, will be treated at par with Graduate Engineers.

Clause – 42: (CCC – 2008, P. 36) (i) (a) Schedule / statement for determining theoretical quantity of cement on the basis of : NA

(ii) Variations permissible on theoretical quantities. a Cement i) for works with estimated cost put to tender up to ` 50 Lakhs NA

ii) for works with estimated cost put to tender more than ` 50 Lakhs NA

b Bitumen for All works NA c Steel reinforcement and structural steel sections NA

d All other materials. Nil RECOVERY RATES FOR QUANTITIES BEYOND PERMISSIBLE VARIATION

S. No.

Description of Item

Rates in figures & words at which recovery shall be made from the Contractor

Excess beyond permissible variation Less use beyond the permissible variation

1 Cement NA NA 2 Steel reinforcement NA NA

Chief Engineer (Electrical)

Notes: 1. In the case of any discrepancy between these “Salient Governing Features of the

Tender/Work” & the book “Conditions and Clauses of Contract – 2008”, stipulations given in these “Salient Governing Features of the Tender/Work” shall take precedence.

2. In the case of any discrepancy found in printed matter of Hard copy and Soft copy of “Salient Governing Features of the Tender/Work” documents, the matter of Hard copy shall take precedence.

In the case of any discrepancy found in the printed matter of Hard copy and Soft copy of any document of the tender including Technical and Financial bid, (either downloaded from the departmental web-site or provided by the department through e-mail or any other mean, the matter of Hard copy shall always Govern / prevail.

Page 14: TECHNICAL BID - DCSEMdcsem.gov.in/home/tender_file/15 CE ELECTRICAL 09...vi) Service Tax registration certificate vii) EPFO registration certificate viii) ESIC registration certificate

Page 14 of 59

CDN/C-1 (CS-1 to CS-12) (LIST OF CHANGES / MODIFICATION IN THE CCC - 2008 & SGF) Annexure to Work Instructions NO. DCSEM/CE(PCD)/WI-64/3-10, dt.5.5.10

Existing Provision Modified Provision CS-1 (i.e. Correction Slip No. - 1): CCC: 2008-P.26 Clause-14: (CON 248, 8.1.10) Existing Provision: Cancellation of contract in full or part: (Deleted & merged with clause-3). Modified Provision: Clause 14: Carrying out part work at risk & cost of contractor: If contractor: i) At any time makes default during currency of work or does not execute any part of the work with due diligence and continues to do so even after a notice in writing of 7 days in this respect from the Engineer-in-Charge; or ii) Commits default in complying with any of the terms and conditions of the contract and does not remedy it or takes effective steps to remedy it within 7 days even after a notice in writing is given in that behalf by the Engineer-in-Charge; or iii) Fails to complete the work(s) or items of work with individual dates of completion, on or before the date(s) so determined, and does not complete them within the period specified in the notice given in writing in that behalf by the Engineer-in-Charge. The Engineer-in-Charge without invoking action under clause 3 may, without prejudice to any other right or remedy against the contractor which have either accrued or accrue thereafter to Government, by a notice in writing to take the part work/part incomplete work of any item(s) out of his hands and shall have powers to: (a) Take possession of the site and any materials, constructional plant, implements, stores, etc., thereon; and/or (b) Carry out the part work / part incomplete work of any item(s) by any means at the risk and cost of the contractor. The Engineer-in-Charge shall determine the amount, if any, is recoverable from the contractor for completion of the part work/ part incomplete work of any item(s) taken out of his hands and execute at the risk and cost of the contractor, the liability of contractor on account of loss or damage suffered by Government because of action under this clause shall not exceed 10% of the tendered value of the work. In determining the amount, credit shall be given to the contractor with the value of work done in all respect in the same manner and at the same rate as if it had been carried out by the original contractor under the terms of his contract, the value of contractor’s materials taken over and incorporated in the work and use of plant and machinery belonging to the contractor. The certificate of the Engineer-in-Charge as to the value of work done shall be final and conclusive against the contractor provided always that action under this clause shall only be taken after giving notice in writing to the contractor. Provided also that if the expenses incurred by the department are less than the amount payable to the contractor at his agreement rates, the difference shall not be payable to the contractor. Any excess expenditure incurred or to be incurred by Government in completing the part work/ part incomplete work of any item(s) or the excess loss of damages suffered or may be suffered by Government as aforesaid after allowing such credit shall without prejudice to any other right or remedy available to Government in law or per as agreement be recovered from any money due to the contractor or any account, and if such money is insufficient, the contractor shall be called upon in writing and shall be liable to pay the same within 30 days. If the contractor fails to pay the required sum within the aforesaid period of 30 days, the Engineer-in-Charge shall have the right to sell any or all of the contractors’ unused materials, constructional plant, implements, temporary building at site etc. and adjust the proceeds of sale thereof towards the dues recoverable from the contractor under the contract and if thereafter there remains any balance outstanding, it shall be recovered in accordance with the provisions of the contract. In the event of above course being adopted by the Engineer-in-Charge the contractor shall have no claim to compensation for any loss sustained by him by reason of his having purchased or procured any materials or entered into any engagements or made any advance on any account or with a view to the execution of the work or the performance of the contract.”

Page 15: TECHNICAL BID - DCSEMdcsem.gov.in/home/tender_file/15 CE ELECTRICAL 09...vi) Service Tax registration certificate vii) EPFO registration certificate viii) ESIC registration certificate

Page 15 of 59

Existing Provision Modified Provision CS-2: CCC-2008: P.36 CON 248, 8.1.10 CLAUSE 37 : LEVY / TAXES PAYABLE BY CONTRACTOR: (i) Sales Tax / VAT or any other tax on materials in respect of this contract shall be payable by the contractor and Government shall not entertain any claim whatsoever in this respect.

(ii) The contractor shall deposit royalty and obtain necessary permit as required for supply of the sand, aggregate, stone etc. from local authorities.

(iii) If pursuant to or under any law, notification or order any royalty, cess or the like becomes payable by the Government of India and does not any time become payable by the contractor to the State Government. Local authorities in respect of any material used by the contractor in the works then in such a case, it shall be lawful to the Government of India and it will have the right and be entitled to recover the amount paid in the circumstances as aforesaid from dues of the contractor

CLAUSE 37 : LEVY / TAXES PAYABLE BY CONTRACTOR: i) Sales Tax / VAT (except Service Tax), Building and other Construction Workers Welfare Cess or any other tax or cess in respect of this contract shall be payable by the contractor and Government shall not entertain any claim whatsoever in this respect. However, in respect of service tax, same shall be paid by the contractor to the concerned department on demand and it will be reimbursed to him by the Engineer-in-Charge after satisfying that it has been actually and genuinely paid by the contractor. (ii) The contractor shall deposit royalty and obtain necessary permit for supply of the red bajri, stone, kankar, etc. from local authorities. (iii) If pursuant to or under any law, notification or order any royalty, cess or the like becomes payable by the Government of India and does not any time become payable by the contractor to the State Government, Local authorities in respect of any material used by the contractor in the works then in such a case, it shall be lawful to the Government of India and it will have the right and be entitled to recover the amount paid in the circumstances as aforesaid from dues of the contractor.

CS-3: CCC-2008 P.8 & SGF (As per CPWD CON 250, 29.3.10).: Following para is added in Section- 2 as second last para. (Item Rate Tender & Contract for Works)

“I / We undertake and confirm that eligible similar work(s) has/ have not been got executed through another contractor on back to back basis. Further that, if such a violation comes to the notice of Department, then I/we shall be debarred for tendering in DCSEM in future forever. Also, if such a violation comes to the notice of Department before date of start of work, the Engineer-in-Charge shall be free to forfeit the entire amount of Earnest Money Deposit/Performance Guarantee.”

Page 16: TECHNICAL BID - DCSEMdcsem.gov.in/home/tender_file/15 CE ELECTRICAL 09...vi) Service Tax registration certificate vii) EPFO registration certificate viii) ESIC registration certificate

Page 16 of 59

Existing Provision Modified Provision

CS-4: CCC-2008: P.36 CLAUSE 38: CONDITIONS FOR REIMBURSEMENT OF LEVY/TAXES IF LEVIED AFTER RECEIPT OF TENDERS: i) All tendered rates shall be inclusive of all taxes and levies payable under respective statutes. However, pursuant to the Constitution (46th Amendment) Act 1982, if any further tax or levy is imposed by Statute, after .the last date of the receipt of tender and the contractor thereupon necessarily and properly pays such taxes / levies, the contractor shall be reimbursed the amount so paid, provided such payments, if any, is not, in the opinion of the Engineer-in-Charge (whose decision shall be final and binding on the contractor) attributable to delay in execution of work within the control of the contractor.

ii) The contractor shall keep necessary books of accounts and other documents for the purpose of this condition as may be necessary and shall allow inspection of the same by a duly authorized representative of the Government and / or the Engineer-in-charge and further shall furnish such other information / document as the Engineer-in-charge may require from time to time.

iii) The contractor shall, within a period of 30 days of the imposition of any such further tax or levy, pursuant to the Constitution (46th Amendment) Act 1982, give a written notice thereof to the Engineer-in-charge that the same is given pursuant to this condition, together with all necessary information relating thereto.

CON 248, 8.1.10: Clause 38: CONDITIONS FOR REIMBURSEMENT OF LEVY/TAXES IF LEVIED AFTER RECEIPT OF TENDERS: i) All tendered rates shall be inclusive of all taxes and levies (except Service Tax) payable under respective statutes. However, if any further tax or levy or cess is imposed by Statute, after the last stipulated date for the receipt of tender including extensions if any and the contractor thereupon necessarily and properly pays such taxes /levies /cess, the contractor shall be reimbursed the amount so paid, provided such payments, if any, is not, in the opinion of the Engineer-in-Charge (whose decision shall be final and binding on the contractor) attributable to delay in execution of work within the control of the contractor. (ii) The contractor shall keep necessary books of accounts and other documents for the purpose of this condition as may be necessary and shall allow inspection of the same by a duly authorized representative of the Government and/or the Engineer-in-Charge and shall also furnish such other information/document as the Engineer-in-Charge may require from time to time. (iii) The contractor shall, within a period of 30 days of the imposition of any such further tax or levy or cess, give a written notice thereof to the Engineer-in-charge that the same is given pursuant to this condition, together with all necessary information relating thereto.

Page 17: TECHNICAL BID - DCSEMdcsem.gov.in/home/tender_file/15 CE ELECTRICAL 09...vi) Service Tax registration certificate vii) EPFO registration certificate viii) ESIC registration certificate

Page 17 of 59

Existing Provision Modified Provision CS-5: CCC-2008: P.25 12.5: For the purpose of operation of Schedule “F”, the following works shall be treated as works relating to foundation: i) For buildings, compound walls: plinth level or 1.2 metres (4 feet) above ground level, whichever is lower, excluding items of flooring and D.P.C. but including base concrete below the floors. ii) For abutments, piers, retaining walls of culverts and bridges, walls of water reservoirs: the bed of floor level. iii) For retaining walls where floor level is not determinate: 1.2 metres above the average ground level or bed level. iv) For roads: all items of excavations and filling including treatment of sub-base and soling work. v) For water supply lines, sewer lines, under ground SWD & similar works: all items of work below ground level except items of piping work. vi) For open storm water drains: all items of work except lining of drains.

CON 246, 24.9.09 12.5: For the purpose of operation of Schedule “F”, the following works shall be treated as works relating to foundation: i) For buildings, compound walls: plinth level or 1.2 metres above ground level, whichever is lower, excluding items of flooring and D.P.C. but including base concrete below the floors. (ii) For abutments, piers, retaining walls of culverts & bridges, walls of water reservoirs and well steining : All works upto 1.2 m above the bed level. (iii) For retaining walls, wing walls, compound walls, chimneys, over head reservoirs/tanks and other elevated structures, where floor level is not determinate : All works upto 1.2 metres above the average ground level or bed level. (iv) For reservoirs/tanks (other than overhead reservoirs/tanks): All works upto 1.2 metres above the ground level. (v) For basement: All works upto 1.2m above ground level or upto floor 1 level whichever is lower. vi) For Roads: all items of excavations and filling including treatment of sub-base and soling work. vii) For water supply lines, sewer lines, under ground SWD & similar works: all items of work below ground level except items of piping work. viii) For open storm water drains: all items of work except lining of drains.

CS-6: CCC-2008: P.25 Clause 12.2 (P.25 of CCC-2008) Deviation, Extra items and pricing: In the case of extra item(s), the contractor may within fifteen days of receipt of order or occurrence of the item(s), supported by………………….… determined. In the case of substituted items, the rate for the agreement item (to be substituted) and substituted item shall also be determined in the manner as mentioned in the aforesaid para………………

CON 240, 19.1.09 Clause 12.2 (P.25 of CCC-2008) Deviation, Extra items and pricing: In the case of extra item(s) (items that are completely new, and are in addition to the items contained in the contract), the contractor may within fifteen days of receipt of order or occurrence of the item(s), supported by.…………determined. In the case of substituted items (items that are taken up with partial substitution or in lieu of items of work in the contract) the rate for the agreement item (to be substituted) and substituted item shall also be determined in the manner as mentioned in the aforesaid para………………

Page 18: TECHNICAL BID - DCSEMdcsem.gov.in/home/tender_file/15 CE ELECTRICAL 09...vi) Service Tax registration certificate vii) EPFO registration certificate viii) ESIC registration certificate

Page 18 of 59

Existing Provision Modified Provision CS-7: CCC-2008: P.11 CON 239, 31.12.08 New para xv) added under Definitions on P. 11 of CCC-2008 (Section-4)

(xv) Date of commencement of work – The date of commencement of work shall be the date of start as specified in Schedule F or the 1st date of handing over of the site, whichever is later, in accordance with the phasing if any, as indicated in the tender document.

CS-8: CCC-2008: P.13 CON 239, 31.12.08 Clause 1-A: RECOVERY OF SECURITY DEPOSIT: Para regarding validity of BG for SD added above Note 1. Existing: Security Deposit ……………….. shall not be less than Rs.5 Lakhs.

The security deposit ………………..…….. shall not be less than Rs. 5 lakh.

Provided further that the validity of bank guarantee shall be in conformity with provisions contained in clause 17 which shall be extended from time to time depending upon extension of contract granted under provisions of Clause 2 and Clause 5.

CS-9: CCC-2008: P.14 CON 239, 31.12.08 Para-xii of Cl.3. (i.e. cases for determination of the contract):

(xii) If the work is not started by the contractor within l/8th of the stipulated time. This para stands deleted.

