0% found this document useful (0 votes)
30 views380 pages

NITNO31

Uploaded by

Shrawan bagati
Copyright
© © All Rights Reserved
We take content rights seriously. If you suspect this is your content, claim it here.
Available Formats
Download as PDF, TXT or read online on Scribd
0% found this document useful (0 votes)
30 views380 pages

NITNO31

Uploaded by

Shrawan bagati
Copyright
© © All Rights Reserved
We take content rights seriously. If you suspect this is your content, claim it here.
Available Formats
Download as PDF, TXT or read online on Scribd
You are on page 1/ 380

1

GOVERNMENT OF INDIA
CENTRAL PUBLIC WORKS DEPARTMENT

Notice Inviting Bid

NIT No : 31/EE/Jammu Division/2024-25/KSD


Name of Work : Construction of Medical College, SMVDU at Kakryal,
Katra(J&K)

Estimated cost put to : Rs. 107,92,49,790/-


tender
Earnest Money : R. 1,17,92,498/-

Performance Guarantee : 3% of accepted tendered value


Security Deposit : 2.5% of accepted tendered value
Period of Completion : 540 days

NIT containing Page No. 1 to 380 for Rs. 107,92,49,790/- (Rs. One Hundred Seven
Crore Ninety Two Lakh Forty Nine Thousand Seven Hundred Ninety only ) is
hereby approved .

Assistant Engineer (P) Assistant Engineer (E)


Jammu Circle, Jammu Circle,
CPWD, Jammu . CPWD, Jammu .

Superintending Engineer
Jammu Circle,
CPWD, Jammu .

Correction—Nil Deletion—Nil Insertion—Nil Overwriting—Nil

AE(P) AE(E)
2

INDEX

Sl.No. Description PageNo

1 PART-A
Notice Inviting bid 1
Index 2-3

Notice Inviting e-Tender 4


Check list for contractor 5-6
Information & instructions for Bidders for e-Tendering 7-14
CPWD-6 for e-bidding 15-24
Brief Particulars of works 25-27
Information and Guide-lines for bidders & Eligibility and evaluation 27-34
criteria
Letter of Transmittal 35
Form A to J 36-51
CPWD-7 (Schedule A to F for Civil) 52-53
Proforma of Schedule A to F for Civil 54-66
Condition and Specification 67-76
Additional Conditions 77-89
Special Conditions For Cement & Steel 90-93
Particular Specifications 94-128
Guarantee Bond (Annexure-I to Annexure-III) 129-131
List of preferred make of materials for Civil works 132-136
Circulars 137-164
2 PART-B: Electrical Works 165
Schedule A to F (Electrical Component) 166-178
Commercial and Additional Conditions for EI Work 179-189

Technical specifications for EI work 190-192


GENERAL TERMS & CONDITIONS OF SUB STATION 193-198

TECHNICAL SPECIFICATIONS FOR SUB-STATION 199-213

VRF/VRV AC System (GENERAL TERMS AND CONDITIONS) 214-219

Correction—Nil Deletion—Nil Insertion—Nil Overwriting—Nil

AE(P) AE(E)
3

TECHNICAL SPECIFICATIONS 220-224

ADDITIONAL CONDITIONS FOR DOWNCOMER SYSTEM 225

TERMS AND CONDITIONS of CCTV 226-229

ADDITIONAL CONDITIONS of CCTV 230-232


ADDITIONAL COMMERCIAL AND TECHNICAL 233-236
CONDITIONS
SPECIFIC CONDITIONS FOR AV SYSTEM 237-238
COMMERCIAL AND ADDITIONAL CONDITIONS for 20 239-246
Passenger Bed Lifts

GENERAL & COMMERCIAL TERMS AND CONDITIONS 247-255


(Solar Photovoltaic Power Plant)

TECHNICAL SPECIFICATIONS (Solar Photovoltaic Power 256-262


Plant)

GENERAL AND COMMERCIAL CONDITIONS for DG Set 263-268

TECHNICAL SPECIFICATIONS FOR DG Set 269-280

3 PART-C: Schedule of Quantities 281

SCHEDULE OF QUANTITY (CIVIL) 282-322

SCHEDULE OF QUANTITY (ELECT.) 223-380

Correction—Nil Deletion—Nil Insertion—Nil Overwriting—Nil

AE(P) AE(E)
4

NOTICE INVITING e-TENDER

CENTRAL PUBLIC WORKS DEPARTMENT

The Executive Engineer, Katra Division,CPWD on behalf of the President of India invites
online percentage rate bids from CPWD enlisted contractors of appropriate class in building and
road category and eligible firms/ agencies satisfying the set eligibility criteria, in two bid
systems for the following work:
NIT No: 31/EE/Jammu Division/2024-25/KSD
Name of Work and location: Construction of Medical College, SMVDU at Kakryal,
Katra(J&K)
Estimated cost: Rs. 107,92,49,790/-

Earnest Money: Rs 1,17,92,498/-

Period of Completion: 540 days

Last date & time of online submission of Bids : 07-08-2024

Pre-bid Meeting: 25-07-2024

The bid forms and other details can be obtained from the website CPWD eTendering
(https://etender.cpwd.gov.in) or www.eprocure.gov.in . All corrigendum / addendum shall only
be available on this website and shall not be published anywhere else.

Executive Engineer
Katra Division
CPWD, Katra

Correction—Nil Deletion—Nil Insertion—Nil Overwriting—Nil

AE(P) AE(E)
5

Check list for contractors for submission of bids

1. The tenderers should read all the instructions, terms & Conditions, contract clauses, nomenclature of
items, scope of work, specifications etc. contained in the tender documents very carefully, before
quoting the rates. The tenderer should also read the General Conditions of Contract 2023 for
Construction with correction slips up to date of submission of bids which will be part of the
agreement.
2. The agency shall quote the rate for complete scope of work as defined in NIT.
3. The contractor shall quote his rates keeping in mind the scope of work, drawings, specifications,
terms & conditions, additional conditions and special conditions, inventory etc. and nothing shall be
payable extra whatsoever unless otherwise specified.

4. The bidder whose bid is accepted will be required to furnish performance guarantee at specified
percentage of the tendered amount as mentioned in Schedule E and within the period specified in
Schedule-F, in favour of Executive Engineer, Jammu Division, CPWD, Jammu. This
guarantee shall be in the form of Insurance Surety Bonds, Account payee Demand Draft, Fixed
Deposit Receipt or Bank Guarantee / e-Bank Guarantee from any of the Commercial Banks in
accordance with the prescribed form. In case the Bidder fails to deposit the said performance
guarantee within the period as indicated in Schedule-F including the extended period if any, the
earnest money deposited by the contractor shall be forfeited automatically without any notice to
the contractor. The earnest money deposited alongwith bid shall be returned after receiving the
aforesaid performance guarantee.The contractor whose bid is accepted will also be required to
furnish either copy of applicable licenses/registrations or proof of applying for obtaining labour
licenses, registration with EPFO, ESIC and BOCW Welfare Board including Provident Fund
Code No. if applicable and also ensure the compliance of aforesaid provisions by the sub-
contractors, if any engaged by the agency for the said work within the period specified in
Schedule-F.
5. In the event of the tender being submitted by a firm, it must be signed separately by each partner
thereof or in the event of the absence of any partner, it must be signed on his behalf by a person
holding a power of attorney authorizing him to do so. Such power of attorney should be produced
with the tender and it must be disclosed that the firm is duly registered under the Indian partnership
act, 1952.
6. The bidder shall quote their rates considering all prevalent taxes/ cess like GST, labour Cess or any
other tax on material / work as applicable and nothing extra shall be paid to the contractor on this
account. The department shall deduct labourCess, or any other tax as applicable, from the R/A bills
& final bill. TDS as applicable shall be deducted from all bills of contractor.
7. The tender which is not duly signed by authorized signatory or is conditional shall be treated as non-
responsive and shall be summarily rejected.
8. Online bid documents submitted by intending bidders shall be opened, only of those bidders, whose
copy of original EMD, copy of receipt for deposition of original EMD to division office of any
Executive Engineer (including NIT issuing EE) CPWD has been uploaded.

Correction—Nil Deletion—Nil Insertion—Nil Overwriting—Nil

AE(P) AE(E)
6

9. Earnest Money in the form of Insurance Surety Bonds, Account Payee Demand Draft, Fixed Deposit
Receipt, Banker’s Cheque or Bank Guarantee / e-Bank guarantee (for balance amount as prescribed) from
any of the Commercial Banks (drawn in favour of Executive Engineer, Jammu Division, CPWD, Jammu )
shall be scanned and uploaded to the e-Tendering website within the period of bid submission. The original
EMD should be deposited either in the office of Executive Engineer inviting bids or division office of any
Executive Engineer, CPWD within the period of bid submission. The EMD receiving officer (EE/DDH) shall
issue a receipt of deposition of earnest money deposit to the bidder in a prescribed format (enclosed)
uploaded by tender inviting EE in the NIT.
A part of earnest money is acceptable in the form of bank guarantee also. In such case, minimum 50% of
earnest money or Rs. 20 lakhs, whichever is less, shall have to be deposited in shape prescribed above, and
balance may be deposited in shape of Bank Guarantee including e-Bank guarantee of any Commercial bank
having validity for six months or more from the last date of receipt of bids which is to be scanned and
uploaded by the intending bidders.

Copy of Enlistment Order and certificate of work experience and other documents as specified in the
notice inviting e-tender shall be scanned and uploaded to the e-Tendering website within the period of
bid submission. However, certified copy of all the scanned and uploaded documents as specified
in the notice inviting e-tender shall have to be submitted by the lowest bidder only along with
physical EMD of the scanned copy of EMD uploaded within a week physically in the office of
tender opening authority. Online bid documents submitted by intending bidders shall be opened only
of those bidders, whose original EMD deposited with any division of CPWD and other documents
scanned and uploaded are found in order.
The contractors registered prior to 01.04.2015 on e-tendering portal of CPWD shall have to deposit
tender processing fee at existing rates, or they have option to switch over to the new registration
system without tender processing fee any time.
The bid submitted shall be opened at 04:00 PM on 08-08-2024
(XXX To be filled by EE)
10. The bid submitted shall become invalid and e-tender processing fee (if applicable) shall not be
refunded if:
a. The bidder is found ineligible.
b. The bidder does not upload scanned copies of all the documents stipulated in the bid document.
c. If any discrepancy is noticed between the documents as uploaded at the time of submission of bid
and hard copies as submitted physically by the lowest bidder in the office of tender opening
authority.
If a tenderer quotes nil rates against each item in item rate tender or does not quote any percentage
above / below on the total amount of the tender or any section / sub head in percentage rate tender, the
tender shall be treated as invalid and will not be considered as lowest tenderer.

Correction—Nil Deletion—Nil Insertion—Nil Overwriting—Nil

AE(P) AE(E)
7

Information and Instructions for Bidders for e-Tendering forming Part of Bid Document

The Executive Engineer, Katra Division,CPWD on behalf of the President of India invites online percentage
rate bids from CPWD enlisted contractors of appropriate class in building and road category and eligible
firms/ agencies satisfying the set eligibility criteria, in two bid systems for the following work:
NIT No 31/EE/Jammu Division/2024-25/KSD
Name of Work Construction of Medical College, SMVDU at Kakryal,
Katra(J&K)
Location Shri Mata Vaishno Devi University Kakryal, Katra
Rs. 107,92,49,790/-
Estimated cost put to bid

Earnest Money Rs. 1,17,92,498/-


540 days
Period of Completion

Pre-bid conference shall be held with the eligible and


intending bidders in the office of SE (Jammu), CPWD, on
Pre-Bid Conference 25-07-2024.
Last date & time of online 3:00 P.M. 07-08-2024
submission of “Technical and
Financial Bids”, copy of receipt of
deposition of original EMD and
other documents as specified
in the NIT
Time and date of opening of 3:30 P.M. 07-08-2024
Eligibility Bids
Period during which hard copies of Within 7 days after the opening of the Eligibility bid
documents shall be physically document.
submitted
Financial bids of only those bidders will be opened who are
Time and date of opening of
found qualified in Eligibility bid. Date and time shall be
financial bid
communicated online to them at a later date .

1. Contractors who fulfill the following requirements shall be eligible to apply. Joint
ventures/Consortium and special purpose vehicles are not accepted.
Below mentioned Para 1(a)(i),1(b),1(c) & 1(d) are not applicable for CPWD enlisted contractors of
appropriate class in building & road category(Class IAA or above).
Para 1(a)(ii), 1(e) is applicable for CPWD enlisted contractors also.

(a) The bidder Should have satisfactorily completed the works as mentioned below during last 7 years
ending last day of the month previous to the one in which tender is invited.

Correction—Nil Deletion—Nil Insertion—Nil Overwriting—Nil

AE(P) AE(E)
8

(i) Three similar works each costing not less than Rs. 43.17 Crore,

Or
Two similar works each costing not less than Rs. 64.75 Crore,
or
One similar work costing not less than Rs. 86.34 Crore.

Similar work shall mean works of “C/o RCC framed structure building i/c Internal Water
Supply , Sanitary installation , drainage , Internal Electrical Installation i/c lift” executed
under one agreement.
Note :-
1. Out of the completed similar works, Atleast one work should be of minimum Five (5) storied
building.
2. Mumty and Machine Room will not be counted as storey/height for this purpose but each
basement, stilt constructed in the building shall be considered as a storey.

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 previous day of
last date of submission of bids

The bidder shall submit copy of final bill paid along with bill of quantities and
experience certificate issued by an officer not below the rank of Executive
Engineer/Project Manager or equivalent.

Work of specialized E&M services, as included in definition of similar work, if executed


under a separate contract may also be considered for the purpose of assessing the
eligibility competence only without adding its monetary value for determining the
eligibility criteria.

Bidders are required to submit TDS Certificates in Form 26AS in case the similar works are
executed for a private body, which shall form basis for establishing the completion cost of
similar work executed by the bidder.

All the eligible similar works executed with enhancement and submitted by the bidders and
any one out of ongoing works with estimated cost put to tender more than 40% of estimated
cost put to tender may be got inspected by CPWD official as decided by NIT approving
authority. The marks for the quality shall be given based on this inspection, if inspection is
carried out.

(b) The bidder should have had Average Annual Financial Turn Over of Rs. 32.38 Crore on
construction works during the last three consecutive years ending 31stMarch, 2024,balance sheets
should be duly audited by Chartered Accountant. Year in which no turnover is shown would also be
considered for working out the average. (Scanned copy of certificate of CA with Unique Documents
Identification Number (UDIN) to be uploaded).

(c) The bidder should not have incurred any loss (profit after tax should be positive) in more than two
years during the last five consecutive years ending 31st March 2024, duly audited and certified by
the CA.

Correction—Nil Deletion—Nil Insertion—Nil Overwriting—Nil

AE(P) AE(E)
9

(d) Solvency Certificate :-


The bidder should have a minimum solvency from commercial bank for Rs. 43.17 Crore (Certified
by his Bankers in Form B). Solvency certificate should be in favour of Executive Engineer,
Katra , CPWD and not issued before the six month from the last date of submission of bid. Scan
copy of original to be uploaded.

Or
Net worth Certificate:-
The bidder should submit Net worth certificate of min. 10% of estimated cost put to tender
issued by CA with Unique Documents Identification Number (UDIN) (Form B-1). Scan copy of
original to be uploaded.

(e) The bidder should have bidding capacity equal to or more than the estimated cost of work put to
tender.
The bidding capacity shall be worked out by the following formula:

Bidding Capacity = {[AxNx1.5] – B}

Where,

A=Maximum turn over in construction work executed in any one year during the last seven
years taking into account the completed as well as works in progress. The Maximum turn over
shall be brought to current costing level i.e. upto the last date of submission of the bids by
enhancing at a simple rate of 7% per annum(period of enhancement shall be counted from
1stApril of the succeeding financial year in which maximum turnover has occurred).

N = Number of years prescribed for completion of work for which bids have been invited.
B = Value of existing commitments and ongoing works to be completed during the period of
completion of work for which bids have been invited.

Bidding capacity formula is slightly different for newly enlisted entities enlisted under
enlistment rules 6.1.7, 9.6.3 or 9.6.4. The revised formula for these newly enlisted entities
is available in the notes of para 7.0, Initial Criteria for eligibility.
Notes:
1. The bidder should submit bidding capacity as per Form 'C-3'.
2. Bidding capacity is applicable for all the contractors including CPWD enlisted contractors.
3. Bidding capacity formula, for CPWD contractors who are enlisted based on rule 6.1.7 of
Enlistment Rules-2024 i.e. government retired engineer/ architect for three years from the date
of issue of enlistment order, is as follows:
Bidding Capacity ={[AxNx1.5]-B}
Where
A =Banker certificate figure as submitted by applicant (i.e. government retired engineer/
architect) at the time of enlistment for first year of enlistment and subsequent fresh bankers
Correction—Nil Deletion—Nil Insertion—Nil Overwriting—Nil

AE(P) AE(E)
10

certificate for second and third year respectively. Value of A for first year will be mentioned in
the enlistment order by the member secretary of advisory committee for enlisting authority.

N = Number of years prescribed for completion of work for which bids have been invited.
B = Value of existing commitments of ongoing works during the period of execution of work
for which bids have been invited. This value is for newly enlisted entity.

Within three years from the date of issue of enlistment order, the newly enlisted entity has to
develop its own bidding capacity and thereafter the general bidding capacity formula being
used for other entities shall be applicable to it for calculation of bidding capacity.

Newly enlisted entity may like to follow general bidding capacity formula even before period
of three years if it so chooses.
4. Bidding capacity, for CPWD contractors who are enlisted based on rules 9.6.3 & 9.6.4 of
Enlistment Rules-2024 i.e. new entity based on previously enlisted entity for three years from
date of issue of enlistment order, is as follows:
Annual turnover of newly enlisted entity shall be in proportion to the shareholding of partners/
directors in the original enlisted entity at the time of enlistment of the newly enlisted entity.
Within three years from the date of issue of enlistment order, the newly enlisted entity has to
develop its own bidding capacity and thereafter the general bidding capacity formula being
used for other entities shall be applicable to it for calculation of bidding capacity. Newly
enlisted entity may like to follow general bidding capacity formula even before period of three
years, if it so chooses.
Bidding Capacity for newly enlisted entity based on rules 9.6.3 & 9.6.4 enlistment rules -2024
shall be as follows :-
={[A’xNx1.5]-B}
Where
A’ = Proportionate share of newly enlisted director/partner in originally enlisted company/firm
multiplied by the factor A, as given below. Value of A’ will be mentioned in the enlistment
order by member secretary of Advisory committee for Enlistment Authority, it will remain
same for three years.
A = Maximum turnover in construction works executed in any one year during the last seven
years taking into account the completed as well as works in progress. The value of completed
works shall be brought to current costing level by enhancing at a simple rate of 7% per annum.
This value is of originally enlisted entity at the time of enlistment of newly enlisted entity.
N = Number of years prescribed for completion of work for which bids have been invited.
B = Value of existing commitments of ongoing works during the period of execution of work
for which bids have been invited. This value is for newly enlisted entity.

(f) Evaluation of performance: Evaluation of the performance of contractors for eligibility shall be
done by NIT approving authority or a Committee constituted by him. All the eligible similar works
executed and ongoing works and submitted by the bidders may be got inspected by a committee
which may consists of any authority as decided by NIT approving authority. The assessment for the
quality may be carried out by the inspection team, if inspection is carried out.
Correction—Nil Deletion—Nil Insertion—Nil Overwriting—Nil

AE(P) AE(E)
11

2. The intending bidder must read the terms and conditions of CPWD-6 carefully. He should only submit his
bid if he considers himself eligible and he is in possession of all the documents required.
3. This Information and instructions for bidders posted on website shall form part of bid document.
4. The bid document consisting of plans, Specifications, schedule of quantities of various types of items to be
executed and the set of terms & conditions of the contract to be complied with and other necessary
documents can be seen and downloaded from website https://etender.cpwd.gov.in or www.cpwd.gov.in
free of cost.
5. Earnest Money in the form of Insurance Surety Bonds, Account Payee Demand Draft, Fixed Deposit Receipt,
Banker’s Cheque or Bank Guarantee / e-Bank guarantee (for balance amount as prescribed) from any of the
Commercial Banks (drawn in favour of Executive Engineer, Jammu Division, CPWD, Jammu) shall be
scanned and uploaded to the e-Tendering website within the period of bid submission. The original EMD should
be deposited either in the office of Executive Engineer inviting bids or division office of any Executive Engineer,
CPWD within the period of bid submission. The EMD receiving officer (EE/DDH) shall issue a receipt of
deposition of earnest money deposit to the bidder in a prescribed format (enclosed) uploaded by tender inviting
EE in the NIT.

A part of earnest money is acceptable in the form of bank guarantee also. In such case, minimum 50% of earnest
money or Rs. 20 lakhs, whichever is less, shall have to be deposited in shape prescribed above, and balance may
be deposited in shape of Bank Guarantee including e-Bank guarantee of any Commercial bank having validity for
six months or more from the last date of receipt of bids which is to be scanned and uploaded by the intending
bidders.

6. Those contractors not registered on the website mentioned above are required to get registered beforehand. If
needed they can be imparted training on online tendering process as per details available on the website
7. The intending bidder must have valid class-III digital signature to submit the tender.
8. On opening date, the contractor can login and see the tender opening process. After opening of tenders
he will receive the competitor’s tender sheets.
9. Bidder can upload documents in the form of JPG format and PDF format.

10. Certificate of Financial Turn Over: At the time of submission of bid, bidder may upload affidavit/certificate
from CA mentioning Financial Turn Over 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. Bidder must ensure to quote rate of each item. Column meant for quoting rates in figure appears in yellow
colour and the moment rate is entered, it turns sky blue.
In addition to this, while 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).
However, if a tenderer quotes nil rates against each item in item rate tender or does not quote any percentage
above/below on the total amount of the tender or any section / sub head in percentage rate tender, the tender
shall be treated as invalid and will not be considered as lowest tenderer.

12. The eligibility bids shall be opened first on due date and time as mentioned in NIT. The time and date of
opening of financial bid of bidders qualifying the eligibility bids shall be communicated to them at a later date.

13. Pre-bid conference shall be held in the office of SE Jammu, CPWD, Landoi Bridge, Satwari, Jammu at
11.00 Hrs. on ……………….. to clear the doubt of intending bidders,if any. It is advised that the intending
bidders may send their queries on e-mail at least 03 days before the scheduled pre-bid meeting. After pre-bid
conference modifications/addendums/corrigendum if rerequired regarding this tender shall be uploaded on e-
tender website only and shall not be published in any Newspaper. If further pre-bid conferences are required
for complete and effective interactions, the date and time of same will be communicated at the end of 1st pre-
bid meeting or later on e-tender website.

Correction—Nil Deletion—Nil Insertion—Nil Overwriting—Nil

AE(P) AE(E)
12

14. The department reserves the right to reject any prospective application without assigning any reason
thereof and to restrict the list of qualified bidders to any number deemed suitable by it, if too many
bids are received satisfying the minimum laid down criteria.

15. The Agency shall submit within 15 days after award of work an undertaking from the OEMs for
specialized works that “OEM shall unconditionally support the lowest tenderer technically
throughout the execution of contract as well as for Maintenance/Comprehensive Maintenance
Contract for the useful life of the system, and they shall also provide all the spares required
forhealthy functioning of the equipment for at least seven years from the date of supply of
equipment”. This undertaking is to be given in Form- H.

16. If any information furnished by the applicant is found incorrect at a later stage, he shall be liable to
be debarred from tendering/taking up of works in CPWD. The department reserves the right to
verify the particulars furnished by the applicant independently.

17. Contractor shall not divert any advance payments or part thereof for any other purpose other than
needed for completion of the contracted work. All advance payments received as per terms of the
contract (i.e. mobilization advance, secured advance against materials brought at site, T&P advance
against plant & machinery and / or for work done during interim stages, etc.) are required to be re-
invested in the contracted work to ensure advance availability of resources in terms of materials,
labour, plant & machinery needed for required pace of progress for timely completion of work.
18. The bid submitted shall become invalid and e-tender processing fee (if applicable) shall not be refunded if :
(i) The bidder is found ineligible.
(ii) The bidder does not deposit EMD with division office of any Executive Engineer, CPWD.
(iii) The bidder does not upload all the documents (including GST registration) as stipulated in
the bid document

(iv) If any discrepancy is noticed between the documents as uploaded at the time of submission
of bid and hard copies as submitted physically by the bidder in the office of bid opening
authority.
19. Any dispute arising out of this tender including dispute related to encashment of any Bank
Guarantee/ FDR etc. shall be subject to the jurisdiction of courts of Jammu (J& K) only.

20. List of mandatory documents to be scanned and uploaded within the period of bid submission.
(A) For CPWD enlisted contractors of appropriate class in building and road category( Class –
1AA & above) .
(a) Enlistment order of CPWD contractor in appropriate class and category
(b) EMD as per para 5, page No.11 of this NIT.
(c) Copy of receipt for deposition of original EMD issued from any Division / office
of Executive Engineer, CPWD in Form –F (Page No 46.).
(d) GST Registration Certificate issued by UT of J&K, if already obtained by the
bidder.
If the bidder has not obtained GST registration as applicable, then he shall scan and upload
following undertaking along with other bid documents.

Correction—Nil Deletion—Nil Insertion—Nil Overwriting—Nil

AE(P) AE(E)
13

“lf work is awarded to me, I/we shall obtain GST registration Certificate as applicable, within
one month from the date of receipt of award letter or before release of any payment by
CPWD, whichever is earlier, failing which I/We shall be responsible for any delay in
payments which will be due towards me/us on a/c of the work executed and/or for any action
taken by CPWD or GST department in this regard.”
(e) Permanent Account Number (PAN) as issued by the Income Tax Department.
(f) The bidder shall upload two separate letters for experience certificate and affidavit as per
Form-I that these documents are not required to be submitted / uploaded by them.
(g) Copy of Form - C1( list of ongoing works ).
(h) Bidding capacity calculation as per Form C-3.
(i) Letter of Transmittal as per Format-1 on Page No. 35
(j) Undertaking on structural stability and soundness of already completed building and
infrastructure projects as per Form-J on page No. 51
(k) Copy of elect. Licence or an undertaking stating that “I/We will either obtain valid
electrical licence at the time of execution of electrical work or associate eligible
electrical agency having valid electrical licence of eligible class.
(l) If the bidder is a firm in partnership, the bid shall be signed by all the partners of the
firm above their full type written names and current address, or, alternatively, by a
partner holding power of attorney for the firm. In the later case a certified copy of
the power of attorney should accompany the bid. In both cases a certified copy
of the partnership deed and current address of all the partners of the firm
should accompany the bid.
(m) If the bidder is a limited company or a corporation, the bid shall be signed by a
duly authorized person holding power of attorney for signing the bid
accompanied by a copy of the power of attorney. The bidder should also furnish
a copy of the Memorandum of Articles of Association duly attested by a Public
Notary.
(B) For non-CPWD contractors and CPWD enlisted contractors other than in appropriate class
in building and road category.
a) EMD as per para 5 on page No. 11 of this NIT
b) Copy of receipt for deposition of original EMD issued from any Division / office of
Executive Engineer, CPWD in Form –F(Page No. 46).
c) List of completed works in Form-C.
d) List of ongoing works in Form-C1.
e) Bidding capacity as per Form C-3.
f) Performance report of completed works (works mentioned in Form-C ) in Form-D along with
copy of final bill paid and bill of quantities of completed similar works.
g) Affidivat as per form -I
h) Certificate of Financial Turnover from CA in Form -A.
i) Solvency certificate in Form B or Networth Certificate in Form-B-1
j) GST Registration Certificate issued by UT of J&K, if already obtained by the bidder.
If the bidder has not obtained GST registration as applicable, then he shall scan and
upload following undertaking along with other bid documents.

Correction—Nil Deletion—Nil Insertion—Nil Overwriting—Nil

AE(P) AE(E)
14

“lf work is awarded to me, I/we shall obtain GST registration Certificate as applicable,
within one month from the date of receipt of award letter or before release of any
payment by CPWD, whichever is earlier, failing which I/We shall be responsible for any
delay in payments which will be due towards me/us on a/c of the work executed and/or for
any action taken by CPWD or GST department in this regard.”
g) Structure and Organization of the bidder in Form-E.
h) Permanent Account Number (PAN) as issued by the Income tax department.
i) Undertaking on structural stability and soundness of already completed building and
infrastructure projects as per Form-J on page No. 51
j) Copy of elect. Licence or an undertaking stating that “I/We will either obtain valid
electrical licence at the time of execution of electrical work or associate eligible
electrical agency having valid electrical licence of eligible class.
k) If the bidder is a firm in partnership, the bid shall be signed by all the partners of the firm
above their full type written names and current address, or, alternatively, by a partner
holding power of attorney for the firm. In the later case a certified copy of the power
of attorney should accompany the bid. In both cases a certified copy of the
partnership deed and current address of all the partners of the firm should
accompany the bid.
l) If the bidder is a limited company or a corporation, the bid shall be signed by a
duly authorized person holding power of attorney for signing the bid accompanied
by a copy of the power of attorney. The bidder should also furnish a copy of the
Memorandum of Articles of Association duly attested by a Public Notary.

Executive Engineer,
Katra Division

Correction—Nil Deletion—Nil Insertion—Nil Overwriting—Nil

AE(P) AE(E)
15

CPWD-6 FOR e-BIDDING


The Executive Engineer, Katra Division,CPWD on behalf of the President of India invites online
percentage rate bids from CPWD enlisted contractors of appropriate class in building and road
category and eligible firms/ agencies satisfying the set eligibility criteria, in two bid systems for the
following work:
Name of Work : Construction of Medical College, SMVDU at Kakryal,
Katra(J&K)

Estimated cost put to tender : Rs. 107,92,49,790/-


Earnest Money : Rs. 1,17,92,498/-
Period of Completion : 540 days

1. Contractors who fulfill the following requirements shall be eligible to apply. Joint
ventures/Consortium and special purpose vehicles are not accepted.
Below mentioned Para 1(a)(i),1(b),1(c) & 1(d) are not applicable for CPWD enlisted contractors of
appropriate class in building & road category(Class IAA or above).
Para 1(a)(ii), 1(e) is applicable for CPWD enlisted contractors also.

(b) The bidder Should have satisfactorily completed the works as mentioned below during last 7 years
ending last day of the month previous to the one in which tender is invited.

(ii) Three similar works each costing not less than Rs. 43.17 Crore,

Or
Two similar works each costing not less than Rs. 64.75 Crore,
or
One similar work costing not less than Rs. 86.34 Crore.

Similar work shall mean works of “C/o RCC framed structure building i/c Internal Water
Supply , Sanitary installation , drainage , Internal Electrical Installation i/c lift” executed
under one agreement.
Note :-
1. Out of the completed similar works, Atleast one work should be of minimum Five (5) storied
building.
2. Mumty and Machine Room will not be counted as storey/height for this purpose but each
basement, stilt constructed in the building shall be considered as a storey.

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 previous day of
last date of submission of bids

The bidder shall submit copy of final bill paid work along with bill of quantities and
experience certificate issued by an officer not below the rank of Executive
Engineer/Project Manager or equivalent.

Correction—Nil Deletion—Nil Insertion—Nil Overwriting—Nil

AE(P) AE(E)
16

Work of specialized E&M services, as included in definition of similar work, if executed


under a separate contract may also be considered for the purpose of assessing the
eligibility competence only without adding its monetary value for determining the
eligibility criteria.

Bidders are required to submit TDS Certificates in Form 26AS in case the similar works are
executed for a private body, which shall form basis for establishing the completion cost of
similar work executed by the bidder.

All the eligible similar works executed with enhancement and submitted by the bidders and
any one out of ongoing works with estimated cost put to tender more than 40% of estimated
cost put to tender may be got inspected by CPWD official as decided by NIT approving
authority. The marks for the quality shall be given based on this inspection, if inspection is
carried out.

(b) The bidder should have had Average Annual Financial Turn Over of Rs. 32.38 Crore on
construction works during the last three consecutive years ending 31stMarch, 2024,balance sheets
should be duly audited by Chartered Accountant. Year in which no turnover is shown would also be
considered for working out the average. (Scanned copy of certificate of CA with Unique Documents
Identification Number (UDIN) to be uploaded).

(c) The bidder should not have incurred any loss (profit after tax should be positive) in more than two
years during the last five consecutive years ending 31st March 2024, duly audited and certified by
the CA.

(d) Solvency Certificate :-


The bidder should have a minimum solvency from commercial bank for Rs. 43.17 Crore
(Certified by his Bankers in Form B). Solvency certificate should be in favour of Executive
Engineer, Katra , CPWD and not issued before the six month from the last date of submission of
bid. Scan copy of original to be uploaded.
Or
Net worth Certificate:-
The bidder should submit Net worth certificate of min. 10% of estimated cost put to tender
issued by CA with Unique Documents Identification Number (UDIN) (Form B-1). Scan copy of
original to be uploaded.

(e) The bidder should have bidding capacity equal to or more than the estimated cost of work put to
tender.
The bidding capacity shall be worked out by the following formula:

Bidding Capacity = {[AxNx1.5] – B}


Where,
A=Maximum turn over in construction work executed in any one year during the last seven
years taking into account the completed as well as works in progress. The Maximum turn over
shall be brought to current costing level i.e. upto the last date of submission of the bids by
enhancing at a simple rate of 7% per annum(period of enhancement shall be counted from
1stApril of the succeeding financial year in which maximum turnover has occurred).
Correction—Nil Deletion—Nil Insertion—Nil Overwriting—Nil

AE(P) AE(E)
17

N = Number of years prescribed for completion of work for which bids have been invited.
B = Value of existing commitments and ongoing works to be completed during the period of
completion of work for which bids have been invited.

Bidding capacity formula is slightly different for newly enlisted entities enlisted under
enlistment rules 6.1.7, 9.6.3 or 9.6.4. The revised formula for these newly enlisted entities
is available in the notes of para 7.0, Initial Criteria for eligibility.

Notes:
1. The bidder should submit bidding capacity as per Form 'C-3'.
2. Bidding capacity is applicable for all the contractors including CPWD enlisted contractors.
3. Bidding capacity formula, for CPWD contractors who are enlisted based on rule 6.1.7 of
Enlistment Rules-2024 i.e. government retired engineer/ architect for three years from the date
of issue of enlistment order, is as follows:
Bidding Capacity ={[AxNx1.5]-B}
Where
A =Banker certificate figure as submitted by applicant (i.e. government retired engineer/
architect) at the time of enlistment for first year of enlistment and subsequent fresh bankers
certificate for second and third year respectively. Value of A for first year will be mentioned in
the enlistment order by the member secretary of advisory committee for enlisting authority.

N = Number of years prescribed for completion of work for which bids have been invited.
B = Value of existing commitments of ongoing works during the period of execution of work
for which bids have been invited. This value is for newly enlisted entity.

Within three years from the date of issue of enlistment order, the newly enlisted entity has to
develop its own bidding capacity and thereafter the general bidding capacity formula being
used for other entities shall be applicable to it for calculation of bidding capacity.

Newly enlisted entity may like to follow general bidding capacity formula even before period
of three years if it so chooses.
4. Bidding capacity, for CPWD contractors who are enlisted based on rules 9.6.3 & 9.6.4 of
Enlistment Rules-2024 i.e. new entity based on previously enlisted entity for three years from
date of issue of enlistment order, is as follows:
Annual turnover of newly enlisted entity shall be in proportion to the shareholding of partners/
directors in the original enlisted entity at the time of enlistment of the newly enlisted entity.
Within three years from the date of issue of enlistment order, the newly enlisted entity has to
develop its own bidding capacity and thereafter the general bidding capacity formula being
used for other entities shall be applicable to it for calculation of bidding capacity. Newly
enlisted entity may like to follow general bidding capacity formula even before period of three
years, if it so chooses.
Bidding Capacity for newly enlisted entity based on rules 9.6.3 & 9.6.4 enlistment rules -2024
shall be as follows :-
Correction—Nil Deletion—Nil Insertion—Nil Overwriting—Nil

AE(P) AE(E)
18

={[A’xNx1.5]-B}
Where
A’ = Proportionate share of newly enlisted director/partner in originally enlisted company/firm
multiplied by the factor A, as given below. Value of A’ will be mentioned in the enlistment
order by member secretary of Advisory committee for Enlistment Authority, it will remain
same for three years.
A = Maximum turnover in construction works executed in any one year during the last seven
years taking into account the completed as well as works in progress. The value of completed
works shall be brought to current costing level by enhancing at a simple rate of 7% per annum.
This value is of originally enlisted entity at the time of enlistment of newly enlisted entity.
N = Number of years prescribed for completion of work for which bids have been invited.
B = Value of existing commitments of ongoing works during the period of execution of work
for which bids have been invited. This value is for newly enlisted entity.

(g) Evaluation of performance: Evaluation of the performance of contractors for eligibility shall be
done by NIT approving authority or a Committee constituted by him. All the eligible similar works
executed and ongoing works and submitted by the bidders may be got inspected by a committee
which may consists of any authority as decided by NIT approving authority. The assessment for the
quality may be carried out by the inspection team, if inspection is carried out.

CPWD contractors registered in eligible class and category to submit their bids without submission
of work experience certificate and affidavit Form-I (Page No. 49.). Therefore, eligible CPWD
registered contractors shall upload two separate letters for experience certificate and affidavit
that these documents are not required to be submitted by them. Uploading of these two letters is
mandatory otherwise system will not clear mandatory fields.

2. The bid document consisting of plans, Specifications, schedule of quantities of items to be executed
and the set of terms & conditions of the contract to be complied with and other necessary documents
can be seen and downloaded from website https://etender.cpwd.gov.in or www.cpwd.gov.in free
of cost cost.

3. Agreement shall be drawn with the successful bidder on prescribed Form No. CPWD-7 including
Standard General Condition of Contract Form as amended up to the last date of submission of bid,
which is available as a Govt. of India Publication and available on website www.cpwd.gov.in.
Bidders shall quote his rates as per various terms and conditions of the said form which will form
part of the agreement.
4. After submission of the bid, the bidder can re-submit revised bid any number of times but before last
time and date of submission of bid as notified.
5. While submitting the revised bid, bidder can revise the quoted rates of one or more items any
number of times but be fore last time and date of submission of bid as notified.
6. Earnest Money in the form of Insurance Surety Bonds, Account Payee Demand Draft, Fixed Deposit
Receipt, Banker’s Cheque or Bank Guarantee / e-Bank guarantee (for balance amount as prescribed)
from any of the Commercial Banks (drawn in favour of Executive Engineer, Jammu Division,
CPWD, Jammu) shall be scanned and uploaded to the e-Tendering website within the period of bid
submission. The original EMD should be deposited either in the office of Executive Engineer inviting
bids or division office of any Executive Engineer, CPWD within the period of bid submission. The
Correction—Nil Deletion—Nil Insertion—Nil Overwriting—Nil

AE(P) AE(E)
19

EMD receiving officer (EE/DDH) shall issue a receipt of deposition of earnest money deposit to the
bidder in a prescribed format (enclosed) uploaded by tender inviting EE in the NIT.

A part of earnest money is acceptable in the form of bank guarantee also. In such case, minimum 50%
of earnest money or Rs. 20 lakhs, whichever is less, shall have to be deposited in shape prescribed
above, and balance may be deposited in shape of Bank Guarantee including e-Bank guarantee of any
Commercial bank having validity for six months or more from the last date of receipt of bids which is to
be scanned and uploaded by the intending bidders.

Earnest Money Deposit of bidders unsuccessful during eligibility bid evaluation etc. should be
returned within 30 days of declaration of result of eligibility bid evaluation.
7. Copy of work experience and other documents as specified in the NIT shall be scanned and
uploaded to the e-Bidding website within the period of bid submission.
However, certified copy of all scanned and uploaded documents as specified in BID document shall
have to be submitted physically by all the bidders within 7 days after opening of eligibility bid in the
office of bid opening authority.
8. Online bid documents submitted by intending bidders shall be opened only of those bidders, whose
original EMD deposited with any division of CPWD and other documents scanned and uploaded are
found in order.
9. GST, Labour Cess or any other tax on material /work as applicable shall be paid by the agency
himself. The agency shall quote his rates considering all such taxes.
10. The bid submitted shall become invalid and e-tender processing fee (if applicable) shall not be refunded
if :
i) The bidder is found ineligible.
ii) The bidder does not deposit EMD with division office of any Executive Engineer, CPWD.
iii) The bidder does not upload all the documents (including GST registration) as stipulated in the
bid document.

iv) If any discrepancy is noticed between the documents as uploaded at the time of submission of
bid and hard copies as submitted physically by the bidder in the office of bid opening
authority.
v) If a tenderer quotes nil rates against each item in percentage rate tender or does not quote any
percentage above / below on the total amount of the tender or any section head in percentage
rate tender, the tender shall be treated as invalid and will not considered as lowest tenderer.
12. The bidder whose bid is accepted will be required to furnish performance guarantee at specified
percentage of the tendered amount as mentioned in Schedule E and within the period specified in
Schedule-F, in favour of Executive Engineer, Jammu Division, CPWD, Jammu. This guarantee
shall be in the form of Insurance Surety Bonds, Account payee Demand Draft, Fixed Deposit
Receipt or Bank Guarantee / e-Bank Guarantee from any of the Commercial Banks in accordance
with the prescribed form. In case the Bidder fails to deposit the said performance guarantee within
the period as indicated in Schedule-F including the extended period if any, the earnest money
deposited by the contractor shall be forfeited automatically without any notice to the contractor. The
earnest money deposited alongwith bid shall be returned after receiving the aforesaid performance
guarantee.The contractor whose bid is accepted will also be required to furnish either copy of
applicable licenses/registrations or proof of applying for obtaining labour licenses, registration with
EPFO, ESIC and BOCW Welfare Board including Provident Fund Code No. if applicable and also
ensure the compliance of aforesaid provisions by the sub-contractors, if any engaged by the agency
for the said work within the period specified in Schedule-F.

Correction—Nil Deletion—Nil Insertion—Nil Overwriting—Nil

AE(P) AE(E)
20

13. 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 bidder 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 bidder shall be responsible
for arranging and maintaining at his own cost all materials, tools & 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 bidder 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.
14. 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.
15. 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 to rejection.
16. 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.

17. The bidder shall not be permitted to bid for works in the CPWD Circle (Division in case of Bidders
of Horticulture / Nursery category) responsible for award and execution of contracts, in which his
near relatives posted as Divisional Accountant or as an officer in any capacity between the grades
of Superintending Engineer and Junior Engineer (both inclusive). 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 relatives to any gazetted officer in the Central Public Works Department or in the
Ministry of Housing and Urban Affairs. Any breach of this condition by the bidder would render
him liable to be removed from the approved list of contractors of this Department, in caseof CPWD
registered Bidders and this breach by other Bidders i.e. non CPWD registered shall be treated as
concealing of information and appropriate action will be taken for black listing such contractors.
18. 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 Bidder for
a period of one year after his retirement from Government service, without the prior permission of
the Government of Indian writing. This contract is liable to be cancelled if either the Bidder or any
of his employees is found any time to be such a person who has not obtained the permission of the
Government of India as aforesaid before submission of the bid or engagement in the Bidder’s
service.
19. The bid for the works shall remain open for acceptance for a period of Seventy-five (75) days from
the date of opening of eligibility bid.
(i) If any tenderer withdraws his tender or makes any modification in the terms & conditions of the
tender which is not acceptable to the department within 7 days after last date of submission of bids,
then the Government shall without prejudice to any other right or remedy, be at liberty to forfeit
Correction—Nil Deletion—Nil Insertion—Nil Overwriting—Nil

AE(P) AE(E)
21

50% of earnest money absolutely irrespective of letter of acceptance for the work is issued or not.
(ii) If any tenderer withdraws his tender or makes any modification in the terms & conditions of the
tender which is not acceptable to the department after expiry of 7 days after last date of submission
of bids, then the Government shall without prejudice to any other right or remedy, be at liberty to
forfeit 100% of the earnest money absolutely irrespective of letter of acceptance for the work is
issued or not.
(iii). If contractor fails to furnish the prescribed performance guarantee within the prescribed period,
the earnest money is absolutely forfeited to the President of India automatically without any notice.
(iv). In case of forfeiture of earnest money as prescribed in Para (i) and (ii) above, the bidder shall not
be allowed to participate in the re-tendering process of the work.
20. This notice inviting bid shall form apart of the contract document. The successful bidder, on
acceptance of his bid by the Accepting Authority shall within 15 days from the letter of acceptance,
sign the agreement consisting of:
(i) The Notice Inviting Bid, all the documents including special conditions, additional conditions,
particular specifications and drawings, if any, forming part of the bid as uploaded at the time of
invitation of bid and the rates quoted online at the time of submission of bid and acceptance
thereof together with any correspondence leading thereto.
(ii) Standard C.P.W.D. Form 7 (GCC 2023 Construction Works) modified up to last date of
submission of Bid.
21. For Composite Bids-
(i) The Executive Engineer in charge of the civil component will call bids for the composite work.
The cost of bid document and Earnest Money will be fixed with respect to the combined
estimated cost put to bid for the composite bid.
(ii) After acceptance of the bid by competent authority, the EE in charge of civil component of the
work shall issue letter of award on behalf of the President of India. After the work is awarded,
the main contractor will have to enter into one agreement with EE in charge of civil component
and has also to sign two or more copies of agreement. One such signed set of agreement shall be
handed over to EE(E) & DD(H) in charge of minor component. EE(E) & DD(H) will operate in
the minor component pertaining to E & M works and Hort. work respectively.
(iii) Entire work under the scope of composite bid including major and all minor components shall be
executed under one agreement.
(iv) Security Deposit will be deducted separately for each component corresponding to the respective
component of works.
(v) The building category contractor shall have to associate other agency(s) for execution of each of
the work(s), which fulfils the eligibility criteria as defined in NIT after taking prior approval of
Engineer –in-Charge. The Main Contractor and the associated specialized agencies shall give
required affidavit to confirm their association. Engineer –in-Charge may approve change of sub
agency in case it is required during the currency of contract. However the building category
contractor shall also be eligible to carry out himself any or all of these works without associating
any specialized agency provided:-

Correction—Nil Deletion—Nil Insertion—Nil Overwriting—Nil

AE(P) AE(E)
22

a) He fulfills the prescribed eligibility criteria respectively for these work(s).


OR
b) He directly procures the equipment of approved make from manufacturer and gets it
installed from authorized agency / service provider of the manufacturer or specialized
agency as per criteria mentioned in NIT.
SI. Item of work(s) Criteria of associated agencies
No.
i) INTERNAL & EXTERNAL a) Certificate of registration of CPWD in appropriate class
ELECTRICAL WORK of building category.
b) Electrical contractor license OR undertaking that they
will either obtain valid electrical license at the time of
execution of electrical work or associate contractor having
valid electrical license of appropriate class.
(vi) In case the main contractor intends to change any of the above agency/agencies during the
operation of the contract, he shall obtain prior approval of Engineer-in-charge of minor
component. The new agency/agencies shall also have to satisfy the laid down eligibility criteria.
In case Engineer-in-charge is not satisfied with the performance of any agency, he can direct the
contractor to change the agency executing such items of work and this shall be binding on the
contractor.
(vii) The main contractor has to enter into agreement with the contractor(s) associated by him for
execution of minor components(s). Copy of such agreement shall be submitted to EE(E) &
DD(H) in charge of each minor component as well as to EE in charge of major component. In
case of change of associate contractor, the main contractor has to enter into agreement with the
new contractor associated by him.
(viii) Running payment for the major component shall be made by EE of major discipline to the main
contractor. Running payment for minor components shall be made by the Engineer-in-charge of
the discipline of minor component directly to the main contractor.
(ix) The composite work shall be treated as complete when all the components of the work
are complete. The completion certificate of the composite work shall be recorded by Engineer-
in-charge of major component after record of completion certificate of all other components.
(x) Final bill of whole work shall be finalized and paid by the EE of major component. Engineer(s)
in charge of minor component(s) will prepare and pass the final bill for their component of
work and pass on the same to the EE of major component for including in the final bill for
composite contract.
The scope and estimated cost for electrical component is elaborated in electrical subhead of this
NIT.

22. If the main contractor fails to associate agency/agencies for execution of specialized/minor
components of work within prescribed time or furnishes incomplete details or furnishes details of
negligible agencies even after the tenderer is given due opportunity, the entire scope of such
component of works shall be withdrawn from the tender and the same shall be got executed by the
Engineer-in-charge at the risk and cost of the main contractor.
23. The intending bidders are required to update their profile in CPWD e-tender portal and to upload
their bids well in advance of last date of submission of tender. Any issue related to updating
profile/uploading tender can be resolved through the concerned Executive Engineer/Assistant
Engineer (Phone No. 9560481703 email id [email protected] or ERP help line no. 18001803286
or e-mail id [email protected]. The e-tendering bidders are also advised not to wait
to raise any issue till the last date of submission of bid in their own interest.
Correction—Nil Deletion—Nil Insertion—Nil Overwriting—Nil

AE(P) AE(E)
23

24. Separate MOU has to be signed with each of the specialized works with either OEMS or with
specialized agencies who have the credentials of executing either one work of 80% value or two
work of 60% value or three works of 40% value of the corresponding component of the specialized
work in last seven years. MOU should be submitted within one month of the award of work.
25. It will be obligatory on the part of the tenderer to sign the tender documents for all components
before the first payment is released.

26. List of mandatory documents to be scanned and uploaded within the period of bid
submission.
A) For CPWD enlisted contractors of appropriate class in building and road category( Class –
1AA & above) .
a) Enlistment order of CPWD contractor in appropriate class and category
b) EMD as per para 6, page No.18-19 of this NIT.
c) Copy of receipt for deposition of original EMD issued from any Division / office
of Executive Engineer, CPWD in Form –F (Page No 46.).
d) GST Registration Certificate issued by UT of J&K, if already obtained by the
bidder.
If the bidder has not obtained GST registration as applicable, then he shall scan and upload
following undertaking along with other bid documents.
“lf work is awarded to me, I/we shall obtain GST registration Certificate as applicable, within
one month from the date of receipt of award letter or before release of any payment by
CPWD, whichever is earlier, failing which I/We shall be responsible for any delay in
payments which will be due towards me/us on a/c of the work executed and/or for any action
taken by CPWD or GST department in this regard.”
e) Permanent Account Number (PAN) as issued by the Income Tax Department.
f) The bidder shall upload two separate letters for experience certificate and affidavit as per
Form-I that these documents are not required to be submitted / uploaded by them.
g) Copy of Form - C1( list of ongoing works ).
h) Bidding capacity calculation as per Form C-3.
i) Letter of Transmittal as per Format-1 on Page No. 35
j) Undertaking on structural stability and soundness of already completed building and
infrastructure projects as per Form-J on page No. 51
k) Copy of elect. Licence or an undertaking stating that “I/We will either obtain valid
electrical licence at the time of execution of electrical work or associate eligible
electrical agency having valid electrical licence of eligible class.
l) If the bidder is a firm in partnership, the bid shall be signed by all the partners of the
firm above their full type written names and current address, or, alternatively, by a
partner holding power of attorney for the firm. In the later case a certified copy of
the power of attorney should accompany the bid. In both cases a certified copy
of the partnership deed and current address of all the partners of the firm
should accompany the bid.

Correction—Nil Deletion—Nil Insertion—Nil Overwriting—Nil

AE(P) AE(E)
24

m) If the bidder is a limited company or a corporation, the bid shall be signed by a


duly authorized person holding power of attorney for signing the bid
accompanied by a copy of the power of attorney. The bidder should also furnish
a copy of the Memorandum of Articles of Association duly attested by a Public
Notary.
(B) For non-CPWD contractors and CPWD enlisted contractors other than in appropriate class
in building and road category.
a) EMD as per para 6 on page No. 19-20 of this NIT
b) Copy of receipt for deposition of original EMD issued from any Division / office of
Executive Engineer, CPWD in Form –F(Page No. 46).
c) List of completed works in Form-C.
d) List of ongoing works in Form-C1.
e) Bidding capacity as per Form C-3.
f) Performance report of completed works (works mentioned in Form-C ) in Form-D along with
copy of final bill paid and bill of quantities of completed similar works.
g) Affidivat as per form -I
h) Certificate of Financial Turnover from CA in Form -A.
i) Solvency certificate in Form B or Networth Certificate in Form-B-1
j) GST Registration Certificate issued by UT of J&K, if already obtained by the bidder.
If the bidder has not obtained GST registration as applicable, then he shall scan and
upload following undertaking along with other bid documents.
“lf work is awarded to me, I/we shall obtain GST registration Certificate as applicable,
within one month from the date of receipt of award letter or before release of any
payment by CPWD, whichever is earlier, failing which I/We shall be responsible for any
delay in payments which will be due towards me/us on a/c of the work executed and/or for
any action taken by CPWD or GST department in this regard.”
g) Structure and Organization of the bidder in Form-E.
h) Permanent Account Number (PAN) as issued by the Income tax department.
i) Undertaking on structural stability and soundness of already completed building and
infrastructure projects as per Form-J on page No. 51
j) Copy of elect. Licence or an undertaking stating that “I/We will either obtain valid
electrical licence at the time of execution of electrical work or associate eligible
electrical agency having valid electrical licence of eligible class.
k) If the bidder is a firm in partnership, the bid shall be signed by all the partners of the firm
above their full type written names and current address, or, alternatively, by a partner
holding power of attorney for the firm. In the later case a certified copy of the power
of attorney should accompany the bid. In both cases a certified copy of the
partnership deed and current address of all the partners of the firm should
accompany the bid.
l) If the bidder is a limited company or a corporation, the bid shall be signed by a
duly authorized person holding power of attorney for signing the bid accompanied
by a copy of the power of attorney. The bidder should also furnish a copy of the
Memorandum of Articles of Association duly attested by a Public Notary.

Executive Engineer ,
Katra Division, CPWD

Correction—Nil Deletion—Nil Insertion—Nil Overwriting—Nil

AE(P) AE(E)
25

Brief Particulars of work


1. The work shall be executed based on the approved Architectural and Structural drawings
supplied by the Deptt. The contractor shall be responsible for adopting & documenting all
process necessary for obtaining the Green Level Certification of GHAR based on CPWD
Green Rating Manual -2021, construction & commissioning of buildings & services and
obtaining completion certificate in accordance with layout plan, architectural, structural and
services drawings, obtaining Consent to Establish (CTE) and Consent to operate (CTO) from
the State Pollution Control Board submitting all necessary data for obtaining Green Level
Certification of GHAR based on CPWD Green Rating Manual -2021.
2. Building 3D model shall be prepared on any BIM compatible application by the
consultant of SMVDSB, Katra and will also be available in IFC format for
interoperability and availabilty of information to all the planners and field engineers of
the projects. These 3D architectural models will be uploaded on CPWD ERP
collaboration portal and also shared for collaboration with all departmental officers ,
consultant , D & DM unit , planning unit under ADG engaged in planning of all MEP
services , E & M detailing , structural planning and design. The contractor shall be
responsible for all above compliance for which nothing extra shall be paid.
CPWD officers and consultants engaged by SMVDSB, Katra will work on 3D
architectural models and will generate 3D models as well as 2D drawings and structural
design of buildings in the projects , besides generating and resolving clash reports and
uploading the same on the ERP collaboration portal.
3. Local Body Approval:-
(i) Agency will get the scheme approved from the local bodies with the help of SMVDSB,
Katra wherever required before start of the work and after completion of the work also.
However, if modification is required in any of the architectural drawings or structural
drawings by any of the local bodies, the same shall be got complied by the contractor from
the consultant appointed by SMVDSB, Katra.
(ii) The contractor shall obtain all preconstruction & post Construction mandatory approvals
and No Objection Certificate/ Consent for Establishment from local body authorities like
local development authority, local Fire department, local town planning authority, local
ground water authority, local electricity supply authority, State pollution control board,
Katra Municipal Corporation / Katra Forest department, Environmental clearance, Central
Electricity Authority, Airport Authority, NHAI, ASI, NMA etc, if required in consultation
with SMVDSB, Katra.
(iii) The contractor has to prepare all the documents as required and submit directly to the local
statutory bodies in consultation with SMVDSB, Katra.
(iv) The contractor has to comply with all relevant guidelines and, if necessary, resubmit
applications as required by the local bodies.
(v) The contractor has to appoint at his own cost all consultants for obtaining local body
approval if required.
(vi) The statutory payments or fees for obtaining requisite clearances shall be reimbursed by
the department if required.
(vii) Three final copies of the documents prepared shall be submitted to Engineer-in-Charge for
record.
(viii) All the documents created out of the assignment will become the sole property of the
Department.
(ix) The contractor shall obtain completion certificate after completion of the project from
statutory local bodies before handingover.
Correction—Nil Deletion—Nil Insertion—Nil Overwriting—Nil

AE(P) AE(E)
26

(x) The enivorment clearance if required shall be obtained by SMVDSB, Katra. Agency must
ensure compliance within time frame and strictally follows all condition mentioned in
Grant of Enivorment clearance certificates. All expenditure for submission of compliance
shall be borne by the SMVDSB, Katra and compliance of the requirements shall be
ensured by the contractor.
4. Agency will get the detailed soil investigation done as per relevant IS code, NBC 2016 etc. as if
required as per site conditions during execution through the soil consultant having professional
experience of at least 5 years and must have carried out soil investigation successfully for at
least two similar works & one set of test report shall be deposited with the department. The
department may verify the results submitted by the agency, if need be. No payment on this
account shall be made to the contractor.
5. Internal Water supply: Water supply lines will be laid as per scheme prepared, submitted by the
contractor and approved by Engineer-in-charge.
Pipe line will be provided for supply of water through :
(i) Pipe lines for water supply from main existing line to OHT and water for drinking washing,
bathing, in toilets, kitchens, Wash Basins /sinks through over head tank.
6. Contractor shall bear expenditure for taking all necessary precautionary measures to safeguard
against any accident of the contractor’s employees, supervisory staff of CPWD and general
public by providing necessary safety equipment’se.g. MS sheet Barricading as per local bye
laws and as per NGT guidelines, Personal Protection Equipment’s such as Helmets, safety
shoes, safety Belts, Jackets, gloves, safety Goggles etc. at work site.
7. Contractor shall bear expenditure for keeping the site clean of all debris, rubbish and dirt &
surplus/waste material all the time during the period of construction. It also includes
maintenance, cleaning & de-silting of the drains, pipe lines etc. for all services executed by the
agency to the entire satisfaction of the Engineer-in charge during the defect liability period.
Cleaning and de- silting of the drains, pipe lines etc. for all services will also be done by the
agency at the time of handing over the complete building under scope to SMVDSB, Katra.
The contractor shall comply to the requirements of solid waste management Rule 2016 and
make necessary provision in the building plan and campus layout.
8. Contractor will erect fully automatic & computerized batch mix plant of minimum capacity 60
cum/hour for preparation of Design mix concrete as per IS code at his own cost and will prepare
all concrete accordingly.
9. The contractor shall execute the Electrical works including testing and commissioning of
internal water supply, sanitary installation, internal electrical installation, power wiring & plugs
cables, feeder pillar, lifts, earthing and lightening conductors as per approved drawings and
relevant Specifications given in the tender document and as per directions of Executive
Engineer (Electrical), CPWD.

10. All labour employed by the firm/ contractor shall be got registered with Concerned
Construction Labour Welfare Board, ESIC and EPFO etc.

11. Defects liability period would be One (1) year from the date of completion of works. The defects
liability will be only limited to removal of defects noticed in the works carried out by the
agency during defect liability period. The terms of defects liability period for Electrical
subheads is as mentioned.
Correction—Nil Deletion—Nil Insertion—Nil Overwriting—Nil

AE(P) AE(E)
27

Information and guidelines for bidders


1.0 General
(i) Letter of transmittal and Forms for deciding eligibility are given in Page No. 35 to 51

(ii) All information called for in the enclosed forms should be furnished against the relevant columns
in the forms. If for any reason, information is furnished on a separate sheet, this fact should be
mentioned against the relevant column. Even if no information is to be provided in a column, a
“Nil” or “no such case” entry should be made in that column. If any particulars/query is not
applicable incase of the bidder, it should be stated as “not applicable”. The bidders are cautioned
that not giving complete information called for in the application forms or not giving it in clear
terms or making any change in the prescribed forms or deliberately suppressing the information
may result in the bid being summarily disqualified.

(iii) References, information and certificates from the respective clients certifying suitability,
technical knowledge or capability of the bidder should be signed by an officer not below the rank
of Executive Engineer or equivalent.

(v) The bidder may furnish any additional information which he thinks is necessary to establish his
capabilities to successfully complete the envisaged work. He is, however, advised not to furnish
superfluous information. No information shall be entertained after uploading of eligibility criteria
document unless it is called for by the Employer.
(vi) If private works are shown in support of eligibility, certified copy of the tax deducted at source
certificate (TDS) shall be submitted along with the experience certificate and the TDS amount
shall tally with the actual amount of workdone.
2.0 Definitions
(i) In this document the following words and expressions have the meaning hereby assigned to
them:
(ii) EMPLOYER: Means the President of India, acting through The Executive Engineer, Jammu
Division, CPWD, Jammu
(iii) User/Client/Owner: Katra Shrine Board .
(iv) BIDDER/Agency/Contractor/Firm: Means the individual, proprietary firm, firm in
partnership, limited company (Private or Public) or corporation.
(v) “Year” means “Financial Year” unless stated otherwise.
(vi) “Competent Authority” means “Committee constituted of Representatives of CPWD
and Client/or as decided by Engineer-in-Charge.
3.0 Method for bid submission
(i) If the bidder is an individual, the bid shall be signed by him above his full type written name and
current address.
(ii) If the bidder is a proprietary firm, the bid shall be signed by the proprietor above his full type
written name and the full name of his firm with its current address.
(iii) If the bidder is a firm in partnership, the bid shall be signed by all the partners of the firm above
their full type written names and current address, or, alternatively, by a partner holding power of
attorney for the firm. In the later case a certified copy of the power of attorney should accompany
the bid. In both cases a certified copy of the partnership deed and current address of all the
partners of the firm should accompany the bid.
Correction—Nil Deletion—Nil Insertion—Nil Overwriting—Nil

AE(P) AE(E)
28

(iv) If the bidder is a limited company or a corporation, the bid shall be signed by a duly authorized
person holding power of attorney for signing the bid accompanied by a copy of the power of
attorney. The bidder should also furnish a copy of the Memorandum of Articles of Association
duly attested by a Public Notary.

4.0 Final Decision Making Authority


The employer reserves the right to accept or reject any bid and to annul the process and reject all bids
at any time without assigning any reason or incurring any liability to the bidders.

5.0 Particulars Provisional


The particulars of the work given in NIT are provisional. They are liable to change and must be
considered only as advance information to assist the bidder.

6.0 Site Visit


The bidder is advised to visit the site of work, at his own cost, and examine it and its surroundings to
himself collect all information that he considers necessary for proper assessment of the prospective
assignment.

7.0 Initial Criteria for Eligibility bid


Contractors who fulfill the following requirements shall be eligible to apply. Joint
ventures/Consortium and special purpose vehicles are not accepted.
Below mentioned Para 7(a)(i),7(b),7(c) & 7(d) are not applicable for CPWD enlisted contractors of
appropriate class in building & road category(Class IAA or above).
Para 7(a)(ii), 7(e) is applicable for CPWD enlisted contractors also.

a) The bidder Should have satisfactorily completed the works as mentioned below during last 7 years
ending last day of the month previous to the one in which tender is invited.

i) Three similar works each costing not less than Rs. 43.17 Crore,

Or
Two similar works each costing not less than Rs. 64.75 Crore,
or
One similar work costing not less than Rs. 86.34 Crore.

Similar work shall mean works of “C/o RCC framed structure building i/c Internal Water
Supply , Sanitary installation , drainage , Internal Electrical Installation i/c lift” executed
under one agreement.
Note :-
1. Out of the completed similar works, Atleast one work should be of minimum Five (5) storied
building.
2. Mumty and Machine Room will not be counted as storey/height for this purpose but each
basement, stilt constructed in the building shall be considered as a storey.

Correction—Nil Deletion—Nil Insertion—Nil Overwriting—Nil

AE(P) AE(E)
29

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 previous day of
last date of submission of bids

The bidder shall submit copy of final bill paid along with bill of quantities and
experience certificate issued by an officer not below the rank of Executive
Engineer/Project Manager or equivalent.

Work of specialized E&M services, as included in definition of similar work, if executed


under a separate contract may also be considered for the purpose of assessing the
eligibility competence only without adding its monetary value for determining the
eligibility criteria.

Bidders are required to submit TDS Certificates in Form 26AS in case the similar works are
executed for a private body, which shall form basis for establishing the completion cost of
similar work executed by the bidder.

All the eligible similar works executed with enhancement and submitted by the bidders and
any one out of ongoing works with estimated cost put to tender more than 40% of estimated
cost put to tender may be got inspected by CPWD official as decided by NIT approving
authority. The marks for the quality shall be given based on this inspection, if inspection is
carried out.

(b) The bidder should have had Average Annual Financial Turn Over of Rs. 32.38 Crore on
construction works during the last three consecutive years ending 31stMarch, 2024,balance sheets
should be duly audited by Chartered Accountant. Year in which no turnover is shown would also be
considered for working out the average. (Scanned copy of certificate of CA with Unique Documents
Identification Number (UDIN) to be uploaded).

(c) The bidder should not have incurred any loss (profit after tax should be positive) in more than two
years during the last five consecutive years ending 31st March 2024, duly audited and certified by
the CA.

(d) Solvency Certificate :-


The bidder should have a minimum solvency from commercial bank for Rs. 43.17 Crore
(Certified by his Bankers in Form B). Solvency certificate should be in favour of Executive
Engineer, Katra , CPWD and not issued before the six month from the last date of submission of
bid. Scan copy of original to be uploaded.

Or
Net worth Certificate:-
The bidder should submit Net worth certificate of min. 10% of estimated cost put to tender
issued by CA with Unique Documents Identification Number (UDIN) (Form B-1). Scan copy of
original to be uploaded.

(e) The bidder should have bidding capacity equal to or more than the estimated cost of work put to
tender.

Correction—Nil Deletion—Nil Insertion—Nil Overwriting—Nil

AE(P) AE(E)
30

The bidding capacity shall be worked out by the following formula:

Bidding Capacity = {[AxNx1.5] – B}

Where,

A=Maximum turn over in construction work executed in any one year during the last seven
years taking into account the completed as well as works in progress. The Maximum turn over
shall be brought to current costing level i.e. upto the last date of submission of the bids by
enhancing at a simple rate of 7% per annum(period of enhancement shall be counted from
1stApril of the succeeding financial year in which maximum turnover has occurred).

N = Number of years prescribed for completion of work for which bids have been invited.
B = Value of existing commitments and ongoing works to be completed during the period of
completion of work for which bids have been invited.

Bidding capacity formula is slightly different for newly enlisted entities enlisted under
enlistment rules 6.1.7, 9.6.3 or 9.6.4. The revised formula for these newly enlisted entities
is available in the notes of para 7.0, Initial Criteria for eligibility.

Notes:
1. The bidder should submit bidding capacity as per Form 'C-3'.
2. Bidding capacity is applicable for all the contractors including CPWD enlisted contractors.
3. Bidding capacity formula, for CPWD contractors who are enlisted based on rule 6.1.7 of
Enlistment Rules-2024 i.e. government retired engineer/ architect for three years from the date
of issue of enlistment order, is as follows:
Bidding Capacity ={[AxNx1.5]-B}
Where
A =Banker certificate figure as submitted by applicant (i.e. government retired engineer/
architect) at the time of enlistment for first year of enlistment and subsequent fresh bankers
certificate for second and third year respectively. Value of A for first year will be mentioned in
the enlistment order by the member secretary of advisory committee for enlisting authority.

N = Number of years prescribed for completion of work for which bids have been invited.
B = Value of existing commitments of ongoing works during the period of execution of work
for which bids have been invited. This value is for newly enlisted entity.

Within three years from the date of issue of enlistment order, the newly enlisted entity has to
develop its own bidding capacity and thereafter the general bidding capacity formula being
used for other entities shall be applicable to it for calculation of bidding capacity.

Newly enlisted entity may like to follow general bidding capacity formula even before period
of three years if it so chooses.

Correction—Nil Deletion—Nil Insertion—Nil Overwriting—Nil

AE(P) AE(E)
31

4. Bidding capacity, for CPWD contractors who are enlisted based on rules 9.6.3 & 9.6.4 of
Enlistment Rules-2024 i.e. new entity based on previously enlisted entity for three years from
date of issue of enlistment order, is as follows:
Annual turnover of newly enlisted entity shall be in proportion to the shareholding of partners/
directors in the original enlisted entity at the time of enlistment of the newly enlisted entity.
Within three years from the date of issue of enlistment order, the newly enlisted entity has to
develop its own bidding capacity and thereafter the general bidding capacity formula being
used for other entities shall be applicable to it for calculation of bidding capacity. Newly
enlisted entity may like to follow general bidding capacity formula even before period of three
years, if it so chooses.
Bidding Capacity for newly enlisted entity based on rules 9.6.3 & 9.6.4 enlistment rules -2024
shall be as follows :-
={[A’xNx1.5]-B}
Where
A’ = Proportionate share of newly enlisted director/partner in originally enlisted company/firm
multiplied by the factor A, as given below. Value of A’ will be mentioned in the enlistment
order by member secretary of Advisory committee for Enlistment Authority, it will remain
same for three years.
A = Maximum turnover in construction works executed in any one year during the last seven
years taking into account the completed as well as works in progress. The value of completed
works shall be brought to current costing level by enhancing at a simple rate of 7% per annum.
This value is of originally enlisted entity at the time of enlistment of newly enlisted entity.
N = Number of years prescribed for completion of work for which bids have been invited.
B = Value of existing commitments of ongoing works during the period of execution of work
for which bids have been invited. This value is for newly enlisted entity.

(h) Evaluation of performance: Evaluation of the performance of contractors for eligibility shall be
done by NIT approving authority or a Committee constituted by him. All the eligible similar works
executed and ongoing works and submitted by the bidders may be got inspected by a committee
which may consists of any authority as decided by NIT approving authority. The assessment for the
quality may be carried out by the inspection team, if inspection is carried out.

CPWD contractors registered in eligible class and category to submit their bids without submission
of work experience certificate and affidavit Form-I (Page No. 50). Therefore, eligible CPWD
registered contractors shall upload two separate letters for experience certificate and affidavit
that these documents are not required to be submitted by them. Uploading of these two letters is
mandatory otherwise system will not clear mandatory fields.

8.0 Evaluation Criteria for Technical Qualification


8.1 The details submitted by the bidders will be evaluated in the following manner.

8.1.1 The initial criteria prescribed in para 7.0 above in respect of experience of eligible similar works
completed, loss, Solvency, Net worth, financial turnover and bidding capacity etc. as applicable will
first be scrutinized and the bidder’s eligibility for the work be determined.

Correction—Nil Deletion—Nil Insertion—Nil Overwriting—Nil

AE(P) AE(E)
32

8.1.2 The bidders qualifying the initial criteria as set out in Para 7.0 above will be evaluated for
following criteria by scoring method on the basis of details furnished by them:

(a) Financial strength (Form “A”&“B or B-1”) Maximum 20 Marks


(b) Experience in eligible similar nature of work during Maximum 20 Marks
last Seven years(Forms-C & Form-D)
(c) Performance on work (Form “D”)- Time over run Maximum 20 Marks
(d) Performance on work (Form “D-1”)- Quality Maximum 40 Marks
(Completed Work=25 Marks
OngoingWorks = 15 Marks)
Total 100 Marks

To become eligible for short listing, the bidder must secure at least fifty (50) percent marks in
each (section a, b, c and d) and sixty (60) percent marks in aggregate.

The department, however, reserves the right to restrict the list of such qualified contractors to any
number deemed suitable by it.
Note: The average value of performance of works for time over run and quality shall be taken on
the basis of performance report of the eligible similar works.

9.0 Financial Information


Bidder should furnish the Annual Financial Statement for the last five years in (Form “A”) and
Solvency Certificate in (Form “B”) or Net worth certificate in(Form“B-1”).
10.0 Experiences of Similar completed works & ongoing works
Bidder should furnish the list of eligible similar nature of works successfully completed during
last Seven years ending last date of the month previous to the one in which tenders are invited in
(Form-C) and ongoing works as well(Form -C1) alongwith performance certificate of work in
Form-D & Form D-1.

11.0 Organization Information


i. Bidder is required to submit the following information in respect of his organization (in
Form ‘E”).
ii. The bidder should have sufficient number of Technical and Administrative employees for
the proper execution of the contract. The bidder should submit a list of these employees
stating clearly how these would be involved in this work with 15 days of award of work.

12.0 Letter of Transmittal


The bidder should submit the letter of transmittal attached with the document (Format-1)

13.0 Opening of the Financial Bid


After evaluation of applications, a list of short listed agencies qualified in technical evaluation will
be prepared. Thereafter, the financial bids of only the qualified and technically acceptable bidders
shall be opened online at the notified time, date and place.

Correction—Nil Deletion—Nil Insertion—Nil Overwriting—Nil

AE(P) AE(E)
33

14.0 Award Criteria


14.1 The employer reserves the right, without being liable for any damages or obligation to inform the
bidder,to:
(a) Amend the scope and value of contract.
(b) Reject any or all of the applications without assigning anyreason.

14.2 Any effort on the part of the bidder or his agent to exercise influence or to pressurize the employer
would result in rejection of his bid. Canvassing of any kind is prohibited.

Correction—Nil Deletion—Nil Insertion—Nil Overwriting—Nil

AE(P) AE(E)
34

PROFORMA -I

Eligibility and Evaluation Criteria


Criteria for Evaluation of the performance of contractor for Pre-Eligibility
S.No. Attributes Marks Evaluation
(a) Financial Strength : Maximum 20 Marks
(i) Average annual 16 Marks (i) 60% marks for minimum eligibility criteria
turnover (ii) 100% marks for twice the
minimum eligibility criteria or more.
(ii) Solvency 4 Marks
Certificate In between (i) & (ii)- on pro-rata basis
Or
Networth
Certificate
(b) Experience in similar class of work : Maximum 20 Marks
Experience in similar 20 marks i) 60% marks for minimum eligibility criteria
class ofwork (ii) 100% marks for twice the
minimum eligibility criteria or more.

In between (i) & (ii)- on pro-rata basis


(c) Performance on works - Time Over Run (TOR) : Maximum 20 marks
Parameter Calculation Score Maximum
for Points Marks

If TOR = 1.00 2.00 3.00 >3.50


(i) Without levy of compensation 20 15 10 10
(ii) With levy of compensation 20 5 0 -5 20
(iii) Levy of compensation not decided 20 10 0 0
TOR = AT/ST, where AT =Actual Time; ST= (Stipulated Time in the Agreement plus
(+) Justified period of extension of time)
Note: Marks for value in between the stages indicated above is to be determined by
straight line variation basis.
(d) Performance of works (Quality) as Assessment in Form D-1. (40 marks)
Completed Ongoing works Total marks assessed.
Works (Max.25 marks) (Max. 15 marks)

Note: Performance of work (Quality) certified as “satisfactory” will be treated as “good”.