CS-10: CCC-2008: P.13 CON 238, 7.11.08 Cl. 1-A on P.13 of CCC-2008: Clarification regarding adjustment of EMD against recovery of SD. The person(s) whose tender …............ 5% of the tendered value of the work. Such deductions will be ……… to make good the deficit.

The person(s) whose tender …............. 2.5% of the tendered value of the work. Such deductions will be at the rate of 5 % to make good the deficit. Earnest money shall be refunded on receipt of performance guarantee.

CS-11: CCC-2008: P. 6 CON 238, 7.11.08 & Part CON 239, dt.31.12.08) Para-5 of Detail NIT on P. 6 of CCC-2008: Submission of EMD and its validity. Existing Para: 5. Earnest Money Deposit (E.M.D.) of Rs.……..…………….. in cash upto Rs.10,000/- in the form of Department’s receipt / Demand Draft / Pay Order / Banker’s cheque / Deposit at call receipt / Fixed Deposit Receipt (FDR), issued by a Scheduled Bank, drawn in favour of …………………………… (Pl. Refer SGF)

Revised Para: 5. Earnest Money Deposit (E.M.D.): (i) Tenders shall be accompanied with Earnest money of Rs. …………. in cash (upto Rs. 10,000/-) /fixed deposit receipt of a scheduled bank issued in favour of Pay & Accounts Officer, DCSEM, Mumbai. 50% of earnest money or Rs. 20 lakh, whichever is less, will have to be deposited in the shape prescribed above and balance amount of earnest money can be accepted in the form of Bank guarantee issued by a scheduled bank having validity for 6 months or more from the last date of receipt of tenders. (Pl. Refer SGF for blanks).

Page 19: TECHNICAL BID - DCSEMdcsem.gov.in/home/tender_file/15 CE ELECTRICAL 09...vi) Service Tax registration certificate vii) EPFO registration certificate viii) ESIC registration certificate

Page 19 of 59

Existing Provision Modified Provision NOTE: EMD in the form of Cheques will not be accepted. However, 50% of Earnest Money or Rs.20 Lakhs, whichever is less, will have to be deposited in the form prescribed above and balance amount of earnest money can be accepted in the form of Bank Guarantee (BG) issued by a Scheduled Bank.

(ii) The tender and the earnest money shall be placed in separate sealed envelopes, each marked “Tender” and “Earnest Money” respectively. iii) In cases where earnest money in cash is acceptable, the same shall be deposited with the Cashier of the Department and the receipt placed in the envelope meant for earnest money. iv) Both the envelopes shall be submitted together in another sealed envelope with the name of work and due date of opening written on envelope, which will be received by the……... upto …………… on………..… and will be opened by him or his authorized representative in his office on the same day at ………… The envelope marked “Tender” of only those tenderers shall be opened, whose earnest money, placed in the other envelope, is found to be in order. NOTE: EMD in the form of Cheques will not be accepted. (Pl. Refer SGF for blanks)

CS-12: CCC-2008”: New Page 75-A as Section 10(V) Existing Provision NIL

New Provision Format for payment through Electronic Mode, as Section 10(V) and as Page 75-A of “Conditions and Clauses of Contract-2008”. To be attached with “Salient Governing Features of the Tender / Work” for all works. (Format enclosed as Schedule-A, S.No.1.)

Note No.2 at the end of the SGF document. Existing Note: “In the case of any discrepancy found in printed matter of Hard copy and Soft copy of “Salient Governing Features of the Tender/Work” documents, the matter of Hard copy shall take precedence”.

Modified Note: “In the case of any discrepancy found in the printed matter of Hard copy and Soft copy of any document of the tender including Technical and Financial bids, (either downloaded from the departmental web-site or provided by the department through e-mail or any other mean), the matter of Hard copy shall always Govern / prevail”.

* * *

Page 20: TECHNICAL BID - DCSEMdcsem.gov.in/home/tender_file/15 CE ELECTRICAL 09...vi) Service Tax registration certificate vii) EPFO registration certificate viii) ESIC registration certificate

Page 20 of 59

CS-12: SCHEDULE ‘A’ Sl. No 1 (New Format added as Section 10 (v) and as P. 75-A of “Conditions & Clauses of Contract-2008”) SECTION 10 (V) : Format for getting payment of bills through Electronic Mode To, The Pay & Accounts Officer, Directorate of Construction, Services & Estate Management, Mumbai. Sub: Bank Details for Payment through Electronic Mode Sir, It is requested that our payment may please be arranged through Electronic Mode. The details of bank are as under: 1. IFSC CODE

2. NEFT Code

Note: In case beneficiary’s bank is State Bank of India (any branch in India) IFSC Code & NEFT Code may not be mentioned. 3. Account No.

Full Account No. for payment to be made through Electronic Mode. 4. Account Type. CURRENT A/C (11)/CASH CREDIT A/C (13) 5. MICR NO.

Note: 1st three digit & last of 3 digit of MICR No. should not be zero. 6. Name of Bank: ………………………………………………………………………………………… 7. Name of Branch: ……………………………………………………………………………………… 8. Address of Bank: ……………………………………………………………………………………… I hereby declare that the particulars given above are correct and complete. If the transaction is delayed or not effected at all for any reasons, I would not hold the user institution responsible and agree to discharge the responsibility expected of me as a participant under the scheme.

Yours faithfully,

( )

Signature of authorised Officer

With Name, Designation & Company’s seal .

Page 21: TECHNICAL BID - DCSEMdcsem.gov.in/home/tender_file/15 CE ELECTRICAL 09...vi) Service Tax registration certificate vii) EPFO registration certificate viii) ESIC registration certificate

Page 21 of 59

FORM OF BANK GUARANTEE BOND for E.M.D “Annexure-A”

In consideration of the President of India (hereinafter called “The Government”) having agreed under the “Notice Inviting Tender and tender documents” (hereinafter called “the said tender documents”), between Pay & Accounts Officer, DCSEM, Mumbai and M/s. ……….…….. ...............................……. (hereinafter called “the said Contractor(s)”), for the tendered work .................... .... ………………........ .............................…………… (hereinafter called “the said work”) having agreed to production of a irrevocable Bank Guarantee for Rs. ……………………… (Rupees …………………………………………….. ……………………………………..…….. only), as a Earnest Money / guarantee from the Contractor(s) for compliance of his obligations in accordance with the said tender documents.

1. We ……....………….......................................(Indicate the name of the Bank) (hereinafter referred to as “the Bank”) hereby undertake to pay to the Government an amount not exceeding Rs. ………..........(Rs...............................................................only) on demand by the Government.

2. We ………................................…….. (indicate the name of Bank) do hereby undertake to pay the amounts due and payable under this guarantee without any demur, merely on a demand from the Government stating that the amount claimed is required to meet the recoveries due or likely to be due from the said Contractor(s). Any such demand made on the bank shall be conclusive as regards the amount due and payable by the Bank under this guarantee. However, our liability under this guarantee shall be restricted to an amount not exceeding Rs………………… (Rupees............................................................ ..................................................................................... only)

3. We, the said bank, further undertake to pay to the Government any money so demanded notwithstanding any dispute or disputes raised by the Contractor(s) in any suit or proceeding pending before any Court or Tribunal relating thereto, our liability under this present being absolute and unequivocal.

The payment so made by us under this bond shall be a valid discharge of our liability for payment thereunder and the Contractor(s) shall have no claim against us for making such payment.

4. We…………………………………………..………. (indicate the name of Bank) further agree that the guarantee herein contained shall remain in full force and effect during the period that would be taken for the due fulfillment of the said tender documents and that it shall continue to be enforceable till all the dues of the Government under or by virtue of the said tender documents have been fully paid and its claims satisfied or discharged or till Engineer-in-charge on behalf of the Government certifies that the terms and conditions of the said tender documents have been fully and properly carried out by the said Contractor(s) and accordingly discharges this guarantee.

5. We …………………………………………………….… (indicate the name of Bank) further agree with the Government that the Government shall have the fullest liberty without our consent and without affecting in any manner our obligations hereunder to vary any of the terms and conditions of the said tender documents or to extend time of tender validity by the said Contractor(s)) from time to time or to postpone for any time or from time to time any of the powers exercisable by the Government against the said Contractor(s) and to forbear or enforce any of the terms and conditions relating to the said tender documents and we shall not be relieved from our liability by reason of any such extension given by the said Contractor(s) or for any forbearance, act of omission on the part of the Government or any indulgence by the Government to the said Contractor(s) or by any such matter or thing whatsoever which under the law relating to sureties would, but for this provision, have effect of so relieving us.

6. This guarantee will not be discharged due to the change in the constitution of the Bank or the Contractor(s).

7. We, ……………………………………..………. (indicate the name of Bank) lastly undertake not to revoke this guarantee except with the previous consent of the Government in writing.

8. This guarantee shall be valid up to ……………………, unless extended on demand. Notwithstanding anything mentioned above, our liability against this guarantee is restricted to Rs……………….(Rupees ………………………………………………...................……. only) and unless a claim in writing is lodged with us within six months of the date of expiry or the extended date of expiry of this guarantee, all our liabilities under this guarantee shall stand discharged.

Signed and sealed

Dated the …....... day of ……....……. for ……….......................……(indicate the name of Bank).

Page 22: TECHNICAL BID - DCSEMdcsem.gov.in/home/tender_file/15 CE ELECTRICAL 09...vi) Service Tax registration certificate vii) EPFO registration certificate viii) ESIC registration certificate

Page 22 of 59

CS-13 (in lieu of P.5 & 6 of the booklet “CONDITIONS AND CLAUSES OF CONTRACT – 2008”)

SECTION–1: NOTICE INVITING TENDERS * * Please refer “SALIENT GOVERNING FEATURES OF THE TENDER / WORK” (SGF) for all Blanks

(Issued under TECHNICAL BID of the tender)

0 Director / Chief Engineer, Directorate of Construction, Services & Estate Management (DCSEM), DAE, on behalf of the President of India, invites sealed tenders (in two bid / single bid), from eligible contractors / consultants for the work and details as given below:

1 NAME OF WORK: …………………………………………………………………………………….… ………………………………………………………………………………………………………………...

1.1 Estimated Cost Rs. ……………….. This estimate, however, is given merely as a rough guide. 1.2 Intending bidder is eligible to submit the bid provided he has definite proof from the appropriate authority,

which shall be to the satisfaction of the competent authority, of having satisfactorily completed similar works of magnitude specified below:-

Criteria of eligibility for submission of tender documents 1.2.1 Three similar works each of value not less than Rs. ………………….. or

Two similar work each of value not less than Rs. …………………… or One similar work of value not less than Rs. ……………………….. (All figures rounded to nearest Rs.10 lac) in last 7 years ending last day of the month previous to the one in which the bids are invited. The value of executed works shall be brought to current costing level by enhancing the actual value of work at simple rate of 7% per annum, calculated from the date of completion to the last date of submission of bid. To become eligible for issue of bid, the bidders shall have to furnish an UNDERTAKING as under:- “I/We undertake and confirm that eligible similar works(s) has/have not been got executed through another contractor on back to back basis. Further that, if such a violation comes to the notice of Department, then I/we shall be debarred for bidding in DAE in future forever. Also, if such a violation comes to the notice of Department before date of start of work, the Engineer-in-Charge shall be free to forfeit the entire amount of Earnest Money Deposit/Performance Guarantee.” (Scanned copy to be uploaded at the time of submission of bid).

1.2.3 It will be mandatory for all the tenderers to upload the work experience certificate(s) and the UNDERTAKING as per the provisions of clause 1.2.1 above.

2 Agreement shall be drawn with the successful bidders on prescribed / Standard Form as specified in the Salient Governing Features of the tender / work (SGF), which is part of Technical Bid of the Tender Documents. Bidder shall quote his rates as per various terms and conditions of the said form which will form part of the agreement.

3 The time allowed for carrying out the work will be ………………. from the date of start as defined in schedule ‘F’ of SGF or from the first date of handing over of the site, whichever is later, in accordance with the phasing, if any, indicated in the bid documents.

4 The site for the work is available. OR The site for the work shall be made available in parts as specified below:- …………………………………………………………………………………….

5 The bid document consisting of Technical Bid, Financial Bid (the schedule of quantities of various types of items to be executed), plans, , and the set of terms and conditions of the contract to be complied with and other necessary documents except Specifications, “Conditions & Clauses of Contract”, which can be seen on website www.tenderwizard.com/DAE or www.dcsem.gov.in free of cost

OBTAINING OF STANDARD DOCUMENTS: In addition to the above, the prospective agencies shall be required to possess following documents with them separately, which shall form part of Tender Documents for this work. These documents can be downloaded from the DCSEM’s website or can be purchased separately on payment of prices indicated. In case the agencies already possess these standard documents with them, the same need not be downloaded /purchased again. Payment for the same can be made in cash or in the form of DD drawn in favour of Accounts Officer, DCSEM, payable at Mumbai.

Page 23: TECHNICAL BID - DCSEMdcsem.gov.in/home/tender_file/15 CE ELECTRICAL 09...vi) Service Tax registration certificate vii) EPFO registration certificate viii) ESIC registration certificate

Page 23 of 59

SN NAME OF DOCUMENT PRICE OF BOOK 1 Conditions and Clauses of Contract – 2008 Rs.50/- per book

6 After submission of the bid the contractor can re-submit revised bid any number of times but before last time and date of submission of bid as notified.

7 While submitting the revised bid, contractor can revise the rate of one or more item(s) any number of times (he need not re-enter rate of all the items) but before last time and date of submission of bid as notified.

8 When bids are invited in three stage system and if it is desired to submit revised financial bid then it shall be mandatory to submit revised financial bid. If not submitted then the bid submitted earlier shall become invalid.

9 Earnest Money in the form of Fixed Deposit Receipt (drawn in favour of Pay & ACCOUNTS OFFICER, DCSEM, PAYABLE AT MUMBAI) shall be scanned and uploaded to the e-Tendering website within the period of bid submission and original should be deposited in office of Tender Inviting Authority. A part of earnest money is acceptable in the form of bank guarantee also. In such case, 50% of earnest money or Rs. 20 lac, whichever is less, will have to be deposited in the shape prescribed above, and balance in the shape of Bank Guarantee of any scheduled bank which is to be scanned and uploaded by the intending bidders. Interested contractor who wish to participate in the tendering has also to make following payments in the form of Demand Draft/Pay order or Banker`s Cheque of any Scheduled Bank and to be scanned and uploaded to the e-Tendering website within the period of bid submission:

(i) e-Tender Processing Fee - Rs. …………… drawn in favour of "ITI Limited" payable at New Delhi.