Correction—Nil Deletion—Nil Insertion—Nil Overwriting—Nil

AE(P) AE(E)
35

FORMAT-1
LETTER OF TRANSMITTAL

From:
_________________
_________________
_________________

To,
The Executive Engineer
Katra, CPWD, Katra

Subject: Submission of bids for the work :- Construction of Medical College, SMVDU at Kakryal, Katra(J&K)

Sir,
Having examined the details given in bid document for the above work, I/we hereby submit the relevant information.
1. I/We hereby certify that all the statement made and information supplied in the enclosed Forms A to I (as applicable )
and accompanying statement are true and correct.

2. I/We have furnished all information and details necessary for eligibility and have no further pertinent information to
supply.

3. I/We submit the requisite certified solvency certificate and authorize the Executive Engineer Katra, CPWD, Katra to
approach the Bank issuing the solvency certificate to confirm the correctness thereof or Net worth certificate. I /We also
authorize the Executive Engineer Katra, CPWD, Katra to approach the individuals , employers , firms and corporations to
verify our competence and general reputation.

4. I/We submit the following certificates in support of our suitability, technical knowledge and capability for having
successfully completed the following eligible similar works:

Name of work Certificate from

5. I /We hereby certify that I /We will use following structural system technology in the work - N/A
6. I /We submit the certificate in support of having successfully completed the following the work with the technology
proposed to be used in the work
Name of work Certificate from
N/A N/A

7. I /We hereby attaching copy of type test report conducted in respect of precast concrete construction system
technology proposed to be used in the work- N/A
Certificate :- It is certified that the information given in the enclosed eligibility bid are correct. It is also certified
that I /We shall liable to be debarred, disqualified , cancellation of enlistment in case any information furnished by
me / us in found to be incorrect.

Enclosures :-
Seal of bidder
Date of submission :
Signature of bidder

Correction—Nil Deletion—Nil Insertion—Nil Overwriting—Nil

AE(P) AE(E)
36

FORM‘A’
FINANCIAL INFORMATION

(i) Financial Analysis-Details to be furnished duly supported by figures in balance sheet/ profit & loss
account for the last five years duly certified by the Chartered Accountant, as submitted by the
applicant to the Income Tax Department (Copies to be attached).

(Figure in Lakhs Rs.)

Financial Years
Sl. No. Particulars
2019-20 2020-21 2021-22 2022-23 2023-24

Gross Annual turn


i) over on Construction
works
Profit / Loss
(Standalone finance
ii) statement and
consolidated financial
statement both.

ii) Financial arrangements for carrying out the proposed work.

Signature of Chartered Accountant with Seal

Signature of bidder (s)

Correction—Nil Deletion—Nil Insertion—Nil Overwriting—Nil

AE(P) AE(E)
37

FORM-B

FORM OF BANKERS’ SOLVENCY CERTIFICATE FROM A COMMERCIAL BANK

To

The Executive Engineer


Katra, CPWD, Katra

This is to certify that to the best of our knowledge and information that M/s./Shri
……………………………………… having marginally noted address, a customer of our bank are
/ is respectable and can be treated as good for any engagement upto a limit of
Rs....................................(Rupees ).

This certificate is issued without any guarantee or responsibility on the bank or any of the officers.

(Signature) For the Bank

NOTE:

(1) Bankers certificates should be on letter head of the Bank, addressed to tendering authority.
(2) In case of partnership firm, certificate should include names of all partners as recorded with the Bank.

Correction—Nil Deletion—Nil Insertion—Nil Overwriting—Nil

AE(P) AE(E)
38

FORM ‘B-1’

FORM OF CERTIFICATE OF NETWORTH FROM CHARTERED ACCOUNTANT

To
The Executive Engineer
Katra, CPWD, Katra

“It is to certify that as per the audited balance sheet and profit and loss account during the financial
year...............,the Net worth of M/s............................(Name &Registered address of
the individual/firm/company), as on.....................(the relevant date)is Rs. After considering all
liabilities. It is further certified that the Networth of the company has not eroded by more than 30%
in the last three year ending on(the relevant date).”

(Signature of the Chartered


Accountant) Name of the
Chartered Accountant
Membership no of ICAI
Date &Seal

Correction—Nil Deletion—Nil Insertion—Nil Overwriting—Nil

AE(P) AE(E)
39

FORM“C”

DETAILS OF ELIGIBLE SIMILAR NATURE OF WORKS COMPLETED DURING


THELAST SEVEN YEARS ENDING LAST DATE OF THE MONTH PREVIOUS TO
THE ONE IN WHICH TENDERS ARE INVITED

Name of the Bidder…………………………….


S. Name of Owner or Cost of Date of Stipulated Actual Litigation/ Name and Whether
No. work/ sponsoring work commen date of date of arbitration address/ the work
project organization in crores cement as completion completion cases telephone was done
and of per pending/ number on back
location rupees contract in of officer to back
progress to basis
with whom Yes/ No
details* reference
may be
made
1 2 3 4 5 6 7 8 9 10

* Indicates gross amount claimed and the amount awarded by theArbitrator.

Signature of Bidder(s)

Correction—Nil Deletion—Nil Insertion—Nil Overwriting—Nil

AE(P) AE(E)
40

FORM‘C-1’

DETAILS OF WORKS UNDER EXECUTION

S. Name Own Cost of Date of Stipulated Upto date Slow Name and Remarks
No of er or work in commen- date of percentag progress address/
. work/ crores cement as completion e progress if any and telephone
spons
Project of per of works reason number of
and oring rupees contract thereof officer to
location organ whom
izatio reference
n or sponsoring organization may be
made
1 2 3 4 5 6 7 8 9 10

Note :- It is certified that no ongoing works has been left to be mentioned in the above list.

Signature of Bidder(s)

Correction—Nil Deletion—Nil Insertion—Nil Overwriting—Nil

AE(P) AE(E)
41

FORM‘C-3’
Calculation of bidding capacity
Details of existing commitment on ongoing works.

S. Name Own Cost of Date of Stipulated Upto Remainin Existing Name Remark
No of work in commen- date of g work in commitme and
er or date nt column Address
. work/ crores cement as completion percentag
spons percenta 4 x column (Postal
Project of per e (100-
oring ge 8/100 & E-
and rupees contract column mail) /
location organ progress 7) telepho
izatio of work ne
n or sponsoring organization
number
of
officer
to
whom
referenc
e may
be made
1 2 3 4 5 6 7 8 9 10 11

Total value of existing committent and ongoing work to be completed during the period of completion work for which bids
have been invited(B)
Maximum turnover in last seven years = Rs…………………..
Updated value of turnover (A) = Rs……………………
No. of years for completion of prescribed work(N) = ………………………
Bidding capacity ={[AxNx1.5]-B} = …………………………..
Certificate :
I certify that all the awarded and ongoing works have been included in the above list

Signature of Bidder(s)

Note:- Please refer details on Page-10 of NIT for bidding capacity calculation.

Correction—Nil Deletion—Nil Insertion—Nil Overwriting—Nil

AE(P) AE(E)
42

FORM‘D’

PERFORMANCE REPORT OF WORKS REFERRED TO IN FORMS “C”

1. Name of work / Project & Location


2. Agreement No.
3. Agency
4. Estimated Cost
5. Tendered Cost
6. Date of Start
7. Date of completion
i) Stipulated Date of Completion (as
mentioned in workorder)
ii) Actual Date of Completion
8. Actual/Final value of work
9. Amount of compensation levied
fordelayedcompletion, if any
i) Whether case of levy of compensation for Yes/ No.
delay has been decided ornot
ii) If decided:
a) Justified period of extension
b) Amount of compensation levied
for delayed completion, ifany.
10. Amount of reduced rate items, if any
11. Performance Report
1) Quality of Work Outstanding /Very Good/Good/Poor

2) Financial Soundness Outstanding /Very Good/Good/Poor


3) Technical Proficiency Outstanding /Very Good/Good/Poor
4) Resourcefulness Outstanding /Very Good/Good/Poor
5) General Behaviour Outstanding /Very Good/Good/ Poor

Dated:

Executive Engineer Or Equivalent with stamp

Correction—Nil Deletion—Nil Insertion—Nil Overwriting—Nil

AE(P) AE(E)
43

FORM‘D-1’
Assessment of Quality for completed as well as ongoing works as per details in Form-C & C-I

Name of Work:-
Agency:-
Agmt. No.:-
Date of Inspection:-
Date of submission of report:-

A. General Observation & Operational Aspects Yes/ No


1 Availability of approval from local bodies in case of Construction
of Private Buildings.
2 Availability of approved Structural drawings
3 Observation on seepage/ leakage in the Building
4 Whether Line & level Maintained
5 In case of basement, observation on seepage, if any.
6 Any Structural defects / distress observed. If yes give details
7 Whether safety measures adopted at site as per CPWD Safety
Code and or govt. guidelines are adequate or not .
8 Whether the Welfare facilities provided to labour as per Clause
19 H of GCC for CPWD Works/and or govt. guidelines are adequate
or not .
9 Whether AHU getting automatically switched off and fire damps
closed in case of fire signal
10 Whether thimbles used for termination of wires in DBs, EBDs &
Panels?
B. Quality of Work Marks
Assessed
1 Quality of plaster/ finishing
2 Quality of R C C / C C Work
3 Quality of Flooring
4 Quality of Wood Work
5 Quality of Steel Work / Aluminium Work
6 Quality of Plumbing and Sanitary Installation
7 Quality of Workmanship
8 Quality of Waterproofing
9 If cladding done, observation on efficiency/ quality of cladding
/Brick work
10 Quality of internal electrification work
11 Quality of DBs, EBDs& Panels?
12 Quality of E&M equipments, panels & feeder pillar.
13 Quality of fire alarm system/ fire fighting system
14 Quality of Air Conditioning work.
Correction—Nil Deletion—Nil Insertion—Nil Overwriting—Nil

AE(P) AE(E)
44

15 Quality of Sub-station based on complete live diagram, capacitor


panel, power factor, insulating Mat, cleanliness, cable
termination, earthing pits, earthing of transformer / DGsets.
16 Any Other aspect (To be elaborated )

Average Marks (To be awarded out of 100 Marks based on average of marks assessed on each attribute
mentioned at B above).

Executive Engineer Or Equivalent with stamp

Note:-
1. All the above parameters may be considered for assessing the overall quality of work executed by
the contractor. Each attribute shall be assessed on maximum marks of 10 under B above .
2. In case, any attribute is not applicable, the same may not be included in assessment and mentioned
as not applicable(N/A).
3. The works as assessed above shall be converted on a scale of 25/15 marks for completed/ongoing
worksrespectively.
In case of eligible completed works being more than one, the average marks assigned for eligible
completed works shall be considered for marking purpose. Only one onging work to be assessed.

Correction—Nil Deletion—Nil Insertion—Nil Overwriting—Nil

AE(P) AE(E)
45

FORM‘E’
STRUCTURE & ORGANIZATION

1. Name & Address of the bidder


2. Telephone No. /
Email id /Telex No./Fax No.
3. Legal status of the bidder (scanned and upload copies of
original documents defining the legal status).

a) An Individual
b) A proprietary firm
c) A firm in partnership
d) A limited company or Corporation

4. Particulars of registration with various Government bodies (scanned and uploadand


attested photo- copy).
Organization/Place Of Registration Registration No.
1.
2.
3.
5. Names and Titles of Directors & Officers with
designation to be concerned with this work.
6. Designation of individuals authorized to act for the
organization.
7. Has the bidder or any constituent partner in case of
partnership firm, ever abandoned the awarded work before
its completion? If so, give name of the project and reasons
for abandonment.
8. Has the bidder, or any constituent partner in case of
partnership firm/limited company/joint venture,ever been
convicted by the court of law? If so, give details.
9. In which field of Civil Engineering Construction, the bidder
has specialization andinterest?
10. Any other information considered necessary but not included
above.

Signature of bidder(s) with stamp

Correction—Nil Deletion—Nil Insertion—Nil Overwriting—Nil

AE(P) AE(E)
46

FORM‘F’

Receipt of deposition of original EMD

(Receipt No…………………………….../ date………………)*

Name of work: Construction of Medical College, SMVDU at Kakryal, Katra(J&K)

NIT No:- 31/EE/Jammu Division/2024-25/KSD

EstimatedCost Rs. 107,92,49,790/-

Earnest Money Rs. 1,17,92,498/-

Period of completion: 540 days

(*To be filled by NIT approving authority/ EE at the time of issue of NIT and uploaded along with NIT

1. Name of contractor ……………………………………………………#

2. Form of EMD……………………………………………………………#

3. Amount of Earnest Money……………………………………………………#

4. Date of submission of EMD……………………………………………………#

Signature, Name and Designation of EMD receiving


officer (EE/AE(P)/ AE/AAO) alongwith Office stamp
(# to be filled by EMD received EE)

Correction—Nil Deletion—Nil Insertion—Nil Overwriting—Nil

AE(P) AE(E)
47

Form- ‘G
FORM OF BANK GUARANTEE FOR PERFORMANCE GUARANTEE/ SECURITY
DEPOSIT/MOBILISATION ADVANCE
(On non-Judicial Stamp Paper of minimum Rs.100/-)

1. Whereas the Executive Engineer..... (name of division).... CPWD on behalf of the President
of India(hereinafter called"The Government”)has entered into anagreement/ NIT bearing
number .............with ......................(name and address of the contractor)............. . (hereinafter
called "the Contractor”) for execution of work................(name of work).......The Government
has further agreed to accept an irrevocable Bank Guarantee for Rs........................(Rupees
only) valid upto........(date) as Performance Guarantee/ Security Deposit/ Mobilization
Advance from the said Contractor for compliance of his obligations in accordance with the
terms and conditions of the agreement .

2. We, ............... (indicate the name of the bank).......... (herein after referred to as “the Bank”)
a. hereby undertake to pay to the Government an amount not exceeding Rs
……..only(Rupees…….. only) on demand by the Government within 10 days of the
demand.

3. We, ........................ (indicate the name of the Bank)....... do here by undertake to pay the
amount 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. 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)

4. We, .................. (indicate the name of the Bank) ............... , further undertake to pay the
Government any money so demanded notwithstanding any dispute or disputes raised by the
contractor in any suit or proceeding pending before any court or Tribunal, our liability under
this Bank Guarantee being absolute and unequivocal. The payment so made by us under this
Bank Guarantee shall be a valid discharge of our liability for payment there under and the
contractor shall have no claim against us for making such payment.'

5. We, ..................... (indicate the name of the Bank) further agree that the Government shall
have the fullest liberty without our consent and without affecting in any manner our
obligation here under to vary any of the terms and conditions of the said agreement to extend
time of performance by the said contractor 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 and to forbear or enforce any of the terms and conditions rerating to the said
agreement and we shall not be relieved from ourliability by reason of any such variation or
extension being granted to the said contractor or for any forbearance, act of omission on the
part of the Government or any indulgence by the Government to the said contractor 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.
Correction—Nil Deletion—Nil Insertion—Nil Overwriting—Nil

AE(P) AE(E)
48

6. We ............. (indicate the name of the Bank) ............. further agree that the Government at its
option shall be entitled to enforce this Guarantee against the Bank as a principal debtor at the
first instance without proceeding against the contractor and notwithstanding any security or
other guarantee the Government may have in relation to the Contractor's liabilities.

7. This guarantee will not be discharged due to the change inContractor.

8. We ...................... (indicate the name of the Bank)......., undertake not to revoke this guarantee
except with the consent of the Government inwriting.

9. This Bank Guarantee shall be valid up to…….. unless extended on demand by the
Government. 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 the date of expiry or extended date of expiry of this guarantee, all our
liabilities under this guarantee shall stand discharged.

Date.

Witnesses ..................

Signature............... Authorized Signatory


Name and Address Name
Designation Staff Code No.
Bank Seal
Signature..............
Name and Address

Note:- Initial validity of PG should be for a Min. period of 720 days from the date of
acceptance of tender.

Correction—Nil Deletion—Nil Insertion—Nil Overwriting—Nil

AE(P) AE(E)
49

FORM-‘I’

AFFIDAVIT

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 bidding in CPWD 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 Performance Guarantee (Scanned copy to be uploaded at the time of
submission of bid).

Signature of bidder(s) with stamp

Correction—Nil Deletion—Nil Insertion—Nil Overwriting—Nil

AE(P) AE(E)
50

FORM-‘H’

UNDERTAKING FOR ASSOCIATION OF SPECIALISED AGENCY

We undertake that we shall submit within 15 days after award of work an undertaking
from the OEMs for specialized works that “OEM shall unconditionally support the lowest tenderer
technically throughout the execution of contract as well as for Maintenance/Comprehensive
Maintenance Contract for the useful life of the system and they shall also provide all the spares
required for healthy functioning of the equipment for at least Seven Years from the date of supply
ofequipment”.

Signature of Bidder(s) with Stamp

Correction—Nil Deletion—Nil Insertion—Nil Overwriting—Nil

AE(P) AE(E)
51

FORM-‘J’

Undertaking on structural stability and soundness of already completed building and


infrastructure projects

I/We undertake and confirm that any buildings/ infrastructure constructed by our firm /
partnership firm / company has not suffered any failure, making it unfit for intended use ,
either due to structural design and defects or due to use of sub-standard material or
execution of sub- standard work , poor workmanship or any other reason during the last 25
(twenty five) years.

I/We, further, undertake that if such information comes to the notice of CPWD, then
Engineer-in-Charge shall free to terminate the bid / agreement and forfeit the entire amount of
earnest money deposit, performance guarantee and security deposits.
I /We, also undertake that in addition to above , the Engineer-in-Charge shall be free to debar
us forever from tendering in CPWD.

The decision of Engineer-in-Charge or any higher authority shall be final and binding.

Signature of notary Signature of bidder or


with seal an authorized person of
the firm with stamp

Note :- Affidavit to be furnished on a ‘Non - judicial’ stamp paper of Rs. 200/-


(Scanned copy of the notarized affidavit to be uploaded at the time of submission of
bid) .

Correction—Nil Deletion—Nil Insertion—Nil Overwriting—Nil

AE(P) AE(E)
52

Form CPWD-7
GOVERNMENT OF INDIA
CENTRAL PUBLIC WORKS DEPARTMENT

STATE: J&K REGION: ADG-Jammu


BRANCH: B&R DIVISION: Katra Division &
EE(E), Jammu

COMPOSITE PERCENTAGE RATE TENDER & CONTRACT FOR WORKS

Tender for the work of: Construction of Medical College, SMVDU at Kakryal, Katra(J&K)

(i) To be uploaded up to 3:00 P. M. on 07-08-2024 on website https://etender.cpwd.gov.in


(ii) To be opened in presence of tenderers who may be present at 3:30 hours on 08-07-2024 in the office of
Executive Engineer, Katra Division, CPWD

BID
I/We have read and examined the notice inviting bid, schedule-A, B, C, D, E & F, Specifications
applicable, Drawings & Designs, General Rules and Directions, General Conditions of Contract, 2020 for
CONSTRUCTIONPROJECT with amendments up to the last date of submission of bids, clauses of
contract, Special conditions, Bill of Quantities & other documents and Rules referred to in the conditions
of contract and all other contents in the bid document for thework.

I/We hereby bid 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 respect with the Specifications,
designs, drawing and instructions in writing referred to in Rule-1 of General Rules and Directions and in
Clause 11 of the General Conditions of Contract, 2023 for ConstructionWork with amendments up to the
last date of submission of bids and with such materials as are provided for, by, and in accordance with,
such conditions so far asapplicable.
We agree to keep the bid open for Seventy Five (75) days from the date of opening of technical bid
and not to make any modification in its terms and conditions.

(1) If after the opening of tender , I/we withdraw or modify my/our bid during the period of validity
of tender (including extended validity of tender) specified in the tenderdocuments,
or
(2) If after the award of work, I/we fail to sign the contract, or to submit performance guarantee
before the deadline defined in the tenderdocuments,
I/we shall be suspended for one year and shall not be eligible to bid for CPWD tenders from date
of issue of suspension order.
EMD Submission in prescribed format is scanned and uploaded. 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 suspend me
for One(1) year and I/We shall not be eligible to bid for CPWD tenders from date of issue of suspension

Correction—Nil Deletion—Nil Insertion—Nil Overwriting—Nil

AE(P) AE(E)
53

order. Further, if I/We fail to commence work as specified, I/We agree that President of India or the
successors in office shall without prejudice to any other right or remedy available in law, be at liberty to
forfeit the said performance guarantee absolutely, the said performance guarantee shall be a guarantee to
execute all the works referred to in the bid documents upon the terms and conditions contained or referred
to those in excess of that limit at the rates to be determined in accordance with the provision contained in
clause 12.1 and 12.2of GCC 2023 for Construction Work of the bidform.
Further, I/We agree that in case of forfeiture of Performance Guarantee as aforesaid, I/We shall be
debarred for participation in the re-bidding process s of the work.
I/we undertake and confirm that eligible similar work(s) has/have not been got executed through
another agency 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 CPWD 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 PerformanceGuarantee.
I/We hereby declare that I/We shall treat the bid 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.

Dated:………….**……………. Signature of
Bidder** Witness:**
Address:** Postal Address **
Occupation: **
[** to be filled by Bidder]

ACCEPTANCE

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:-

a)
b)
c)

For & on behalf of the President of India.

Signatures ................................

Dated: Designation ...............................

Correction—Nil Deletion—Nil Insertion—Nil Overwriting—Nil

AE(P) AE(E)
54

PROFORMA OF SCHEDULES: A TO F( CIVIL)

SCHEDULE ‘A’
Schedule of quantities- Page Nos. 282-322 (Civil Works)

SCHEDULE ‘B’
Schedule of materials to be issued to the contractor

S.No. Description of item. Quantity. Rate in figures & words Place of issuebe
at which the material will charged to the contractor

(1) (2) (3) (4) (5)

NIL

SCHEDULE ‘C’
Tools and plants to be hired to the contractor

S.NO. DESCRIPTION. HIRE CHARGES PER DAY PLACE OF ISSUE


_______________________________________________________________________________________

NIL

SCHEDULE ‘D’
Extra schedule for specific requirements/ documents for the work, if any.

1. Special conditions
2. Special Condition for Structral Steel work
3. Particular Specifications.
4. Form of performance security (Bank Guarantee Bond), Earnest Money deposit declaration form, guarantee
bond for water proofing/sanitary installations/water supply/for removal of defects in Stone/tile work etc.

SCHEDULE ‘E’
Reference to General Conditions of Contract: General Conditions of Contract 2023
CONSTRUCTION Work in CPWD as amended / modified up to the last date of submission of Bid.

Name of Work:- Construction of Medical College, SMVDU at Kakryal, Katra(J&K)


Estimated cost of work: Rs. 107,92,49,790/-

(i) Earnest Money Rs. 1,17,92,498/-

(ii) Performance Guarantee 5.00% of accepted tendered value


( PG should be initially valid for a period of 720
days )

(iii) Security Deposit 2.50% of accepted tendered value (Composite)


EE(Civil) will deduct @2.5% of
accepted tendered value for
civil part and EE(E) will deduct
@2.5% of Elect. accepted tendered
Correction—Nil Deletion—Nil Insertion—Nil Overwriting—Nil

AE(P) AE(E)
55

value in each running bill .


However total @2.5% of
accepted tendered value
(composite)
will be deducted in final bill by
EE(Civil).

SCHEDULE 'F' (GENERAL RULES & DIRECTIONS)

Officer inviting bid: Executive Engineer, Katra CPWD


or his Successor thereof
Maximum percentage for quantity of items of See below as per clause-12
work to be executed beyond which rates are to
be determined in accordance with Clauses
12.1 & 12.2.

Definitions :

2(v) Engineer-in-Charge for Civil works Executive Engineer, Katra CPWD or his
Successor thereof
Engineer-in-Charge for E&M Works ( minor Executive Engineer(E), Jammu CPWD,
component) Jammu or his successor thereof.

2(viii) Accepting Authority Superintending Engineer , Jammu, CPWD,


Jammu or his successor thereof after
approval of the competent authority.
2(x) Percentage on cost of materials and labour to 15%
cover all overheads and profits

2(xi) Standard Schedule of Rates Delhi Schedule of Rates 2023


with upto date correction slips
issued upto last date of submission
of bid
u
2(xii) Department Central Public Works Department (CPWD) e
d
9(ii) Standard CPWD contract Form - GCC
u
2022, CPWD Form as modified & General Conditions of contract of
2023 Construction works, CPWD Form 7 p
corrected upto as amended/ modified up to the last date t
of submission of bids. o

l
a
s
t

d
a
t
e
Correction—Nil Deletion—Nil Insertion—Nil Overwriting—Nil
o
AE(P) AE(E) f

s
u
b
56

Clause 1

Time allowed for submission of Performance


Guarantee, Programme chart (Time and
Progress) and applicable labour licenses,
(i) registration with EPFO, ESIC and BOCW
7 (Seven) days
Welfare Board or proof of applying thereof from
the date of issue of letter of acceptance.
Maximum allowable extension with late fee @
0.1% per day of Performance Guarantee amount 3 (Three) days
(ii)
beyond the period provided in (i)
Above

Clause2
(i) Authority for fixing compensation under Superintending Engineer , Jammu, CPWD,
clause 2 Jammu or his successor thereof.

Clause 5

(i) Number of days from the date of issue of letter of acceptance for
reckoning date of start Mile stone(s) as per table given below: - : 10 days

Time Allowed Amount to be


Sl. in Months withheld in case of
Description of Milestone (Physical)
No. (From date of non-achievement of
start) milestone
50% RCC foundation work upto Plinth
Level.
0.50% of accepted
1 Or 90 Days
tender value
Total financial value of work done should not
be less than 10% of accepted tendered value.
100% RCC foundation upto plinth level and
Complete RCC structure upto First Floor level
i/c 25% masonary work upto first floor level. 1.00% of accepted
2 180 Days
Or tender value
Total financial value of work done should not
be less than 30% of accepted tendered value.
Complete RCC structure above 3rd Floor level,
100% masonary work i/c Fixing of Door
frames & internal plaster upto 2nd floor level
i/c connected electrical work. One sample
room and One sample toilet block should also
1.00% of accepted
3 be ready in all respect i/c fixing W/S , 270 Days
tender value
Sanitary installation , false ceiling , switch and
sockets , fans , tiles work, flooring and light
fittings i/c final painting .
Or

Correction—Nil Deletion—Nil Insertion—Nil Overwriting—Nil

AE(P) AE(E)
57

Total financial value of work done should not


be less than 55% of accepted tendered value.
Complete RCC structure above 4th Floor level,
100% masonary work i/c Fixing of Door
frames upto 3rd floor level including internal
plaster and connected electrical work, fixing
of window frames and shutters upto 2 nd floor 1.00% of accepted
4 360 Days
level. tender value
Or
Total financial value of work done should not
be less than 75% of accepted tendered value.

Complete RCC structure upto Mumty level,


100% masonary work i/c Fixing of Door
frames upto 4th floor level including internal
plaster and connected electrical work, fixing
of window frames and shutters upto 4th floor
level, complete CC pavement, steel structure
shed on foot path, complete external
development work , complete external plaster ,
1.00% of accepted
5 internal putty and 100% First coat of internal 450 Days
tender value
painting and supply of all electrical
equipment like DG set, sub station
(Transformer ) , VRV Air Conditioner Units ,
CCTV System, electrical fans and light fittings
at site.
Or
Total financial value of work done should not
be less than 95% of accepted tendered value
Complete Fixing of door & window shutters,
Plumbing & Sanitary fixtures, Final internal &
External painting work etc, complete electrical
work i/c down comers, fixing fire extinguisher,
hose reel i/c light fittings, completion of all
work as per agreement in all respect, testing &
commissioning of all services as per agreement
and cleaning of site complete as per direction 0.50% of accepted
6 540 Days
of Engineer-in-Charge, removal of all defects tender value
related to civil works & elect work i/c removal
of malba and labour huts from site,
submission of As built drawings (Civil +
Elect.) , submission of all bank guarantees for
all specialized work i/c handing over of
warranty cards and invoices of all fittings and
fixtures.
However, activity wise Bar Chart shall be submitted by the contractor for monitoring the progress of
work after award of work.
The withheld amount due to non-achievement of mile stone may be released if the subsequent mile
stone is achieved in the specified time.
Note : Intending tenderer may submit physical activities/mile stones on the basis of their resources and
methodology at the time of tendering corresponding to physical mile stones /stages as indicated in the
above table. These shall be formed part of agreement after approval of the accepting authority,
otherwise it would be assumed that agency agree with the above mentioned physical mile stones.

Correction—Nil Deletion—Nil Insertion—Nil Overwriting—Nil

AE(P) AE(E)
58

SAMPLE ACCOMMODATION : -
The contractor shall construct one Sample Room and one Toilet Block complete in all
respects including all Civil works and Electrical fittings/ fixtures, not later than 270 days. The
sample accommodations shall be inspected and approved by the Engineer-in-Charge. Slight
changes with regard to the fixtures/ fittings/ details/ dimensions etc. may occur as per the
actual requirement or in order to enhance the functionality of the product or the unit. Thus, the
procurement for all the internal fittings/fixtures/ fabricated material and other material etc. shall
be done by the contractor only after the approval of the one Sample Room and one Toilet
Block. A penalty @Rs. 10,000/- per week shall be levied on the contractor in case of their
failure to construct the sample accommodations within the stipulated period mentioned above
and shall not be refunded. However, total penalty in all the cases i/c compensation under
clause-2 shall not exceed 10% of tendered amount.

Time allowed for execution of work :- 540 days

Authority to decide
i. Extension of time Authority to convey the decision of shifting of
milestone and extension of time
Executive Engineer, Katra, CPWD,
or his Successor thereof after approval of
NIT approving authority

ii. Re-scheduling of Mile stones Superintending Engineer-Jammu,


or his Successor thereof.)

iii Shifting of date of start in case of Superintending Engineer-Jammu,


delay in handing over of site or his Successor thereof.)

PROFORMA OF SCHEDULES
Clause 5.1 (a) : Schedule of handing over of site

Part Portion of site Description Time period for


handing
over reckoned from
date of issue of letter
of intent
Part A Portion without any Full site is available . ***
hindrance
Part B Portions with *** ***
encumbrances
Part C Portions *** ***
dependent on
work of other
agencies
*** To be filled by Executive Engineer

Correction—Nil Deletion—Nil Insertion—Nil Overwriting—Nil

AE(P) AE(E)
59

Clause 5.1 (b) : (i) Schedule of handing over of Architectural and / Strucutural drawings

S.N Types of drawings Description


o.
a) Architectural drawings Architectural drawings will be issued after
awarding the work.
b) Strucutural drawings Strucutural drawings for foundation and columns
shall be issued immediately after awarding the
work and balanced drawings will be issued in
Phased Manner as per site requirement .

(ii) Schedule of rate of recovery for delay in submission of the monthly Time and Progress
Chart and Progress Report.

Sl No. Recovery per Week basis Authority to decide

1 Rs. 10000.00 Superintending Engineer , Jammu, CPWD,


Jammu or his successor thereof.
Clause-6
(i) Mode of measurement e-MB through ERP

Clause 7
Gross work to be done together with net
payment /adjustment of advances for material
collected, if any, since the last such payment Rs. 500.00 lakhs
for being eligible to interim payment. (except
1st& final bill)

Clause 7A
(i) Whether clause 7A shall be applicable Yes,
No Running Account Bill shall be paid for the
work till the applicable labour licenses,
registration with EPFO, ESIC and BOCW
Welfare Board, whatever applicable as submitted
by the Bidder to the Engineer-in Charge.

Clause 8A
Recovery on account of Failure in submission of Completion Plans by the Contractor

Sl Recovery after 30 days of Authority to decide


No. completion of the work
1 0.1 % of accepted Tendered Value Superintending Engineer , Jammu, CPWD,
of Work or Rs. 15 lakhs whichever is Jammu or his successor thereof.
more.

Correction—Nil Deletion—Nil Insertion—Nil Overwriting—Nil

AE(P) AE(E)
60

Clause-10A:-
List of testing
equipment to be
provided by the As per Appendix – I
contractor at site
lab.

Clause 10B (ii)


Mobilisation Advance

Whether clause 10B(ii) shall be Yes


applicable

Clause 10 C:- N/A

Clause10CC: Applicable

S. No. Relevant Component of Material/ Labour for price Percentage of total value of work
escalation
1. Component of Cement 14.00%
2. Component of Labour 20.00%
3. Civil component of other Construction Materials 34.00%
4. Electrical and Mechanical (E&M) Component of 12.00%
Construction Materials
5. Component of POL (Diesel) --
6. Reinforcement steel bars/ TMT bars/ Structural steels 20%
(including strands and cabels)
7. Component of Bitumen --
Total 100 %

Clause11 Specifications to be followed for execution ofwork


2.As per CPWD Specifications 2019 Volume- I & II with corrections
Civil work: slips up to the last date of submission of bid & as per direction of
Engineer-in-charge.
2. CPWD Green Rating Manual 2021.
3. CPWD Manual on Accessible Built Environment 2019.

Clause-12:-Type of Work: Original Work (Construction Work).

12.2 C Deviation limit beyond which


clause 12.2 C shall apply 100%
for building work in
superstructure.

12.4 (i) Deviation limit beyond which


clause 12.2 C shall apply 100%
for building work in foundation

Correction—Nil Deletion—Nil Insertion—Nil Overwriting—Nil

AE(P) AE(E)
61

(iii) Deviation limit for items in


Earth work Sub-head of DSR 100%
and related items

Clause 16

Competent Authority for deciding reduced rates. 1. SE(Jammu) CPWD, Jammu or his
Successor thereof.- upto 5% of
contract amount.
2. ADG(Jammu) – beyond 5% of
contract amount

Clause19 Penalty for each default–

Clause 19C Authority to decide penalty for Executive Engineer, Katra Division CPWD, or
each default his successor thereof.
Clause 19D Authority to decide penalty for Executive Engineer, Katra Division CPWD, or
each default his successor thereof.
Clause 19G Authority to decide penalty for Superintending Engineer, Jammu,CPWD,
each default Jammu or his successor thereof.
Clause 19K Authority to decide penalty for Executive Engineer, Katra Division CPWD, or
each default his successor thereof.

Clause-25:
1. Conciliator – As per approval of ADG(Jammu).
2. Arbitrator appointing authority – ADG(Jammu)
3. Place of Arbitration: Jammu

Clause 32

A. The Requirement of Technical Representative(s) and Recovery Rates:

S. Qualification Discipline No. Minimum Designation Rate at which recovery


No. Experience shall be made from the
Contractor in the event
(Years) of not fulfilling
provision of clause -32
20 (and
having
Project Manager
Graduate experience of
1 Civil 1 ( Degree in Civil Rs. 60,000/- per month
Engineer one similar
Engineering )
nature of
work)
12 (and
having
experience of
Graduate Deputy Project Rs. 40,000/- per Month
2 Civil 2 one similar
Engineer Manager per person
nature of
work)

Correction—Nil Deletion—Nil Insertion—Nil Overwriting—Nil

AE(P) AE(E)
62

Graduate
Engineer
5 or 10 Project/Site Rs. 25,000/- per month
3 or Civil 4 Respectively Engineer per person
Diploma
Engineer
Graduate Quality Rs. 25,000/- per month
4 Civil 1 8
Engineer Engineer per person
Diploma Rs. 15,000/- per month
5 Civil 1 8 Surveyor
Engineer per person
Project
Graduate Rs. 20,000/- per month
6 Civil 1 6 Planning/billing
Engineer per person
Engineer

Note:
Assistant Engineers retired from Government services,who are holding Diploma will be treated at par with Graduate
Engineers. Diploma holder with minimum 10-years relevant experience with a reputed construction company can be
treated at par with Graduate Engineers for such deployment subject to the condition that such diploma holders should not
exceed 50% of requirement of degree engineers.
The above given strength shall be required to be deployed as and when necessity arises at site or so directed by
Engineer-in-charge.

The Bidder shall submit a certificate of employment of the technical representative(s) (in the form of copy of
Form -16 or CPF deduction issued to the Engineers employed by him) along with every account bill/final bill
and shall produce evidence of regular physical availability of such engineers on the above project if at any
times so required by the Engineer-in-charge.
Clause 38: Applicable as given below
i) Schedule/statement for determining : Delhi Schedule of Rates 2023 with
theoretical quantity of cement & bitumen amendments up to the date of
based on Delhi Schedule of Rates submission of bid.

ii) Variations permissible on theoretical quantities.


(a) Cement : 3% plus/minus
(b) Bitumen for all works. : 2.5% Plus only & nil on minus side.
(c) Steel Reinforcement and structural steel : 2% Plus/minus
sections for each diameter, section and
category
(d) All other materials : Nil

Correction—Nil Deletion—Nil Insertion—Nil Overwriting—Nil

AE(P) AE(E)
63

Appendix-I

ESTABLISHING SITE LABORATORY AND TESTING OF MATERIALS FOR CIVIL

Equipment’s for conducting necessary tests (as per CPWD Specifications 2019 Volume-I) shall be
provided and installed at site in the well-furnished site laboratory by the agency at his own cost. The
following laboratory equipment should be in general or as and when required be set up at site laboratory: -
S.No. Equipment Numbers
1. Cube testing machine 2

2. Slump cone, steel plate, tamping rod, steel scale, scoop 5 set
3. Vicat Apparatus with Desk pot 2
4. Pumps and pressure gauges for hydraulic testing of pressure 2
Pipes
5. Weighing scale platform type 100 Kg capacity 2
6. Graduated glass measuring cylinder 4
7. Sets of sieves of 450mm internal dia for coarse aggregate [100mm, 80mm, 2 sets
40mm; 2mm; 12.5mm,10mm; 4.75mm complete with lidand
pan]
8 Sets of sieves of 20mm internal dia for fine aggregate [4.75mm; 2.36mm; 2 sets
1.18mm; 600 microns; 300 microns & 150 microns, with lid and pan]

9 Sieve Brushes and sieve shaker capable of 20mm and 300mmdia 2


sieves, manually operated with timing switch assembly
10 Cube mould size 70mmx70mmx70mm 12
11 Cube mould size 150 mm x 150 mm x 150mm (ISI Marked) 100
12 Ultrasonic pulse velocity Test Equipment (For concrete) 1
13 Hot air oven temp. Range 50°C to 300°C- sensitivity 1 degree 2
14 Electronic balance 600gx0.1g., 10kg and 50 kg 2
15 Physical balance weight up to 5 kg 2
16 Digital thermometer up to 150oc 3
17 Measuring jars 100ml, 200 ml, 500ml 5 Nos each
size
18 Gauging trowels 100mm & 20mm with wooden 5
Handle
19 Spatula 100mm & 20mm with long blade wooden handle 5
20 Vernier Calipers 12” & 6” size 3 each

21 Digital PH meter least count 0.01mm 3


22 Digital Micrometer least count. 0.01mm 3
23 Digital paint thickness meter for steel 500 micronsRange 1
24 GI tray 600x450x50mm, 2 Nos each
450x300x40mm,300x250x40mm
25 Electric Motor mixer 0.25 cum capacity 2

Correction—Nil Deletion—Nil Insertion—Nil Overwriting—Nil

AE(P) AE(E)
64

26 Rebound hammer test digital rebound hammer 2


27 Screw gauge 0.1mm-10mm, least count 0.05 2
28 Water testing kit 2
29 Pruning Rods 2 Kg weight length 40 cm and ramming face 25 mm2 4
30 Extra Bottom plates for 15 cm cube mould 12
31 Standard Vibration Table for gauging the cubes 2
32 Concrete temperature measuring thermometer with Brass protection 3
sheath 0- 100 degree centigrade
33 Dial type spring balance preferable with zero correction knob 2
capacity 100 kg. reading to ½ kg.
34 Counter scale capacity 1 kg and 10 kg 2
35 Iron Weight of 5 kg, 2 kg, 1 kg, 500 gm, 20 gm, 100 gm 2each
36 Brass Weight of 50 gm, 2 gm, 10 gm, 5 gm, 2 gm, 1 gm 2each
37 Pyrex, corning or Borosil beakers with cover capacity 500 ml, 20ml, 3 each
50 ml
38 Wash Bottles capacity 500 ml 6
39 Set of box spanner ratchet 3
40 Hammer 1lb& 2lb 3 each
41 Measuring tape (5m and 100 metre) 4 each
42 Shovels& Spade 6
43 Floor Brushes, hair dusters, scrappers, wire brush, paintbrushes, 2 each
shutter steel plat oil, kerosene with stove etc.
44 Any other equipment for site tests as outlined in BIS codesand as As per
directed by the Engineer-in-charge. Requirement
45 Concrete Core cutter machine 2 No.

Correction—Nil Deletion—Nil Insertion—Nil Overwriting—Nil

AE(P) AE(E)
65

Appendix-II
LIST OF MINIMUM PLANT AND EQUIPMENT REQUIRED AT SITE(civil)
Sl. No. Equipment Numbers
1. Builders hoist or as per site requirement 2
2. Centralized concrete batch mix plant of capacity 60 cum per hour(fully 1
automatic with computer control)
3. Excavator cum loader (JCB 3D model or equivalent) or as per site requirement. 3
4. Compressor machine minimum 20 CFM with rock Breaker. 2
5. DG set of minimum capacity 62.5 KVA. 2
6. Mini batching plant (6 cum./hr.). 1
7. Transit mixers. As per
requirement
(Minimum 2)
8. Concrete pump 2
9. Boom placer for concrete (6 storey lift or 30m) 2
10. Needle Vibrators(All required size) 12
11. Screed leveler. 3
12. Plate Vibrator 3
13. Automatic Ring making machine(Reinforcement) 2
14. Dumper/Tipper As per
requirement
(Minimum 10)
15. Reinforcement bending machine. 2
16. Reinforcement cutting machine. 2
17. Power driven earth rammer (Soil compactor). 2
18. Total station for survey 2
19. Water tanker (Minimum capacity of 5000 liters). 4
20. Welding machine 400 Ampere. 4
21. Screener for coarse sand and fine sand. 3
22. Centrifugal mono block water pump minimum capacity 2 HP 4
23. As per site
Road roller / Vibratory roller 8 to 10 tonnes. requirement
24. Drilling machine. 3 Nos.
25. Steel Shuttering with necessary tubular pipe props. As per
requirement
(Minimum 6000
sqm)
26. Double steel scaffolding and staging materials. As per
requirement
(Minimum 10000
sqm)
27. Air compressor. 2 Nos.
28. Floor grinding/polishing machines. 5 Nos.
29. Granite cutting machine. 4 Nos.
30. Ceramic tile cutting machine. 5 Nos.
31. Granite polishing machine. 4 Nos.
32. Granite hand polishing machine. 4 Nos.
33. Mobile tower crane. As per
requirement
(Minimum 1
Nos.).
Correction—Nil Deletion—Nil Insertion—Nil Overwriting—Nil

AE(P) AE(E)
66

34. Vacuum dewatering machine for concrete. 2


35. Good quality Camera and handycam for taking photographs and video recording
of major activities for record purpose and for quality assurance. 1 each
36. Any other machinery required for completion of the work as per decision of As per Actual
Engineer-in-charge. Requirement
Note: 1. The above list is only indicative and not exhaustive. The Bidder may be required to deploy more T&P as per
requirement of work.
2. All the above plants &equipment’s are to be deployed as and when required or directed by Engineer-in-Charge.

Correction—Nil Deletion—Nil Insertion—Nil Overwriting—Nil

AE(P) AE(E)
67

GENERAL CONDITIONS &


SPECIFICATIONS

Correction—Nil Deletion—Nil Insertion—Nil Overwriting—Nil

AE(P) AE(E)
68

GENERAL CONDITIONS
General Specifications, for construction
1. Except for the items, for which particular Specifications are given or where it is specifically
mentioned otherwise in the description of the items, the work shall generally be carried out in
accordance with the Specifications of CPWD, with upto date correction slips (hereinafter to be
referred to as CPWD Specifications). Wherever CPWD Specifications are silent, the latest IS
Codes/Specifications, relevant IS codes of latest edition, MoRTH Specifications or any other
Specifications shall be followed.
2. The order of precedence in case of any confusion/dispute will be as follows:
i) Description of nomenclature of items in CPWD DSR, 2021 or as per biddingdocuments.
ii) Particular Specifications and special conditions for civil & electrical works.
iii) General condition & additional condition of bid documents.
iv) Final approved Architectural and Structural drawings.
v) CPWD Specifications with uptodate correction slips for civil and electrical works as
applicable.
vi) Indian Standard Specifications of B.I.S / MoRTH specification.
vii) Manufacturer’s Specifications.
viii) Sound engineering practices.
3. A reference made to any Indian Standard Specifications in these documents, shall imply to the
latest version of that standard, including such revisions / amendments as issued by the Bureau of
Indian Standards up to last date of receipt of tenders. The Contractor shall keep at his own cost all
such publications of relevant Indian Standard applicable to the work atsite.
4. The agency shall construct suitable temporary site office with toilet and drinking water facility for
not less than 10 nos. persons and conference room for 20 person, site laboratory & display room
not less than 100 sqm area at location as specified by Engineer –in-Charge, including but not
limited to following-
a) The site office accommodation of minimum 150 sqm area shall be provided with all necessary
furniture like, 5- executive chair and, 10-visitors chair, 20-chair for conference room, 4 office
table, and one conference table for 20 seats fitted with all electrical items like light, fans, Air
conditioners, all office utilities, 65” LED screen with HDMI port in Conference Room etc. and
complete wiring, water supply, sewerage and drainage etc. The contractor shall provide the office
accommodation within 01 (One) month from the date of commencement of work failing which
the compensation @ Rs.1,00,000/- per month shall be recovered from the contractor.
b) The contractor shall arranges to maintain the site office which includes watch and ward, day to
day up keeping of the building and surroundings, periodic white washing/colour washing of the
building including utilities, payment of electrical/water supply bill setc.

Correction—Nil Deletion—Nil Insertion—Nil Overwriting—Nil

AE(P) AE(E)
69

c) The cost of construction, cost of all furniture, fittings/fixtures /electrical fittings etc. and cost of
maintenance and the related service charges of the building, payment of electricity bills/water
charges etc.( till 2 Months extra after completion of project and handing over to client) is
deemed to be included in the quoted rates of work and nothing extra shall be payable. After
completion of work, the site office accommodation shall be the property of the contractor and
dismantle the site office and cleaned.This site office accommodation shall be maintained properly
till completion of work and no claim what so ever shall be entertained on the ground whether the
delay in completion of work has been attributable to the Department or to the contractor.

5. Agency shall make his own arrangement of water, electricity & generator to be used in work.
Department will not provide the above facility.

6. Samples including brand / quality of materials and fittings to be used in the work shall be got
approved from the Engineer-in-charge well in advance of actual execution and shall be preserved
till the completion of thework.

7. The cost of work shall be inclusive of pumping out or bailing out water if required for which no
extra payment will be made. This will include water encountered from any source, such as rains,
floods, and sub-soil water table being high due to any other cause whatsoever.

8. The following modifications to the above Specifications shall however apply:


a) All stone aggregates shall be hard, confirming to IS: 456:2000 stone aggregate to be obtained
from approved quarries.
b) Sand to be used for cement concrete work, mortar for masonry and plaster work shall be of
standard quality. Sand shall be obtained from approved quarry and screened as required. The
same shall be clean and consist of hard material.

c) Fly Ash F.P.S. Bricks of class designation 7.5 N/mm2 shall be used. Fly Ash Brick shall be
obtained from manufacturer as approved by the Engineer-in-charge.
9. Unless otherwise specified in the schedule of quantities, the rates tendered by the contractor shall
be inclusive of all cost & taxes and shall apply to all leads and lifts and nothing extra shall be
payable on thisaccount.
10. The rates for all items of work shall, unless clearly specified otherwise, include cost of all labour,
material, tools and plants and other inputs involved in the execution of theitem.
11. The foundation trenches shall be kept free from water while works below ground level are in
progress.

12. No foreign exchange shall be made available by the Department for importing (purchase) of
equipment, plants, machinery, materials of any kind or any other items required to be carried out
during execution of the work. No delay and no claim of any kind shall be entertained from the
Contractor, on account of variation in the foreign exchangerate.

Correction—Nil Deletion—Nil Insertion—Nil Overwriting—Nil

AE(P) AE(E)
70

13. All ancillary and incidental facilities required for execution of work like labour camp, stores,
fabrication yard, offices for Contractor, watch and ward, temporary structure for plants and
machineries, water storage tanks, installation and consumption charges of temporary electricity,
telephone, water etc. required for execution of the work, liaison and pursuing for obtaining
various No Objection Certificates, completion certificates from local bodies etc., protection
works, testing facilities / laboratory at site of work, facilities for all field tests and for taking
samples etc. during execution or any other activity which is necessary (for execution of work and
as directed by Engineer-in-Charge), shall be deemed to be included in rates quoted by the
Contractor, for various items in the schedule of quantities. Nothing extra shall be payable on these
accounts. Before start of the work, the Contractor shall submit to the Engineer-in-Charge, a site /
construction yard layout, specifying areas for construction, site office, positioning of machinery,
material yard, cement & other storage, fabrication yard, site laboratory, water tanketc.
14. For completing the work in time, the Contractor might be required to work in two or more shifts
(including night shifts). No claim whatsoever shall be entertained on this account, not with-
standing the fact that the Contractor may have to pay extra amounts for any reason, to the
labourers and other staff engaged directly or indirectly on the work according to the provisions of
the labour and other statutory bodies regulations and the agreement entered upon by the
Contractor with them.
15. All material shall only be brought at site as per program finalized with the Engineer-in- Charge.
Any pre-delivery of the material not required for immediate consumption shall not be accepted
and thus not paidfor.
16. The cost of flooring is inclusive of providing sunken flooring in bath-rooms, kitchen, etc. and
nothing extra on this account shall be payable.
17. Any legal or financial implications resulting out of carriage of earth from outside or disposal of
earth shall be sole responsibility of the contractor. Nothing extra shall be paid on this account.
18. The work should be planned in a systematic manner so that chase cuttings in the walls, ceilings
and floors are minimized. Wherever absolutely essential, the chase shall be cut using chase
cutting machines. Chases will not be allowed to be cut using hammer / chisel. The electrical
boxes should be fixed in walls simultaneously while raising the brick work. The contractor shall
ensure proper coordination of various disciplines services.
19. All the hidden items such as water supply lines, drainage pipes, conduits, sewers etc. are to be
properly tested as per the design conditions submitted before covering.
20. QualityAssurance
a) The contractor shall ensure quality control measures on different aspects of construction
including materials, workmanship and correct construction methodologies to be adopted.
b) The contractor shall get the source of various raw materials namely aggregate, cement, sand,
steel, water etc. to be used on the work, approved from the Engineer-in-Charge and trial mixes
for controlled concrete shall be done using the approved materials. The contractor shall stick
to the approved source unless it is absolutely unavoidable. Any change shall be done with the
prior approval of the Engineer-in-Charge for which tests etc. shall be done by the contractor at
his own cost.
c) Similarly, the contractor shall submit brand/make of various materials to be used for the
approval of the Engineer-in-Charge along with samples and once approved, he shall stick to it.
Any change will have to be got approved from engineer in charge in advance.

Correction—Nil Deletion—Nil Insertion—Nil Overwriting—Nil

AE(P) AE(E)
71

d) The contractor shall submit drawings of staging and shuttering arrangement, stone cladding
and other works including mock work as desired by Engineer-in-Charge for his approval
before execution. The contractor shall also submit bar bending schedule for approval of
Engineer-in- Charge before execution.

21. The contractor shall depute Quality Manager exclusively for enforcement of quality control. For
other staff to be deployed for quality assurance, the contractor may refer to clause 32 under
schedule “F”attached.

22. Safety Precautions


a) Contractor shall within two weeks of award of work, submit to the Engineer-in-Charge for his
approval, list of measures for maintaining safety of manpower deployed for construction and
avoidance of accidents. The contractor shall comply to safety, health and environment hand book
of CPWD.
23. Scaffolding
For faciawork, outer finishing and other RCC works etc. double steel scaffolding having two sets
of vertical supports with steel staircase for inspection of works by engineer in charge shall
beused. The supports shall be sound and strong, tied together with horizontal piece over which
scaffolding planks shall be fixed.
24. Samples ForTesting:-
Samples of all materials required for testing is included in the cost of work. Similarly all testing
in house shall be borne by the contractor. If the sample is tested through external lab, testing
charges shall be borne by contractor.If any load testing or special testing is to be done for any
sample whose strength is doubtful, the cost of the same shall also be borne by the contractor.
In case there is any discrepancy in frequency of testing as given in list of mandatory tests and that
in individual sub-heads of work as per CPWD Specifications, higher of the two frequencies of
testing shall be followed.

The contractor has to establish field laboratory at site and as per list including all necessary
equipment for field tests at his own cost within one month from the award ofwork.

25. The contractor should submit for approval of Engineer-in-Charge workshop drawings and
samples of the work to be performed under the specified items of work before actually
commencing the mass execution of the work under the item. For this they will prepare a sample
Room complete in all respect i/c One toilet block for approval of Engineer-in-charge of work.
No extra payment shall be made on this account.
26. Maintenance of Register of Tests
(i) All the registers of tests carried out at construction site or in outside laboratories shall be
maintained by the contractor which shall be issued to the contractor by Engineer-in- Charge in the
same manner as being issued to CPWD field staff.
(ii) All samples of materials including cement concrete cubes shall be taken jointly with contractor by
JE and out of this at least 50% samples shall be taken in presence of AE in charge. If there is no
JE, all samples of materials including cement concrete cubes shall be taken by AE jointly with
contractor. All the necessary assistance shall be provided by the contractor. Cost of sampling are
to be borne by the contractor and he shall be responsible for safe custody of samples to be tested
at site/ out side laboratory.
Correction—Nil Deletion—Nil Insertion—Nil Overwriting—Nil

AE(P) AE(E)
72

(iii) All the tests in field lab at construction site shall be carried out by the Engineering staff deployed
by the contractor and shall be witnessed by the representative of engineer in-charge
(iv) All the entries in the registers will be made by the designated Engineering Staff of the contractor
and same shall be regularly reviewed by JE/AE/EE/SE.
(v) Contractor shall be responsible for safe custody of all the test registers.

(vi) Submission of copy of all test registers, Material at site register along with each alternate Running
Account Bill and Final Bill shall be mandatory. These registers should be checked in division
office and receipts of registers should also be acknowledged by Accounts Officer.
(vii) If all the test registers are not submitted along with alternate R/A Bill & Final Bill, no payment
will be released to the contractor.

27. Maintenance of Material at Site (MAS)Register-


(i) All the MAS Registers including cement and Steel Registers which shall be issued to the
contractorby Engineer-in-Charge shall be maintained by Contractor at site and shall be open for
inspection by the Department.
28. Some restrictions may be imposed by the district administration/client on the working and on
movement of labour, materials etc in the campus. The contractor shall be bound to follow all such
restrictions / instructions. Executive Engineer-in-charge of work will issue the identity cards to all
persons authorized by him to do work / visit the work site and no claim whatsoever shall on this
account will been entertained.
29. The contractor shall submit to the Engineer-in-charge on the 7th day of each month, 2 hard copies
and one in soft copy of monthly progress report of work. Such progress report will include the
project progress, summary, work progress (planned vs actual), CPM chart in MS Project or
Primavera, status of financial progress and achievement of milestone, manpower deployment
status, inventory of materials and photographs of important activities. For delay in submission of
the report, compensation as mentioned in Schedule – ‘F’ will be recovered from the amount
payable to the contractor.

30. The contractor(s) shall inform/issue notices to the Municipality, police and other authorities
that may be required as per law and obtain all requisite permission/ licenses for temporary
obstructions, enclosures etc. Contractor(s) shall pay all fee, taxes and charges which may be
liveable on account of these operations in executing the contract. He shall make good any damage
to the property whether public or private and shall supply and maintain lights either for
illumination or for cautioning the public at night. The contractor(s) shall do the barricading
enclosing the area as per direction of Engineer-in-charge, and nothing extra will be payable on
this account.

31. The Contractor(s) shall take all precautions to avoid accidents by exhibiting necessary caution
boards day and night, speed limit board, red flags, red lights and providing barriers. He shall be
responsible for all damages and accidents caused to existing/new work due to negligence on his
part. No hindrances shall be caused to traffic during the execution of the work. In case of any
accident of labours / contractual staff’s the entire responsibility will rest on the part of the
contractor and any compensation under such circumstances if becomes payable the same shall be
entirely borne by the contractor and department shall have no role on this account.
Correction—Nil Deletion—Nil Insertion—Nil Overwriting—Nil

AE(P) AE(E)
73

32. The contractor(s) shall take instructions from the Engineer-in-Charge regarding collection and
stacking of materials at any place. No excavated earth or building rubbish shall be stacked on
areas where other buildings, roads, services and compound walls are to be constructed. The
stacking shall take place as per stacking plan however, if any change is required, the same shall
be done with the approval of Engineer-in-Charge.

33. Contractor(s) shall provide permanent bench marks, flag tops and other reference points for the
proper execution of work and these shall be preserved till the end of the work. All such reference
points shall be in relation to the levels and locations, given in the Architectural and plumbing
drawings.
34. The contractor shall make adequate arrangement for barricading as directed by the
Engineer-in-Charge to cover the entire construction site from all sides including all T&P
and materials. The requirement of providing and fixing barricades at site shall be decided
as per the direction and approval of Engineer-in-Charge. The barricading shall be provided
continuously during the execution of the entire work till completion and shall not be
removed at any stage without prior approval of the Engineer-in-Charge. The barricading
board / sheets i/c frame work provided by the contractor shall be the property of the
contractor after completion of the work. The height of barricading will be minimum 8.0
meter from natural ground level. Nothing shall be payable in this regards. The barricading
shall include the following:
a. Designing of barricading with MS Zinc Aluminum alloy coated painted sheets of thickness 0.6
mm with MS structural steel frame firmly fixed in ground to ensure proper stability against wind.
b. Reflective signs, direction boards, marking of logo, etc as directed by the Engineer-in Charge.
c. Cleaning of barricading so as to ensure that there is no dirt or splashes on the barricading.
d. Installation of temporary warning signs / lamps on all barricades as directed by the Engineer-in-
Charge.
e. Shifting and re-fixing in position as per the direction of the Engineer-in-Charge and all incidentals
to execute the job.
f. Repainting of the barricading as directed by the Engineer-in-Charge.
g. Proper maintenance of the barricading till completion of the work by repairing / replacing the
damaged barricade.
35. Entry to all the site shall be controlled for proper security of men and materials and to avoid
accidents.
36. On completion of work, the Contractor(s) shall submit at his own cost four prints of “as built”
drawings to the Engineer-in-Charge. These drawings shall have the following information.
a. Run off / discharge of all piping and their diameters including soil waste pipes and vertical
stacks with detailed layout plan.
b. Ground and invert levels of all drainage pipes together with locations of all manholes and
connections, upto out fall.
c. Run off of all water supply line with diameters, locations of control valves, access panel setc.
37. Water tanks, taps/Automatic Sensor Taps, sanitary, water supply and drainages pipes, fittings
and accessories should conform to the Specifications provided in bidding documents, if CPWD
Specifications are not available, NBC – 2016, BIS codes shall be followed.
38. The contractor shall give performance test of the entire installation(s) as per the Specifications &
codes in the presence of the Engineer-in-charge or his authorized representative before the work
Correction—Nil Deletion—Nil Insertion—Nil Overwriting—Nil

AE(P) AE(E)
74

is finally accepted and nothing extra what-so-ever shall be payable to the contractor for the test.
39. Any cement slurry added over base surface for continuation of concreting for better bond is
deemed to have been built in the items and nothing extra shall be payable and no extra cement
considered in consumption on this account.
40. The Contractor shall bear all incidental charges for cartage, storage and safe custody of materials
issued by department/arranged by the contractor.

41. (a) WATER PROOFING TREATMENT OF ALL TYPES OF WORK:The water proofing
work shall be carried out by specialized water proofing agencies. The Contractor(s) shall submit
for the approval of the Engineer-in-Charge, the names of specialized agencies, of repute along
with their technical capability proposed to be engaged by him, who have executed satisfactorily
a minimum of three works of value not less than 40% of corresponding value each or two
works of value not less than 60 % each or one work of value not less than 80% of
corresponding amount in the last five years.
42. The work shall be carried out in accordance with the Detailed Architectural drawings (GFC) and
structural drawings issued after approval of BIM model, to be prepared and submitted by
architectural/structural consultants engaged by SMVDSB, Katra, duly vetted and
approved by the Engineer-in-Charge. Before commencement of any item of work, the contractor
shall correlate all the relevant architectural and structural drawings, nomenclature of items and
Specifications etc. issued for the work and satisfy himself that the information available there
from is complete and unambiguous. The figure and written dimension of the drawings shall be
superseding the measurement by scale. The discrepancy, if any, shall be brought to the notice of
the Engineer-in-charge before execution of the work. The contractor alone shall be responsible for
any loss or damage occurring by the commencement of work on the basis of any erroneous and or
incomplete information and no claim whatsoever shall be entertained on this account.

43. Programme Chart and Progress Monitoring


(i) The Contractor shall prepare an integrated programme chart in MS Project, Primavera software
for the execution of work, showing clearly all activities from the start of work to completion,
with details of manpower, equipment and machinery required for the fulfillment of the
programme within the stipulated period or earlier and submit the same for approval to the
Engineer-in-Charge within ten days of award of the contract.

(ii) The programme chart should include thefollowing:


a) Descriptive note explaining sequence of the various activities.
b) Network (PERT/CPM/BAR CHART) in MS Project/Primavera Software
c) Programme for procurement of materials by the contractor.
d) Programme of procurement of machinery / equipment having adequate capacity,
commensurate with the quantum of work to be done within the stipulated period, by the
contractor. In addition to above to achieve the progress of work as per programme, the
contractor must bring at site.
Shuttering and scaffolding material as specified in Schedule ‘F’ required for cement
concrete and R.C.C. works for entire One floor before 15 days of the stage of RCC work
in slab till the completion of entire RCC work. The construction agency shall submit
shuttering schedule adequate to complete structure work within laid down physical
milestone etc.
Correction—Nil Deletion—Nil Insertion—Nil Overwriting—Nil

AE(P) AE(E)
75

e) CCTV camera IP based of appropriate specifications shall be installed at site covering all
areas of constructions activity. These cameras will be integrated with an application so
that the site activities could be observed by authorised CPWD engineers from any remote
location in real time.
(f) If at any time, it appears to the Engineer-in-Charge that the actual progress of work does
not confirm to the approved programme referred above, the contractor shall produce a
revised programme showing the modifications to the approved programme to ensure
completion of the work. The modified schedule of programme shall be approved by
Superintending Engineer, Jammu. Non-submission of such revised programme shall
attract the recoveries as mentioned in schedule“F”.
(f) The submission for approval by the Superintending Engineer, Jammu of such
programme or the furnishing of such particulars shall not relieve the contractor of any of
the duties or responsibilities under the contract. This is without prejudice to the right of
Superintending Engineer, Jammu to take action against the contractor as per terms and
conditions of the agreement.
44. The work is to be carried out in more than one shift or at nights to complete the work in targeted time
period for which nothing extra shall be paid. Normally contractors shall not allowed to execute the RCC,
electrical and finishing work at night. The contractor has to take permission from the police authorities etc.
if required and in such situation the contractor shall make available to the department, proper means of
communication such as inspection Vehicle etc. at his own cost.
45. Existing drains, pipes, cables, over-head wires, sewer lines, water lines and similar service encountered in
the course of the execution of work shall be protected against the damage by the contractor at his own
expense. In case the same are to be removed and diverted, same also be shifted or removed by the
contractor for which necessary payment shall be made to the contractor on agreement rates.

46. The contractor shall be responsible for the watch and ward / guard of the buildings safety,
fittings and fixtures provided by him against pilferage and breakage during the period of
installations and thereafter till the building is physically handed over to the Shrine Board
Authorities. No payment shall be made on this account.
47. Sample of materials: BIS marked materials except otherwise specified shall be subjected to
quality test at the discretion of the Engineer-in-Charge besides testing of other materials as per the
Specifications described for the item/material. Wherever BIS marked materials are brought to
the site of work, the contractor shall, if required, by the Engineer-in-Charge furnish
manufacturer’s test certificate or test certificate from approved testing laboratory to establish that
the material / procured by the contractor for incorporation in the work satisfies the provisions of
Specifications/BIS codes relevant to the material and / or the work done.
For certain items, if frequency of tests not mentioned in the CPWD Specifications and then
relevant IS code shall be followed and tests shall be carried out as per the frequency specified
therein.
48. The contractor shall render all help and assistance in documenting the total sequence of this
project by way of photography, slides, audio-video recording etc. and no payment shall by made
on this account.

49. The contractor shall be fully responsible for the safe custody of materials brought by him/issued
to him even though the materials may be under double lock and key system.
Correction—Nil Deletion—Nil Insertion—Nil Overwriting—Nil

AE(P) AE(E)
76

50. The contractor shall procure the required materials in advance so that there is sufficient time for
testing of the materials and approval of the same before use in the work. The contractor shall
provide at his own cost suitable weighing and measuring arrangements at site for checking the
weight / dimensions as may be necessary for execution of work. The sealed samples are to be
handed over to the testing lab by contractor in the presence of Junior Engineer/Assistant
Engineer- in-Charge of work.
51. Malba, rubbish & other waste materials shall be reused at site as directed by Engineer- in-Charge
or disposed offto recycling agents. No deduction on this account shall be made from the agency as
well as no payment will be made to agency if it is disposed at pre-defined location within the
campus. Construction and Demolition Waste Management Rule 2016 shall be followed.

52. The work is to be executed in SMVDU, Kakryal, Katra. Contractor should provide his plan for
labour huts as per his requirement and get it approved from the Engineer-in-Charge. The
contractor will be provided space for labour huts etc. inside the campus. Considering the present
security reasons if it not be possible to provide site/space for the labour huts within the campus
than the same space will have to be arranged by the contractor outside the campus area and
nothing extra will be paid on that account. However within the campus area the space requirement
for the labour huts and their location, as assessed by Engineer-in-Charge shall be final and
binding

53. All the vehicles leaving the site shall be loaded in such a manner that the excavated materials,
mud or debris will not be deposited on roads. All such loads shall be covered or protected to
prevent dust being emitted. The wheels of all vehicles shall be washed properly before leaving the
site to avoid the deposition of mud and debris on the roads. The contractor shall provide a wash
pit and a wheel washing facility with high pressure water jets for this purpose. Also, the
contractor shall make necessary arrangements for sweeping and removal of mud from roads if it is
deposited even after washing of wheels of vehicles leaving site. A penalty of Rs 10,000 per day
for violation of such measures shall be levied. No payment shall be paid for providing and
maintaining this facility.

54. Pour card, checklist for Execution of work.


As and when any important item is taken up for execution, the Agency shall submit the
specifications and develop a checklist and Pour card. This sample checklist should be got approved
from the Engineer-in-charge and should be used at site. This check list should be shown to the
Engineer-in-charge or his/her designee during inspection. This procedure is to be followed for all
hidden items, CC/RCC work, Steel- reinforcement, shuttering, doors & windows, plumbing,
including water supply pipelines, roof treatment, earth filling etc.
55. Method Statement
The agency shall submit a 'Method statement' for each important activity for the approval of the
Engineer-in-charge soon after the award of work to him. The 'Methods statement' is a statement by
which the construction procedures for any activity of construction are formulated and stated in
chronological order, checked, and approved. The 'Methods statement', should have a description of
the item with elaborate procedures in steps to implement the same, the specifications of the
materials involved, their testing and acceptance criteria, equipment to be used, Precautions to be
taken, mode of measurement, etc.
Correction—Nil Deletion—Nil Insertion—Nil Overwriting—Nil

AE(P) AE(E)
77

ADDITIONAL CONDITIONS

1. The tenderer shall acquaint himself with the proposed site of work, its approach roads, working
space available etc. before quoting his rates and no claim on this account shall be entertained by
the department.
2. The contractor(s) shall get himself acquainted with nature and extent of the work and satisfy
himself about the availability of materials from kiln or approved quarries for collection and
conveyance of materials required of construction.

3. The contractor(s) shall study the Lay Out Plan, Conceptual Architectural drawings and soil
investigation report for the site, available in the office of the Executive Engineer, Katra, CPWD
on all working days between 11:00 to 16:00 hrs. and satisfy himself about complete
characteristics of soil and other parameters at site. However, no claim on the alleged inadequacy
or incorrectness of the soil data supplied by the department shall be entertained.

4. The tenderer shall see the approaches to the site. In case any approach from main road is required
at site or existing approach is to be improved and maintained for cartage of materials by the
contractor, the same shall be provided, improved and maintained by the contractor at his own
cost. No payment shall be made on this account.

5. Contractor shall take all precautionary measures to avoid any damage to adjoining property. All
necessary arrangement shall be made at his own cost.
6. The contractor shall take all necessary precautions to prevent any nuisance or inconvenience to
the owners, tenants or occupiers of adjacent properties and to the public in general and to prevent
any damage to such properties and any pollution of smoke, streams and water-ways. He shall
make good at his cost and to the satisfaction of the Engineer-in-Charge, any damage to roads,
paths, cross drainage works or public or private property whatsoever caused thereon by the
contractor. All waste or superfluous materials shall be carried away by the contractor without any
reservation entirely to the satisfaction of the Engineer-in-Charge.

7. Utmost care shall be taken to keep the noise level to the barest minimum so that no disturbance as
far as possible is caused to the occupants / users of building / adjacent properties.

8. The contractor shall establish, maintain and assume responsibility for grades, lines, levels and
bench marks. He shall report any errors or inconsistencies regarding grades, lines, levels,
dimensions to the Engineer-in-Charge before commencing work. Commencement of work shall
be regarded as the contractor’s acceptance of such grades, lines, levels and dimensions and no
claim shall be entertained at a later date for any errors found.
9. If at any time, any error in this respect shall appear during the progress of the work, the contractor
shall, at his own expense rectify such error if so required to the satisfaction of the Engineer-in-
Charge.
a. Though the site levels may be indicated in the drawings the contractor shall ascertain himself
and confirm the site levels with respect to GTS bench mark from the concerned authorities.
b. The approval by the Engineer-in-Charge of the setting out by the contractor shall not relieve

Correction—Nil Deletion—Nil Insertion—Nil Overwriting—Nil

AE(P) AE(E)
78

the contractor of any of hisresponsibilities.The contractor shall be entirely and exclusively


responsible for the horizontal, vertical and other alignment, the level and correctness of every
part of the work and shall rectify effectively any errors or imperfections therein. Such
rectifications shall be carried out by the contractor at his own cost to the instructions and
satisfaction of the Engineer-in-Charge.
10. The rates quoted by the contractor are deemed to be inclusive of site clearance, setting out work,
profile, establishment of reference bench mark, spot levels, construction of all safety and
protection devices, barriers, earth embankments, preparatory works, all testing of materials
working during monsoon, working at all depths, height and locations etc. unless otherwise
specified in the tendered document.
11. Royalty at the prevailing rates wherever payable shall have to be paid by the contractor on the
boulders, metal, shingle, sand and bajri etc. Or any other material collected by him for the work
directly to state revenue authorities and however no payment shall be made on this account.
12. The contractor shall provide at his own cost suitable weighing, surveying and leveling and
measuring arrangements as may be necessary at site for checking. All such equipment shall be got
calibrated in advance from laboratory, approved by the Engineer-in-Charge. No payment shall be made on
this account.
13. The contractor shall get the water tested with regard to its suitability and conforming to the
relevant IS Code. The contractor shall obtain written approval from the Engineer-in- Charge
before he proceeds by using the same for execution of work. The water testing charges shall be
borne by the contractor.
14. All materials obtained from Govt. Stores or otherwise shall be got checked by the Engineer-in-
Charge or his any authorized supervisory staff on receipt of the same at site before use.
15. All material shall only be brought at site as per programme finalized with the Engineer- in-
Charge. Any redelivery of the material not required for immediate consumption shall not be
accepted and thus not paid for.
16. The Architectural drawings given in the tender other than those indicated in nomenclature of
items are only indicative of the nature of the work and materials/fixings involved unless and
otherwise specifically mentioned. However, the work shall be executed in accordance with the
drawings issued by the Engineer-in-Charge.
17. All materials and fittings brought by the contractor to the site for use shall conform to the samples
approved by the Engineer-in-Charge which shall be preserved till the completion of the work. If a
particular brand of material is specified in the item of work in Schedule of Quantity, the same shall be used
after getting the same approved from Engineer-in-Charge. Wherever brand / quality of material is not
specified in the item of work, the contractor shall submit the samples as per approved list of brand names
given in the tender document / particular Specifications for approval of technical sanctioning authority. For
all other items, materials and fittings of ISI Marked shallbeused with the approval of Engineer-in-Charge.
Wherever ISI Marked material / fittings are not available, the contractor shall submit at least three
samples of materials / fittings manufactured by firms of repute conforming to relevant Specifications or IS
codes and use the same only after getting the approval to avoid delay, contractor should submit samples as
stated above well in advance so as to give timely orders for procurement. If any material, even though
approved by Engineer-in-Charge is found defective or not conforming to Specifications shall be replaced /
removed by the contractor at his own risk & cost.
18. The contractor shall ensure quality construction in a planned and time bound manner. Any sub- standard
material / work beyond set-out tolerance limit shall be summarily rejected by the Engineer-in-Charge &
contractor shall be bound to replace / remove such sub-standard / defective work immediately.
Correction—Nil Deletion—Nil Insertion—Nil Overwriting—Nil

AE(P) AE(E)
79

19. The day to day receipt and issue accounts of different grade/brand of cement shall be maintained
separately in the standard Performa by the Jr. Engineer-in-Charge/AE in- charge of work and
which shall be duly signed by the contractor or his authorized representative.
20. Cement bags shall be stored in two separate godowns, one for tested cement and the other for fresh cement
(under testing) to be constructed by the contractor at his own cost as per sketches given in C.P.W.D
Specifications with upto date correction slips having weatherproof roofs and walls. The size of the cement
go down is indicated in the sketch for guidance. The actual size of godown shall be as per site
requirements and nothing extra shall be paid for the same. The decisions of the Engineer-in-Charge
regarding the capacity needed will be final. Each godown shall be provided with a single door with two
locks. The keys of one lock shall remain with Engineer-in-Charge of the work and that of other lock with
the authorized agent of the contractor at the site of work so that the cement is issued from godown
according to the daily requirement with the knowledge of both parties. The account of receipt and issue of
cement shall be maintained in a register in the prescribed performa and signed by the contractor or his
authorized agent in token its correctness.

21. For construction works which are likely to generate malba / rubbish the contractor shall dispose of malba,
rubbish & other unserviceable materials and wastes at his own cost to the notified specified Municipal
dumping ground only and under no circumstances these shall be stacked / dumped even temporarily,
outside the construction premises. Construction and demolition waste Rule 2016 shall be followed.
22. In the event of any restrictions being imposed by the Security agency of SMVDSB, Katra or any other
authority having jurisdiction in the area on the working or movement of labour /material, the contractor
shall strictly follow such restrictions and nothing extra shall be payable to the contractor on this account.
The loss of time on this account, if any, shall have to be made up by generating additional resource setc.
23. The proposed building work is a prestigious project and quality of work is of paramount importance.
Contractor shall have to engage well experienced skilled labour and deploy modern T&P and other
equipments to execute the work. Many items like stone masonry & stone cladding work, stone flooring &
other specialized flooring work, wood work, precast RCC coffers, Polysulphide/ silicone sealant will
specifically require engagement of skilled workers having experience particularly in execution of such
items.
24. No payment shall be made for any damage caused by rain, snowfall, flood or any other natural calamity,
whatsoever during the execution of the work. The contractor shall be fully responsible for any damage to
the govt. property and work for which the payment has been advanced to him under the contract and he
shall make good the same at his risk and cost. No Hindrance accounted for this.The contractor shall be
fully responsible for safety and security of his material, T&P, Machinery brought to the site by him.