Fixed Deposit Receipt or Bank Guarantee against EMD and Demand Draft or Pay Order or Banker`s Cheque against Cost of Tender Document & Receipt of e-payment towards Cost of Tender Processing Fee shall be placed in single sealed envelope superscripted as “Earnest Money, Cost of Tender Document and Cost of Tender Processing Fee” with name of work and due date of opening of the bid also mentioned thereon. Certificates of work experience and other documents as specified in the Tender Documents shall be scanned and uploaded to the e-Tendering website within the period of bid submission and certified copy of each shall be deposited in a separate envelop marked as “Other Documents”. Both the envelopes shall be placed in another envelope with due mention of Name of work, date & time of opening of bids and to be submitted in the office of TENDER INVITING AUTHORITY after last date & time of submission of bid and up to 15:00 hrs on ……………….. .The documents submitted shall be opened at 15:30 hrs on the same day. Online bid documents submitted by intending bidders shall be opened only of those bidders, whose Earnest Money Deposit, Cost of Tender Document and e- Tender Processing Fee and other documents placed in the envelope are found in order. The bid submitted shall be opened at 15:30 hrs on …………………….

10 The bid submitted shall become invalid and cost of bid & e-Tender processing fee shall not be refunded if:

(i) The bidders is found ineligible.

(ii) The bidders do not upload all the documents (including service tax registration/ VAT registration/ Sales Tax registration) as stipulated in the TENDER document.

(iii) If any discrepancy is noticed between the documents as uploaded at the time of submission of tender and hard copies as submitted physically in the office of tender opening authority.

11 The contractor whose bid is accepted will be required to furnish performance guarantee of 5% (Five Percent) & Security Deposit of 5% of the TENDERED amount within the period specified in Schedule F of Technical Bid. This guarantee shall be in the form of cash (in case guarantee amount is less than Rs. 10,000/-) or Deposit at Call receipt of any scheduled bank (in case guarantee amount is less than Rs. 1,00,000/-) or Government Securities or Fixed Deposit Receipts or Guarantee Bonds of any Scheduled Bank or the State Bank of India in accordance with the prescribed form

12 Intending Bidders are advised to inspect and examine the site and its surroundings and satisfy themselves before submitting their bids as to the nature of the ground and sub-soil (so far as is practicable), the form and nature of the site, the means of access to the site, the accommodation they may require and in general shall themselves obtain all necessary information as to risks, contingencies and other circumstances which may influence or affect their bid. A bidders shall be deemed to have full knowledge of the site whether he inspects it or not and no extra charge consequent on any misunderstanding or otherwise shall be allowed. The bidders shall be responsible for arranging and maintaining at his own cost, all materials, tools &

Page 24: TECHNICAL BID - DCSEMdcsem.gov.in/home/tender_file/15 CE ELECTRICAL 09...vi) Service Tax registration certificate vii) EPFO registration certificate viii) ESIC registration certificate

Page 24 of 59

plants, water, electricity, access, facilities for workers and all other services required for executing the work unless otherwise specifically provided for in the contract documents. Submission of a bid by a bidders implies that he has read this notice and all other contract documents and has made himself aware of the scope and specifications of the work to be done and of conditions and rates at which stores, tools and plant, etc. will be issued to him by the Government and local conditions and other factors having a bearing on the execution of the work.

13 The competent authority on behalf of the President of India does not bind itself to accept the lowest or any other bid and reserves to itself the authority to reject any or all the bids received without the assignment of any reason. All bids in which any of the prescribed condition is not fulfilled or any condition including that of conditional rebate is put forth by the bidders shall be summarily rejected.

14 Canvassing whether directly or indirectly, in connection with bidders is strictly prohibited and the bids submitted by the contractors who resort to canvassing will be liable for rejection.

15 The competent authority on behalf of President of India reserves to himself the right of accepting the whole or any part of the bid and the bidders shall be bound to perform the same at the rate quoted.

16 The contractor shall not be permitted to bid for works in the Unit / Division of DAE, responsible for award and execution of contracts, in which his near relative is posted as equivalent to Accounts Officer or as an officer in the capacity of grades Scientific Officer "C" and above. He shall also intimate the names of persons who are working with him in any capacity or are subsequently employed by him and who are near relative to any gazetted officer in the Department of Atomic Energy. Any breach of this condition by the contractor would render him liable to be barred from tendering in the Department.

17 No Engineer of Gazetted rank or other Gazetted Officer employed in Engineering or Administrative duties in an Engineering Department of the Government of India is allowed to work as a contractor for a period of one year after his retirement from Government Services, with out the previous permission of the Government of India in writing. This contract is liable to be cancelled if either the contractor or any of his employees is found at any time to be such a person who had not obtained the permission of the Government of India as aforesaid before submission of the tender or engagement in the contractor's service.

18 Validity of Tender: The tender for the work shall remain open for acceptance for a period of 120 days from the last date of submission of tenders. If any tenderer withdraws his tender before the said period, or issue of Letter of Intent, whichever is earlier, or makes any modifications in the terms and conditions of the tender which are not acceptable to the Department, then the Government shall, without prejudice to any other right or remedy, be at liberty to forfeit 50% of the said earnest money absolutely. Further the tenderer shall not be allowed to participate in the re-tendering process of the work.

19 Tender documents & signing of contract: The Notice Inviting Tender shall form a part of the contract document. The successful tenderer / contractor, on acceptance of his tender by the Accepting Authority, shall within 15 days from the stipulated date of start of the work, sign the contract consisting of :

a) The Notice Inviting Tender, all the documents including “Conditions & Clauses of Contract, conditions, specifications and drawings as specified in the Tender Documents, if any, forming part of the bid as uploaded at the time of invitation of tender and the rates quoted online at the time of submission of tender and acceptance thereof together with any correspondence leading thereto.

b) All documents as stipulated in the Salient Governing Features of the work / tender

Page 25: TECHNICAL BID - DCSEMdcsem.gov.in/home/tender_file/15 CE ELECTRICAL 09...vi) Service Tax registration certificate vii) EPFO registration certificate viii) ESIC registration certificate

Page 25 of 59

CS-14: (First Para of CLAUSE 1-A on P.13 of the booklet “CONDITIONS AND CLAUSES OF CONTRACT – 2008” is modified as under w.r.t. WI-71/6-11,No. DCSEM/CE(PCD)/SD Recovery/312, dt. 10.6.11)

CLAUSE 1-A: RECOVERY OF SECURITY DEPOSIT:

The person(s) whose tender may be accepted (hereinafter called the contractor) shall permit Government at the time of making any payment to him for work done under the contract to deduct a sum at the rate of 5% of the gross amount of each running bill till the sum along with the sum already deposited as earnest money, will amount to security deposit of 2.5% of the tendered value of the work, Such deductions will be made and held by Government by way of Security Deposit unless he has / they have deposited the amount of Security at the rate mentioned above in cash or in the form of Government Securities or Fixed Deposit Receipts. In case a fixed deposit receipt of any bank is furnished by the contractor to the Government as part of the security deposit and the bank is unable to make payment against the said fixed deposit receipt, the loss caused thereby shall fall on the contractor and the contractor shall forthwith on demand furnish additional security to the Government to make good the deficit.

This will supersede provisions elsewhere in the tender documents, if any).

TENDER INVITING OFFICER For and on behalf of the President of India

Page 26: TECHNICAL BID - DCSEMdcsem.gov.in/home/tender_file/15 CE ELECTRICAL 09...vi) Service Tax registration certificate vii) EPFO registration certificate viii) ESIC registration certificate

Page 26 of 59

SCOPE & LOCATION OF WORK

Name of work: Providing Internal Electrical works for Advance Facility for Radiopharmaceutical

Production over existing RPL building at BRIT, Vashi, Navi Mumbai.

LOCATION: The above said work is located at RPL EXTENSION BUILDING in the campus of Board of

Radiation Isotopes Technology (BRIT) at Vashi.

The tenderers are advised to visit the site of work with the prior permission

of Chief Engineer (Electrical) (Contact no. 022-2548 7415) to acquaint themselves

with the access to the site, location of work, labour requirement and availability etc. and any

other situations relating to availability and carriage of construction materials etc. The

contractor carrying out this work shall be strictly abide by the BMC/ State regulations as

well as any security regulations imposed by the Department/Police Authorities/Local

Authorities, from time to time, regarding transshipment of equipments, operations, drainage,

security etc. wherever applicable.

SCOPE OF WORK: The scope of work consists of supply, installation, testing & commissioning of :

1) Point wiring in PVC conduit/surface casing capping.

2) Modular type switches & sockets etc in MS boxes.

3) Sub main wiring with FRLS grade PVC insulated armored cable from Floor Panel to MDBs/ MDBs

to DBs etc.

4) Light fixtures & fittings, ceiling/wall mounted fans, exhaust fans etc.

5) Distribution boards with appropriate sizes of MCB’s & ELCB’s.

6) Earthing system.

7) LT Panel & Main Distribution board (MDB).

8) LT XLPE cables.

9) LAN system comprising of only passive components like modular RJ-45 socket outlets , Cat-6 data

cable wiring in PVC (HMS) conduits, patch panels, cable managers, mounting racks etc.

10) Telephone point wiring with 2 pair 0.5mm dia. Telephone wire in PVC(HMS) conduits & modular

RJ-11 socket outlets.

11) Telephone tag block (TTB).

12) Addressable fire alarm system compatible with existing FA system .

13) Miscellaneous items like ladder type cable trays, floor raceways, RCC hume pipe etc.

Page 27: TECHNICAL BID - DCSEMdcsem.gov.in/home/tender_file/15 CE ELECTRICAL 09...vi) Service Tax registration certificate vii) EPFO registration certificate viii) ESIC registration certificate

Page 27 of 59

LIST OF DRAWINGS

DRAWINGS FOR ELECTRICAL INSTALLATION FOR RPL BUILDING, BRIT,

VASHI

S.N. Drawing No. Drawing Title 1 DCSE/E&M/BRIT-AFRP /01/1610 First floor plan Lighting & FA Layout 2 DCSE/E&M/BRIT-AFRP /02/1611 First floor plan Power, LAN, Telephone.

Layout 3 DCSE/E&M/BRIT-AFRP /03/1612 Roof level plan Lighting layout 4 DCSE/E&M/BRIT-AFRP /04/1613 Main, LAN, TEL. Earthing , FA, Schematic

STANDARD DRAWINGS FOR ELECTRICAL INSTALLATION

S.N. Drawing No. Drawing Title 1. CED/E&M/STD/12 Installation Drawing ( Typical Detail for Eatrhing) 2. CED/E&M/STD/14 Typical Notes for Earthing 3. CED/E&M/STD/16 Typical Details for LT Cable Support & Earthing Strip 4. CED/E&M/STD/19 Typical Installation Details for Lighting Fixtures 5. CED/E&M/STD/22 & 23 Typical Electrical Installation Details

TENTATIVE TIME SCHEDULE

Time of Completion: - 12 (Twelve) Months

Sr. No.

Description of Item

Period in months from the15th day of W.O

1 2 3 4 5 6 7 8 9 10 11 12 1) Submission & approval of drawings

of LT Panel, DB’s & ordering of major material.

2) Laying of conduits for point wirings of Lighting, Power, Telephone, Fire Alarm & LAN etc

3) Point wiring for Lighting, Power, Telephone, Fire Alarm & LAN, DBs, Fan hook boxes.

4) Supply & installation of Fitting Fixtures, Telephone System, Fire Alarm System & LAN System & Earthing System etc.

5) Supply & Laying of MV cable

6) Testing, commissioning & handing over

Page 28: TECHNICAL BID - DCSEMdcsem.gov.in/home/tender_file/15 CE ELECTRICAL 09...vi) Service Tax registration certificate vii) EPFO registration certificate viii) ESIC registration certificate

Page 28 of 59

AFRP, BRIT SPECIFICATIONS FOR ELECTRICAL WORKS

NIT No.: DCSE/CE(E)/BRIT/AFRP/Elect/09/09-2015, dt. 10/09/2015

INDEX

Sr.No. DESCRIPTION Page No. 1. General Requirement 1 2. 1.1kV grade LT Power & Control cables 3 3. LT Panels 6 4. Earthing 15 5. Wiring Installation 19 6. Distribution Boards 28 7. Local Area Network (LAN) 31 8. Fire Alarm System 34 9. Telephone System 37 10. Preferred Makes of Material 39 11. Certificate of Completion & Guarantee 41

Page 29: TECHNICAL BID - DCSEMdcsem.gov.in/home/tender_file/15 CE ELECTRICAL 09...vi) Service Tax registration certificate vii) EPFO registration certificate viii) ESIC registration certificate

Page 29 of 59

SECTION: 1 GENERAL REQUIREMENT 1.1 SCOPE OF WORK:

This specification provides for the manufacture, supply, assembly, testing before dispatch and delivery at site, erection & commissioning of various equipments, earthing, etc. as detailed in schedule of quantities, drawings and specifications. The entire work is required to be carried out as per phase programme (to be finalised in consultation with Engineer-in-charge) from the date of awarding of contract. The delay in date of commissioning is subject to the liquidated damage as specified in the General conditions of contract.

1.2 HANDLING AND TRANSPORT FACILITIES AT SITE:

The contractor should be responsible for and pay for handling and transport of all parts and materials covered by this contract from makers work to the actual site of erection, including loading and unloading of materials as required. He should make his own arrangements for temporary storage of his materials and equipments before and during erection. No facility of crane etc. shall be available for installation and contractor should make his own arrangements for this purpose.

1.3 GENERAL CONDITION: All works covered by this specification should be carried out in accordance with the “General conditions of the contract” attached here to.

1.4 GUARANTEE: The performance of all the equipment and the installation should be guaranteed at least to a minimum period of one year for defective materials or workmanship.

1.5 The tenderer must furnish the make of major items as per preferred make of materials given elsewhere.

1.6 The contractor shall have to furnish the completion certificate on completion and commissioning of

the works as per enclosed format. 1.7 All junction boxes / pull out boxes shall be right angle in shape or as per instructions of Engineer-

in-charge. 1.8 All embedded boxes should be plumbed & finished level with the surface of wall and floor level.

No skew installation will be accepted. 1.9 Exposed conduit shall be in neat straight lines. No skewing will be permitted. 1.10 Anchor fastener, wiring channel, lock nuts shall be plumbed in level for suspended lighting

fixtures. 1.11 French chalk before pulling wire to be used. Fish wire shall be provided during conduit installation. 1.12 All junction boxes / pull out boxes shall be properly covered. 1.13 For single phase point metal clad socket items, necessary plug tops shall be provided along with

sockets. 1.14 All conduits shall be ERW / PVC type as required.

Page 30: TECHNICAL BID - DCSEMdcsem.gov.in/home/tender_file/15 CE ELECTRICAL 09...vi) Service Tax registration certificate vii) EPFO registration certificate viii) ESIC registration certificate

Page 30 of 59

1.15 Aluminium Hospital saddles shall be used for wiring on exposed surface. 1.16 The contractor has to furnish the required test certificates, test reports in the approved proforma of

supply authority and arrange necessary approval from the Supply Company and electrical inspector. No separate charges will be payable by department to this account.

1.17 All holes to be made in wall / ceiling / beam / column or other places shall be done by using drill machine only.

1.18 Description of item in the schedule of quantities is brief and therefore, shall be read in conjunction

with the relevant drawings and the specifications and the contractor’s rate shall be deemed to be for such complete work unless otherwise specified by the contractor while tendering. In case any difference or discrepancy between the description in the schedule of quantities and the specifications, the schedule of quantities shall take precedence. In case any difference or discrepancy between the description in the schedule of quantities and the drawings, the description in schedule of quantities shall take precedence. In case of any difference or discrepancy between drawing and specifications, the specifications shall take precedence.

1.19 APPROVALS OF ELECTRICAL INSPECTIONS ETC.:

The contractor shall submit the required application; drawings etc. to the corporation, Electrical inspector, Factory inspectors & any other authorities and obtain their approved licenses and / or sanctions to the drawings. The final completion certification shall be obtained by the contractor from the corporation, electrical inspector, factory inspector and / or any other authority to enable the owner to commission the electrical equipment for its utilization. Also the electrical contractor shall submit the required work completion test report to electric supply authority and obtain the power supply to enable the owner / department to commission the electrical equipment for complete utilization. All payments towards fees / registration charges shall be made by DCSEM / D.A.E. and receipts shall be got prepared in the favour of authorities making payments. The work shall not be deemed to have been completed until the above approvals / certificate etc. have been obtained by the contractor.

1.20 TERMS OF PAYMENT:

For the purpose of payment, the total rate of the item will be divided as follows: (a) 100% supply: to be considered for payment @ 80% of the total rate of the item

(b) Completion of installation: to be considered for payment @ 15% of the total rate of the item.

(c) Testing and commissioning: to be considered for payment @ 3% of the total rate of the item.

(d) After acceptance - final bill: to be considered for payment @ 2% of the total rate of the item.

1.21 AMOUNT PAYABLE:

(a) On supply: 90% of the supply to be considered subject to a maximum of 72% of total rate of item as applicable.

(b) During installation: remaining 10% of the supply rate + percentage of installation as applicable subject to a maximum of 15.5% of total rate of item.

(c) On completion of installation: remaining 10% of supply cost + remaining percentage of installation subject to a maximum of 7.5% of total rate of item

(d) On testing and commissioning: 60% of testing and commissioning cost subject to a maximum of 3% of the total rate of item

Page 31: TECHNICAL BID - DCSEMdcsem.gov.in/home/tender_file/15 CE ELECTRICAL 09...vi) Service Tax registration certificate vii) EPFO registration certificate viii) ESIC registration certificate

Page 31 of 59

(e) On acceptance - final bill: remaining 2% remaining percentage of the total rate of item

1.22 The specifications given below pertain to the Electrification work to be carried out in the proposed campus for AFRP, BRIT, VASHI.

Note:

Engineer-in-charge should ensure that while approving part rates in Running Account Bills, rates quoted for supply and installation by the tendered as well as actual cost of material/equipment is considered and MINIMUM among the following is adopted:

a) Rates derived from terms of payment indicated above b) Supply rate and installation rate quoted by the tendered

c) Supply rate derived from actual cost of material /equipment. -----x-----

Page 32: TECHNICAL BID - DCSEMdcsem.gov.in/home/tender_file/15 CE ELECTRICAL 09...vi) Service Tax registration certificate vii) EPFO registration certificate viii) ESIC registration certificate

Page 32 of 59

SECTION– 2 : 1.1 KV GRADE LT POWER & CONTROL CABLES 2.1 SCOPE :

This specification establishes the requirements of design, manufacture, testing at manufacturer's works and delivery to site and installation, testing at site & commissioning of 1.1 KV grade LT XLPE insulated, galvanized round wire/flat strip armoured Aluminium/copper conductor cables.

2.2 STANDARDS AND CODES : Unless otherwise specifically mentioned in the document, the design, manufacture, testing and performance of all cables shall conform with latest edition of the following standards & codes:

IS : 7098 (Part-I) : Cross linked polyethylene insulated PVC sheathed cable for working voltage and including 1100 Volts.

IS : 3961 (Part-II) : Recommended current ratings for cables. IS : 3975 : Mild steel wires, strips and tapes for armouring of cables IS : 4905 : Methods for random sampling IS : 5831 : PVC insulation and sheath of electrical cables. IS : 8130 : Conductors for insulated electrical cables and flexible cords. IS : 10418 : Specification for drums for electric cables. IS : 10810 : Method of tests for cables. ASTM-D-2843 : Standard test method for density of smoke from the burning or

decomposition of plastics. ASTM-D-2863 : Standard method for measuring the minimum oxygen

concentration to support E3 candle like construction plastics. 2.3 Technical parameters:

i) Power system details : 415 V +/-10%, 3 phase, 4 wire solidly earthed. ii) Frequency : 50 Hz.

iii) Size of cable, conductor &

quantity : As per S.O.Q.

iv) Core identification : Colour scheme as per IS 1554 (part I) /88 or latest

v) Conductor : Stranded circular/sector shape core Aluminium/Copper conductor

vi) Rated voltage : 1100 Volts vii) Insulation : XLPE viii) Maximum conductor temperature

at rated current. : 90 degree C

ix) Maximum conductor temperature during short circuit under hot condition

: 250 degree C

x) Inner sheath : Extruded PVC inner sheath xi) Filler material : If used shall be compatible with other materials

of cable construction

xii) Armouring : Single layer galvanized steel round wire/ flat strip armoured.

xiii) Overall serving (outer sheath) : Anti rodent and anti termite extruded black FRLS grade PVC sheath (Type ST-2)

xiv) Cable shall be embossed / printed on the outer sheath at every 1 m. length as under :1.1

Page 33: TECHNICAL BID - DCSEMdcsem.gov.in/home/tender_file/15 CE ELECTRICAL 09...vi) Service Tax registration certificate vii) EPFO registration certificate viii) ESIC registration certificate

Page 33 of 59

kV, XLPE, conductor material, No. of core and size of cable, sequential marking for the metered length of cable, make and year of manufacturing

2.4 Installation of LT cables in ground : Installation of 1.1 KV grade, copper/Aluminium conductor XLPE cables shall be laid at a depth of 900 mm below ground level including excavation in all type of soil/concrete, road cutting/footpath cutting, temporary reinstatement, back filling, levelling, dewatering, consolidation, removal of excess earth within the radius of 500 m, sand bedding, cables covered on top & sides by baked bricks conforming to IS: 1077, sand cushioning all around, making good to the original finish, providing brass cable number tag including supply of bricks, sand, cable tags etc. complete as per instructions of EIC.

2.5 Installation of LT cables on MS support/trenches/sleeves/wall/slab/beam etc.: Installation of 1.1 KV grade, copper/Aluminium conductor XLPE cables as per specification indicated in clause no 2.1 on MS Support/trenches/sleeves/wall/Slab/beam/pre fabricated Trays in cable trench including all necessary accessories for installation such as G.I. saddle / clamps/supports, screw, nuts and bolts etc.

2.6 End termination of LT and Control cables: End jointing of 1.1 KV grade, Aluminium / copper conductor XLPE power / control cables with supply & installation of all jointing materials including supply of double compression type glands, crimping type long barrel heavy duty copper lugs, insulation tape etc. of sizes as detailed in schedule of quantities (SOQ). Cable gland shall be suitably earthed. Earthing of clamp should be included in the cost.

2.7 TESTS :

2.7.1 Shop Tests :

The cables shall be subjected to shop tests & witnessed by department engineer in accordance with relevant standards to prove the design and general qualities of the cables as below:

2.7.1.1 Routine tests on each drum of cables.

2.7.1.2 Acceptance tests on drums chosen at random for acceptance of the lot.

2.7.1.3 Type tests Certificates shall be submitted for particular size & design of cable .

2.8 Site Tests :

The cables after installation at site shall be subjected to HV test & Megger test as per instruction of EIC.

2.9 DEVIATION :

No deviation with respect to specification requirements is acceptable. Deviation if any, shall be clearly spelt out by the Bidder referring clause No.

----x-----

Page 34: TECHNICAL BID - DCSEMdcsem.gov.in/home/tender_file/15 CE ELECTRICAL 09...vi) Service Tax registration certificate vii) EPFO registration certificate viii) ESIC registration certificate

Page 34 of 59

SECTION-3 : LT SWITCHGEAR PANEL 3.1 SCOPE :

This specification covers the technical requirements of design, manufacture, testing at manufacturer’s works, supply, installation, testing and commissioning of LT Switchgears.

3.2 TECHNICAL PARAMETERS:

A. System Details i) System Voltage : 415V +/- 10% 3 phase 4 wire solidly

grounded network ii) Frequency : 50Hz +/- 3% iii) Control Supply : 230 Volts AC +/- 10% (tapped from phase

& neutral) B. CIRCUIT BREAKERS 1 Standard Applicable

(Isolation function with the test for line/ load inter-changeability)

: IS : 13947 (Part –I to Part –IV)

2 Rate insulation voltage (Ui) : 1000 Volts 2.1 One minute dry withstand test

voltage : 2500 Volts

2.2 Service (Ics) Breaking capacity at 415V, 50Hz

: As per SOQ

2.3 Making capacity : Min 84 KA peak 3 Momentary short time current rating

(rms) for 1 sec. (Icw) : As per SOQ

4 Rating of circuit breaker : As per bill of material 5 Type and material of inter phase

barriers wherever required : FRP/SMC/Poly Carbonate

6 Type of tripping mechanism : i. Direct /Shunt trip (Electrical) ii. Manual (mechanical)

7 Normal voltage of tripping coils : 230 V AC +10% - 15% 8 Voltage for spring charging motor

(for stored energy mechanism) : 230 V AC +10% - 15%

9 Breaker operations : Electrically operated with draw out type. 10 Electrical Closing and tripping : By spring return sequence locking type

ODS switch 11 Operating duty : 0-3 min. – CO - 3Min. – CO 12 Features of circuit breaker : Trip free and anti pumping 13 Method of closing : Electrically operated spring charged

(normal), mechanical (emergency). 14 Communication capability : All ACB’s shall be BMS compatible with

RS 232/ RS 485 port C SWITCHGEAR CUBICLES: 1 Design voltage of switchgear bus : 415 Volts 2 Clearances (Except Component

terminals). a) Between phases b) Between live parts and earth

: : :

25mm 19mm

3 Degree of protection : IP 42 4 Power frequency withstand voltage

for complete cubicle : 2.5KV

5 Method of circuit grounding : Solid/flexible copper

Page 35: TECHNICAL BID - DCSEMdcsem.gov.in/home/tender_file/15 CE ELECTRICAL 09...vi) Service Tax registration certificate vii) EPFO registration certificate viii) ESIC registration certificate

Page 35 of 59

6 Space heater details a) Voltage

b) Ratings

c) Numbers

d) Type of controls

: : : : :

230 V 100W (min) / Adequate capacity one per Shipping section Thermostat with MCB.

7 Bus bars 7.1 Material : Tinned Copper 7.2 Continuous rating of main bus bars : As Per SLD 7.3 Continuous rating of feeder bus bars : As Per SLD

8 Temperature rise of the bus bar over the specified ambient (40 degree C)

: As per IS.

9 One minute power frequency withstand voltage

: 2.5 KV

10 Ground Bus 10.1 Material : Tinned Copper 10.2 Cross Section : Min.300 sq.mm 11 C.T. Mountings : At rear side of the panel 12 Control wire size 12.1 CT circuit : 2.5sq.mm. copper 12.2 Other than CT circuit : 1.5sq.mm. copper 13 Painting Procedure : With 7 tank sheet treatment and powder

coating as per shade indicated in SOQ. 14 Cable entry : Bottom 15 Cable compartment door : To be provided with hinged doors and

knobs 16 Feeder compartment : To be provided with hinged doors and

knobs 17 Design of switchgear : Incomer and bus coupler shall be single

tier, outgoing in two tier 18 Quantity : As Per SLD

3.3 GENERAL :

The switchgear shall be designed, manufactured and equipped with accessories in accordance with this specification and applicable standards indicated above. The switchgear shall be of indoor, metal clad, air break with a draw out construction for AIR CIRCUIT BREAKERS.

3.4 CONSTRUCTION FEATURES:

3.4.1 SWITCHGEAR CUBICLES:

The sheet steel used in the fabrication of the switchgear housing shall be cold rolled thick & leveled and finished smooth in such a manner that the complete structure shall be rigid, self supporting. All the steel panels enclosing a switchgear unit, hinged doors, partitions and removable panels shall be provided with stiffeners to minimize flexing and vibration. All panel edges and door edges shall be reinforced against distortion by rolling, bending or by the addition of welded reinforcement members. Cut outs shall be turned in shape and devoid of sharp edges.

Structures, buses and control wiring troughs shall be so designed and arranged as to make future extensions readily feasible. Access to the circuit breaker operating

Page 36: TECHNICAL BID - DCSEMdcsem.gov.in/home/tender_file/15 CE ELECTRICAL 09...vi) Service Tax registration certificate vii) EPFO registration certificate viii) ESIC registration certificate

Page 36 of 59

mechanism shall be through compartment doors provided with hinges and key type locks, so arranged as not to expose any live parts or circuits. All compartment doors shall be so constructed that they will not seize in the event of fir within the switchgear. Instruments shall be mounted on hinged type front doors. All doors shall have neoprene gaskets wherever required. Panels shall be supported by strong hinges of concealed type and braced in such a manner as to ensure freedom from sagging, bending and general distortion of panel or hinged parts. Cable compartment shall also have hinged doors. Main bus bar, circuit breakers, outgoing feeder housing and cable compartment, shall be generally compartmentalized so that during maintenance the same should not be easily accessible from other compartment. Please note that self-threading screws shall not be used for panel fabrication.