25. CONDITIONS OF CONTRACT SPECIFIC TO GREEN BUILDING PRACTICE


The contractor shall strictly adhere to the following conditions as part of his contractual obligations:-
Submission of Pollution Control Plan
(a) The contractor shall submit the detailed action plan for control of pollution and for adherence to
all the environmental guidelines/Laws/statutes/Court Orders/NGT orders/orders of pollution
control authorities through the entire period of construction at site. The detailed action plan shall
be submitted to the Engineer-in- Charge within 15 days of the stipulated date of start of work and
shall be got approved from the Engineer-in-Charge.
(b) The contractor shall arrange for control measures of all dust/noise/emission from the construction
activities at site of work and shall install screens/curtains/ covers/dust trappers etc. as per
Correction—Nil Deletion—Nil Insertion—Nil Overwriting—Nil

AE(P) AE(E)
80

guidelines/orders of the NGT/Court of law/ statutory authorities etc. No hindrance shall be


allowed, arising out of any stay/stopping of work from any court/statutory authority/NGT/Govt.
Authorities as a consequence of the contractor not adhering to any pollution control
guideline/law/order of the state bodies during the construction period. Nothing shall be paid to
the contractor on account of expenses for any dust/pollution/emission control measures at the site
of work or any delay in work due to any orders passed by any court/ statutory
authority/Govt.

(c) The contractor is strongly advised to study all dust/Noise/emission/ pollution control
norms/laws/Court Orders before bidding for the work and quote his rates accordingly for any
liability which may arise on this account during the period of construction.

PRESERVATION OF SITE CONDITION


a. The contractor shall ensure that adequate measures are taken for the prevention of erosion of
the top soil during the construction phase. The contractor shall prepare and implement the
Erosion and Sedimentation Control Plan (ESCP) as approved by the Engineer in Charge as part
of the larger Construction Management Plan (CMP). The contractor shall obtain the Erosion
and Sedimentation Control Plan (ESCP) Guidelines from the local authority and Irrigation and
Flood control department and then prepare working plan for the following month activities as a
CAD drawing showing the construction management, staging & ESCP. At no time soil should
be allowed to erode away from the site and sediments should be trapped where necessary.
b. The contractor shall ensure that all the top soil excavated during construction works is neatly
stacked and is not mixed with other excavated earth. The contractors shall take the clearance of
the Engineer in Charge before any excavation. Top soil should be stripped to a depth of 20 cm
(centimetres) from the areas to be disturbed, for example proposed area for buildings, roads,
paved areas, external services and area required for construction activities etc. It shall be
stockpiled to a maximum height of 40 cm in designated areas, covered or stabilized with
temporary seeding for erosion prevention and shall be reapplied to site during plantation,
landscaping etc. of the proposed vegetation. Top soil shall be separated from subsoil, debris
and stones larger than 50 mm (millimetre) diameter. The stored top soil may be used as
finished grade for planting areas.
c. The Contractor should follow the construction plan as proposed by the Architect /Green
Building Consultant / Engineer in Charge to minimize the site disturbance such as soil
pollution due to spilling. Use staging and spill prevention and control plan to restrict the
spilling of the contaminating material on site. Protect top soil from erosion by collection
storage and reapplication of top soil, constructing sediment basin, contour trenching,
mulchingetc.
d. No excavated earth shall be removed from the campus unless suggested otherwise by Engineer
in Charge. All subsoil shall be reused in back filling/landscape, etc as per the instructions of
the Engineer in Charge. The surplus excavated earth shall be disposed of by the contractor at
his own cost for reuse after approval from Engineer in Charge. A certificate of reuse as
required by the Engineer-in-Charge shall be submitted by the contractor.
e. The contractor shall not change the natural gradient of the ground unless specifically instructed
by the Engineer in Charge. This shall cover all natural features like water bodies, drainage
Correction—Nil Deletion—Nil Insertion—Nil Overwriting—Nil

AE(P) AE(E)
81

gullies, slopes, mounds, depressions, etc. Existing drainage patterns through or into any
preservation area shall not be modified unless specifically directed by the Engineer-in-charge.
f. The contractor shall not carry out any work which results in the blockage of natural drainage.
g. The contractor shall ensure that existing grades of soil shall be maintained around existing
vegetation and lowering or raising the levels around the vegetation is not allowed unless
specifically directed by the Engineer-in-charge
h. Contractor shall reduce pollution and land development impacts from automobiles use during
construction.
i. Overloading of trucks is unlawful and creates the erosion and sedimentation problems,
especially when loose materials like stone dust, excavated earth, sand etc. are moved. Proper
covering must take place. No overloading shall be permitted.
j. The dismantle material/building rubbish received from dismantling/demolishing shall be
dumped to the dumping ground in properly covered truck with precaution.
k. All the building material responsible for pollution shall be brought at site from sources covered
by tarpaulin and shall take all precautionary measure to ensure that no dust particles are
permitted to pollute the air quality, failure of which Agency shall be liable to pay damages as
decided by CPCB/District Administration/Local Authority or Engineer-in-charge. The decision
of Engineer-in-Charge shall be final & binding.
l. There shall be no burning of leaves, plastic etc. at construction site.

26. Construction Phase and Worker Facilities


a. The contractor shall specify and limit construction activity in pre-planned/ designated areas
and shall start construction work after securing the approval for the same from the Engineer in
Charge. This shall include areas of construction, storage of materials, and material and
personnel movement.

27. Preserve and Protect Landscape During Construction


a. The contractor shall ensure that no trees, existing or otherwise, shall be harmed and damage to roots
should be prevented during trenching, placing backfill, driving or parking heavy equipment, dumping of
trash, oil, paint, and other materials detrimental to plant health. These activities should be restricted to
the areas outside of the canopy of the tree, or, from a safe distance from the tree/plant by means of
barricading. Trees will not be used for support; their trunks shall not be damaged by cutting and carving
or by nailing posters, advertisements or other material. Lighting of fires or carrying out heat or gas
emitting construction activity within the ground, covered by canopy of the tree is not to be permitted.
b. The contractor shall take steps to protect trees or saplings identified for preservation within the
construction site using tree guards of approved Specifications.
c. Contractor should limit all construction activity within the specified area as per the
Construction Management Plan (CMP) approved by Engineer in Charge.
d. The contractor shall avoid cut and fill in the root zones, through delineating and fencing the
drip line (the spread limit of a canopy projected on the ground) of all the trees or group of
trees. Separate the zones of movement of heavy equipment, parking, or excessive foot traffic
from the fenced plant protection zones.
e. The contractor shall ensure that maintenance activities during construction period shall be
performed as needed to ensure that the vegetation remains healthy.
f. Contractor shall be required to develop and implement a waste management plan, quantifying

Correction—Nil Deletion—Nil Insertion—Nil Overwriting—Nil

AE(P) AE(E)
82

material diversion goals. He shall establish goals for diversion from disposal in landfills and
incinerators and adopt a construction waste management plan to achieve these goals. A project-
wide policy of nothing leaves the Site, should be followed, in such a case when strictly
followed, care would automatically be taken in ordering and timing of materials such that
excess does not become waste. The Contractor ingenuity is especially called towards meeting
this prerequisite/ credit (as per GHAR, MNRE). Consider recycling cardboard, metal, brick,
acoustical tile, concrete, plastic, clean wood, glass, gypsum wallboard, carpet and insulation.
Designate a specific area(s) on the construction site for segregated or commingled collectionof
recyclable material, and track recycling efforts throughout the construction process. Identify
construction haulers and recyclers to handle the designated materials. The diversion may
include donation of materials to charitable organizations and salvage of materials on-site.
g. Contractor shall collect all construction waste generated on site. Segregate these wastes based
on their utility and examine means of sending such waste to manufacturing units which use
them as raw material or other site which require it for specific purpose. Typical construction
debris could be broken bricks, steel bars, broken tiles, spilled concrete and mortar etc.
h. The contractor shall provide potable water for all workers
i. The contractor shall provide the minimum level of sanitation and safety facilities for the
workers at their camp/labour site. The contractor shall ensure cleanliness of workplace with
regard to the disposal of waste and effluent; provide clean drinking water and latrines and
urinals as per applicable standard. Adequate toilet facilities shall be provided for the workman
within easy access of their place of work. The total no. to be provided shall not be less than 1
per 30 employees in any one shift. Toilet facilities shall be provided from the start of building
operations, connection to a sewer shall be made as soon as practicable. Every toilet shall be so
constructed that the occupant is sheltered from view and protected from the weather and falling
objects. Toilet facilities shall be maintained in a sanitary condition. A sufficient quantity of
disinfectant shall be provided. Natural or artificial illumination shall be provided. All
precautions against COVID-19, as per guidelines of state and Central Govt shall be taken to
avoid infection for which nothing extra shall be paid.
j. The contractor shall ensure that air pollution due to dust/generators is kept to a minimum, preventing
any adverse effects on the workers and other people in and around the site. The contractor shall ensure
proper screening, covering stockpiles, covering brick and loads of dusty materials, wheel-washing
facility, gravel pit, and water spraying. Contractor shall ensure the following activities to prevent air
pollution during construction:
(i) Clear vegetation only from areas where work will start rightaway
(ii) Vegetate / mulch areas where vehicles do notply.
(iii) Apply gravel / landscaping rock to the areas where mulching / paving isimpractical
(iv) Identify roads on-site that would be used for vehicular traffic. Upgrade vehicular roads (if
these are unpaved) by increasing the surface strength by improving particle size, shape and
mineral types that make up the surface & base. Add surface gravel to reduce source of dust
emission. Limit amount of fine particles (smaller than 0.075mm) to 10 -20%
(v) Water spray, through a simple hose for small projects, to keep dust under control. Fine mists
should be used to control fine particulate. However, this should be done with care so as not to
waste water. Heavy watering can also create mud, which when tracked onto paved public
roadways, must be promptly removed. Also, there must be an adequate supply of clean water
nearby to ensure that spray nozzles don’t get plugged.
Correction—Nil Deletion—Nil Insertion—Nil Overwriting—Nil

AE(P) AE(E)
83

(vi) Water spraying shall be done on:


(a) Any dusty materials before transferring, loading and unloading
(b) Area where demolition work is being carried out
(c) Any un-paved main haulroad
(d) Areas where excavation or earth moving activities are to be carried out
(vii) The contractor shall ensure that the speed of vehicles within the site is limited to 10km/hr.
(viii) All material storages should be adequately covered and contained so that they are not
exposed to situations where winds on site could lead to dust / particulate emissions.
(ix) Spills of dirt or dusty materials will be cleaned up promptly so the spilled material does not
become a source of fugitive dust and also to prevent of seepage of pollutant laden water into
the ground aquifers. When cleaning up the spill, ensure that the clean-up process does not
generate additional dust. Similarly, spilled concrete slurries or liquid wastes should be
contained / leaned up immediately before they can infiltrate into the soil / ground or runoff
in nearby areas
(x) Provide barricading as per direction of Engineer-in-charge, along the site boundary, next to
a road, around batching plant or other public area.
(xi) Provide dust screens or netting to scaffold along the perimeter of thebuilding
(xii) Cover stockpiles of dusty material with impervious sheeting
(xiii) Cover dusty load on vehicles by impervious sheeting before they leave thesite
k. Contractor shall be required to provide an easily accessible area that serves the entire building
and is dedicated to the separation, collection and storage of materials for recycling including
(at a minimum) paper, corrugated cardboard, glass, plastics, and metals. He shall coordinate
the size and functionality of the recycling areas with the anticipated collections services for
glass, plastic, office paper, newspaper, cardboard, and organic wastes to maximize the
effectiveness of the dedicated areas. Consider employing cardboard balers, aluminium can
crushers, recycling chutes, and collection bins at individual work stations to further enhance
the recycling program
l. The contractor shall ensure that no construction leakage (e.g. cement slurry etc.), is allowed to
percolate into the ground. Adequate precautions are to be taken to safeguard against this
including, reduction of wasteful curing processes, collection, basic filtering and reuse. The
contractor shall follow requisite measures for collecting drainage water run-off from
construction areas and material storage sites and diverting water flow away from such polluted
areas. Temporary drainage channels, perimeter dyke/swale, etc. shall be constructed to carry
the pollutant-laden water directly to the treatment device or facility (municipal sewerline).
m. Staging (dividing a construction area into two or more areas to minimize the area of soil that
will be exposed at any given time) should be done to separate undisturbed land from land
disturbed by construction activity and material storage.
n. The contractor shall comply with the safety procedures, norms and guidelines (as applicable)
as outlined in the National Building Code 2016 and CPWD safety, health and environment
hand book. A copy of all pertinent regulations and notices concerning accidents, injury and
first-aid shall be prominently exhibited at the work site. Depending upon the scope & nature of
work, a person qualified in first-aid shall be available at work site to render and direct first-aid
to causalities. A telephone may be provided to first-aid assistant with telephone numbers of the
hospitals displayed. Complete reports of all accidents and action taken thereon shall be
forwarded to the competent authorities.
Correction—Nil Deletion—Nil Insertion—Nil Overwriting—Nil

AE(P) AE(E)
84

o. The contractor shall ensure the following activities for construction workers safety, among
other measures:
(i) Guarding all parts of dangerous machinery.
(ii) Precautionary signs for working on machinery
(iii) Maintaining hoists and lifts, lifting machines, chains, ropes, and other lifting tackles in
good condition.
(iv) Durable and reusable formwork systems to replace timber formwork and ensure that
formwork where used is properly maintained.
(v) Ensuring that walking surfaces or boards at height are of sound construction and are
provided with safety rails or belts.
(vi) Provide protective equipment; helmet setc.
(vii) Provide measures to prevent fires. Fire extinguishers and buckets of sand to be provided in
the fire-prone area and elsewhere.
(viii) Provide sufficient and suitable light for working during night time.
p. Watch and ward of the Contractor’s materials shall be his own responsibility. The storage of
material shall be as per standard good practices as specified in NBC 2016 and shall be to the
satisfaction of the Engineer in Charge to ensure minimum wastage and to prevent any misuse,
damage, inconvenience or accident. There should be a proper planning of the layout for
stacking and storage of different materials, components and equipments with proper access and
proper maneuverability of the vehicles carrying the materials. While planning the layout, the
requirements of various materials, components and equipments at different stages of
construction shall be considered.
q. The contractor shall provide for adequate number of garbage bins around the construction site
and the workers facilities and will be responsible for the proper utilization of these bins for any
solid waste generated during the construction. The contractor shall ensure that the site and the
workers facilities are kept litter free. Separate bins should be provided for plastic, glass,
metal, biological and paper waste and labelled in both Hindi and English with suitable
symbols.
r. The contractor shall prepare and submit spill prevention and control plans before the start of
construction, clearly stating measures to stop the source of the spill, to contain the spill, to
dispose the contaminated material and hazardous wastes, and stating designation of personnel
trained to prevent and control spills. Hazardous wastes include pesticides, paints, cleaners, and
petroleum products.
s. Contractor shall collect & submit the relevant material certificates for materials with high
recycled (both post-industrial and post-consumer) content, including materials like RMC mix
with fly-ash, glass with recycled content, calcium silicate board setc.
t. Contractor shall collect the relevant material certificates for rapidly renewable materials such
as bamboo, wool, cotton insulation, agrifiber, linoleum, wheat board, strawboard and cork etc.
u. Where possible, the contractor shall select materials/vendors, harvested and
manufactured regionally, within a 500-km radius of the project site.
v. Contractor shall adopt an IAQ (Indoor Air Quality) management plan to protect the HVAC
system during construction, control pollutant sources, and interrupt pathways for
contamination. He shall sequence installation of materials to avoid contamination of absorptive
materials such as insulation, carpeting, ceiling tile, and gypsum wallboard etc. He shall also
protect stored on-site or installed absorptive materials from moisture damage.
Correction—Nil Deletion—Nil Insertion—Nil Overwriting—Nil

AE(P) AE(E)
85

w. The contractor shall ensure that a flush out of all internal spaces is conducted prior to
handover. This shall comprise an opening of all doors and windows for 14 days to vent out any
toxic fumes due to paints, varnishes, polishes, etc.
x. Contractor shall make efforts to reduce the quantity of indoor air contaminants that are odorous
or potentially irritating harmful to the comfort and well-being of installer and building
occupants. Contractor shall ensure that the VOC (Volatile Organic Compounds) content of
paints, coatings and primers used must not exceed the VOC content limits mentioned below:
Paints
Non-flat - 150 g/L
Flat (Mat) - 50 g/L
Anti corrosive/ anti rust - 250 g/L
Coatings / Clear wood finishes - 350 g/L
Varnish
Lacquer - 550 g/L
Floor coatings - 100 g/L
Stains - 250 g/L
Waterproofing sealer - 250 g/L
Sanding sealer - 275 g/L
Other sealers - 200 g/L
The VOC (Volatile Organic Compounds) content of adhesives and sealants used must be less than
VOC content limits mentioned:
Architectural Applications VOC Limit (g/l less water)
Indoor Carpet adhesives - 50 g/L
Carpet Pad Adhesives - 50 g/L
Wood Flooring Adhesive - 100 g/L
Rubber Floor Adhesives - 60 g/L
Sub Floor Adhesives - 50 g/L
Ceramic Tile Adhesives - 65 g/L
VCT and Asphalt Tile adhesives - 50 g/L
DryWall and Panel Adhesives - 50 g/L
Structural Glazing Adhesives - 100 g/L
Multipurpose Construction - 70 g/L
Adhesives

Substrate Specific Application VOC Limit (g/l lesswater)


MetaltoMetal - 30g/L
PlasticFoams - 50g/L
Porous material(except wood) - 50g/L
Wood - 30g/L
FiberGlass - 80g/L

y. Wherever required, Contractor shall meet and carry out documentation of all activities on site,
supplementation of information, and submittals in accordance with program standards and
guidelines. Towards meeting the aforementioned building environmental rating standard(s)
Contractor shall arranged expert assistance at his own cost.
z. Water Use during Construction
Correction—Nil Deletion—Nil Insertion—Nil Overwriting—Nil

AE(P) AE(E)
86

Contractor should spray curing water on concrete structure and shall not allow free flow of
water. Concrete structures should be kept covered with thick cloth/gunny bags and water
should be sprayed on them or use curing compound for preserving water and nothing
extra shall paid for this. Contractor shall do water ponding on all sunken slabs using cement
and sand mortar.
aa. The Contractor shall remove from site all rubbish and debris generated by the Works and keep
Works clean and tidy throughout the Contract Period. All the serviceable and non-serviceable
(malba) material shall be segregated and stored separately. The malba obtained during
construction shall be collected in well formed heaps at properly selected places, keeping in a
view safe condition for workmen in the area. Materials which are likely to cause dust nuisance
or undue environmental pollution in any other way, shall be removed from the site at the
earliest and till then they shall be suitable covered. Glass & steel should be dumped or buried
separately to preventinjury.
bb. The contractor shall provide O & M Manuals wherever applicable.
cc. The contractor shall make himself conversant with the Site Waste Management Program
Manual and actively contribute to its compilation by estimating the nature and volume of waste
generated by the process/installation in question.
MATERIALS & FIXTURES FOR THE PROJECT
Contractor will produce wherever feasible certificate regarding distance of the source of the
relevant material.
(a) Unless otherwise stated cement used at site for reinforced concrete, precast members, mortar,
plaster, building blocks, etc shall be PPC (Portland Puzzolana Cement). The PPC must meet the
requirements of IS 1489 (Part I) as regards to fly ash content in cement The contractor shall obtain
from the PPC manufacturer the certificate regarding fly ash content in the PPC in each batch of
consignment.
(b) The contractor has to comply as per MoEF notification issued vide 8.0.763(E) dated 14th
Sept.1999 & latest notification of Jan. 2016 containing directive for greater fly ashutilization.
(c) All plumbing and sanitary fixtures installed shall be as per the direction of the Engineer in Charge
and shall adhere to the minimum LPM (litres per minute) and LPF (litres per flush)mentioned.
(d) The contractor shall employ 100% zero ODP (ozone depletion potential) insulation; HCFC
(hydro-chlorofluorocarbon)/ and CFC (chlorofluorocarbon) free HVAC and refrigeration
equipments and / halon-free fire suppression and fire extinguishing systems.
RESOURCES CONSUMED DURING CONSTRUCTION
(a) The contractor shall ensure that the water and electricity is not wasted during construction. The
Engineer in Charge can bring to the attention any such wastage and the contractor will have to
ensure that such bad practices are corrected.
(b) The contractor shall install necessary meters and measuring devices to record the consumption of
water, electricity and diesel on a monthly basis for the entire tenure of the project.
(c) The contractor shall ensure that all run-off water from the site, during construction is collected
and reused to the maximum.
(d) The contractor shall use treated recycled water of appropriate quality standards for construction, if
available.

Correction—Nil Deletion—Nil Insertion—Nil Overwriting—Nil

AE(P) AE(E)
87

(e) No lights shall be turned on during the period between 6:00 AM to 6:00 PM, without the
permission of the Engineer in Charge.

CONSTRUCTION WASTE
(a) All construction debris generated during construction shall be carefully segregated and stored in a
demarcated waste yard. Clear, identifiable areas shall be provided for each waste type. Employ
measures to segregate the waste on site into inert, chemical, or hazardous wastes.
(b) All construction debris shall be used for road preparation, back filling, etc, as per the instructions
of the Engineer in Charge, with necessary activities of sorting, crushing,etc.
(c) No construction debris shall be taken away from the site, without the prior approval of the
Engineer in Charge.
(d) The contractor shall recycle the unused chemical/hazardous wastes such as oil, paint, batteries,
and as bestos.
(e) If and when construction debris is taken out of the site, after prior permissions from the Engineer
in Charge, then the contractor shall ensure the safe disposal of all wastes and will only dispose of
any such construction waste in approved dumping sites.
(f) The construction and demolition waste Rule 2016 shall be followed.

DOCUMENTATION
a) The contractor shall, during the entire tenure of the construction phase, submit the following
records to the Engineer in Charge on a monthly basis:
i) Water consumption in litres
ii) Electricity consumption in kwh units
iii) Diesel consumption in litres
iv) Quantum of waste (volumetric/weight basis) generated at site and the aggregated waste
types divided into inert, chemical and hazardous wastes.
v) Digital photo documentation to demonstrate compliance of safety guidelines as specified here and
in the Appendix on Safety Conditions.
b) The contractor shall, during the entire tenure of the construction phase, submit the following
records to the Engineer in Charge on daily basis:
i) Quantities of material brought into the site, including the material issued to the contractor by the
Engineer incharge.
ii) Inventories of materials used in the work i/c. fly ash, fly ash bricks, AAC block setc.
iii) Quantities of construction debris (if at all) taken out of the site
iv) Digital photographs of the works at site, the workers facilities, the waste and other material
storage yards, pre-fabrication and block making works, etc as guided by the Engineer in Charge.
v) No. of different categories of labours deployed at site for work (shift wise).
c) The contractor shall submit a document after construction of the buildings, a brief description
along with photographic records to show that other areas have not been disturbed during
construction. The document should also include brief explanation and photographic records to
show erosion and sedimentation control measures adopted. (Document CAD drawing showing
site plan details of existing vegetation, existing buildings, existing slopes and site drainage
pattern, staging and spill prevention measures, erosion and sedimentation control measures and
measures adopted for top soil preservation during construction

Correction—Nil Deletion—Nil Insertion—Nil Overwriting—Nil

AE(P) AE(E)
88

d) The contractor shall submit to the Engineer in Charge after construction of the buildings, a
detailed as built quantification of the following:
i. Total materials used,
ii. Total top soil stacked and total reused
iii. Total earth excavated
iv. Total waste generated,
v. Total waste re used,
vi. Total water used,
vii. Total electricity used,and
viii. Total diesel consumed.

e) The contractor shall submit to the Engineer in Charge, before the start of construction, a site plan
along with a narrative to demarcate areas on site from which top soil has to be gathered, designate
area where it will be stored, measures adopted for top soil preservation and indicate areas where it
will be re-applied after construction is complete.
f) The contractor shall submit to the Engineer in Charge, a detailed narrative (not more than 250
words) on provision for safe drinking water and sanitation facility for construction workers and
site personnel.

g) Provide supporting document from the manufacturer of the cement specifying the flyash content
in PPC used in reinforced concrete.
h) The contractor shall submit the following information to the Engineer-in-charge at the end of
construction, for all material brought to site for construction purposes, including manufacturer’s
certifications, verifying information, and test data, where Specifications sections require data
relating to environmental issues including but not limited to:
(i) Source of products: Supplier details and location of the supplier.
(ii) Project Recyclability: Submit information to assist Owner and Contractor in recycling materials
involved in shipping, handling, and delivery, and for temporary materials necessary for
installation of products.
(iii) Recycled Content: Submit information regarding product post industrial recycled and post
consumer recycled content, Use the Recycled Content Certification Form, to be provided by the
Contractor.
iv) Product Recyclability: Submit information regarding product and products component’s
recyclability including potential sources accepting recyclable materials where ever applicable.
i) Provide final certification of well-managed forest of origin to provide final documentation of
certified sustainably harvested status: Acceptable wood, certified sustainably harvested,
certifications shall include:
(i) Clean tech: Provide pollution clearance certificates from all manufacturers ofmaterials.
(ii) Indoor Air quality and Environmental Issues: Submit emission test data, sourced from the
manufacturers, produced by acceptable testing laboratory listed in Quality Assurance Article for
materials as required in each specific Specifications section.
(a) Certifications from manufacturers of Low VOC paints, adhesives, sealant and polishes used at
this particular project site.
(b) Certification from manufacturers of composite wood products/agro fibre products on the
absence of added urea formaldehyde resin in the products supplied to them to this particular site.
Correction—Nil Deletion—Nil Insertion—Nil Overwriting—Nil

AE(P) AE(E)
89

(c) Submit environmental and pollution clearance certificates for all diesel generators installed
as part of this project. Provide total support to Green Building Consultants in completing all
Green Building Rating related formalities, including signing of forms, providing signed letters in
the contractor’s letter head whenever required.

EQUIPMENTS
a) All lighting installed by the contractor around the site and at the labour huts during construction
shall be LED bulbs of the appropriate illumination levels. This condition is a must, unless
specifically prescribed.
b) The contractor is expected to go through all other conditions of the GHAR rating stipulations.
Failure to adhere to any of the above mentioned items, without approval of the Engineer in
Charge, shall be deemed as a violation of contract and the contractor shall be held liable for
penalty of Rs. 5000/- per default as decided by SE, Jammu per terms of the agreement.
c) In case any penalty is imposed by any Hon’ble Court, NGT or any other authority due to non-
compliance of any statutory order, or law or guidelines or pollution control or environmental
norms, the same will be borne by the contractor.

Correction—Nil Deletion—Nil Insertion—Nil Overwriting—Nil

AE(P) AE(E)
90

SPECIAL CONDITIONS FOR CEMENT & STEEL

1. CONDITIONS FOR CEMENT:-


The Contractor shall procure Ordinary Portland Cement (OPC)/Portland Pozzolana Cement (PPC)
(Fly ash based) – conforming to IS : 1489 (Part-I) as required in the work, from reputed
manufactures of cement such as ACC, Ultratech, Ambuja, Jaypee Cement, J.K. Cement, Prism &
Shree Cement
The tenderers may also submit a list of names of cement manufacturers which they propose to use
in the work. The tender accepting authority reserves right to accept or reject name(s) of cement
manufacture(s) which the contractor proposes to use in the work. No change in the tendered rates
will be accepted if the tender accepting authority does not accept the list of cement manufacturer,
given by the tenderer, fully orpartially.
Supply of cement shall be taken in 50 Kg bags bearing manufacturer’s name and ISI marking.
Samples of cement arranged by the contractor shall be taken by the Engineer- in-charge and got
issue in accordance with provisions of relevant BIS codes. In case test results indicate that the
cement arranged by the Contractor does not conform to the relevant BIS codes, the same shall
stand rejected and shall be removed from the site by the Contractor at his own cost within a
week’s time of written order from the Engineer- in-charge to doso.
If Portland Pozzolana cement is used, suitable modification in de-shuttering time etc. shall be
done if needed as per Specifications and standards and as directed by Engineer – in – charge and
nothing extra shall be payable on this account.
The cement shall be brought at site in bulk supply of approximately 100 tonnes or as decided by
the Engineer - in -charge.
For each grade / type, cement bags shall be stored in two separate godowns, one for tested cement
and the other for fresh cement (under testing) constructed by the contractor at site of work as per
sketch shown in General conditions of contract for CPWD works 2022
(CONSTRUCTIONProject) with weather proof roofs and walls, for which no extra payment
shall be made. The size of the cement godown is indicated in the sketch for guidance only. The
actual size of godown shall be as per site requirements and as per the direction of the Engineer in
charge and nothing extra shall be paid for the same. The decision of the Engineer-in-charge
regarding the capacity required/needed will be final. However, the capacity of each godown shall
not be less than 100 tonnes. Each godown shall be provided with a single door with two locks.
The keys of one lock shall remain with CPWD Engineer-in-charge or his authorized
representative and that of other lock with the contractor at the site of work so that the cement is
issued from godown according to the daily requirement with the knowledge of both the parties.
The account of daily receipt and issue of cement shall be maintained in a register in the prescribed
Proforma and signed daily by the contractor or his authorized agent in token of its correctness.
The cement shall be got tested by Engineer –in –Charge and shall be used on the work only after
satisfactory test results have been received.The contractor shall supply free of charge the cement
required for testing including its transportation cost to testing laboratories. The cost of tests, shall
be borne by the Department if sample meets the required criteria.

Correction—Nil Deletion—Nil Insertion—Nil Overwriting—Nil

AE(P) AE(E)
91

All other charges of sampling, packing and transportation of sample shall also be borne by the
Contractor.
The actual issue and consumption of cement on work shall be regulated and proper accounts
maintained separately for each type of cement, as provided in clause 10 of the contract. The
theoretical consumption of cement shall be worked out as per procedure prescribed in Clause 38
of the contract and shall be governed by conditions laid therein. However, for consumption lesser
beyond permissible theoretical variation recovery shall be made in accordance with conditions of
contract at Schedule A to F, without prejudice to action for acceptance of work/item at reduced
rate or rejection as the case may be. In case of excess consumption no adjustment shall be made.
Cement brought to site and cement remaining unused after completion of work shall not be
removed from site without written permission of the Engineer-in-charge.
The damaged cement shall be removed from site immediately by the contractor on receipt of
notice in writing from the Engineer-in Charge. If he does not do so within 3 (three) days of receipt
of such notice, the Engineer-in-charge shall get it removed at the cost of the contractor.

1.8. Cement should be kept in godowns under double locks and keys and its consumption account
invariably maintained. The format of Cement register should be as follow:-

SAMPLE FORM OF CEMENT REGISTER

Contractor’s initial
Quantity returned
Items of work for

Daily Balance at
Progressive total

Quantity issued
Date of receipt

Date of issue

Remarks of
TotalIssue

periodical
at the end

AE/EE at
Quantity
received

initial
hand

1 2 3 4 5 6 7 8 9 10 JE’s
11 12

1.9 The pages of the register shall be machine numbered and each page shall be initialed by the EE.
The cement godown and register shall be checked by the AE/EE in-charge of the work at least
weekly or fortnightly respectively.

2. SPECIAL CONDITIONS FOR STEEL (CORROSION RESISTENT STEEL):-


a) For reinforced cement concrete or pre-stress concrete work, the reinforcement bars shall consist
of following grades conforming to IS 1786:2008 (Indian standard Specifications for high
strength deformed steel bars and wires for concrete reinforcement) : Fe500D / Fe550D.The
contractor shall obtain manufacturer’s certificate stating the process of manufacture, chemical
composition and test sheet having result of each mechanical test applicable to the material
purchased and submit it to the Engineer-in-charge. Each test certificate shall indicate the
number of the cast to which it applies, corresponding to the number or identification mark to be
found on the material.
Note :- TMT bars must be corrosion resistent steel reinforcement bar (IS Code : 1786)
as per OM No. CSQ/SE(TAS)/Steel/2022/257-H dated 23.06.2022 for which noting extra
will be paid .

Correction—Nil Deletion—Nil Insertion—Nil Overwriting—Nil

AE(P) AE(E)
92

b) The Engineer-in-charge shall get each consignment tested for both chemical composition
physical properties (including bend and re-bend test) as specified in IS 1786 form NABL
accredited laboratory or any Government laboratory.
c) Reinforcement bar is the one of the most important building materials. Its quality directly
affects the life span, resistance to earthquake and durability of the structure. In order to ensure
consistence quality of re-bars, steel may be procured from reputed brands like SAIL, TATA
steel Ltd, RINL, JSPL and JSW.
d) The procured steel should have following qualities:-

i. Excellent ductility, bend ability and elongation of finished product due to possible refining
technology.
ii. Consumption of steel should be accurate as perdesign.
iii. Steel should have no brittleness problem in finished product.
iv. Steel should carry the quality of corrosion and earth quake resistance.
v. Quality steel with achievement of proper level of Sulphur and Phosphorus as per IS:1786-
2008.

In case the test results indicate that the steel arranged by the contractor does not conform to the
Specifications, the same shall stand rejected, and it shall be removed from the site of work by the
contractor at his own cost within a week time of written orders from the Engineer-in-Charge to do
so.
The steel reinforcement bars shall be brought at site in bulk supply of 50 tonnes or more or as
decided by the Engineer-in-charge.

The steel reinforcement bars shall be stored by the contractor at site of work in such a way as to
prevent distortion and corrosion and nothing extra shall be paid on this account. Bars of different
sizes and lengths shall be stored separately to facilitate easy counting and checking.
For checking nominal mass, tensile strength, bend test, re-bend test, etc. specimen of sufficient
length shall be cut from each size of the bar at random at frequency not less than that specified
below:

Size of bar For consignment below 100tones For consignment above 100tones
Under10 mm O sample for each 25 tonnes One sample for each 25 tonnes o
dia ne r
bars or part there of part there of
10 mm to 16mm One sample each 35 tonnes One sample for each 45tonnes or
dia bars for or part part thereof
there of
Over 16mm One sample each 45 tonnes One sample for each 50tonnes or
Dia for or part part thereof
bars there of

Correction—Nil Deletion—Nil Insertion—Nil Overwriting—Nil

AE(P) AE(E)
93

The contractor shall supply free of charge the steel required for testing including its transportation
to testing laboratories. The cost of tests shall be borne by the Department if the sample meet the
required criteria.
The actual issue and consumption of steel on work shall be regulated and proper accounts
maintained as provided in clause 10 of the contract. The theoretical consumption of steel shall be
worked out as per procedure prescribed in clause 38 of the contract and shall be governed by
conditions laid therein. In case the consumption is less than theoretical consumption including
permissible variations, recovery at the rate so prescribed shall be made. In case of excess
consumption no adjustment need to be made.
The Steel brought to site and remaining unused shall not be removed from site without the written
permission of Engineer-in-Charge.

3 Removal of rejected material from site.


The following procedure should be followed in case of removal of rejected/sub- standard
materials from the site of work.
i) Whenever any material brought by the contractor to the site of work is rejected, entry thereof
should invariably be made in the site order book under the signature of the AE/AEE giving
approximate quantity of such materials.
ii) As soon as the material is removed, a certificate to that effect may be recorded by the AE/AEE
against the original entry, giving the date of removal a mode of removal i.e. whether by truck,
carts or by manual labour. If removal is by truck, the registration number of the truck should be
recorded.
iii) When it is not possible for the AE/AEE to be present at the site of work at the time of actual
removal of the rejected/sub-standard materials from the site the required certificate should be
recorded by the Junior Engineer and the AE/AEE should countersign the certificate recorded
by the Junior Engineer.
iv) Non distruction testing (NDT) is to be carried out as per CPWD specification with the approval of
Engineer-in-Charge.

Correction—Nil Deletion—Nil Insertion—Nil Overwriting—Nil

AE(P) AE(E)
94

PARTICULAR SPECIFICATIONS

1. EARTH WORK:-
The work shall be done in accordance with CPWD Specifications and relevant IS codes of latest
edition with upto date correction slips.
Excavation shall be undertaken to the width of the Basement / Retaining wall footing including
necessary margins for construction operation as per drawing or directed otherwise. Where the
nature of soil or the depth of the trench and season of the year, do not permit vertical sides, the
contractor at his own expense shall put up the necessary shoring, strutting and planking or cut
slopes with or without steps, to a safer angle or both with due regard to the safety of personnel
and works and to the satisfaction of the Engineer, Measurement of plan area of excavation for
payment shall be permitted only. No payment shall be made for making steps and slopes etc. as
required.
The contractor shall make at his own cost all necessary arrangements for maintaining water level,
in the area where works are under execution low enough so as not to cause any harm to the works
or problems in carrying out with the execution and the rates for all items of work shall be
considered as inclusive of pumping out or bailing out water, if required, for which no payment
shall be made. This will include water coming from any source, such as rains, accumulated rain
water, floods, leakages from sewer and water mains, subsoil water table being high or due to any
other cause whatsoever. The contractor shall make necessary provision of pumping, dredging, and
bailing out water coming from all above sources and excavation and other works shall be kept
free of water by providing suitable system approved by the Engineer- in-charge.
In order to avoid possibility of Raft of building being getting uplifted/damaged due to water
pressure, the contractor shall make arrangement for lowering the ground water table below the
proposed foundation level as approved by Engineer-in-charge. Sub soil water table shall be
maintained at least 50 cm below the P.C.C. level during laying of P.C.C., water proofing
treatment, laying of raft, bottom slab of underground sump & STP, tie-beams including filling of
earth/sand sides of the retaining wall, wall of underground sump, STP tank or other structure. The
water table shall not be allowed to rise above base of raft level until completion of outer retaining
walls including water proofing of vertical surface of walls and back filling along the walls up to
ground level and until the structure attains such height to counter balance the uplift pressure. The
sequence of construction shall be got approved by the Engineer-in-charge.
All excavation operations manually or by mechanical means shall include excavation and ‘getting
out’ the excavated materials. In case of excavation for foundation, in trenches or over areas,
basements, water tanks etc. ‘getting out’ shall include depositing the excavated materials
anywhere in the campus.
The re-filling of the excavated earth brought from anywhere in the campus shall be done in layers
as per CPWD Specifications using earth compacter and earth rammers and testing shall be done
for field dry density. No payment shall be made on this account.
The rates are inclusive for all depths, lead & heights and no payment shall be made on this
account for additional lift / height / lead etc.
2. CONCRETE WORK:-
The work shall be done in accordance with CPWD Specifications with upto date correction slips.

Correction—Nil Deletion—Nil Insertion—Nil Overwriting—Nil

AE(P) AE(E)
95

3. R.C.C./C.C WORK (DESIGN MIX CONCRETE):-


The RCC work shall be done with Design Mix Concrete. Wherever letter M has been indicated, the
same shall imply for the Design Mix Concrete. The Design Mix Concrete will be designated based on
the principles given in IS: 456, 10262 & SP 23. The condition and Specifications stated herein shall
have precedence overall conditions and Specifications stated in relevant I.S codes/CPWD
Specifications. The concrete mix shall be designed for specified target mean compressive strength in
order to ensure that the work test results do not fall below the acceptance criteria specified for the
concrete mix. The Contractor shall design mixes for each class of concrete indicating that the concrete
ingredients and proportions will result in concrete mix meeting requirements specified. The mix shall
be designed with quantities of admixture / plasticizer proposed to achieve required workability only.
The contractor has to submit design mix with and without use of admixtures.

The Specifications mentioned here in below shall be followed for Design Mix Concrete.
The sources of coarse aggregate, fine aggregate & water to be used in concrete work shall be identified
by the contractor & he will satisfy himself regarding their conforming to the relevant Specifications
& their availability before getting the same approved by the Engineer-in-Charge.

Coarse Aggregate: - As per CPWD Specifications 2019 Vol-I & II with upto date correctionslips.

Fine Aggregate: -As per CPWD Specifications 2019 Vol-I & II with upto date correctionslips.

Water: - It shall confirm to requirements laid down in IS:456-2000 / CPWD Specifications 2019
Vol-I & II with upto date correction slips.

Cement: - PPC shall be used for design mix concrete and shall conform to IS-1489 (part- I).
However, if higher grade of cement is used by the contractor nothing extra shall be paid on this
account.
Admixtures / Plasticizers: - The admixture shall confirm to IS: 9103, The Chloride content in
admixture shall satisfy the requirement of BS: 5075. The total amount of chlorides in admixture
mixed concrete shall also satisfy the requirements of IS: 456:2000 wherein required, the admixture
of approved quality and approved make only shall be used to attain the required workability.
Nothing extra shall be paid for use of admixtures.

Grade of Concrete: - The compressive strength of various grades of concrete shall be given as
below:-
GRADE COMPRESSIVE SPECIFIED MAXIMUM
DESIGN STRENGTH OF 15 cm CHARACTERISTIC WATER
ATION CUBES min. 7 DAYS COMPRESSIVE CEMENT
(N/mm2) STRENGTH AT 28 DAYS RATIO
AT (N/ mm2)
(i) M-10 AsPer Design 10 0.50
(ii) M-20 As Per Design 20 0.50
(iii) M-25 As Per Design 25 0.50
(iv) M-30 As Per Design 30 0.45

Correction—Nil Deletion—Nil Insertion—Nil Overwriting—Nil

AE(P) AE(E)
96

Water cement ratio and slump shall be as per IS: 456-2000

NOTE:-
i) In the designation of a Concrete mix letter M refers to the mix and the number of the specified
characteristic compressive strength of 15 cm - Cube at 28 days expressed inN/mm2.
ii) It is specifically highlighted that in addition to the above requirements, the minimum cement
content for the following grade shall be as follows:

GRADE OF CONCRETE Minimum cement


content
M-10 220–Kg/cum
M-15 240–Kg/cum
M-20 300–Kg/cum
M-25 330–Kg/cum
M-30 350–Kg/cum

iii) In case where the quantity of cement required as per Design Mix is greater than the minimum
quantity per cum as specified in the above Table, nothing extra shall be paid on account of using
extra cement in the design mix.
The contractor shall engage "Any reputed Government Engineering Institute like NITTTR/
IITs / NITs etc.," laboratories/ test house at his own expenses for designing the concrete mix in
accordance with relevant IS Codes and to conduct laboratory test to ensure the target strength and
workability criteria for a given grade of concrete. The various ingredients for mix design /
laboratory tests shall be sent to the lab / test houses through the Engineer-in-Charge and the
samples of such aggregates sent shall be preserved at site by the department.
In the event if all the laboratories are unable to carry out the requisite design / testing, the
contractor may have it done from any other laboratory with prior approval of the ADG of
concerned region or his successor.
The contractor shall submit the report on design mix from any of above approved laboratories for
approval of Engineer-in-Charge within 30 days from the date of issue of letter of acceptance of
the tender. No concreting shall be done until the design mix is approved. In case of ordinary /
white portland cement and the likely use of admixtures in concrete with portland/white portlant
cement, the contractor shall design and test the concrete mix by using trial mixes with white
cement and / or admixtures also, for which nothing extra shall be payable.
In case of change of source or characteristic properties of the ingredients used in the concrete mix
during the work, a revised laboratory mix design report conducted at laboratory established at site
shall be submitted by the contractor as per the direction of the Engineer-in-Charge.
Trial Batches
The designed mix proportion shall be checked for target mean compressive strength by means of
trial batches.
The quantities of materials for each trial mix shall be sufficient for atleast six specimens (cubes)
and the concrete required for carrying out work ability tests.

Correction—Nil Deletion—Nil Insertion—Nil Overwriting—Nil

AE(P) AE(E)
97

The workability of trial mix No. 1 shall be measured and mix shall be carefully observed for
freedom from segregation, bleeding and its finishing characteristics. The water content, if
required, shall be adjusted corresponding to the required changes in the work ability.

With the modified water content, the mix pro-portions shall be recalculated by keeping with water
cement ratio unchanged. The mix proportions, as modified, shall form the Trial Mix No. 2 and
tested for the specified strength and work ability.

In addition, trial mix No. 3 and 4 shall be designed by keeping water contents same as that
determined for trial mix 2 but varying the water cement ratio + 10 percent of the specified value
and tested for their design characteristics.

All cost of mix designing and testing connected therewith including charges payable to the
laboratory shall be borne by the Contractor including redesigning of the concrete mix wherever
required and directed by Engineer-in-Charge.
Approval Of Design Mix:-
The mix design for a specified grade of concrete shall be done for a target mean compressive
strength
Tck = Fck + 1.65s
Where Fck = Characteristic compressive strength at 28 days.
s= Standard deviation which depends on degree of quality control.

The degree of quality control for this work is “good” for which the standard deviation (s) obtained
for different grades of concrete shall be as follows:-
GRADE OF CONCRETE STANDARD
DEVIATION(S)
M-10 3.5
M-15 3.5
M-20 4.0
M-25 4.0
M-30 5.0
M-35 5.0
M-40 5.0

Minimum three sets of separate preliminary test shall be carried out for each trial batch of concrete
mix. Each test shall comprise six specimens and only one test set of six specimens shall be made
on any particular day. Out of the six specimen of each set,three shall be tested at seven day san
dremaining threat 28 days.The preliminary tests at seven days are intended only to indicate the
strength to be attained at 28 days, while the design mix shall be approved only on the basis of test
strength of 28 days. The design mix shall be considered satisfactory and approval if atleast three
preliminary test-sets individually satisfy the following strength and work ability criteria:

Correction—Nil Deletion—Nil Insertion—Nil Overwriting—Nil

AE(P) AE(E)
98

Table : Workability Criteria

Placing Conditions Degree of Slump


Workability (mm)
(1) (2) (3)
Lightly reinforced sections in slabs, beams,walls, columns, Hand Low 25-75
placed pavements, footings
Heavily reinforced section in slabs, beams,walls, columns. Medium 50-100
Pumped concrete Medium 75-100

Table : Characteristic Compressive Strength

Specified MeanoftheGroupof4Non-overlapping consecutive test Individual Test


Grade results inN/mm2 Results
in N/mm2
(1) (2) (3)
M25 Or ≥ Fck + 0.825 x established standard deviation ≥Fck–4
Above (roundedofftonearest0.5N/mm2) N/mm2
Or
Fck+4N/mm2,whicheverisgreaterwherefckis
characteristic compressive strength of CC cube at 28days.

Note :
(i) In the absence of established value of standard deviation, the values given in Table as
mentioned below may be assumed, and attempt should be made to obtain results of 30
samples as early as possible to establish the value of standard deviation.
(ii) The acceptance criteria for compressive strength as mentioned in IS:456- 2000 as
amended upto date shall prevail over the above criteria in case of any difference.
(iii) In the designation of concretemix letter M refers to the mix and the number to
the specified characteristic compressive strength of 15 cm – Cube at 28 days expressed
in N/mm2.

(a) The average strength of each test sets is not less than the specified target mean compressive
strength(Fck).
(b) The strength of any specimen cube is not less than 0.85Fck.
(c) The concrete mix is required degree of work ability and acceptance concrete finish.
All cost of mix designing and testing connected there within cluding charges payable to the
laboratory shall be borne by the Contractor.

Work strength test shall be conducted in accordance with IS:516 on random sampling. Each test
shall be conducted on six specimens, three of which shall be tested at 7 days and remaining
threeat 28 days.

Correction—Nil Deletion—Nil Insertion—Nil Overwriting—Nil

AE(P) AE(E)
99

TEST RESULTS OF SAMPLES:-


The test results of the sample shall be the average of the strength of three specimen. The individual variation shall
not be more than + 15% percent of the average. If variation is more, the test results shall be treated as invalid.
90% of the total tests shall be done at the laboratory established at site by the contractor and remaining 10% in the
laboratory or in any other laboratory as directed by the Engineer-in-Charge.

LOT SIZE:-
The minimum frequency of sampling of concrete of each grade shall be in accordance with the
CPWD specifications.

STANDARD OFACCEPTANCE:-
i) In case the test results of all the samples are above the characteristic compressive strength, the
concrete shall be accepted.
ii) In case the test result of one or more samples fails to meet the requirement (i) above, it shall be
accepted if both the following conditions are met:-
a) Any individual test result is not less than (Fck - 4)N/mm2.
b) The mean of test results from any group of four consecutive samples is more than (Fck + 4)
N/mm2.
iii) Concrete of each grade shall be assessed separately.
iv) Concrete is liable to be rejected, if it is porous or honeycombed, its placing has been interrupted
without providing a proper construction joint, the reinforcement has been displaced beyond the
tolerances specified, or construction tolerances have not been met.
Only M.S. centering / shuttering and scaffolding material unless & otherwise specified shall be
used for all R.C.C.work to give an even finish of concrete surface.However,marine-plyshuttering
in slab exceptional cases as per site requirement may be used on specific request from contractor
as approved by the Engineer-in-Charge.
The rate quoted by the tenderer also include cost of special type of centering and shuttering e.g.
circular in shape or of any other type as per Architectural design.
In order to keep the floor finish as per architectural drawings and to provide required thickness of
the flooring as per Specifications, the level of top surface of R.C.C. shall be accordingly adjusted
at the time of its centering, shuttering and casting for which nothing extra shall be paid to the
Contractor.
As per general engineering practice, level of floors in toilet / bath, balconies, shall be kept 15 mm
lower than general floors shuttering should be adjusted accordingly and slabs should be laid
with slope towards the drainage point. No payment shall be made on this account.
Production of Concrete
All concrete shall be produced at site through fully computerised weigh-batching plant of suitable
capacity (not less than 60 cum/hr.) conforming to IS: 4925 with the arrangements for automatic
dispensing of admixture and having facility of giving print out indicating weight / details of all
ingredient of concrete in each lot/ batch and variations from the approved design mix if any. Fully
automatic batching and mixing plant having capacity not less than 60 cum/ hour shall be installed
at the arranged site by the contractor. The batching and mixing plants shall be dedicated plants for
this project. Contractor shall make his own arrangements for the necessary infrastructure for
installation of batching plant and other machineries. However, if due to any reason, contractor
wishes to supplement the concrete from Ready Mix Concrete (RMC) supplier, he is permitted to
Correction—Nil Deletion—Nil Insertion—Nil Overwriting—Nil

AE(P) AE(E)
100

procure the same from the source approved by the Engineer-in- charge at his own cost. In such a
situation nothing extra shall be paid to the contractor. All technical requirements such as cement
type and minimum cement quantity, w/c ratio, slump, admixture etc. shall be conveyed to RMC
supplier by the contractor and contractor shall be wholly responsible for ensuring the property of
concrete as required at site, no payment for this shall be paid to the contractor.

The contractor may take some time to install his own batching plants at the arranged site and till
the batching plants are installed, the contractor is permitted to procure concrete from approved
Ready Mix Concrete (RMC) supplier for a period 3 months from date of start of work or the
period as agreed by Engineer-in-Charge. Similarly, whenthework is nearing completion and daily
requirement of concrete is very less, if agreed by the Engineer-in-Charge, the contractor may be
permitted to procure the concrete from approved Ready Mix Concrete (RMC) supplier and no
payment for this shall be paid to the contractor on this account.
Land for Temporary Use
The available land at site may be used for labour camps and batching plant by the contractor.
The batching and mixing plant shall be fully automatic of suitable capacity not less than
60cum/hour. Automatic batcher shall be charged by devices which when actuated by a single
starter switch will automatically start the weighing operation of each material and stop
automatically when the designated weight of each material is fed in the mixer. The batching plant
shall have automatic arrangement for dispensing the admixture and shall be capable of
discharging water in morethan one stage. A batching plant essentially shall consist of the
following components:

- Separate storage bins for different sizes of aggregates, silo for cement and flyash; water storage
tank.
- Batching equipment
- Mixers
- Control Panels
- Mechanical material feeding and elevating arrangements
The compartments of storage bins for aggregates shall be approximately of equal size. The
cement compartment shall be centrally located in the batching plant. It shall be water tight and provided
with necessary air vent, aeration fittings for proper flow of cement & emergency cut off gate. The
aggregate and sand shall be charged by power operated centrally revolving chute. The entire plant from
mixer floor upward shall be enclosed and insulated. The batch bins shall be constructed so as to be self
cleansing during draw-down. The batch bins shall in general conform to the requirements of IS:4925.
The batching equipment shall be capable of determining and controlling the prescribed amounts of
various constituent materials for concrete accurately i.e. water, cement, sand, individual size of coarse
aggregates etc. The accuracy of measuring devices shall fall within the followinglimits.
Measurement of Cement: + 2% of the quantity of cement in each batch, Measurement of Water: + 3%
of the quantity of water in each batch, Measurement of Aggregate: + 3% of the quantity of aggregate in
each batch, Measurement of Admixture: + 3% of the quantity of admixture in each batch.
The batching and mixing plant shall have the provision of adjusting the plus / minus quantity of various
ingredients in the next batch so that there is no variation in quantity of ingredients from design mix in a
lot consisting of 5 to 6 batches.

Correction—Nil Deletion—Nil Insertion—Nil Overwriting—Nil

AE(P) AE(E)
101

The mixer in the batching plant shall be so arranged that mixing action in the mixer can be observed
from the operator’s station. The mixer shall be equipped with a mechanically or electrically operated
timing, signalling and metering device which will indicate and assure completion of the required mixing
period. The mixer shall have all other components as specified in IS:4925.

Transportation, Placing and Compaction of Concrete


a. Mixed concrete from the RMC / Batching plant shall be transported to the point of placement by
transit mixers and placed in position through concrete pumps and/or steel closed bottom buckets
capable of carrying minimum 0.6 cum concrete. In case the concrete is proposed to be transported
by transit mixer, the mixing speed shall not be less than 4 rev/min. of the drum nor greater than a
speed resulting in a peripheral velocity of the drum 70 m/minutes at its largest diameter. The
agitating speed of the agitator shall be not less than 2 rev/min nor more than 6 rev/min of the
drum. The number of revolution of the mixing drum or blades at mixing speed shall be between
70 to 100 revolutions for a uniform mix, after all ingredients, have been charged into the drum.
Unless tempering water is added, all rotation after 100 revolutions shall be at agitating speed of 2
to 6 rev/min and the number of such rotations shall not exceed 250. The general construction of
transit mixer and other requirement shall conform to IS:5892.
b. In case concrete is to be transported by pumping, the conduit shall be primed by pumping a batch
of mortar through the line to lubricate it. Once the pumping is started, it shall not be interrupted
(if at all possible) as concrete standing idle in the line is liable to cause a plug. The operator shall
ensure that some concrete is always there in the pump receiving hopper during operation. The
lines shall always be maintained clean and shall be free of dents at all stages. Special precaution
shall be taken that surrounding temperature during concreting shall not exceed 30 degree
centigrade.
c. Except where otherwise agreed to by the Engineer-in-Charge, concrete shall be deposited in
horizontal layers to a compacted depth of not more than 450 mm. Unless agreed to by the
Engineer- in- Charge, concrete shall not be dropped into place from a height exceeding 1.5m. In
order to avoid such situations chutes, tremie pipe or closed bottom buckets shall be used. These
shall be kept clean and used in such a way as to avoid segregation. Slope of the chute shall be so
adjusted that concrete flows without the use of excessive quantity of water. The delivery end of
chute shall be as close as possible to the point of deposit. The chute shall be thoroughly flushed
with water before and after each working period and the water used for this purpose shall be
discharged outside the formwork. The concrete shall be compacted by using immersion type
vibrators. When the concrete is being continuously deposited to a uniform depth along a member,
vibrator shall not be operated within one meter of free end of the advancing concrete. Every effort
shall be made to keep the surface of the previously placed layer of concrete alive so that the
succeeding layer can be amalgamated with it by the vibration process. In case the concrete in
underlying layer has hardened to such an extent that it cannot be penetrated by the vibrator but is
still fresh (that is, just after initial set), un-imposed bond shall be achieved between the top and
underlying layer by first scarifying the lower layer before the new concrete is placed by
systematically and thoroughly vibrating the new concrete. The points of insertion of vibrator in
the concrete shall be so spaced that the range of action overlap to some extent and the freshly
filled concrete is sufficiently consolidated at all locations. The spacing between the dipping
positions of vibrator shall be maintained uniformly throughout the surface of concrete so that
concrete is uniformly vibrated. The vibrating head shall be regularly and uniformly inserted in the
Correction—Nil Deletion—Nil Insertion—Nil Overwriting—Nil

AE(P) AE(E)
102

concrete so that it penetrates of its own accord and shall be withdrawn slowly whilst running so as
to allow redistribution of concrete in its way and allow the concretet of low back into the hole
behind the vibrator. The vibrator head shall be kept in one position till the concrete within its
influence is completely consolidated. Vibration shall be continued until the coarse aggregate
particle have blended into the surface but have not disappeared. The contractor shall keep at least
one additional vibrator in serviceable condition to be used in the event of breakdowns and
maintenance problems.
d. The vibrator head shall not be brought more than 200 mm near to the formwork as this may cause
formation of water stagnations. The formwork shall be strong and great care shall be exercised in
its assembly. It shall be designed to take up increased pressure of concrete and pressure variations
caused in the neighborhood of vibrating head, which may result in excessive local stress on the
formwork. The joints of the formwork shall be made and maintained tight and close enough to
prevent the squeezing out slurry or sucking in of air during vibration. The formwork to receive
concrete shall be cleaned and made free from standing water, dust, etc. The contractor shall keep
provision for screed and shutter vibrators at site.
e. No concrete shall be placed in any part of the structure until the approval of Engineer-in-Charge
has been obtained. If concreting is not started within 24 hours of the approval being given, it shall
have to be obtained again from the Engineer-in-Charge. Concreting shall be done continuously
over the area between construction joints. Fresh concrete shall not be placed against concrete
which has been in position for more than 30 minutes unless a proper construction joint is formed.
When concreting has to be resumed on a surface which has hardened, it shall be roughened,
swept, clean, thoroughly wetted and covered with a 13 mm thick layer of mortar composed of
cement and sand in the same ratio as in the concrete mix itself. The 13 mm layer of mortar shall
be freshly mixed and placed immediately before placing of new concrete.
f. Where concrete is not fully hardened, all latency shall be removed by scrubbing the wet surface
with wire or bristle brushes. Care shall be taken to avoid dislodgement of particles of coarse
aggregate. The surface shall then be thoroughly wetted, all free water removed and then coated
with neat cement grout. Particular attention shall be given to corners and close spots.

In case of rejection of concrete on account of unacceptable compressive strength, governed by


para “Standard of Acceptance” as above, the work for which samples have failed shall be redone
at the cost of contractor. However, the Engineer-in-Charge may order for additional tests (like
cutting cores, ultrasonic pulse velocity test, load test on structure on part of structure, etc) to be
carried out at the cost of contractor to ascertain if the portion of structure wherein concrete
represented by the sample has been used, can be retained on the basis of results of individual or
combination of these tests. The Contractor shall take remedial measures necessary to retain the
structure as approved by the Engineer-in-Charge without any extra cost. However, for payment,
the basis of rate payable to contractor shall be governed by the 28 days cube test results and
reduced rates shall be regulated accordingly as per decided by Engineer-in-charge.

Cover Blocks: Contractor shall use factory made cover blocks of approved shape and strength for
all RCC works to avoid displacement of bars in any direction and to ensure proper cover.

Correction—Nil Deletion—Nil Insertion—Nil Overwriting—Nil

AE(P) AE(E)
103

CURING:
i) The contractor shall ensure moist curing to all structural members in general. Curing shall be
done with 2 or 3 layers of wet hessian cloth covered by PVC sheets in order not to allow the
moisture to evaporate.
ii) Since the design mix is having controlled water content, the contractor shall protect the concrete
from drying shrinkage by resorting to early age curing. Covering of wet hessian cloth shall be
done after the onset of the final setting time.
iii) The contractor shall submit methodology of proposed curing which ensures continuous
maintenance of required temperature regime.
iv) Membrane curing by chemical compounds may be allowed at places which are normally
inaccessible and repair works and nothing extra is payable on this account. If curing compounds
are proposed for any particular use, the contractor shall obtain permission for use of any particular
brand of compounds from Engineer-In-Charge.
v) The drip course/ groove in plastered surface or moulding to R.C.C. projections shall be provided.
4. SHUTTERING / FormWork:-
The work shall be done in accordance with CPWD Specifications with upto date correction slips.
Steel shuttering as approved by the Engineer-in-Charge shall be used by the contractor. Minimum
size of shuttering plates shall be 600mm x 900mm except for the case when closing pieces
required tocomplete the shuttering panels. Dented, broken, cracked, twisted or rusted shuttering
plates shall not be allowed to be used on the work.
The shuttering plates shall be cleaned properly with electrically driven sanders to remove any
cement slurry or cement mortar or rust. Proper shuttering oil or debonding compound shall be
applied on the surface of the shutter plates in the requisite quantity before assembly of steel
reinforcement.
The joint filler shall be resilient closed cell expanded polyethene and non- tainting as
manufactured by Supreme Industries Ltd.
Providing joint filler of required thickness in position to substrate using either double sided foam
adhesive tape or neoprene synthetic rubber adhesive. When forming expansion joint with the
Board in in-situ concrete, joint sealing slots can be readily formed in the following manner-
a) Before installing, simply cut off a strip of the required depth. Then install the filler flush with the
finished surface.
b) Prior to sealing, the top strip can then be pulled easily from the joint to provide an
uncontaminated sealing slot ready for preparation and sealing.
4. REINFORCEMENT
The reinforcement shall be done as per CPWD Specifications with upto date correction slips.

The item of reinforcement of RCC work includes all operations including straightening, cutting,
bending, welding, binding with annealed steel or welding and placing in position at all the floors
with all leads and lift complete as per CPWD Specifications with upto date correction slips.
To maintain the vertical/horizontal distance between the reinforcement bars, chairs consisting of
12mm dia reinforcement steel bar shall be provided in the slab, walls and rafts & no payment for
this shall be paid to the contractor on this account.
The expansion joint in the floor, wall and roof shall be carried out as per DSR -2021 item 5.44,
5.45& 5.46 shown in the architectural drawing of the residential building.

Correction—Nil Deletion—Nil Insertion—Nil Overwriting—Nil

AE(P) AE(E)
104

5. MASONRY WORK:-
Masonry work for filler walls shall be done with minimum 200 /250 mm thick AAC blocks
for external walls and for internal walls shall be of minimum 150 mm thick AAC blocks as
per Architectural drawings using polymer modified adhesive mortar.

2 Nos 6 mm dia M.S. bars at every third course of 115 /150 mm thick Brick/ AAC masonry work
and RCC band at sill level and lintel level in 200/250 mm thick AAC Block Masonry Work shall
be provided for which no payment shall be paid to the contractor on this account.

Band / lacing course of RCC 1:2:4 (1 cement: 2 coarse sand: 4 graded stone aggregate 20
mm nominal size) of minimum 100 mm thickness at sill level and RCC minimum M25 grade
lintel beam including centering, shuttering and reinforcement shall be provided wherever
required.

6. STONE / MARBLEWORK:-
The execution of stones work shall be in general as per CPWD Specifications with upto date
correctionslips.
All holes, rebates, recesses etc. for providing fixing and inserts shall be predrilled and precut and
worked using precision machine tools. Nothing extra on this account shall be payable.

Samples of each item of stone work either individually or in combination shall be prepared for
approval of Engineer-in-Charge before commen cement ofwork.
Sequence of execution for cladding work shall be suggested by the contractor for approval of
Engineer-in-Charge.

7. SCAFFOLDING
Double steel scaffolding having two sets of vertical supports shall be provided. The supports shall
be sound and strong, tied together with horizontal pieces over which scaffolding planks shall be
fixed.

8. WOODWORK
The wood work in general shall be carried out as per CPWD Specifications with upto date
correction slips.
All fittings and fixtures shall be got approved from the Engineer-in Charge before procurement
well in advance and the approved samples shall be kept at site till completion of the work.

Frosted glass panes of 4 mm thick in toilets windows and ventilators shall be provided of
translucent type.
2nd class teak wood/ 1st class Kail Wood 50 x 20 mm size wooden moulded beading to door
frames shall be fixed with iron screws The shape of beading shall be as per approved drawings.
The joints of beading shall be mitred.
35 mm thick wire gauge shutters using stainless steel grade 304 wire gauge with wire of dia 0.5
mm and average width of aperture 1.4mm in both directions for main doors.

9. STEELWORK
Work shall be carried out as per CPWD Specifications with upto date correction slips.
Correction—Nil Deletion—Nil Insertion—Nil Overwriting—Nil

AE(P) AE(E)
105

10. FLOORING
All work in general shall be carried out as per CPWD Specifications with upto date correction
slips.
Whenever flooring is to be done in patterns tiles/ stone, the contractor shall get samples of each
pattern laid and approved by the Engineer-in-Charge before final laying of such flooring for
which nothing extra shall be paid.
Different stones/ tiles used in pattern flooring as per the approved architectural drawings
and nothing extra for laying pattern flooring shall be paid. No additional wastage if any shall be
accounted for any extra payment.
The proper gradient shall be given to flooring for toilets, varrandah, kitchen, court yard, etc. as
per the directions of Engineer-in-Charge. For this there may be extra thickness of dry mortar
below the tiles/stone slabs. These gradients should be insured in the shuttering itself. Nothing
extra shall be paid for this as this is included in awarded cost/tenderedcost.
Ceramic Tiles/Vitrified Tiles Work/ Granite stone flooring
Rates shall be inclusive of all operations including labour, material, T&P, scaffolding etc.
complete. Nothing extra shall be payable on any account.
The Additional Mortar on account of differencing thickness of flooring material to match the
level is inclusive of the rates and Nothing extra shall be paid on this account.
One piece kota stone for treads / risers in staircase shall be used and nothing extra shall be paid
on this account.
Stainless Steel Railing/Handrails:
General: The contractor shall apply all materials, labour, tools, ladders, scaffolding and other
equipments necessary for the completion and protection of all stainless steel work.
Material: All stainless steel pipes and plates shall conform to AISI 304 grade and the relevant
clauses associated with this grade of steel to be followed.
Surface Finish : Surface finish of all the stainless steel materials will be in 240 grit satin finish /
matt finish.
Accessories: Fixing will be done by stainless steel expansion bolts of approved size and make as
per Engineer-in-charge and welding to be done by using organ welding rods and the surface being
duly finished and cleaned by K2 passivation, which is nitric acid plus floric acid solution
treatment by which the chances of corrosion will be eliminated and any burn out makes on the
metal willalso be eliminated.
Coating Mass : All stainless steel material will have to be coated by a solution of Inox to avoid
finger in prints and avoidance of settlement of environment / atmospheric dust.

11. ROOFING, WATER PROOFING & INSULATION


Work shall be executed as per CPWD Specifications with upto date correction slips.
Water Proofing of terrace/ Sunken Portion Area.
Brick Bat Terracing/ Water Proofing

Correction—Nil Deletion—Nil Insertion—Nil Overwriting—Nil

AE(P) AE(E)
106

The water proofing compound used in integral water proofing treatment shall satisfy all the
performance requirements indicated in IS : 2645 and shall be got tested before its use. The
compound shall be used @ 2% by weight of cement used or as recommended by the
manufacturer.
Total quantity of the water proofing compound required shall be arranged only after obtaining the
prior approved of the Engineer-in-Charge in writing. Materials shall be kept under double lock
and key and proper account of the water proofing compound used in the work shall be
maintained. It shall be ensured that the consumption of the compound is as per specified
requirements.
The finished surface after water proofing treatment for roof slab shall have smoothslope.
Before commencement of treatment on roof surface, it shall be ensured that the outlet drain pipes/
spouts have been fixed and the spout opening have been eased and rounded off properly for
easy flow of water.
Water proofing of Sunken PortionArea
Application of cementitious- organic chemical based coating as per manufacturers Specifications
of Kryton or equivalent applied on vertical and horizontal surface after laying of all pipes and
smooth plugging of holes.

Concrete surface on which water proofing is desired shall be kept wet for 48 hrs. after cleaning of
all dirt, oil grease, bitumen, laitance or other contaminants.
Surface water shall be removed prior to application of waterproofing, but surface shall remain wet
during the application to enhance deep penetration & formation of crystats at greater depth to
block voids.
The area be shall be protected from sun and rain for 48 hrs. and continues flooding for 7 days.
Flooding shall be done for 72 hrs. to test the area for any leakage/ seepage etc. In case of failure,
the process shall be repeated and tested again by the contractor at his own risk and cost.
Rates shall be inclusive of all operations including labour, material, T&P, scaffolding and testing
etc. complete. Nothing extra shall be payable on any account.
Kota stone water proofing shall be provided in the UG sump on walls and bottom slab.
Guarantee Bond
Ten years guarantee bond in prescribed proforma attached at Annexure-II herewith shall be
submitted by the contractor which shall also be signed by both the specialised agency and the
contractor to meet their liability/ liabilities under the guarantee bond. However, the sole
responsibility about efficiency of water proofing treatment shall rest with the main contractor.
(Five percent) of the cost of water proofing work shall be retained as security deposit and the
amount so withheld would be released after ten years from the date of completion of the entire
work under the agreement, if the performance of the work done is found satisfactory. If any defect
is noticed during the guarantee period, it shall be rectified by the contractor within seven days of
receipt of intimation of defects in the work. If the defects pointed out are not attended to within
the specified period, the same will be got done from another agency at the risk and cost of
contractor. However, the security deposit deducted may be released in full against bank guarantee
of equivalent amount in favour of Engineer-in-Charge, if so decided by the Engineer-in- Charge.
The security deposit against this item of work shall be in addition to the security deposit
mentioned elsewhere in contract form.
Correction—Nil Deletion—Nil Insertion—Nil Overwriting—Nil

AE(P) AE(E)
107

12. FINISHING
The work shall be carried out as per CPWD Specifications with upto date correctionslips.
All painting material shall brought to the site of work in the original sealed containers. The
material brought to the site of work shall be sufficient for at least 30 days of work. The material
shall be kept under the joint custody of contractor and representative of the Engineer-in-Charge.
The empty contains shall not be removed from the site till the completion of the work without
permission of the Engineer-in-Charge.

13. ALUMINIUM WORKS


Aluminium section of the minimum medium grade shall be used for work.
The work shall be carried out through an approved specialised agency, who shall furnish all
materials, labour, accessories, equipment, tool and plant and incidentals required for providing
and installing anodised aluminum doors, windows, claddings, louvers and other items as called
for on the drawings. The drawings and Specifications cover the major requirement only. The
supplying of additional fastenings, accessory features and other items not mentioned specifically
herein, but which are necessary to make a complete installation shall be a part of this contract.
General
Aluminium doors, windows etc. shall be of sizes, section details as shown on the drawings. The
details shown on the drawings indicate generally the sizes of the components parts and general
standards. These may be varied slightly to suit the standard adopted by the manufacturer. Before
proceeding with any manufacturing, the contractor shall prepare and submit complete
manufacturing and installation drawings for approval of the Engineer-in-Charge and no work
shall be performed until the approval of these drawings is obtained.
Shop Drawings
The contractor shall submit the shop drawings of doors. Windows, louvers, cladding and other
aluminum work, based on architectural drawings, to the Engineer-in-Charge for his approval. The
drawings shall show full size sections of doors, windows etc. thickness of metal (i.e wall
thickness), details of construction, sub frame/ rough ground profile, anchoring details, hardware
as well as connection of windows, doors and other metal work to adjacent work. Samples of all
joints and methods of fastening and joining shall be submitted to the Engineer-in-Charge for
approval well in advance of commencing the work.
Samples
Samples of doors, windows, louvers etc. shall be fabricated, assembled and submitted to the
Engineer-in-Charge for his approval. They shall be of sizes types etc. as decided by Engineer-in-
Charge. All samples shall be provided at the cost of the contractor.
Sections
Minimum doors and windows shall be fabricated from extruded section of profile of detailed on
drawings. The sections shall be extruded by the manufacturers approved by the Engineer-in-
Charge. The aluminum extruded sections shall conform to IS designation 63400-WP (HV9WP
Old designation) with chemical Composition and technical properties as per IS 733 and IS : 1285.
The permissible dimensional tolerance of the extruded sections shall be such as not to impair
the proper and smooth function/ operation and appearance of doors and windows.

Correction—Nil Deletion—Nil Insertion—Nil Overwriting—Nil

AE(P) AE(E)
108

Fabrication
Doors, windows, etc. shall be fabricated to sizes as shown, at factory and shall be of section, sizes
combinations and details as shown in the Architectural Drawings. All doors, windows etc. shall
have mechanical joints. All members shall be accurately machined and fitted to form hairline
joints prior to assembly. The joint and accessories such as cleats, brackets, etc. shall be of such
materials as not to cause any bimetallic action. The fabrication of doors, windows, etc. shall be
done in suitable sections to facilitate easy transportation, handling and installation. Adequate
provision shall be made in the door and window members for anchoring to support and fixing of
hardware and other fixtures as approved by the Engineer-in-Charge.
Designing, providing and fixing of Aluminium Grille / Louvers of as approved by Engineer-in-
charge shall be fixed on the system by using aluminium box section 50mm X100mm with
minimum 2.20mm thick as a main frame. Grille / Louver panel shall be fixed on the aluminium
main framing system with suitable size and thick brackets shall be fixed on the RC / MS surface
with vertically to the spacing not more than 1500mm and horizontally not more than 1500mm by
using SS 316 grade anchors and bolts and the complete system shall be designed to with stand the
design wind pressure as per IS code or relevant international code (Test pressure shall be 1.5
times of the design wind pressure) In addition to the aluminium main frame, aluminium clip on
vertical support of 2.0mm thick & covering profile of 0.7mm thick to fix the aluminium Grille
shall befixed at every vertical aluminium main frame as per manufacturer Specifications with not
less than0.80 mm thick shall be fixed using SS 316 grade bolt and nut arrangement. The
aluminium grille and all aluminium frames shall be finished with PVDF coating with approved
colour. All aluminium sections shall be 6063-T6 Conforming to BS 1474 / 63400 (H9) grade
conforming to IS 8147.

Cost include the supplying and fixing of aluminium main frame, sub frames to receive the grille,
aluminium brackets / clamps with necessary SS 316 grade anchor fastener, nuts, bolts, rivets,
aluminium end caps on the terminations and washers of approved make and all materials involved
in the work.

Powder Coating
All aluminum sections shall be powder coated 50 micron to required color as specified in the item
and as per direction of Engineer-in-Charge. Polythene tape protection shall be applied on the
powder coated section before they are brought to site. All care shall be taken to ensure surface
protection during transportation, storage at site and installation. The tape protection shall be
removed on installation. The samples will be tested in the approved laboratory and cost of
samples, shall be borne by the contractor.
Protection of Finish.
All aluminum members shall be wrapped with approved self adhesive non- staining PVC tapes.