All inter panel/compartments openings for wiring buses or for any other purposes shall be used with PVC bushes. The different materials used in the making of switchgear units, such as bus insulation, bus supports etc. shall not support combustion. All cable entries for outgoing feeders shall be from the bottom through gland plates assembled at the bottom.

The integrated base frame of the switchgear panel shall be designed in such a way that it shall be very strong enough for manual shifting of the panels at site.

3.5 INTERLOCKS :

3.5.1 MECHANICAL:

The following general mechanical interlocks shall be provided to ensure safety of personnel as well as to prevent damage. It shall not be possible to engage or disengage unless the breaker is in the open position. It shall also not be possible to operate the breaker unless it is in the fully latched in position, fully drawn-out position or test position. Provision shall be made for automatic closing of shutters to prevent accidental contact with main stationary contact or other live parts, when the breaker is drawn out. When the breaker is inserted back into its cubicle it shall automatically raise the shutters allowing the breaker to continue its travel unit it finally engages the main stationary contacts. Suitable guides, slides and stops for proper positioning of the truck or trolley with the breaker shall be provided to ensure easy removal, replacement and positioning of the breaker. Locking devices shall be provided on each circuit breaker for securely locking it in the ‘Isolated’ and ‘Test’ positions.

3.5.2 AC auxiliary & indication supply:

230Volts, 50 Hz. Single phase AC control supply shall be derived from incomer cable side from one phase & neutral of both incomer with a automatic selection scheme to changeover the control supply from one incomer to other in case of failure of power to one incomer. The circuit breakers shall be operated by a motor operated spring charging mechanism. Each mechanism shall be so designed as to enable one continuous sequence of circuit breaker opening, closing & opening operation on failure of power supply to the motor. The operation of the circuit breakers shall be independent of the motor, which shall be used solely for the charging the spring. The rating of the motor shall be such that it does not require more than 30 seconds for fully charging the closing spring. Charging of the spring shall occur automatically whenever it is discharged. The closing action of the circuit breaker shall charge the opening spring to keep it ready for tripping. Provision should be available for manually charging the spring. Spring charging motors shall be suitable for operation from the available AC control voltage, unless otherwise specified and shall operate satisfactorily between 85% and 110% of the rated voltage. The anti pumping features shall be achieved electrically. All circuit breakers shall be trip free in TEST and SERVICE positions. The closing coils and tripping coils and other auxiliary devices shall operate satisfactorily at all voltage between 85% and 110% of the rated voltage.

Page 37: TECHNICAL BID - DCSEMdcsem.gov.in/home/tender_file/15 CE ELECTRICAL 09...vi) Service Tax registration certificate vii) EPFO registration certificate viii) ESIC registration certificate

Page 37 of 59

The auxiliary switches for the circuit breaker shall have multistage electrically separate, reversible, rotary/sliding type contact. Mechanical indication for ‘open’ / ‘closed’ positions of the breakers shall be provided. It shall be preferred that components like spring charging motor, closing coil, tripping coil and auxiliary contacts shall be approachable from the front for the maintenance / replacement without withdrawing the breaker from the guide rail.

LED type Red, green, amber (for incomers only) and white lamps shall be used to indicate breaker ‘close’, ‘open’ , trip circuit healthy (for incomers only) and ‘auto trip’ respectively.

Interlocks shall be provided for the following functions: a) The incomer breaker shall trip in case the door of the cable chamber of incomer breaker is

opened. b) Prevent the circuit breakers being moved to or from the SERVICE/TEST position when it is in

closed position. c) Prevent manual closing of breaker unless it is in the ‘SERVICE’, ‘Test’ or ‘Isolated’ position.

d) Integral key lock shall be provided to lock position of breaker during maintenance.

e) Safety interlock shall be provided such that the door of the cassette can not be opened till the breaker is racked out to the isolated position.

f) Breaker operation counter shall be provided.

Following LED indications on each breaker shall be provided: a) Mechanical – Close / open, spring charged / discharged, service position/test position/

isolated position. b) Electrical – ON, OFF, auto trip for all feeders and additional trip circuit healthy for incomers.

3.6 CONTACTS:

The main contacts of the circuit breaker shall be silver faced and shall have sufficient area so that there is no excessive temperature rise which may cause pitting or welding during the course of normal operations. The contacts shall be replaceable.

3.7 BUS BARS:

The main bus bars and vertical bus bars shall be with heat shrinkable PVC sleeved. Shrouds shall be provided for bus bar joints. Bus bars shall be high conductivity mechanically strong Tinned Copper.

GROUND BUS: The ground bus shall be tinned copper, continuous throughout the switchgear cubicles and shall be bolted on each cubicle frame by means of hexagonal headed bolts and spring washers. Grounding terminals shall be provided at each end of the ground bus for connection to purchaser’s grounding cables. Continuity with enclosure should be provided. The non-current carrying metal parts of equipment within each switchgear shall be permanently grounded through the ground bus which shall be easily accessible from both ends for connections to the station ground system.

3.8 WIRING AND TERMINAL BLOCKS:

All the internal wiring shall be carried out with stranded copper conductors, PVC insulated 1100/650 V grade of the following sizes :-

Control - 1.5 sq. mm. Earth - 2.5 sq. mm. CT - 2.5 sq. mm. 16A - 2.5 sq. mm. 25A - 6 sq. mm.

Page 38: TECHNICAL BID - DCSEMdcsem.gov.in/home/tender_file/15 CE ELECTRICAL 09...vi) Service Tax registration certificate vii) EPFO registration certificate viii) ESIC registration certificate

Page 38 of 59

32A - 10 sq. mm. 63A - 25 sq. mm. 100A - 25 x 3 sq. mm. copper strip

Each terminal block shall be one piece moulded, barrier type, 650 volt grade, complete with washers, heads, studs with two nuts and identification strips and shall have adequate continuous current rating. For tap-offs, adjacent terminals with shorting strips shall be used. 10% Spare terminal blocks shall be provided. Wire identification on marking strip shall correspond to the designation of the wiring diagrams. All wire terminals on the equipment shall also be marked with designation corresponding to those of the wiring diagram. Wires shall be provided with numbered ferrules at both ends shall bear the same numbers. All auxiliary contacts whether spare or otherwise shall be wired and brought out to the terminal blocks. Wiring between components within switchgear cubicle shall be done through the terminal block only. Direct connection shall not be permitted. Current transformer secondary leads shall be brought on to the terminal of the terminal blocks where facility for short circuiting and grounding of CT secondary shall be provided. The terminals shall be similar to type CDTTS of M/s.Connectwell make with shorting and earthing facility.

All wiring shall be enclosed in plastic channels and neatly bunched and closed in metering chamber, Wiring between terminals of various devices shall be ‘point to point’ (no wire splitting or tee connections) with wires neatly trucked along the back of the panels, adequately supported to prevent sagging or damage due to vibration in transit and operation. Double pole M.C.B. should be provided for control supply to each of the panels.

3.9 SPACE HEATERS:

Switchgear enclosures shall be equipped with space heaters of adequate capacity to maintain the internal temperature above the dew point to prevent moisture condensation within the enclosure. Space heater shall be rated for 230 Volts, single phase, 50Hz. A.C. supply. Differential Thermostats shall automatically control the space heaters. ON/OFF and protection should be through adequate rating of MCB for each space heater.

3.10 ILLUMINATION:

The control compartment shall be provided with 9W PL (CFL) lamps, provided with MCB of suitable rating operating on 230 volts, 1 phase 50 Hz AC supply and 5+15A socket with switch to be wired in each compartment.

3.11 CABLE ENTRY :

Cable entry for all feeders shall be from top/bottom. Cables end base of adequate size to be provided wherever required.

Removable 3 mm. thick sheet steel gland plates with appropriate size of knockouts for cables shall be provided. Holes for appropriate size of cable glands shall be made at site.

Double Compression type brass plated cable glands shall be provided. 3.12 INSPECTION AND TESTING :

To be carried out in presence of Department representatives : 3.12.1 Inspection :

The inspection shall consist of following, but shall not be limited to the same - i) Appearance and construction. ii) Dimensions, mounting details etc. iii) Feeder arrangement and feeder details. iv) Door alignment, gaskets etc. v) Alignment of switch drive and handle.

Page 39: TECHNICAL BID - DCSEMdcsem.gov.in/home/tender_file/15 CE ELECTRICAL 09...vi) Service Tax registration certificate vii) EPFO registration certificate viii) ESIC registration certificate

Page 39 of 59

3.12.2 Tests : The following tests shall be carried out - i) Insulation resistance :

The insulation resistance shall be measured between phases, between phase and neutral and between phase and earth. The insulation resistance shall be measured with 1000Volts megger, both before and after high voltage power frequency test. The insulation resistance shall not be less than three megaohm in any case.

ii) High voltage power frequency test : This test shall be carried out by applying a voltage of 2.5KV for one minute.

a) between all three phases and earth. b) between the phases. c) between phases and neutral.

iii) Routine test as per IS & Heat run test (type test) shall be carried out on the panel. If the result of inspection and tests are not satisfactory, the defects shall be rectified and tests

shall be repeated to entire satisfaction of engineer-in-charge/consultant without any extra charge to employer. The inspection and tests result shall be submitted in quadruplicate for engineer-in-charge/consultant’s approval.

The tests shall be carried out as one panel of each different rating. The selection of the panel on which heat run test shall be carried out shall be decided by Engineer-in-charge. Test certificate for all type test conducted on similar type complete switchgear assembly, relay and energy meter shall be submitted.

3.13 DRAWINGS : The following shall be submitted for engineer-in-charge/consultant’s approval before taking

up the fabrication. a) Complete assembly drawings of the switchgear showing plan, elevation and typical

sectional view. b) Foundation plan showing locations of channel sills, foundation bolts and anchors, floor

plans and openings. c) Complete wiring diagram including terminal wiring designations. d) Schematic control diagram both AC and DC for breaker control, interlocks, relays,

instruments and space heaters. e) Complete terminal block details, showing ferrule numbers wire destinations. The following shall be submitted on delivery of panels: a) 4 Nos. of installation and operation manual b) 4 Nos. of all approved drawings. c) 6 Nos. of operating handle. d) Reproducible drawing on Compact Disc.

3.14 PAINTING : All steel work shall undergo a process of degreasing, pickling in acid bath, phosphatising &

shall be subjected to seven tank process and then Powder coated with approved shade as per SOQ.

3.15 LABELS : Engraved PVC/black anodised labels shall be provided on all the components.

----x-----

Page 40: TECHNICAL BID - DCSEMdcsem.gov.in/home/tender_file/15 CE ELECTRICAL 09...vi) Service Tax registration certificate vii) EPFO registration certificate viii) ESIC registration certificate

Page 40 of 59

SECTION – 4: EARTHING 4.1 SCOPE : The scope of work under this section covers the earthing of various panels, distribution boards and

utilisation equipments.

4.2 STANDARDS : The following standards and rules shall be applicable -

IS – 3043 (latest) : Codes of practice for earthing. Indian Electricity Act 1910 and rules issued there under.

4.3 PLATE ELECTRODES : Plate type earth electrodes shall be provided at the location shown on drawing. The plate size shall

be 600 mm. x 600 mm. x 3 mm. tinned copper plate / 600 mm. x 600 mm. x 6 mm. G.I. plate or as specified in bill of quantities. The minimum depth, type of electrode, soil treatment shall be in accordance with IS-3043 (latest) complete with masonry watering pipe, GI cover etc. The number of earthing stations shall be as shown on the drawing and as directed consultant.

4.4 EQUIPMENT EARTHING :

Three phase motors and other three phase apparatus shall have two distinct earth connection of size equal to 50% of the connecting cables.

For 1HP motor and 1HP apparatus, the single earth connection shall be provided.

For all light fittings and fans, a single earth connection with 1.5 sq. mm. copper shall be provided. 4.5 EARTH CONTINUITY CONDUCTOR :

Metalic conduit shall not be accepted as an earth continuity conductor. A separate copper earth continuity conductor of size of 50% of phase conductor or 14 SWG copper wire whichever is more shall be provided. The earth continuity conductor shall be clamped to the conduit at one meter intervals using approved copper earth clamps. Binding wire is not accepted as a substitute for earth clamps.

4.5.1 SIZE OF COPPER STRIPS/WIRES FOR EARTHING :

Earthing of cable boxes shall be carried out as under :- -------------------------------------------------------------------------------------------------------------- Sr.No. Size of cable Size of tinned copper strips/wires -------------------------------------------------------------------------------------------------------------- 1. a) 10 sq. mm. 4 core } 2 nos. of 8 SWG tinned copper b) 16 sq. mm. 4 core } or c) 25 sq. mm. 3.5 core } 2 nos. of 4 SWG G.I. d) 35 sq. mm. 3.5 core } 2. a) 50 sq. mm. 3.5 core } 2 nos. of 4 SWG tinned copper b) 70 sq. mm. 3.5 core } or c) 95 sq. mm. 3.5 core } equivalent G.I. wire 3. a) 120 sq. mm. 3.5 core } 2 nos. of 25 x 3 mm. tinned copper b) 150 sq. mm. 3.5 core } or c) 185 sq. mm. 3.5 core } 2 nos. of 50 x 3 mm./25 x 6 mm G.I. 4. a) 225 sq. mm. 3.5 core } 2 nos. of 25 x 6 mm. tinned copper b) 300 sq. mm. 3.5 core } or c) 400 sq. mm. 3.5 core } 2 nos. of 25 x 12 mm./50 x 6 mm G.I. d) 500 sq. mm. 3.5 core } ________________________________________________________________

Page 41: TECHNICAL BID - DCSEMdcsem.gov.in/home/tender_file/15 CE ELECTRICAL 09...vi) Service Tax registration certificate vii) EPFO registration certificate viii) ESIC registration certificate

Page 41 of 59

Earthing of following equipments shall be done with two number copper strips of size specified in schedule from ring main earthing tapped at different places.

1. H. T. switchgears 2. L. T. switchgears and panels

3. Transformers. 4.6 GROUNDING EQUIPMENTS :

Ground wire/strip shall either terminate on ground lugs provided on the equipments or shall be fastened to the foundation bolt and the frame of equipment.