Handling and stacking


Fabricated materials shall be stacking in an approved manner to protect the material against any
damage during transportation. The loading and unloading shall be carried out with utmost care, on
receipt of materials at site, they shall be carefully examined to detect any damaged pieces.
Arrangements shall be made for expeditious replacement of damaged piece/ parts. Materials
found to be acceptable on inspections shall be repacked in crates and stored safely.
Correction—Nil Deletion—Nil Insertion—Nil Overwriting—Nil

AE(P) AE(E)
109

In the case of Composite windows and doors, the different units are to be assembled first. The
assembled Composite units should be checked for line, level and plumb before final fixing is
done. Units may be serial numbered and identified as how to be assembled in their final location
of situation so warrants.
Where aluminium comes into contact with masonry brickwork, concrete, planter or dissimilar
metals, it shall be coated with approved insulation lacquer, paint or plastic tape to ensure that
electro- chemical corrosion is avoided. Insulation material shall be trimmed off to a clean flush
line on completion.
The contractor shall be responsible for assembling Composite, bedding and filling the groove
with backer rods polysulphide sealant inside and outside, placing the doors, windows etc. in their
respective opening. After the doors/ windows have been fixed in their correct assigned position,
the open hollow sections abutting masonry concrete shall be fitted with approved polysulphide
sealant densely packed and neatly finished.
The contractor shall be responsible for doors, windows, etc. being set straight plumb, level and for
their satisfactory operation after fixing is complete.

Installation
Just prior to installation the doors, windows etc. shall be un-crated and stacked on edge on level
bearers and supported evenly. The frame shall be fixed into position true to line and level using
adequate number of expansion machine bolts, anchor fasteners of approved size and manufacturer
and in an approved manner. The holes in concrete/ masonry members for housing anchor bolts
shall be drilled with an electric drill.
The doors, windows assembled as shown on drawings shall be placed in correct final position in
this opening and marks made on concrete members at jambs, sills and heads against the holes
provided in frames for anchoring. The frame shall then be removed from the opening and laid
aside. Neat hole with parallel sides of appropriate size shall then be drilled in the concrete
members with an electric drill at the marking to house the expansion bolts. The expansion bolts
shall then be inserted in the holes, struck with a light hammer till the nuts is forced into the anchor
shell. The frame shall then be placed in final position in the opening and anchored to the support
through cadmium plated machine screws of required size threaded to expansion bolts. The frame
shall be set in the opening by using wooden wedges at supported and bar plumbed in position.
The wedges shall invariably be placed at meeting points of glazing bars and frames.
Neoprene Gaskets
The contractor shall provide and install Neoprene gaskets of approved size and profile at all
locations as shown and as called for to render the doors, windows etc. absolutely air tight and
weather tight. The contractors shall produce samples of the gaskets for approval and procure after
approval only.

Fittings
Hinges, stays, handles, tower bolts, locks and other fittings shall be of excellent quality and
manufacturers shall be approved by the Engineer-in-Charge.
Manufacturer’s Attendance

Correction—Nil Deletion—Nil Insertion—Nil Overwriting—Nil

AE(P) AE(E)
110

The manufacturer immediately prior to the commencement of glazing shall adjust and set all
windows and doors and accept responsibility for the satisfactory working of the opening frames.
Mastic Cement
The gaps between frames and supports and also any gaps in the windows section shall be raked
out as directed and filled with mastic cement of approved colour and make to ensure complete
water tightness. The mastic cement shall be of such colour and Composition that it would not
stain the masonry/ concrete work, shall receive paint without bleeding, will not sag and shall
not set hard or dry out under any conditions of weather. The samples of mastic cement to be used
for this purpose shall be got approved by the Engineer-in-Charge before its actual use.

Sealant
Use modified silicone for joint subject to movement and in glazing. Surfaces to receive sealant
shall be properly prepared, cleaned, primed and excess sealant removed from finished surfaces.
Sealed joints shall be neatly tooled and surfaces smoothed. Follow the instruction of the sealant
manufacturers. Colour of the sealant shall be approved by the Engineer-in-Charge.
Glazing
Glazing shall generally be accomplished from the inside of building. The glazing system shall be
designed to this end use a continuous E.P.D.M compression gaskets on both sides (Present Gasket
on one side of glazing pocket and roll in gasket on another side). A continuous wet seal shall be
employed to ensure a complete water tightness.
Maintain a minimum glazing bite, edge clearance and surface clearance depending on the glass as
recommended by the glass manufacturer.

Sealant and Gasket Application


Sealant and gasket shall be provided wherever shown in the drawings or required for a
permanently weather tight installation. The sealing mechanism is necessary but is not indicated, it
shall be of type recommended by the sub- contractor and approved by the Engineer-in-Charge.

All adjoining surfaces shall be protected to receive sealant against staining by masking and/ or
other methods.
Joints and joint surfaces shall be clean, dry, and free of any material that may have an
adverse effect on the bonding and/ or seal of the sealant and gasketmaterials.
Apply sealant and gasket under the conditions recommended by the manufacturer(s). Prime all
surface to receive sealant and gasket unless recommended otherwise, use no sealant that has
started to set in its container or a sealant that has exceeded the self life published by the
manufacturer.Fill all joints continuously and completely with sealant, forming a neat, uniform,
concave bead. Finish the material flush with adjoining surfaces unless shown on the drawings. All
sealant surfaces shall be tooled smooth.
Tensile or shear stress in structural silicone sealant joint shall not exceed 1.4 kg./ sqm.
Providing min. 18 Ga, galvanized, hat-shaped, stiffener placed horizontally, stuffed with nominal
4 in thick 8 pcf density mineral wool batt insulation (faced or unfaced), and measuring 4 in. wide
by 4 in. deep and having 1 in. flanges secured to the backpan and sprayable Fire-rated joint spray
to seal gap between horizontal slab & curtain wall to provide minimum 2 hours of fire rating as
per NBC 2016, tested as per ASTM E 2307 standard . The product to have upto 50% Movement
Capability and Sound Insulation of 55db as per ASTME-90. The product shall carry test
certificate as per ASTM E 1399 class II for movement capability. The system shall be UL listed
Correction—Nil Deletion—Nil Insertion—Nil Overwriting—Nil

AE(P) AE(E)
111

&Classified and product shall bear the UL and FM approval logo on the packing.
The contractor shall provide details of mineral wool and sprayable Fire-rated joint spray to seal
gap between horizontal slab & curtain wall to provide minimum 2 hours of fire rating as per NBC
2016, tested as per ASTM E 2307 / UL standards.

Protection &Cleaning
The contractor shall adequately protect all components and accessories from damage during
shipments, storage at job site, erection and after completion of the work. At such time as may be
directed, the sub contractor shall remove all protective tapes or coating, thoroughly clean all
anodised aluminum and glass surfaces with suitable cleaning agent, make final adjustments to all
ventilators, etc. and hardware leaving all in first class working order.
Details of Tests
The various tests on aluminum sections shall be conducted in accordance with the relevant IS
codes.
The minimum number of tests for powder coating and corrosion resistance shall be as given
below:
S.No. Details No. of Tests
(i) Doors, Windows & 5% of Nos. manufactured.
Ventilators

The samples of major member of each unit of doors/ windows shall be selected at random by
Engineer-in-Charge as such that all the aluminum section be gottested.

The cost of samples, carriage or the samples charges, if any, shall be borne by the contractor.
Acceptance Criteria
The aluminum sections shall conform to the provisions of the relevant working drawings. The
sectional weight of any aluminum section is higher than the permissible variation same shall be
accepted.
Guarantee Bond:- All aluminum work shall carry ten (10) years guarantee after completion of
the work against water leakage, unsound material and workmanship and defective anodising as
per guarantee bond at annexure-III.

Ten years guarantee in prescribed proforma attached at Annexure-III must be given by the
specialized firm, which shall be counter signed by the contractor, in token of his overall
responsibility in addition 10% (Ten percent) of the cost of these items would be retained as
guarantee to which the performance of the work done. The cost guarantee against this item of
work shall be in addition to the security deposit mentioned elsewhere in the contract form. If any
defect is noticed during the guarantee period, it should be rectified by the contractor within seven
days, and if not attended to the same will be got done from another agency at the risk and cost of
the contractor. However, this security deposit can be released in full, if bank guarantee of
equivalent amount for ten years is produced and deposited with the department.

Work shall be carried out as per CPWD Specifications with upto date correction slips.

Correction—Nil Deletion—Nil Insertion—Nil Overwriting—Nil

AE(P) AE(E)
112

15. SANITARY INSTALLATIONS/ WATER SUPPLY/DRAINAGE


The work in general shall be carried out as per CPWD Specifications with upto date correction
slips. Rate include all materials, labour and all theoperations.
i) Hubless Centrifugally cast (spun) iron S & S pipes and S.S. pipes wherever necessary shall be
fixed to R.C.C. columns, beams, slab and walls etc. with adjustable support system and rawl
plugs / dash fastener.

ii) The contractor shall be responsible for the protection of the sanitary and water supply fittings
and other fittings and fixtures against pilferage and breakage during the period of installation
and thereafter until the building is handed over.

iii) The contractor shall furnish all labour, materials and equipment, transportation and incidental
necessary for supply, installation, testing and commissioning of the complete Plumbing /
Sanitary system as described in the Specifications and as shown on the drawings. This also
includes any material, equipment, appliances and incidental work not specifically mentioned
herein or noted on the Drawings/Documents as being furnished or installed, but which are
necessary and customary to be performed under this contract. The Plumbing / Sanitary System
shall comprise of following:

a) Sanitary Fixtures andFittings.


b) Internal and External WaterSupply.
c) Internal and External Drainage.
d) Approval from Local Authorities.
e) Balancing, testing & commissioning.
f) Test reports and completion drawings.

iv) The contractor shall procure and install all pipes, Sockets /Nipples including shut-off valve etc
for mounting sensors/transmitters for the interface to Building Automation System. Contractor
shall use S.S. pipes and fittings of approved grade. Similarly the sanitary pipes will also be of
minimum 100 mm dia of medium grade. The pipes should be designed accordingly to the
pressure.
v) The contractor shall ensure that senior and experienced plumbers are assigned exclusively for
this work. Such plumber(s) should have valid license from the local authorities. The project
management shall be done through modern technique. For quality control & monitoring of
workmanship, contractor shall assign at least one engineer who would be exclusively
responsible for ensuring strict quality control, adherence to Specifications and ensuring top
class workmanship for the installation.
vi) The work shall be in conformity with the Bye-laws, Regulations and Standards of the local
authorities concerned. But if these Specifications and Drawings call for a higher standard of
materials and / or workmanship than those required by any of the above regulations and
standards, then these Specifications and Drawings shall take precedence over the said
regulations and standards. However, if the Drawings and Specifications require something
which violates the Bye-laws and Regulations, then the Bye-laws and Regulations shall govern
the requirement of this installation.

vii) The contractor shall obtain all permits/ licenses and pay for any and all fees required for
the inspection, approval and commissioning of their installation without additional cost to the
department.
Correction—Nil Deletion—Nil Insertion—Nil Overwriting—Nil

AE(P) AE(E)
113

viii) The Plumbing / Sanitary Drawings given by the Engineer In-Charge or issued with tenders are
diagrammatic only and indicate arrangement of various systems and the extent of work covered
in the contract.These Drawings indicate the points of supply and of termination of services and
broadly suggest the routes to be followed. Under no circumstances shall dimensions be scaled
from these Drawings. The contractor shall follow these drawings in preparation of his shop
drawings, and for subsequent installation work.

ix) The contractor shall examine all architectural, structural, plumbing, electrical and other services
drawings and check the as-built works before starting the work, report to the Engineer In-Charge
any discrepancies and obtain clarification. Any changes found essential to coordinate installation
of his work with other services and trades, shall be made with prior approval of the Engineer In-
Charge without additional cost to the department.

xi) All the shop drawings shall be prepared based on detailed Architectural Drawings showing exact
location of pipe, supports, flanges, bends, tee connections, reducers, valves, fittings, manholes
etc;

xii) Shop drawings shall be submitted for approval four weeks in advance of planned delivery and
installation of any material to allow the Engineer In-Charge ample time for scrutiny. No claims
for extension of time shall be entertained because of any delay in the work due to his failure to
produce shop drawings at the right time, in accordance with the approved programme.

xiii) Samples of all materials like valves, pipes and fittings etc. shall be submitted to the Engineer In-
Charge prior to procurement for approval and retention by Engineer In-Charge and shall be kept
in their site office for reference and verification till the completion of the Project. Wherever
directed a mockup or sample installation shall be carried out for approval before proceeding for
further installation without any extra cost.

xiv) Approval of shop drawings shall not be considered as a guarantee of measurements or of


building dimensions. Where drawings are approved, said approval does not mean that the
drawings supersede the contract requirements, nor does it in any way relieve the contractor of
the responsibility or requirement to furnish material and perform work as required by the
contract.
xv) All materials and equipment shall conform to the relevant Indian Standards and shall be of the
approved make and design. Makes shall be in conformity with list of approved manufacturers as
per approved list and samples.
xvi) Balancing of all water systems and all tests as called for the CPWD Specifications shall be
carried out by the contractor through a specialist group, in accordance with the Specifications
and Standards. The installation shall be tested and shall be commissioned only after approval by
the Engineer In-Charge. All tests shall be carried out in the presence of the representatives of the
Engineer In-Charge and without additional cost to the department.

xvii) The contractor shall submit completion plans for water supply, internal sanitary installations and
building drainage work within 15 days of the date of completion. These drawings shall be
submitted in the form of two sets of CD’s and four portfolios (300 x 450 mm) each containing
complete set of drawings on approved scale indicating the work as installed. These drawings
shall clearly indicate complete plant room layouts, piping layouts and sequencing of automatic
controls, location of all concealed piping, valves, controls and other services. In case the
contractor fails to submit the completion plans as aforesaid, security deposit shall not be
released and these shall be got prepared at his risk and cost.

Correction—Nil Deletion—Nil Insertion—Nil Overwriting—Nil

AE(P) AE(E)
114

xxi) All fixtures and fittings shall be provided with all such accessories as are required to complete
the item in working condition whether specifically mentioned or not in the Specifications,
elsewhere in this tender document & drawings. The quoted rates shall be deemed to be all
inclusive for a complete item fit for use including all materials, labour T&P, specials,
equipment, testing & commissioning etc. Accessories shall include proper fixing arrangement,
brackets, nuts, bolts, screws and required connection pieces. Nothing extra whatsoever shall be
payable on this account.
xxii) Fixing screws shall be half round head chromium plated brass screws with C.P. washers where
necessary or otherwise as provided in the item.
Kitchen Sink of SS304 as per IS 13983 510x1040mm bowl depth 250 mm with drain board ware
shall conform to relevant BIS codes. Colour of sanitary ware, shall be specified or as selected by
the Engineer-in-Charge & no payment shall be paid to the contractor on this account.

xxiii) Horizontal pipes running along ceiling shall be fixed on structural adjustable clamps of
approved design. Horizontal pipes shall be laid to uniform slope and the clamps adjusted to the
proper levels so that the pipes fully rest on them and are properly secured.

xxiv) Contractor shall provide all nuts, bolts, welding material and paint the Clamps with one coat of
red oxide and two or more coats of black enamel paint.

xxv) Slotted angle/channel supports on walls shall be provided wherever shown on drawings.
Angles/channels shall be of sizes shown on drawings or specified in schedule of quantities.
Angles/channels shall be fixed to brick walls with bolts embedded in cement concrete blocks
and to RCC walls with suitable anchor fasteners. The spacing of support bolts horizontally shall
not exceed 1m.

xxvi) Wherever M.S. clamps are required to be anchored directly to brick walls, concrete slabs, beams
or columns, nothing extra shall be payable for clamping arrangement and making good with
cement concrete 1:2:4 mix (1 cement: 2 coarse sand: 4 stone aggregate 20 mm nominal size) or
as directed by the Engineer-in-Charge.

xxvii) The ground colour shall be applied throughout the entire length of pipe. Colour bands shall be
superimposed on the ground colour and shall be applied near valves, junctions, joints, service
appliances, bulkheads, valves, etc. for clear identification of fluid being carried and to avoid
confusion. The relative proportional widths of the first colour band to the subsequent bands shall
be 4:1.The minimum width of the narrowest colour band shall be 25mm.
General
i) a) Rates for all items quoted shall be inclusive of all work and items given in the above
mentioned Specifications and Schedule of Quantities and applicable for the work under floors,
in shafts or at ceiling level at all heights and depths. All rates are inclusive of cutting holes and
chases in RCC and masonry work and making good the same.
b) All rates are inclusive of pre testing and on site testing of the installations, materials and
commissioning.
c) Contractor shall be responsible for 5 years guarantee, from the expiry defect liability period
of 3 years, for any leakage and seepage from water supply system / sewerage system and drain
system.
d) The quoted rate shall be inclusive of 8 years guarantee for any leakage and seepage. No
payment shall be made on this account .

Correction—Nil Deletion—Nil Insertion—Nil Overwriting—Nil

AE(P) AE(E)
115

e) In addition to above guarantee, 10% amount of these components (amount of these


component shall be worked out by the Engineer-in-Charge) shall be withheld for 8 years
which shall be released after satisfactory performance of W/S, Sanitary installations and
Drainage System for 8 years.

ii) Cleaning and Disinfection of Pipelines:-


On completion of hydraulic tests and before a pipe is disinfected, it shall be proved to be free
from obstruction, debris and sediment by scouring or by any other process which the Engineer-
in-charge may prescribe. Upon satisfactory completion of testing and cleaning, the pipelines
shall be disinfected as order. Chlorine solution shall be applied at the charging point as the
pipeline is being filed and dosing shall be continued until the pipeline is full and at least 50 parts
of chlorine per million parts of water have been made available and distributed evenly. If
ordinary bleaching power is used, proportions will 150 gms of power to 1000 litre of water. If a
proprietary brand is used, the proportion shall be as specified by the manufacturer. The treated
water shall be left in pipeline for a period as directed but not exceeding 24 hours chlorine
residual tests shall be taken at various points along the pipeline. The disinfection process shall
be repeated until the sample of water taken from the pipeline are declared fit for human
consumption by a recognized laboratory.
16. uPVC WINDOW SYSTEMS
All openable and fixed window system shall have minimum 3 hollow chambers from front to
back. The sliding system frames shall have minimum 3 chambers from front to back. The
Sliding system Sashes shall have minimum 2 chambers from front to back. The outer profile
shall not be less than 56 mm.
All sections of the frame and sash shall be reinforced in accordance with the system supplier’s
recommendations using galvanized mild steel in a single continuous length.
General Requirements Profile
The profile is to be extruded from a compound that has been blended to ensure quality and
consistency. The material shall be pristine white high impact modified window grade uPVC and
shall be colorfast and conform to BS EN 12608:2003 as below:-
Description of Material Required Value
Flexural modulus of Elasticity Shall not be less than 2200 N/mm2
Resistance to impact by falling mass at– 10 °C for Class II (falling mass 1000g; falling height
1500mm – as per BS EN 12608:2003)Mean Breaking Stress for welded corners not more
than 1 test specimen shall show rupture in wallShall not be less than 35N/mm2 for compression
bending test or 25N/ mm2 for tensile bending test. The profile shall be a hollow 3-chamber
(across depth) profile with a outer wall thickness not less than2.4 mm.
BS EN 12207 : 2000 Doors& window – Air permissibility classification BS EN 12208 : 2000
Window & Doors- Water tightness classification
BS EN 12210 : 1999 Resistance to wind load classification

IS B75 Part-3 : 1987 Code of Practice for design loads (other than earthquake) for buildings &
structures–Part-3 wind loads.
The profile shall be of first grade/quality uniform and free from foreign bodies, cracks or marks.

Correction—Nil Deletion—Nil Insertion—Nil Overwriting—Nil

AE(P) AE(E)
116

Fabrication of Window
i) The window units shall be designed with all corner joints, transom joints and mullion
joints being mitred and fusion welded.
ii) All excess material is to be neatly trimmed and neatly feature grooved/raised nib finish
at corners, transom joints and mullionjoints.
iii) There will be no mechanical joining of theprofile.
iv) No polishing flush of any joints will bepermitted.
v) The window units shall be designed so that the route of drainage is prevented from
passing through the reinforcement chamber.
vi) The finished product shall be free from all sharp edges, burrs and the like that may be
hazardous to theuser.
vii) The dimensional tolerances on the finished outer frame height and width shall be +
3mm. Frame assemblies shall be such that they can be installed square within a
maximum difference in the diagonals of 4mm. Minimum overlap of sash on frame shall
be 8mm.
viii) In all window units, adequate drainage should be provided to permit the escape of water
from platforms or horizontal members beneath each sealed unit. The drainage slots
shall not penetrate into the reinforcement chambers. Rain water Stop to be provided
wherever necessary to provide barrier to excess rain water.
Reinforcement
i) Reinforcement shall be made from mild steel tube of not less then 2mm thickness
galvanised in accordance with IS 1079 or IS 513 2008 with a minimum coating
120g/m2 shall be hot dip zinc. as per strength requirement unless otherwise approved by
Engineer in Charge.
ii) The reinforcement shall be installed in accordance with the recommended actions. The
reinforcement shall conform to the wind load requirements of IS 875: Part 3. The
reinforcement shall be in one continuous length and should be installed minimum 5mm
and maximum 10mm from the face of the profile to be welded.
iii) The reinforcement shall be secured to the profile so that it does not move or rattle and it
maintains the structural integrity of the frame and satisfactory thermal separation.
Reinforcement is to be screwed at maximum of 100mm from the ends and at a
maximum of 300mm to centres with UPVC Profile.

Glazing and Weather Seals


Glazing
i) Window shall be such that glazing or re-glazing on site is possible without the need to remove
the outer frames from the structure of the building.
ii) All glazing is to be packed in accordance with the system supplier’s recommendations to
prevent any kind of damage during handling.
iii) Double Glazed Units(DGU) comprising of hermetically-sealed 6-12- 6 mm insulated glass
(double glazed) vision panel units of size and shape as required and specified, comprising of an
outer heat strengthened float glass 6mm thick, of approved colour and shade with reflective soft
coating on surface # 2 of approved colour and shade, an inner Heat strengthened clear float glass
6mm thick, spacer tube 12mm wide, desiccants, including primary seal and secondary seal
Correction—Nil Deletion—Nil Insertion—Nil Overwriting—Nil

AE(P) AE(E)
117

(structural silicone sealant) etc. all complete for the required performances, as per the
Architectural drawings, and after approval of shop drawings, Mild reinforcement for external
usage (frame coublings) shall be hot dip zinc galvonised in accordance with IS 277-2003 with
minimum coating of 275 gm/m3 as approved by the Engineer-in-Charge. The DGUs shall be
processed and assembled in the factory/ workshop of the glass processor.
including providing EPDM gasket, perforated aluminium spacers, desiccants, silicon sealant
(Both primary and secondary sealant) etc. as per Specifications, drawings and direction of
Engineer-in-charge complete. The selection of DGU properties shall be done after energy
and daylight simulation analysis to achieve the ECBC-2018, UPECBC and GHAR building
rating requirements.

Weather Seals
Glazing gasket seals shall be EPDM/ Silicone seals. ASTM- D412 and ASTM- D2240 are
standard specifying test methods for Tensile strength and Hardness of the gasket whereas the
required value shall be specified
Ultimate tensile strength min >7.5 N/mm2
The weather seals are to be fitted in continuous lengths and grooves. The joints in the vent
weather seal are to be positioned at the bottom and in the outer frames at the top.
Security and Safety
Fasteners shall be designed so that they cannot be released from the outside by the insertion of a
thin blade.
No opening light shall be openable or removable from the outside, when it is fastened in the
closed position, except by use of special tools or breaking part of the window.
Quality control and testing of materials
Raw Material
The material from which the profiles are made shall consist substantially from white polyvinyl
chloride as per BS EN 12608:20003. Only those additives and pigments may be used that are
needed for the manufacture of the compound and its subsequent conversion into sound, durable
extrusions of good surface finish and mechanical strength, as assessed by the requirements of
this Specifications.

Profile Properties Appearance and Finish


The color of the profile shall be uniform and the color of all profiles in a system shall
beuniform. The profile shall be free from foreign bodies, cracks or sink marks when viewed by
normal corrected vision at 90o to the surface and at a distance of 1 meter in normal diffused
northlight.
Dimensions and Weights
The profiles shall be straight such that the longitudinal axis of the profile, as measured on the
face surfaces, may deviate from the straight line by no more than 1mm per meter. The cross
section of the profile shall conform in shape and dimensions and may deviate by no more than +
0.5mm; glazing channels and seal grooves may deviate by not more than + 0.3mm. The weight
of the profile per meter shall not be more than 5% below the nominalvalue.

Correction—Nil Deletion—Nil Insertion—Nil Overwriting—Nil

AE(P) AE(E)
118

Resistance to wind load


All load bearing members shall be adequately reinforced so as to resist the wind load
requirements of IS 875: Part 3. Calculations shall be submitted for all window designs.
Air Tightness.
The air infiltration for windows shall not exceed 1 litres/ second m2 @ 75 Pa for both positive
and negative pressures (certified for use in air conditioned buildings)
Water Tightness
The water penetration for windows shall be minimum 15 minutes @ 150 Pa as per AS 4420.5.
Installation of Frame
i) Before installation the Installation Team is to make sure that the opening has been prepared and
any repair work has been carried out. Allow a 5mm gap between the frame and the opening. The
new window shall be set in the prepared opening. Allow for suitable packing blocks.
ii) The window shall be fixed into the aperture, by drilling and fixing through the outer frame, to
the existing structure using ‘Fischer’ fixings, F8S type bolts.
iii) Supplying, drilling/cleaning hole and fixing of Torque Controlled Expansion Anchor. The
Anchor should be third party tested, possess ETA approval. The anchor should be approved for
use in Cracked Concrete. Anchor must be tested and approved as per Seismic C1 and C2
Category of TR045. ETA to have Fire Resistance values for up to 120 mins as per EOTA TR
020 and FM Approval. Anchor shall be fixed at right embedment depth as per embedment mark
and activated using AT Tool Module to ensure adequate torque as per manufacture’s torque
tolerance published in ETA and same shall be documented and submitted to Project Manager at
the time of inspection. Design of Anchor should be done as per ETAG 001 Annex C and TR045
as per actual load data and site conditions as provided by structural consultant and the report to
be submitted to the project manager and design engineer for approval.
iv) The fixings shall be no less than 150mm from corners or transoms/mullions and at no more than
600mm centers.
v) When the frame is securely fixed in position then fit glass and glazing beads. Allow for any
necessary glazing blocks and glass lock devices.
vi) Check windows for correct operation before proceeding with makinggood.
vii) No fixings are to penetrate the drainage channels.
viii) The windows shall be first treated with Polyurethane Foam (PU Foam) to enhance insulation
against heat and noise. The gap between masonry and the frame is to be filled with Neutral Cure
Silicon (exposed to sun surface) and/or Acrylic Sealant (only for the internal surface). The
windows shall be first treated with Polyurethane Foam (PU Foam) to enhance insulation against
heat and Noise.
ix) The silicone joints should be covered with Architraves/trims as per direction of Engineer-in-
charge.
Making Good
i) Making good to the external surface of the window frame and finish with a compatible approved
low modular silicone sealant to BS5889. All trims and quadrants are to be approved by the
Engineer- in- Charge prior to fixing.
ii) Allow for making good any disturbed plaster, brickwork and decorations internally and
externally including color wash to brick work.
iii) Clean off excess material and check fittings andgearing.

Correction—Nil Deletion—Nil Insertion—Nil Overwriting—Nil

AE(P) AE(E)
119

iv) Leave installation clean and in good working order.

GENERAL ITEMS
i) This Specification is to be read in conjunction with any other relevant documents and drawings.
ii) Sizes are not to be scaled from any drawings or sketches but should be measured on site prior to
manufacture.
Guarantees
Manufacturer will be offer a warrantee on the window profile used in the uPVC window system
for a period of 10 years from the date of installation. The Warrantee has to cover all abnormal
defects in workmanship/quality. The guarantee has to be underwritten by a Company
nominated Executive and also signed by the contractor. In addition 5% (five percent) of the cost
of this item of work shall be retained as security deposit and the amount so withheld would be
released after ten years from the date of completion of the entire work under the agreement, if
the performance of the work done is found satisfactory. If any defect is noticed during the
guarantee period, it shall be rectified by the contractor along with any incidental repairs to
structure, flooring, finishing, fixtures and any other related damaged work within fifteen days of
receipt of intimation of such defects in the work. If the defects pointed out are not attended to
with the specified period, the same shall be got done from another agency at the risk and cost of
the contractor and the cost of attending such repairs shall be deducted from any dues payable to
the contractors.

Window Accessories
i) Window should be designed and reinforced such that it can withstand the wind load
requirements by providing suitable strengthening accessories.
ii) The window shall meet the requirements of watertightness.
iii) Trims:- Shall be used to cover the window to masonryjoints.
Window Hardware
i) All slider door/windows are to be provided with multi point locking arrangement with/without
key locking facility as per the requirement. The hardware to be of G-U or ROTO or of
equivalent make. The slider locking mechanism handles are of projected / flushtype.
ii) Casement window friction stays are to be of G-U or ROTO or Securistyle or equivalent make of
appropriate size and weight bearing capacity, made of SS304. The stack height of friction stay is
to be 16 +0.5mm.
iii) The casement windows are to be provided with multi point locking mechanism of G-U/Avocet /
ROTOor equivalent make and handle to suite the same.
iv) Measurement- Area of window shall be measured for payment correct to a centimeter from outer
edge of the windowframes.
Rate includes all the materials, glazing, window hardware, labour and fixing etc. all complete.

INTERLOCKING PAVERBLOCKS

The Interlocking Paver Blocks of grade M-30 and 80mm thickness conforming to IS :15658.
Testing shall be conducted for properties mentioned in IS 15658 on four(4) paver block every
25,000 Paver Blocks to satisfy the quality of material:-
SPECIFICATIONS FOR CALCIUM SILICATETILEs FOR FALSE CEILING

Correction—Nil Deletion—Nil Insertion—Nil Overwriting—Nil

AE(P) AE(E)
120

i) GENERAL
This section covers the requirements for all materials, labour, tools, scaffolding and equipment
complete in all respect for suspended false ceiling as per nomenclature of the item.
ii) MATERIALS
The calcium silicate tile and framing system should have properties as mentioned in CPWD
Specifications.
a) Ceiling Tile:
Light weight calcium silicate tiles and made from hydrated calcium silicate, reinforcing fibers
natural fillers free from formaldehyde and other harmful materials shall not contain any toxic
ingredients. The tiles shall be of size 595 mm x 595 mm having reinforced edges of 15 mm
thickness all around in a collar of width 24 mm and 10 mm thickness at the centre. The tiles
shall have an overall density of 350 kg/m3 in centre of the body and 450 kg/m3 at the edges.
The tiles shall be primer coated on both sides and the fair surface shall be having a factory finish
in two coats of white dispersion type solvent free paint.
The tiles should be characterized with 100% relative humidity resistance, incombustibility as per
BS 476, Part IV, thermal conductivity of 0.043w/moKC, and light reflectance > 85%, and an
NRC of 0.50 (sound attenuation: 32 dB). The tiles should weight approx. 5.5 kg/m2. The
contractor has to be submit manufacturers for the above properties of ceiling tiles
b) Frame work:
A grid of section 600 mm x 600 mm is to be made up of rolled formed hot dipped galvanised
steel T- sections wherein the Main tee is duly suspended from the RCC slab roof. The sizes of
the members shall be as under and the entire grid should be able to take a suspended load of
minimum 18 kg/sqm.
 Perimeter wall angle: 0.40 mm thick gauge having equal flanges of size 22 mm made from pre-
coated G.I. coil of length3.0m.
 Main tees of 3.60m/3.0m length having a web height of 38 mm with a 8mm bulb at the
top having an exposed bottom of 24mm capped with a pre-coated G.I. coil wherein the coil
thickness is 0.33mm.
 Cross tees of length 1.20 m and 0.60 m having a web height of 38mm and an exposed bottom of
24mm capped with pre-coated G.I. coil wherein the coil thickness is 0.33mm.
 The grid shall be of standard quality.

c) Fixing the G.I. Suspension System to the Ceiling:


The main runners of size 38 mm x 24 mm x 3.60mm length spaced at 1200 mm centers shall be
securely suspended with G.I. suspension wire of 4 mm dia. With necessary level adjusters made
from spring steel with adequate tension in one direction. The G.I. wire is to be suspended at
1200 mm centers from the soffit with the aid of soffit cleats made of zinc alloy having
dimension 25 mm x 35 mm x 1.6 mm secured to the soffit with metal dash fasteners of size 6
mm x 50 mm.
The last hanger at the end of each main runner should not be greater than 600mm from the
adjacent wall. Then flush fitting cross tees of size 28 mm x 24 mm x 1.20 m length are to be
inserted in the main tees at 600 mm centers at right angles to the main tees. 600 mm x 600 mm
modules are then to be formed by fitting cross tees of size 28mm x 24 mm x 0.6 m length
centrally between the longer cross tees.

Correction—Nil Deletion—Nil Insertion—Nil Overwriting—Nil

AE(P) AE(E)
121

The system shall rest on periphery walls / partition on the wall angle of section 0.40 mm thick
gauge having equal flanges of 22mm made from pre- coated G.I. coil of length 3.0m. The entire
grid system shall be designed to bear a distributed load of minimum 18 kg /sq.m.
d) Storage and Handling precautions:
 Ceiling tiles shall have be supplied in neatly packed cartons.
 Not to store the cartons in flat and wet locations.
 Handle cartons and individual tiles with care.
 Do not drop or stand cartons or tiles or edges orcorners.
 Open cartons completely and using both hands with protective gloves, remove tiles in pairs with
fair faces together.
e) Installation Precautions: The following to be ensured before installation of the ceiling system
The area is dry prior to ceiling installation work.
 All wet trades are completed such as plastering, flooring etc.
 Air conditioning duct work is completed.
 Electrical chasing or drawing lines etc are in place.
 No unauthorized weight is put on ceiling. Lighting fixtures to be suspended independently.
 Calcium Silicate Tiles should be installed by experienced contractors in compliance with
manufacturers Specifications and conditions.
 Installations shall be done in areas free from chemical fumes / freezing temperatures and
vibrations.
 Calcium Silicate Tiles shall not be used to support any unauthorizedloads.
 Calcium silicate Tiles shall be mechanically suspended properly and shall not be cemented nor
glued to the surface of any other material.
f) Cutouts for light and A/C fixtures: Additional support shall be provided around the cut outs the
lights & AC Fixtures, if main structure is cut, by providing main teerunners.
g) Tendered cost shall include the cost of making cut outs required for fixing light fixtures, air-
conditioning diffusers, and fire detectors, etc. No extra payment shall be made for making cut
outs.
Fire Resistance doors
i) The doors shall be procured from approve manufacturer(s).
ii) The fire check door shall not collapse during of hot gases or the flames through the rebate
of the gap between the door frame and shutter or through the holes,developed in the shutter
during fire.
iii) Door frame and shutter shall be manufactured as per CPWD Specifications of the items.
iv) Door fitting & fixture shall be provided as per the nomenclature of the items.
v) Specifications:The Fire Check doors shall satisfy:
(a) STABILITY: The fire check door should not collapse during the 2 hours of fire under the
specified fire conditions. The fire check doors provide safe access to the escape route in
the building namely protected corridors and staircase.
(b) Integrity:
The fire check doors should not allow the passage of hot gases or the flames or the flames
through the rebate or the gap between the door frame and shutters for the duration of its fire
rating.

Correction—Nil Deletion—Nil Insertion—Nil Overwriting—Nil

AE(P) AE(E)
122

b) Insulation:
The mean temperature of fire door on unexposed side should not exceed 140 degree C
above ambient temperature for the duration of its fire rating.
The fire/smoke check door assembly being of fered shall be as proto-type tested by CBRI,
Roorkee or any other test laboratory approved by the Engineer-in-charge, for the prescribed fire
– rating as per EN1634 -1:1999 / IS: 3614 Part-II.
A test report from CBRI, Roorkee or any other test laboratory approved by the Engineer-in-
charge shall be submitted for approval before executing the work.
The Fire / Smoke check doors should also have Tariff Advisory Committee approval as
admissible.
The tenderer shall employ specialized agency or manufacturer of the fire check door assembly,
having their own manufacturing facilities and such agency shall be got approved by the
Engineer-in-Charge.
Fire check doors shall be of 2 hour fire rated and shall satisfy the three performance criteria
of stability, integrity and insulation as per BS 476 part-22 and IS 3614 part-II for the
executed work.”
c) Guarantee Bond:
The work shall be guaranteed for a period of five years from the date of completion issued by
the CPWD, Jammu (J&K)
The contractor shall execute the necessary guarantee bond against any structural defect, faulty
materials, workmanship and defective finish. In addition 5% (five percent) of the cost of this
item of work shall be retained as security deposit and the amount so with held would be released
after five years from the date of completion of the entire work under the agreement, if the
performance of the work done is found satisfactory. If any defect is noticed during the guarantee
period, it shall be rectified by the contractor along with any incidental repairs to structure,
flooring, finishing, fixtures and any other related damaged work within fifteen days of receipt of
intimation of such defects in the work. If the defects pointed out are not attended to with the
specified period, the same shall be got done from another agency at the risk and cost of the
contractor and the cost of attending such repairs shall be deducted from any dues payable to the
contractors.

vi) All the hardware required in fire resistance doors like door closer conforming to EN 1154,
stainless steel hinges conforming to EN 1935, Mortis lock conforming to EN 12209, door
handles conforming to EN 1906 strength level 3, Panic exit device conforming to EN 1125, door
bolt conforming to EN 12051 etc. should also comply two hour firerating.

vii) The fixing of doors and cost of all hardware’s are included in the scope of fire resistance doors

viii) The size of vision panel shall be proposed by contractor and approved by Engineer-in-charge
before mass production and its size should not be less than 350 x 350mm.

Correction—Nil Deletion—Nil Insertion—Nil Overwriting—Nil

AE(P) AE(E)
123

STRUCTURAL GLAZING ALUMINUM COMPOSITE PANEL WORK


GLAZING General
i. The Contract Documents define only the design intent and general performance
requirements. The Contractor is entrusted with total responsibility for design, structural
calculations, shop drawings, fabrications, installation, warranties, certifications and related
documentation.
ii. The Contractor shall be entirely responsible for the design, fabrication and erection of the
systems, and all work shall be performed entirely by his ownforces.
iii. Design approved metal framing members to accommodate expansion and contraction of
components without buckling, creating stress on glass, structural components and fasteners,
joint seals or other damaging effects.
iv. The Contractor shall provide to sealant manufacturer samples of all relevant substrates,
including finished aluminium, coated glass, gaskets, setting blocks and brackets.
v. Sealant manufacturer shall perform tests to verify adhesion, staining and chemical
compatibility. The Contractor shall use sealants and substrates only in combinations for
which favourable addition and compatibility results have been obtained.
vi. Aluminium surfaces in contact with mortar, concrete, plaster, masonry, wet application of the
fire proofing and absorptive materials shall be coated with an anti- galvanic, moisture barrier
material.
vii. Within two weeks of signing this agreement the Contractor shall provide a detailed write up
on the following:
Conceptual design.
I. Component and hardware description.
II. Design, fabrication &execution methodologies.
III. Detailed bar chart & showing all activities from macro to micro details.
IV. Structural design and engineering fabrication, supply and erection of the Structural/
Structural Glazing wall system including but not limited to the following:
V. Extrusion aluminium framing members.
VI. All interior trim covers and closures.
VII. All anchor clips, fasteners, and brackets.
VIII. Glazing, including materials, gaskets, sealants, spacers and relatedwork.
IX. A continuous gutter system at each floor of the unitized Structural Glazing wall.
X. Field water tests.
Samples
Sample of one typical panel shall be fabricated, assembled and installed for approval. It shall
be of type as per approved drawings. All samples shall be provided at no cost to the Project In-
charge.
Design Considerations:
I. The Contractor should possess adequate engineering background and facilities inclusive of
trained system personnel from their parent company and should be able to prove their design
and engineering capabilities to meet structural design parameters. The Contractor should carry
adequate Professional Indemnity Insurance supporting a design warranty to the benefit of the
Correction—Nil Deletion—Nil Insertion—Nil Overwriting—Nil

AE(P) AE(E)
124

Project In-charge. Copies of the same to be forwarded to the Project In-charge within 2
weeks of signing the Agreement.
II. The Contractor shall submit structural calculations for the system and it shall be
stampedandsignedbyaqualifiedstructuralengineer,includingmock-upcomplyingwith current
design rules of the relevant aluminium code include analysis for wind, dead loads, deflections
and if appropriate seismic loads on framing members and anchors. All Structural Glazing shall
have mechanical joints shall be designed IS 875.
III. The design shall also ensure that the maximum deflection of any member shall not exceed
1/175 of the span between supports or 20mm, whichever is less for vertical elements & 1/250
of the span between supports for horizontal elements. Air leakage through windows should not
exceed 0.60 Cu.ft/ Sq.ft. Minimum design pressures both inward, outward and acting
perpendicular to glass (including return surfaces) shall be per the requirements the Indian
Wind Loading Code IS 875 Part 3 and earthquake regulations.
IV. The framing members should be designed such that deflection perpendicular to the wall plane
of any unsupported span shall not exceed 1/175 or 20mm whichever is the least, under the
required design load both positive and negative. Also no failure of structural silicone Joints,
damage to joinery, components, or permanent set in the framing members in excess of 0.2
percent of the span shall occur under 1.5 times the design load. Deflection in the wall plane of
any glazed horizontal span should not exceed ½ the glass edge clearance dimension below.
V. The Contractor shall also submit the calculations for the structural silicone joint, size as
required.

Water Tightness

I. A complete drainage system must be incorporated into the Structural Glazing wall frame.
Water leakage and condensation shall be drained or discharged to exterior face of the wall
and all internal spaces shall be vented by acceptable means to ensure air- pressure
equalization when possible.
II. Drainage system shall be sealed off per floor height to prevent infiltrated water from leaking
to lower floors.
III. Movement of water behind and on exposed surfaces must be controlled to ensure that water is
not retained and that elements will not be damaged or corroded by water and to minimize
the potential for algae and fungus growth as a result of standing or trapped water.

Shop Drawings:
I. The Contractor shall prepare detailed shop drawings incorporating all allowances for
construction and fabrication tolerances.
II. The Contractor shall submit detailed shop drawings for the Structural wall system, aluminium
composite panel cladding works to the Project In-charge for review.
III. The Architect’s review will be conformance to the design concept and for the general
arrangement only. And such review shall not relieve the Contractor of any responsibilities as
stated herein or any other applicable items herein specified.
IV. The Shop drawings shall show joinery techniques, provisions for horizontal and vertical
expansion, glass and metal thickness, framing and anchor member profiles, identification all
materials including metal alloys, glass types, fasteners and glazing materials,all shop and field
sealants by product name.This shall also show relative.

Correction—Nil Deletion—Nil Insertion—Nil Overwriting—Nil

AE(P) AE(E)
125

V. Layout of all adjacent walls, beams, columns and slabs with all dimensions to each other and
grid lines/ dimension position of glass edge relative to metal daylight, anchorage details to the
building structure and coping details at the parapet are also to be submitted. The drawing shall
also indicate all gaskets, weather strips and Aluminium extrusions.
VI. Shop Drawings shall be signed and sealed by a Qualified Structural Engineer with specific
experience in Structural Glazing Wall construction and design.
Samples:
I. Within two weeks of signing the contract the Contractor to submit samples for review
three(3)sets of labeled samples of each required type and colour of metal finish,on.
II. 300mm long sections of aluminium extrusion shapes. Samples must show extremes of colour
texture variation. Samples will be reviewed by Project In-charge for colour and texture only.
Compliance with other requirements is the responsibility of the Contractor. Colour and texture
range of production material shall match approved samples.
III. Project In-charge reserves the right to require samples which will show the fabrication
techniques and workmanship of the component parts, and the design of accessories and other
exposed auxiliary items, before fabrication of this work proceeds.
IV. Within two weeks of signing this contract submit for review, 3 sets of samples sealant backers,
anchor components, anchor assemblies and epoxies.
Aluminium
Extruded aluminium sections should conform to BIS designation HE9WP/HV9WP, the
chemical composition requirements of IS 733, and technical properties as laid down in IS
1285. Standard commercial tolerances shall apply to finished, fabricated and assembled
materials.
Mullions and Transoms
I. The sections of mullions and transoms shall be designed to withstand deflection and wind
pressure as described in specifications and shall be rigid enough to support and retain the glass
and other construction variation as indicated.
II. Reinforcing member, where used, shall be completely enclosed and if fabricated from steel
shall be galvanized and protected with two coats of zinc chromate where welded shall be
treated in the same way.
III. The frames shall be formed by integrated PVDF 3 coats (40 – 45 microns) as per AAMA 2605
specification aluminium section with provision to receive fixed glass spandrel and other
construction variation as indicated.
IV. Sections of the frame shall be cut and profiled for assembly in the best workmanlike manner
and finished in a neat and weather proof construction with proper tempering of aluminium
sections.
V. All dimensions of the Structural Glazing wall shall conform to the overall sizes shown on the
drawings. They shall be fabricated to proven and tested detail designs. All parts shall be
supplied ready for fixing and complete with all necessary fittings. Samples of typical sections
shall be submitted with the tender. The exact dimensions for frame work shall be physically
checked at site before starting fabrication.
VI. All joints shall be mechanical,jointed with aluminium angles with stainless steel screws.

Correction—Nil Deletion—Nil Insertion—Nil Overwriting—Nil

AE(P) AE(E)
126

Silicon Sealant:
I. The Contractor shall send a sample of PVDF 3 coats (40 – 45 microns) as per AAMA2605
specification aluminium section & selected glass to the silicon sealant manufacturer and get his
approval. A copy of that certificate to be submitted to Project In-charge. The cost of samples,
carriage of the samples, if any shall be borne by the Contractor.
II. The Contractor shall submit, for record only, glass manufacturer’s written statement that any
insulated glass, reflective glass and spandrel glass is supported by structural silicone is suitable
for such application.
III. The colour/ shade of sealant shall be decided by the Project In-charge and the Contractor to get
approval be fore procurement.

Glass Specification:
Design should be based on the use of glass as mentioned in the data sheet. Specification of

Glass:
Providing and fixing aluminium semi unitised vertical Structural glazing system with single
glass vision panel and spandrel panel of approved make having main frame of verticals and
horizontals made out of specially designed extruded aluminium sections to withstand wind
pressure of 175 kg/sq.m at a height of 40m and fabricated, fixed at all levels, elevation and
heights to the Masonry / RC walls with necessary clamps, brackets and anchor fasteners. All
clamps and brackets shall be Mild Steel Hot dip galvanized minimum 80 microns thick and shall
conform to IS: 4759-1996. The extruded aluminium section shall be anodised in approved colour
with a anodic coating of minimum 20 microns. Extruded section shall be of 6063 T5 or T6 alloy
conforming to ASTM B 221. Any other fastening straps, nuts, bolts, rivets, washers, Fire stops
at all floor levels etc. shall be in stainless steel SS 304 grade. All tapes shall be of approved
make. The system shall be designed to withstand a wind pressure of 200 kg/Sqm and shall be
fixed to the masonry/RC walls with necessary clamps, brackets and anchor fasteners, clamps and
brackets shall be Hot dip galvanized minimum 80 microns thick, all complete as per
manufacturer's manual and specifications. The spandrel panel shall have 50mm thick fibre glass
insulation of 48 kg/Cum density of approved make conforming to IS-8183 and 1.0 mm thick
Twiga black tissue conforming to BS 476 Part 7. This insulation shall be enclosed in a GI tray
fabricated out of 1mm thk. GI sheet and fixed to the glazing framework with stainless steel
fasteners. The gap between the GI framework and the concrete framework shall be sealed with
Aluminium flashing fixed with stainless steel fasteners. All gaps shall be sealed with Sillicon
sealant of approved brand. Insulation should be provided in between the Structural glazing
aluminium frame work (i.e., behind the spandrel glazed panel ) and the structure. Providing 6
mm thick toughened fully tempered hard coated glass of blue/green/blue-green or approved
colour having VLT = 32 to 48 %, External reflectance= 6 to 16% ,Internal reflection = 8 to 20%,
Solar factor = 0.33 to 0.36, U Factor = 2.8 to 3.6 W/sqm Ketc.
Accessories:
I. Silicon gaskets, weather stripping, extruded seals and spacers, which do not come into contact
with structural silicone sealant shall be of Silicon gasket or approved equivalent. Where in
parallel contact with structural silicone sealants, all gaskets, setting blocks and spacers other
than foam glazing tapes shall be of heat cur silicone rubber, chemically compatible with the
silicone sealant and suitable for the specific purpose intended. All extruded gaskets,weather
stripping and spacers other than foam glazing tapes shall have continuous mechanical
engagement to framing members adhesive attachment is not acceptable.

Correction—Nil Deletion—Nil Insertion—Nil Overwriting—Nil

AE(P) AE(E)
127

II. The cladding system shall be constructed with (and shall maintain during its design life) a
standard of seal which shall not result in any reduction of sound insulation performance.
III. Gaskets, weather stripping and seals used to achieve the required weather proofness and/ or air
tightness shall be selected to accommodate fully the range of dimensional tolerances associated
with fabrication and installation of the cladding system. Gaskets, weather stripping and seals
shall be formed from materials capable of retaining their elastic qualities, dimensions and
resistance to physical and chemical attack sufficient to maintain the full water tightness, air
tightness and acoustic performance for the design life of the Structural wall.
IV. Extruded gaskets, weather stripping, seals and spacers mechanically engaged by flutes or
pockets extruded in framing member shall be installed without residual tension or extension.
Dry lubricants may be used to reduce drag during installation of synthetic rubber extrusions
and to induce compression so as to prevent gradual elastic shrinkage and retraction from their
ends. Wet lubricants containing detergent shall not be used for any purpose which may bring
the liquid into contact with the coated surfaces of vision and spandrel glass.
Fabrication & Installation
I. Installation shall be in true line vertically andhorizontally.

II. Work shall be done by competent workmen who are thoroughly skilled in their trade.
Assemblies shall be neat and free of defects that impair strength, function or appearance. The
work shall be accomplished in compliance with the specified criteria without buckling opening
or joints. Under stress on fasteners, sealants and gaskets, opening of welds cracking of glass
leakage noises and other harmful effects.

III. As far as practicable fitting and assembly of the work, shallbe done in the shop.

IV. All exposed work shall be carefully matched to produce continuity of line and design.

V. All joints in exposed metal work, unless otherwise shown or specified shall be accurately fitted
end rigidly secured with joint sizes conforming to industry standards.

VI. Except where otherwise shown specified or directed the method of assembly and joining shall
be as per approved shop drawings. Fabricate and fasten metal work so that the work will not be
distorted nor the fasteners over stressed from the expansion and contraction of themetal.
VII. All welding shall be in accordance with the appropriate recommendations of the Indian
welding codes and shall be done with electrodes and/ or by methods recommended by the
manufacturer of the alloys being welded. All welds behind finished surfaces shall be done as to
minimize distortion and/ or dis-coloration on the finished side. All weld spatter and welding
oxides on finished surfaces shall be removed by de-scaling and/ or grinding.

VIII. Unless otherwise shown or specified, all weld beads or exposed surfaces shall be ground and
finished to match and blend with finish on adjacent parent metal. Grinding and polishing of
nonferrous metal shall be done only with clean wheels and compounds free from iron and iron
compounds. No soldering and/ or brazing shall be allowed.

IX. The Contractor shall conceal allthe fasteners where visible in the finished work.
X. All aluminium components shall fabricate before finishing, Cutting of components will not be
acceptable.

Correction—Nil Deletion—Nil Insertion—Nil Overwriting—Nil

AE(P) AE(E)
128

XI. As the building is exposed to varying weather actions, all fasteners shall be stainless steel, self
tapping screws with Aluminium brackets. Steel anchors shall be pre-holed and galvanized. The
bolts shall be steel chromium plated along with nuts and covered with butyl sealing compound.
XII. Where aluminium comes into contact with masonry, brickwork, concrete, plaster or dissimilar
metals, it shall be coated with an approved insulation lacquer, paint or plastic tape to ensure
that electro-chemical corrosion is avoided.
XIII. The Contractors shall be responsible for placing in position the Structural Glazing wall frames
for the satisfactory performance and should be totally leak proof for a minimum period of ten
years Sealant and Gasket Application

XIV. Sealant and gasket shall be provided wherever shown in the drawings or required for a
permanently weather tight installation. The sealing mechanism for each location and use shall
be as indicated on drawings in those locations where a mechanism is necessary but is not
indicated. It shall be of type recommended by the Contractor and approved by the Project In-
charge.
XV. All adjoining surfaces shall be protected to receive sealants against staining by masking and/
or othermethods.
XVI. Joints and joint surfaces shall be clean, dry and free of any material that may have an adverse
effect on the bonding and / or seal of the sealant and gasket materials.
XVII. Apply sealants and gasket under the conditions recommended by the manufacturer(s) Prime all
surface to receive sealants and gasket unless recommended otherwise use no sealant that has
started to set in its container or a sealant that has exceeded the self life published by the
manufacturer.
XVIII. Fill all joints continuously and completely with sealant forming a neat uniform concave bead.
Finish the material flush with adjoining surfaces unless otherwise shown on the drawings. All
sealant surfaces shall be tooled smooth.

Certification:
The Contractor shall submit a letter of certification from the sealant manufacturer stating that
the sealant has been tested for adhesion and compatibility on production samples of metals,
glass, and other glazing components, and that all sealant details and application procedures
shown on the reviewed shop Drawings are acceptable for use.
Where the Structural Glazing wall and other cladding impinges on, intercepts, covers, is
attached to or supported by the work of other trades, for instance at parapet-level junctions
with roof membranes and back-up walls, the Contractor’s shop drawing and location drawings
shall clearly distinguish elements and components of construction by other.
Anchorage System and Building Frame
Each mullion shall be fixed to the structural slab at each floor level. All steel fasteners shall be
galvanized to minimum 80-90 microns coated with zinc chromate primer and supplied by the
Contractor.

Water Tightness
No gross leakage shall be observed when subject to test for water penetration as described in
BS 4315 Part-1.
Correction—Nil Deletion—Nil Insertion—Nil Overwriting—Nil

AE(P) AE(E)
129

GUARANTEE BONDS
ANNEXURE-I

GUARANTEE TO BE EXECUTED BY THE CONTRACTOR


FOR REMOVAL OF DEFECTS AFTER COMPLETION IN RESPECT OF
STONEWORK/ TILE WORK/SANITARY INSTALLATION/WATER SUPPLY/DRAINAGE
WORK/FIRE DOORS.

The agreement made this.................... day of ................. Two Thousand .............. between ....................................S/o
...............................................(hereinafter called the GUARANTOR on the one part) and the President of India (hereinafter
called the Government on the other part)

WHEREAS THIS agreement is supplementary to a contract (Hereinafter called the Contract) dated ......................
and made between the GUARANTOR ON THE ONE PART AND the Government on the other part whereby the contractor
inter alias undertook to render the work in the said contract structurally stable, workmanship, finishing and use of sound
materials.

AND WHEREAS THE GUARANTOR agreed to give a guarantee to the affect that the said work will remain
structurally stable and guaranteed against faulty workmanship, finishing and materials.

NOW THE GUARANTOR hereby guarantee that work executed by him will remain structurally stable after the
expiry of defects liability period prescribed in the contract for the minimum life of five (05) years to be reckoned from the
date after the expiry of maintenance / defects liability period prescribed in the contract.

The decision of the Engineer-in-Charge with regard to nature and cause of defect shall be final.

During this period of guarantee, the guarantor shall make good all defects to the satisfaction of the Engineer-in-
Charge calling upon him to rectify the defects failing which the work shall be got done by the Department by some other
contractor at the Guarantor’s cost and risk. The decision of the Engineer-in-Charge as to the cost payable by the Guarantor
shall be final and binding.

That if the guarantor fails to make good all the defects, commits breach there under, then the guarantor will
indemnify the principal and his successor against all loss, damage, cost expense or otherwise which may be incurred by him
by reason of any default on the part of the GUARANTOR in performance and observance of this supplementary agreement.
As to the amount of loss and/or damage and or cost incurred by the Government, the decision of the Engineer-in-Charge will
be final and binding on both the parties.

IN WITHNESS WHEREOF these presents have been executed by the obligator .......................and
........................................ by ................................. for and on behalf of the President of India on the day, month and year first
above written.

SIGNED, sealed and delivered by OBLIGATOR in the presence of:

1. ................................................ 2. ...........................................

SIGNED FOR AND BEHALF OF THE PRESIDENT OF INDIA BY ...................................in the presence of :

1. ............................................... 2. ..........................................

Correction—Nil Deletion—Nil Insertion—Nil Overwriting—Nil

AE(P) AE(E)
130

ANNEXURE-II
GUARANTEE TO BE EXECUTED BY THE CONTRACTOR
FOR REMOVAL OF DEFECTS AFTER COMPLETION IN RESPECT OF
WATER-PROOFING WORKS.

The agreement made this.................... day of ................. Two Thousand.............. between ....................................S/o
...............................................(hereinafter called the GUARANTOR on the one part) and the PRESIDENT OF INDIA
(hereinafter called the Government on the other part)

WHEREAS THIS agreement is supplementary to a contract (Hereinafter called the Contract) dated ...................... and
made between the GUARANTOR ON THE ONE PART AND the Government on the other part whereby the contractor inter
alia undertook to render the building and structures in the said contract completely water and leak-proof.

AND WHEREAS THE GUARANTOR agreed to give a guarantee to the affect that the said work will remain water
and leak proof for ten years from the date of completion of buildings.

NOW THE GUARANTOR hereby guarantee that work executed by him will render the structures completely leak
proof and the minimum life of such water proofing treatment shall be seven (07) years to be reckoned from the date after the
maintenance / defect liability period prescribed in the contract.

Provided that the guarantor will not be responsible for leakage caused by earthquake or structural defects or misuse of
roof or alteration and for such purpose:

(a) Misuse of roof shall mean any operation which will damage proofing treatment, like chopping of firewood and
things of the same nature which might cause damage to the roof;
(b) Alteration shall mean construction of an additional storey or a part of the roof or construction adjoining to
existing roof whereby proofing treatment is removed in parts;
(c) The decision of the Engineer-in-Charge with regard to cause of leakage shall be final.

During this period of guarantee, the guarantor shall make good all defects and in case of any defect being found,
render the building water proof to the satisfaction of the Engineer-in-Charge at his cost, and shall commence the work for such
rectification within seven days from the date of issue of the notice from the Engineer-in-Charge calling upon him to rectify the
defects, failing which the work shall be got done by the Department by some other contractor at the GUARANTOR'S cost and
risk. The decision of the Engineer- in-Charge as to the cost, payable by the Guarantor shall be final and binding.

That if GUARANTOR fails to execute the water proofing or commits breach there under then the GUARANTOR
will indemnify the Principal and his successor against all loss, damage, cost, expense or otherwise which may be incurred by
him by reason of any default on the part of the GUARANTOR in performance and observance of this supplementary
agreement. As to the amount of loss and / or damage and / or cost incurred by the Government, the decision of the Engineer-
in-Charge will be final and binding on both the parties.

IN WITNESS WHEREOF these presents have been executed by the Obligor .............and by .............. and for and on behalf of
the PRESIDENT OF INDIA on the day, month and year first above written.

Signed, sealed and delivered by OBLIGOR in the presence of-

1.

2.

Signed for and on behalf of THE PRESIDENT OF INDIA by ....................... in the presence of

Correction—Nil Deletion—Nil Insertion—Nil Overwriting—Nil

AE(P) AE(E)
131

ANNEXURE-III
GUARANTEE TO BE EXECUTED BY THE CONTRACTOR
FOR REMOVAL OF DEFECTS AFTER COMPLETION
IN RESPECT OF ALUMINIUM WORK/uPVC WINDOW OR DOOR/ STRUCTURAL GLAZING

The agreement made this.................... day of ................. Two Thousand.............. between ....................................S/o
...............................................(hereinafter called the GUARANTOR on the one part) and the PRESIDENT OF INDIA
(hereinafter called the Government on the other part)

WHEREAS THIS agreement is supplementary to a contract (Hereinafter called the Contract) dated
.................................. and made between the GUARANTOR ON THE ONE PART AND the Government on the other part,
whereby the contractor inter alia, undertook to render the work in the said contract structurally stable, leak proof and sound
material, workmanship, anodizing, colouring, sealing etc.

AND WHEREAS THE GUARANTOR agreed to give a guarantee to the affect that the said work will remain
structurally stable, leak proof and guaranteed against faulty material and workmanship, defective anodizing / Powder coat
colouring and finishing for ………. years from the date of completion of work.

NOW THE GUARANTOR hereby guarantee that work executed by him will be free from any leakage, seepage,
cracks in pipes and guaranteed against faulty material and workmanship, defective galvanizing for Ten(10) years to be
reckoned from the date after the expiry of maintenance / defects liability period prescribed in the contract.

The decision of the Engineer-in-Charge with regard to nature and cause of defect shall be final.
During this period of guarantee, the guarantor shall make good all defects and in case of any defect to satisfaction of
Engineer-in-Charge at his cost and shall commence the work for such rectification within seven days from the date of issue of
the notice from the Engineer-in-Charge calling upon him to rectify the defects failing which the work shall be got done by the
Department by some other contractor at the guarantor’s cost and risk. The decision of the Engineer-in-Charge as to the cost
payable by the Guarantor shall be final and binding.

That if the guarantor fails to make good all defects or commits breach there under, then the guarantor will indemnify
the principal and his successor against all loss, damage, cost expense or otherwise which may be incurred by him by reason
of any default on the part of the GUARANTOR in performanceand observance of this supplementary agreement. As to the
amount of loss and/or damage and or cost incurred by the Government, the decision of the Engineer-in-Charge will be final
and binding on both the parties.
IN WITHNESS WHEREOF these presents have been executed by the obligator......................
....................................................... and ................................................. by ...........................................for and on behalf of the
PRESIDENT OF INDIA on the day, month and year first above written.

SIGNED, sealed and delivered by OBLIGATOR in the presence of :

1. .................................................... 2. ............................................

SIGNED FOR AND ON BEHALF OF THE PRESIDENT OF INDIA BY......................... in the presence of :
1. ................................................... 2. ............................................

Correction—Nil Deletion—Nil Insertion—Nil Overwriting—Nil

AE(P) AE(E)
132

LIST OF PREFERRED MAKES OF MATERIALS FOR CIVIL WORKS

Name of work:- Construction of Medical College, SMVDU at Kakryal, Katra(J&K)

LIST OF PREFERRED MAKE


Sr.No. Name of Product/ Material Preferred Brand Names
1 ORDINARY PORTLAND CEMENT ACC, ULTRATECH, VIKRAM, SHREE CEMENT,
(GREY) (43 GRADE) AMBUJA, JAYPEE CEMENT, CENTURY CEMENT &
J.K. CEMENT.
2 PORTLAND POZZOLONA CEMENT ACC, ULTRATECH, VIKRAM, SHREE CEMENT,
(GREY) (43 GRADE) AMBUJA, JAYPEE CEMENT, CENTURY CEMENT &
J.K. CEMENT.
3 WHITE CEMENT J.K.WHITE, JAIPUR SUPREME PACKAGING PVT. LTD.,
ULTRATECH CEMENT LIMITED.
4 REINFORCEMENT STEEL SAIL, TATA STEEL LTD., RINL, JINDAL STEEL &
POWER LTD. AND JSW STEEL LTD.
5 ADMIXTURES CICO, FAIRMATE, HIND PLAST SUPER, SUPAPLAST,
SIKA, FOSROC, ASIAN PAINTS SMARTCARE
6 WATER PROOFING COMPOUND FOSROC, CICO, KRYTON, BUILDMATE, PIDLITE,
FAIRMATE, SIKA, ASIAN PAINTS SMARTCARE
7 AUTOCLAVED AERATED BLOCKS BILTECH, ECO GREEN, FINECRETE, J.K. LAKSHMI
CEMENT LTD.
8 POLYMER MODIFIED ADHESIVE FOR MYK LATICRETE, FERROUS CRETE, ARDEX
AAC BLOCKS ENDURA, ULTRATECH, SIKA.
9 FACTORY MADE PANELLED & WIRE M/S JAIN WOOD INDUSTRIES, KUTTY DOORS,
GAUGE WOODEN DOOR/ WINDOW SAMRAT PLYWOOD, NEW JAGDAMBA DOORS,
SHUTTERS. MERINO, KITPLY, AS TIMBER, JAIN DOORS PVT.
LTD.
10 FLUSH DOOR SHUTTERS KUTTY FLUSH DOOR, SAMRAT LAMINATE,
NATIONAL PLYWOODS, JAIN WOOD INDUSTRIES,
MERINO, MINIMAX, CENTURY, AS TIMBER. ORION,
JAIN DOORS PVT. LTD.
11 BLOCK BOARD MERINO, MINIMAX, NATIONAL, ARCHIDPLY, CENT
PLY, JAYNA, CENTURY.
12 LAMINATES SAMRAT, VIRGO, MERINO, ARCHIDPLY, CENTURY
LAMINATES, GREENLAM
13 PRE-LAMINATED PARTICLE BOARD ARCHIDPLY, CENTURY PLY BOARDS, BALAJI
ACTION BUILDWELL, ECOBOARD
14 PARTICLE BOARD (MEDIUM DENSITY)/ CENTURY PLYBOARDS (INDIAN) LTD., BALAJI
VENEERED PARTICLE BOARD ACTION BUILDWELL, EVERGREEN BOARDLAM,
ECOBOARD INDUSTRIES LTD.
15 PRE-LAMINATED MEDIUM DENSITY CENTURY PLYBOARDS, GREEN PLY, BALAJI ACTION
FIBRE BOARD BUILDWELL
16 OMS/ MS DOOR FITTINGS ASHISH, AGGARWAL STEELS, DOOR DEVICES
MANUFACTURING COMPANY, MANU ENGINEERING
COMPANY, M.C. MOWJEE & CO., SHRI GANPATI
DOORS
17 TOILET CUBICALS GREELAM, MERINO, DORMA, PRAYAG
18 STAINLESS STEEL DOOR/ WINDOW DORMA, ASSA ABLOY, GEZE, D-LINE, KICH , GODREJ
HARDWARE FITTINGS (FIRE RATED , HAFELE , PRAYAG
AND NON-FIRE RATED)

Correction—Nil Deletion—Nil Insertion—Nil Overwriting—Nil

AE(P) AE(E)
133

19 ANODISED/ ZINC ALLOY/ ALUMINIUM PULSE, SAVIO, HOPPE, ALUTECH


HARDWARE DOOR/ WINDOW FITTINGS
20 FRP DOOR FRAMES & SHUTTERS ASHISH INDUSTRIES, JAYNA, SAINIK (CENTURY
PLYWOOD), SELECTED PRODUCTS CO., JAIN DOORS
PVT. LTD.
21 uPVC WINDOWS/ DOORS VEKA, FENESTA, REHAU,PROMINANCE WINDOW
SYSTEM, ALUPLAST , ENCRAFT, WINDA
22 uPVC WINDOW/ DOOR HARDWARE PULSE, HOPPE, GU, ROTO, GODREJ, KINLONG, PRAYAG
FITTINGS (ZINC ALLOY)
23 WINDOWS BLINDS VISTA, MAC, HUNTER, DOUGLAS, DE-DÉCOR
24 STRUCTURAL STEEL SUCH AS MS SAIL, TATA STEEL, RINL, JINDAL STEEL &POWER
FLATS, SQ.BARS ANGLES ETC. LTD. AND JSW STEEL LTD.
25 FIRE RATED DOORS (METTALIC/ NON KUTTY DOORS, NAVAIR, PROMAT, SYNERGY
METTALIC) THRISLINGTON , JAIN DOORS PVT. LTD , BHAWANI FIRE
(M/S BHAWANI FIRE PROTECTION PVT. LTD.) , ASES
(AGNI SURAKSHA)
26 HOT-ROLLED STEEL SECTIONS FOR MS NAV DURGA STEEL CORPN, CRM STEELS P. LTD,
DOORS, WINDOWS AND VENTILATORS SHYAM ISPAT UDYOG, VIMAL, SHIV
27 MILD STEEL DOOR, WINDOWS & FRIENDS MANUFACTURING COMPANY,
VENTILATORS MANUFACTURERS KOTKAPURA,
PD INDUSTRIES, SHAKTI INDUSTRIES, STEELMAN
INDUSTRIES, SKS STEEL INDUSTRIES, SHIVAM
28 PRESSED STEEL DOOR FRAMES KRISHNA STEEL FABRICATOR SIRSA, LAXMI STEEL
MANUFACTURERS WORKS BAHADURGARH, ASHISH INDUSTRIES
GHAZIABAD, ASHWANI & SONS, SHRI GANPATI
DOORS, APL APOLLO
29 HOLLOW STEEL SECTIONS JINDAL INDUSTRIES HISAR, TATA STEEL, STEEL &
METAL TUBES (INDIA) PVT. LTD. APL APOLLO
30 STEEL TUBES FOR STRUCTURAL STEEL JINDAL INDUSTRIES HISAR, TATA STEEL, STEEL &
METAL TUBES (INDIA) PVT. LTD. APL APOLLO
31 DASH/ ANCHORING FASTENERS, HILTI , FISCHER, CKW, ATUL, PRIYA, WUERTH
BOLTS, SCREWS AND NUTS.
32 STAINLESS STEEL RAILING DORMA, KICH, OM STEEL , D-LINE.
33 CHEQUERRED PRE-CAST CC TILES NTC, SWASTIK TILE, POOJA CONCRETE
FABRICATORS, GTC. DALAL TILES
34 CERAMIC TILES SOMANY, KAJARIA, ORIENTBELL, RAK, ASIAN
GRANITO INDIA LTD., VARMORA, SUNHEARRT
CERAMIK, SEGA GRANITO LLP, JOHNSON
35 VITRIFIED TILES SOMANY, KAJARIA,ORIENTBELL, RAK, ASIAN
GRANITO INDIA LTD., VARMORA, SUNHEARRT
CERAMIK, SEGA GRANITO LLP, JOHNSON
36 ADHESIVE/ GROUTING FOR USE WITH FERROUS CRETE, MYK LATICRETE, ARDEX EDURA,
TILES FAIRMATE, DURA BUILD CARE, SIKKA, ASIAN
PAINTS SMARTCARE
37 WOODEN LAMINATE FLOORING PERGO, KRONOTEX, FLORENCE, UNITEX, ACTION
TESA
38 UNPLASTICISED RIGID PVC PIPE & SUPREME, FINOLEX, PRINCE, KISAN, DIPLAST,
FITTINGS PRAYAG
39 GALVANISED STEEL SHEETS SAIL, TATA, JINDAL, NCL
(UNCOATED & PRE-COATED)
40 ROOFING SHEETS (GALVALUME) CRIL, LLOYDS, INTERACH, MULTICOLOR, BHUSHAN
POWER STEEL
41 FALSE CEILING- GYPSUM/ GRG(GLASS SAINT GOBAIN, VANS GYPSUM, USG BORAL,
REINFORCED GYPSUM ) LLYOD, DIAMOND CEILING
42 FALSE CEILING- METAL ARMSTRONG, DEXUNE, SAINT GOBAIN, HUNTER
DOUGLAS, GYPTECH, ANAKON, Hi-STEEL
Correction—Nil Deletion—Nil Insertion—Nil Overwriting—Nil

AE(P) AE(E)
134

43 FALSE CEILING- CALCIUM SILICATE HILUX, AEROLITE, ARMSTRONG, PROLAD, ANAKON


44 FALSE CEILING-MINERAL FIBRE ARMSTRONG, DEIKEN, DEXUNE, SAINT GOBAIN,
PROLAD, ANAKON
45 ACCOUSTIC: GLASS / WOODEN FIBRE ARMSTRONG, DEXUNE, ACCOUSTIBLOK,
FALSE CEILING AND WOODEN/ FABRIC HIMALYAN ACOUSTICS, ANUTONE, GYPTECH,
WALL LINING PROLAD, ANAKON
46 FALSE CEILING-ALUMINIUM POWDER ARMSTRONG, DEXUNE, SAINT GOBAIN, HUNTER
COATED DOUGLAS, Hi-STEEL
47 LIGHT WEIGHT GYPSUM PLASTER SAINT GOBAIN, ULTRATECH, FERROUS CRETE, USG
BORAL.
48 OIL BOUND DISTEMPER/ ACRYLIC NEROLAC ACRYLIC DISTEMPER, TRACTOR
DISTEMPER * ACRYLIC DISTEMPER (ASIAN PAINTS) , MAXILITE
ACRYLIC DISTEMPER (ICI), BISON ACRYLIC
DISTEMPER (BERGER).
49 INTERIOR EMULSION/ PLASTIC DULUX ACRYLIC EMULSION/ SOLITAIRE A-1000
EMULSION* (ICI), APCOLITE PREMIMUM EMULSION (ASIAN),
BEAUTY GOLD (NEROLAC), SILK (BERGER)
50 ACRYLIC SMOOTH EXTERIOR PAINT* APEX ULTIMA (ASIAN), DULUX WEATHERSHEILD
MAX (ICI), EXCEL (NEROLAC), WEATHERCOAT ALL
GUARD (BERGER)
51 DRY DISTEMPER* NEROLAC, BERGER, ASIAN PAINTS, ICI, JENSON &
NICHOLSON (J&N)
52 TEXTURED EXTERIOR PAINT* NEROLAC, BERGER, ASIAN PAINTS, ICI
53 SYNTHETIC ENAMEL PAINTS* DULUX HI-GLOSS (ICI), APCOLITE PREMIMUM
GLOSS (ASIAN), NEROLAC HIGH GLOSS (NEROLAC),
LUXOL HI-GLOSS (BERGER)
54 WOOD PRIMER* NEROLAC, BERGER, ASIAN PAINTS, ICI
55 STEEL PRIMER* NEROLAC, BERGER, ASIAN PAINTS, ICI
56 EXTERIOR WALL PRIMER* EXTERIOR NEROLAC PRIMER, EXTERIOR BERGER
PRIMER, EXTERIOR ASIAN PAINTS PRIMER,
EXTERIOR ICI PRIMER

57 WALL PUTTY (WHITE CEMENT BASED) BIRLA WALL CARE, JK WHITE, SARA WALL PUTTY

58 POLYMER MODIFIED SELF CURING MYK LATICRETE, FERROUS CRETE, ARDEX


PLASTER ENDURA, ULTRATECH
59 PAVER/ GRASS PAVER BLOCKS & KERB NATIONAL TILES CORPORATION, SARAL IMPEX,
STONES BALAJI TILES, METRO PAVERS, MGM INFRA,
KRISHNA TILES, POOJA CONCRETE FABRICATORS,
GIAN NIRMAN LIMITED, A-1 TILES, DALAL TILES
60 VITREOUS CHINA SANITARY WARE HINDWARE, CERA, PARRYWARE,KAJARIA
SANITARY WARE, JOHNSON PEDDER, SOMANY,
RAK, PRAYAG
61 WHITE VITREOUS CHINA UNDER CERA, HINDWARE, PARRYWARE, JOHNSON
COUNTER RECTANGULAR BASIN PEDDER,SOMANY, RAK, PRAYAG
62 PLASTIC FLUSHING CISTERN FOR WC JINDAL, STEEL BIRD, SEEMLINE, VIKRAM PLASTIC,
AND URINALS PRAYAG POLYMERS (P) LTD.
63 PLASTIC SEAT COVER OF W.C. AJANTA POLYMERS, JINDAL MALPINE, JAIN
POLYMERS, PRAYAG
64 STAINLESS STEEL SINK ALLEX, JAYNA, JMD INTERNATIONAL, STEEL
CRAFT, SILVER SHINE (M/S BLUESTAR SANITARY
INDUSTRIES PVT. LTD) , KINGSTON, PRAYAG

Correction—Nil Deletion—Nil Insertion—Nil Overwriting—Nil

AE(P) AE(E)
135

ATUL, MODIGUARD, GOLDEN FISH, PRAYAG


65 MIRROR GLASS
66 CENTRIFUGALLY CAST (SPUN) IRON NECO, BENGAL IRON, DURGAPUR ISPAT UDYOG,
PIPES AND FITTINGS SINGHAL IRON FOUNDRY (SKF), KAPILANSH DHATU
UDYOG PVT. LTD., RPMF, HIF.
67 HUBLESS CENTRIFUGALLY CAST NECO, RAJ PATTERN MAKERS & FOUNDERS,
(SPUN) IRON PIPES SINGHAL IRON FOUNDRY (SKF).
68 CP FITTINGS & ACCESSORIES CERA, JAQUAR, HINDWARE, KEROVIT, PRIMA,
JAINKO, JAL, KINGSTON, PRAYAG
69 BRASS STOP & BIB COCK DHAWAN SANITARY UDYOG, JAINKO, SHAKTI,
VARDHMAN INDIA PRODUCTS, PRAYAG
70 FERRULES FOR WATER SUPPLY HIND METAL WORKS, KRITIKA, DRP, SHAKTI
71 BALL COCK WITH ROD RESP FAUCET INDUSTRIES, DHAWAN SANITARY
UDYOG, NEW METAL WORKS, KPR, PRAYAG.
72 POLYETHYLENE WATER STORAGE SINTEX, VECTUS, KAVERI, PRAYAG
TANK
73 STONEWARE PIPES & GULLY TRAPS SORKHI INDUSTRIES, RK INDUSTRIES, NAVNEET,
MOLI CERAMICS, OCR, ANAND
74 PRE-CAST CONCRETE PIPES (NON- RAMNIK, BFSP, JAGDAMBEY SPUN PIPE, GURKIRPA
PRESSURE) SPUN PIPES
75 GI PIPE JINDAL (HISSAR), TATA, BST, BHUSHAN POWER
STEEL , APL APOLLO
76 GI FITTINGS UNIK, AVR, ZOLOTO, SANT, HBI, C-BRAND, NVR
77 C-PVC PIPE PRINCE, JINDAL (FLOWKEM), ASTRAL, AJAY
POLYMERS, SUPREME, FINOLEX, JAIN PIPES,
PRAYAG
78 WATER METER CRESCENT, PRINCE, FEDREL, DASHMESH, NBESON,
SANT
79 GUN METAL GATE, GLOBE, CHECK LEADER, ZOLOTO, SANT, RAJAN METAL
VALVES & NON-RETURN VALVES INDUSTRIES,SIR, H.B. METALS, HVI, NVR.
80 CENTRIFUGALLY CAST (SPUN) IRON TRU FORM ENGINEERS, KAPILANSH,
PIPES (CLASS LA). ELECTROSTEEL, HITECH METAL CASTINGS.
81 C.I. SLUICE VALVES & REFLEX VALVES ZOLOTO INDUSTRIES, SANT VALVES, AMCO
INDUSTRIES, KIRLOSKAR, SIR, RATAN INDUSTRIAL
CORPORATION, HVI, NVR.
82 STAINLESS STEEL PIPES & FITTINGS JINDAL STAINLESS STEEL, OM STEEL GROUP, V
STEEL, VIEGA, RAMPART INDIA PVT. LTD., J-PRESS
83 DUCTILE IRON PIPES & FITTINGS JINDAL SAW LTD, ELECTRO STEEL,
CHANDRANCHAL INFRA, ELECTROTHERAM
84 C.I./ D.I. MANHOLE COVERS & FRAMES SWASTIKA ENTERPRISES, BENGAL IRON
CORPORATION, NECO, BINAY UDYOG,
CHANDERANCHAL
85 WATER REPELLANT SILANE PIDILITE, FERROUS CRETE, ARDEX ENDURA, ASIAN
CHEMICAL PAINTS SMARTCARE
86 CORROSION INHIBITORS, MICRO FOSROC, SIKA, BASF, ASIAN PAINTS SMARTCARE
CONCRETE AND MORTAR, CARBON
FIBER WRAP, REHABILITATION &
RETROFITTING PRODUCTS.
86 ALUMINIUM SECTIONS DOORS / HINDALCO, JINDAL, INDIAN ALUMINIUM CO.
WINDOWS LUMANI
87 BASIC/ TOUGHENED ETC. GLASS SAINT GOBAIN, ASAHI, MODI, GOLD PLUS GLASS,
PILINGTON.