All conduits shall be grounded with approved proper size of earthing wire/strips as requested. Ground wires terminating at every equipment shall have certain flexibility in its connection to the equipment. Suitable size of sleeves required in the wall, column etc. taking earth strips across them shall be provided by the contractor during the civil construction. After laying the earth strip, the sleeve shall be properly sealed.

4.7 ERECTION :

Joints :

The joint of earthing conductor shall be brazed, bolted or welded. Welded surfaces shall be painted with red oxide and then aluminium painted.

Termination : Where the diameter of the bolt at the joints exceeds one quarter of the width of the earth continuity,

the connection shall be made with a wider piece sandwiched between two conductors. 4.8 Supply And Installation Of Earthing System :

All medium voltage equipment shall be earthed by two separate and distinct earth connection using tinned copper/GI earth wire/strip of specified gauge.

All conduits run for lighting & receptacle system shall be provided with continuous earth wire of 14 SWG tinned copper run along the conduit and connected to all lighting/power receptacles of 5A and 15A. Three phase, 60 Amps receptacles and associated conduit run will be earthed by 2 nos of 8 SWG tinned copper conductors or equivalent G.I. Wires/strips.

Earthing conductors, tinned copper/G.I. Earthing clamp and all other accessories required for earthing the lighting and receptacle system, conduit accessories and equipment as per drawings and specifications shall be supplied and installed by the contractor. Earth wires shall be protected against mechanical damage and possibility of corrosion particularly at the point of connection to the earthing terminals of panels and fitting. All joints shall be made on tinned surfaces in case of copper earth system jointing earth wire shall be done only at junction boxes and equipment earthing terminals. The jointing on earth wires shall be done with approved type of connection & no twisted joint will be allowed.

The whole metallic conduit system shall be electrically continuous through out and shall be permanently and efficiently connected to earth. When earth wire runs along the conduit the earth wire shall be clamped to the conduits securely on either side of the joint to ensure electrical continuity in the conduit system.

All non-current carrying metal parts of panels, lighting fixtures, junction boxes etc. shall be efficiently connected to earth.

4.9 Gland Earthing :

Page 42: TECHNICAL BID - DCSEMdcsem.gov.in/home/tender_file/15 CE ELECTRICAL 09...vi) Service Tax registration certificate vii) EPFO registration certificate viii) ESIC registration certificate

Page 42 of 59

The minimum thickness of gland earthing clamp shall be 3 mm thick tinned copper strip or equivalent of GI strip as directed by E.I.C. Clamp shall be in two halves and fastened to the glands by suitable size of brass nuts & bolts & washers (in case of copper earthing system) & GI nuts and bolts and washers (in case of GI earthing system) all as directed by Engineer-in-charge.

4.10 SITE TEST : The following earth resistance values shall be measured with an approved earth megger and

recorded. i) Each earthing station

ii) Earthing system as a whole iii) Earth continuity conductors

4.11 MODE OF MEASUREMENT : Providing an earthing station complete with excavation electrode watering pipe, soil treatment,

chamber etc. shall be treated as one unit of measurement. The following items of work shall be measured and paid at unit rate covering the cost of the earth wires/strips, clamps, labour etc :-

Main equipment earthing grid and connection to earthing station.

Connection to power panels, distribution boards etc. The cost of earthing the following items shall become part of the cost of the item itself and no separate payment for earthing shall be made :-

Light fittings -form part of installation of light fitting.

Conduit / PVC casing & capping - should form part of the wiring of cabling.

Cable glands earthing

-----x-----

Page 43: TECHNICAL BID - DCSEMdcsem.gov.in/home/tender_file/15 CE ELECTRICAL 09...vi) Service Tax registration certificate vii) EPFO registration certificate viii) ESIC registration certificate

Page 43 of 59

SECTION - 5: WIRING INSTALLATION 5.1 SCOPE :

This specification covers supply, erection, testing and commissioning of mains/sub-mains/power wiring, point wiring, plug socket and switches, light fittings and fixtures etc. as detailed under bill of materials/quantities.

5.2 STANDARDS AND CODES :

The design, manufacture, erection, testing and commissioning shall comply with, but not limited the latest issue of the following standards and rules :-

IS - 9537 : Specification for rigid steel conduit for electrical wiring (Part-II)

IS - 9537 : Specification for rigid PVC conduit for electrical wiring (Part-III)

IS - 14927 : Specification for UPVC trunking for electrical wiring IS - 694 : PVC insulated cables with copper conductors for

(Part-I) voltages upto 1100Volts IS - 732 : Code of practice for electrical wiring installation

(system voltage not exceeding 650Volts) IS - 1646 : General code of practice for fire safety of bldg.- electrical installation

IS - 3043 : Code of practice for earthing Indian Electricity Rules 1956, Indian Electricity Act 2003 as amended up to date and local supply

authorities rules & regulations. 5.3 SURFACE PVC CASING-N-CAPPING WIRING :

All casing-n-capping shall be rigid PVC heavy gauge with double locking type. The outer surface of the casing-n-capping including all bends, unions, tees, junction boxes etc. forming part of the casing-n-capping system shall be adequately supported.

The casing and capping shall be individually fixed using galvanised screws at interval of 450 mm along horizontal run and 600 mm. along vertical run. Junction box for lighting fixtures, fans etc. shall be surface mounted. The box shall be complete with covers fixed with screws. The casing-n-capping of each circuit or section shall be completed along with conductor are drawn in. Separate earth wire of appropriate size shall run in each casing-n-capping for earthing.

5.4 CONCEALED HMS PVC CONDUIT WIRING :

All conduits and wiring shall be completely concealed. Outlet junction boxes, inspection boxes shall be provided flush with surface.

All conduit wiring shall confirm to IS-9537 (Part-III) and shall be rigid HMS PVC conduit. Conduit accessories shall be PVC grip type. No PVC conduit less than 25 mm. dia shall be used.

Conduit pipe shall be jointed by means of couplers and accessories. In long distance straight runs of conduit, inspection boxes at reasonable intervals shall be provided.

The outer surface of the conduit pipes including all bends, unions, tees, junction boxes etc. forming part of the conduit system shall be adequately supported.

All necessary bends in the system shall be done by bending pipes or by using standard bends for diversion purpose pipes shall be bent.

Page 44: TECHNICAL BID - DCSEMdcsem.gov.in/home/tender_file/15 CE ELECTRICAL 09...vi) Service Tax registration certificate vii) EPFO registration certificate viii) ESIC registration certificate

Page 44 of 59

At least 18 SWG G.I. fish wire shall be laid through the conduit to enable to pull the wires through the conduit.

The conduit for concealed wiring in slab or in RCC wall shall be tied to the reinforcement bar by M.S. galvanised wires at suitable places to give the conduits rigidity. Before installing conduits junction boxes and inspection boxes in the brickwall, a chase shall be made. This work is done before plastering of the walls is done and shall be co-ordinated with the other agency. After installing the conduits the chase shall be closed and shall be finished flush with the wall. The junction boxes, inspection boxes and switch boxes shall be temporarily blocked by jute before concreting is done and shall be co-ordinated with engineer-in-charge/consultant. After concreting is over, all boxes shall be cleaned if they are choked up by concrete.

Separate insulated earth wire of appropriate size shall be used for earthing & drawn inside the PVC conduit.

The conduit of each circuit or section shall be completed before conductors are drawn in. 5.5 SURFACE HMS PVC CONDUIT WIRING :

All conduits shall be rigid PVC conduits. All conduits accessories shall be PVC grip type. No PVC conduit less than 25 mm. dia shall be used.

Conduit pipe shall be jointed by means of couplers and accessories. In long distance straight runs of conduit, inspection type couplers at reasonable intervals shall be provided.

The outer surface of the conduit pipes including all bends, unions, tees, junction boxes etc. forming part of the conduit system shall be adequately supported.

Conduit pipes shall be fixed by heavy gauge PVC saddles & spacers for 25 mm to 40 mm. dia PVC conduits shall have 5 mm. overall thickness and length 62 mm. & PVC saddles of thickness of 2 to 3 mm. The conduit pipes shall be individually fixed using galvanised screws at every 600 mm. All necessary bends in the system including diversion shall be done by bending pipes or by inserting normal or inspection type normal bends or by fixing inspection boxes whichever is more suitable. Conduit fittings shall not be used on conduit system exposed to weather. Radius of such bends in conduit pipes shall not be less than 7.5 cm. No length of conduit shall have more than the equivalent of two quarter bends from outlet. Additional bends shall be inspection bends/boxes.

The junction boxes for lighting fixture, fans etc. shall be surface mounting. The boxes shall be complete with covers to be fixed with screws.

The conduit of each circuit or section shall be completed before conductors are drawn in. Separate insulated earth wire of appropriate size shall run in each conduit for earthing.

5.6 SURFACE M.S. ERW CONDUIT WIRING : All conduits shall be rigid steel M.S. ERW conduit finished with stove enamelled surface. All conduits accessories shall be threaded type and under no circumstances pin grip type or clamp type accessories be used.

No M.S. ERW conduit less than 25 mm. dia shall be used. The thickness shall be 16 SWG for conduit upto 25 mm. dia and 14 SWG for conduit above 25 mm. dia.

Conduit pipe shall be jointed by means of screwed couplers and screwed accessories only. In long distance straight runs of conduit, inspection type couplers at reasonable intervals shall be provided.

Threads on conduit pipes in all cases shall be between 11 mm. to 27 mm. long sufficient to accommodate pipes to full threaded portion of couplers or accessories. Cut ends of conduit pipes shall have no sharp edges not any burrs left to avoid any damage to the insulation of conductors while pulling them through.

The outer surface of the conduit pipes including all bends, unions, tees, junction boxes etc. forming part of the conduit system shall be adequately protected against rust. In no case, bare threaded

Page 45: TECHNICAL BID - DCSEMdcsem.gov.in/home/tender_file/15 CE ELECTRICAL 09...vi) Service Tax registration certificate vii) EPFO registration certificate viii) ESIC registration certificate

Page 45 of 59

portion of conduit pipe shall be allowed unless such bare threaded portion is treated with anti-corrosive preservative or covered with approved plastic compound.

Conduit pipes shall be fixed by heavy gauge galvanised M.S. saddles secured to M.S. galvanised flats of 5 mm. thick. The width of flats shall suit the total number of conduits to be run. The conduit pipes shall be individually fixed using galvanised screws at every 600 mm. The G.I. saddles for fixing of M.S. ERW conduit should not be less than 20 gauge and 19 mm wide for conduits upto 25 mm dia and not less than 18 gauge and 25 mm. wide for large dia conduits. All necessary bends in the system including diversion shall be done by bending pipes or by inserting normal or inspection type normal bends or by fixing M.S. painted inspection boxes whichever is more suitable.

No length of conduit shall have more than the equivalent of two quarter bends from outlet to outlet. Additional bends shall be inspection bends/boxes.

The junction boxes for lighting fixture, fans etc. shall be M.S. 16 gauge black enamelled for surface mounting. The boxes shall be complete with covers to be fixed with screws.

The conduit of each circuit or section shall be completed before conductors are drawn in.

Conduit shall not be used as a earth medium. Separate tinned copper earth wire of appropriate size shall run along with each conduit for earthing externally fixed with suitable tinned copper clips with screws.

5.7 CONCEALED M.S. ERW CONDUIT WIRING : All conduits shall be rigid steel M.S. ERW conduit finished with stove enamelled surface. All conduits accessories shall be threaded type and under no circumstances pin grip type or clamp type accessories be used.

No M.S. ERW conduit less than 25 mm. dia shall be used. The thickness shall be 16 SWG for conduit upto 25 mm. dia and 14 SWG for conduit above 25 mm. dia.

Conduit pipe shall be jointed by means of screwed couplers and screwed accessories only. In long distance straight runs of conduit, inspection type couplers at reasonable intervals shall be provided.

Threads on conduit pipes in all cases shall be between 11 mm. to 27 mm. long sufficient to accommodate pipes to full threaded portion of couplers or accessories. Cut ends of conduit pipes shall have no sharp edges not any burrs left to avoid any damage to the insulation of conductors while pulling them through.

At least 18 SWG G.I. fish wire shall be laid through the conduit to enable to pull the wires through the conduit.

The conduit for concealed wiring in slab or in RCC wall shall be tied to the reinforcement bar by M.S. galvanised wires at suitable places to give the conduits rigidity. Before installing conduits junction boxes and inspection boxes in the brick wall, a chase shall be made. This work is done before plastering of the walls is done and shall be co-ordinated with the other agency. After installing the conduits the chase shall be closed and shall be finished flush with the wall.

The junction boxes, inspection boxes and switch boxes shall be temporarily blocked by jute before concreting is done and shall be co-ordinated with engineer-in-charge/consultant. After concreting is over, all boxes shall be cleaned if they are choked up by concrete.

The outer surface of the conduit pipes including all bends, unions, tees, junction boxes etc. forming part of the conduit system shall be adequately protected against rust. In no case, bare threaded

Page 46: TECHNICAL BID - DCSEMdcsem.gov.in/home/tender_file/15 CE ELECTRICAL 09...vi) Service Tax registration certificate vii) EPFO registration certificate viii) ESIC registration certificate

Page 46 of 59

portion of conduit pipe shall be allowed unless such bare threaded portion is treated with anti-corrosive preservative or covered with approved plastic compound.

All necessary bends in the system including diversion shall be done by bending pipes or by inserting normal or inspection type normal bends or by fixing M.S. painted inspection boxes whichever is more suitable.

No length of conduit shall have more than the equivalent of two quarter bends from outlet to outlet. Additional bends shall be inspection bends/boxes.

The junction boxes for lighting fixture, fans etc. shall be M.S. 16 gauge black enamelled for surface mounting. The boxes shall be complete with covers to be fixed with screws.

The conduit of each circuit or section shall be completed before conductors are drawn in.

Conduit shall not be used as a earth medium. Separate tinned copper earth wire of appropriate size shall run along with each conduit for earthing externally fixed with suitable tinned copper clips with screws.

5.8 WIRES AND FLEXIBLES :

Single core PVC / FRLS / HFFR insulated 650 Volts grade copper wires shall be used for wiring as per S.O.Q. The size of the conductor shall be as specified in the drawings/bill of quantities but in no case it shall be less than 1.5 sq. mm. for lighting circuit and 2.5 sq. mm. for power circuit. Three core insulated and PVC sheathed flexible shall be used from junction box to light fittings/fans. The minimum size of flexible wire shall be 24/0.2 mm. copper conductor. Black colour insulated wires shall be used for neutral conductor. Coloured insulated wires of respective colours shall be used for phase conductor.

The wiring shall be done in looping system. The phase conductor shall be looped at switch box for sub-circuit. The neutral conductor for sub-circuit can be looped either from switch box or from light/fan/socket points. Twisted joints for looping are not acceptable. Straight through joints shall not be permitted on single core wires and flexible.

Coloured insulated wires of respective colour shall be used for phase conductor and black colours insulated wires shall be used for neutral conductor.

5.8.1 WIRES:

Single core PVC FRLS / HFFR insulated, 650 V grade multistranded copper conductor wires shall be used as per the Design requirements. The size of conductor shall be used as follows.

Mains Earth wire to be used for PVC conduit/casing & capping Lighting 1.5 sq. mm. 2.5 sq. mm. 15 A Power socket 2.5 sq. mm. 2.5 sq. mm. A/c / geyser Point 4.0 sq. mm. 2.5 sq. mm. Submain wiring 6.0 sq. mm. 4.0 sq. mm.

10.0 sq. mm. 6.0 sq. mm.

Page 47: TECHNICAL BID - DCSEMdcsem.gov.in/home/tender_file/15 CE ELECTRICAL 09...vi) Service Tax registration certificate vii) EPFO registration certificate viii) ESIC registration certificate

Page 47 of 59

5.9 FITTINGS AND ACCESSORIES :

Lighting fixture : The lighting fixtures shall be as per the schedule of quantities and drawings enclosed. The mounting

height and location shall be as specified in the drawings. Unless otherwise specified, the mounting height shall not be less than 2.5 mtr. The lighting fixtures shall be either supported vertically of mounted on bracket or suspended by a hook, as required. Plug sockets :

Only three / six pin socket outlets as per the schedule of quantities shall be used. Every socket shall be controlled by a switch which shall be located adjacent to it at operable height and wiring for socket outlet on switch box shall also be included. The switch controlling the socket outlet shall be on the live side. The mounting and location shall be as specified in the drawing. Unless and otherwise specified, the mounting height shall not be more than 1.5 meter above floor level. Switches :

The switches shall be 6 Amps. rating for lighting sub-circuit. The switches shall be single pole piano/modular type as indicated in bill of quantities/preferred makes of item.

Switch boxes : The switch boxes shall be totally enclosed made of sheet steel or as specified/M.S. concealed/surface type, location and details shall be as per the schedule and drawings. Attachment of fittings and accessories :

All necessary materials for mounting and operation of lighting fixtures, sockets, outlets etc. such as M.S. painted down rods, brackets, ball and socket of approved make, M.S. painted junction boxes, terminals strips etc. shall be used. INTER CHANGEABILITY :

Similar part of all switches, pendants, brackets, conduits and accessories etc. of the same type shall be inter changeable.

EARTHING : The earth shall conform to IS-3043. Tinned copper earth wire shall be used for earthing as per S.O.Q. The earthing wire shall be run continuously along the conduit. All earthing wires shall be connected to earth bus provided near the distribution board.

5.10 TESTING OF INSTALLATION : Before the installation is put into service, the following tests shall be completed with :

Insulation resistance : The insulation resistance shall be measured by applying between earth and whole system of conductors or any section thereof. 500 Volts D.C. for single phase system be means of a megger. The insulation resistance shall not be less than one megaohm.

Testing earth continuity path :

The earthing conductors shall be tested for electrical continuity. The electrical resistance of the same along with earthing lead from connection with earth electrode to any point, in any point in earth continuity conductor in the complete installation shall be less than one ohm.

Testing of polarity of single pole switch : The test shall be made to verify that all single pole switches have been fitted between phase conductors and light/fan/socket outlet.

Page 48: TECHNICAL BID - DCSEMdcsem.gov.in/home/tender_file/15 CE ELECTRICAL 09...vi) Service Tax registration certificate vii) EPFO registration certificate viii) ESIC registration certificate

Page 48 of 59

5.11 POINT :

A point shall consist of the branch wiring from the distribution on board, together with a switch as required as far as including the ceiling rose or socket outlet or suitable termination. A three pin socket outlet point shall include in addition, the connecting wire or cable from the earth pin to the earth stud of the branch distribution board.

POINT WIRING :

Point wiring shall consist of the branch from the final sub-distribution board together with the controlling switch as far as and including the ceiling rose or any other connected load or socket outlet. In case of more than one light being controlled by one switch the wiring up to the ceiling rose of the first light including the switch shall be considered as a ‘Primary’ point. Loop wiring from light shall be considered as a secondary point and rates shall be quoted separately including final connection to fixtures and plugs.

In installation, Light & fans may be wired in a common circuit. Such sub circuit shall not have more than a total of ten points of lights, fans & socket outlets. The load of such circuit shall be restricted to 800 W for lighting circuit, 1000 watts for 15 Amp in power circuit & 2500 to 3000 watts for water heater / A.C. point.

5.11.1PRIMARY POINTS:

Primary point wiring shall include all work necessary in complete wiring of a switch circuit of any length from the tapping point of the distributed circuit to the following via the switch.

a) Ceiling rose or connector

b) Back plate (in case of stiff pendants and fluorescent fittings with down rods etc.) c) Socket outlets

d) Lamp Holder e) Call ball / Buzzer (In this case the words “via the switch” shall be read as: via the ceiling rose

/ socket outlet or bell push. The following shall be treated to be included in the primary point wiring :

a) Installation of conduit / casing & capping of suitable sizes. b) Drawing of copper conductor insulated wire of suitable sizes including connections.

c) Installation of controlling switch and receptacle boxes including connections, looping. d) All accessories such as pressed steel saddles, spacers, reducers, hooks, nails, screws, earthing

wire, Phil plug compound, rawal plug, wooden plugs, bend, elbows, couplers, junction boxes, bushes, earthing clamps, check nuts etc. as required.

e) Loop earthing with 2 mm dia tinned copper wire for fan regulator three pin socket outlet, ceiling or exhaust fans, lighting fixture from the common earthing point. However conduits installation for point wiring shall include continuous earth run 2 mm dia tinned copper wire/insulated copper conductor earth wire in PVC conduit / PVC casing & capping.

f) Connection to ceiling rose, connector, socket outlet, lamp holder, switch fan regulator etc.

5.12 NUMBER OF WIRES IN A MS ERW / PVC CONDUIT : The maximum number of wires that may be laid in any conduit for circuit wiring or point wiring is

given below :-

Page 49: TECHNICAL BID - DCSEMdcsem.gov.in/home/tender_file/15 CE ELECTRICAL 09...vi) Service Tax registration certificate vii) EPFO registration certificate viii) ESIC registration certificate

Page 49 of 59

Maximum number of PVC insulated 650 / 1100 Volt Grade Aluminium / Copper conductor cable conforming to IS : 694-1990

Nominal Cross

sectional area of conductor in sq. mm.

20 mm 25 mm 32 mm 38/40 mm

50/51 mm 63/64 mm

S B S B S B S B S B S B

1.50 5 4 10 8 18 12 - - - - - - 2.50 5 3 8 6 12 10 - - - - - -

4 3 2 6 5 10 8 - - - - - - 6 2 - 5 4 8 7 - - - - - -

10 2 - 4 3 6 5 8 6 - - - - 16 - - 2 2 3 3 6 5 10 7 12 8 25 - - - - 3 2 5 3 8 6 9 7 35 - - - - - - 3 2 6 5 8 6 50 - - - - - - - - 5 3 6 5 70 - - - - - - - - 4 3 5 4

Note: 1) The above table shows the maximum capacity of conduits for a simultaneous drawing in of

cables. 2) The columns headed ‘S’ apply to runs of conduits which have distance not exceeding 4.25 m

between draw in boxes and which do not deflect from the straight by an angle of more than 15 degrees. The columns headed ‘B’ apply to runs of conduit, which deflect from the straight by an angle of more than 15 degrees.

3) Conduit sizes are the nominal external diameters.

5.13 NUMBER OF WIRES IN PVC TRUNKING :

The maximum number of wires that may be laid in PVC trunking for circuit wiring or point wiring is given below :-

Maximum number of PVC insulated 650 / 1100 Volt Grade Aluminium / Copper conductor cable conforming to IS : 694-1990

Nominal Cross

sectional area

16 x 16 mm

25 x 12 mm

25 x 16 mm

38 x 16 mm

38 x 25 mm

38 x 38 mm

1.5 3 5 6 8 12 18 2.5 2 4 5 6 9 15 4 2 3 4 5 8 12 6 2 3 4 6 9 10 1 2 3 5 8 16 1 2 4 6 25 1 3 5 35 2 4 50 1 3 70 1 2

Note: 1) Dimensions shown above are outer dimensions of mini trunking. 2) Size of mini trunking to be used as per S.O.Q.

-----x-----

Page 50: TECHNICAL BID - DCSEMdcsem.gov.in/home/tender_file/15 CE ELECTRICAL 09...vi) Service Tax registration certificate vii) EPFO registration certificate viii) ESIC registration certificate

Page 50 of 59

SECTION – 6 : DISTRIBUTION BOARDS 6.1 SCOPE :

The specification covers design, manufacture, testing and commissioning of fabricated lighting / power distribution boards. (Readymade DB to be supplied & installed as per the preferred makes of material & Schedule of Quantity.)

6.2 STANDARDS :

The design, manufacture and testing of lighting/power distribution board shall comply with the latest issue of following standards :

IS - 2675 : Specification for enclosed distribution fuse boards and cut-outs for voltages not exceeding 1000Volts.

IS - 4237 : General requirement for switchgear and controlgear for voltages not exceeding 1000Volts. IS - 375 : Specification for marking and general arrangement for switchgear, busbar, main connection & auxiliary wiring. IS - 2147 : Degree of protection provided by enclosure for low voltage switchgear. BS - 3871 : Specification for miniature circuit breakers (Part-I)

6.3 CONSTRUCTION :

Lighting/power distribution board shall be cubical type suitable for wall mounting or recessed mounting. It shall be totally enclosed, completely dust proof & vermin proof & shall have IP-42 degree of protection.

Sheet steel work shall be of high quality and shall be free from burrs.

Sheet steel used for the body and door shall be 18/20 SWG thick, as per manufacturers standard. Lighting/power distribution board shall have one concealed hinged door which will cover the entire front portion. The door shall be provided with gasket to make the equipment dust tight and also with insulated quick turn screws.

Design shall be dead front type. No live components shall be mounted on door. Adequate space shall be provided for termination of aluminium cables and wires.

The DBs shall be with double door design, with all components to be mounted on removable base plate.

The recess mounting DBs shall be provided with two hold fast arrangement. The DBs shall be provided for wire way box at incomer /outgoing, as applicable.

For DBs with width greater than 500 mm, double leaf door shall be provided. 6.4 BUSBARS :( wherever applicable)

Phase and neutral copper busbars shall be provided at the top for the entire length of the lighting/power distribution board.

The busbars support shall be epoxy material (non-hygroscopic anti tracking material). 6.5 WIRING AND TERMINAL :

The lighting/power distribution board shall be factory wired. Flexible copper wires shall be used for internal wiring.

Elmex type terminal blocks shall be provided for all outgoing phase wires.

Page 51: TECHNICAL BID - DCSEMdcsem.gov.in/home/tender_file/15 CE ELECTRICAL 09...vi) Service Tax registration certificate vii) EPFO registration certificate viii) ESIC registration certificate

Page 51 of 59

For neutral terminals, brass neutral terminal block shall be provided. It should have spare capacity of at least 10% or as per manufacturers standard.

6.6 CABLE ENTRY : Cable entry for incomer shall be from bottom/top but entry for outgoing circuit shall be from top.

Removable sheet steel plates shall be provided for conduit entry/cable entry. Compression type plate brass cable gland shall be provided for incoming/outgoing cables.

Wire way boxes shall be provided at incoming /outgoing side. 6.7 EARTHING :

Two numbers earthing terminals shall be provided on either side of the lighting/power distribution board.

6.8 INSPECTION AND TESTING : To be carried out in presence of Department representatives 6.8.1 Inspection : The inspection shall consist of following, but shall not be limited to the same - i) Appearance and construction. ii) Dimensions, mounting details etc. iii) Feeder arrangement and feeder details. iv) Door alignment, gaskets etc. 6.8.2 Tests : The following tests shall be carried out - i) Insulation resistance : The insulation resistance shall be measured between phases, between phase and neutral and

between phase and earth. The insulation resistance shall be measured with 1000Volts megger, both before and after high voltage power frequency test. The insulation resistance shall not be less than two megaohm in any case.

ii) High voltage power frequency test : This test shall be carried out by applying a voltage of 2.5KV for a minute.

a) between all three phases and earth. b) between phases. c) between phases and neutral.

If the result of inspection and tests are not satisfactory, the defects shall be rectified and tests shall be repeated to entire satisfaction of engineer-in-charge/consultant without any extra charge to employer. The inspection and tests result shall be submitted in quadruplicate for engineer-in-charge/consultant’s approval.

6.9 DRAWINGS : The following shall be submitted for engineer-in-charge approval:

Assembly drawing - This should incorporate dimensions, weight and MCB arrangement. Mounting details.

6.10 PAINTING : All steel work shall undergo a process of degreasing, pickling in acid bath, phosphatising & shall

be subjected to seven tank process and then Powder coated with shades as per SOQ. 6.11 LABELS : Engraved PVC/black anodised labels shall be provided on all incoming & outgoing circuits.

-----x-----

Page 52: TECHNICAL BID - DCSEMdcsem.gov.in/home/tender_file/15 CE ELECTRICAL 09...vi) Service Tax registration certificate vii) EPFO registration certificate viii) ESIC registration certificate

Page 52 of 59

SECTION - 7 : LOCAL AREA NETWORK (Passive components)

7.1 TECHNICAL SPECIFICATIONS & REQUIREMENTS: The technical specifications given in the schedule of requirements is indicative and the agencies are required to quote for product, which conform to the given specifications and standards. All agencies are required to quote for the specifications mentioned in the schedule of quantity. The rates shall be inclusive of all the items/materials required whether specifically mentioned or not to complete the work all as per standards, drawings, specifications & instructions of E-I-C without any extra cost. All agencies are required to supply materials as per indicated makes and specifications of each component. All agencies are required to specify the delivery schedules of each of the equipment to be delivered.

Agencies are required to provide the technical literature of the equipment listed in the schedule of Requirements such as data sheets, etc. along with the bid.