Correction—Nil Deletion—Nil Insertion—Nil Overwriting—Nil

AE(P) AE(E)
136

88 APPROVED PROCESSORS FOR ART & GLASS, MIRAGE TOUGHENED GLASSES (P)
PERFORMANCE GLASS/ TOUGHENED LTD., AAR PAR GLASS, VERMA GLASS.
GLASS/ HERMETICALLY SEALED/
LACQUERED GLASS etc.
89 STRUCTURAL GLAZING ALCOB, ALUPRO, ALUPLAX, SP FABRICATORS,
SAINT GOBAIN, GLAVERBEL.
90 FAÇADE GLASS OPENABLE FITTINGS ALUALPHA, SAVIO, HOPPE, ALUTECH
91 GLASS FAÇADE/ GLASS CANOPY WITH ALCOB, ALUPRO, ALUPLAX, SP FABRICATORS,
SS SPIDER FITTINGS SAINT GOBAIN, GLAVERBEL.
92 FRAMELESS GLAZING WITH SS PATCH DORMA, ASSA ABLOY, GEZE, D-LINE,KICH
FITTINGS
93 ALUMINIUM COMPOSITE PANEL ALUCOBOND, VIRGO, ALUDECOR
94 HIGH PRESSURE LAMINATE VIRGO , MERINO, GREENLAM
95 MODULAR FURNITURE (FACTORY GODREJ, DURIAN, FEATHERLITE, STEELCASE,
MADE) HERMANMILLER, HAWORTH

* Batch test certificate of Paints and Primer shall be supplied along with each lot.
Note: (i) The SE( Jammu), CPWD, Jammu reserves the right to add or delete any materials and brands
in the list of preferred materials/ brands.

(ii) Any materials/ brands bearing ISI mark can be used in the work with the prior approval of SE
- Jammu, CPWD, Jammu.

Correction—Nil Deletion—Nil Insertion—Nil Overwriting—Nil

AE(P) AE(E)
137

Correction—Nil Deletion—Nil Insertion—Nil Overwriting—Nil

AE(P) AE(E)
138

Correction—Nil Deletion—Nil Insertion—Nil Overwriting—Nil

AE(P) AE(E)
139

Correction—Nil Deletion—Nil Insertion—Nil Overwriting—Nil

AE(P) AE(E)
140

Correction—Nil Deletion—Nil Insertion—Nil Overwriting—Nil

AE(P) AE(E)
141

Correction—Nil Deletion—Nil Insertion—Nil Overwriting—Nil

AE(P) AE(E)
142

Correction—Nil Deletion—Nil Insertion—Nil Overwriting—Nil

AE(P) AE(E)
143

Correction—Nil Deletion—Nil Insertion—Nil Overwriting—Nil

AE(P) AE(E)
144

Correction—Nil Deletion—Nil Insertion—Nil Overwriting—Nil

AE(P) AE(E)
145

Correction—Nil Deletion—Nil Insertion—Nil Overwriting—Nil

AE(P) AE(E)
146

Correction—Nil Deletion—Nil Insertion—Nil Overwriting—Nil

AE(P) AE(E)
147

Correction—Nil Deletion—Nil Insertion—Nil Overwriting—Nil

AE(P) AE(E)
148

Correction—Nil Deletion—Nil Insertion—Nil Overwriting—Nil

AE(P) AE(E)
149

Correction—Nil Deletion—Nil Insertion—Nil Overwriting—Nil

AE(P) AE(E)
150

Correction—Nil Deletion—Nil Insertion—Nil Overwriting—Nil

AE(P) AE(E)
151

Correction—Nil Deletion—Nil Insertion—Nil Overwriting—Nil

AE(P) AE(E)
152

Correction—Nil Deletion—Nil Insertion—Nil Overwriting—Nil

AE(P) AE(E)
153

Correction—Nil Deletion—Nil Insertion—Nil Overwriting—Nil

AE(P) AE(E)
154

Correction—Nil Deletion—Nil Insertion—Nil Overwriting—Nil

AE(P) AE(E)
155

Correction—Nil Deletion—Nil Insertion—Nil Overwriting—Nil

AE(P) AE(E)
156

Correction—Nil Deletion—Nil Insertion—Nil Overwriting—Nil

AE(P) AE(E)
157

Correction—Nil Deletion—Nil Insertion—Nil Overwriting—Nil

AE(P) AE(E)
158

Correction—Nil Deletion—Nil Insertion—Nil Overwriting—Nil

AE(P) AE(E)
159

Correction—Nil Deletion—Nil Insertion—Nil Overwriting—Nil

AE(P) AE(E)
160

Correction—Nil Deletion—Nil Insertion—Nil Overwriting—Nil

AE(P) AE(E)
161

Correction—Nil Deletion—Nil Insertion—Nil Overwriting—Nil

AE(P) AE(E)
162

Correction—Nil Deletion—Nil Insertion—Nil Overwriting—Nil

AE(P) AE(E)
163

Correction—Nil Deletion—Nil Insertion—Nil Overwriting—Nil

AE(P) AE(E)
164

Correction—Nil Deletion—Nil Insertion—Nil Overwriting—Nil

AE(P) AE(E)
165

PART-B
Electrical Works

Correction—Nil Deletion—Nil Insertion—Nil Overwriting—Nil

AE(P) AE(E)
166

S C H E D U L E A TO F FOR ELECTRICAL WORK

Schedule of quantities Page No. 323 to 380 ( Elect. Work)


Estimated Cost put to tender - Total Rs. 107, 92, 49,790/-
(Civil Rs. 88, 59,72,888/-
Elect. Rs. 19,32,76,902/-

SCHEDULE B
Schedule of materials to be issued to the contractor

Rates in figures & words of


SL No. Description of item Quantity Which the material will be Place of issue
Charged to the contractor
1. 2 3 4 5

………………………………………………NIL……………………………………………………

SCHEDULE C

Tools and plants to be hired to the contractor.

Sl. No Description Hire charges per day Place of issue


1. 2 3 4
…………………………………………………..NIL…………………………………………………

SCHEDULE D

Extra schedule for specific requirements : As per NIT

SCHEDULE E

Reference to General Conditions of Contract: General Conditions of Contract (Construction Work)


2023 with amendments issued up to the last date
of submission of Tender.

Name of wok:- Construction of Medical College, SMVDU at Kakryal, Katra(J&K)

i) Estimated cost of work : As per civil work Part-A


ii Performance Guarantee : As per civil work Part-A.
iii) Security Deposit : As per civil work Part-A.
SCHEDULE F (GENERAL RULES & DIRECTIONS)

Correction—Nil Deletion—Nil Insertion—Nil Overwriting—Nil

AE(P) AE(E)
167

Officer inviting tender : As per Civil work Part-A.

Maximum percentage for quantity of items


of work to be executed beyond which rates : See below under clause-12
are to be determined in accordance with
Clauses 12.2 & 12.3.

Definitions :
2(v) Engineer -in- Charge : Executive Engineer (E) Jammu,
CPWD, Satwari, Jammu

2(viii) Accepting Authority : As per civil work Part-A

2(x) Percentage on cost of materials and : 15%


Labour to cover all overheads and
profits

2(xi) Standard Schedule of Rates : Current Market rates and DSR-2022, Solar PV DSR-
2019, VRV DSR 2019
2(xii) Department : Central Public Works Department.

9(ii) Standard CPWD Contract Form : As per Major Component of work, CPWD Form-7
modified & Corrected up to date of submission of
tender.
Clause 1
i) Time allowed for submission of Performance Guarantee
programme chart (Time and progress) and applicable labour
licences, registration with EPFO, ESIC and BOCW Welfare As per Civil work Part-A.
Board or proof of applying thereof from the date of issue of
letter of acceptance.
ii) Maximum allowable extension beyond the period provided in As per Civil work Part-A.
(i) above
Clause 2
Authority for fixing compensation under clause-2 As per Civil work Part-A.

Clause 5

Number of days from the date of issue of letter As per Civil work Part-A.
of acceptance for reckoning date of start.

Correction—Nil Deletion—Nil Insertion—Nil Overwriting—Nil

AE(P) AE(E)
168

Mile stone (s) as per table given below:-

TABLE OF MILE STONE(S)


S. NO. DESCRIPTION OF TIME ALLOWED IN AMOUNT TO BE WITH-
MILESTONE (PHYSICAL) DAYS (FROM THE DATE HELD IN CASE OF NON-
OF START) ACHIEVEMENT OF
MILESTONE.
----- As per Civil work Part-A----

Time allowed for execution of work : As per Civil work Part-A.

Authority to decide:

Extension of time Authority to convey the decision of shifting of


milestone and extension of time-
Executive Engineer, Jammu Division, CPWD, Jammu
or his Successor thereof after approval of NIT approving
authority.

Re-scheduling of Mile stones Superintending Engineer-Jammu,


or his Successor thereof.)

Shifting of date of start in case of Superintending Engineer-Jammu,


delay in handing over of site or his Successor thereof.)

Clause 7
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 Rs 1.5 Crore
Clause-7A:-
Whether clause 7A shall be applicable Yes, Applicable
Clause-7B:-
Whether clause 7B shall be applicable As per Civil work Part-A

Clause-8A:-
Whether clause 8A shall be applicable As per Civil work Part-A

Clause 10A List of Testing equipment to be


provided by the contractor at site lab As per direction of E-in-Charge
and as per requirement of site

Clause 10B(ii)
Whether Clause 10B(ii) shall be applicable : As per Civil work Part-A

Clause-10C:- Not Applicable


Correction—Nil Deletion—Nil Insertion—Nil Overwriting—Nil

AE(P) AE(E)
169

Clause 10CC Applicable

Clause 11
Specifications to be followed for execution of work:-

CPWD General Specifications for Electrical Works Part-I (Internal)-2023 and Part-II (External)-2023, Part-IV (Sub
Station)- 2013, Part-V (Wet Riser & Sprinkler System) -2020, Part-VI (Fire Detection & Alarm System)-2018, Part-VII
(DG Sets)- 2013, Lift & Escalator- 2003 as amended upto date of submission of tender

Clause-12:-Type of Work: Construction Work

12.2 C Deviation limit beyond which


clause 12.2 C shall apply for building work in 100%
superstructure.

12.4 (i) Deviation limit beyond which


clause 12.2 C shall apply 100%
for building work in foundation &
superstructure.
(except item mentioned in earth
work sub head in DSR and related items)

(ii) Deviation limit for items in


Earth work Sub-head of DSR 100%
and related items

Clause 16
Competent Authority for
deciding reduced rates. As per Civil work Part-A.

Clause 18
List of mandatory machinery, tools & As per requirement at site and as per direction of Engineer-
plants to be deployed by the contractor in-charge
at site.

Clause 25 :- As per Civil work Part-A.

Correction—Nil Deletion—Nil Insertion—Nil Overwriting—Nil

AE(P) AE(E)
170

Clause 32
Requirement of Technical Representative(s) and recovery Rate: -
S.N Designation Discipline Minimum Minimum Number ( Rate of recovery at
o Qualification experience of following rates in case
(years) Engineers of non compliance of
) Clause 36 (i)
Figures Words
i) Deputy Project Electrical Graduate 12 (and having 1 Rs Rs.
Manager Engineer Engineer experience of 40,000/- Fourteen
one similar per Thousand
nature of work) month per month

ii) Project/Site Electrical Graduate 5 or 10 years 2 (1 +1) Rs Rs. Twenty


Engineer Engineer + Engineer respectively 25,000/- Five
Mechanical Or per Thousand
Engineer Diploma month per month
Engineer per per person
person
iii) Quality Electrical Graduate 8 years 1 25,000/- Rs. Twenty
Engineer Engineer Engineer per Five
month Thousand
per month

iv) Planning / Electrical Graduate 6 years 1 20,000/- Rs. Twenty


billing Engineer Engineer / Engineer per Thousand
Mechanical month per month
Engineer

Assistant Engineers retired from Government services who are holding Diploma will be treated at par with Graduate
Engineers.

Clause 42 : N/A
RECOVERY RATES FOR QUANTITIES BEYOND PERMISSIBLE VARIATION: -

S. Nos. Description Rates in figures and words at which recovery shall be


made from the contractor
Excess beyond Less use beyond permissible
permissible variation variation
Not Allowed
Not Applicable

Correction—Nil Deletion—Nil Insertion—Nil Overwriting—Nil

AE(P) AE(E)
171

The E&M Component and corresponding Terms & Conditions are as below: -

Sl.No. Sub Head E&M Estimate amount Eligibility


of BOQ Component
1 Sub Head - EI & Wiring, Rs. 572.62 Lakhs Either main agency should have valid
I, II, III,Fans & fittings, electrical license or shall associate
IV, V, VI Lighting appropriate agency having valid electrical
VII, VIII, arrester, license with prior approval of Engineer-in-
IX, XI Earthing, Street charge.
Light Poles,
Cables &
Fittings, Flood
Light Fittings,
MCCB’s DB’s
& Cables,
Mono
Submersible
Pump, Water
Coolers & RO
System &
Rising Main.
2. Sub Head - SITC of Sub Rs. 368.63 Lakhs The main contractor should engage an
X Station & experienced specialized firm who satisfies
Panels the eligibility criteria of having successfully
completed works of similar nature:

Three similar works of value not less than


Rs 147.45 Lakhs with individual capacity
not less than 800 KVA Transformer
or
Two similar works of value not less than
Rs 221.18 Lakhs with individual capacity
not less than 800 KVA Transformer
or
One similar work of value not less than Rs
295.00 Lakhs with individual capacity not
less than 800 KVA Transformer .

Similar works shall mean “SITC of


11/0.433 KV Electrical sub station having
individual capacity of 800 KVA
Transformer or more”.

Electrical License issued by the competent


authority shall have to be submitted.
The main contractor is also eligible to carry
out himself/herself the work without
associating any specialized agency
provided:
Correction—Nil Deletion—Nil Insertion—Nil Overwriting—Nil

AE(P) AE(E)
172

He fulfills the prescribed eligibility criteria


respectively for these work(s).
OR
He directly procures the equipment of
approved make from manufacturer and gets
it installed from authorized agency/service
provider of the manufacturer or specialized
agency as per criteria mentioned in NIT.
The Main Contractor and the associated
specialized agencies give required
affidavit to confirm their association.

Note: The main contractor/agency has to


submit details of such agency to be
associated to the Engineer-in-charge within
15 days after award of work. The associated
agency shall be approved by Engineer- in-
charge. In case the main contractor intends
to change associated agency/agencies
during the currency of the contract, he shall
obtain prior approval of Engineer-in-
charge. The new agency/agencies shall also
have to satisfy the laid down eligibility
criteria mentioned above. In case Engineer-
in-charge is not satisfied with the
performance of any agency, he can direct
the main contractor to change the agency
executing such items of work and this shall
be binding on the contractor.
3. Sub Head - SITC of Rs. 321.45 Lakhs 1) The Composite category contractor is
XII Variable also be eligible to carry out himself/herself
Refrigerant this work without associating any agency
Volume System provided:
Contractor possess a valid Electrical license
and
have satisfactorily completed three works
of similar nature each costing not less than
Rs. 128.60 Lakhs
or
have satisfactorily completed two works of
similar nature each costing not less than
Rs. 192.90 Lakhs
or
have satisfactorily completed one work of
similar nature each costing not less than
Rs. 257.20 Lakhs
Similar work shall mean “SITC of
VRV/VRF System”.
2) If the Main contractor is not eligible to
carry out work himself / herself then he/she
Correction—Nil Deletion—Nil Insertion—Nil Overwriting—Nil

AE(P) AE(E)
173

shall associate eligible agency who satisfy


the above eligibility criteria.
4. Sub Head - SITC of UPS Rs. 38.04 Lakhs 1) The Composite category contractor is
XIII System also be eligible to carry out himself/herself
any the work without associating any
agency provided:
Contractor possess a valid Electrical license
and
have satisfactorily completed three works
of similar nature each costing not less than
Rs. 15.20 Lakhs
or
have satisfactorily completed two works of
similar nature each costing not less than
Rs. 22.80 Lakhs
or
have satisfactorily completed one work of
similar nature each costing not less than
Rs. 30.40 Lakhs
Similar work shall mean “SITC of UPS
System”.
2) If the Main contractor is not eligible to
carry out work himself / herself then he/she
shall associate eligible agency who satisfy
the above eligibility criteria.
5. Sub Head- SITC of Fire Rs. 30.26 Lakhs 1) The Composite category contractor is also be
XIV Fighting Down eligible to carry out himself/herself any the
Comer System work without associating any agency provided:
He possesses valid electrical license
And have satisfactorily completed three
works of similar nature each costing not
less than Rs. 12.10 Lakhs
or
have satisfactorily completed two works of
similar nature each costing not less than
Rs. 18.16 Lakhs
or
have satisfactorily completed one work of
similar nature each costing not less than
Rs. 24.21 Lakhs
Similar work shall mean “SITC of Fire
Fighting Down comer system”.
2) If the Main contractor is not eligible to
carry out work himself / herself then he/she
shall associate eligible agency who satisfy
the above eligibility criteria.
6. Sub Head- SITC of Rs. 64.70 Lakhs 1) The Composite category contractor is
XV Addressable also be eligible to carry out himself/herself
Fire Alarm any the work without associating any
System agency provided:
Correction—Nil Deletion—Nil Insertion—Nil Overwriting—Nil

AE(P) AE(E)
174

He possesses valid electrical license


and
have satisfactorily completed three works
of similar nature each costing not less than
Rs. 25.88 Lakhs
or
have satisfactorily completed two works of
similar nature each costing not less than
Rs. 38.82 Lakhs
or
have satisfactorily completed one work of
similar nature each costing not less than
Rs. 51.76 Lakhs
Similar work shall mean “SITC of
Addressable Fire Alarm System”.
2) If the Main contractor is not eligible to
carry out work himself / herself then he/she
shall associate eligible agency who satisfy
the above eligibility criteria.
7. Sub Head- SITC of CCTV Rs. 66.60 Lakhs 1) The Composite category contractor is
XVI System also be eligible to carry out himself/herself
any the work without associating any
agency provided:
He possesses valid electrical license
and have satisfactorily completed three
works of similar nature each costing not
less than Rs. 26.64 Lakhs
or
have satisfactorily completed two works of
similar nature each costing not less than
Rs. 39.96 Lakhs
or
have satisfactorily completed one work of
similar nature each costing not less than
Rs. 53.28 Lakhs
Similar work shall mean “SITC of CCTV
System”.
2) If the Main contractor is not eligible to
carry out work himself / herself then he/she
shall associate eligible agency who satisfy
the above eligibility criteria.
Sub Head- SITC of Rs. 7.76 Lakhs 1) The Composite category contractor is
XVII EPABX System also be eligible to carry out himself/herself
any the work without associating any
agency provided:
He possesses valid electrical license
and have satisfactorily completed three
works of similar nature each costing not
less than Rs. 3.10 Lakhs
or
Correction—Nil Deletion—Nil Insertion—Nil Overwriting—Nil

AE(P) AE(E)
175

have satisfactorily completed two works of


similar nature each costing not less than
Rs. 4.66 Lakhs
or
have satisfactorily completed one work of
similar nature each costing not less than
Rs. 6.21 Lakhs
Similar work shall mean “SITC of EPABX
System”.
2) If the Main contractor is not eligible to
carry out work himself / herself then he/she
shall associate eligible agency who satisfy
the above eligibility criteria.
Sub Head- SITC of LAN & Rs. 24.49 Lakhs 1) The Composite category contractor is
XVIII Hybrid Wifi also be eligible to carry out himself/herself
Network any the work without associating any
System agency provided:
He possesses valid electrical license
and
have satisfactorily completed three works
of similar nature each costing not less than
Rs. 9.80 Lakhs
or
have satisfactorily completed two works of
similar nature each costing not less than
Rs. 14.70 Lakhs
or
have satisfactorily completed one work of
similar nature each costing not less than
Rs.19.60 Lakhs.
Similar work shall mean “SITC of LAN &
Wifi System”.
2) If the Main contractor is not eligible to
carry out work himself / herself then he/she
shall associate eligible agency who satisfy
the above eligibility criteria.
Sub Head- SITC of 20 Rs. 214.86 Lakhs 1) The Composite category contractor is
XIX Passanger Bed also be eligible to carry out himself/herself
Lifts any the work without associating any
agency provided:
He possesses valid electrical license and
have satisfactorily completed three works
of similar nature each costing not less than
Rs. 86.00 Lakhs
or
have satisfactorily completed two works of
similar nature each costing not less than
Rs. 129.00 Lakhs
or
have satisfactorily completed one work of
Correction—Nil Deletion—Nil Insertion—Nil Overwriting—Nil

AE(P) AE(E)
176

similar nature each costing not less than


Rs.172.00 Lakhs.

Similar work shall mean “SITC of Lifts”.


2) If the Main contractor is not eligible to
carry out work himself / herself then he/she
shall associate eligible agency who satisfy
the above eligibility criteria.

Sub Head- SITC of 50 Rs. 32.46 Lakhs 1) The Composite category contractor is
XX KWp Solar also be eligible to carry out himself/herself
Photovoltaic any the work without associating any
Power Plant agency provided:
He possesses valid electrical license
and
have satisfactorily completed three works
of similar nature each costing not less than
Rs. 13.00 Lakhs
or
have satisfactorily completed two works of
similar nature each costing not less than
Rs. 19.50 Lakhs
or
have satisfactorily completed one work of
similar nature each costing not less than
Rs.26.00 Lakhs.
Similar work shall mean “ SITC Solar
Photovoltaic Power Plant”.
2) If the Main contractor is not eligible to
carry out work himself / herself then he/she
shall associate eligible agency who satisfy
the above eligibility criteria.
Sub Head- SITC of Audio Rs. 41.52 Lakhs 1) The Composite category contractor is
XXI Visual System also be eligible to carry out himself/herself
any the work without associating any
agency provided:
He possesses valid electrical license
and
have satisfactorily completed three works
of similar nature each costing not less than
Rs. 16.61 Lakhs
or
have satisfactorily completed two works of
similar nature each costing not less than
Rs. 24.91 Lakhs
or
have satisfactorily completed one work of
similar nature each costing not less than
Rs.33.22 Lakhs.
Correction—Nil Deletion—Nil Insertion—Nil Overwriting—Nil

AE(P) AE(E)
177

Similar work shall mean “ SITC Audio


Visual System”.
2) If the Main contractor is not eligible to
carry out work himself / herself then he/she
shall associate eligible agency who satisfy
the above eligibility criteria.
Sub Head- SITC of Rs. 149.37 Lakhs The main contractor should engage an
XXII 380KVA DG experienced specialized firm who satisfies
Sets the eligibility criteria of having successfully
completed works of similar nature:

Three similar works of value not less than


Rs 59.75 Lakhs with individual capacity
not less than 320 KVA DG Set.
or
Two similar works of value not less than
Rs 89.60 Lakhs with individual capacity
not less than 320 KVA DG Set.
or
One similar work of value not less than Rs
119.50 Lakhs with individual capacity not
less than 320 KVA DG Set.

Similar works shall mean “SITC of DG


Set”.

Electrical License issued by the competent


authority shall have to be submitted.

The main contractor is also eligible to carry


out himself/herself the work without
associating any specialized agency
provided:
He fulfills the prescribed eligibility criteria
respectively for these work(s).
OR
He directly procures the equipment of
approved make from manufacturer and gets
it installed from authorized agency/service
provider of the manufacturer or specialized
agency as per criteria mentioned in NIT.
The Main Contractor and the associated
specialized agencies give required
affidavit to confirm their association.

Note: The main contractor/agency has to


submit details of such agency to be
associated to the Engineer-in-charge within
15 days after award of work. The associated
agency shall be approved by Engineer- in-
Correction—Nil Deletion—Nil Insertion—Nil Overwriting—Nil

AE(P) AE(E)
178

charge. In case the main contractor intends


to change associated agency/agencies
during the currency of the contract, he shall
obtain prior approval of Engineer-in-
charge. The new agency/agencies shall also
have to satisfy the laid down eligibility
criteria mentioned above. In case Engineer-
in-charge is not satisfied with the
performance of any agency, he can direct
the main contractor to change the agency
executing such items of work and this shall
be binding on the contractor.

Correction—Nil Deletion—Nil Insertion—Nil Overwriting—Nil

AE(P) AE(E)
179

Annexure E-1
Commercial and Additional Conditions for EI Work

General

The work shall be executed as per Technical specifications given in the tender, CPWD General Specifications for
Electrical Works (Part I – Internal) 2023, (Part II – External) 2023, (Part-IV Substation) 2013 amended upto date
wherever applicable, as per relevant IS and as per directions of Engineer-in-Charge. The technical specifications are to
be read in conjunction with above and in case of variations; technical specifications of tender document shall apply.
Nothing extra shall be paid on account of additional features in the technical specifications as the same are to be read
along with schedule of quantities for the work.
The Department shall not issue any T & P and nothing extra shall be paid on account of this.
The work to be awarded by this tender shall be treated as indivisible works contract.

Rates:
No foreign exchange shall be made available by the Department for importing (purchase) of equipments, plants,
machinery, materials of any kind or any other items required to be carried out during execution of the work. No delay
and no claim of any kind shall be entertained from the Contractor, on account of variation in the foreign exchange rate.
The rates quoted by the tenderer, shall be firm and inclusive of all taxes (including works contract tax), GST, octroi,
entry tax, duties and levies and all charges for packing forwarding, insurance, freight and delivery, installation, testing,
commissioning etc at site i/c temporary constructional storage, risks, over head charges, general liabilities/obligations
and clearance from local authorities. The fee for the inspection of installation by government authorities shall be
reimbursed by the department on production of receipts. The contractor has to, however, initially make the payment.

Completeness of tender:
All sundry equipment, fittings, unit assemblies, accessories, hardware items, foundation bolts, termination lugs for
electrical connections, and all other items which are useful and necessary for efficient assembly and installation of
equipment and components of the work shall be deemed to have been included in the tender irrespective of the fact
whether such items are specifically mentioned in the tender documents or not.

Inspection and Testing


Refer tender Specifications for various tests to be carried out at site.

Storage and custody of materials:


The agency has to make their own arrangement. Watch and ward of the stores and their safe custody shall be the
responsibility of the contractor till the final taking over of the installation by the department.

Care of the Building :


Utmost care shall be taken by the contractor while handling and installing the various equipments and components of the
work to avoid damage to the existing running equipment and building. He shall be responsible for repairing all damages
and restoring the same to their original finish at his cost. He shall also remove at his cost all unwanted and waste
materials arising out of the installation from the site of work.

Correction—Nil Deletion—Nil Insertion—Nil Overwriting—Nil

AE(P) AE(E)
180

Completion period :
The completion period indicated in the tender documents is for the entire work of planning, designing, approval of
General arrangement drawings, supplying, installation, testing, commissioning and handing over of the entire installation
to the satisfaction of the Engineer-in-charge.

Performance Guarantee:
The tenderer shall guarantee among other things, the following vis-à-vis specifications:
Quality, strength and performance of the materials used.

Safe mechanical and electrical stress on all parts under all specified conditions of operation.
Satisfactory operation during the maintenance period.

Defect Liability Period:


All the equipments shall be guaranteed for a period of 12 months from the date of taking over the installation by the
department against unsatisfactory performance and / or break down due to defective design, workmanship of material.
The equipments or components, or any part thereof, so found defective during guarantee period shall be forthwith
repaired or replaced free of cost, to the satisfaction of the Engineer-in-Charge. In case it is felt by the department that
undue delay is being caused by the contractor in doing this, the same will be got done by the department at the risk and
cost of the contractor. The decision of the Engineer-in-Charge in this regard shall be final.

Guarantee period for LED fittings, Fans and Lighting Control.


All the LED Bulbs/LED fittings / Fans/ Lighting control shall be guaranteed for a period of 5 years from the completion
of wok.

50% of the Performance Guarantee of tendered amount (electrical work) shall be refunded to the contractor soon after
the completion of the work and recording of the completion certificate.

50% of the performance Guarantee of tendered amount (electrical work) shall be retained as Security Deposit.

50% of the Performance Guarantee of tendered amount (electrical work) retained as Security Deposit plus 2.5% Security
Deposit already deducted from running bills (total 2.5 + 2.5 = 5%) shall be refunded year wise proportionately.

Power Supply and Water Supply:


Power and water supply will be arranged by the contractor at the site for installation purpose. However, for testing
purpose after complete installation of the electrical items, electricity supply will be made available free of cost to the
contractor. Contractor will take due care to ensure safety of electrical installation during execution of work.
Data and Programme to be furnished by the tenderers:

After Award of Work:


The Contractor shall prepare the programme chart for the execution of the work showing clearly all activities from the
start of work to the completion, with details of requirements of materials, man power, equipments and machinery
deployment, required for the completion of the work within the stipulated period and submit the same to the Engineer-in-
Charge within fifteen days after the issue of letter for commencement of the work. The Contractor shall also submit
monthly programme and progress reports and up date / re-schedule the same every month. These shall be submitted by
the contractor in soft copy also besides forwarding hard copy of the same.

The successful tenderer should furnish well in advance three copies of detailed instructions and manuals of
manufacturers for all items of equipments regarding installation, adjustments, operation and maintenance i/c preventive
maintenance & trouble shooting together with all the relevant data sheets, spare parts catalogue and workshop procedure
for repairs, assembly and adjustment etc all in triplicate.
Correction—Nil Deletion—Nil Insertion—Nil Overwriting—Nil

AE(P) AE(E)
181

Extent of work :
The work shall comprise of entire labour including supervision and all materials necessary to make a complete
installation and such tests and adjustments and commissioning as may be required by the department. The term
complete installation shall not only mean items covered by Technical Specifications but all incidental sundry
components necessary for complete execution and satisfactory performance of installation with all layout charts whether
or not those have been mentioned in details in the tender documents in connection with this contract.

The work is turn key project. Any item required for completion of the project but left inadvertently shall be executed
with in the quoted rates.

Compliance with Regulations and Indian standards


All works shall be carried out in accordance with relevant regulation, both statutory and those specified by the Indian
Standards related to this work. In particular, the equipment and installation shall comply with the following:
Factories Act

Indian Electricity Rules


I.S. & BS Standards as applicable
Workmen's compensation Act
Statutory norms prescribed by local bodies
Nothing in this tender shall be construed to relieve the successful tenderer of his responsibility for the design,
manufacture and installation of the equipment with all accessories in accordance with currently applicable statutory
regulations and safety codes.

Indemnity :
The successful tenderer shall at all times indemnify the department, consequent on this works contract. The successful
tenderer shall be liable, in accordance with the Indian Law and Regulations for any accident occurring due to any cause
and the department shall not be responsible for any accident or damage incurred or claims arising there from during the
period of erection, construction and putting into operation the equipments and ancillary equipment under the supervision
of the successful tenderer in so far as the latter is responsible. The successful tenderer shall also provide all insurance
including third party insurance as may be necessary to cover the risk. No extra payment would be made to the successful
tenderer due to the above.

Erection Tools :
No tools and tackles either for unloading for shifting the equipments for erection purposes would be made available by
the department. The successful tenderer shall make own arrangement for all these facilities.

Liasoning and Co-operation with other agencies:


The successful tenderer shall co-ordinate with other contractors and agencies engaged in the operation and maintenance
of the building so as to make the execution of this works contract smooth. If any unreasonable hindrance is caused to
other agencies / damage is caused to the existing installation resulting in loss of work or disruption in services during
the course of work, such expenditure incurred upon restoration and loss of work shall be recovered from the successful
tenderer. Water proofing of pits shall not be damaged under any circumstances.

Mobilization Advance :
No mobilization advance shall be paid for this work.
Verification of correctness of Equipment at Destination :
The contractor shall have to produce all the relevant records to certify that the genuine equipment from the
manufacturers has been supplied and erected.

Correction—Nil Deletion—Nil Insertion—Nil Overwriting—Nil

AE(P) AE(E)
182

Painting :
This shall include cost of painting of entire exposed iron work in the installation. All equipments works shall be painted
at the works before dispatch to the site.

Order of Preference:
Should there be any difference or discrepancy between the description of items as given in the Schedule of Quantities,
technical specifications for individual items of work (including additional and commercial conditions) and IS Codes etc.,
the following order of preference shall be followed:

Schedule of quantities
Additional and Commercial Conditions
Technical specifications specified in the tender
General Conditions of Contract for CPWD Works

Drawings
CPWD General Specifications
Relevant IS or any other International code in case IS code is not available.

Quality Assurance:
The technical data sheet and manufacturing drawing of all equipments and materials as per contract specifications shall
be prepared by the respective manufacturers and will be submitted by contractor duly signed before placing the order or
manufacturing the material. The engineer-in-charge shall approve as per contract conditions.

All the materials to be used in the work shall be new and of good quality and shall be got approved from the Engineer-
in-Charge before use at site. The equipment shall be not older more than 6 months from the date of receipt at site or year
of manufacturing should be current. The equipment shall be procured directly from the manufacturer or authorized
dealer and GST Bills & delivery challan/invoice/ proof of dispatch of material of the Agency from where the material is
purchased in support of genuineness of material shall be submitted along with bill for verification.
Manufacturer test certificates of all the equipment and material shall be submitted along with supply.

No claim for idle labour shall be entertained by the department.


All the MCCB shall have Ics = Icu and complete with spreader link, rotary handle & phase barriers.

Insurance:
All consignments are to be duly insured upto the destination from warehouse to site at the cost of the supplier. The
insurance covers shall be valid till the equipment is handed over duly installed, tested and commissioned. Documentary
proof shall be submitted in this regard.

Verification of correctness of Equipment at Destination:

The contractor shall have to produce all the relevant records to certify that the genuine equipment from the
manufacturers has been supplied and erected.

Training:

The Scope of work includes training of personnel at site / works as applicable. Nothing extra shall be payable on this
account.

Correction—Nil Deletion—Nil Insertion—Nil Overwriting—Nil

AE(P) AE(E)
183

Note:
Contractor shall co-ordinate with the civil contractor during construction of civil work to avoid any future complication.
Contractor shall submit the shop drawing for approval before execution of work .

QUALITY ASSURANCE POLICY & CHECK LIST OF E&M SERVICES OF CPWD

The testing plan for quality control for major E&M services as under:-

To eliminate the possibility of receiving out dated/old material/refurbished equipment at site, it is stipulated that the
material supply against the contract shall be not older more than 6 months from date of receipt at site.

To procure the genuine material from suppliers/ authorized dealer etc. shall be the responsibility of contractor who shall
preserve copies of invoice/ excise gate pass/ proof of dispatch. And the same shall be made available for especially to
engineer- in-charge for examination/ scrutiny/verification as deemed fit by him.

Only routine test as prescribed in IS/ CPWD specifications shall be carried at manufacture works/ third party labs. Type
test/ special test/ optional test shall be carried out only if stipulated in Bid Document/ Contract.

All items to be used and workmanship shall be thoroughly checked physically and for their performance as per
agreement.

The testing charges shall be borne by the department if the test is successful. In case of failure of tests the charges shall
be borne by the contractor. However, the cost of requisite samples for testing shall be borne by the tenderer.

Testing of all equipments / material shall be carried out as per testing plan given below:

Correction—Nil Deletion—Nil Insertion—Nil Overwriting—Nil

AE(P) AE(E)
184

A-internal EI
Location of

reqd. In agreement or
Total Qty (each type)
Test

Required to be Done

lot size whichever is

certificates required
Manufacturer’s test
Proof of Dispatch
Material/process

At manufacturer
Applicable/Test

At third Party
Sample Size
Stage /S. no

Standard

required

Works

Lab.
less
1 CPWD specs, part IV/QA
plan: construction, Ratings of
L.T Panels with SWG, air gaps between Any Y Y Y N
ACB phases, phase to body , IP

100%
rating, Short circuit rating
etc
2 CPWD specs, part IV/QA
L.T panels with Plan: Construction, Ratings of Up to 2 Y Y 0 N N
incomer of more SWG, air gaps between
than 200 A phases, phase to body ,IP >2and<10 Y Y 1 Y N
rating, Short Circuit rating,
Short Circuit ratings etc. >10 Y Y 2 Y N

10% length 10% length


And fittings and fittings
3 Length
upto500 mtr Y Y N N
Rising Main and
Bus Trunking CPWD spec part IV/QA plan

Length> Y Y Y N
500 mtr

4 up to 2500 Y N N N N
mtr
1 piece of 1 mtr

Rigid MS IS 9537 Pt I & 2


for every 1000

conduit >2500 Y Y N Y
mtr
mtr

5 Up to 2500 Y N N N N
mtr
for every 1000 mtr
1 piece of 1 mtr

Right PVC
Conduit IS 3419: 1989 >2500
mtr Y Y N Y

Correction—Nil Deletion—Nil Insertion—Nil Overwriting—Nil

AE(P) AE(E)
185

Location of

reqd. In agreement or
Total Qty (each type)
Test

Required to be Done

lot size whichever is

certificates required
Manufacturer’s test
Proof of Dispatch
Material/process

At manufacturer
Applicable/Test

At third Party
Sample Size
Stage /S. no

Standard

required

Works

Lab.
less
6
Length upto
500 mtr Y Y N N N
CPWD Spec. Part-1/II; Check for
Cable Tray perforation area. Pain/Galvanising
thickness and Material Composition
Length > 500

every 500 mtr


One piece for
mtr Y N N Y

7 Length upto
500 mtr Y N N N N
IS 14930 , Check for thickness,
DWC/ material, Mechanical Strength and
Corrugated HDPE smoothness

One sample for


Pipe
Length > 500 Y Y N Y

every 500
mtr

Mtr
8 Up to 10000
mtr Y N N N N

Wire IS 694;1990 every 10000 mtr or


>10000
1 sample for

mtr Y Y N Y
less

B- Street/ Compound Lighting


1 CPWD specs part IV/QA plan:
Construction,, Ratings of SWG, air
L.T Panels with gaps became phases, phase to body , Any Y Y Y N
ACB IP rating, Short Circuit ratings
100%

etc.
2 CPWD specs. Part IV/QA Plan: Up to 2 Y Y 0 N N
L.T Panels with Construction, Rating of SWG, air
incomer of more gaps between phase, phase to body ,
than 200 A IP rating, Short Circuit ratings etc. >2 and < Y Y 1 Y N
10
>10 Y Y 2 Y N

Correction—Nil Deletion—Nil Insertion—Nil Overwriting—Nil

AE(P) AE(E)
186

Location of

reqd. In agreement or
Total Qty (each type)
Test

Required to be Done

lot size whichever is

certificates required
Manufacturer’s test
Proof of Dispatch
Material/process

At manufacturer
Applicable/Test

At third Party
Sample Size
Stage /S. no

Standard

required

Works

Lab.
less
3 Whether in conformity with tender Up to 100 Y Y N N N
Poles specs
>100 Y N 2% N N
4 Up to 2500 mtr Y N N N N

LT Cable IS 1554 Part 1

every 2500 mtr


>2500

1 sample for
mtr Y Y N Y

5 Length upto
500 mtr Y N N N N
IS 14390, Check for thickness,
DWC/ material, Mechanical Strength and
Corrugated HDPE smoothness

One sample for


pipe
Length > 500 Y Y N Y

every 500
mtr

mtr
6 Whether in conformity with tender
Fittings specs >100 Y Y NA N N

C- Substation, DG set, UPS


1 CPWD Specs Part IV/QA Plan; CT
HT Panel ratio and accuracy class should be Any Y Y 1 Y N
invariably checked
2 HT Panel: Check CT ratio and
Metering and accuracy class, Relays and meters Any Y Y 1 Y N
protection
3 CPWD Specs Part IV/QA Plan;
Construction, rating of SWG, air gaps
LT Panel with ACB between phases, Phase to phase, Any Y Y 1 Y N
phase to body, IP rating, short circuit
rating etc

4 L.T Panels with CPWD specs. Part IV/QA Plan: Up to 2 Y Y 0 N N


incomer of more Construction, Rating of SWG, air
than 200 A gaps between phase, phase to body , >2 and <
IP 10 Y Y 1 Y N

Correction—Nil Deletion—Nil Insertion—Nil Overwriting—Nil

AE(P) AE(E)
187

Location of

reqd. In agreement or
Total Qty (each type)
Test

Required to be Done

lot size whichever is

certificates required
Manufacturer’s test
Proof of Dispatch

At manufacturer
Applicable/Test

At third Party
Sample Size
Material/process

Standard

required

Works
Stage /S. no

Lab.
less
rating, Short Circuit ratings
>10 Y Y 2 Y N
etc.
5 CPWD specs. Part IV/QA Plan:
Check for type of capacitor used ,
Capacitor Panel operation of relay, settings. Any Y Y 1 Y N
Change the load and its type and
check functionality.

10% length 10% length


And fittings and fittings
6 Length
upto500 mtr Y Y N N
Rising Main and
Bus Trunking CPWD spec part IV/QA plan

Length> Y Y Y N
500 mtr

7 Length upto
500 mtr Y Y N N N
CPWD specs, part 1/11 Check for
perforation area, paint/

One sample for


Cable Tray Galvanising thickness and
Material Composition

every 500
Length> Y Y N Y
500 mtr
mtr
8 CPWD Specs Part IV/QA Plan;
Physical verification of
accessories as per agreement and
Routine tests as per IS;2026/IS
Transformer 11171:1985 (whichever
Any Y Y Y N
applicable), with particular
attention to losses meeting ECBC
norms/ as per
100%

agreement.

9 Type test certificate for exact


same design for impulse
Transformer withstand and short circuit Any Y Y Y N
withstand shall be made available
100%

by
Manufacturer ,

Correction—Nil Deletion—Nil Insertion—Nil Overwriting—Nil

AE(P) AE(E)
188

Location of

reqd. In agreement or
Total Qty (each type)
Test

Required to be Done

lot size whichever is

certificates required
Manufacturer’s test
Proof of Dispatch
Material/process

At manufacturer
Applicable/Test

At third Party
Sample Size
Stage /S. no

Standard

required

Works

Lab.
less
10 Temperature rise test of one
transformer of each design shall
be done.
Transformer Copies of the certificate for Any Y Y Y N
pressure test, test for bushing shall

100% 100%
be supplied to
the department
11 DG set Local testing as per CPWD specs Any Y Y Y N

12 Local testing and operation logic


as per CPWD specs , Check for
UPS input and output power quality as Any Y Y Y N
per agreement

100%
13 Up to 500 Y Y 1 N N
mtr.

every 500 mtr


HT Cable IS 1554 Part 11

1 sample for
>500 mtr Y Y N Y

14 up to 2500 Y N N N N
mtr

LT Cable IS 1554 Part 1


every 2500 mtr
1 sample for

>2500 Y Y N Y
mtr

D- Fire Fighting
i. Before dispatch of material at factory or before use at site
1 Pumps As per tender specs. Any capacity Y Y Y N
NA every 100 mtr 100%

2
1 sample for

To be tested for thickness and


MS Pipes weight as per applicable IS Any Y Y N Y

3 Valves Flow and controls as per Up to 20 Y N N N

Correction—Nil Deletion—Nil Insertion—Nil Overwriting—Nil

AE(P) AE(E)
189

Location of

reqd. In agreement or
Total Qty (each type)
Test

lot size whichever is

certificates required
Manufacturer’s test
Proof of Dispatch

At manufacturer
Required to be Done

At third Party
Sample Size
Applicable/Test

required

Works
Material/process

Lab.
Standard

less
data sheet
Stage /S. no

1 for every
>20 Y Y N Y

20
4 CPWD specs part IV/QA Plan:
Construction, Ratings of SWG,
I.T Panels with air gaps between phases , Any Y Y 1 Y N
ACB phase to body, IP rating, Short
Circuit ratings
etc.
5 CPWD specs part IV/QA Plan: Up to 2 Y Y 0 N N
LT Panels with Construction, Ratings of SWG, >2 and < Y Y 1 Y N
incomer of more air gaps between phases , to 10
than 200 A phase to body
,IP rating, Short Circuit >10 Y Y 2 Y N
ratings etc.
6 Length upto
500 mtr Y Y N N N
CPWD Specs. Part I/II: Check
Cable Tray for perforation area.

every 500 mtr


One piece for
Paint/Galvanising thickness Length>
and Material Composition 500 mtr Y Y N Y

Correction—Nil Deletion—Nil Insertion—Nil Overwriting—Nil

AE(P) AE(E)
190

TECHNICAL SPECIFICATIONS FOR IEI WORK

GENERAL SCOPE OF WORK:


The specifications given below pertain to the internal electrical installation.
POINT WIRING:
The wires used for the point wiring and power wiring shall be of 650/ 1100 Volts grade FRLS PVC insulated multi
stranded copper conductor single core cables.
All mounting boxes for plate type accessories shall be of metallic construction and of the same make as that of the
plate type switches and accessories.

Copper and Aluminium Cables


This specification covers the supply, installation, testing and commissioning of 1100 V grade cables.
The design, manufacture and performance of the cables should conform to the relevant IS.
.
MOULDED CASE CIRCUIT BREAKERS
The MCCBs shall comprise single units of triple pole/four pole construction as specified, shall be rated for 415 V AC.
All live parts shall be totally enclosed and shrouded with a heat resistant moulded insulating material housing.
Operating mechanism shall be quick make, quick break and trip free type.

The MCCB shall be provided with the following features in microprocessor release:
Inverse-time-current tripping characteristics under sustained overload.
Instantaneous tripping on short circuit

MCCBs shall be of current limiting type.

The rated service breaking capacity (Ics) shall not be less than the ultimate short circuit breaking capacity (Ics = Icu)
Variable Thermal setting shall be provided in all MCCB s with thermal magnetic

Release.
All circuit breaker below 250 amps rating shall be provided with thermal magnetic
Release& circuit breakers of 250 amps rating and above shall be provided with Microprocessor based release unless
otherwise specified.
All MCCBs shall be provided with rotary handles and spreader links for which nothing extra shall be paid.

Correction—Nil Deletion—Nil Insertion—Nil Overwriting—Nil

AE(P) AE(E)
191

Submission of Test Reports:

The copy of following test reports shall be submitted along with the Lighting Design Report:

LM 80 test report with a prediction / From manufacturer of LED


(a) extrapolation as per TM-21 document source.
of LED source
LM79 for Luminaire (Efficacy, CCT, CRI From NABL accredited Lab or
(b) etc.) from laboratories recognized by
Govt. of India.
Heat Resistance Test, Thermal Test,
Ingress Protection Test, Electrical/Insulation
(c) Resistance Test, Endurance Test, From NABL accredited Lab.
Humidity Test.
(As per IEC 60598)

(d) Drop test (As per IEC From NABL accredited Lab.
60068-2- 31/IS9000 Part 7 / Sec 3
standards)
(e) Vibration test (As per ANSI/IEC 68- From NABL accredited Lab.
2-6 standards)
(f) Aerodynamic Wind Test Report From NABL accredited Lab or
International Lab
(g) Lighting Design Report By Manufacturer
(h) Compliance RoHS for LED
(i) Test Report for Chemical Composition of From NABL , MSME , NTH
material of Housing (die cast aluminum LM6/ or any Govt. Laboratory
ADC 12)

(j) High pressure die casting of housing By Manufacturer

Correction—Nil Deletion—Nil Insertion—Nil Overwriting—Nil

AE(P) AE(E)
192

Technical Particulars For 25 Meter High Mast System

(a) Height of mast : 25 Meter


(b) No. of sections : Three
(c) Material construction : S355 Grade- SJ355JO or superior) /ASTM572 GR50 (as
per BS-EN10025)
(d) Base dia. and top diameter (A/F) : Top : 200 mm, Bottom : 560 mm
(e) Plate thickness : Top : 3 mm, Centre : 4 Bottom : 5 mm
(f) Cross section of Mast : 20 side polygon or higher.
(g) Size of opening and door at base : 1200 x 250 mm or as decided by E-In-C
(h) Diameter of base plate : 740 mm
(i) Thickness of base plate : 30 mm
(j) Lightning protection finial : G.I single spike of length 1200 mm
(k) Max. wind speed : 50 m/s as per IS : 875 (Part - III)
(l) Number of foundation bolts : 12 nos
(m) PCD of foundation bolts : 650 mm
(n) Type / diameter / length of foundation : TS 600 / 30 mm dia / 850 mm long
bolts
(o) Standard for of galvanization : ASTM A 123/ ISO 1461

(p) galvanized coating thickness 85 microns for plates more than 5 mm and 70
microns for 5 mm and less thickness
(q) LUMINAIRES CARRIAGE
(i) Material of construction : 50 NB ERW Class B - M. S. Pipe duly galvanized
(ii) Construction : Symmetrical/Asymmetrical orientation to suite site
requirements.
16 nos. LED Flood Light Luminaries and counter weights
(iii) Load carrying capacity : as applicable. The lantern carriage shall be
suspended by two steel ropes.
(r) TRAILING CABLE
(i) Conductor : Copper, 5 core, 4 sq mm
(ii) Insulation : EPR insulated PCP outer sheathed
(iii) No. of circuits per mast : One no. cable per mast
(s) WINCH / POWER TOOL
(i) Type / SWL of winch : Double drum (DD1G CI) / 800 Kg
(ii) Method of operation : Motorized/Manual
(iii) Motor capacity : 1.5 HP
(iv) No of Poles and speed : 6 Pole, Single speed
(v) Torque limitor : With mechanical tripping facility
(t) STAINLESS STEEL WIRE ROPE
(i) Grade / construction : AISI SS 316, 7/19 construction
(ii) Suspension System : 2 point tension suspension
(iii) Number of ropes : 2 ropes for suspension of lantern carriage
(iv) Diameter (mm) : 6 mm
(v) Breaking load capacity : 2350 kg x 2
(vi) Factor of safety for wire ropes : Min. 5 for combined breaking load (as per TR no-7)

Correction—Nil Deletion—Nil Insertion—Nil Overwriting—Nil

AE(P) AE(E)
193

GENERAL TERMS & CONDITIONS OF SUB STATION


1.0 GENERAL

1.1 Location: The Sub Station equipments will be installed at Medical College, Mata Vaishno Devi University,
Kakriyal, Katra (J&K).

1.2 The work shall be executed as per CPWD General Specifications for Electrical Works Part – I, II, IV and VII as
amended up to date, relevant I.E. Rules, BIS/IEC and as per directions of Engineer-in-charge. These additional
specifications/ conditions are to be read in conjunction with above and in case of variations; specifications given in the in
the contract shall apply. However, nothing extra shall be paid on account of these additional specifications and conditions,
as the same are to be read along with schedule of quantities for the work.

1.3 All the works should be carried out as per General Specifications for elect. Part-I (Internal) 2023, Part-II (External)
2023, Part-VII and Part-IV Sub-Station 2013 amended upto date and should also comply with relevant provisions of the
Indian Electricity Rules and Indian Electricity Act amended upto date.

1.4 This specification covers manufacture, testing as may be necessary before dispatch, delivery at site, all preparatory
work, assembly and installation, commissioning putting into operation of Sub Station equipments which includes
transformer, HT switchgear, LT switchgear, LT Panels, HT & LT Cable laying, Earthing etc. and final testing &
commissioning of the equipments at Medical College, Mata Vaishno Devi University at Kakryal, Katra (J&K).

1.5 All the materials to be used on work shall be got approved by the contractor from the Engineer-in-charge before
their use on work. All rejected materials should be removed from the site of work immediately.

1.6 The work shall be carried out with good workmanship and as per instructions of Engineer-in-charge.

1.7 All repairs and patch works shall be neatly carried out to match with original finish and all damages done to the
building/road during the execution of electrical works shall be the responsibility of the electrical contractor and same will
have to be made good immediately by him at his own cost to the entire satisfaction of the Engineer-in-charge.

1.8 The contractor/his supervisor is bound to sign the site order book as and when required by the Engineer-in-charge
and carry out the instructions record therein.

1.9 The contractor is fully responsible for safety of material at site till final handing over to the department. The
contractor shall have to make all such arrangement for safe storing the materials and watch and its ward at his own cost.

1.10 The work shall not be taken over in parts unless otherwise agreed to by the Engineer-in-charge.

1.11 All debris due to electrical work shall be removed and shall be cleared by the contractor as soon as his work is
completed.

1.12 The contractor shall have to make his own arrangement for transportation from the point of issue of stores to site
and safe custody of the materials issued departmentally and nothing extra will be paid to him on this account.

1.13 The contractor shall ensure that all the persons executing the electrical work have the valid electrical license.
Consequences arising due to the fault for not complying with the above conditions would be contractor’s responsibility.

1.14 The tenderer should, in its own interest, visit the site and get familiarized with the site conditions before tendering.

1.15 No T & P shall be issued by the Department and nothing extra shall be paid on account of this.

1.16 Type of Contract: The work to be awarded by this tender shall be treated as indivisible works contract.

Correction—Nil Deletion—Nil Insertion—Nil Overwriting—Nil

AE(P) AE(E)
194

2.0 TERMS OF PAYMENTS


The following percentage of contract rates for the various items included in the contract shall be payable against the stage
of work shown herein.

60% after initial inspection (wherever specified) & delivery at site in good condition.
20% after completion of installation in all respects.
Balance 20% after complete testing, commissioning, clearance from CEA & handing over of installations to Client
department

Works to be carried out by CPWD


Unless otherwise mentioned in the tender specifications, the following works shall be carried out by the department.
Space for accommodating all the equipments and components involved in the work. However, watch and ward shall be
responsibility of the contractor.

4.0 Works to be done by the contractor


In addition to supply, installation, testing and commissioning of all the equipments, as per schedule of work, and
specifications, the following works shall be deemed to be included within the scope of work to be executed by the
contractor.

Tools and tackles required for handling and installation of equipments.


Protection required for the equipments from rain, dust storm etc. during transportation i.e. polythene cover and tarpaulin.
Necessary equipments for commissioning/site testing.

5.0 RATES
The tender is for entering into Percentage rate works contract. The rates quoted by the tenderer, shall be firm and inclusive
of all taxes (including GST), duties, levies, cess, packing, transportation, handling etc. The octroi exemption certificate
shall be issued by the department if requested by the contractor. However department will not be responsible in case octroi
exemption is not granted to the contractor. The tendered rates should also include charges for installation, testing,
commissioning etc. at site including temporary construction of storage

5.1 Copies of all documents of routine and type test certificates of the equipment, carried out at the manufacturers
premises shall be furnished to the Engineer-in-charge and consignee.
5.2 After completion of the work in all respects the contractor shall offer the installation for testing and operation.

6.0 COMPLETENESS OF TENDER


All sundry equipments, fittings, unit assemblies, accessories, hardware items, foundation, foundation bolts, painting,
termination lugs for electrical connections, and all other items which are useful and necessary for efficient assembly and
installation of equipment and components of the work shall be deemed to have been included in the tender irrespective of
the fact whether such items are specifically mentioned in the tender documents or not.

7.0 STORAGE AND CUSTODY OF MATERIALS


The Store room of Electrical Inquiry may be used for storage of sundry materials and erection equipments or else the
agency has to make its own arrangements. No separate storage accommodation shall be provided by the department. Watch
and ward of the stores and their safe custody shall be the responsibility of the contractor till the final taking over of the
installation by the department.

8.0 CARE OF THE BUILDING


Care shall be taken by the contractor while handling and installing the various equipments and components of the work to
avoid damage to the building. He shall be responsible for repairing all damages and restoring the same to their original
finish at his cost. He shall also remove at his cost all unwanted and waste materials arising out of the installation from the
site of work.

Correction—Nil Deletion—Nil Insertion—Nil Overwriting—Nil

AE(P) AE(E)
195

9.0 COMPLETION PERIOD


The completion period indicated in the tender documents is for the entire work of planning, designing, approval of
drawings etc., arrangement of materials & equipments, delivery at site including transportation, installation, testing,
commissioning and handing over of the entire system to the satisfaction of the Engineer-in-charge.

10.0 GUARANTEE
10.1 All equipments shall be guaranteed for a period of 12 months, from the date of taking over the installation by the
department, against unsatisfactory performance and/or break down due to defective design, workmanship or material. The
equipments or components, or any part thereof, so found defective during guarantee period shall be forth with repaired or
replaced free of cost, to the satisfaction of the Engineer-in-Charge. In case it is felt by the department that undue delay is
being caused by the contractor in doing this, the same will be got done by the department at the risk and cost of the
contractor. The decision of the Engineer-in-charge in this regard shall be final & building on the contractor.

10.2 The tenderer shall guarantee among other things, the following:
(a) Quality, strength and performance of the materials used as per manufacturers standards.
(b) Safe mechanical and electrical stress on all parts under all specified conditions of operation.
(c) Satisfactory operation during the maintenance period.

11.0 POWER SUPPLY/ WATER SUPPLY


Power and water supply will be arranged by the contractor at the site for installation purpose.
For testing of SUB-STATION EQUIPMENTS, electrical load shall be given by the departments.
Water supply shall be made available by the department at one point in Campus free of cost.

12.0 APPROVED MAKES OF VARIOUS EQUIPMENTS


The acceptable makes of various equipments/components/accessories have been indicated in the List of Acceptable Makes
of equipments/ materials”. The tenderer shall work out the cost of the offer on this basis. Alternate makes are not acceptable
and tender with any other make (s) shall be rejected.

13.0 DATA MANUAL AND DRAWINGS TO BE FURNISHED BY THE TENDERER.

13.1 After award of work


The successful tenderer would be required to submit the following drawings for approval of the department.
(a) General arrangement drawing of the equipments like Transformer, DG set, HT Panel, LT Panel, Capacitor Panel
etc. with complete dimensions for LT Panel.
b) Single line diagram of all equipments i/c Transformer, DG set, HT Panel, LT Panel, Capacitor Panel.
(c) Schematic drawing of HT/ LT panels including all safety interlocking.
(d) Details of foundations for the equipments and the weights of assembled equipments.
(f) Equipment details proposed to be procured for the execution of the work for the approval of the Engineer-in-
charge.
(h) Any other drawings necessary for the job.

The successful tenderer should furnish well in advance three copies of detailed instructions and manuals of manufacturer’s
for all items of equipments regarding installation, adjustments, operation and maintenance including preventive
maintenance & trouble shooting together with all the relevant data sheets, spare parts catalogue etc. all in triplicate
14.0 The successful tenderer should furnish well in advance three copies of detailed instructions and manuals of
manufacturer’s for all items of equipments regarding installation, adjustments, operation and maintenance including
preventive maintenance & trouble shooting together with all the relevant data sheets, spare parts catalogue etc. all in
triplicate.

15.0 EXTENT OF WORK


15.1 The work shall comprise of entire labour including supervision and all materials necessary to make a complete
installation and such tests and adjustments and commissioning, as may be required by the department. The term complete
installation shall not only mean major items of the plant and equipments covered by specifications but all incidental sundry
Correction—Nil Deletion—Nil Insertion—Nil Overwriting—Nil

AE(P) AE(E)
196

components necessary for complete execution and satisfactory performance of installation with all layout charts whether or
not those have been specifically mentioned in bill of quantity in the tender document. However, major equipment not
covered in the scope of the work and required subsequently as an additional feature, not covered in the contract
specifications, shall be paid extra. The decision of the engineer-in-charge in the matter shall be final and binding upon the
contractor.
15.2 The HT cable shall be brought at site after taking correct measurements since no joint shall be permissible.
15.3 In addition to supply, installation, testing and commissioning of sub-station equipments, following works shall be
deemed to be included within the scope of work to be executed by the tenderer

Minor works necessary for installation of equipments, foundation, making of opening in walls or in floors and restoring
them to their original condition/ finish and necessary grouting etc. as reqd.
Testing of PTs/ CTs for metering & protection purpose & relay calibration & setting.
Getting CEA inspection done & obtaining approval for energizing the installation. However, necessary fees for inspection
shall be borne by the department.

16.0 INSPECTION AND TESTING


16.1 All the equipments and fabricated items etc. shall be offered for initial inspection at manufacturer’s works. All
routine tests conforming to relevant IS shall be carried out in the presence of Engineer-in-Charge or his authorized
representative. Contractor will give sufficient notice for the same. The department reserves the right to inspect or not to
inspect the equipment at the works of the manufacturer. In the later case confirmation in writing will be issued by the
department. The department will bear to & fro expenses of the officer deputed for carrying out inspection. However,
nothing extra shall be paid for conducting routine test in the presence of department’s representative.
Copies of all manufacturer’s routine and type test, certificates of the equipments shall be furnished to the inspecting officer
at the time of inspection at the factory. After completion of work in all respect the contractor shall offer the installation for
testing and operation.

16.2 Inspection of materials and equipments:


16.2.1 Materials and equipments to be used in the work shall be inspected by the departmental officers. Such inspection
will be of following categories:
(i) Inspection of materials / equipments to be witnessed at the Manufacturer’s premises in accordance with relevant
BIS /Agreement Inspection Procedure.
(ii) To receive materials at site with Manufacturer’s Test Certificate(s)
(iii) To inspect materials at the authorized dealer’s go downs to ensure delivery of genuine materials at site.
(iv) To receive materials after physical inspection at site.

16.2.2Adequate care to ensure that only tested and genuine materials of proper quality are used in work shall be ensured
by firm. The firm shall ensure that:
(i) Material will be ordered & delivered at site only with the prior approval of the department to ensure timely
delivery.
(ii) As and when the order is placed for the fittings/ fixtures, cables, switchgears, poles, rising main, other main items
etc, its copy shall be endorsed to the CPWD Engineer-in-charge.
(iii) The firm will be required to procure material like exhaust fans, MCB’s & DB’s, switches & sockets, wires &
cables, conduits and switchgears etc directly from the manufacturer/ authorized dealers to ensure genuineness & quality and
as per the approved makes only. Proof in this regard shall be submitted by the contractor if required by the department.
(iv) Inspection at factory or at go down of the manufacturer, as required, shall be arranged by the firm for a mutually
agreed date. Certificate for genuineness of the fittings shall have to provided duly signed by the manufacturer’s officer not
below the rank of Regional Manager.
(v) Delivery of material shall be taken up only with the consent of department, after clearance of the material.
(vi) Department shall reserve the right to waive inspection in lieu of suitable test certificate, at its discretion.

16.2.3 Similarly, for fabricated equipments, the contractor will first submit dimensional detailed drawings for approval
before fabrication is taken up in the factory. Suitable stage inspection at factory also will be made to ensure proper use of
materials, workmanship and quality control.
Correction—Nil Deletion—Nil Insertion—Nil Overwriting—Nil

AE(P) AE(E)
197

17.0 COMPLIANCE WITH REGULATIONS AND INDIAN STANDARDS


17.1 All works shall be carried out in accordance with relevant regulation, both statutory and those specified by the
Indian Standards related to the works covered by this specification. In particular, the equipment and installation will comply
with the following:
(i) Factories Act.
(ii) Indian Electricity Rules.
(iii) B.I.S. & other standards as applicable.
(iv) Workmen’s compensation Act.
(v) Statutory norms prescribed by local bodies like CEA, Power Supply Co., etc.

17.2 After completion of the installation, the same shall be offered for inspection by the representative of the Central
Electricity Authority. The contractor will extend all help including test facilities to the representative of CEA. The
observations of CEA will be attended by the contractor. The installation will be commissioned only after getting clearance
from CEA.

17.3 Nothing in this specification shall be construed to relieve the successful tenderer of his responsibility for the design,
manufacture and installation of the equipment with all accessories in accordance with currently applicable statutory
regulations and safety codes.

17.4 Successful tenderer shall arrange for compliance with statutory provisions of safety regulations and departmental
requirements of safety codes in respect of labour employed on the work by the tenderer. Failure to provide such safety
requirement would make the tenderer liable for penalty of Rs 5000/- (Rs Five Thousand only) for each default. In addition,
the department will be at liberty to make arrangement for the safety requirements at the cost of tenderer and recover the cost
thereof from him.

18.0 INDEMNITY
The successful tenderer shall at all times indemnify the department, consequent on this works contract. The successful
tenderer shall be liable, in accordance with the Indian law and regulations for any accident occurring due to any cause and
the contractor shall be responsible for any accident or damage incurred or claims arising there from during the period of
erection, construction and putting into operation the equipments and ancillary equipment under the supervision of the
successful tenderer in so far as the latter is responsible. The successful tenderer shall also provide all insurance including
third party insurance as may be necessary to cover the risk. No extra payment would be made to the successful tenderer on
account of the above.

19.0 ERECTION TOOLS


No tools and tackles either for unloading or for shifting the equipments for erection purposes would be made available by
the department. The successful tenderer shall make his own arrangement for all these facilities.

20.0 COOPERATION WITH OTHER AGENCIES


The successful tenderer shall co-ordinate with other contractors and agencies engaged in the construction of buildings, if
any, and exchange freely all technical information so as to make the execution of this work/contract smooth. No
remuneration should be claimed from the department for such technical cooperation. If any unreasonable hindrance is
caused to other agencies and any completed portion of the work has to be dismantled and re-done for want of cooperation
and coordination by the tenderer during the course of work, such expenditure incurred will be recovered from the successful
tenderer if the restoration work to the original condition or specification of the dismantled portion of the work was not
undertaken by the tenderer himself.

21.0 The work will be carried out with least disturbance during shifting & shut down taken in consultation with the
client department.

22.0 MOBILIZATION ADVANCE


No mobilization advance shall be paid to the contractor.
Correction—Nil Deletion—Nil Insertion—Nil Overwriting—Nil

AE(P) AE(E)
198

23.0 INSURANCE AND STORAGE


All consignments are to be duly insured up to the destination from warehouse at the cost of the contractor. The insurance
covers shall be valid till the equipment is handed over duly installed, tested and commissioned.

24.0 VERIFICATION OF CORRECTNESS OF EQUIPMENT AT DESTINATION


The contractor shall have to produce all the relevant records to certify that the genuine equipments from the manufacturers
has been supplied and erected.

25.0 PAINTING
This shall include cost of painting of the entire installation. The major equipments shall be factory final finish painted. The
agency shall be required to do only touching to the damages caused to the painting during transportation, handling &
installation at site, if there is no major damage to the painting. However hangers, supports etc. of bus trunking shall be
painted with required shade including painting with two coats of anticorrosive primer paint at site.

26.0 TRAINING
The scope of works includes the on job technical training of two persons of department at site. Nothing extra shall be
payable on this account.

27.0 MAINTENANCE
27.1 Sufficient trained and experienced staff shall be made available to meet any exigency of work during the guarantee
period of 12 months from the handing over of the installation.
27.2 The maintenance, routine as well as preventive, for 12 months from the date of taking over the installation as per
manufacturer’s recommendation shall be carried out on quarterly basis. The work shall cover all routine and breakdown
maintenance.
27.3 Experienced and Trained Engineer should also be made available as & when required during the guarantee period.

28.0 INTERPRETING SPECIFICATIONS


In interpreting the specifications, the following order of decreasing importance shall be followed in case of contradictions:
(a) Schedule of quantities
(b) Technical specifications
(c) Drawing (If any)
(d) General Specifications
(e) Relevant BIS or other international code in case BIS code is not available.

Correction—Nil Deletion—Nil Insertion—Nil Overwriting—Nil

AE(P) AE(E)
199

TECHNICAL SPECIFICATIONS FOR SUB-STATION

1.0 GENERAL
SCOPE OF WORK:
The specifications given below pertain to the entire electrical sub-station installation work to be
carried out in the Sub-Station Building at Medical College, Mata Vaishno Devi University at
Kakryal, Katra (J&K).

2.0 SPECIFICATIONS OF H.T. VACUUM CIRCUIT BREAKER SWITCH BOARD:


This specification covers the technical requirements of three phase, 11kV, front operated VCB
switchboard.

2.1 Applicable Codes and Standards:


The design, manufacturing and performance of equipment shall be as per current statutory
regulations and safety codes in the locality where the equipment will be installed. Nothing in this
specification shall be construed to relieve the vendor of this responsibility.

Unless otherwise stated, the H.T. (11 kV) Vacuum Circuit Breaker switchboard shall conform to IS:
13118 (1991) and Indian Electricity Rules and Regulations amended up to date.

2.2 CONSTRUCTIONAL FEATURES:

2.2.1 GENERAL
The panel board shall be compact integrated indoor, metal clad, floor mounted, free standing, sheet
steel enclosed as per specifications. The panel board shall have compartmentalized design having
separate compartment for Breaker, Busbar, Cable & CT, Instrument & relay. Self-threading screws
shall not be used in the construction of switchboard. The panel board shall be of totally enclosed
design, dust tight and vermin proof and extensible type. The degree of Protection shall be IP4X as
per IEC-60529. The equipment when assembled shall form a neat and compact unit and shall be
complete with all supporting frame work, mounting channels, foundation bolts etc. and shall be
designed so as to ensure complete inter-changeability of components from one panel to another.

Also the panel board shall be:


a) Provided with a metal steel frame made of structural steel channel section properly drilled for
mounting the switch gear along with necessary mounting hardware (hardware shall be zinc plated
and passivated);
b) Provided with gaskets all round the perimeter of removable covers and doors
c) Provided with busbar of adequate rating.
d) Provided with Base Channel of ISMC-75
e) Provided with Four Lifting Lugs for each shipping section.

2.2.2 SHEET METAL WORKS


The panel board shall be made from M.S. sheet steel 2mm thick and shall be folded and braced as
necessary to provide a rigid support for all components. All panels and covers shall be properly fitted.
All metal works shall be chemically treated with 7-tank process for degreasing, derusting,
phosphating and epoxy powder coated for surface treatment before painting.

2.2.3 PAINTING
The panel board shall be painted with epoxy powder coated, of shade approved by Engineer in
Charge as per IS: 5 on interior and exterior side.
2.3 INTERLOCKS
Following minimum Interlocks shall be provided
Correction—Nil Deletion—Nil Insertion—Nil Overwriting—Nil

AE(P) AE(E)
200

 Breaker insertion / withdrawal is possible only when breaker is in “OFF” position.


 Breaker closing is prevented in intermediate position between “Service” and “Isolation”.
 Door padlocking Facility.

2.4 BUSBARS

2.4.1 All the main and auxiliary busbars shall be made of Electrolytic Copper flats as per IS:1897. The
busbar shall be insulated, covered and supported on rigid epoxy support insulators. The bus bar
sizes shall be as per Current ratings.

The bus bar shall be provided with the minimum clearances in air as per applicable standards for a
11kV, 3 phase system.

2.4.2 Bus bar shall be adequately supported and braced to withstand the stresses due to the specified
short circuit currents.

2.4.3 Separate supports shall be provided for each phase of the bus bars. If a common support is
provided for all three phases, anti tracking barriers shall be incorporated.