7.2 SCOPE OF WORK & TECHNICAL REQUIREMENTS: The overall job requirements include:

a) Prepare Network Design Document & Project Schedule & Implementation Plan in Consultation with Engineer-in-charge.

b) The requisite networking passive components are to be supplied at the site of installation as mentioned in tender document as per terms and conditions outlined in the tender document.

c) A Local Area Network is to be set-up using structured cabling with required connections at site. d) The scope of the project also includes laying-out the cables. The structured cabling between the

Information Outlet and Jack Panel/hub/switch as per tender schedule in a manner that is safe as well as aesthetically acceptable to purchaser. PVC Channels would be used for cable entry into the 19” rack without any extra cost as per instruction of E-I-C.

e) Commissioning of the NETWORK.

f) Testing of the NETWORK as per EIA/TIA 568A/B standards. 7.3 LOCAL AREA NETWORK SETUP:

a) The final engineering diagrams and documentation shall include if applicable : I. Cable Tray and conduit

II. Campus Distribution Plan III. Equipment room plans

IV. Work Area Floor plans V. Cable records and Assignments

b) Technical Support Staff And Experience:

The agency shall provide a list of their qualified technical support staff, together with their working experience.

7.4 Detailed guidelines for Structured Cabling System as given below. The agency shall also supply and install all associated equipment specified or required for the successful completion of above.

Page 53: TECHNICAL BID - DCSEMdcsem.gov.in/home/tender_file/15 CE ELECTRICAL 09...vi) Service Tax registration certificate vii) EPFO registration certificate viii) ESIC registration certificate

Page 53 of 59

The cabling and associated work shall be carried out in accordance with the EIA/TIA 568A/B standards.

The Cabling solution shall cover its capacity and functionality with minimum Components. The agency shall label all cables and cords, distribution frames and outlets etc. according to industry standards.

The cabling system proposed by the agency shall meet the specifications as prescribed in EIA/TIA 568-A/B. All the Passive Structured-cabling components shall be from single manufacturer.

7.5 SPECIFICATIONS :

7.5.1 Cat-6 Cables, Patch Cords, Information I/O, Patch Panels: a. Shall be UL listed and tested by UL for permanent link for the Cat-6 performance

b. Patch cords shall be factory made.

c. Information Outlets shall be designed with shutters to avoid dust.

d. Patch Panels shall have good cable management systems. e. Patch Panels shall be suitable for 19 “ rack mounting.

7.6 INSTALLATION & COMISSIONING:

a. The agency shall undertake Installation of all the above mentioned equipments and UTP Cabling jobs so as to : .

b. Provide Network connectivity for servers/nodes located in different buildings spread on the campus.

c. Facilitate expansion from the initial system by only the addition of Modules.

d. Be modular in design and capable of including new facilities required.

e. The campus network cabling system shall be designed installed, tested and executed in accordance with the Latest revision of the EIA/TIA568 A/B standards.

7.7 WARRANTY & TESTING:

Testing of wiring shall be performed prior to system cutover. 100 percent of the Horizontal and riser pairs shall be tested for opens, shorts, polarity reversals, Transposition and presence of AC voltage as per EIA / TIA 568 A/B Standards.In addition, the data cables shall, be tested for conformance to the specifications. Test shall include attenuation and near-end crosstalk. Level testers shall be used. The bidder shall provide minimum 20 years product performance warranty and application assurance from the original manufacturer after giving the test Report. The responsibility of obtaining the certification from the manufacturer rests with the agencies. No charges will be applicable for testing and the certificate from the manufacturer separately.

-----x-----

Page 54: TECHNICAL BID - DCSEMdcsem.gov.in/home/tender_file/15 CE ELECTRICAL 09...vi) Service Tax registration certificate vii) EPFO registration certificate viii) ESIC registration certificate

Page 54 of 59

SECTION - 8 : FIRE ALARM SYSTEM

8.1 GENERAL: 8.1.1 DESCRIPTION:

The work shall consist of supply, installation, testing & commissioning of a complete addressable fire alarm system compatible with existing system as shown on the drawings and specified herein.

8.1.2 REFERENCES:

NFPA- National Fire Protection Association NFPA 72, British Standard Institute /

European Standards All Applicable codes and standards including BS EN 54, IS 2189, IS-2175, IS11360 with latest amendments.

8.1.3 SUBMITTALS: A. Product data for fire alarm system components including dimensioned plans, sections, and

elevations showing minimum clearances, installed features and devices, and list of materials and data.

B. System operation description including method of operation and supervision of each type of circuit and sequence of operations for all manually and automatically initiated system inputs. Description shall cover this specific project.

8.1.4 TRANSPORTATION, HANDLING AND STORAGE:

A. All the components of fire alarm system shall be provided in manufacturer’s original new and unopened packing bearing manufacturer’s name and label.

B. Manufacturer’s written instructions regarding storage and handling shall be followed.

8.1.5 WARRANTY A. The warranty shall cover the repair and replacement of material with manufacturing

defects and workmanship as per the tender contract conditions/agreement.

8.1.6 QUALITY ASSURANCE: A. Installer Qualifications: An experienced specialist agency who is authorized by the

system manufacturer, and subject to approval of the engineer-in-charge.

B. Single source responsibility: All addressable devices and their accessories shall be either products of same manufacturer or shall be compatible for system integration.

8.2 PRODUCTS

8.2.1 SYSTEM DESCRIPTION: A. The fire detection and alarm system shall comprise of addressable Repeater panel, multi

sensor detectors, optical smoke detectors, heat sensor, control modules, addressable sounder, manual call points, electronic wall mounted alarm sounder/speech combined devices (non addressable), isolators (with detector base or separate), response indicators etc. All loop cabling and any other components and accessories deemed necessary for a safe, reliable and satisfactory system operation shall conform to the relevant and applicable requirements and standards. The system shall be fully programmed to accommodate fire alarm zones. The system shall be configured to allow on site modifications with minimum of disruption using the PC based software to facilitate future additions or alterations to existing buildings/network. Main Fire alarm panel of HONEYWELL MORLEY IAS make is already existing at Ground Floor. Fire alarm system shall be integrate with this panel.

Page 55: TECHNICAL BID - DCSEMdcsem.gov.in/home/tender_file/15 CE ELECTRICAL 09...vi) Service Tax registration certificate vii) EPFO registration certificate viii) ESIC registration certificate

Page 55 of 59

8.2.2 SYSTEM COMPONENTS AND DEVICES: 8.2.2.3 NETWORKED REPEATER PANELS:

It shall provide system repeat facilities to repeat all of the liquid crystal display messages as well as the common indications.

8.2.2.4 WIRING : All cables associated with Fire Alarm installation shall be of fire retardant 2 core 1.5 sq. mm, copper conductor shielded twisted pair.

8.3 EXECUTION:

8.3.1 INSTALLATIONS: The entire fire alarm system shall be installed in accordance with Standards, approved drawings, specifications, instructions of E-I-C and recommendations of local fire authorities.

8.3.2 TESTING : Fire alarm system shall be tested in accordance with standards and local municipal/fire regulations and put into operation by the manufacturer or his authorized representative in the presence of engineer in charge. Fault and alarm conditions shall be simulated and all data and alarm indicators checked with full events recorded and printed according to the testing procedure.

8.3.3 STATUTORY APPROVAL: All statutory approvals as required by local and municipal authorities shall be obtained by the agency without any extra cost.

-----x-----

Page 56: TECHNICAL BID - DCSEMdcsem.gov.in/home/tender_file/15 CE ELECTRICAL 09...vi) Service Tax registration certificate vii) EPFO registration certificate viii) ESIC registration certificate

Page 56 of 59

SECTION – 9 : TELEPHONE SYSTEM 9.1 SCOPE :

The scope of work shall cover supply, installation, testing and commissioning of telephone/intercom distribution system.

9.2 DISTRIBUTION SYSTEM : 9.2.1 Telephone wires shall be 2 pair 0.5 mm dia telephone wire drawn in PVC conduits/surface casing

capping from Telephone tag Block (TTB) upto RJ-11 socket outlet. 9.2.2 Telephone Cabling from TTB to TTB shall be with multipair, PE insulated, PVC sheathed and

armoured Cu conductor cables drawn in conduits/casing & capping as per S.O.Q. Cables shall confirm to I.T.D. specification.

9.2.3 RJ-11 socket outlets shall be modular type with shutter as per SOQ. 9.3 TELEPHONE TERMINAL BLOCK (TTB) : 9.3.1 Telephone terminal block shall be disconnection type Krone and shall be suitable for multipair

cables. All incoming and outgoing cables shall be terminated on disconnection type krone blocks. The cross connecting jumpers shall be insulates wires of the same diameter.

9.3.2 Tag blocks shall be mounted inside MS CRCA boxes of min 18SWG with removable hinged covers

and shall be fully accessible. The enclosure shall be readymade & powder coated with RAL-7032 shade.

9.3.3 TTB shall be provided with cable end boxes, as required, & cable bunching clamps. 9.4 INSTALLATION : 9.4.1 The installation of surface conduit/concealed conduit/surface PVC casing-n-capping as indicated in

bill of quantities shall be generally as specified under section ‘Wiring installation. 9.5 MODE OF MEASUREMENTS : 9.5.1 Supply and installation of Telephone terminal block with all accessories as specified shall each form

a unit of measurement and payment.

9.5.2 All cabling/wiring shall be measured and paid on unit length basis as mentioned in the bill of quantities.

-----x-----

Page 57: TECHNICAL BID - DCSEMdcsem.gov.in/home/tender_file/15 CE ELECTRICAL 09...vi) Service Tax registration certificate vii) EPFO registration certificate viii) ESIC registration certificate

Page 57 of 59

SECTION – 10: PREFERRED MAKES OF MATERIAL Sr. No.

Description Preferred makes

1. LT Cable Universal / Torrent / Polycab / Finolex/ KEI/ Havells

2. Cable glands Braco / Comet 3. Cable Socket (Lugs) Dowells / Gripper 4. Terminal Strip / Connector Connectwell / Elmex 5. G.I Ladder/ Perforated Cable trays OBO/ Indiana / Asian / Profab 6. Wire mesh cable tray Legrand / OBO 7. Al wall raceway Legrand / MK Electric 8. LT Panel L&T / Siemens / Jackson / Arrow Engineers /

Dharia 9. MCCB Schneider (Merlin Gerlin) / Siemens / ABB /

Legrand 10. MCB / MCB type isolator / RCCB /

RCBO/Timers / DB’s Legrand / Hager / Schneider / Siemens

11. Numerical / Static / Electromagnetic Relays Areva / ABB / L&T / Siemens/ Schneider/ Ashida

12. CT / PT Kappa / AE / Pragati 13. Analogue Ammeter / Voltmeter / P.F meter AE / Rishab 14. Energy meter / Trivector meter Secure / ABB / L&T 15. Annunciation Panel Minilec 16. Indication Lamps (LED Heavy duty type) Siemens / L&T(ESBEE) / Technik / Schneider 17. Push Buttons Siemens / L&T(ESBEE) / Technik / Schneider 18. Selector Switches Kaycee / Siemens / L&T (Slazer) 19. PVC (HMS) Conduits & accessories Precision Plastics / Modi / AKG 20. G.I Conduits AKG / Vimco / Bharat /Gupta 21. FRLS PVC insulated Cu conductor Wires Finolex / RR Kabel / Polycab 22. Modular Switches / Sockets Legrand (Arteor) / Crabtree (Athena) / Clipsal

(Opale) / L&T (ORIS) / Wipro (North West - Stylus)

23. Light fixtures Philips / Wipro / Crompton Greaves / Bajaj / as per SOQ

24. Lamps Philips / Osram / GE 25. Exhaust Fans Crompton Greaves / Havells /Almonard 26. Industrial Switch sockets & Plugs Legrand / Crompton Greaves 27. RG-6 & RG-11 Co-axial cables Finolex / Delton/ RPG / Polycab 28. Fire Alarm system detectors

Morley IAS – Honeywell// AGNI 29. Fire Alarm Panel 30. Break Glass station / Sounder strobe 31. Fire Extinguishers Minimax / Ceasefire / Safex

NOTE :

1. In case, for any material, different makes as listed above, from that mentioned in the Schedule of Quantities, then the make mentioned in the Schedule of Quantities will only prevail and the Contractor will have to supply only that make mentioned in Schedule of Quantities.

2.If any make stated above, does not comply with the Technical Specifications given in the tender then such a make cannot be supplied at this project.

3. For items not covered in the above list, the sample shall be got approved by competent authority of department, prior to use.

Page 58: TECHNICAL BID - DCSEMdcsem.gov.in/home/tender_file/15 CE ELECTRICAL 09...vi) Service Tax registration certificate vii) EPFO registration certificate viii) ESIC registration certificate

Page 58 of 59

SECTION – 12 : CERTIFICATE OF COMPLETION AND GUARANTEE Electrical installation at: ___________________________________________________ Details to be indicated after completion of work.

Tests

i) Insulation resistance tests on individual equipments & completed & interconnected system.

ii) Earthing resistance of each earth station and interconnected system. iii) Test results of all equipments.

1 CERTIFICATES:

I certify that the installation detailed above has been inspected and tested and that to the best of my

knowledge and belief it complies with the latest edition of the Indian Electricity Rules and the

relevant I.S. code of practices at the date of contract for the work except as stated below.

2 Details of departures (if any) from the above. 3 6 Sets of completion drawings & test reports and original tracings with CD showing the installation

of as actually executed are enclosed duly certified.

4 The installation is guaranteed for a period of twelve months from the date of taking over by the

Department against defective materials and workmanship. During the period of guarantee such

defects in materials and workmanship will be rectified or replaced free of cost to the Department.

The completion certificate for a particular system will be issued by the Department only on its

satisfactory commissioning and the guarantee period for that system will start only from the date of

the said certificate.

Signature of Contractor Date:-

Page 59: TECHNICAL BID - DCSEMdcsem.gov.in/home/tender_file/15 CE ELECTRICAL 09...vi) Service Tax registration certificate vii) EPFO registration certificate viii) ESIC registration certificate

Page 59 of 59

Annexure A List of works in hand (all works to be included, including works that are not similar to the

subject work).

Sr. No.

Name of Work Agency for whom executing

Value of Work

Work Order Date

Stipulated date of completion

Present status

Annexure B List of similar works carried out for last 7 years (Please indicate only similar works as per

similar work definition)

Sr. No.

Name of Work Agency for whom executed

Value of Work

Work Order Date

Stipulated date of completion

Actual date of completion

PO Number