2.4.4 Bus bar joints shall be complete with high tensile steel bolts and Belleville washers and nuts. Bus
bars shall be thoroughly cleaned at the joint locations and suitable contact grease shall be applied
just before making a joint.

2.5 VACUUM CIRCUIT BREAKER


The Vacuum circuit breaker shall be mounted on a separate carriage arranged for horizontal / vertical
isolation and horizontal withdrawal. It shall have motor operated spring charged stored energy
mechanism. It shall be possible to put the Vacuum Circuit Breaker in the “Plug-in” condition or
withdrawn to the ‘Test’ position.
The circuit breaker shall be provided with the necessary auxiliary contacts for indication, control, and
interlocking or other purposes. Excluding the contacts already used for the circuits, four spare sets
of contacts with three ‘NO’ and three ‘NC’ shall be left free in each unit.

2.6 CURRENT TRANSFORMERS


2.6.1 Current transformers shall be Silica filled epoxy resin insulated.
2.6.2 All current transformers shall be earthed through a separate earth link.

2.7 NUMERICAL TYPE RELAYS


The Numerical Relays in general shall comply with the following requirements:
 The offered relays shall be completely numerical with Protection elements realized using
software algorithm. Hardware based measurement shall not be acceptable.
 All the Relays shall belong to a common platform and shall be of single make.

 The relay shall be provided with at least 3 nos. digital inputs and 6 nos. output contacts. The
digital inputs and outputs shall be freely configurable.

 It shall be possible to energies the relay from either AC or DC auxiliary supply.

 The offered relay shall have a comprehensive local MMI for interface. It shall have the
following minimum elements to enable viewing and setting the relay locally.

 2 x 16 digit backlit LCD display unit


Correction—Nil Deletion—Nil Insertion—Nil Overwriting—Nil

AE(P) AE(E)
201

 4 fixed function LEDs (for trip, Alarm, Relay available & Relay out of service)
 At least 4 programmable LEDs
 7 key tactile keypad for browsing and setting the relay menu

 The relay shall have a front RS232 communication port for connecting to a local PC/Laptop
for setting and viewing the data from the relay.

 The relays shall have a RS485 rear port for connecting many relay in multidrop fashion to
connect to a remote master (SCADA/DCS)

 It shall be possible to provide the relay with atleast two standard communication protocols
(viz, MODBUS & IEC-870-5-103) in addition to any proprietary protocols.

 The relays shall have the following tools for fault diagnostics.

 Fault record – The relay shall have the facility to store atleast 5 last fault records with
information on cause of trip, date, time, trip values of electrical parameters.
 Event record – The relay shall have the facility to store at least 75 sequence of event
records with 1ms resolution.
 Disturbance records – The relay shall have capacity to store at least 5 disturbance
record waveforms with atleast 3s duration each.

 The offered relays shall have a battery backed real time clock for providing accurate time
reference.

 The relay settings shall be provided with adequate password protection.


 The relay shall have comprehensive self-diagnostic feature. This feature shall continuously
monitor the healthiness of all the hardware and software elements of the relay. Any failure
detected shall be annunciated through a output watchdog contact. The fault diagnosis
information shall be displayed on the LCD and also through the communication port.

 The Numerical Relays shall be provided with 1 Set of common support software compatible
with both Windows 2000 / XP which will allow easy settings of relays in addition to uploading
of event, fault, disturbance records and measurements. The relay settings shall also be
changed from local or remote using the same software.

2.8 INDICATING INSTRUMENTS AND METERS


Digital electrical indicating instruments shall be of minimum 96 mm square size, and with a class of
accuracy of 0.5 and should have approved color readout. The height of digital display shall be 1”.

2.9 CABLE TERMINATIONS


2.9.1 HT TERMINATIONS
Indoor type Heat Shrinkable Kit shall be used for HT termination. It shall be suitable for 11 kV (E), 3
core x 240 /300 sq. mm Aluminium conductor, XLPE insulated, PVC sheathed cable.

2.10 INTERNAL WIRING

All wiring shall be done with 600/1100 V Grade single core, PVC insulated multi stranded copper
conductor wires. Minimum size of conductor for power circuits is 2.5 sq. mm. Not more than two
connections shall be made on any one terminal. The connections shall be properly crimped and shall
have identification labels at the ends.

Correction—Nil Deletion—Nil Insertion—Nil Overwriting—Nil

AE(P) AE(E)
202

2.11 EARTHING
2.11.1 Panel board shall be provided with a suitable size copper earth bus running along the entire length
of the board. At either end of the earth bus, one clamp type terminal with nuts, bolts and washers
shall be provided for bolting the earthing conductor.

2.11.2 Earth bus bars shall be supported at suitable intervals. Positive connection
between all the frames of equipment mounted in the switchboard and earth busbar shall be
provided by using insulated copper wires/bare bus bars of cross section equal to that of the
busbar or equal to half the size of circuit load current carrying conductor, whichever is smaller.

2.11.3 All instrument cases shall be connected to the earth busbar using 660 V grade, single core 2.5sq.mm
copper conductor cable.

2.11.4 All non current carrying metal and hinged doors shall be earthed to the earth bus bar.

2.12 TESTS
2.12.1 Type test Certificates for following tests shall be submitted for the Circuit
breakers

a) Power Frequency voltage withstand test


b) Partial Discharge Test
c) Power frequency withstand test on auxiliary and control circuit
d) Short circuit tests

2.12.2 Panel shall be subjected to following tests at the manufacturer’s


Works as per relevant standards:

a) Mechanical operation test.


b) Power Frequency H. V. test for 1 minute.
c) Insulation resistance at 2500 V D.C. before/after 1 minute H.V. test.

3.0 SPECIFICATIONS OF INDOOR ONAN TYPE POWER TRANSFORMER

3.1. The work shall conform to CPWD General Specification for Electrical works part IV (Sub Station.) 2013
as applicable.
3.2 The transformer shall comply with the following Indian Standards as with upto date amendments.

i) IS 2026 – Part-I to V power transformers.


ii) IS:1180 -- level 2 norms amended upto date.
iii) Conforming to ECBC norms amended upto date.
iv) IS 335 – Transformer Oil.
v) IS 10028 (Part-II & III) – Installation and Maintenance of Transformers.
vi) IS 2099 – Bushings.
vii) IS 2105 – Current Transformers.
viii) Is 6600 – Guide for loading of oil immersed transformers.

3.3 Transformer shall be erected on suitable MS Channel on floor, which is to be included in the scope of
work.
3.4 The transformer shall be commissioned after all required site tests, for which contractor shall make
necessary arrangement at their cost.
3.5. High voltage side of transformer shall be suitable for 3 Core XLPE of Aluminum conductor cable of 11
KV grade.

Correction—Nil Deletion—Nil Insertion—Nil Overwriting—Nil

AE(P) AE(E)
203

3.6. The transformer shall be complete with all fittings as per manufacturer's design and shall have oil
temperature indicator as required.
3.7 A tap changing device shall be provided on H.V. Side, which shall be off circuit type externally hand
operated with necessary indications for tap position and locking arrangements at any of the following
tapping positions. It shall be designed for bi-directional operation and shall be of self-positioning type
and shall have the following:-
(+) (-) 2.5%.
(+) (-) 5.0%.
(-) 7.5%.
3.8 The type test certificates and impulse test and short circuit test certificates shall have to be produced by
manufacturer at the time of inspection as per IS & BIS standard as mentioned in para 3.2.
3.9. The manufacturers shall certify that the items manufactured supplied as per design for which type test
certificates have been produced.

3.2 CONSTRUCTIONAL FEATURES

3.2.1 Transformer shall be suitable for Outdoor installation. Transformer enclosure shall be sheet steel with
screens of metal at top and bottom for outdoor type transformer.

3.2.2 GENERAL
a) Similar parts, particularly removable ones shall be interchangeable.
b) Exposed parts shall not leave pockets where water can collect.
c) Internal design of transformer shall ensure that air is not trapped inside.

3.2.3 CORE
a) The magnetic circuit shall be of “Core Type” construction. The core shall be built out of high
grade, non-aging, low loss, high permeability, cold rolled grain oriented silicon steel laminations.

b) The finally assembled core shall be free from distortion. It shall be rigidly clamped to ensure
adequate mechanical strength and to prevent vibrations during operation.

c) The core shall be provided with lugs suitable for lifting the complete core and coil assembly.
d) The core and coil assembly shall be fixed in the enclosure so that shifting will not occur during
transport or short circuits.
e) The core shall be treated with high temperature resistant paint to prevent corrosion at edges of
the core plates.

3.2.4 WINDING
a) Winding shall be subjected to shrinking and seasoning process, so that no further shrinkage
occurs during service. Adjustable devices shall be provided for taking up possible shrinkage in
service.

b) Materials used in the insulation and assembly of the windings shall have high tensile and
dielectric strength. These shall not soften or otherwise get affected under the operating
conditions.

c) In case of Dyn11 transformers, neutral shall be brought out in open for solid earthing on the
secondary side.

d) The windings shall be copper wound.

Correction—Nil Deletion—Nil Insertion—Nil Overwriting—Nil

AE(P) AE(E)
204

3.2.5 IMPREGNATION PROCESS


a) Coils to be completely impregnated and cast under vacuum with epoxy resin by vacuum pressure
impregnation process to ensure void free embedding of windings into the insulation system of
uniform fiberglass epoxy laminate which shall be of highest electrical and mechanical quality.

b) The process shall consist of but not limited to preheating, vacuum drying, under vacuum entry of
resin, vacuum submersion, pressurization, draining, transfer to oven and curing.

c) Class of Insulation: Type ‘F’.

3.2.6 PAINTING
All metal parts shall be thoroughly cleaned to remove rust, scale, grease etc. and shall be painted
with two coats of epoxy painting of approved shade over one coat of rust resisting primer. The paint
shall not scale off, crinkle or be removed due to normal handling.

3.3 SPECIFICATIONS FOR POWER TRANSFORMER

System of supply : 11 kV, 3 phase, 50 Hz, solidly earthed system.


kVA rating : 1000 kVA, Suitable for continuous rating.
No load voltage : 11000 Volts on H.V. side and 433 Volts on L.V. side.
Ratio : 11000 / 433 Volts.
Connections : Delta on H.V. Side and star on L.V. side with
neutral terminal brought out for solid earthing
in addition to the neutral terminal in the L.V.
cable box.
Vector Groups : Corresponding to the Vector Symbol Dyn-11,
Percentage Impedance shall not exceed 6.25%.

3.4 TAPPINGS
Off load tap changing arrangement shall be provided on H.V. side. The tappings shall be provided
for variation of H.V. voltage from +5% to -15% or better in steps of 2.50 % or better. or (As per IS
1180 Level 1 as per amendment no 4), with arrangement to lock with pad lock including 2 sets of
keys.

3.5 TEMPERATURE RISE


The temperature rise shall not exceed 90 0C over ambient.

3.6 COOLING
Natural air cooling.

3.7 FITTINGS
The following accessories and fittings shall be provided with the transformers:

(a) Inspection covers


Inspection cover on top of the transformer shall be provided.
(b) Lifting lugs
The arrangement of lifting the active part of the transformer along with the cover of the tank by
means of lifting lugs without disturbing the connections. Also complete transformer lifting lugs
shall be provided. Lifting arrangement for core and coils shall also be provided.

Correction—Nil Deletion—Nil Insertion—Nil Overwriting—Nil

AE(P) AE(E)
205

(c) Jacking pads


Jacking pads shall be provided on the transformer.
(d) Earthing pads
Two nos. earthing pads shall be provided of copper of non-corrosive material on transformer
enclosure and suitable earthing terminals on cable boxes.

(e) Diagram and rating plate


One diagram and rating plate indicating the details of transformer, connecting diagram vector
group, tap changing diagram etc. shall be provided.

(f) Rollers
4 Nos. bi-directional type roller shall be provided to the transformers (on cross channels) to
facilitate the movement of transformers in both the directions.

(g) Temperature Indicator


Winding temperature indicator with contacts for operating trip circuits as well as for alarm shall be
provided. Suitable Thermistors or RTD sensors shall be provided in all three windings for this
purpose.

(h) Thermo junction box


A thermo junction box shall be provided on the transformer to have Alarm contacts for
temperature Indicator. The above box shall be suitably mounted on transformer and shall have
a glass window for viewing.

(i) Internal Earthing


All internal metal parts of transformers shall be earthed

4.0 SPECIFICATION FORMAIN LT PANEL AND APFC PANEL:

4.1 APPLICABLE CODES & STANDARDS


The design, manufacturing process and performance of the MV panel boards and all the
equipment & instruments incorporated in the same shall comply with the latest Indian
Standards issued by B.I.S. as follows :

BRIEF DESCRIPTION REFERENCE STAND


Switch gear General Requirements IS : 13947-1993
Factory Built Assemblies of Switch gear and IS : 8623 ( Part I & Part II
Control gear and busbar trunking )
Miniature Circuit Breaker IS : 8828
HRC Cartridge fuse IS : 9224 (Part 2)
Current Transformers IS : 2105
Indicating Instruments IS : 1248
Busbar Connections and Accessories IS : 5578, 11353
Code of Practice for Phosphating Iron & Steel IS : 6005
PVC insulated wires IS : 694

Note: The above are minimum standards expected. The technical specifications to follow
and those given in schedule of quantities, if found to be more stringent as compared to those listed
above, then the more stringent specifications shall prevail.

Correction—Nil Deletion—Nil Insertion—Nil Overwriting—Nil

AE(P) AE(E)
206

4.2 CONSTRUCTIONAL FEATURES

(i) The MV Panel shall be modular in design. There shall be welding only in the main frame of the
panel. The frame shall be assembled with Mild Steel tripod for three dimensional flexibility in
design configuration. The profiles used in the assembly of the panel shall be restricted to only two
designs. Each profile should have holes of standard size punched at standard pitch throughout
the length of the profile. This facilitates the joining of vertical and horizontal members with three
dimensional joiners of Mild Steel The joining of these members shall be dust and vermin proof
and for this plastic profiled washers are to be used.

(ii) Doors shall be with concealed hinges and flush type locks. The doors shall be reversible in
design from LHS to RHS and vice-versa. All doors shall be earthed to the profile by a yellow
green 2.5 Sq. mm. wire lugged at both ends. Doors that are bolted for busbar chambers should
be flush in design such that the bolt head and the door surface are in one level. Each bolt shall
have plastic washers on the other side of the door such that the bolt will remain with the door on
removal of the door.

(iii) All switchgears shall be mounted on clamps and fixtures such that there shall be flexibility for
adjustments in X, Y & Z axis. All partitions shall be made out of CRCA sheets. These partitions
shall not be used for load bearing of switchgears. The profiles and doors shall be of 2 mm thick
CRCA sheet and powder coated to RAL 7032. The partitions shall be of 1.6 mm CRCA sheet as
specified above.
Modular type MV Panel to assemble low voltage switchgear and copper busbar arrangement.
The switch handle shall be interlocked such that the door of enclosure cannot be opened unless
the switch is in OFF position, however, mechanical interlock defeat mechanism has to be
provided. All MCCB’s / Switches only operating knob / handle shall only be visible other portion
should be covered by suitable sheet. All rear doors shall be of hinged type with locking
arrangement. Detachable bottom plates shall be provided at the cable compartments and
terminal chamber. Liberal space shall be provided in the cable compartment as well as switch
compartment to facilitate termination of cables. Provision shall be made for clamping the cables
in the cable compartment.

(iv) The panel shall have easily-removable and interchangeable sections. All service shall be capable
of being performed with access from the front plus and a choice of any one side or rear for
installation flexibility. A tool shall be required to remove the exterior panels, which access the
hazardous voltage area of the unit. To ensure grounding integrity and for static protection and
EMI/RFI shielding, the removable exterior panels shall be grounded to the frame by way of
stranded copper wire. Hinged doors shall provided access to the main input circuit breaker, and
to all output switchgears.

(v) The unit shall be naturally convection-cooled. No fans for forced-air cooling system shall be used.
The convection cooling method shall allow continuous full-load operation without activation of
over-temperature circuits. Copper bus bars, sized in accordance with the NEC shall withstand
900C minimum. Both for reliability and Heat rejection shall be through screened protective sides,
which prohibits entry of foreign material.

(vi) The busbar sizes should not be less than 120% of the rated current in amps & it should be so
selected that the temperature should not rise 50 C above ambient. Copper busbar shall be
supported with high quality non-hygroscopic insulating material. Separate busbar compartment
provided on the sides housing three phase and neutral busbar should have front bolted cover,
side busbar chamber shall have standardized dimension of 300 mm. The rating of the neutral
busbar shall be 100% of that of phase busbar wherever required. The busbar shall be of copper.

Correction—Nil Deletion—Nil Insertion—Nil Overwriting—Nil

AE(P) AE(E)
207

(vii) Power terminal blocks or bus-bar or bus-bar extensions shall be provided for each input and
output feeders as per the switchgear rating and a parity-sized insulated ground conductor. All the
outputs of 63A TPN & below shall be terminated to a Busbar type terminal connector at the rear
side of the panel using C-rail. All the live parts of the terminations shall be provided with
shrouding by transparent perplex sheet of not less than 4 mm thick. A separate housing for the
Power Capacitor inside the panel shall be made. The accessories for proper fixing of the CT’s
shall be provided.

(viii) The frame shall be configured to accept future field augmentation of additional cubicle sections.

(ix) The panel shall be supplied along with base plinth of 100 mm. height for each modular section
and shall be made of C – channel forming sectional `Box’.

(x) The panel shall be powder coated with mat finish. The colour of the panel shall be siemens grey
(color code IS:952) and block color to the plinth.

4.3 AIR CIRCUIT BREAKERS (A.C.B.)

(i) The ACBs shall comprise single units of four pole construction as per the single
line diagram, having a rupturing capacity of 65kA at 415V AC for 1 second and
shall be provided with door interlock.

(ii) The ACB shall be type tested & certified for compliance to IS13947 from Indian
testing authorities – CPRI, ERDA

(iii) For all ratings, the ACB shall have uniform panel cut-out, preferably on left or right side of the
panel for allowing maximum utilization of panel space.

(iv) For safety of users, interlock should be provided between breaker operating mechanism & the arc
chutes to prevent closing in case the arc chutes are not properly secured.

(v) Draw out breakers should not close unless in distinct Service/Test/Isolated positions.

(vi) All current carrying parts shall be silver plated.

(vii) For ease of maintenance, it should preferably be possible to replace jaw contacts & cradle
terminals without disturbing the busbar links.

(viii) It should be possible to know the control voltage ratings for all electrical accessories without
opening the panel door.

(ix) Circuit breaker should provide an electrical indication when all pre-requisites for closing the
breaker are fulfilled.

(x) A padlocking arrangement shall be provided to prevent unauthorized racking operation.

(xi) An interlock should be provided to prevent racking operation with panel door open.

(xii) It should not be possible to rack out the breaker, unless a persistent OFF command is
maintained.

Correction—Nil Deletion—Nil Insertion—Nil Overwriting—Nil

AE(P) AE(E)
208

(xiii) It shall not be possible to commence racking operation, with breaker ON. Additionally, it should
not be possible to close the breaker during racking operation, even by a remote closing
command.

(xiv) For Draw-out breakers, an arrangement shall be provided to prevent rating mismatch between
breaker and cradle.

(xv) The ACBs shall be as per relevant Indian standard

(xvi) The insulation material used shall conform to Glow wire test as per IEC 60695.

(xvii) It should be possible to lock the breaker in OFF condition, by way of a key interlock.

(xviii) The breaker as supplied should meet IP53 protection.

(xix) The breaker should be able to accommodate Aluminium/Copper termination as specified in


IS13947 – Part 2. Any accessories required to achieve the same shall be considered in the watt-
loss data specified by the manufacturer.

(xx) Any changes in the busbar & dropper orientation/layout in the panel shall not call for any rework
on the cradle/breaker.

(xxi) Withstand capacity shall not be lower than Icu, atleast for the maximum short-
time delay setting provided on the protection releases.

(xxii) It should be possible to convert a manually spring changed breaker to motorized spring charged
breaker, on site.

(xxiii) The opening time for ACB shall not exceed 40 ms at any current level.

(xxiv) The ACB shall provide electrical and mechanical anti-pumping.

(xxv) Remote tripping device (Shunt release) should be able to trip the ACB, even at
voltages as low as 10%.
(xxvi) Under Voltage and closing releases should not consume power in latched condition (when not
required to operate the breaker).
(xxvii) Inspection of main contacts should be possible without using any tools. The breaker shall be
provided with mechanical contact wear indicator.

(xxviii) Every control connection should be uniquely identified for standardization and
electrical interchangeability at site.

(xxix) It should be possible to access racking handle & carry out setting of the release from the front &
without opening the panel door.

Protection Release

(i) The breaker should be equipped with micro-controller based release, offering overload, short
circuit and earth fault protection with settable time delays for all protections.

(ii) The release should be able to communicate on MODBUS RTU protocol using RS485 port.

Correction—Nil Deletion—Nil Insertion—Nil Overwriting—Nil

AE(P) AE(E)
209

(iii) The release shall be equipped with thermal memory and Users should be able to selectively
enable the feature.

(iv) The release should provide local LED indication for identification of type of fault, without requiring
using external power supply. The fault indication should be available for a period of at least 60
hours, after tripping in the absence of main supply or battery back-up.

(v) The release should provide separate electrical fault indication.

(vi) Critical functions like Earth Fault and Zone Selective Interlocking should be in-
built and should not be provided through add-on devices.

(vii) The release should provide local indication of actual %age loading at any instant.

(viii) The release should be able to provide protection for 50% and 100% Neutral
rating.

(ix) On-Line change of settings should be possible.

(x) It should be possible to carry out testing of release without tripping the breaker.

(xi) The release shall meet the EMI / EMC requirements

4.4 MOULDED CASE CIRCUIT BREAKERS

4.4.1 The MCCBs shall comprise single units of triple pole/four pole construction as specified, shall be rated
for 415 V AC.

4.4.2 All live parts shall be totally enclosed and shrouded with a heat resistant moulded insulating material
housing. Operating mechanism shall be quick make, quick break and trip free type.
MCCBs shall have Spreader Link, Phase barrier & Shall Be Type Double Rotary Contact
System Along With Extended rotary handle.

4.4.3 The MCCB shall be provided with the following features in microprocessor release:
a) Inverse-time-current tripping characteristics under sustained overload.
b) Instantaneous tripping on short circuit

4.4.4 MCCBs shall be of current limiting type.

4.4.5 The rated service breaking capacity (Ics) shall not be less than the ultimate short circuit breaking
capacity (I cs = I cu)

4.4.6 Variable Thermal setting shall be provided in all MCCB s with thermal magnetic
Release.

4.4.7 All circuit breaker below 400 amps rating shall be provided with thermal magneticrelease & circuit
breakers of 400 amps rating and above shall be provided with Microprocessor based release.

Correction—Nil Deletion—Nil Insertion—Nil Overwriting—Nil

AE(P) AE(E)
210

4.5 CURRENT TRANSFORMERS

4.5.1 Current transformers shall be of the Cast Resin Type.

4.5.2 Current transformers shall not be directly mounted on the buses. Current
transformers on circuit breaker controlled circuits shall be mounted on the fixed
portion of the compartment.

4.5.3 All current transformers shall be earthed through a separate earth link.

4.6 INDICATING INSTRUMENTS AND METERS

4.6.1 Digital electrical indicating instruments shall be of minimum 96 mm square size and should have red
coloured readout and 1” display height.

4.7 CABLE TERMINATIONS

4.7.1 Suitable double compression type, brass cable glands with check nuts, rubber sealing ring and brass
washers mounted on a removable gland plate shall be provided to support all cables entering the
switchgear. Cable Termination will be measured under separate item in the schedule of quantities.

4.8 INTERNAL WIRING

4.8.1 Wiring inside the panel shall be carried out with 660/1100 V grade, single core, PVC insulated, stranded
copper conductor wires. Minimum size of conductor for power circuits is 2.5 sq. mm. Not more than two
connection shall be made on any one terminal. All internal wiring shall be properly ferruled at the both
termination. All control cables shall be terminated with crimping types lugs with colored PVC shrouds
and shall have identification labels.

TERMINAL BLOCKS
4.8.2 Terminal blocks shall be of heavy duty and comprising of finely threaded pairs of brass studs of at least
6 mm diameter, links between each pair of studs, washers, nuts and locknuts. The studs shall be
securely locked within the mounting base to prevent their turning. Insulated barriers shall be provided
between adjacent terminals.

4.8.3 Terminals shall be shrouded. Terminal blocks shall be adequately rated to carry the current of the
associated circuit. Minimum rating of the terminal block shall be 10 A.

4.9 LABELS

4.9.1 Labels shall be provided for Feeder designation, feeder equipment no, Compartment designation,
panel designation main label. All labels shall comprise white letters on a black background and shall be
made of non-rusting metal or 3-ply lamicoid or engraved PVC. Size of lettering shall be 6.0 mm. MV
Danger Notice Boards shall also be provided.
4.10 EARTHING
4.10.1 Panel shall be provided with 2 nos 25 x 5 mm copper earth busbar running along the entire length of the
board. At either end of the earth bus, one clamp type terminal with nuts, bolts and washers shall be
provided for bolting the earthing conductor.
4.10.2 Earth bus bars shall be supported at suitable intervals. Positive connection between all the frames of
equipment mounted in the switchboard and earth busbar shall be provided by using insulated copper
wires/bare busbars of cross section equal to that of the bus bar or equal to half the size of circuit load
current carrying conductor, whichever is smaller.

Correction—Nil Deletion—Nil Insertion—Nil Overwriting—Nil

AE(P) AE(E)
211

4.10.3 All instrument cases shall be connected to the earth busbar using 660 V grade, single core 2.5 sq.mm
stranded, copper conductor.

4.10.4 All non current carrying metal and hinged doors shall be earthed to the earth bar.

4.11 TESTS
4.11.1 Panel shall be subjected to following tests as per relevant standards:

a) Mechanical operation test.


b) Power frequency H. V. test for 1 minute.
c) Insulation resistance at 500 V D.C. before/after 1 minute H.V. test.

4.12 CAPACITOR PANEL


4.12.1 Capacitor banks shall comprise of identical delta connected threes phase units. Capacitor shall be of
heavy duty MD-XL type with low loss. The dielectric losses of the capacitor shall not be more than 0.5
watts per KVAR.

4.12.2 The capacitors shall be provided with anti-resonance.

4.12.3 The capacitor shall be provided with suitably rated discharge resistors
4.12.4 Each Capacitor shall have built in current limiting fuse.
4.12.5 Main Incomer MCCB/outgoing MCCBs and Switching contactors shall be suitable for capacitor duty.

4.12.6 Automatic Power Factor Correction (APFC) sensing relays shall be provided for controlling the power
factor to max 0.98 by switching the related capacitor bank “ON” / “OFF” as per load condition.

4.16.7 CONSTRUCTION :

a) The panels shall be floor mounting, fixed type, single front, self standing, totally enclosed to make it
dust and vermin proof (IP42).
b) The Panels shall be fabricated with 14 SWG cold rolled sheet steel .

c) The number of steps and the KVAR rating of the panels shall be as follows:
Overall Rating No. Of Steps. Step-break up.
300 Kvar 10 1x5kVAr + 2x10kVAr + 3x25Kvar
+ 4x50kVAr

d) Adequate lifting facilities shall be provided and the lifting eye volts shall be removable type
e) The panel shall consists of 3 Nos of bus bars for phases and 1No. for neutral. The bus bars shall be
of high conductivity copper and of sufficient cross section to carry fault current without any
damage. The bus bars shall be supported on epoxy cast resin / DMC insulators and covered by
heat shrinkable PVC sleeves. The main bus bars shall be adequately supported to with stand
stresses developed due to short circuit current. Tapping points shall be treated against oxidation.
Appropriate identification markings / labels shall be provided on the bus bars and tappings for
distinguishing the various phase and neutral.
f) The panel should be so designed that it should operate in auto as well as in manual mode and the
relay should be capable of operating the total 300 KVAR of capacitors with 10 stages. The
installation of the panel should result in minimizing the penalty on account of low power factor
charges in the future bills received by E.B. The power factor correction relay must operate on any of
the transformer which is on load at that moment.

Correction—Nil Deletion—Nil Insertion—Nil Overwriting—Nil

AE(P) AE(E)
212

g) The fabricated panel shall under go a treatment of degreasing, pickling and 2 coats of primer, before
inside and outside powder coating.
h) The equipment inside the compartment shall be arranged in a logical manner for ease of reference at
site.
i) Un-drilled gland plates shall be provided at top and bottom of the panel and shall be removable type
with nuts and volts for proper fixing.
j) The control supply shall be tapped after the Mains Incomer MCCB. Control circuit shall be provided
with MCB’s for protection.
k) Indicating lamps shall be provided for each Bank. Capacitors “ON” Indications shall be provided.
l) The control wiring shall be provided with suitable size un-armoured copper cable with ferrule
numbers and the terminal block shall be numbered for ease in connection/identification.
m) The individual capacitors & their control shall be provided in separate compartments in panel.

4.16.10 CURRENT TRANSFORMER


The CTs shall be of tape wound type and shall be capable of withstanding the rated fault current of the
system for 1 second and shall be of 15 VA burden.

4.16.11 APFC RELAY:

The panels shall be provided with micro-processor based APFC relay having 8 steps and 3 CT sensing
with facility for setting target P.F. range in the form of high and low, step indication, low current indica-
tion, auto-manual selection, segment LED display to be provided to indicate existing power factor. The
relay should be capable to provide over voltage protection upto 10% of rated voltage & Lead power
factors eliminated and the switching shall takes place on FIFO arrangement.
4.16.12 LED type Phase Indicating Lamp shall be provided for R/Y/B phases.

4.16.13 The panels shall be provided with 2 Earthing terminals of min. M8 size on both
sides of the panel

4.13 11 KV/440 VOLTS GRADE WARNING BOARDS


 11 kV/440 Volts grade warning boards of appropriate size shall be fixed at prominent places. These shall have
minimum 2 languages inscribed in it, namely Hindi and English and shall be vitreous enameled type. The Warning
Boards shall also have the usual electrical shock inscriptions as well as the small mark of Danger on it. These shall
be fixed in places as per directions and of appropriate voltages.

 4.18 INSTRUCTION CHARTS


 Instructions charts of restoration of persons suffering from electric shocks in English, Hindi and Marathi and shall
be displayed in an enclosed wooden/ glass frame work.
5.0 CABLES
5.1 HT CABLES
5.1.1 The specification covers the supply, installation and delivery to site of PVC sheathed
11kV (E) grade, XLPE insulated Aluminium conductor cables.
5.1.2 The design, manufacture and performance of the cable should conform to the latest
applicable standards of Bureau of Indian Standards i.e. as per IS: 7098 Part II.
5.1.3 All cables shall be XLPE type and shall comply with the following requirements.
a. Electrolyte Aluminum.
b. The conductor shall be stranded, compacted and round.
c. To relieve the electrical stresses, Semi conducting layer of XLPE shall be applied over the
conductor.

Correction—Nil Deletion—Nil Insertion—Nil Overwriting—Nil

AE(P) AE(E)
213

d. Insulation for cables shall be XLPE(Cross Linked polyethylene).The insulation shall be free of any
air void and foreign material.
e. A semi conducting layer shall be provided over the insulation to relieve electrical stresses.
f. A metallic (Copper) tape shall provided over the semi conducting layer.
g. Different cores in a cable shall be identified by colour coding as per IS.
h. The Inner sheath shall be extruded type and shall be compatible with the insulation of cable. The
inner sheath shall be with PVC compound type 'A',
i. The outer sheath shall be of an extruded layer of PVC Compound compatible with the specified
ambient and operating temperature of the cables. The sheath shall be resistant to water, ultra
violet radiation, fungus, termite and rodent attacks. The outer sheath shall be of black color.
j. Cables shall be subjected to routine and acceptance tests in accordance with IS: 7098. Test
method shall conform to IS:10810.

6.0 TESTING, MANUFACTURER'S TESTS, PRE-COMMISSIONING TESTS AND COMPLETE


COMMISSIONING
The General intent of this specification is to mention the relevant tests to be done and furnished to
the Engineer-in-Charge by the Contractor. These are guidelines. However the Contractor shall carry
out all such tests and complete all formalities as per relevant Indian Standard Specifications, Fire
Insurance Requirements and/or Electricity Rules and Regulations as per Government Gazette
and Publications.

6.1 Testing of Equipment:


All equipment before installing on the site work shall be tested and all such results produced to the
Engineer-in-Charge. Nothing shall absolve the Contractor from re-performing any tests that the
Contractor may be called upon specifically by the Engineer-in-Charge or supply company or
electrical inspector. All equipment shall be tested jointly with the Engineer-in-Charge as required by
various sections of the specifications and test data shall be furnished as required.

6.2 Pre-commissioning Tests:


All rules, regulations and requirements of Electrical, Government or Local Authorities and of Indian
Standard Specifications and/or Rules and Regulations stated in Indian Electricity Act shall be strictly
complied.

On completion of erection the contractor shall clean all the equipment thoroughly and inspect the
entire installation for correctness and shall furnish a report of completion to the Engineer-in-Charge.
Pre-commissioning tests shall commence only on approval of this report by the Engineer-in-Charge.

All tests and the certification thereof shall only be carried out by those authorized, skilled,
experienced and certified permit holders of the Supervisor Category of State Government's
Industries and Labour Department. No unauthorized personnel shall ever carry out any such tests as
stated herein under.
i) Mechanical Operational tests for all movable parts of switchgears, breakers, tripping devices etc.
i) Phase sequence tests at all the relevant points for connecting correct R, Y and B as per the
supply utility sequence..
iii) All Panels to be tested for interlocks, control tripping and breakers to be tested for sequential
tripping.
iv) Continuity tests shall be done for noting any short circuits and/or earthing of phases.
v) Earthing tests for continuity of Earth by earth megger, on L.V. side. The earth resistance values
shall not exceed 5 ohm.

Correction—Nil Deletion—Nil Insertion—Nil Overwriting—Nil

AE(P) AE(E)
214

VRF/VRV AC System

GENERAL TERMS AND CONDITIONS


1.1. Introduction
These conditions are intended to amplify the General Conditions of Contract, and shall be read
in conjunction with the same. For any discrepancy between the General Conditions and these
Special Conditions, the more stringent shall apply.
1.2. Conformity with statutory Acts, Rules, Standards and codes
i) All components shall conform to relevant Indian Standard Specifications, wherever existing,
amended to date.
ii) All electrical works shall be carried out in accordance with the provisions of Indian Electricity
Act, 2003 and Indian Electricity Rules, 1956 amended to date. They shall also conform to
CPWD General Specifications for Electrical works, Part-I: Internal, 2023, Part-II: External
2023 & HVAC works 2017 amended upto date.
1.3. Safety Codes and Labour Regulations
i) In respect of all labour employed directly or indirectly on the work for the performance of
contractor’s part of work, the contractor at his own expense, will arrange for the safety
provisions as per the statutory provision, B.I.S. recommendations, factory act, workman’s
compensation act, CPWD code and instructions issued from time to time. Failure to provide
such safety requirements would make the tenderer liable for penalty for Rs. 200/- for each
violation. In addition, the Engineer-in- charge shall be at liberty to make arrangements and
provide facilities as aforesaid and recover the cost form the contractor.
ii) The contractor shall provide necessary barriers, signals and other safety measures while
executing the works or wherever necessary so as to avoid accident. He shall also indemnify
CPWD against claims for compensation arising out of negligence in this respect. Contractor
shall be liable, in accordance with the Indian law and Regulations for any accident occurring
due to any cause. The department shall not be responsible for any accident occurred or damage
incurred or claims arising their form during the execution of work. The contractor shall also
provide all insurance including third party insurance as may be necessary to cover the risk. No
extra payment would be made to the contractor due to the above provisions thereof.

1.4. Works to be Arranged by the department


Unless otherwise specified in the tender documents, the following works shall be arranged by
the Department:
i) Space for accommodating all the equipment’s and components involved in the
works. However, arrangement to make it lockable shall be made by contractor
himself.
1.5. Works to be done by the contractor
Unless otherwise mentioned in the tender documents, the following works shall be done by the
contractor and therefore, their cost shall be deemed to be included in their tendered cost-
whether specifically indicated in the schedule of work or not: -
i) Foundations for equipment’s including foundation bolts and vibration isolation spring/pads.
ii) Making good all damages caused to the structure during installation and restoring the same to
their original finish.
iii) Minor building work necessary for installation of equipment’s, foundation trench for conduits
and cables, making opening in the wall/floors/slabs or modifications in the existing openings
wherever provided for carrying conduits/cable/cable tray etc and restoring the same to their
original condition/ finish and necessary grouting etc. as required. Opening in the slab/retaining
walls/brick wall etc. shall be made by means of core cutting machines only.

Correction—Nil Deletion—Nil Insertion—Nil Overwriting—Nil

AE(P) AE(E)
215

iv) Sealing of all floor slab/wall openings (provided by the Department) or made by the contractor
for laying of pipes, cables from fire safety points of view.
v) Suspenders, brackets and floor/wall supports for suspending/ supporting equipment’s, cable
tray, cables etc.
1.6. Rates
The rate quoted by bidder, shall be firm and inclusive of all taxes (including work contract tax),
duties and levies and all charges for packing, forwarding insurance, freight and delivery,
installation, testing, commissioning etc. at site including temporary constructional storage,
risks, overhead charges, general liabilities / obligation etc.

1.7. Power Supply


Power supply for execution of work at site will be arranged by the Contractor himself at its own
cost. No payment will be made by the department for same.
1.8. Machinery for Erection
All tools and tackles required for unloading / handling of equipment’s and materials at site,
their assembly, erection, testing and commissioning shall be the responsibility of the
contractor.
1.9. Completeness of the Tender, Submission of Programme, Approval of Drawings and
commencement of work
i) Completeness of the tender: -
All sundry equipment’s, fittings, assemblies, accessories, hardware items, foundation blots,
supports, termination lugs for electrical connections, cable glands, junction boxes and all other
items which are useful and necessary for proper assembly and efficient working of the various
equipment’s and components of the work shall be deemed to have been included in the tender,
irrespective of the fact whether such items are specifically mentioned in the tender or not.
ii) Submission of program: -
Within fifteen days from the date of receipt of the letter of award, the successful tenderer shall
submit his program for submission of drawings, supply of equipment, installation, testing,
commissioning and handing over of the installation to the Engineer-in –charge. This program
shall be framed keeping in view the building progress and the milestones fixed in Schedule ’F’
Clause-5 of CPWD-8 shall be given priority.

iii) Commencement of Work


The contractor shall commence work as soon as the drawings submitted by him are approved
either in full or in part as the case may be.
1.10. Dispatch of Materials to Site and their Safe Custody
The contactor shall dispatch material to site in consultation with the Engineer-in-Charge.
Suitable accommodation shall be made available free of charge temporarily. The arrangement
to make it lockable/secure by means of partitions, locks etc. shall be responsibility of the
contractor. Watch and ward however, shall be the responsibility of contractor. Program of
dispatch of material shall be framed keeping in view the building progress. Safe custody of all
machinery and equipment supplied by the contractor shall be the responsibility of the contactor
till final taking over by the department.
1.11. Extent of Work
The work shall comprise of entire labor including supervision and all material necessary to
meet a complete installation and such tests and adjustment and commissioning, as may be
required by the department. The term complete installation shall not only mean major items of
the plant and equipment’s covered by the specification but all incidental sundry components
necessary for complete execution and satisfactory performance of installation with all layout
charts whether or not those have been mentioned in detail in the tender documents in
connection with this contract as this is a turnkey job.
Correction—Nil Deletion—Nil Insertion—Nil Overwriting—Nil

AE(P) AE(E)
216

1.12. Compliance with Regulations and Indian Standards:


1.14.1. All works shall be carried out in accordance with relevant regulation, both statutory and those
specified by the Indian Standards related to the works covered by this specification. In
particular, the equipment and installation will comply with the following:
i) Factories Act.
ii) Indian Electricity Rules.
iii) B.I.S. & other standards as applicable.
iv) Workmen’s compensation Act.
v) Statutory norms prescribed by local bodies like CEA, Power Supply Co., etc.
1.14.2. Nothing in this specification shall be construed to relieve the successful tenderer of his
responsibility for the design, manufacture and installation of the equipment with all accessories
in accordance with currently applicable statutory regulations and safety codes.
1.14.3. Successful tenderer shall arrange for compliance with statutory provisions of safety regulations
and departmental requirements of safety codes in respect of labour employed on the work by
the tenderer. Failure to provide such safety requirement would make the tenderer liable for
penalty of Rs. 50/- for each default. In addition, the department will be at liberty to make
arrangement for the safety requirements at the cost of tenderer and recover the cost thereof
from him.

1.13. Indemnity:
The successful tenderer shall at all times indemnify the department, consequent on this works
contract. The successful tenderer shall be liable, in accordance with the Indian Law and
Regulations for any accident occurring due to any cause and the contractor shall be responsible
for any accident or damage incurred or claims arising there from during the period of erection,
construction and putting into operation the equipment’s and ancillary equipment under the
supervision of the successful tenderer in so far as the latter is responsible. The successful
tenderer shall also provide all insurance including third party insurance as may be necessary to
cover the risk. No extra payment would be made to the successful tenderer on account of the
above.

1.14. Co-Ordination with other Agencies


The contractor during the execution of the works shall co-ordinate with other agencies
associated work with the project and shall work in harmony with them without causing any
hindrance or obstruction on the progress of work in any way.

1.15. Mobilization Advance:


No mobilization advance shall be paid for this work.
1.16. Insurance and Storage:
All consignments are to be duly insured upto the destination from warehouse at the cost of the
contractor. The insurance covers shall be valid till the equipment is handed over duly installed,
tested and commissioned.
1.17. Verification of Correctness of Equipment at Destination:
The contractor shall have to produce all the relevant records to certify that the genuine
equipment’s from the manufacturers has been supplied and erected.

1.18. Painting:
This shall include cost of painting of the entire installation. The agency shall be required to do
only touching to the damages caused to the painting during transportation, handling &
installation at site, if there is no major damage to the painting. All iron works shall be painted
Correction—Nil Deletion—Nil Insertion—Nil Overwriting—Nil

AE(P) AE(E)
217

at the work before dispatch to the site with two coats of anti-corrosive primer paint. One coat of
final finishing of approved color may be done at the factory before dispatch if considered
necessary by the tenderer on such components, which will not need removal of such parts at
site during assembly/erection work. Marking of identification of each switch gears as per
direction of engineer-in-charge shall be got done.
1.19. Quality of Materials and Workmanship
i) The components of the installation shall be such design so as to satisfactorily function
under all conditions of operation.
ii) The entire work of manufacture/fabrication, assembly and installation shall conform to
sound engineering practice.
iii) All equipment’s and material to be used in work shall be manufactured in factories of good
repute having excellent track record of quality manufacturing, performance and proper after
sales service.
iv) All equipment’s and materials to be used in the work shall be brand new having its date of
manufacturing not more than 6 months old from the date of delivery at site with
manufacturer’s certificates, warrantee cards, technical catalogues, instructions, manuals and
wiring diagrams etc.
1.20. Care of the Building
Care shall be taken by the contractor during execution of the work to avoid damage to the
building. Care shall also be taken by the contractor to avoid the damage to any of these existing
service/service lines, any part of the building etc. If any damage is caused to any of the existing
services/service lines, or any part of the building the same shall be repaired / rectified and made
functional or restored so its original finish by the contractor immediately at his own expenses
failing which the same shall be repaired/ rectified and made functional by department at the
risk and cost of the contractor. The decision of the Engineer-in-charge in this regard shall be
final & binding. He shall also remove all unwanted and waste materials arising out of the
installation from the site of work from time to time.
1.21. Inspection and Testing
(a) Initial Inspection and testing
i) Initial inspection of material and equipment’s at manufacturer’s works may be done by
the Engineer-in-Charge or his representative. For item/ equipment which require
initial inspection at manufacturer’s works, the contractor will intimate the date of
testing of equipment’s at the manufacturer’s works before dispatch. The
contractor shall give sufficient advance notice of minimum two weeks regarding
the dates proposed for such tests to the department’s representative(s) facilitate
his presence during testing. The Engineer-in-Charge at his discretion may witness
such testing. Equipment’s will be inspected at the manufacturer / authorized dealer’s
premises, before dispatch to the site by the contactor. The manufacturer’s works implies
the manufacturer of respective items mentioned in the list of acceptable make not the
manufacturer’s vendors works.
ii) The department also reserves the right to inspect the fabrication job at factory and the
successful tenderer has to make arrangements for the same.
iii) The materials duly inspected by Engineer-in-Charge or his authorized representative shall
be dispatched to site by the contractor.
iv) Copies of all documents of routine and type test certificates of the equipment’s carried
out at the manufacturer works shall be furnished to Engineer-in-charge and consignee.

Correction—Nil Deletion—Nil Insertion—Nil Overwriting—Nil

AE(P) AE(E)
218

v) No additional payment shall be made to the contractor for initial inspection / testing at the
manufacturer’s works by the representative of the Engineer-in-Charge. However, the
department will bear the expenses of its representative deputed for carrying out initial
inspection / testing.
(b) Final Inspection and Testing
Upon completion of work the performance test shall demonstrate the following among
other things:

i) Equipment installed complies with specification in all respects and is of the correct rating for
the duty and site conditions.
ii) All items operate efficiently and quietly to meet the specified requirements as per the
warranty /guaranty.
iii) All circuits are correctly protected /modify as per the site protective devices are properly
coordinated.
iv) All non-current carrying metal parts are properly and safely grounded in accordance with the
specifications and appropriate codes of practice.
v) The contractor shall provide all necessary instruments and labour for testing. He shall make
adequate records of test procedures and readings and shall repeat any tests requested by the
Engineer in charge. Test certificate duly signed by authorized person shall be submitted for
scrutiny.
vi) If it is proved that the installation or part thereof is not satisfactorily carried out, then the
contractor shall be liable for the rectification and retesting of the same as called for by the
Engineer in charge. All tests shall be carried out in the presence of representative of Engineer
in charge.
Final Inspection and testing will be done by the Engineer-in-Charge or his representative as per
details indicated in relevant section of Technical Specifications.
(c) Safety Measures
All equipment’s shall incorporate suitable safety provision to ensure safety of the operating
personnel at all times. The initial and final inspection reports shall bring out explicitly the
safety provisions incorporated in each equipment.
1.22. Guarantee
i) The contactor shall guarantee the complete system to maintain the specified conditions under
all conditions of ambient temperature.
ii) All equipment’s shall be guaranteed for a period of 12 months from the date of acceptance and
taking over of the installation by the department against unsatisfactory performance and/ or
breakdown due to defective design, material, manufacture, workmanship or installation. The
equipment or component or any part thereof so found defective during the guarantee period
shall be repaired or replaced free of cost to the satisfaction of the Engineer-in-Charge. In case it
is felt by the department that undue delay is being caused by the contactor in doing this, the
same will be got done by the department at the risk and cost of the contractor. The decision of
Engineer-in-charge in this regard shall be final.
1.23. Terms of Payments:
Following payment terms shall be applicable.
i) No advance payment shall be made.
ii) Following percentage of contract rates shall be payable against the stage of work shown herein:

Correction—Nil Deletion—Nil Insertion—Nil Overwriting—Nil

AE(P) AE(E)
219

Sl. Stage of Work


No. After initial inspection (wherever specified) and delivery at
1. site in good condition on pro-rata basis. 60%
2. On completion of installation in all respect on pro-rata basis. 20%

3. On successful Commissioning and taking over by the 20%


department.

iii) Deduction of security deposit shall be governed by standard / relevant clause of the CPWD 7/8.

1.24. Tender Drawings, Drawings for Approval and Completion Drawings Tender Drawings.

1.24.1 Tender Drawings


The drawings appended with bid documents are intended to show space allotted for various
equipment’s. The equipment’s offered shall be suitable for installation in the spaces shown in
these drawings.

1.24.2 Drawings for approval on award of the work


a) The contractor shall prepare and submit drawings in four sets within 15 days of award of
work for approval before commencement of installation. The approval of drawings however
does not absolve the contractor of his responsibility to supply the equipment’s/ materials as
per agreement. In case of any contradiction between the approved drawings and agreement
the decision of the Engineer-in-Charge shall be final and binding on the contractor. All shop
drawing shall be prepared on computer through AutoCAD system based on Architectural
drawings and site measurement within four weeks of award of work.
1.24.3 Completion drawings
Contractor shall submit completion drawings on completion of work in all respects. These
drawings shall be submitted in the form of four sets of CD’s / Pen Drive and four in hard copy
(300 x 450 mm) each containing complete set of drawings on approved scale indicating the
work as - installed. These drawings shall clearly indicate following:
i) Location and details of equipment’s and other particulars.
ii) Complete wiring diagram, as installed and scheduled showing all connections in the
complete electrical system.
iii) Single line diagram, power schematic, control schematic with detailed bill of materials,
showing makes, types and description of all components and accessories.

1.25. After Sales Services


The contractor shall ensure adequate and prompt after sales service free of cost during
guarantee period, and against payment after guarantee period is over, in the form of
maintenance, spares and personal as and when required during normal life span of the
equipment’s and shall minimize the breakdown period. In case of equipment supplied by other
manufacturers, the firm shall submit the guarantee from manufacturer for the same before the
entire installation is taken over.
1.26 If there is any departure between NIT & standard specification adopted by manufacturer. Then
manufacturer specification will be acceptable.

Correction—Nil Deletion—Nil Insertion—Nil Overwriting—Nil

AE(P) AE(E)
220

TECHNICAL SPECIFICATIONS
General
1. The scope of this section comprises the design, supply erection, testing and commissioning of
inverter technology-based Scroll Type VRF type system of air conditioning conforming to these
specification/ Explanatory Note and in accordance with the requirements of Drawing and
Schedule of Quantities. The prices quoted shall include all the equipment ancillary material as
specified and all such items whatsoever and which may be required to fulfill the intent and
purpose as laid down in the specification and the approved drawings. The contractor shall
calculate equipment capacity based upon design parameters specified for the system design &
verify all the quantities and sizes of refrigerant pipe, fitting, cables, control cable, pipes,
insulation, indoor units, and outdoor units etc. before installation to avoid any shortfall or surplus.
The tenderer shall also include all necessary civil work MS frame work for installation of outdoor
and indoor units in VRF based air condition system. The cost quoted by tenderer shall also include
the refrigerant gas & its charging for proper & specified functioning of air conditioning system.
Civil work/ MS frame work for indoor and outdoor units related to VRF / Split AC equipments, all
cuttings should be properly finished as existing surrounding. The installation of outdoor unit on
the floor/ terrace of building should be checked up structurally & their mounting should be
structurally safe for the outdoor unit to ensure in such a way that after installation.
a) Cutting of walls and floors/ ceiling.
b) Making holes.
c) Sleeves.
d) Foundation
2. The scope in the tender schedule also covers detailed designing of complete air-conditioning
system based on inverter technology based Scroll VRF air conditioner with air cooled outdoor
units system capable of cooling and heating (reverse cycle) as per individual or season
requirement suitable for operation on 415 V, 3 Phase, 50 Hz AC electric supply. The outdoor units
shall have both cooling & heat pump mode, consisting of one / multiple outdoor unit with single
circuit of refrigerant piping and multiple in door units of various types. Each indoor unit should
have capability to cool or heat as per seasonal weather changes. This shall also include complete
capacity calculation for indoor and outdoor units complete with CAD drawing, designing & layout
of following.
(i) Outdoor units.
(ii) Indoor units.
(iii) Refrigerant piping
(iv) Condensate water piping & disposal.
(v) Power & Control Cables between Outdoor units & Indoor units.
3. While designing the system care should be taken to select outdoor units of suitable capacity based
on design data provided below & to economize on available floor area for installation of outdoor
units as well as optimum utilization of outdoor units and type of indoor unit taken into
considerations. The indoor units should be designed based upon the heat load calculations for
individual rooms / areas to be air-conditioned and over capacities should be avoided.

Correction—Nil Deletion—Nil Insertion—Nil Overwriting—Nil

AE(P) AE(E)
221

The design should also specifically take care of disposal of condensate drain water so that there is
no leakage of condensate water inside the room as well in the route of condensate water pipe line.
The layout of refrigerant piping is to be designed in such a way so that it should not disturb the
aesthetic of the building/ room, inadvertent damage in the route of pipe should not occur in future
& optimum length of pipe line for efficient air conditioning.
4. After completion of the work four sets of ‘as erected/ commissioned drawing’ of activities listed
above shall be submitted. The work of air-conditioning outdoor and indoor units as specified in
schedule of work is required to be carried out at Medical College, Shri Mata Vaishno Devi
University at Kakryal . The specified design parameters are only tentative in nature, however,
all efforts shall be made to achieve the following specified design parameters and if at any
design stage need for higher capacity outdoor HP is required, necessary approval shall be
accorded based on design analysis and discussions on the subject. In case of any deviation from
the parameters specified below, the technical issues involved shall be brought to the notice of
Engineer-in-charge for seeking necessary approvals to achieve these parameters. Engineer-in-
charge, however, reserves the right to permit any deviations from the parameters as specified.
There should be no derating of cooling or heating capacity of VRV system at specified outdoor
conditions as below. Minimum COP of the system should be 4.0 at 50% load as per CPWD
specification.
Note: 1 HP unit = 0.8 TR (Approximately)
5. The project of VRF air-conditioning of Medical College, Shri Mata Vaishno Devi University at
Kakryal is required to be executed in time bound and professional manner. The equipment’s
involved in air-conditioning are complex in nature comprising of instrumentation, control and
central management system. The job, therefore calls for highest order of technical expertise and
also requirement of experience of air- conditioning installation with proven performance.

6. OUTDOOR UNIT
(i) The outdoor unit shall be factory assembled, weather proof casing (Material of construction of
casing shall be vendor’s standard design), constructed from heavy gauge GI sheets steel panels
and coated with baked enamel finish. The outdoor unit shall be completely factory wired, tested
with all necessary controls & filled with first charge of refrigerant before delivering at site.
(ii) The inverter technology based Scroll type VRF equipment should be capable so that refrigerant
piping between indoor units and outdoor unit shall be extendable upto 165 m of equivalent
length with maximum height difference between outdoor & indoor unit of 50m & level
difference between two indoor units shall be maximum upto 15m. All the outdoor units
comprising of multiple modules should have at least one inverter type compressor in each
module.
(iii) The outdoor unit shall be factory tested and filled with first charge of refrigerant R-410A before
delivering at site.
(iv) It should also be provided with duty cycling for Scroll compressors capable of changing the
rotating speed of compressor by inverter controller to follow variation in cooling & heating loads
& switching starting sequence for better stability and prolonging equipment life or similar
features if available in Scroll will also be accepted.

Correction—Nil Deletion—Nil Insertion—Nil Overwriting—Nil

AE(P) AE(E)
222

(v) The unit shall be provided with its own microprocessor control panel with provision for
integration with the building management system for Air-conditioning system if required.
(vi) The machine must have a sub cool feature to use coil surface more effectively through proper
circuit / bridge so that it prevents the flushing of refrigerant from long piping due to this effect
thereby achieving energy savings.
(vii) The outdoor unit should be fitted with low noise level and should not be more than 67 db(A) at
normal operation when measured at a point 1 mtr. In front of the unit at a height of 1.5 mtrs.
(viii) The outdoor unit should be fitted with low noise aero spiral design fan with aero fitting grill for
spiral discharge airflow to reduce pressure loss and should be fixed with DC/AC fan motor for
better efficiency.
(ix) In case of trouble occurs in an indoor units (s), the continuous operation of system should be
possible.
(x) The unit shall be designed in such as way that cleaning of drain Pan should be easy & inspection/
replacement of compressor should be easy.
(xi) The condensing unit shall be designed to operate safely when connected to multiple fan coil
units.

7. Refrigerant Circuit
The refrigerant circuit shall include liquid and gas shut-off valves and a solenoid valves at
condenser end.
The equipment must have inbuilt refrigerant stabilization control for proper refrigerant
distribution. All necessary safety devices shall be provided to ensure the safe operation of the
system.
8. Heat Exchanger
The heat exchanger shall be constructed with copper tubes mechanically bonded to aluminum fins
to form a cross fin coil. The aluminum fins shall be covered by anti-corrosion resin film. The unit
shall be provided with necessary number of direct driven low noise level propeller type fans
arranged for vertical discharge. Each fan shall have a safety guard.
9. Safety Devices
All necessary safety devices shall be provided to ensure safe operation of the system. Whatever
safety devices are required shall be part of outdoor unit - high pressure switch, fuse, fan drive
overload protector, fusible plug, crankcase heater, over load relay, overload protection for inverter
based technology.
The outdoor roof mounted units shall be provided in such a fashion that these do not affect the
overall aesthetics and ambience of the building. If required these units shall be suitably
camouflaged to give good aesthetic look. These provisions, however, shall be discussed, if
required, at a later date and the prices for the same shall be worked out separately as extra item.
10. INDOOR UNITS
All indoor units as specified shall have; in general, noise levels less than 46 db. For critical
applications noise levels below these limits may, however, be specified during design stage.

(i) Each unit shall have electronic control valve to control refrigerant flow rate respond to load
variation of the room.
(ii) The address of the indoor unit shall be set automatically or through central controller in case of
individual and group control.
Correction—Nil Deletion—Nil Insertion—Nil Overwriting—Nil

AE(P) AE(E)
223

(iii) The fan shall be dual suction, aerodynamically designed, Turbo, multi blade type, statically &
dynamically balanced to ensure low noise and vibration free operation of the system. The fan
shall be direct driven type, mounted directly on motor shaft having support from housing.
(iv) The cooling coil shall be made out of seamless copper tubes and having continuous aluminum
fins. The fins shall be spaced by collars forming an integral part. The tubes shall be staggered
in the direction of airflow. The tubes shall be hydraulically/ mechanically expanded for
minimum thermal contact resistance with fins. Each coil shall be factory tested at 21 kg/sq.m
air pressure under water.
(v) Indoor unit shall have cleanable type filter fixed to an integrally moulded / moulded plastic
frame. The filter shall be slide in and neatly insertable type. It shall be possible to clean the
filters either with compressed air or water.
11. Ref net Joints/ Header Joints
Supply & installation of the Y-Joint/Ref-net separation refrigeration pipe joints and header in
the appropriate orientation to enable correct distribution of refrigerant. The Distribution Joints
should be factory insulated with close cell nitrile rubber tubular sections of class O fire ratting.

12. Refrigerant Piping


(i) Before jointing any copper pipe or fittings, its internals shall be thoroughly cleaned by
passing a clean cloth via wire or cable through its entire length. The piping shall be
continuously kept clean of dirt etc. while constructing the joints. Subsequently it shall be
thoroughly blown out using nitrogen gas.
(ii) After completion of installation of the refrigerant piping, the refrigerant piping system shall
be pressure tested using nitrogen gas at a suitable pressure as specified by OEM (Original
Equipment Manufacturer). Pressure shall be maintained in the system for 48 hours. The
system shall then be evacuated to vacuum of not less than 700 mm Hg and held for 24
hours.
(iii) The supplier of air-conditioning system shall choose sizes as designed and erect proper
interconnections of the complete refrigerant circuit. The thickness of copper piping shall
not be less than 18 SWG for pipes upto 19.1 mm and 16 SWG for larger dia.
(iv) The suction line pipe size and the liquid line pipe sizes shall be selected according to the
manufacturer’s specified diameter. All refrigerant pipes shall be properly supported and
anchored to the building/structure using steel hangers, fasteners, brackets and supports
which shall be fixed to the building/structure by means of inserts or expansion shields or
anchor fasteners of adequate size and number to support the load imposed thereon.
(v) The refrigerant piping should be laid in such a way that it should not distort the interior of
the room, wherever the refrigerant pipe has to be laid across the room, it should be laid in a
concealed manner by making appropriate boxing arrangement matching with the interior of
the room. All associated minor Civil Engineering works (like chasing on wall, ceiling & re-
plastering & repainting etc.) related with the above items are included in the scope of work.
The above scope does not include false ceiling wherever required.

(vii) Entire liquid and suction refrigerant pipe lines including all fittings, valves and strainer
bodies, etc. shall be insulated with electrometric nitrile rubber as specified in BOQ.
(viii) For proper drainage of condensate U trap shall be provided in the drain piping wherever

Correction—Nil Deletion—Nil Insertion—Nil Overwriting—Nil

AE(P) AE(E)
224

required. All pipe supports shall be prefabricated and pre-painted slotted angle support,
properly installed with clamps. The condensate drain pipe arrangement for disposal of
condensate water be made in such a way that there should not be any leakages of condensate
water inside rooms as well in the route of drain water pipe line & water should be
discharged at the location jointly decided with Engineer-in-Charge of work. All associated
Civil Engineering works as per requirement at site in above connection like making chase in
the wall & restoring it original shape by re-plastering & repainting, etc. are included in the
scope of work. The arrangement of drain-pipe shall be made in such a way that it should not
affect the aesthetic of the building as well as is maintenance friendly & easily accessible.

Correction—Nil Deletion—Nil Insertion—Nil Overwriting—Nil

AE(P) AE(E)
225

ADDITIONAL CONDITIONS FOR DOWNCOMER SYSTEM


The work shall be executed as per CPWD General specification for Electrical Works Part-V
(Wet Riser & Sprinkler Systems) 2020 amended upto date, Part-I Internal 2023, Part-II External
2023 IE rules, Indian Standards, as per Rules of NBC 2016 & all the amendment issued upto
date and as per directions of Engineer-in-charge. These technical specifications are to be read
in conjunction with above and in case of any variations; the specification given in the tender
shall be applicable.

In case any item/items or part of these is not covered under these specifications the same shall
be carried out as per relevant CPWD specification and NFPA-12 & 72.

The make(s) of the material to be used shall be as per list of approved make attached. For
items not covered in the above clauses, the work shall be carried out as per instructions of the
Engineer-in-charge before using the material at site. Samples of material shall be got approved
from Engineer-in-charge before using the material at site.

Statutory Approvals

All statutory approvals for commencement to commissioning of Fire Fighting System shall be
obtained by the Contractor from the Chief Fire Officer ( If Required). However the Department
shall provide all necessary assistance for providing documents, drawings and certificates
pertaining to other contractors, as may be required. The Department shall reimburse the
statutory fees paid in connection with the approval of installation of Fire Fighting System.

Approval from CFO:- The Contractor shall be required to obtain NOC from Chief Fire Officer,
and work shall be deemed to be completed only after receiving NOC from CFO &rectification if
any. Statutory fee if any shall be paid by department. However, all liasoning work / arranging
inspection of CFO shall be the responsibility of contractor.

ADDITIONAL CONDITIONS FOR FIRE ALARM SYSTEM

The work shall be executed as per CPWD General specification for Electrical Works Part-VI
(Fire Detection And Alarm System) 2018 amended upto date, Part-I Internal 2023, Part-II
External 2023 IE rules, Indian Standards, as per Rules of NBC 2016 & all the amendment
issued upto date and as per directions of Engineer-in-charge. These technical specifications
are to be read in conjunction with above and in case of any variations; the specification given in
the tender shall be applicable.

In case any item/items or part of these is not covered under these specifications the same shall
be carried out as per relevant CPWD specification and NFPA-12 & 72.

Public address system equipment should be matching / synchronized with PA system


equipment. As far as possible equipment of Fire Alarm system / PA system shall be of single
make.

Statutory Approvals

All statutory approvals for commencement to commissioning of fire alarm system shall be
obtained by the Contractor from the Chief Fire Officer (If required). However the Department
shall provide all necessary assistance for providing documents, drawings and certificates
pertaining to other contractors, as may be required. The Department shall reimburse the
statutory fees paid in connection with the approval of installation of fire alarm system.

Correction—Nil Deletion—Nil Insertion—Nil Overwriting—Nil

AE(P) AE(E)
226

TERMS AND CONDITIONS of CCTV

1. The contractors are advised to get acquainted with the proposed work and its site and also
study the Architectural Drawings, specifications and special conditions carefully before
tendering. No claim of any sort shall be entertained on account of any site conditions and
ignorance of specifications and special conditions.
2. The rates quoted by the contractor shall be taken as net and nothing extra shall be paid on any
account i.e. royalty, cartage, taxes and stacking at required places etc.
3. The rates for different items of work shall apply for all heights and depths and basements,
leads and lifts unless otherwise specified in the agreement or specifications applicable to the
agreement.
4. After completion of installation, the structure cabling work shall have to be tested as per EIA
standards for its suitability for use at minimum 1000 Mbps, by using suitable equipment like
scanner etc. in the presence of authorized representative of Engineer-in-charge. The test
results shall be tabulated and submitted, in case any part of the work does not comply with
the standards specified by EIA or fails the test, the same has to be redone without any extra
charge.
5. Any damage done by the contractor to any existing work during the course of execution of
the work shall be made good by him at his own cost.
6. Articles manufactured by the reputed firms and approved by Engineer-in-Charge shall only
be used. Only articles classified, as ‘first quality’ by the manufacturer shall be used unless
otherwise specified. In case articles bearing BIS certification are not available in the market,
quality of samples brought by the contractor shall be judged by standards laid down in the
relevant CPWD specifications. For the items not covered by CPWD specifications relevant
BIS standards shall apply. The sample of materials to be brought to site for use in work shall
be got approved from the Engineer-in-Charge before actual execution of work.
7. The quantities of each item shall not be exceeded beyond the agreement quantities without
prior permission of Engineer-in-Charge.
8. Statutory deductions on account of GST, income tax and surcharge as applicable shall be
made from the gross amount of the bill.
9. The contractor shall make his own arrangements for obtaining electric connection, if required
and make necessary payments directly to the department concerned.
10. The contractor shall make his own arrangement for getting the permission to ply the trucks
from the traffic police.
11. No payment shall be made to the contractor for any damage caused by rain, snow fall, floods
or any other natural causes whatsoever during the execution of work. The damage caused to
work shall have to be made good by the contractor at his own cost and no claim on this
account shall be entertained.
12. Co-Ordination with other Agencies:

12.1 Wiring and conduiting, Cabling for CCTV has already been done in the some of the area by the
existing E&M executing agency. The contractor is required to co-ordinate with the existing working
E&M agency to execute the work.
12.2 Other agencies may also simultaneously be executing the Civil work, Horticulture or external services
and other building works for the same building along with this work. The following services shall be
extended by contractor to other agencies for carrying out their work.
i. Access to various works of site.
ii. Make available clear site
Correction—Nil Deletion—Nil Insertion—Nil Overwriting—Nil

AE(P) AE(E)
227

12.3 The contractor shall co-ordinate with all other agencies involved at the site of work so that the work of
other agencies is not hampered. Where activity of contractor is directly affecting the progress of other
agencies, the same shall be given priority. Contractor is required to note the milestones of other
agencies and plan his activities to facilitate so as to avoid any hindrance to other agencies. In case of
any conflict with work schedule of any other agency at site, decision of Engineer-in-charge shall be
final and binding.
12.4 Contractor has to co-ordinate with other contractor in such a fashion so that they get reasonable time to
take up their work. During execution of work Department may desire for completion of certain areas
on priority, in such cases contractor shall modify his plan accordingly.

13. The cost of Co-ordination/facilities extended to other contractors shall be deemed to be


included in the quoted amount of contractor and nothing extra shall be payable.
14. Some restrictions may be imposed by the security staff etc. on the working and or movement
of labour and materials, etc, the contractor shall be bound to follow all such restrictions /
instructions and nothing shall be payable on this account.
15. The contractor shall take all precautions to avoid accidents by exhibiting necessary caution
boards. He shall be responsible for all damages and accidents caused due to negligence on
his part. No hindrance shall be caused to traffic during the execution of the work by storing
materials on the road.
16. The contractor shall be fully responsible for the safe custody of the material issued or brought
by him to site for doing the work.
17. The rate for all items of work, shall unless otherwise clearly specified include cost of all
labour, material and other inputs involved in the execution of the items.
18. Any reference made to any Indian Standard Specifications in these documents, shall imply to
the latest version of that standard, including such revisions / amendments as issued by the
Bureau of Indian Standards up to last date of receipt of tenders. The contractor shall keep at
his own cost all such publications of relevant Indian Standards applicable to the work, at site.
19. The contractor shall make his own arrangement of electricity and its distribution at his own
cost. The department will render only assistance to the contractor for making application to
authorised Electric supply agency, if required. All the fees and charges including
consumption charges shall be borne by the contractor.
20. The malba /garbage generated at site due to construction activities shall be removed from the
site immediately & shall be disposed off by the contractor to the approved dumping site
identified by the Engineer-in-charge.
21. The contractor shall clean the site thoroughly of scaffolding materials, rubbish, equipments
left out of his work and dress the site around the building to the complete satisfaction of the
Engineer-in-charge before the work is treated as completed.
22. The labour welfare cess / fund @ 1% of gross work done shall be deducted.
23. Contractor if required will assist the consultant in getting the completion certificate from
local bodies.
24. The department shall be at full liberty to get the installation inspected by the third party and
the contractor shall have to make all modifications in the designing and installations as
communicated to it by the department inter-alia advised by the third party.

Correction—Nil Deletion—Nil Insertion—Nil Overwriting—Nil

AE(P) AE(E)
228

25. DISCREPANCY BETWEEN THE NOMENCLATURE OF ITEMS,


SPECIFICATIONS, AND /OR THE DRAWINGS
The following specifications are applicable for the work. In case of discrepancy between the
nomenclature of items, specifications, and /or the drawings or in case no specifications are
specified (Refer clause 28 of the General Conditions of the Contract-2020) the following
order of preference shall be observed:
i) Nomenclature of items including the scope of work as given in Schedule of Quantities of this
tender.
ii) Technical / Particular Specifications, Special Conditions and other provisions of this tender.
iii) Drawings.
iv) CPWD Specifications (latest edition) with upto date correction slips issued upto the last date
of the month prior to month of submission of tender.
v) BIS Codes with latest revisions issued upto the last day of the month prior to month of
submission of tender.
vi) International standards and accepted international practices as approved by Engineer-in-
Charge
vii) Sound Engineering Practice as per directions of the Engineer-in-Charge.

If there are varying or conflicting provisions made in any document forming part of the contract, the
Engineer-in-Charge shall be the deciding authority with regard to the intention/interpretation of the
tender and his decision shall be final and binding on the contractor.

26. The lowest tenderer shall submit along with the performance guarantee after the acceptance
of tender, an undertaking from the OEM’s for CCTV, Switches and other items .
a. Authorization Certificate
b. The OEM shall unconditionally support the lowest tenderer technically throughout
the execution of contract as well as for Maintenance/ Comprehensive Maintenance
Contract for the useful life of the system, and
c. OEM shall provide all the spares required for healthy functioning of the equipments
for at least seven years from the date of supply of equipments.

27. TERMS OF PAYMENTS


The following percentage of contract rates for the items of CCTV System included in the
contract shall be payable against the stage of work shown herein.

a) 60% of the contract value, of the sub work, on initial inspection and delivery of materials
at site, in good condition, on pro-rata basis.
b) 20% on completion of installation of the equipments and accessories pro-rata basis.
c) 20% on testing, commissioning and handing over to the department.

28. GUARANTEE/WARRANTEE
The installation will be handed over to the department after necessary testing and commissioning. All
installations pertaining to complete CCTV System shall be warranted for a period of 12 months from
the date of taking over the installation by the department, against unsatisfactory performance and/or
break down due to defective design, workmanship of material. The material shall include all material
that is required for the successful completion of the work. The equipments or components, or any part
thereof, if found defective during warrantee period shall be forthwith rectified/ repaired or replaced
free of cost, to the satisfaction of the Engineer-in-Charge. In case it is felt by the department that undue
delay is being caused by the contractor in doing this, the same will be got done by the department at
the risk and cost of the contractor. The decision of the engineer-in-charge in this regard shall be final &
building on the contractor.

Correction—Nil Deletion—Nil Insertion—Nil Overwriting—Nil

AE(P) AE(E)
229

29. The contractor shall submit the relevant test certificate from OEM at the time of supply of
equipment.
30. The successful tenderer would be required to submit the following drawings after award of
work for approval before commencement of installation. Cost of these drawing deemed to be
included in the rates and nothing extra shall be paid on this account.
a. All general arrangement drawings.
b. Details of the equipments/ component hardware’s, software’s, single line diagram,
installation drawings, weight details i/c mounting/hanging arrangement, electrical
load requirements, copy of standards and compliance standards, data’s of power and
communication cables, location details etc. of various assembled equipment as may
be needed generally by other agencies for purpose of their work
c. Complete layout dimensions with location of equipments for every unit/group of
units with dimensions required for erection purposes.
d. Any other drawing/information not specifically/mentioned above but deemed to be
necessary for the job by the contractor.
31. The successful tenderer should furnish well in advance three copies of detailed
instructions and manuals of manufactures for all items of equipments regarding
installation, adjustments operation and maintenance including preventive
maintenance and troubleshooting together with all the relevant data sheets, spare parts
catalogue and workshop procedure for repairs, assembly and adjustment etc all in
triplicate.
32. DURING INSPECTION AND TESTING
32.1 All major equipments shall be offered for initial inspection by the engineer-in-charge or officer
authorized by him at manufacturer’s works in India. The department may or may not inspect the
material at its discretion. The contractor will intimate the date of testing of equipments at the
manufacturer’s works before dispatch. Contractor shall make all arrangements for inspection of
material at works. The department reserves the right to get the equipment inspected by third party
inspection also. Such inspection shall be of following categories:
(a) Inspection of materials/ equipments to be witnessed at the manufacturer’s premises/ at its
authorized works in India, in accordance with relevant BIS/ Agreement Inspection Procedure.

(b) To receive material at site with manufacturer’s Routine & Type Test certificates.
(c) To inspect material at the authorized dealer’s go-down to ensure delivery of genuine material.
(d) To receive material after physical inspection at site.
32.2 Adequate care to ensure that only tested and genuine materials of proper quality are used in work shall
be ensured by firm. The firm shall ensure that:
(a) Material will be ordered and delivered at site only with the prior approval of the department. The
contractor shall, however, be responsible for timely delivery of material.
(b) As and when the order is placed for the items, it shall be endorsed to the engineer-in-charge
alongwith details of Agency, model no. and other delivery details.

33. COMPLIANCE WITH REGULATIONS AND INDIAN STANDARDS


Nothing in this specification shall be construed to relieve the successful tenderer of his
responsibility for the design, manufacture and installation of the equipment with all accessories in
accordance with currently applicable statutory regulations and safety codes.

Correction—Nil Deletion—Nil Insertion—Nil Overwriting—Nil

AE(P) AE(E)
230

ADDITIONAL CONDITIONS of CCTV

1.0 SCOPE

DESIGN, SUPPLY, INSTALLATION, TESTING AND COMMISSIONING OF CCTV


SYSTEM

The scope of work includes design, supply, installation, integration, testing and
commissioning of CCTV system and related hardware and software, power &
communication cables etc. in the Medical College, Shri Mata Vaishno Devi
University Katra (J&K).
The broad scope of the services included in the contract shall include, but not restricted, to
the following:
a) SITC of CCTV System, installation of hardware equipment, Management Software &
Licenses.
b) Training of the Operators & Engineers in operation and routine maintenance.
1.1 The final acceptance shall be done by the department, to ensure the system meets
requirements, standards and specifications as set out in these documents for satisfactory
working of CCTV system However, the department shall be free to get the material and
installation inspected by the third party at its own cost and take action as per its
recommendation. The observations so made shall be abided by the contractor and shall be
binding upon him.

1.2 The contractor shall keep sufficient spares at the site after the completion of work till
Guarantee period of five years from the date of completion.

1.3 Operational Training shall be provided to atleast four personnel nominated by the engineer-
in-charge including trouble shooting training for a minimum period of 10 days.

1.4 Maintenance under the Guarantee period will commence as soon as successful acceptance
testing, commissioning and handing over is completed. The maintenance services shall be
rendered onsite at the designated premises as follows.

a. The material and the installation carried out against this contract shall be guaranteed for a period
of 60 Months from the date of completion of the work against all defects, whatsoever. The
Guarantee shall be on-site and shall include all hardware and software without any exception.
b. The contractor shall carry out Preventive Maintenance, including cleaning of all hardware and
should maintain proper records for such Preventive Maintenance. Failure to carry out such
Preventive Maintenance will be a breach of Guarantee and the Guarantee period will be extended
by the period of delay in Preventive Maintenance. Contractor shall be required to carry out one
preventive maintenance every month and these are to be done by the trained engineer(s).
c. Contractor shall monitor guarantees to check adherence to preventive and repair maintenance
terms and conditions of the OEM.
d. The contractor would be responsible for bringing the entire system up and operational to the
satisfaction of CPWD within 8 hours of the fault being reported.
e. Any component that is reported to be malfunctioning on a given day during the Guarantee period
should either be fully repaired or replaced by component of equivalent or higher configuration.
f. Any up-gradation in the software shall be carried out by the firm free of cost during the
Guarantee period if required to keep the system fully operational.
g. The cost of the consumables, spare parts and testing equipment is deemed to have been included
in the Contract Price in the warrantee.

Correction—Nil Deletion—Nil Insertion—Nil Overwriting—Nil

AE(P) AE(E)
231

h. The technical team staff should be as per requisite technical qualifications and standards of the
trade and designation of the team members.
i. The bidder shall be bound to provide the replacement of staff/person who are not found suitable
and capable by the department for any reasons, immediately on receipt on such request from the
department.
j. If at any point of time, any person absenting from duty, a suitable substitute shall be provided
immediately
k. The firm/bidder shall be responsible to get the character and antecedents of the persons verified
by the Police before deploying them. The authenticated copies of the Police Verification
Certificate of the persons, who are to be included in the Technical Team shall be submitted by the
firm, well in time. Department also reserves the right to get the person’s character and
antecedents verified, if deemed necessary.

2.0 PREVENTIVE MAINTENANCE:


I. Scheduled preventive maintenance shall be performed at least once in three months or as
recommended in the product support documentation. This maintenance includes all
cleaning, lubrication, inspection, testing, calibration, focusing of field equipment,
checking of cable insulation, checking for corrosion of steel support, painting to save
from rusting, repairing of concrete base of field equipment and structure, checking of
cable clamps and replacements if so needed as well as necessary alignment to prevent
failures.
II. Contractor shall ensure that all Preventive Maintenance works are properly carried out
with minimum interruption to the operation of the system.
III. Contractor shall submit a rolling monthly/quarterly maintenance work program as per an
approved checklist. Bidder shall also submit a Preventive Maintenance report to the
department. Department reserves the right to add and delete items on the check list
without any additional cost.
IV. Contractor shall liaise with the respective proprietary software/hardware Contractor or
other suppliers to ensure that all required maintenance is met.
V. Software Preventive Maintenance shall include but not remains limited to the following:
a) Installation, reconfiguration, testing and implementation of standard corrections, patches
and updates of all software.
b) Performing regular backup so as to restore the system in the shortest possible time; and
c) In the event that the software support from the OEM is terminated, Bidder shall be
responsible for maintaining the affected software at no additional cost and with no
adverse delay to the operation of system.
d) Licenses for all the operating and application software etc. shall be made available by
the Bidder at no additional cost. The original agreement documents of all the licenses
shall be submitted to department within a week of its renewal.
e) Contractor shall be responsible to supply and install the latest antivirus software and
patches as well as the associated license. The antivirus software shall be include at least
the following features:
I. Functions to automatically scan all file inputs, outputs, downloads, program execution and other
system related activities;
II. Functions to clear or delete the infected file(s);
III. Ability to check specific files for viruses;
IV. Ability to allow the creation of emergency back-up disk to start and clean infected boot sector
virus; and
V. Ability to push signature files and upgrades from one main console to the rest of the hardware.
There shall be no manual updates and upgrades on individual servers and workstations.
VI. Bidder shall update the virus definition file as and when we update is available.
VII. Hardware Preventive Maintenance shall include all scheduled servicing actions. Scheduled
servicing shall include accomplishment of periodic inspection, condition, monitoring, critical
Correction—Nil Deletion—Nil Insertion—Nil Overwriting—Nil

AE(P) AE(E)
232

parts replacements, overhaul, adjustment, calibration, etc. In addition, servicing requirements (i.e.
lubrication, cleaning, housekeeping, etc.) shall also be included under the general category of
schedule servicing.
VIII. Any Preventive Maintenance work carried out shall not cause any disruption to the operation of
System and all the communication links. In the event that any System downtime is required
during PM work, Bidder shall seek Buyer’s approval prior to carrying out the works.

3.0 INSTALLATION AND COMMISIONING


3.1 The installation of the CCTV System shall be carried out by the engineers of the OEM or directly
under their supervision. The installation shall be therefore be certified by the OEM failing which no
payment for the same shall be made by the Engineer-in-charge. The testing and commissioning shall
be carried out by the expert engineers of the OEM at the site in the presence of the engineer-in-charge
or his authorized representative.

3.3 The installation shall be tested for at least 15 days before commissioning. Such acceptance testing shall
be carried out by the department directly and/or through third party. Completion certificate shall be
issued only after such acceptance testing is found to be fully compliant with the specifications and
directions of the Engineer-in-charge. The decision of the Engineer-in-charge and/or the accepting
authority in the matter shall be final and binding.

4.0 GUARANTEE
Guarantee: The installation shall be handed over to the department after necessary testing and
commissioning. The installation including all equipment & material supplied by the contractor shall be
Guarantee for a period of 12 months, from the date of taking over the installation by the department,
against unsatisfactory performance and/or break down due to defective design, workmanship or
material. The equipments or components, or any part thereof, so found defective during Guarantee
period shall be forthwith rectified/ repaired or replaced free of cost, to the satisfaction of the Engineer-
in-Charge. In case it is felt by the department that undue delay is being caused by the contractor in
doing this, the same will be got done by the department at the risk and cost of the contractor. The
decision of the Engineer-in-charge in this regard shall be final & building on the contractor.

Sufficient trained and experienced staff shall be made available to meet any exigency of work/
rectification of defective work/ material during the Guarantee period of 60months from the handing
over of the installation, on requirement by the Engineer-in-charge. Round the clock break down
services shall be ensured for rectification of defects during the defect liability period of 60 months
after the date of handing over/ completion, whichever is later, and the same is deemed included in the
scope of the work.

Correction—Nil Deletion—Nil Insertion—Nil Overwriting—Nil

AE(P) AE(E)
233

ADDITIONAL COMMERCIAL AND TECHNICAL CONDITIONS

1.0 General
1.1 This specification covers manufacture, testing as may be necessary before dispatch, delivery at site,
all preparatory work, assembly and installation, final testing commissioning, i/c one year guarantee
period for the following work:-
1.2 Providing Audio-Visual system at Medical College Shri Mata Vaishno Devi
University, Kakriyal Katra (J&K)
1.3 The tenderer should in his own interest visit the site and get familiarize with the siteconditions before
tendering.
1.4 No T&P shall be issued by the Department and nothing extra shall be paid on account ofthis.
1.5 The work is to be executed based on NIT/ Tender conditions and as per drawing enclosed,if any.
The manufacturer should also visit the site.
1.6 The work is of very urgent nature and therefore, at all cost it has to be done within timeperiod.
1.7 The Compatibility of the system will have to be ensured. No reason of non-
compatibility shall be accepted.

1.8 If required to engage the workman round the clock or in night shift in order to complete the work on
war-foot level then the permission shall be arranged by the department. However the firm shall
intimate about it right at the time of submission of PG. Necessary pass arrangement or entry
arrangement shall be made by the concerned AE(E) for the workman list provided by the firm.
1.9 A permanent supervisor fully skilled in networking shall be stationed at worksite in general duty period
to co-ordinate with department and other agency working at that site.
1.10 The ERP is in progress in CPWD. Therefore, the contractor shall have to abide by the
direction issued regarding implementation of ERP during currency of contract, where role of
contractor is also involved.

1.11 Commercial Conditions


2.0 Type of Contract: The work to be awarded by this tender shall be treated as indivisibleworks
contract.
3.0 Terms Of Payments
The following percentage of contract rates for the various items included in the
contract shall be payable against the stage of work shown herein.
Stage of Work As per schedule of work All other Items

I After initial inspection


(wherever specified) & delivery 60 % 60%
at site in good condition on pro-
rata basis.( Challan/ Bill/
Invoice/ Packing list required)
II On completion of pro-rata 20 % 20%
installation
III On testing, commissioning and
handing over to the department 20% 20%
for beneficial use

Correction—Nil Deletion—Nil Insertion—Nil Overwriting—Nil

AE(P) AE(E)
234

4.0 Rates
4.1. The rates quoted by the tenderer, shall be firm and inclusive of all taxes, duties, levies, octroi
etc. and all charges for packing forwarding, insurance, freight and delivery, installation,
testing, commissioning etc. at site including temporary construction of storage, risks, over
head charges, general liabilities/ obligations and other clearance. The escalation in the rates
shall not be permitted.
4.2 Only the tendered rates for comprehensive maintenance period shall be paid and no extra
charges shall be payable in respect of any escalation in price index for labour etc. during the
period of contract. This should be noted clearly.
5.0 Completeness Of Tender
All sundry equipment, fittings, unit assemblies, accessories, hardware items, foundation bolts,
termination lugs for electrical connections, and all other items which are useful and necessary
for efficient assembly and installation of equipment and components of the work shall be
deemed to have been included in the tender irrespective of the fact whether such items are
specifically mentioned in the tender documents or not.
6.0 Storage And Custody Of Materials
Storage accommodation shall be provided to the extent, the space is available with the
department. Watch and ward of the stores and their safe custody shall be the
responsibility of the contractor till the final taking over of the installation by the
department.
7.0 Care Of The Building
Care shall be taken by the contractor while handling and installing the various
equipments and components of the work to avoid damage to the building. He shall be
responsible for repairing all damages and restoring the same to their original
finish at his cost. He shall also remove at his cost all unwanted and waste materials
arising out of the installation from the site of work.

8.0 Completion Period


The work is of very urgent nature and it is associated with VVIP appointments.
Therefore the completion period shall be adhered to very strictly. The completion
period indicated in the tender documents is for the entire work of planning, designing,
approval of drawings etc., arrangement of materials &equipments, delivery at site
including transportation, installation, testing, commissioning and handing over of the entire
system to the satisfaction of the Engineer-in-Charge.
Handing/Taking over shall be treated completed only when client(NHRC) accepts the working
inventory of complete system.
The work shall be treated “Complete “only after successful demo to the NHRC. The
service of visit of technical person, programmer and integrator shall not be limited in
number rather it shall be up to the final demo. No additional cost towards this shall be
paid to the contractor.
9.0 Running in Period, Guarantee
9.1 After the installation work has been completed by the contractor, he will conduct tests and adjustments
as may be necessary to satisfy himself that the equipment is capable of continuous running. There after
he will offer to the department a running-in-period of 7 days. The warranty of the complete
integrated system shall be for 1 years as per OEM standard extended warranty system.
10.0 Power Supply:

Power supply for execution of work at site will be arranged by the Contractor himself
at its own cost. No payment will be made by the department for same.

11.0 Guarantee/ Warranty/ Defect Liability Period/Release Of Security Deposit And


Performance guarantee
Correction—Nil Deletion—Nil Insertion—Nil Overwriting—Nil

AE(P) AE(E)
235

a) All the equipments shall be guaranteed for a period of 12 months from the date of commissioning of
the installation against unsatisfactory performance and / or break down due to defective design, error
in programming, workmanship of materials etc. the equipments or components, or any part thereof,
so found defective during this guarantee period (Defect Liability Period) shall be forthwith repaired or
replaced free of cost, to the satisfaction of the Engineer-in-charge. In case it is felt by the
department that undue delay is being caused by the contractor in doing this, the same will be got
done by the departmentat the risk and cost of the contractor. The decision of the Engineer-in-charge in
this regard shall be final.
b) Sufficient trained and experienced personnel shall be made available to meet any exigency of
working during the guarantee period of one year from the handing over of the installation.
c) The maintenance, routine as well as preventive, for one year from the date of commissioning of the
installation (i.e. during the guarantee period) as per manufacturer’s recommendations/ standard
practice shall be carried out and the record of the same shallhave to be maintained. Nothing extra
shall be paid on this account.
12.0 Acceptable Makes Of Various Equipments:
The acceptable makes of various equipments/ components/ accessories have been indicated
in “Acceptable Makes” The tenderer shall work out the cost of the offer on this basis.
Alternate makes are not acceptable.
13.0 Data Manual And Drawings To Be Furnished By The Tenderer:
13.1. With Tender: The tenderer may furnish alongwith the tender, detailed technical
literature, pamphlets and performance data.
14.0 Extent of work
14.1. The work shall comprise of entire labour including supervision and all materials necessary to make a
complete installation such tests and adjustments and commissioning as may be required by department.
The term complete Installation shall not only mean major items of the VC system covered by
specifications but all incidental sundry components necessary to complete execution and satisfactory
performance of installation with all layout charts whether or not those have been mentioned in detail
in the Tender document in connection with this contract.

14.2. Minor building works necessary for installation of equipment, foundation, making of opening in
floors and restoring to their original condition, finish the necessary grouting etc.as required.

14.3 All the functionality as mentioned in schedule of work shall be got operated satisfactorily as per
instruction of Engineer-in-charge.

14.4 Maintenance (Routine & preventive) for three year from date of completion and handing over during
free defect liability period.

15.0 Mobilization Advance: No mobilization advance shall be paid.

16.0 Insurance:
All consignments are to be duly insured up to the destination from warehouse at the
cost of contractor. The insurance covers shall be valid till the equipments handed
over duly installed, tested and commissioned.
17.0 Indemnity
The successful tenderer shall at all times indemnify the department consequent to this
contract. The successful tenderer is liable to such accidents as may be done to ant
cause in

Correction—Nil Deletion—Nil Insertion—Nil Overwriting—Nil

AE(P) AE(E)
236

accordance with the India Law and regulation and the department shall not the
responsible for the accident or damage incurred or claims arising there from during
the period of execution or construction under the responsibility of the successful
tenderer and putting into the operation of the equipments under the supervision of
the successful tenderer is so far as the latter is responsible. The successful tenderer
shall also provide all insurance as may be necessary to cover the risk.
18.0 System Testing
18.1 Soon after the work is completed, the contractor shall inform in writing to Engineer-
In- Charge of the work for getting the complete system i/c all equipments and controls
thoroughly inspected and tested for satisfactorily performance.
18.2 Any defect noticed during these tests shall be speedily rectified by the contractor within
a specified time failing which the same shall be got done at his risk and cost of the
contractor.

19.0 Final Documentation


days to the Engineer-in-charge 3 folders of the following indexed and bound
together in hard cover binder in addition to the completion Drawings.
i) Comprehensive operation and maintenance manual.
ii) Equipment warranties from manufactures.
iii) Commissioning and testing reports.
iv) In case of imported product, landing papers/ custom clearance papers.

At the finalization of the work and before issue of final certificate of completion by
Engineer-in-charge, the contractor shall furnish a written indemnifying the
department against defective material and workmanship for the defects liability
period. The contractor shall hold himself fully responsible for reinstallation or replace
free of cost to the department.
i) Any defective material or equipment supplied by the contractor.
ii)Any material or equipment supplied by the department which is proved to be damaged or
destroyed as a result of defective workmanship by the contractor.
20.0 Training
The scope of works includes training of personnel at site/ works. The training shall
include on both the equipment (hardware) and software, as applicable. Nothing extra
shall be payable on this account.

Correction—Nil Deletion—Nil Insertion—Nil Overwriting—Nil

AE(P) AE(E)
237

SPECIFIC CONDITIONS FOR AV SYSTEM

1. The tenderer should in his own interest visit the site and familiarizes himself with the site conditions
before tendering.
2. Unless and otherwise mentioned in the tender documents, the following works shall be done
by the contractor and therefore, their cost shall be deemed to be included in their tendered cost.
i. Complete wiring including wiring for speakers.
ii. Necessary wiring between power amplifier, audio mixer, speakers etc.
iii. Making good of all damages caused to the building or Furniture or equipment
during installation and restoring the same to their original finish.
iv. Removal & disposal of all the malba/debris occurs during the execution of work fromthe site
3. The work shall be carried out as per instructions of Engineer-in-charge at site.
4. The work will be done in occupied Building. Hence the execution of work shall be done in planned
manner and to avoid inconvenience to occupants and follow security rules. Any loss due to this will
not be entertained.
5. The work shall be done in close co-ordination with civil work & client department & no claim for idle
labour shall be entertained.
6. All the material to be used on the work shall be got approved from Engineer – in – charge.
7. All the malba/ debris shall have to be removed from site of work, immediately.
8. All the hidden work shall be carried out in the presence of Engineer- in- charge or his
representative.
9. The contractor will be responsible for transportation, storage and watch & ward otheritems
for which nothing extra shall be paid.
10. The execution of job shall be done in a workman like manner to give structurally sound and neat
appearance. Bad workmanship will not be accepted and defects shall be rectified at contractor’s cost to
the satisfaction of the Engineer-in-charge.
11. Any damage done to the building, floor, electrical installations, furniture etc. will have tobe made
good/repaired by the contractor at his own cost to the entire satisfaction of the Engineer-in-charge. Any
expenditure incurred by the department on this account shall be recovered from the contractor and the
decision of the Engineer-in-charge shall be final and binding.
12. No T & P will be issued to the contractor. The contractor shall arrange his own T&P required for
execution of the work.
13. All rejected material should be removed from the site immediately.
14. The testing, commissioning of the entire system is deemed to be included under the scope of
work and nothing extra will be paid on this account.
15. The quoted prices are inclusive of all taxes, duties, levies, cess, packing, transportation, handling etc.
Nothing extra shall be paid.
16. Watch and ward of the material upto commissioning and final handing over to Department will be the
responsibility of the firm. The road permit shall be arranged by the tenderer at his own cost.
Nothing extra shall be paid.
17. Connections shall be made with proper size of lugs/ thimbles duly crimped with Crimping tool.

Correction—Nil Deletion—Nil Insertion—Nil Overwriting—Nil

AE(P) AE(E)
238
18. Passes for working of workers will be issued by concerned department recommended by CPWD for which
character certificate identify proof will be submitted by contractor in advance contractor will be abide of rules
& regulation of entry / exit in the premises.
19. Dismantled material if any shall be returned back to the department.
20. All equipments shall be guaranteed for a period of minimum 1 year from the date of acceptance and taking
over of the installation by the Department. The equipment or component or any part thereof so found
defective during the guarantee period shall be repaired or replaced free of cost to the satisfaction of the
Engineer-in-charge. In case it is felt by the department that undue delay is being caused by the contractor in
doing this, the same will be got done by the department at the risk & cost of the contractor. The decision
of Engineer-in-charge in this regard shall be final.

Correction—Nil Deletion—Nil Insertion—Nil Overwriting—Nil


AE(P) AE(E)
239

COMMERCIAL AND ADDITIONAL CONDITIONS for 20 Passenger Bed Lifts

1.0 General
1.1 This specification covers manufacture, testing as may be necessary before dispatch, delivery
at site, all preparatory work, assembly and installation, commissioning putting into operation
of lifts.
1.2 Location
The Lifts will be installed at Medical College Shri Mata Vaishno Devi (J&K).

1.3 The work shall be executed as per CPWD General Specifications for Electrical Works (Part-
III Lifts & Escalators-2003) as per relevant IS and as per directions of Engineer-in-charge.
These additional specifications are to be read in conjunction with above and in case of
variations; specifications given in this Additional conditions shall apply. However, nothing
extra shall be paid on account of these additional specifications & conditions as the same are
to be read along with schedule of quantities for the work.
1.4 The tenderer should in his own interest visit the site and familiarize himself with the site
conditions before tendering.
1.5 No T&P shall be issued by the Department and nothing extra shall be paid on account of this.
2.0 Commercial Conditions:
2.1 Type of contract.
The work to be awarded by this tender shall be treated as individual works contract.
2.2 Submission and opening of Tenders:

2.2.1 The tenderers are advised not to deviate from the technical specifications / items, commercial
terms and conditions of NIT like terms of payment, guarantee, arbitration clause, escalation
etc.

2.2.2 Necessary clarification required by the department shall have to be furnished by the tenderer
within the time given by the department for the same. The tenderer will have to depute his
representative to discuss with the officer(s) of the department as and so desired. In case, in the
opinion of the department a tenderer is taking undue long time in furnishing the desired
clarifications, his bid will be rejected without making any reference.

2.2.3 After obtaining clarifications from all the tenderers, the department may modify the Technical
and Commercial conditions / specifications if required and will intimate the tenders whose
Technical cum commercial bids are acceptable. The date and time of opening price bid will be
intimated in advance. In case of changes likely to effect prices, revised price bid will have to
be submitted on line before opening the price bid as intimated by Executive Engineer (E).
This however may be allowed only if there is any change in specifications / items by the
department during the technical specification.

2.2.4 The tenderer will not be allowed to withdraw or modify any condition at a time after the
technical bids have been accepted and the decision to open the price bid has been taken by the
department.

2.2.5 The department reserve to right to reject any or all the price bids and call for fresh
prices/tenders as the case may be without assigning any reason.

Correction—Nil Deletion—Nil Insertion—Nil Overwriting—Nil


AE(P) AE(E)
240
2.2.6 The department reserves the right to award the work in full or in parts dividing amongst
tenderers as found suitable by the competent authority.

3.0 Terms of Payment:

The following item of contract rates for the various items included in the contract shall be
payable against the stage of work shown herein:-

3.1.1 60% after initial inspection and delivery at site in good condition on pro-rata basis.
3.2 20% after completion of installation in all respect on Pro rata basis .
3.3 Balance 20% will be paid after testing, commissioning trial run obtaining NOC of statutory
bodies and handing over to the department for beneficial use.
4.0. Rates:

4.1 Unless specified otherwise, no extra payment in any form whatsoever shall be admitted over
and above the agreement rate for scope of agreement items and the rates shall be inclusive of all
taxes.
4.2 The contractor has to carry out routine & preventive maintenance for 12 Months from the
date of handing over. Nothing extra shall be paid.

5.0 Completeness of tender

All sundry equipment, fittings, unit assemblies, accessories, hardware items, foundation bolts,
termination lugs for electrical connections, cable glands, junction boxes and all other items which
are useful and necessary for efficient assembly and installation of equipment and components of the
work shall be deemed to have been included in the tender irrespective of the fact whether such
items are specifically mentioned in the tender documents or not.

6.0 For items/equipment requiring initial inspection at manufacturer’s works’ the contractor will
intimate the date of testing of equipments at the manufacturer’s works before dispatch. The
Department also reserves the right to inspect the fabrication job at factory and the successful
tenderer has to make the arrangement for the same. The successful tenderer shall give sufficient
advance notice regarding the dates proposed for such tests/inspection to the department’s
representative(s) to facilities his presence during testing/fabrication. The Engineer-in-charge at his
discretion may witness such testing/fabrication. The cost of the Engineer’s visit to the factory will
be borne by the Department. Also, equipment may be inspected at the manufacturer’s premises,
before dispatch to the site by the contractor.

7.0 Care of the Building:

Care shall be taken by the contractor while handling and installing the various equipments and
components of the work to avoid to the damage of the building. He shall be responsible for
repairing all damages and restoring the same to their original finish at his cost. He shall also remove
at his cost all unwanted and waste materials arising out of the from the site of work.

8.0 Performance Guarantee:


10.1 The tenderer shall guarantee among other things, the following
(a) Quality, strength and performance of the materials used.
(b) Safe mechanical and electrical stress on all parts under all specified conditions of operation.
(c) Satisfactory operation during the maintenance period.
11.0 Guarantee:

Correction—Nil Deletion—Nil Insertion—Nil Overwriting—Nil


AE(P) AE(E)
241
11.1 All equipments shall be guaranteed for a period of 12 months from the date of taking over the
installation by the department against unsatisfactorily performance and/or break down due to
defective design, workmanship of material. The equipment or components, or any part thereof, so
found defective during guarantee period shall be forthwith repaired or replaced free of cost to the
satisfaction of the Engineer-in-Charge. In case it is felt by the department that undue delay is being
caused by the contractor in doing this, the same will be got done by the department at the risk and
cost of the contractor. The decision of the Engineer-in-Charge in this regard shall be final. The
contractor has to carry out routine and preventive maintenance for 12 Monthss from the date of
handing over. Nothing extra shall be paid.

12. Power Supply:

Power supply for execution of work at site will be arranged by the Contractor himself at its own cost.
No payment will be made by the department for same.

13. Water Supply:

Water supply shall be made available by the Department at one point.

14. Data Manuals and Drawings to be submitted by the tenderers:

14.1 With Tender: The tenderer shall furnish along with the tender, detailed technical literature,
pamphlets and performance data for appraisal and evaluation of the tender.

14.2 After award of work:

Within a period of three weeks from date of receipt of letter of acceptance, the contractor shall
provide to department bar chart for completion of work (Submission of preliminary drawing,
technical literatures and information various load calculations, inspection of equipments, dispatch
schedule, installation, testing and commissioning, obtaining approval of statutory bodies,
documentation, and handing over.) in co- relation with other building works.

The contractor shall be required to submit in triplicate the minimum following drawings and
information within time period as mentioned in schedule F of CPWD form7/8 of NIT. For approval
of Engineer in Charge:

a) All general arrangement or location drawings of the equipments complete with dimension &
clearances

b) Details of foundations for equipment, load data location etc of various assembled equipments
as may be needed generally by other agencies for purpose of their work. The data will include
breaking load on guides, reaction of buffers on lift pits, reaction on support points, etc.

c) Complete layout dimensions for every unit/group of units with dimensions required for
erection purposes.

d) Any other Drawing/Information(s) not be specifically mentioned above but deemed to be


necessary for the job by the contractor.

Only after approval of Engineer in charge for the particular model No. and make which meet the
technical requirements of the work and the tender conditions, the tenderer shall place order on the
firm and ensure supply at site to meet the time schedule for completion of work.
Correction—Nil Deletion—Nil Insertion—Nil Overwriting—Nil
AE(P) AE(E)
242

Accordingly the tenderer shall take necessary advance action for the submission of details to the
department and the department shall have a minimum period of three weeks for scrutiny and
approval of the contractors design. The contractor's engineer shall be available to the nominated
scrutiny authority for explanation, making modification in design etc. as is required to comply with the
tender requirements.
On completion of the work and after testing, the manufacturer's erection/service personnel shall
inspect and certify that the Lift erection is in order and is safe for regular operation.
The detailed technical parameter for Lift work is given in schedule of quantity, additional technical
specification. After installation each equipment shall be tested and adjusted as per the tender
requirements and the entire system shall be integrated and commissioned to meet the intents of the
contract.
15. SHOP DRAWINGS

15.1 All the shop drawings shall be prepared on computer through AutoCAD System based on
Architectural Drawings, site measurements and Interior Designer’s Drawings. Tenderer shall
furnish, for the approval of the department, three sets of detailed shop drawings of all equipment
and materials, including layouts with soft copies.

15.2 These shop drawings shall contain all information required to complete the project as per
specifications and as required by the Engineer-In-Charge/department. These Drawings shall contain
details of construction, size, arrangement, operating clearance, performance characteristics and
capacity of equipment, also the details of all related items of work by other tenderer. Each shop
drawing shall contain tabulation of all measurable items of equipment/materials/works and
progressive cumulative totals from other related drawings to arrive at a variation-in-quantity
statement at the completion of all shop drawings.

Each item of equipment/material proposed shall be a standard catalogue product of an established


manufacturer strictly from the manufacturers as per tender requirement.

When the department makes any amendments in the above drawings, the tenderer shall supply three
fresh sets of drawings with the amendments duly incorporated along with check print, for approval.
The tenderer shall submit further three sets of shop drawings to the Engineer-in-charge for the
exclusive use by the Engineer-in-charge and all other agencies.

15.3 Shop drawings shall be submitted for approval sufficiently in advance of planned delivery
and installation of any material to allow department ample time for scrutiny. No claims for
extension of time shall be acceptable due to his failure to produce shop drawings at the right time,
in accordance with the approved programme.

15.4 Manufacturers drawings, catalogues, pamphlets and other documents submitted for approval
shall be in four sets. Each item in set shall be properly labeled, indicating the specific service for
which material or equipment is to be used, giving reference to the governing section and clause
number and clearly identifying in ink the items and the operating characteristics. Data of general
nature shall not be accepted.

15.5 Approval of shop drawings shall not be considered as a guarantee of measurements or of


building dimensions. Where drawings are approved, said approval does not mean that the drawings
supersede the contract requirements, nor does ir in any way relieve the tenderer of the responsibility
or requirement to furnish material and perform work as required by the contract.

Correction—Nil Deletion—Nil Insertion—Nil Overwriting—Nil


AE(P) AE(E)
243
15.6 Where the tenderer proposed to use an item of equipment, other than that specified or detailed
on the drawings, which any redesign of the structure, partitions, foundation, wiring or any other part
of the mechanical, electrical or architectural layouts; all such re-design, and all new drawings and
detailing required therefore, shall be prepared by the tenderer at his own expense and gotten
approved by the Engineer-in-charge/department.

15.7 The tenderer shall extend full cooperation to other engineering services tenderer in
preparation of his coordinated services drawings. He shall issue compact disk (CD) and hard prints
of his shop drawings to other engineering services tenderer well in advance to complete the
coordinated service drawings in accordance with schedule prepared by the Engineer-in-charge.
Where the work of the tenderer has to be installed in close proximity to, or will interfere with work
of other trades, he shall assist in working out space conditions to make a satisfactory adjustment. If
so directed by the Engineer-in-charge, the tenderer shall prepare composite working drawings and
sections at a suitable scale, not less than 1:50, clearly showings how his work is to be installed in
relation to the work of other trades. It the tenderer installs his work before coordinating with other
trades, or so as to cause any interference with work of other trades, he shall make all the necessary
changes without extra cost to the department.

16.0 Extent of work:

16.1 The work shall comprise of entire labour including supervision and all materials necessary to
make to complete installation and such tests and adjustments and commissioning as may be
required by the department. The term complete installation shall not only major items of the plant
and equipments covered by specification but all incidental sundry components charts whether or
not those have been mentioned in details in the tender documents in connection with this contract.

16.2 Minor building works necessary for installation of equipment, foundation, making of opening
in walls or in floors and restoring to their original condition, finish grouting of foundation concrete
pads to be formed or made as base for supporting R S Joist etc, Grouting & anchoring of all boards,
clamps, support, foundation bolts, installation in position of R S Joist in the machine room, lift well
or in pit. etc. as required.

16.3 Comprehensive Maintenance (Routine & Preventive) for one year from date of completion
and handing over.

16.4 Responsibility to ensure safety of all materials against pilferage and damage till the
installation in handed over to the consignee.

16.5 It is understood that over & above normal project coordination, the contractor shall ensure the
overall compatibility of its systems with all applicable trades in construction of Building (i.e.
Architectural, structural, green building consultant, commissioning consultant, HVAC, Fire alarm,
fire protection, Internal electrical. Sub-station, D G Set Work , UPS, Car parking, external
electrical, BAMS, IT services, Security services, plumbing, telecommunication , solar, Lighting,
civil works & other related works)

16.6 All scaffolding as may necessary for the work.

16.7 Temporary barricades with cautions boards at each landing to prevent accident during
execution of the work.

16.8 Supply & installation of landing fascia plates made steel, car apron plates, sill supports angles
with necessary clamps, foundation bolts etc necessary for the work.
Correction—Nil Deletion—Nil Insertion—Nil Overwriting—Nil
AE(P) AE(E)
244
17.0 Inspection and testing:

17.1 The Contractor is required to furnish such all Facilities as will be necessary for inspection of the
equipments before dispatch at the manufacturer’s works & also for witnessing such test, at the works
site, If so required by the department. The contractor shall furnish information for this purpose & will
also give sufficient notice regarding the dates proposed for such test to inspection agency & do all
Liasoning work, however Boarding, Lodging and traveling expenses of the department’s
representative shall be borne by the department itself.

17.2 Copies of all documents of routine, Acceptance and type test certificates of the equipments,
carried out at the manufactures premises shall be furnished to the Engineer-in-charge.

17.3 After completion of the work in all respects the contractor shall offer the installation for testing
and operation for carrying out joint inspection and will be carried out as per Appendix-III of CPWD
General Specification for Electrical (Part- III Lift & Escalators works 2003)

17.4 All testing & commissioning shall be carried out in presence of Engineer in charge or his
authorized representatives.

17.5 All the material to be used in the work should be of good quality & will be got approved from the
Engineer-in-Charge before usage in work. The sample of the item shall be submitted in advance to the
Engineer-in-Charge and got approved before dispatch to the site of work.

17.6 The contractor shall produce documents to the satisfaction of Engineer in charge (e.g. Bills,
Vouchers, Invoices, transport details, test certificates etc) for ascertaining the genuinely of the
material supplied.

17.7 Initial inspection of material & equipments at manufactures / Fabricator premises works may
be done by the Deptt. The contractor will intimate date of such inspection well in advance & will do all
liasioning work for such inspection.

18.0 Compliance with Regulations and Indian Standards:

18.1 All works shall be carried out in accordance with relevant regulation, both statutory and those
specified by the Indian Standards related to the work covered by these specifications. In particular, the
equipment and installation will comply with the following:-
i) Factories Act.
ii) Indian Electricity Rules. & Act
iii) IS. & B.S. Standards as applicable.
iv) I.S. Specification & Recommendation.
v) Workmen’s compensation Act
vi) Statutory norms prescribed by local bodies like CEA, NDMC etc.

18.2 Nothing in these specifications shall be construed to relieve the successful tenderer of his
responsibility for the design, manufacture and installation of the equipments with all accessories in
accordance with currently applicable statutory regulations and safety codes.

18.3 Successful tenderer shall arrange for compliance with statutory provisions of safety
regulations and departmental requirements of safety codes in respect of labour employed on the
work by the tenderer. Failure to provide such safety requirement would make the tenderer liable for
penalty of Rs. 1000/- for each default. In addition, the department will be at liberty to make
arrangement for the safety requirements at the cost of tenderer and recover the cost thereof from
him.
Correction—Nil Deletion—Nil Insertion—Nil Overwriting—Nil
AE(P) AE(E)
245
19.0 Indemnity

The successful tenderer shall at all times indemnify the department, consequent on this work
contract. The successful tenderer shall be liable, in accordance with the Indian law and Regulations
for any accident occurring due to any cause and the department shall not be responsible for any
accident or damage incurred or claims arising there from during the erection construction and
putting into operation the equipment and ancillary equipments under the supervision of the
successful tenderer shall also provide all insurance including third party insurance as may be
necessary to cover the risk. No extra payment would be made to the successful tenderer due to the
above.

20.0 Erection Tools

No tools and tackles either for unloading or for shifting the equipments for erection purposes
would be made available by the Department. The successful tenderer shall make his own
arrangement for all these facilities.

21.0 Mobilization Advance:

No mobilization advance shall be paid for this work.

22.0 Insurance and Storage:

All consignments are to be duly insured during transit up to the destination from warehouse to
warehouse at the cost of contractor supplier. Necessary insurance cover shall also be made by the
tenderer/contractor for installation the equipments till the equipments are handed over duly
installed, tested and commissioned.

23.0 Verification of correctness of material at Destination & Prior approval:

The contractor shall have to produce all the relevant records (e. g. Bills, Invoices, Test certificates,
Transport detail etc) to verify that the genuine equipments from the manufactures has been supplies
and erected as required &/or as directed by Engineer-in-charge. The contractor is advised to prior
approval of Engineer in charge before placing order/ bringing material at site for use.

24.0 Painting

This shall include cost of painting of entire exposed iron work complete in the installation. All
equipments works shall be painted at the works before dispatch to the site.

25.0 Training

The scope of works include on job technical training of two persons at site. Northing extra shall be
payable on this accounts.

26.0 Maintenance

26.1 Sufficient trained and experience staff shall be made available to meet any exigency of work
during the guarantee period of one year from the handing over of the installation.

26.2 The maintenance, routine as well as preventive for one year from the date of taking over the
installation as per manufactures recommendation shall be carried out and the record of the same
shall have to be maintained.
Correction—Nil Deletion—Nil Insertion—Nil Overwriting—Nil
AE(P) AE(E)
246
27.0 Interpreting Specifications:

In interpreting the specification, the following order of decreasing importance shall be followed in
case of contradictions:-

(a) Schedule of quantities.

(b) Technical Specifications.

(c) Drawings (if any)

(d) General Specifications.

(e) Relevant IS or other international code in case IS code is not available.

28. Completion Drawings:

Three Sets of completion drawings i/c Soft Copies comprising minimum following shall be submitted
by the contractor while handing over the Installation:

a) Equipments Layout drawing(S) giving complete details of the entire equipments.

b) Electrical Drawings for the entire electrical equipments showing cable sizes, equipment
capacities, switchgears ratings, control components, control wiring etc.

c) Schematic Diagram of the entire Lift installation.

29. The contractor or their authorized representatives are bound to sign the site order book
as & when required by the engineer in charge & to comply instruction therein.

30. The contractor has to operate the lift for a minimum period of 15 days and has to submit the
logbook for its successful operation.

Correction—Nil Deletion—Nil Insertion—Nil Overwriting—Nil


AE(P) AE(E)
247
Annexure- E 6

GENERAL & COMMERCIAL TERMS AND CONDITIONS (Solar Photovoltaic Power Plant)

1. General.

The work shall be executed as per CPWD’s general specification for Electrical Works Part-I
Internal (2013), Part-II (External-2004), IE Rules, Indian Standards amended up to date & as per
direction of Engineer-in-Charge. The additional specifications are to be read with above & in case
of any variations, specifications given along with the tender shall apply.

i) Location : The work is to be executed at Medical College, Shri Mata Vaishno Devi (J&K)

Confirmation with the statutory Acts, Rules, Standard codes.


All electrical work shall be carried out in accordance with the provision of Indian Electricity
Act 2003 & IE Rules 1956 amended up to date.

ii) The tenderer should, in his own interest, visit the site and familiarizes himself with the site
conditions before tendering. For any clarification, tenderer may discuss with the Engineer-in-
Charge.
iii) No T&P shall be issued by the Department and nothing extra shall be paid on account of this.

2. Terms of payment

The following percentage of contract rates shall be payable against the stages of work as shown.

Sl Stage of Work Payment


No
1 After initial inspection (wherever specified) & delivery at 60%
site in good condition on pro rata basis
2 On completion of installation 20%

3 On Testing & commissioning 20%

No foreign exchange shall be made available by the Department for importing (purchase) of
equipments, plants, machinery, materials of any kind or any other items required to be carried out
during execution of the work. No delay and no claim of any kind shall be entertained from the
Contractor, on account of variation in the foreign exchange rate.

3. Rates:
Correction—Nil Deletion—Nil Insertion—Nil Overwriting—Nil
AE(P) AE(E)
248

The rates quoted by the tenderer, shall be firm and inclusive of all taxes (including G.S.T. &
Labour Welfare Cess), octroi, entry tax, duties and levies and all charges for packing forwarding,
insurance, freight and delivery, installation, testing, commissioning etc at site i/c temporary
constructional storage, risks, over head charges, general liabilities/obligations and clearance from
local authorities. The fee for the inspection of installation by government authorities shall be
reimbursed by the department on production of receipts. The contractor has to, however, initially
make the payment. Likewise taxes applicable shall be initially paid by the contractor and shall be
reimbursed to him by the department after satisfying that the payments are genuinely made.

4. COMPLETENESS OF THE TENDER, SUBMISSION OF PROGRAMME,


APPROVALOF DRAWINGS AND COMMENCEMENT OF WORK
i) Completeness of the tender :-

All sundry equipment, fittings, assemblies, accessories, hardware items, foundation bolts,
supports, termination lugs for electrical connections, cable glands, junction boxes and all other
items which are useful and necessary for proper assembly and efficient working of the various
equipments and components of the work shall be deemed to have been included in the tender,
irrespective of the fact whether such items are specifically mentioned in the tender or not.

ii) Submission of programme :-

Within fifteen days from the date of receipt of the letter of award, the successful tenderer shall
submit his programme for submission of drawings, supply of equipment, installation, testing,
commissioning and handing over of the installation to the Engineer-in-charge. This programme
shall be framed keeping in view the building progress and the Milestones fixed in Schedule ‘F’
Clause-5 of General Conditions of Contract. Items like piping etc. that directly affect the building
progress shall be given priority.

Commencement of Work :-

The contractor shall commence work as soon as the drawings submitted by him are approved
either in full or in part as the case may be.

5. DISPATCH OF MATERIALS TO SITE AND THEIR SAFE CUSTODY

The contractor shall dispatch materials to site in consultation with the Engineer-in-Charge.
Suitable lockable storage accommodation shall be made available free of charge temporarily.
Watch and ward however, shall be the responsibility of contractor. Programme of despatch of
material shall be framed keeping in view the building progress. Safe custody of all machinery and
equipment supplied by the contractor shall be the responsibility of the contractor till final taking
over by the department.

Correction—Nil Deletion—Nil Insertion—Nil Overwriting—Nil


AE(P) AE(E)
249
6. CO-ORDINATION WITH OTHER AGENCIES

The contractor shall co-ordinate with all other agencies involved at the site of work so that the
work of other agencies is not hampered due to delay in his work. Piping, cabling or any other
work, which directly affect the progress of work of other agencies, shall be given priority.

7. QUALITY OF MATERIALS AND WORKMANSHIP


i) The components of the installation shall be of such design so as to satisfactorily function under
all conditions of operation.
ii) The entire work of manufacture/fabrication, assembly and installation shall conform to sound
engineering practice.
iii) All equipments and materials to be used in work shall be manufactured in factories of good
repute having excellent track record of quality manufacturing, performance and proper after sales
service.
8. CARE OF THE BUILDING
Care shall be taken by the contractor during execution of the work to avoid damage to the
building. He shall be responsible for repairing all such damages and restoring the same to the
original finishat his cost. He shall also remove all unwanted and waste materials arising out of the
installation from the site of work from time to time.

9. INSPECTION AND TESTING


For items / equipment requiring initial inspection at manufacturer's premises (Within India), the
contractor will intimate the date of testing of equipments at the works before despatch. The
successful tenderer shall give sufficient advance notice regarding the dates proposed for such tests
/ inspection to the Engineer-in-Charge to facilitate his presence during testing. The Engineer-in-
charge at his discretion may witness such testing.

The Engineer-in-charge reserves the right to independently test the materials / components /
equipment as he deems fit. The cost of such testing shall be initially borne by the contractor. The
cost of the tests shall be reimbursed on production of receipts in case the materials / components /
equipment have passed the test. In case of materials / components / equipment failing in testing no
charges shall be reimbursed and such materials / components / equipment shall be replaced.

The cost of the first visit of the officials of the department for witnessing the tests at the
manufacturer’s works shall be borne by the department. If the tests fail, then the cost of the travel,
lodging and boarding of the inspection team of the officials of the department ( for 2 nos. officials
)shall be borne by the contractor for all subsequent visits till the tests are satisfactorily conducted.

10. GUARANTEE
10.1 All equipments shall be guaranteed for a period of 12 months from the date of completion
and taking over of the installation by the Department against unsatisfactory performance and/or
breakdown due to defective design, material, manufacture, workmanship or installation. The
equipment or component or any part thereof so found defective during the guarantee period shall be
repaired or replaced free of cost to the satisfaction of the Engineer-in-Charge. In case it is felt by the
department that undue delay is being caused by the contractor in doing this, the same will be got
done by the department at the risk and cost of the contractor. The decision of Engineer-in-Charge in
this regard shall be final.
Correction—Nil Deletion—Nil Insertion—Nil Overwriting—Nil
AE(P) AE(E)
250

11 Installation and Commissioning

11.1 Detailed project execution program shall be submitted within 7 days after award of work.
The bidder will be responsible for arranging all tools & plants for installation and
commissioningthe complete system.

11.2 The bidder will also submit the erection, testing & commissioning procedure for approval
to the owner. These procedures will form integral part of the acceptance report for
successful erection and commissioning the system. These reports will be prepared and
signed by the bidder or his representative & the officials of the Purchaser concerned with
project.

12. TENDER DRAWINGS, DRAWINGS FOR APPROVAL AND


COMPLETIONDRAWING

i) Tender Drawings

The drawing appended with the tender documents is intended to show the areas allotted for various
equipments and tentative routes. The equipments offered shall be suitable for installation in the
spaces shown in these drawings.

ii) Drawings for approval on award of the work

The contractor shall prepare and submit following drawings and get them approved from the
Engineer-in-Charge before the start of the work. The approval of drawings however does not
absolve the contractor of his responsibility to supply the equipments/materials as per agreement. In
case of any contradiction between the approved drawings and agreement the decision of the
Engineer-in- Charge shall be final and binding on the contractor.
a) Lay out drawings of the equipments to be installed.

b) Electrical wiring diagrams for all equipment’s and controls including the sizes and
capacitiesof the various cables and equipment’s.
c) Any other drawings relevant to the work.

iii) Completion Drawings

Three sets (soft and hard copy) of the following drawings shall be submitted by the contractor
while handing over the installation to the Department.
a) Installation drawings giving complete details of all the equipments.

b) Single Line Control wiring Diagram with Block diagram showing all control components
and circuits.

13.0 Cables and Accessories

13.1 All the cables shall be supplied conforming to IS 694 & shall be of 650 V/ 1.1 kV grade as
per interconnections, array to junction boxes, junction boxes to DCDB, DCDB to PCU etc shall be
so selected to keep the voltage drop and losses to the minimum.
Correction—Nil Deletion—Nil Insertion—Nil Overwriting—Nil
AE(P) AE(E)
251

13.2 Bidders are required to mention each size of cables used and should consider their
resistance/ impedance in the design optimization. Such calculation should be submitted along
with the bid.

13.3 The contractor shall supply all installation accessories, which are required to install and
successfully commission the power plant.

13.4 Cables of appropriate size to be used in the system shall have the following characteristics:
i. Shall meet IEC 60227/IS 694, IEC 60502/IS1554 standards ii. Temp. Range: –10degC to
+80degC. iii. Voltage rating 660/1000V iv. Excellent resistance to heat, cold, water, oil, abrasion,
UV radiation v. Flexible vi. Sizes of cables between array interconnections, array to junction
boxes, junction boxes to Inverter etc. shall be so selected to keep the voltage drop (power loss) of
the entire solar system to the minimum. The cables (as per IS) should be insulated with a special
grade PVC compound formulated for outdoor use. vii. Cable Routing/ Marking: All cable/wires
are to be routed in a GI cable tray and suitably tagged and marked with proper manner by good
quality ferule or by other means so that the cable easily identified. viii. The Cable should be so
selected that it should be compatible up to the life of the solar PV panels i.e. 25years. ix. The
ratings given are approximate. Bidder to indicate size and length as per system design
requirement. All the cables required for the plant provided by the bidder. Any change in cabling
sizes if desired by the bidder/approved after citing appropriate reasons. All cable schedules/layout
drawings approved prior to installation. x. Multi Strand, Annealed high conductivity Aluminum
conductor PVC type ‘A’ pressure extruded insulation or XLPE insulation. Overall PVC/XLPE
insulation for UV protection Armoured cable for underground laying. All cable trays including
covers to be provided. All cables conform to latest edition of IEC/ equivalent BIS Standards as
specified below: BoS item/ component Standard Description Standard Number Cables General
Test and Measuring Methods, PVC/XLPE insulated cables for working Voltage up to and
including 1100 V ,UV resistant for outdoor installation IS /IEC 69947. xi. The size of each type
of DC cable selected shall be based on minimum voltage drop however; the maximum drop shall
be limited to 1%. xii. The size of each type of AC cable selected shall be based on minimum
voltage drop however; the maximum drop shall be limited to 2 %.

14. Storage and custody of materials:

The department shall arrange, if available, lockable storage space to be used for storage of
sundry materials and erection equipment. Watch and ward of the stores and their safe custody shall
be the responsibility of the contractor till the final taking over of the complete installation by the
department.

15. Spare Parts

Bidder shall mention recommended spares and also furnish details for spare parts for at
least 3-5 years of their nearest service center.

16. Care of the Building:

Due care shall be taken by the contractor while handling and installing the various equipment
and components of the work to avoid damage to the building. He shall be responsible for repairing
all damages and restoring the same to their original finish at his cost. He shall also remove at his
cost all unwanted and waste materials arising out of the installation from the site of work.
Correction—Nil Deletion—Nil Insertion—Nil Overwriting—Nil
AE(P) AE(E)
252

17. Guarantee:

The tenderer shall guarantee among other things, the following vis-à-vis specifications.
i) Quality, strength and performance of the materials used.
ii) Safe mechanical and electrical stress on all parts under all specified conditions of operation
iii) Satisfactory operation during the maintenance period.

18. Defect Liability Period:

All the equipments shall be guaranteed for a period of 12 months from the date of taking
over the installation by the department against unsatisfactory performance and / or break down
due to defective design, workmanship of material etc. The equipments or components, or any
part thereof, so found defective during this guarantee period (defect liability period) shall be
forthwith repaired or replaced free of cost, to the satisfaction of the Engineer-in-Charge. In case
it is felt by the department that undue delay is being caused by the contractor in doing this, the
same will be got done by the department at the risk and cost of the contractor. The decision of the
Engineer-in-Charge in this regard shall be final.

i) If the total downtime of any of the SITC of the system is more than 7 days during the
One year defect liability period, then the defect liability period of the same shall be
extended for the downtime period.
ii) Sufficient trained and experienced personnel shall be made available to meet any
exigency of work during the guarantee period of one year from the handing over of the
installation.
iii) The maintenance, routine as well as preventive, for one year from the date of taking
over the installation (i.e. during the guarantee period) as per manufacturer’s
recommendations / standard practice shall be carried out and the record of the same shall
have to be maintained. Nothing extra shall be paid on this account.

19. Power Supply:


Power supply for execution of work at site will be arranged by the Contractor himself at its own
cost. No payment will be made by the department for same.

20. Data to be furnished by the tenderers:

i) With Technical Bid.


a) The tenderer shall furnish along with the technical bid, detailed technical literature,
pamphlets and technical data sheets duly filled in for appraisal and evaluation of the offer.
ii) After Award of Work:

The Contractor shall prepare the programme chart for the execution of the work showing
clearly all activities from the start of work to the completion, with details of requirements of
components & materials, man power and equipment deployment required for the completion of
the work within the stipulated period and submit the same to the Engineer-in-Charge within fifteen
days after the issue of letter for commencement of the work. The Contractor shall also submit
monthly programme and progress reports and up date / re-schedule the same every month. These
shall be submitted by the contractor in soft copy also besides forwarding hard copy of the same.
Correction—Nil Deletion—Nil Insertion—Nil Overwriting—Nil
AE(P) AE(E)
253

21. Documentation:

The successful tenderer should furnish well in advance three copies of detailed instructions
and manuals of manufacturers for all items of equipments regarding installation, operation and
maintenance including preventive maintenance & trouble shooting together with all the relevant
data sheets, spare parts catalogue and procedure regarding installation, programming/ resetting/
adjustments etc. all in triplicate. Wherever feasible these shall be submitted in soft copy also.

22. Extent of work :


i) The work shall comprise of entire labour including supervision and all materials necessary to
make a complete installation and such tests and adjustments and commissioning as may be
required by the department. The term complete installation shall not only mean major items of the
hardware components and equipments and software covered by Technical Specifications but all
incidental sundry components necessary for complete execution and satisfactory performance of
installation with all layout charts whether or not those have been mentioned in details in the tender
documents in connection with this contract.
ii) Minor building works necessary for installation of equipment, making of opening in walls or in
floors and restoring to their original condition, finish and necessary grouting etc as required to be
undertaken.
iii) Maintenance (Routine & preventive) for one year from date of completion and handing over.

23. Compliance with Regulations and Indian standards


i) All works shall be carried out in accordance with relevant regulation, both statutory and those
specified by the Indian Standards related to this work. In particular, the equipment and installation
shall comply with the following:
a. Factories Act
b. Indian Electricity Rules
c. I.S. & BS Standards as applicable
d. Workmen's compensation Act
e. Statutory norms prescribed by local bodiesNothing in this tender shall be construed to
relieve the successful tenderer of his responsibility for the design, manufacture and
installation of the equipment with all accessories in accordance with currently applicable
statutory regulations and safety codes.
ii) Successful tenderer shall arrange for compliance with statutory provisions of safety regulations
and departmental requirements of safety codes in respect of labour employed on the work by the
tenderer. Failure to provide such safety requirement would make the tenderer liable for penalty of
Rs.50/- for each default. In addition, the department will be at liberty to make arrangement for the
safety requirements at the cost of tenderer and recover the cost thereof from him.
24. Indemnity:

The successful tenderer shall at all times indemnify the department, consequent on this works
contract. The successful tenderer shall be liable, in accordance with the Indian Law and
Regulations, for any accident occurring due to any cause and the department shall not be
responsible for any accident or damage incurred or claims arising there from during the period of
erection, construction and putting into operation the equipments and ancillary equipment under the
supervision of the successful tenderer in so far as the latter is responsible.

Correction—Nil Deletion—Nil Insertion—Nil Overwriting—Nil


AE(P) AE(E)
254

25 Erection Tools:

No tools and tackles either for unloading or for shifting the equipments for erection purposes
would be made available by the department. The successful tenderer shall make own arrangement
for all these facilities.

26. Cooperation with other agencies:

The successful tender shall co-ordinate with other contractors and agencies engaged in the
construction of building and exchange freely all technical information so as to make the execution
of this works contract smooth. No remuneration should be claimed from the department for such
technical cooperation. If any unreasonable hindrance is caused to other agencies and any
completed portion of the work has to be dismantled and re-done for want of cooperation and
coordination by
the successful tenderer during the course of work, such expenditure incurred will be recovered from
the successful tenderer if the restoration work to the original condition or specification of the
dismantled portion of the work was not undertaken by the successful tenderer himself.

27. Mobilization Advance: No mobilization advance shall be paid for this work.

28. Insurance:

All consignments are to be duly insured upto the destination from warehouse to site at the cost
of the supplier. The insurance covers shall be valid till the equipment is handed over duly installed,
tested and commissioned. Documentary proof shall be submitted in this regard.

29. Verification of correctness of Equipment at Destination:

The contractor shall have to produce all the relevant records to certify that the genuine equipment
from the manufacturers has been supplied and erected.

30. Training:

The Scope of work includes training of personnel at site / works as applicable. Nothing extra shall
bepayable on this account.

31. Order of Preference:

Should there be any difference or discrepancy between the description of items as given in the
Schedule of Quantities, technical specifications for individual items of work (including additional
and commercial conditions) and IS Codes etc., the following order of preference shall be followed:
a. Schedule of quantities
b. Technical specifications of the tender
c. Additional and Commercial Conditions
d. General Conditions of Contract for CPWD Works
e. Drawings
Correction—Nil Deletion—Nil Insertion—Nil Overwriting—Nil
AE(P) AE(E)
255
f. CPWD General Specifications
g. Relevant IS or any other International code in case IS code is not available.

Note:
A. Any item particular or specification not mentioned in the above or in Technical
Specification but required for proper functioning of the SITC of Rooftop solar
photovoltaic power plant shall be provided free of cost.
B. The various parameters are to be designed as per requirement and data sheets are to
be furnished along with the offer.
C. Contractor shall co-ordinate with the civil contractor during construction of civil
workto avoid any future complication.
D. Contractor shall submit the shop drawing for approval before execution.

Correction—Nil Deletion—Nil Insertion—Nil Overwriting—Nil


AE(P) AE(E)
256

TECHNICAL SPECIFICATIONS (Solar Photovoltaic Power Plant)

1. SOLAR/ PV SYSTEM

1.1 Solar Photovoltaic

ModuleStandard

Solar Photovoltaic Modules shall conform to UL/ CE/ IEC/ IS specifications necessary
certification from the reputed laboratory shall be provided by bidder.

Electrical Features
Solar Photovoltaic module array shall consist of high efficiency Solar Modules utilizing
Crystalline Silicon Solar Photovoltaic cells. Solar Photovoltaic module shall be min.
310Wp. crystalline high power cells are used in the Solar Photovoltaic module. Solar
module shall be laminated using lamination technology using established polymer (EVA)
and Tedlar/ Polyester laminate.

Solar Photovoltaic module having a efficiency of minimum 16.0%. Module shall be made
of high transmissivity glass front surface with anti reflection coating giving high
encapsulation gain and hot butyl rubber edge sealant for module protection and mechanical
support.

All materials used must have a proven history of reliable and stable operation in external
outdoor applications. Solar modules are designed to operate and perform in relative
humidity up to 100% with temperatures between -10 Deg C and +85 Deg C and It shall
perform satisfactorily wind speed up to 200 KM/Hr from back side of panel.

Sample modules and production processes employed in the manufacture of the offered
module are in accordance with the requirements of IEC 61215/ IEC61730.

The module frame must be made of corrosion resistant materials, which is electrolytic ally
compatible with the structural material used for mounting the module.

Module Junction box (weather resistant) shall be designed for long life out door operation
in harsh environment. Degradation of power generated should not exceeding 20% of the
min. rated power over the 25 year period. Efficiency of solar PV system shall be
guaranteed to 90% for above 10 years& 80% for above 25 years.

The solar modules shall have suitable encapsulation and sealing arrangements to protect
the silicon cells from the environment. The arrangement and the material of encapsulation
is compatible with the thermal expansion properties of the Silicon cells and the module
framing arrangement/ material. The encapsulation arrangement ensures complete moisture
proofing during life of the solar modules.

Each module must have low iron tempered glass front for strength and superior light
transmission. It also must have back sheet for environment protection against moisture and
high voltage electrical insulation. The fill factor of modules is not less than 0.70 or above
70%.
Correction—Nil Deletion—Nil Insertion—Nil Overwriting—Nil
AE(P) AE(E)
257

The peak power point voltage and the peak power plant current of any supplied module and
/ or any module string (Series connected module) shall be not more than 3% from the
respective arithmetic mean for all modules and / or for all modules string as the case may
be.

Mechanical Features

Solar Photovoltaic Module shall be made of toughened, low iron content, high
transmissivity front glass. Anodized Aluminum Frame shall be provide around the module.
The module shall be encapsulated with Ethyl Vinyl Acetate (EVA). Silicon edge sealant
shall be provided around laminate. The back surface shall be Tedlar/ Polyester trilaminate.
ABS plastic terminal box shall be provided for the module output termination with
gasket to prevent water moisture the module shall be Resistant to water, abrasion, hail
impact, humidity & other environment factor for the worst situation at site. Bypass diode
arrangement shall be provided.

1.2 Data Sheet For The Solar PV Module Shall Be Furnished By Vender
i. PV Module Manufacturer name & Country
iii. No. of PV cells per Module
iv. Max peak watt of each module (Wp)
v. ROHS compliance (Yes/No) Enclose certificate
vi. Solar module frame material GI/SS
vii. Module dimensions
viii. Cable gland type at module Junction Box
ix. Weather resistant Junction Box(IP65) Yes/ No
x. Is it suitable for ambient Temperature of 50 deg.
C.
xi. Nominal voltage at AM 1.5 & 1000 lm radiation

xii. Operating voltage of solar module


xiii. Peak power voltage(Vmp) at 50 Deg C
xiv. Peak power current (Imp) each module.
xv. Open circuit Voltage(Voc)
xvi. Short circuit current (Isc)
xvii. Weight of each module Kg
xviii. Standard / Approvals from International Agencies
xix. PID free certificate enclosed (yes/No)
xx. LID free certificate enclosed (Yes/ No)
xxi. Module efficiency (min 16.0%)
xxii. Negative temp coefficient of power (not> minus
0.3%)

Correction—Nil Deletion—Nil Insertion—Nil Overwriting—Nil


AE(P) AE(E)
258
1.3 Module Mounting Structure

Structure shall support SPV modules at a given orientation, absorb and transfer the
mechanical loads to the roof properly. There shall be no requirement of welding or
complex machinery at site. The array structure shall be so designed that it will occupy
minimum space without sacrificing the output from SPV panels & shall withstand heavy
winds. The supplier/ manufacturer shall specify installation details of the PV modules and
the support structures with appropriate diagrams and drawings.

Module mounting structure shall be made up of aluminium. Super structure shall be


designed & fabricated according to site condition.
Support structure design and foundation or fixation mounting arrangements should
withstand minimum horizontal wind speed of 200kms/ hr (Designed value shall be greater
than 200kms/ hr). All fasteners shall be of Stainless steel - SS 303.
The size of main supporting structure shall not be less than 40mm x 40mm x 5mm
(Thick) Ms-Angle iron and the inter connecting structure shall be suitable size of Ms angle
iron/ flat strip as per recommendation of OEM. The lower edge of the structure shall not be
less than 900mm height. The structure should not be directly grout in the roof of building
to avoid puncturing of the roof. The structure shall be fitted with CC foundation block
having CC Ratio 1:2:4 of suitable size on the existing roof of the building compatible to
with stand required wind speed.

2. Power Conditioning Unit (PCU)


Solar array shall produces DC energy output and supplied to the DC bus for inverting to
AC voltage. Maximum Peak Power Tracking (MPPT) (The peak efficiency of PCU shall
not be less than 95% & shall be designed to meet the Solar PV Array capacity control)
will extract

maximum energy from solar array and provides 220VAC+/-2%, single phase / 415 volt +/
10% 3 phase 50HZ,. PCU should have 150 % Over load capacity for 60sec. Output wave
shape shall be sine wave with < 5% total harmonic distortion (THD). Additionally, it will
provide protection features such as, over current, short circuit, over temperature as a
minimum. PCU shall be of very high quality having high efficiency and shall be capable of
running load in isolated mode. The PCU should be completely compatible with the SPV
array voltage and grid supply voltage. The PCU shall be string type inverters to reduce the
DC power losses & can have the flexibility to increase the capacity of the plant. The PCU
shall be designed for continuous, reliable power supply as per specifications. The PCU
shall have internal protection arrangement against any sustained fault. The dimension,
weight, foundation details etc. of the PCU shall be clearly indicated in the detailed
technical specification. It has user friendly LCD display for programming and view on line
parameters. Unit shall be IP-65/67

Correction—Nil Deletion—Nil Insertion—Nil Overwriting—Nil


AE(P) AE(E)
259

2.1 Reference Data Sheet for Power Conditioning Unit Vendor to Submit Their Data Sheet.

Typical Electrical Parameters / Unit


i Nominal AC Output Power (Min. 50 KVA)
ii Output AC Voltage
iii Frequency
iv Total harmonic distortion
v AC over / under voltage over voltage / under
frequency protection.
vi Phase SIFT (COS Phi)
b. DC Side
i PV Power
ii Maximum DC Voltage
iii MPPT Voltage range
iv Maximum DC Current
v DC voltage ripple
vi DC over voltage protection
c. Other Parameters
i Minimum efficiency (CE)
ii Ambient temperature
iii Humidity (Non Condensing)
iv Quiescent Power
v Degree of protection for enclosure
vi Dimension / Weight
vii Noise level
viii Cooling
ix Input Range
3. DC Combiner Box
3.1 A DC Combiner Box shall be used to combine the DC cables of the solar module arrays
with DC fuse protection for the outgoing DC cable(s) to the DC Distribution Box.

4. DC Distribution Box
4.1 A DC distribution box shall be mounted close to the solar grid inverter. The DC distribution
box shall be of the thermo-plastic IP65 DIN-rail mounting type and shall comprise the
following components and cable terminations:

4.2 Incoming positive and negative DC cables from the DC Combiner Box;

4.3 DC circuit breaker, 2 pole (the cables from the DC Combiner Box will be connected to this
circuit breaker on the incoming side);

4.4 DC surge protection device (SPD), class 2 as per IEC 60364-5-53;

4.5 Outgoing positive and negative DC cables to the solar grid inverter.

Correction—Nil Deletion—Nil Insertion—Nil Overwriting—Nil


AE(P) AE(E)
260

4.6 As an alternative to the DC circuit breaker a DC isolator may be used inside the DC
Distribution Box or in a separate external thermoplastic IP 65 enclosure adjacent to the DC
Distribution Box. If a DC isolator is used instead of a DC circuit breaker, a DC fuse shall be
installed inside the DC Distribution Box to protect the DC cable that runs from the DC
Distribution Box to the Solar Grid Inverter.

5 AC Distribution Box (if required)

5.1 An AC distribution box shall be mounted close to the solar grid inverter. The AC
distribution box shall be of the thermo plastic IP65 DIN rail mounting type and shall
comprise the following components and cable terminations:

Incoming 3-core / 5-core (single-phase/three-phase) cable from


the solar grid inverter AC circuit breaker, 2-pole / 4-pole
AC surge protection device (SPD), class 2 as per
IEC 60364- 5-53 Outgoing cable to the building
electrical distribution board.

6 Cables

6.1.1 All cables shall be supplied conforming to IEC 60227/ IS 694 & IEC 60502/ IS 1554.
Voltage rating: 1,100V AC, 1,500V DC

6.1.2 For the DC cabling, XLPE or XLPO insulated and sheathed, UV stabilised single core
flexible copper cables shall be used. Multi-core cables shall not be used.

6.1.3 For the AC cabling, PVC or XLPE insulated and PVC sheathed single or multi-core
flexible copper cables shall be used. Outdoor AC cables shall have a UV-stabilised
outer sheath.

6.1.4 The total voltage drop on the cable segments from the solar PV modules to the solar
grid inverter shall not exceed 2.0%.

6.1.5 The total voltage drop on the cable segments from the solar grid inverter to the
building distribution board shall not exceed 2.0%

6.1.6 The DC cables from the SPV module array shall run through a UV-stabilised PVC
conduit pipe ofadequate diameter with a minimum wall thickness of 1.5mm.

6.1.7 Cables and wires used for the interconnection of solar PV modules shall be
provided with solar PV connectors (MC4) and couplers.
6.1.8 All cables and conduit pipes shall be clamped to the rooftop, walls and ceilings with
thermo-plastic clamps at intervals not exceeding 50 cm. The minimum DC cable size shall
be 4.0 mm2 copper. The minimum AC cable size shall be 4.0 mm2 copper. In three phase
Correction—Nil Deletion—Nil Insertion—Nil Overwriting—Nil
AE(P) AE(E)
261
systems, the size of the neutral wire size shall be equal to the size of the phase wires. The
following colour coding shall be used for cable wires:
DC positive: red (the outer PVC sheath can be black with a red

line marking) DC negative: black

AC single phase: Phase: red; neutral: black

AC three phase: Phases: red, yellow, blue; neutral:

black Earth wires: green

6.1.9 Cables and conduits that have to pass through walls or ceilings shall be taken through a PVC pipe
sleeve.

6.1.10 Cable conductors shall be terminated with tinned copper end-ferrules to prevent fraying
and breaking of individual wire strands. The termination of the DC and AC cables at the
Solar Grid Inverter shall be done as per instructions of the manufacturer, which in most
cases will include the use of special connectors.

7. Earthing
7.1.1 The PV module structure components shall be electrically interconnected and shall be grounded.

7.1.2 Earthing shall be done in accordance with CPWD Internal EI specification earthling
will done as per BOQ

7.1.3 A minimum of two separate dedicated and interconnected earth electrodes must be used
for the earthing of the solar PV system support structure with a total earth resistance not
exceeding 5 Ohm.
7.1.4 he earth electrodes shall have a precast concrete enclosure with a removable lid for
inspection and maintenance. The entire earthing system shall comprise non-corrosive
components.

8. Surge Protection
8.1.1 Surge protection shall be provided on the DC side and the AC side of the solar system.

8.1.2 The DC surge protection devices (SPDs) shall be installed in the DC distribution box
adjacent to the solar inverter.

8.1.3 The AC SPDs shall be installed in the AC distribution box adjacent to the solar inverter.

8.1.4 The SPDs earthing terminal shall be connected to earth through the above
mentioned dedicated earthing system. The SPDs shall be of type 2 as per IEC
60364-5-53
9. Junction Boxes
9.1.1 Junction boxes and solar panel terminal boxes shall be of the thermo plastic type with IP 65
protection for outdoor use and IP 54 protection for indoor use.
Correction—Nil Deletion—Nil Insertion—Nil Overwriting—Nil
AE(P) AE(E)
262

9.1.2 Cable terminations shall be taken through thermo-plastic cable glands. Cable ferrules shall
be fitted at the cable termination points for identification.

10. Bill of Materials

11.1 Complete Bill of Materials inclusive of Solar PV Modules, array Junction box, main
junction box, cables, PCU, Module mounting structures, etc shall be provided along
withthe offer.

11.2 The items not listed in BOM but required for successful installation/ commissioning of
SPV Power plant shall also be considered to be part of the supply scope without any extra
cost to the owner.

11. Type Test

Type testing certification should be produced at the time of delivery or earlier. Type
test certification should be dated not earlier than 1 year.

12 Support/ Training

The contractor must agree to provide complete support as per site requirement (single point
of contact regarding for entire solutions). Contractor shall provide the on site 3 day basic
operation.

Maintenance training to owner’s staff in 2 schedules


Contractor shall provide the operations and maintenance staff for first month in two shifts
at site. The O&M staff provided for first month at site should be able to take care the fault
finding and repair system to maintain the desired level of uptime of solar solutions at site.

Correction—Nil Deletion—Nil Insertion—Nil Overwriting—Nil


AE(P) AE(E)
263

GENERAL AND COMMERCIAL CONDITIONS for DG Set

1.0 GENERAL

1.1 This specification covers manufacture, testing as may be necessary before dispatch,
delivery at site, all preparatory work, assembly and installation, commissioning putting into
operation of DG Sets consisting of Earthing etc. and final testing of DG Sets at

1.2 Location: The DG Sets will be installed at Medical College at Shri Mata Vaishno Devi
University at Kakryal .
1.3 The work shall be carried out as per CPWD General Specifications for Electrical Works, Part VII
(DG SET works) 2013 as amended upto date, CPWD General Specifications for Electrical Works
Part-I & (Internal) 2023), as amended upto date, relevant IE rules, and as per directions of Engineer-
in-Charge. These additional specifications/ conditions are to be read in conjunction with above and
in case of variations; specifications given in the in the contract shall apply. However, nothing extra
shall be paid on account of these additional specifications and conditions, as the same are to be read
along with schedule of quantities for the work.

1.4 The tenderer should, in its own interest, visit the site to get familiarized with the site conditions
before tendering.

1.5 No T & P shall be issued by the Department and nothing extra shall be paid on account of this.

1.6 Type of Contract: The work to be awarded by this tender shall be treated as indivisible works
contract.

1.0 TERMS OF PAYMENTS


The following percentage of contract rates for the various items included in the contract & shall be
payable against the stage of work shown herein.
Engine-Alternator
S No. Stage of Work Set
& AMF Panel
I After initial inspection 60%
(wherever specified) & delivery
at site in good condition on pro-
rata basis.
II On completion of pro-rata 20%
installation
III On commissioning and 20%
completion of successful
running in period & taking over
of the DG set by the
department.
No foreign exchange shall be made available by the Department for importing (purchase) of
equipments, plants, machinery, materials of any kind or any other items required to be carried out
during execution of the work. No delay and no claim of any kind shall be entertained from the
Contractor, on account of variation in the foreign exchange rate.

Correction—Nil Deletion—Nil Insertion—Nil Overwriting—Nil


AE(P) AE(E)
264
3.0 Rates:

The rates quoted by the tenderer, shall be firm and inclusive of all taxes (including works contract
tax), GST, octroi, entry tax, duties and levies and all charges for packing forwarding, insurance,
freight and delivery, installation, testing, commissioning etc at site i/c temporary constructional
storage, risks, over head charges, general liabilities/obligations and clearance from local authorities.
The fee for the inspection of installation by government authorities shall be reimbursed by the
department on production of receipts. The contractor has to, however, initially make the payment.

4.0 Completeness of tender:


All sundry equipment, fittings, unit assemblies, accessories, hardware items, foundation bolts,
termination lugs for electrical connections, and all other items which are useful and necessary for
efficient assembly and installation of equipment and components of the work shall be deemed to
have been included in the tender irrespective of the fact whether such items are specifically
mentioned in the tender documents or not.
5.0 Inspection and Testing
Refer CPWD Specifications for DG Set– 2013 for various tests to be carried out at site.

6.0 Storage and custody of materials:


The agency has to make their own arrangement. Watch and ward of the stores and their safe custody
shall be the responsibility of the contractor till the final taking over of the installation by the
department.
7.0 Care of the Building :
1.4 The work is to be carried out in at Medical College at Shri Mata Vaishno Devi University at
kakryal the contractor while handling and installing the various equipments and components of the work to
avoid damage to the existing running equipment and building. He shall be responsible for repairing all
damages and restoring the same to their original finish at his cost. He shall also remove at his cost all
unwanted and waste materials arising out of the installation from the site of work.
8.0 Completion period :
The completion period indicated in the tender documents is for the entire work of planning,
designing, approval of General arrangement drawings, supplying, installation, testing,
commissioning and handing over of the entire installation to the satisfaction of the Engineer-in-
charge.
9.0 Performance Guarantee:
9.1 The tenderer shall guarantee among other things, the following vis-à-vis specifications:

a. Quality, strength and performance of the materials used.


b. Safe mechanical and electrical stress on all parts under all specified conditions of operation.
c. Satisfactory operation during the maintenance period.
10.0 Defect Liability Period:
The DG set along with battery will be under the guarantee period of one years from the date of
taking over the installation by the department against unsatisfactory performance and / or break
down due to defective design, workmanship of material. The equipments or components, or any
part thereof, so found defective during guarantee period shall be forthwith repaired or replaced free
of cost, to the satisfaction of the Engineer-in-Charge. In case it is felt by the department that undue
delay is being caused by the contractor in doing this, the same will be got done by the department at
the risk and cost of the contractor. The decision of the Engineer-in-Charge in this regard shall be
final.
Correction—Nil Deletion—Nil Insertion—Nil Overwriting—Nil
AE(P) AE(E)
265
11. Power Supply and Water Supply:
Power and water supply will be arranged by the contractor at the site for installation purpose.
Contractor will take due care to ensure safety of electrical installation during execution of work.
12. Data and Programme to be furnished by the tenderers:
After Award of Work:

a. The Contractor shall prepare the programme chart for the execution of the work showing
clearly all activities from the start of work to the completion, with details of requirements of
materials, man power, equipments and machinery deployment, required for the completion of
the work within the stipulated period and submit the same to the Engineer-in-Charge within
fifteen days after the issue of letter for commencement of the work. The Contractor shall also
submit monthly programme and progress reports and up date / re-schedule the same every
month. These shall be submitted by the contractor in soft copy also besides forwarding hard
copy of the same.
13. The successful tenderer should furnish well in advance three copies of detailed instructions and
manuals of manufacturers for all items of equipments regarding installation, adjustments, operation
and maintenance i/c preventive maintenance & trouble shooting together with all the relevant data
sheets, spare parts catalogue and workshop procedure for repairs, assembly and adjustment etc all in
triplicate.
14. Extent of work :
a. The work shall comprise of entire labour including supervision and all materials necessary to
make a complete installation and such tests and adjustments and commissioning as may be required
by the department. The term complete installation shall not only mean DG set covered by
Technical Specifications but all incidental sundry components necessary for complete execution and
satisfactory performance of installation with all layout charts whether or not those have been
mentioned in details in the tender documents in connection with this contract.

b. The work is turn key project. Any item required for completion of the project but left
inadvertently shall be executed with in the quoted rates.

15. Liaisoning and Co-operation with other agencies:


The successful tenderer shall co-ordinate with other contractors and agencies engaged in the
operation and maintenance of the building so as to make the execution of this works contract
smooth. If any unreasonable hindrance is caused to other agencies / damage is caused to the
existing installation resulting in loss of work or disruption in services during the course of work,
such expenditure incurred upon restoration and loss of work shall be recovered from the successful
tenderer. Water proofing of pits shall not be damaged under any circumstances.
16. Manufacturer test certificates of all the equipment and material shall be submitted along with supply.

17. No claim for idle labour shall be entertained by the department.

18. DATA MANUAL AND DRAWINGS TO BE FURNISHED BY THE TENDERER.

18.1 With Tender: The tenderer shall furnish alongwith the tender, detailed technical
literature, pamphlets and performance data for appraisal and evaluation of the offer.

Correction—Nil Deletion—Nil Insertion—Nil Overwriting—Nil


AE(P) AE(E)
266
18.2 After award of work

The successful tenderer would be required to submit the following drawings as per milestone for
approval of the department.

(a) General arrangement drawing of the equipments like DG Sets, AMF Panel etc. with complete
dimensions.

(b) Single line diagram of all DG Set & LT Panels etc

(c) Schematic drawing of LT and AMF Panels including all safety interlocking etc.

(d) Details of foundations for the equipments and the weights of assembled equipments.

(e) Cable layout between DG Set panel boards & LT essential panel of substation.

(f) Equipment details proposed to be procured for the execution of the work for
the approval of the Engineer-in-charge.

(g) Any other drawings necessary for the job.

19.0 The successful tenderer should furnish well in advance three copies of detailed instructions and
manuals of manufacturer’s for all items of equipments regarding installation, adjustments, operation
and maintenance including preventive maintenance & trouble shooting together with all the relevant
data sheets, spare parts catalogue etc. all in triplicate.

20.0 EXTENT OF WORK

20.1 The work shall comprise of entire labour including supervision and all materials necessary to make
a complete installation and such tests and adjustments and commissioning, as may be required by
the department. The term complete installation shall not only mean major items of the plant and
equipments covered by specifications but all incidental sundry components necessary for complete
execution and satisfactory performance of installation with all layout charts whether or not those
have been specifically mentioned in bill of quantity in the tender document. However, major
equipment not covered in the scope of the work and required subsequently as an additional feature,
not covered in the contract specifications, shall be paid extra. The decision of the engineer-in-
charge in the matter shall be final and binding upon the contractor.

20.2 The DG set Alternator will have the provision for connections with Aluminum conductor armoured
UG cable.

20.3 In addition to supply, installation, testing and commissioning of DG Sets, following works shall be
deemed to be included within the scope of work to be executed by the tenderer as this is a turnkey
job –

(a) Minor building works necessary for installation of equipments, foundation, the cement concrete
platform for diesel tanks, making of opening in walls or in floors and restoring them to their original
condition/finish and necessary grouting etc. as required.

(b) The necessary RCC foundations, isolation pads etc., as required.


21.0 EXCLUSION AND WORK TO BE DONE BY OTHER AGENCIES
The following shall be excluded from the scope of the work:

(a) Major civil construction work in existing building.


Correction—Nil Deletion—Nil Insertion—Nil Overwriting—Nil
AE(P) AE(E)
267

(b) Preparation of trenches in the existing building.

22.0 INSPECTION AND TESTING

22.1 For DG sets of capacity equal to or less than 200 KVA, testing shall necessarily be carried
out at site. However, initial inspection can be done at factory/manufacturer works before
dispatch at site of work at the discretion of Engineer-in-Charge. For testing, following
procedure will be followed: All major items/ equipments i.e. engine & alternator in
assembled condition, associated electrical control panels etc. shall be offered for
inspection and testing at factory/ manufacturers works. The successful tenderer shall give
a notice of minimum two weeks for carrying out such tests. The Engineer-in-charge/ or his
authorized representative shall witness such inspection & testing at mutually agreed date.
The cost of the representative’s visit to the factory will be borne by the Department. All
major items/ equipment i.e. engine & alternator in assembled condition, Electrical control
panel etc. shall be offered for initial inspection at factory/ manufacturers works. The cost of
the Engineer’s visit to the factory will be borne by the Department. After initial inspection,
DG Set and associated Electrical panel equipments shall be cleared for dispatch at site.

22.2 Copies of all documents of routine and type test certificates of the equipment, carried out
at the manufacturers premises shall be furnished to the Engineer-in-charge and
consignee.

22.3 After completion of the installation work in all respects, the contractor shall offer the DG
Sets for testing. DG set will be tested on load of unity power factor for the rated KW rating.
During testing, each of the D.G. sets covered under scope of work, shall be operated for 6
a period of 12 hours on the rated KW at DG set’s KW rating including one hour on 10%
overload after continuous run of the 12 Hours. During testing all controls/ operations
safeties will be checked and proper record will be maintained. Any defect/ abnormality
noticed during testing shall be rectifi ed. The testing will be declared successful only when
no abnormality/ failure is noticed during the testing. The DG set will be cleared for dispatch
to site only when the testing is declared successful by authorised representative/ Engineer-
in-Charge.

22.4 The requirement of testing of DG Set at manufacturer’s premises, in presence of


representative of the Department, can be dispensed with/ waived off, keeping in view the
exigency of works, with the prior approval of the Chief Engineer. However, test certificates
of the particular DG Set on full load, as mentioned in Sl. No. 22.3 above, shall be
submitted at the time of delivery of DG Set at site.

23.0 INSURANCE AND STORAGE

All consignments are to be duly insured up to the destination from warehouse at the cost of
the contractor. The insurance covers shall be valid till the equipment is handed over duly
installed, tested and commissioned.

24.0 PAINTING
This shall include cost of painting of the entire installation. The major equipments like DG Sets,
panel etc. shall be factory final finish painted. The agency shall be required to do only touching to
the damages caused to the painting during transportation, handling & installation at site, if there is
no major damage to the painting. However, hangers, supports etc. of bus trunking shall be painted
with required shade including painting with two coats of anticorrosive primer paint at site.

Correction—Nil Deletion—Nil Insertion—Nil Overwriting—Nil


AE(P) AE(E)
268

25.0 TRAINING
The scope of work includes the on job technical training of two persons of department at site.
Nothing extra shall be payable on this account.

26.0 MAINTENANCE
26.1 Sufficient trained and experienced staff shall be made available to meet any exigency of work
during the guarantee period of 12 months from the handing over of the installation.

26.2 The maintenance, routine as well as preventive, for 12 months from the date of taking over the
installation as per manufacturer’s recommendation shall be carried out on quarterly basis. The work
shall cover all routine and breakdown maintenance. The material required including changing of
lube oil, filters etc. is not in the scope of work.

26.3 Experienced and Trained Engineer should also be made available as & when required during the
guarantee period.

27. The contractor is to submit:


(i) Written commitment from OEM/OEA to supply the DG Sets and delivery schedule as per
requirement of department.
(ii) Certificate from OEM/OEA or authorized service provider of engine manufacturer for
satisfactory installation and commissioning of DG Set after completion of the work.
(iii) Required Guarantee of DG Set from OEM/OEA in favour of Engineer-in-Charge to cover
defect liabilities.
(iv) An undertaking that mandatory free service is carried out during the guarantee period by the
authorized service provider of engine manufacturer.
28. The contractor will provide all the spare parts during free service of DG set.

Correction—Nil Deletion—Nil Insertion—Nil Overwriting—Nil


AE(P) AE(E)
269

TECHNICAL SPECIFICATIONS FOR DG Set

1.0 Technical

Detailed technical specifications for the equipment and installations are indicated here under:-

1.1 Diesel Engine

1.1.1 Engine Rating

The engine shall be multi cylinders, vertical 4 stroke cycle, air/water cooled, diesel engine
developing required B.H.P. as per BS 649/1958 with upto date amendments under SITE
CONDITIONS for giving a continuous output of specified KVA at the load terminals of
alternator, exclusive of the power requirements of auxiliaries while running at 1500 rpm. (Both
naturally aspirated and turbo charged are acceptable).The tender shall submit the de rating
calculations along with the technical bid to prove the required output that will be available at the
site conditions. The DG Set shall compliance to latest CPCB-IV norms amended up to date.

The engine shall have 10% over load capacity of one hour in any period of 12 hours continuous
run.

The Engine shall be with following accessories.

a) Fly wheel, dynamically balanced.


b) Necessary flexible coupling and guard for alternator and engine.
c) Air cleaner dry type / oil bath type as per manufacturer’s recommendation.
d) Corrosion resistor.
e) Radiator complete with hoses fan, fan drive and guard.
f) Fuel tank inside the Acoustic Enclosure and an additional fuel tank of 990Ltrs. capacity outside
the Acoustic Enclosure.
g) Fuel Pump.
h) Hydraulic governor/mechanical governor as per manufacturer’s recommendations.
i) Electric starter 24 Volt D.C./ as per manufacturer’s recommendations.
j) Heavy duty batteries with lead and terminals as per actual requirements.
k) Fuel oil filter.
l) Lubricating oil filter.
m) Necessary pumps for cooling water, lubricating oil.
n) Necessary turbo chargers (exhaust gas driven) in turter changed engines only.
o) Instrument panel comprising of starting switch with key, lubricatingoil pressure gauge,water
temperature gauge, battery charging ammeter, hour meter with RPM indicator.

1.1.2 Cyclic variation


Cyclic variation of set shall be within the time specified in B.S.5514 and IS10002.

1.1.3 Governor
Governor shall be as per OEM.

1.1.4 Frequency variation:


Frequency variation of constant load including no load shall remain within a band of 1% of rated
frequency.

Correction—Nil Deletion—Nil Insertion—Nil Overwriting—Nil


AE(P) AE(E)
270
1.1.5 Fuel system
It shall be suction fed to engine driven fuel pump. A replaceable element of fuel filter shall be
suitably located to permit easy servicing and Daily service fuel tank suitable for 12 hours
continuous operation shall be complete with necessary supports, gauges, inlet, outlet connections,
drain plug, connecting piping (MS class B) etc. both to the engine as well as for filling pump. The
system shall be complete with semi-rotary pump.

1.1.6 Lubricating Oil system

It shall be so designed that when the engine starts even after a long shut down lubricating
Failure does not occur.

1.1.7 Cooling system


A closed circuit, self-contained system, comprising of pump, radiator fan, which shall be driven
directly by the engine shall be provided.

1.1.8 Starting System


This shall comprise of necessary heavy duty battery 24 Volt DC or as per manufacturer’s
recommendations, starter motor, axial type gear to match with the toothed ring on the fly wheel. A
bimetallic relay protection to protect the starter motor from excessively long cranking runs
suitably integrated with the engine protection system shall be included within the scope of the
work. Battery capacity shall be suitable for meeting the needs of the starting system as well as the
requirements of control panel. The scope shall cover all cable leads, terminations initial charging
etc.

1.1.9 Silencer
DryExhaustmanifoldwithResidentialtypesilencerconfirmingtoCPCB-IINorms amended up-to-date
shall be provided.

1.1.10 Instrumentation and control


Engine instrumentation shall be centralized on the instrument panel. The instrument panel shall be
re silent mounted on the engine and shall have the following mountings;-

A) Cooling water temperature gauge.


B) Engine Speedo meter.
C) Lubricating Oil pressure gauge.
D) Hour meter.
E) Engine push buttons and key.
F) High cooling water temperature cut off.
G) Low. Lubricating Oil pressure cut off.
H) Battery charging ammeter.

1.1.11 Solid state Monitoring & control panel


In additional to the engine instrumentation mentioned above there shall be a separate solid state
monitoring & control panel for monitoring and control of the following parameters.

1.1.11.1 Lubrication system


The Lub. Oil pressure, oil level and conditions shall be monitored.

1.1.11.2 Cooling System


The oil and water temperature shall be monitored through electronic sensors.

1.1.11.3. Override system


There shall be an over ride system operated by a switch key by which the engine can be operated
further even after warnings are given, taking a safe risk.

1.1.12 Barring gear


Suitable manual operating barring facility shall be provided on the fly wheel.

Correction—Nil Deletion—Nil Insertion—Nil Overwriting—Nil


AE(P) AE(E)
271
1.1.13 Piping work

All piping work including necessary fittings and accessories required inside the engine room and
outside for exhaust piping shall be provided. The supply shall include necessary flexible pipes in
the exhaust, fuel, lubricating Oil and water lines as necessary. The installation shall cover clamps,
supports, hangers lagging on exhaust pipe work etc. as are necessary for completing the work.

1.1.14 Common bed plate


Engine and alternator shall be mounted on a common bed plate together with radiator. The bed
plate shall be such that it will be feasible to remove the engine sump without disturbing the engine
assembly.
1.1.15 Anti Vibration Mounting
Suitable anti-vibration mountings Cushy foot shall be used for mounting the unit so as
topreventtransmissionofvibrationtothestructure.Themountingsofferedshallbeas recommended by
the manufacturer of D.G. Set.

2.0 Alternator
2.1.1 Rating
The alternator shall be rated for a continuous output of specified KVA (NTP) in BOQ
0.8 P.F. or better, at 415 Volts, 3 phase. 50 cycles suitable for the 4 wire system exclusive of
power requirement of auxiliaries. The tenderer should provide de-rating calculations for the
alternator & indicate the output at site conditions. Winding is to be star connected and neutral shall
be brought out through a separate terminal and will be solidly grounded. Speed of the alternator
shall match the engine for a direct drive.

2.1.2 Excitation (Brushless Excitation)


Self excited, self regulated and preferably with static excitation facility. The excitation unit should
preferably be mounted on the control panel and not on the alternator assembly. The rectifier shall
be suitable for operation at high ambient temperature at site.

2.1.3 Standards
The alternator shall be in accordance with the following standards as are applicable:
(a) IS:4722-68/BS-2613-1970.The electrical performance of rotating electrical machine.
(b) IS:4889-68/BS-269 rules for method of declaring efficiency of electrical machine.

2.1.4 Performance
Voltage regulation from no load to rated load shall be within a range of 5 % of rated voltage. The
frequency regulation from no load to full load shall be as defined by the Engineer-governor,
Voltage dip. For any addition of load up to and including 90% load shall not exceed 20% of rated
voltage and shall recover to and remain within the steady band within not more than 1.5 sec.
Similarly the frequency shall recover to the steady state frequency band within 5 seconds. The
windings shall not develop hot spots/ pockets exceeding safe limits due to an imbalance of 25%
between any two phases from no load to full load.

2.1.5 Voltage Regulations


An automatic voltage regulator system compatible with excitation system described above shall be
provided, so as to furnish a performance as defined herein under all condition of load. A manual
rheostatic control or an equivalent alternative to vary the set point from 400 to 433 volts may be
incorporated on the regulator panel or control panel.

2.1.6 Enclosure
Alternator enclosure should be screen protected drip proof. The level of guaranteed IP level of
protection should be indicated in the tender.

Correction—Nil Deletion—Nil Insertion—Nil Overwriting—Nil


AE(P) AE(E)
272
2.1.7 Terminal Box
Shall be suitable for necessary PVC 1.1 KV grade underground cable confirming specification to
IS1554 part-I with sufficient space for bifurcation inside the box, necessary removable gland plate,
cable lugs, connections shall all be included. Suitable segregation shall be available for other
cables such as excitation, control etc. the terminal box shall be suitable for with standing the
mechanical and thermal stresses developed due to any short circuit at the terminals.

2.1.8 Earth Terminals


Two Nos. earth terminals on opposite side with vibration proof connections, non ferrous hardware
etc.With galvanized or plate and passivated washers of minimum size 12 mm dia shall be
provided.

2.1.9 Winding
Class of insulation should be as per standard manufacturer product.

3.0 Control Panel


3.1.1 General Features
The control panel shall be fabricated out of sheet steel, totally enclosed, dust, damp and vermin
proof free standing floor mounted type and front of board operated. It shall preferably be made
into sections such that as far as feasible, there is no mixing of control, power D.C. and A.C.
functions in the same section and they are sufficiently segregated, except where they come
together on unit like relay/contactor etc is necessary. Sheet steel used for fabrication shall not be
less than 2 mm thick. Hinged doors shall be provided at the rear and front, preferably double leaf,
for each section for access to routine inspection from the rear etc. All indicating lamps,
instruments meters etc. shall be in the front. The degree of protection required will be IP 42
confirming to IS 2147-1962.
3.1.2 Earthing arrangement
One No. 25 mm x 5 mm copper strip shall be run at the rear of the board/connecting all the
sections suitable bonding to earth. Earth terminals shall be vibration proof with all hardware of
nonferrous or galvanized/ plated and passivated in case of ferrous hardware.

3.1.3 Gland Plates


Removable gland plates sectionalized for receiving various cables that are to enter on to the
section and undrilled or with suitable knockout shall be provided at the bottom of the panel
sections.Where heavy cable are to be brought and suitable clamps shall also be incorporated to
relieve the stress on the glands due to the weight and bends of the cable covers.

3.1.4 Terminal blocks and wirings


Terminal blocks of robust type and generally not less than 15 Amps capacity, 250 V grade for DC
upto 100 V and 660 Volts grade for AC and rest of the junctions shall be employed in such a
manner that they are freely accessible for maintenance. All control and small wiring from unit to
unit inside the panel shall also be done with not less than 2.5 sq.mm. copper conductor PVC
insulated and 660 volts grade. Suitable colour coding can be adopted. Wiring harness shall be
neatly formed and run, preferably function wise and as far as feasible segregated voltage wise. All
ends shall be identified with ferrules at the ends.

3.1.5 Lables
All internal components shall be provided with suitable identification lables suitably engraved.
Lables shall be fixed on buttons, indication lamps etc.

3.1.6 Painting
The entire panel shall be given primer coat after proper treatment and two coats of final paint of
approved shade before assembly of various items.

3.1.7 Equipment requirements:


The control cubical shall incorporate in the assembly, equipments as under:-
3.1.7.1 Control system equipments and components such as relays, contactors, circuit breakers etc as
required for/automatic manual operation.

Correction—Nil Deletion—Nil Insertion—Nil Overwriting—Nil


AE(P) AE(E)
273

3.1.7.2 Necessary controls for testing the generating set's healthiness, with test mode, on mains.
3.1.7.3 Necessary instruments and accessories such as voltmeter power factor meter ammeter, selector
switches,
3.1.7.4 Necessary indication lamps, fuses, terminal blocks, push buttons control switches etc. as required.
3.1.7.5 Necessary set shut down devices due to faults/abnormalities with indications alarm.
3.1.7.6 Necessary battery charger and wiring from mains supply.
3.1.7.7 Necessary excitation control and voltage regulating equipment.

4.0 System operation


These facilities provided the following operational requirements.

4.1.1 Manual Mode


a) In a manual mode it shall be feasible to startup the generator set only by the operator
pressing the start push button.
b) Alternator contactor/circuit breaker close and trip preparation shall be also through operator
only, by processing the appropriate button on the panel, closure shall be feasible only after
alternator has built up full voltage.
c) Engine shutdown, except otherwise due to faults, shall be manual, by pressing a ‘stop’
button.

4.1.2 Test Mode


(i) When under 'test' mode, the engine shall get the start signal even though the main supply is healthy and
the alternator start building up voltage but the set not take load by closing of alternator
contractor/breaker. However, if during the test mode the power supply has failed the load shall be
automatically get transferred to alternator.
(ii) However,itshouldbepossibletoloadthesetlocally,throughaTESTcontactor (which cannot be closed when
the set is in the normal "MANUAL" mode).
4.1.3 Auto mode

a) A line voltage monitor shall monitor supply voltage and/or frequency on each phase. When the main
supply fails completely or fails below set value (adjustable between 80% to 95% of normal value) on any
phase. The monitor module shall initiate start up of diesel engine through master timer and sequence
timer.
b) To avoid initiation due to momentary dips or system disturbances, a time delay adjustable between 0 to 5
seconds shall be incorporated in the initiation of the starting system.
c) Three at tempts starting facility shall be provided through the sequence timer (6 seconds ON, 5 seconds
OFF with repeat facility).
d) If at the end of third attempt the engine has not been started and built up voltage, engine shall be locked
out for start and "engine fails to start" signal appears. The master timer shall have provision for this
function.
e) However the engine will restart if the operator presses, there set button or if the engine is started
manually.
f) Sequence timer will have facility to make it feasible ovary independently ON- OFF setting periods from
one to ten seconds.
g) If alternator for any reason does not build up voltage after the first or second start as the case may be,
further starting attempt will not be made and the starting facility will be reset.
h) Once the engine has built up speed and the alternator has started developing the voltage, the starting
facility will be reset.
i) When the alternator voltage reaches the prescribed value the contactor or circuit breaker shall close to
connect load to the alternator. The load is now supplied by the alternator.
j) When the mains supply is resorted and is healthy as sensed by the line voltage monitor the load shall be
transferred automatically to mains supply from the alternator through suitable timer which can be set
between one to ten minutes.
k) The diesel engine automatically restarts after two minutes and reverts to stand by position for next
situation as explained above.
l) Alternator and mains contactors are in variably electrically and mechanically interlocked so that when
one is ON the other cannot be made ON.

Correction—Nil Deletion—Nil Insertion—Nil Overwriting—Nil


AE(P) AE(E)
274
4.1.4 Engine shutdown and alternator protection equipments
Following shutdown and protection system shall be integrated in the control panel.
4.1.4.1 Engine
a) Low lub. Oil pressure shutdown.
b) High coolant (water) temp shutdown.
c) Engine over speed shut down. The type of arrangement offered should be indicated in the tender.

4.1.4.2 Alternator
It shall have overload short circuit and earth leakage protection to trip the circuit breaker/contactor in the
event of overloads backed up with MCCBs for short circuit protection, and/or in the vent of earth faults,
the O/L trip to be adjustable between 80% to 120% E/L trip to be adjustable between 10% to 40%. An
alternator over voltage trip also shall be incorporated. MCCBs shall be for 31 MVA at 415 Volts
repturing capacity confirming to ISS.

4.2 Earthing System:


This shall confirm to CPWD General Specifications for electrical works Part-II internal 2023 upto date.

4.3 Installation
4.3.1 Suitable vibration isolation mountings shall be provided by the Contractor, as per the recommendations
of the manufacturer of the DG Set and approved by the Engineer-in-charge of the work.
4.3.2 The scopes of work include delivery of DG Set at site including loading, unloading, handling etc and
also placement of the same on the foundation. All necessary tools, tackles, labours etc. required for the
purpose shall be arranged bythe Contractor.
4.3.3 The sets shall be accurately leveled so as to ensure trouble free and smooth operation.
4.3.4 All pipe work, cable work etc shall be carried out in a workman like manner to the satisfaction of the
Engineer-in-Charge. The work includes all sundry materials and flexible connections as required to
avoid transmission of vibrations.
4.3.5 The work shall also include suitable supports for pipes cable etc if required.
4.4 Battery Charger Kit
When set it not in operation, controlled from the load side so that the charger shall only be energised
when mains are energised. It shall remain off when the set is in operation. This shall consist of:-
a) Mains transformer of adequate rating with taping on secondary side for TPICKLE/BOOST
CHARGING.
b) Rectified Bridge type Rectifier.
c) DC Voltmeter 0 – 30 Volt, Square flush mounting type.
d) DC Ammeter 0 – 30 A Square flush mounting type.
e) Charge rate (Trickle/ Boost) selector switch.
f) Facia window indicate to battery charger "ON" indication.

4.5 Installation of AMF Panel –As per OEM standards & recommendations

4.6 Installation of DG Set


a) The alternator coupled to the diesel engine with horizontal coupling shall be mounted on a heavy duty
common base plate of suitable steel channel of welded construction. The foundation shall be made
with the cement concrete not less than 1:2:4 ratio and should be of suitable size as per manufacturer’s
recommendation. The copy (drawing) of layout of complete foundation plan and cross section shall
have to be supplied prior to the commencement of foundation work.
b) The contractor will execute the work so as to comply all the requirements of state/ competent
Pollution Control Board.
c) The Contractor shall have to extend the exhaust pipe –outside the DG Set Room, which is in the scope
of work.
d) All exhaust joints shall be welded to prevent escape of flue gases and smoke inside the Generator
room. As best osrope shall be fixed on full length (in side the room)of exhaust pipe which is in the
scope of work.
e) All the connection from tank to the Engine shall be provided with MS pipe fixed on ground with
suitable clamps/saddles etc. as required.
f) Anti-corrosive solution shall be filled (first filling) by the contractor free of cost in the cooling system.
g) Prevention/Protective covering on the and filling around foundation shall be liability of contractor.
Correction—Nil Deletion—Nil Insertion—Nil Overwriting—Nil
AE(P) AE(E)
275

List of Acceptable Makes


Sl. No. Description Make
1. Steel Conduits & accessories STEEL KRAFT /BEC /AKG/RMCON duly ISI
marked.
2. PVC Conduit & accessories BEC/AKG/Polycab/Polypack
3. PVC Trunking MK (Honeywell)/ Schneider Electric/ Legrand
4. PVC insulated FRLS Copper Polycab/Havells/KEI/RR Kabel/Finolex.
Conductor Wires
5. U.G. Cables KEI/Polycab/Havells/RR Kabel/ Finolex.

6. Telephone Cable Molex/Delton/Finolex/Havells


7. TV Cable Havells/Molex/Delton/Finolex
8. CAT 6 Cable / Patch cord Delton/Finolex/Legrand/ Siemens / Molex/ Schneider /
Belden/Duranet
9. Steel raceway Legrand/MK/Schneider/RMCON
10. Pop-up-box Bestnet/Logic/E-Learn
11. RJ45 Switch Legrand/Siemens/Schneider/L&T/ABB/Havells
12. Modular Switch & Socket, GI Legrand/Siemens/Schneider/L&T/ABB/Havells
Box And Modular Plate, Step
Type fan Regulator, DB, MCB,
RCBO, ISOLATOR, LOOSE
WIRE BOX/ industrial socket
13. Ceiling fan Crompton/ USHA/Havells/ Orient/Atomberg
14. Heavy duty exhaust Crompton/ USHA/Havells/ Orient/ Atomberg
fan/Ventilation Fan
15. LED luminaries i/c flood lights, Philips/Havells/Wipro /LT/ Regent (with system
street lights fittings lumens as specified in BOQ duly supported with LM
79 and LM 80 reports need to be submitted from Govt.
accredited lab)
16. Street Light Pole/High Mast Bajaj/Philips/ Valmont/Transrail/Skipper

17. Pole Junction Box Sintex/Hensel/Clipsal Menkkes

18. M.S. Pipe/G.I. Pipe Jindal (Hissar) /Tata/SAIL/Prakash Surya duly ISI
Marked
19. DWC HDPE Pipe Rex/Duraline/Supreme duly ISI Marked
20. RO Water Purification KENT /Livpure/Eureka Forbes/Havells

21. 150 Ltrs. Water Cooler Usha/Voltas/Bluestar

Correction—Nil Deletion—Nil Insertion—Nil Overwriting—Nil


AE(P) AE(E)
276
22. Carbon-di-oxide type fire Ceasefire/Minimax/Kennex/Safex/Lifeguard
extinguishers capacity 4.5 KG
23. ABC Powder type fire Ceasefire/ Minimax/ Kennex/Safex/ Lifeguard
extinguishers capacity 6 KG
24. Double Brass compression Dowells/Action/Gripwell/Comet/Jainson/Braco
gland / Thimbles
25. MCCB L&T (D Sine) /Siemens (3VA) / ABB (Tmax) /
(It should be Ics = Icu = 100%) Schneider (Compact NSX) / Legrand (DPX3)
26. Digital Instruments AE/L&T/Schneider/Siemens/Trinity/Conzerve

27. CT & PT AE/Kappa/Matrix/EPCOS/L&T/Schneider/Gilberts &


Maxwell
28. Enamel Painting of pipes etc Asian / Goodlas Nerolac /ICI / Berger

29. Paint Primer Asian / Jenson Nicholson / Berger

30. Contactors & Overload Relays L&T / Siemens /ABB/Schneider

31. Indicating Lamps L&T / Siemens / C&S/Schneider

32. STARTERS Schneider/L&T/Legrand /SIEMENS

33. Submersible Pump Set Kirloskar/KSB/Crompton Greaves/Wilo/Armstrong

34. Push Buttons Siemens / C&S /Teknika / BCH/L&T

35. Connectors/ Terminal Blocks Elmex / Connectwell / Essen

36. UPS APC/Vertiv/Microtek/ABB/Schneider

37. UPS Batteries Amron/Exide/TATA/As per OEM

38. VRV/VRF System Daikin/Toshiba/Mitsubishi /O General /Hitachi/Carrier


Outdoor/indoor unit
39. Copper Refrigeration Pipe Rajco/Total line/Mandev / Jindal refrigeration.

40. Nitrile Rubber Insuflex/Armaflex/Eurobatex/Aflex/Superlon/Supreme

41. PVC Pipe Supreme/Polypack/Prakash/Surya/Astrall/Finolex/AKG


(ISI Marked)

42. 0.63 mm thick GI Sheet Tata/Jindal/SAIL

43. Power/Control Cables Polycab/Havells/KEI/RR Kabel/Finolex.

Correction—Nil Deletion—Nil Insertion—Nil Overwriting—Nil


AE(P) AE(E)
277
44. Thermocole Styrene Packaging/Beardshell Ltd./ Malanpur Entech/
Lloyd
45. VRV/VRF System Daikin/Toshiba/Mitsubishi /O General /Hitachi/Carrier
Outdoor/indoor unit
46. Copper Refrigeration Pipe Rajco/Total line/Mandev / Jindal refrigeration.

47. Nitrile Rubber Insuflex/Armaflex/Eurobatex/Aflex/Superlon/Supreme

48. PVC Pipe Supreme/Polypack/Prakash/Surya/Astrall/Finolex/AKG


(ISI Marked)

49. Cable tray PILCO/Stealways/Slotco/Apex/Indiana/Simon


Fabricators/Skytone
50. Power/Control Cables Polycab/Havells/KEI/RR Kabel/Finolex.

51. Thermocole Styrene Packaging/Beardshell Ltd./ Malanpur Entech/


Lloyd

52. Single headed internal hydrant Newage / Eversafe/ Superex/Lifeguard


Valve
53. RRL Hose Pipe Newage / Eversafe/ Superex/Lifeguard

54. Branch Pipe Newage / Eversafe/ Superex/Lifeguard

55. Hose Box Newage / Eversafe/ Superex/Lifeguard

56. Fire Bridge Connection Newage / Eversafe/ Superex/Lifeguard

57. Sluice Valve Advance/Sant / Audco /Leader

58. Non Return Valve Advance/Sant / Audco /Leader

59. Butterfly Valve Advance/Sant / Audco /Leader

60. Air Vessel Newage / Eversafe/ Superex/Lifeguard

61. Pressure Switch Indfoss / Switzer / System Sensor / Danfoss /H guru

62. Terrace Pump Armstrong / Grundfos/ Mather & Platt/ Kirloskar/ Wilo

63. Fasteners. Hilti / Fischer/ Chilli / GMGR

64. Weld Rods Advani / L&T / Esab

65. Ball Valves Audco/ Sant/ Leader/ Advance/ Zoloto/ Kirloskar

Correction—Nil Deletion—Nil Insertion—Nil Overwriting—Nil


AE(P) AE(E)
278
66. Main Fire Alarm Panel Notifier /Siemens/Bosch/ Edward

67. Detector Notifier /Siemens/Bosch/ Edward

68. Response indicator Notifier /Siemens/Bosch/ Edward

69. Manual Call Point Notifier /Siemens/Bosch/ Edward

70. Hooter Notifier /Siemens/Bosch/ Edward

71. IP Based Dome Camera Honeywell UK Series


/Pelco/BOSCH/Impulse/AXIS/TYCO

72. IP Based bullet Camera Honeywell UK Series /Pelco/BOSCH/


Impulse/AXIS/TYCO

73. PTZ Camera Honeywell UK Series /Pelco/BOSCH/


Impulse/AXIS/TYCO

74. Network Video Storage Honeywell UK Series /Pelco/BOSCH/ AXIS/TYCO

75. 55'' LED Smart TV Display Samsung/LG/Sony/Panasonic

76. PC (Work station) HP/Dell/Lenovo

77. 4 Ports POE unmanaged switch Cisco/Allied/Extreme/Juniper

78. 8 Ports POE unmanaged switch Cisco/Allied/ Extreme /Juniper

79. RJ 45 Cable connector D-Link/ Legrand/Schnieder/Duranet

80. EPABX system of 4 X 4 X 56


lines & module upto 120 ports Cisco/Avaya/Matrix/Siemens/Alcatel

81. Master Console Phone Cisco/Avaya/Matrix/Siemens/Alcatel

82. Push button caller ID Phone Cisco/Avaya/Matrix/Siemens/Alcatel

83. 20 Pair M.S krone Tag Box in Krone/BTS/MX/Beetel


18 SWG Sheet

84. 24 Ports 10/100/1000 managed Cisco/Allied/Extreme/Juniper


LAN switch

85. Patch Panel Huberhuner/Rossenberg/Duranet/Systimax/Amp

Correction—Nil Deletion—Nil Insertion—Nil Overwriting—Nil


AE(P) AE(E)
279
86. HDMI Cable Manhatten/Cramer/Crystron/Extron

87. Access point/ Wi-fi routers Cisco/D-link/Extreme/Juniper

88. Firewall (150-200 users) Qualcom/Sophous/Extreme/Cisco

89. Rack Rittal/ Legrand/Duranet/Netrack/D-link

90. LCD/LED Panel Christie /Sony /Samsung.


professionaldisplay
91. Digital Signal Processor with BSS /Biamp /Symetrix/ Xilica / Shure.
AEC
92. VC trolley Lumi / Legrand AV Chief/ FUSION
93. Microphone cable Porel/Klotz/Belden/Kramer
94. Network Switch D-link/Netgear/Cisco
95. Secured 4K wireless Kramer/ Barco /Crestron.
presentation
device
96 LIFT OTIS/ Kone/ Mitsubishi/ Schindler/ Johnson
Lifts Pvt. Ltd
97. Solar Power Generation System REIL / BHEL / BEL / CEL / REC / SOLON /
VIKRAM / ABB
98. Junction Box VNT / SUN GARNER / OEM of SPV Modules
99. SPV Inverter As per MNRE / Manufactures Standards
100. ACOUSTIC ENCLOSURES OEM/OEA OF DG Set Engine manufacturer
101. Solar Cable XLPO Insulated RR Kabel / Polycab / Havells / Finolex / Lapp
(DC)
102. DG Set Engine Caterpillar/Cummins/ KOEL Green/Volvo Penta/
Perkins/Mitsubishi
103. Alternator Stamford/Leroy Somer/ Koel Green/As per OEM
104. ACOUSTIC ENCLOSURES OEM/OEA OF DG Set Engine manufacturer
105. Earth Fault relay/Relays/ Timers L&T/SCHNEIDER/SIEMENS/ABB
106. Connectors/ Terminal Blocks Elmex / Connectwell / Essen/SCHNIEDER/L&T
107. Battery Charger Max Power/ Mahamai
108. Cement ACC/ Ultra Tech/ JK/ Ambuja

109. 11 KV VCB Panel Siemens / ABB / Kirloskar / Crompton / Schneider /


L&T
110. ACB SCHNEIDER (NW) / SIEMENS (3WT) / ABB
(E-MAX)/L&T (U POWER OMEGA) / LEGRAND
( DMX3)
111. MCCB L&T (D Sine) /Siemens (3VA) / ABB (Tmax) /
Schneider (Compact NSX) / Legrand (DPX3)
112. Main LT Panel, APFC Panel ABB (ArTuK) / Schneider electric (BLOKSET)/
( TTTA Type) Siemens (SIEPAN) /L&T (T-ERA) / LEGRAND
(XL3) or their authorized licensee channel partner (in
case of channel partner, the name shall be got
approved from Engineer-in-charge). In all cases
standard design inspection shall be done by
Correction—Nil Deletion—Nil Insertion—Nil Overwriting—Nil
AE(P) AE(E)
280
licensor, who shall be fully responsible for
performance of the panel.
113. LT Panels / Outdoor Feeder
Adlec/ Tricolite/Precision/ Advance Panel & Switch
Pillar (Non TTTA Type)
Gear / Simon Fabricator/ASPL/Milestone
114. Capacitor ABB/ Schneider/ L&T/ EPCOS/ Siemens
115. Sandwich type bus LEGRAND / SCHNEIDER / L&T / C&S
trunking/Rising Main and all ELECTRIC/ ABB
accessories like Tap off Box,
End Feed Unit etc.
116. Selector switches SALZER / KAYCEE / L & T
117. HT Cable KEI/ HAVELLS/ POLYCAB/ RR
KABEL/FINOLEX
118. Chemical Earthing JMV/ JEF TECHNO SOLUTIONS PVT. LTD.
/ERICO/ OBO
119 TRANSFORMER (Oil Type)- SCHNEIDER ELECTRIC INFRASTRUCTURE/
CROMPTON GREAVES /KIRLOSKAR/
BHEL/VOLTAMP/ABB
120. Mono Submersible Pump Set Kirloskar/KSB/Crompton Greaves/Wilo/Armstrong
121. 86 Inch Interactive LED Unit Sony/Panasonic/Samsung/LG
122. PoE Switches Juniper/Extreme/Cisco/Zyxel/HP
123. 27 U Cabinet i/c accessories HCL/Netrack/HP/Tata
124. Wall Mount Speaker Electrovoice/Aties/TOA/AEX/EAW
125. Power Amplifier Electrovoice/Aties/TOA/AEX/EAW
126. Wireless Bosch/Electrovoice/TOA/AEX/ATIES/EAW
Handheld/Lapel/Headworn
Microphone
127. Digital Podium with Touch Peoplelink/Q-Nex/AHA
Screen
128. DMX Special Cable Kramer/Belden/Krystal/Deepcab
129. Any Other Items With Prior approval of Engineer in charge

Correction—Nil Deletion—Nil Insertion—Nil Overwriting—Nil


AE(P) AE(E)
281

Government of India
Central Public Works Department
Name of work: Construction of Medical College, SMVDU at Kakryal,
Katra(J&K)

Part-C
SCHEDULE OF QUANTITY

Correction—Nil Deletion—Nil Insertion—Nil Overwriting—Nil


AE(P) AE(E)
282

SCHEDULE OF QUANTITY (CIVIL)

S.No. Description Qty Rate Unit Amount


SUB HEAD : EARTH WORK
2.0
Earth work in surface excavation not exceeding 30
cm in depth but exceeding 1.5 m in width as well as
1 10 sqm on plan including getting out and disposal of
excavated earth upto 50 m and lift upto 1.5 m, as
directed by Engineer-in- Charge:

1.1 All kinds of soil 6020.00 129.85 Sqm 781697.00


Earth work in excavation by mechanical means
(Hydraulic excavator)/manual means over areas
(exceeding 30 cm in depth, 1.5 m in width as well as
2 10 sqm on plan) including getting out and disposal of
excavated earth lead upto 50 m and lift upto 1.5 m,
as directed by Engineer-in-charge.

2.1 All kinds of soil 18060.00 177.50 Cum 3205650.00


Excavating trenches of required width for pipes,
cables, etc including excavation for sockets, and
dressing of sides, ramming of bottoms, depth upto
1.5 m, including getting out the excavated soil, and
then returning the soil as required, in layers not
3
exceeding 20 cm in depth, including consolidating
each deposited layer by ramming, watering, etc. and
disposing of surplus excavated soil as directed,
within a lead of 50 m :

3.1 All kinds of soil


Pipes, cables etc. exceeding 80 mm dia. but not
3.1.1 exceeding 300 mm dia 590.00 352.15 Mtr 207769.00
Pipes, cables etc. exceeding 300 mm dia but not
3.1.2 exceeding 600 mm 1800.00 549.75 Mtr 989550.00
Filling available excavated earth (excluding rock) in
trenches, plinth, sides of foundations etc. in layers
not exceeding 20cm in depth, consolidating each
4 deposited layer by ramming and watering, lead up
to 50 and for all lift.

13545.00 196.00 Cum 2654820.00


Excavating, supplying, stacking and filling of local
earth (including royalty) by mechanical transport
upto a lead of 5km also including ramming and
5 watering of the earth in layers not exceeding 20 cm
in foundation trenches, plinth, sides of foundation
etc. complete for all lift.

3375.00 700.50 Cum 2364188.00


Correction—Nil Deletion—Nil Insertion—Nil Overwriting—Nil
AE(P) AE(E)
283
Extra for every additional lift of 1.5 m or part thereof in
6 excavation / banking excavated or stacked materials.

6.1 All kinds of soil 9030.00 126.80 Cum 1145004.00


Supplying and filling in plinth with sand under floors,
7 including watering, ramming, consolidating and dressing
complete.
2709.00 2123.75 Cum 5753239.00
Supplying chemical emulsion in sealed containers
8 including delivery as specified.

8.1 Chlorpyriphos/ Lindane emulsifiable concentrate of 20%


750.00 234.75 Ltr 176063.00
Diluting and injecting chemical emulsion for POST-
9 CONSTRUCTIONAL anti-termite treatment (excluding the
cost of chemical emulsion) :
Supplying chemical emulsion in sealed containers
9.1 including delivery as specified.
Chlorpyriphos/ Lindane emulsifiable concentrate of 20%
9.1.1
7500.00 38.90 Ltr 291750.00
SUB HEAD :
4.0 CONCRETE WORK
Making plinth protection 50mm thick of cement
concrete 1:3:6 (1 cement : 3 coarse sand (zone-III)
derived from natural sources : 6 graded stone
aggregate 20 mm nominal size derived from natural
sources) over 75mm thick bed of dry brick ballast 40
10
mm nominal size, well rammed and consolidated
and grouted with fine sand, including necessary
excavation, levelling & dressing & finishing the top
smooth.
599.00 749.30 Sqm 448831.00
Providing and laying in position ready mixed or site
batched design mix cement concrete for plain
cement concrete work; using coarse aggregate and
fine aggregate derived from natural sources,
Portland Pozzolana/Ordinary Portland /Portland Slag
cement, admixtures in recommended proportions
as per IS: 9103 to accelerate / retard setting of
concrete, to improve durability and workability
without impairing strength; including pumping of
concrete to site of laying, curing, carriage for all
11 leads; but excluding the cost of centering, shuttering
and finishing as per direction of the engineer-in-
charge; for the following grades of concrete. Note:
Extra cement up to 10% of the minimum specified
cement content in design mix shall be payable
separately. In case the cement content in design mix
is more than 110% of the minimum specified
cement content, the contractor shall have discretion
to either re-design the mix or bear the cost of extra
cement.

Correction—Nil Deletion—Nil Insertion—Nil Overwriting—Nil


AE(P) AE(E)
284
11.1 All works upto plinth level :
Concrete of M10 grade with minimum cement
11.1.1 content of 220 kg /cum 1787.00 8835.15 Cum 15788413.00

SUB HEAD : REINFORCED CEMENT CONCRETE


5.0
Centering and shuttering including strutting,
12 propping etc. and removal of form for
Foundations, footings, bases of columns, etc. for
12.1 mass concrete 2250.00 392.15 Sqm 882338.00
Suspended floors, roofs, landings, balconies and
12.2 access platform 14407.00 927.25 Sqm 13358891.00
Lintels, beams, plinth beams, girders, bressumers
12.3 and cantilevers 14935.00 736.40 Sqm 10998134.00
Columns, Pillars, Piers, Abutments, Posts and Struts
12.4
8348.00 961.30 Sqm 8024932.00
Stairs, (excluding landings) except spiral-staircases
12.5
875.00 764.95 Sqm 669331.00
Extra for additional height in centering, shuttering
where ever required with adequate bracing,
propping etc., including cost of de-shuttering and
13 decentering at all levels, over a height of 3.5 m, for
every additional height of 1 metre or part thereof
(Plan area to be measured).

Suspended floors, roofs, landing, beams and


13.1 balconies (Plan area to be measured) 14407.00 384.30 Sqm 5536610.00
Providing precast cement concrete Jali 1:2:4 (1
cement : 2 coarse sand(zone-III) : 4 graded stone
aggregate 6mm nominal size ), reinforced with 1.6
mm dia mild steel wire, including centering and
14 shuttering, roughening cleaning, fixing and finishing
in cement mortar 1:3 (1 cement: 3 fine sand) etc.
complete, excluding plastering of the jambs, sills and
soffits.

14.1 50 mm thick 125.00 1886.90 Sqm 235863.00


Steel reinforcement for R.C.C. work including
straightening, cutting, bending, placing in position
15 and binding all complete upto plinth level and above
plinth level.
Thermo-Mechanically Treated bars of grade Fe-500D
or more.
Note :- TMT bars must be corrosion resistent steel
15.1
reinforcement bar (IS Code : 1786) as per OM No.
CSQ/SE(TAS)/Steel/2022/257-H dated 23.06.2022
for which noting extra will be paid . 1776750.00 107.85 Kg 191622488.00

Correction—Nil Deletion—Nil Insertion—Nil Overwriting—Nil


AE(P) AE(E)
285
Add for plaster drip course/ groove in plastered
16 surface or moulding to R.C.C. projections. 6000.00 78.40 Mtr 470400.00
Providing and laying in position ready mixed or site
batched design mix cement concrete for reinforced
cement concrete work; using coarse aggregate and
fine aggregate derived from natural sources,
Portland Pozzolana / Ordinary Portland /Portland
Slag cement, admixtures in recommended
proportions as per IS: 9103 to accelerate / retard
setting of concrete, to improve durability and
workability without impairing strength; including
pumping of concrete to site of laying, curing,
17 carriage for all leads; but excluding the cost of
centering, shuttering, finishing and reinforcement as
per direction of the engineer-in-charge; for the
following grades of concrete.
Note: Extra cement up to 10% of the minimum
specified cement content in design mix shall be
payable separately. In case the cement content in
design mix is more than 110% of the specified
minimum cement content, the contractor shall have
discretion to either re-design the mix or bear the
cost of extra cement.
17.1 All works upto plinth level
Concrete of M30 grade with minimum cement
17.1.1 content of 350 kg /cum 3440.00 9655.70 Cum 33215608.00
17.2 All works above plinth level upto floor V level
Concrete of M30 grade with minimum cement
17.2.1 content of 350 kg /cum 5043.00 10011.35 Cum 50487238.00
Add for using extra cement in the items of design
18 mix over and above the specified cement content
therein. 3196.55 733.50 Qtl 2344669.00

SUB HEAD : MASONRY WORK


6.0
Brick work with common burnt clay F.P.S. (non
19 modular) bricks of class designation 7.5 in
foundation and plinth in:
19.1 Cement mortar 1:6 (1 cement : 6 coarse sand) 425.00 7132.25 Cum 3031206.00
Brick work with common burnt clay F.P.S. (non
modular) bricks of class designation 7.5 in
20 superstructure above plinth level up to floor V level
in all shapes and sizes in :
20.1 Cement mortar 1:6 (1 cement : 6 coarse sand) 685.00 9344.35 Cum 6400880.00

Correction—Nil Deletion—Nil Insertion—Nil Overwriting—Nil


AE(P) AE(E)
286
Half brick masonry with common burnt clay F.P.S.
(non modular) bricks of class designation 7.5 in
21 superstructure above plinth level up to floor V level.

21.1 Cement mortar 1:4 (1 cement :4 coarse sand) 274.00 1123.80 Sqm 307921.00
Extra for providing and placing in position 2 Nos
22 6mm dia. M.S. bars at every third course of half
brick masonry. 274.00 104.80 Sqm 28715.00
Brick edging 7cm wide 11.4 cm deep to plinth
protection with common burnt clay F.P.S. (non
23 modular) bricks of class designation 7.5 including
grouting with cement mortar 1:4 (1 cement : 4 fine
sand).
1200.00 59.45 Mtr 71340.00
Providing and laying Autoclaved Aerated
concrete(AAC) blocks masonry with 150mm to 300
mm thick with Grade-1 AAC blocks of density 551 to
650 kg/cum conforming to IS:2185 (Part 3) in super
structure above plinth level up to floor V level with
24 RCC band at sill level and lintel level with approved
block laying polymer modified adhesive mortar all
complete as per direction of Engineer-in-Charge.
(The payment of RCC band and reinforcement shall
be made for seperately). 3880.00 8333.65 Cum 32334562.00

SUB HEAD : CLADDING WORK


8.0
Providing and fixing 18 mm thick gang saw cut,
mirror polished, premoulded and prepolished,
machine cut for kitchen platforms, vanity counters,
window sills, facias and similar locations of required
size, approved shade, colour and texture laid over
25 20 mm thick base cement mortar 1:4 (1 cement : 4
coarse sand), joints treated with white cement,
mixed with matching pigment, epoxy touch ups,
including rubbing, curing, moulding and polishing of
edges to give high gloss finish etc. complete at all
levels.
Granite stone slab of colour black, Cherry/Ruby red
25.1

25.1.1 Area of slab upto 0.50 sqm 50.00 5413.50 Sqm 270675.00
25.1.2 Area of slab over 0.50 sqm 1897.00 5136.30 Sqm 9743561.00
Providing edge moulding to 18 mm thick marble
stone counters, Vanities etc., including machine
26 polishing to edge to give high gloss finish etc.
complete as per design approved by Engineer-in-
Charge.

26.1 Granite work 2800.00 510.95 Mtr 1430660.00

Correction—Nil Deletion—Nil Insertion—Nil Overwriting—Nil


AE(P) AE(E)
287
Extra for fixing marble /granite stone, over and
above corresponding basic item, in facia and drops
27 of width upto 150 mm with epoxy resin based
adhesive, including cleaning etc. complete.
50.00 568.55 Mtr 28428.00
Extra for providing opening of required size & shape
for wash basin/ kitchen sink in kitchen platform,
vanity counter and similar location in marble/
28 Granite/ stone work, including necessary holes for
pillar taps etc. including moulding, rubbing and
polishing of cut edges etc. complete.
75.00 978.70 Each 73403.00
Stone work (machine cut edges) for wall lining etc.
(veneer work) upto 10 metre height, backing filled
with a grout of average 12 mm thick cement mortar
1:3 (1 cement : 3 coarse sand) including pointing in
29 white cement mortar 1:2 (1 white cement : 2 stone
dust) with an admixture of pigment matching the
stone shade : (To be secured to the backing and the
sides by means of cramps and pins which shall be
paid for separately) :
White sand stone - Exposed face machine cut and
29.1 table rubbed with rough backing.
29.1.1 40 mm thick 615.00 8330.65 Sqm 5123350.00
Providing and fixing stainless steel cramps of
required size and shape for anchoring stone wall
lining to the backing or securing adjacent stones in
30 stone wall lining in cement mortar 1:2 (1 cement : 2
coarse sand), including making the necessary chases
in stone and holes in walls wherever required. 554.00 714.40 Kg 395778.00
Providing and fixing Ist quality ceramic glazed wall
tiles (300x600) or more conforming to IS: 15622
(thickness to be specified by the manufacturer), of
approved make, in all colours, shades except
burgundy, bottle green, black of any size as
31 approved by Engineer-in-Charge, in skirting, risers of
steps and dados, over 12 mm thick bed of cement
mortar 1:3 (1 cement : 3 coarse sand) and jointing
with grey cement slurry @ 3.3kg per sqm, including
pointing in white cement mixed with pigment of
matching shade complete. 3125.00 1267.95 Sqm 3962344.00
Designing, fabricating, testing, installing and fixing in
position Curtain Wall with Aluminium Composite
32 Panel Cladding, with open grooves for linear as well
as curvilinear portions of the building , for all heights
and all levels etc. including:

Correction—Nil Deletion—Nil Insertion—Nil Overwriting—Nil


AE(P) AE(E)
288
(a) Structural analysis & design and preparation of
shop drawings for pressure equalisation or rain
screen principle as required, proper drainage of
water to make it watertight including checking of all
the structural and functional design.

(b) Providing, fabricating and supplying and fixing


panels of aluminium composite panel cladding in
pan shape in metalic colour of approved shades
made out of 4mm thick aluminium composite panel
material consisting of 3mm thick FR grade mineral
core sandwiched between two Aluminium sheets
(each 0.5mm thick). The aluminium composite panel
cladding sheet shall be coil coated, with Kynar 500
based PVDF / Lumiflon based fluoropolymer resin
coating of approved colour and shade on face # 1
and polymer (Service) coating on face # 2 as
specified using stainless steel screws, nuts, bolts,
washers, cleats, weather silicone sealant, backer
rods etc.
(c) The fastening brackets of Aluminium alloy 6005 T5 /
MS with Hot Dip Galvanised with serrations and serrated
washers to arrest the wind load movement, fasteners, SS
316 Pins and anchor bolts of approved make in SS 316,
Nylon separators to prevent bi-metallic contacts all
complete required to perform as per specification and
drawing The item includes cost of all material & labour
component, the cost of all mock ups at site, cost of all
samples of the individual components for testing in an
approved laboratory, field tests on the assembled
working curtain wall with aluminium composite panel
cladding, cleaning and protection of the curtain wall with
32.1 aluminium composite panel cladding till the handing over
of the building for occupation. Base frame work for ACP
cladding is payable under the relevant aluminium item.s
The Contractor shall provide curtain wall with aluminium
composite panel cladding, having all the performance
characteristics all complete , as per the Architectural
drawings, as per item description, as specified, as per the
approved shop drawings and as directed by the Engineer-
in-Charge. However, for the purpose of payment, only the
actual area on the external face of the curtain wall with
Aluminum Composite Panel Cladding (including width of
groove) shall be measured in sqm. up to two decimal
places. 2160.00 5015.05 Sqm 10832508.00

SUB HEAD WOOD & PVC WORK


: 9.0

Correction—Nil Deletion—Nil Insertion—Nil Overwriting—Nil


AE(P) AE(E)
289
Providing wood work in frames of doors, windows,
clerestory windows and other frames, wrought
framed and fixed in position with hold fast lugs or
33 with dash fasteners of required dia & length (hold
fast lugs or dash fastener shall be paid for
separately).

33.1 Second class teak wood 49.00 142949.70 Cum 7004535.00


Providing and fixing ISI marked flush door shutters
conforming to IS : 2202 (Part I) decorative type, core
of block board construction with frame of 1st class
34 hard wood and well matched teak 3 ply veneering
with vertical grains or cross bands and face veneers
on both faces of shutters.
35 mm thick including ISI marked Stainless Steel butt
34.1 hinges with necessary screws 1424.00 3473.85 Sqm 4946762.00
Providing and fixing ISI marked flush door shutters
conforming to IS : 2202 (Part I) non-decorative type,
core of block board construction with frame of 1st
35 class hard wood and well matched commercial 3 ply
veneering with vertical grains or cross bands and
face veneers on both faces of shutters:
35 mm thick including ISI marked Stainless Steel butt
35.1 hinges with necessary screws 285.00 2392.65 Sqm 681905.00
Extra for providing vision panel not exceeding 0.1
36 sqm in all type of flush doors (cost of glass excluded)
(overall area of door shutter to be measured):
36.1 Rectangular or square 28.00 199.15 Sqm 5576.00
Providing & Fixing decorative high pressure
laminated sheet of plain / wood grain in gloss /
matt/ suede finish with high density protective
37 surface layer and reverse side of adhesive bonding
quality conforming to IS : 2046 Type S, including cost
of adhesive of approved quality.

37.1 1.0 mm thick 570.00 897.30 Sqm 511461.00


Providing and fixing panic bar / latch (Double point)
fitted with a single body, Trim Latch & Lock on back
38 side of the Panic Latch of reputed brand and
manufacture to be approved by the Engineer- in-
charge, all complete.
66.00 8366.15 Each 552166.00

Correction—Nil Deletion—Nil Insertion—Nil Overwriting—Nil


AE(P) AE(E)
290
Providing and fixing factory made uPVC glazed/wire mesh
windows/doors comprising of lead free uPVC multi-chambered
frame, sash and mullion/coupler (where ever required)
extruded profiles having minimum wall thickness of 1.70 mm for
Series R1 and R2 profiles and 2.10 mm for Series R3 and R4
profiles conforming to EN: 12608 in any shape, colour and
design duly reinforced with galvanized mild steel section made
of required shape & size as per CPWD Specification, uPVC
extruded glazing beads, interlocks and Inline sash adaptor
(where ever required) of appropriate dimension, EPDM gasket,
hardware, SS 304 grade fasteners of minimum 8 mm dia with
countersunk head, comprising of matching polyamide PA6 grade
sleeve for fixing frame to finished wall as per IS 1367 : Part 1 to
14, plastic packers, plastic caps and necessary stainless steel
39 screws etc. Profile of frame, sash & mullion (if required) shall be
mitred cut and fusion welded/mechanically jointed duly sealed
at all corners, including drilling of holes for fixing hardware and
drainage of water etc. After fixing frame the gap between frame
and adjacent finished wall shall be filled with weather proof
silicon sealant over backer rod of approved size and quality, all
complete as per approved drawing conforming to CPWD
specification & direction of Engineer-in-Charge. Section of steel
reinforcement and cross sections of uPVC profiles to be as per
design approved by Engineer-in-Charge.
Wire mesh / Glazing of plain/ toughened/ laminated/ double
glass unit with / without high performance coatings as per
design requirements and conforming to IS: 3548 & IS: 16231
shall be paid separately.
Note:- Structural design proof checked from a
Government Engineering Institute, to be provided
by the manufacturer for :
(i) Sites with basic wind speed > 45 m/sec as per IS
875 – Part 3
(ii) Sites with structure height more than 20m for all
wind speeds

Two track four panels sliding windows with


Aluminium channel for roller track, wool pile, zinc
39.1 alloy (zamak) powder coated handle on three panels
along with multi-point locking system, nylon rollers
with SS 304 body.
Using R3 series with frame (55mm & above) x
39.1.1 (40mm & above) & sash (30mm & above) x (55mm
& above) (Height upto 1.8m). 2324.00 7860.35 Sqm 18267453.00

Correction—Nil Deletion—Nil Insertion—Nil Overwriting—Nil


AE(P) AE(E)
291
Providing and fixing fire resistant door frame of
section 50 x 60 mm on horizontal side & 35 x 60
mm on vertical sides having built in rebate made out
of 1.6 mm thick GI sheet ( Zinc coating not less than
120gm/sqm) suitable for mounting 120 minutes Fire
Rated Glazed Door Shutters. The frame shall be filled
with mineral wool Insulation having density
minimum 96Kg/sqm . The frame will have a
provision of G.I. anchor fastners 14 nos ( 5 each on
40 vertical style & 4 on horizontal style of size M10 x 80
) suitable for fixing in the opening along with factory
made template for SS ball bearing hinges of Size
100x89x3mm for fixing of fire rated glazed shutter .
The frame shall be finished with a approved fire
resistant primer or powder coating of not less than
30 micron in desired shade as per the directions of
Engineer - in- Charge . (Cost of SS ball bearing hinges
is excluded).
433.00 2202.90 Mtr 953855.70
Providing and fixing 60 mm thick glazed fire resistant
door shutters of 120 minutes Fire rating confirming
to IS:3614 (Part II) or EN1634-1:1999, tested and
certified as per laboratory approved by Engineer-in-
Charge, with suitable mounting on door frame,
consisting of vertical styles, top rail & side rail 60
mm x 60 mm wide and bottom rail of 110 mm x 60
mm made out of 1.6mm thick G.I. sheet (zinc
41 coating not less than 120gm/sqm) duly filled mineral
wool insulation having density minimum 96 kg/cum
and fixing with necessary stainless steel ball bearing
hinges of size 100x89x3mm of approved make,
including applying a coat of approved fire resistant
primer or powder coating not less than 30 micron
etc all complete as per direction of Engineer-in-
Charge (panelling to be paid for seperately). 279.00 12017.90 Sqm 3352994.00

SUB HEAD :
10.0 STEEL WORK
Providing and fixing 1mm thick M.S. sheet door with
frame of 40x40x6 mm angle iron and 3 mm M.S.
42 gusset plates at the junctions and corners, all
necessary fittings complete, including applying a
priming coat of approved steel primer.

Using M.S. angels 40x40x6 mm for diagonal braces


42.1
22.00 5804.35 Sqm 127696.00

Correction—Nil Deletion—Nil Insertion—Nil Overwriting—Nil


AE(P) AE(E)
292
Steel work in built up tubular (round, square or
rectangular hollow tubes etc.) trusses etc., including
cutting, hoisting, fixing in position and applying a
43 priming coat of approved steel primer, including
welding and bolted with special shaped washers etc.
complete.

43.1 Hot finished seamless type tubes 36000.00 206.35 Sqm 7428600.00
Providing and fixing pressed steel door frames
conforming to IS: 4351, manufactured from
commercial mild steel sheet of 1.60 mm thickness,
including hinges, jamb, lock jamb, bead and if
required angle threshold of mild steel angle of
section 50x25 mm, or base ties of 1.60 mm, pressed
44 mild steel welded or rigidly fixed together by
mechanical means, including M.S. pressed butt
hinges 2.5 mm thick with mortar guards, lock strike-
plate and shock absorbers as specified and applying
a coat of approved steel primer after pre-treatment
of the surface as directed by Engineer-in-charge:
44.1 Profile B
Fixing with adjustable lugs with split end tail to each
44.1.1 jamb 1000.00 583.30 Mtr 583300.00
Steel work welded in built up sections/ framed work,
including cutting, hoisting, fixing in position and
45 applying a priming coat of approved steel primer
using structural steel etc. as required.

In stringers, treads, landings etc. of stair cases,


45.1 including use of chequered plate wherever required,
all complete 2000.00 123.60 Kg 247200.00
In gratings, frames, guard bar, ladder, railings,
45.2 brackets, gates and similar works 15000.00 172.60 Kg 2589000.00
Providing and fixing stainless steel ( Grade 304)
railing made of Hollow tubes, channels, plates etc.,
including welding, grinding, buffing, polishing and
making curvature (wherever required) and fitting
the same with necessary stainless steel nuts and
bolts complete, i/c fixing the railing with necessary
46 accessories & stainless steel dash fasteners ,
stainless steel bolts etc., of required size, on the top
of the floor or the side of waist slab with suitable
arrangement as per approval of Engineer-in-charge,
(for payment purpose only weight of stainless steel
members shall be considered excluding fixing
accessories such as nuts, bolts, fasteners etc.).
45000.00 772.40 Kg 34758000.00

SUB HEAD : FLOORING


11.0
Correction—Nil Deletion—Nil Insertion—Nil Overwriting—Nil
AE(P) AE(E)
293
Chequerred precast cement concrete tiles 22 mm
thick in footpath & courtyard, jointed with neat
cement slurry mixed with pigment to match the
47 shade of tiles, including rubbing and cleaning etc.
complete, on 20 mm thick bed of cement mortar 1:4
(1 cement: 4 coarse sand).

Medium shade pigment using 50% white cement


47.1 50% Grey cement 1950.00 1328.35 Sqm 2590283.00
Providing and fixing 10 mm thick acid and/or alkali
resistant tiles of approved make and colour using
acid and/or alkali resisting mortar bedding, and
48 joints filled with acid and/or alkali resisting cement
as per IS : 4457, complete as per the direction of
Engineer-in- Charge.

In flooring on a bed of 10 mm thick mortar 1:4 (1


48.1 acid proof cement : 4 coarse sand)
48.1.1 Acid and alkali resistant tile 360.00 1739.90 Sqm 626364.00
Kota stone slab flooring over 20 mm (average) thick
base laid over and jointed with grey cement slurry
mixed with pigment to match the shade of the slab,
49 including rubbing and polishing complete with base
of cement mortar 1 : 4 (1 cement : 4 coarse sand) :

49.1 25 mm thick 250.00 1948.25 Sqm 487063.00


Providing and laying rectified Glazed Ceramic floor
tiles of size 300x300 mm or more (thickness to be
specified by the manufacturer), of 1st quality
conforming to IS : 15622, of approved make, in all
colours, shades, except White, Ivory, Grey, Fume
50 Red Brown, laid on 20 mm thick Cement Mortar 1:4
(1 Cement : 4 Coarse sand), jointing with grey
cement slurry @ 3.3 kg/ sqm including pointing the
joints with white cement and matching pigments
etc., complete.
1500.00 1439.40 Sqm 2159100.00
Providing and laying full body vitrified floor tiles in
different sizes (thickness to be specified by the
manufacturer) with water absorption less than
0.08% and conforming to IS: 15622, of approved
make, in all colours and shades, laid on 20mm thick
51
cement mortar 1:4 (1 cement : 4 coarse sand),
jointing with grey cement slurry @ 3.3 kg/ sqm
including grouting the joints with white cement and
matching pigments etc., complete.

51.1 Size of Tile 1000x1000 mm 12742.00 2089.65 Sqm 26626320.00

Correction—Nil Deletion—Nil Insertion—Nil Overwriting—Nil


AE(P) AE(E)
294
Providing and laying Vitrified tiles in different sizes
(thickness to be specified by manufacturer), with
water absorption less than 0.08 % and conforming
to I.S. 15622, of approved make, in all colours &
shade, in skirting, riser of steps, over 12 mm thick
52 bed of cement mortar 1:3 (1 cement: 3 coarse sand),
jointing with grey cement slurry @ 3.3 kg/ sqm
including grouting the joint with white cement &
matching pigments etc. complete.

52.1 Size of Tile 1000x1000 mm 1912.00 2162.60 Sqm 4134891.00


Providing and laying flamed finish Granite stone
flooring in required design and patterns, in linear as
well as curvilinear portions of the building all
complete as per the architectural drawings with 18
mm thick stone slab over 20 mm (average) thick
base of cement mortar 1:4 (1 cement : 4 coarse
53 sand) laid and jointed with cement slurry and
pointing with white cement slurry admixed with
pigment of matching shade including rubbing, curing
and polishing etc. all complete as specified and as
directed by the Engineer-in-Charge :

Flamed finish granite stone slab Jet Black, Cherry


53.1 Red, Elite Brown, Cat Eye or equivalent. 294.00 3186.70 Sqm 936890.00
Providing and laying Polished Granite stone flooring
in required design and patterns, in linear as well as
curvilinear portions of the building all complete as
per the architectural drawings with 18 mm thick
stone slab over 20 mm (average) thick base of
cement mortar 1:4 (1 cement : 4 coarse sand) laid
54 and jointed with cement slurry and pointing with
white cement slurry admixed with pigment of
matching shade including rubbing , curing and
polishing etc. all complete as specified and as
directed by the Engineer-in-Charge.

Polished Granite stone slab colour of Black,


54.1 Cherry/Ruby Red or equivalent 5880.00 4481.30 Sqm 26350044.00

SUB HEAD : ROOFING WORK


12.0

Correction—Nil Deletion—Nil Insertion—Nil Overwriting—Nil


AE(P) AE(E)
295
Providing and fixing on wall face unplasticised Rigid
PVC rain water pipes conforming to IS : 13592 Type
55 A, including jointing with seal ring conforming to IS :
5382, leaving 10 mm gap for thermal expansion, (i)
Single socketed pipes.

55.1 110 mm diameter 1750.00 377.40 Mtr 660450.00


Providing and fixing on wall face unplasticised - PVC
moulded fittings/ accessories for unplasticised Rigid
PVC rain water pipes conforming to IS : 13592 Type
56 A, including jointing with seal ring conforming to IS :
5382, leaving 10 mm gap for thermal expansion.

56.1 Bend 87.5°


56.1.1 110 mm bend 140.00 150.35 Each 21049.00
56.2 Shoe (Plain)
56.2.1 110 mm Shoe 140.00 131.85 Each 18459.00
Providing and fixing unplasticised -PVC pipe clips of
approved design to unplasticised - PVC rain water pipes
by means of 50x50x50 mm hard wood plugs, screwed
57 with M.S. screws of required length, including cutting
brick work and fixing in cement mortar 1:4 (1 cement : 4
coarse sand) and making good the wall etc. complete.
57.1 110 mm 1750.00 371.30 Nos 649775.00
Providing and fixing to the inlet mouth of rain water pipe
PTMT (an Engineering Thermoplastic) grating square (Slit)
58 150 mm square with a height of 8 mm and weighing not
less than 100 gms. 70.00 84.55 Each 5919.00
Providing and fixing tiled false ceiling of specified materials of
size 595x595 mm in true horizontal level, suspended on inter
locking metal grid of hot dipped galvanized steel sections (
galvanized @ 120 grams/ sqm, both side inclusive) consisting of
main "T" runner with suitably spaced joints to get required
length and of size 24x38 mm made from 0.30 mm thick
(minimum) sheet, spaced at 1200 mm center to center and
cross "T" of size 24x25 mm made of 0.30 mm thick (minimum)
sheet, 1200 mm long spaced between main "T" at 600 mm
center to center to form a grid of 1200x600 mm and secondary
cross "T" of length 600 mm and size 24x25 mm made of 0.30
mm thick (minimum) sheet to be interlocked at middle of the
59 1200x600 mm panel to form grids of 600x600 mm and wall
angle of size 24x24x0.3 mm and laying false ceiling tiles of
approved texture in the grid including, required cutting/making,
opening for services like diffusers, grills, light fittings, fixtures,
smoke detectors etc. Main "T" runners to be suspended from
ceiling using GI slotted cleats of size 27 x 37 x 25 x1.6 mm fixed
to ceiling with 12.5 mm dia and 50 mm long dash fasteners, 4
mm GI adjustable rods with galvanised butterfly level clips of
size 85 x 30 x 0.8 mm spaced at 1200 mm center to center along
main T, bottom exposed width of 24 mm of all T-sections shall
be pre-painted with polyester paint, all complete for all heights
as per specifications, drawings and as directed by Engineer-in-
charge.

Correction—Nil Deletion—Nil Insertion—Nil Overwriting—Nil


AE(P) AE(E)
296
GI Metal Ceiling Lay in plain Tegular edge Global
white color tiles of size 595x595 mm, and 0.5 mm
thick with 8 mm drop; made of G I sheet having
galvanizing of 100 gms/sqm (both sides inclusive)
59.1
and electro statically polyester powder coated of
thickness 60 microns (minimum), including factory
painted after bending.
1960.00 1902.95 Sqm 3729782.00
12.5 mm thick fully Perforated Gypsum Board tile
made from plasterboard having glass fibre
conforming to IS: 2095 part I, of size 595x595 mm,
having perforation of 9.7x9.7 mm at 19.4 mm c/c
with center borders of 48 mm and the side borders
59.2
of 30 mm, backed with non woven tissue on the
back side, having an NRC (Noise Reduction
Coefficient) of 0.79, with 50 mm resin bonded glass
wool backing.
11755.00 1528.00 Sqm 17961640.00

SUB HEAD :
13.0 FINISHING WORK
60 12 mm cement plaster of mix :
60.1 1:6 (1 cement: 6 coarse sand) 20000.00 343.65 Sqm 6873000.00
15 mm cement plaster on rough side of single or half
61 brick wall of mix:
61.1 1:6 (1 cement: 6 coarse sand) 15000.00 395.35 Sqm 5930250.00
Extra for plastering exterior walls of height more
62 than 10 m from ground level for every additional
height of 3 m or part thereof. 21000.00 87.10 Sqm 1829100.00
Distempering with 1st quality acrylic distemper
(ready mixed) having VOC content less than 50
63 gram/litre, of approved manufacturer and of
required shade and colour all complete to achieve
even shade and colour :
New work (two or more coats) over and including
water thinnable priming coat with cement primer
63.1 having VOC content less than 50 gram/litre
20000.00 185.65 Sqm 3713000.00
Finishing walls with textured exterior paint of
64 required shade :
New work (Two or more coats applied @ 3.28 ltr/10
64.1 sqm) over and including priming coat of exterior
primer applied @ 2.20kg/10 sqm 15000.00 223.60 Sqm 3354000.00
Painting with synthetic enamel paint of approved
65 brand and manufacture to give an even shade :

65.1 Two or more coats on new work 4000.00 155.90 Sqm 623600.00

Correction—Nil Deletion—Nil Insertion—Nil Overwriting—Nil


AE(P) AE(E)
297
Providing and applying white cement based putty of
average thickness 1 mm, of approved brand and
66 manufacturer, over the plastered wall surface to
prepare the surface even and smooth complete.
39000.00 156.05 Sqm 6085950.00
Polishing in high gloss/matt finish melamine clear polish
on wood work in required color/wooden shade texture
with following process in the sequence as detailed below:
1. The surface to be polished is rubbed with sand paper
80/120 no. and then with sand paper of 160/180 nos.
2. Applying two coats of sealer with spray gun and
allowing sufficient drying time for 1st coat and 2nd coat is
allowed to dry for 8 to 12 hrs.
3. On drying of sealer coat, wet rubbing with emery cloth
of finer grading with ample water to remove excess sealer
layer and make the surface further smooth after this wet
rubbing, then surface is applied with special grade
melamine fillers to fill all the small and big holes/grooves
67
etc. Filler coat to be allowed to dry for 4 to 6 hrs on which
again a light wet rubbing is done this surface is further
allowed to dry for 12 hrs.
4. On this, 1st coat of melamine polish is applied with
spray gun using melamine clear polish and melamine
thinner in required proportion. This 1st coat is allowed to
dry for 24 hrs then this dry surface is again fine wet
rubbed smooth, which is further allowed to dry for 12 hrs.
The final melamine polish is applied with compressor
pressure spray gun using melamine clear polish and
melamine thinner mixed in required proportion complete
as per direction of Engineer-in-Charge. (Final coat to be
done in 1 or 2 layers without gap of time.) 2847.00 3049.85 Sqm 8682923.00

SUB HEAD : ROAD WORK


16.0
Providing and laying 60mm thick faciory made
cement concrete interlocking paver block of M -30
grade made by block making machine with strong
vibratory compaction, of approved size, design &
shape, laid in required colour and pattern over and
68
including 50mm thick compacted bed of coarse
sand, filling the joints with line sand etc. all
complete as per the direction of Engineer-in-charge.

250.00 972.00 Sqm 243000.00

Correction—Nil Deletion—Nil Insertion—Nil Overwriting—Nil


AE(P) AE(E)
298
Providing and laying at or near ground level factory
made kerb stone of M-30 grade cement concrete in
position to the required line, level and curvature,
jointed with cement mortar 1:3 (1 cement: 3 coarse
sand), including making joints with or without
grooves (thickness of joints except at sharp curve
shall not to more than 5mm), including making
69 drainage opening wherever required complete etc.
as per direction of Engineer-in-charge (length of
finished kerb edging shall be measured to calculate
volume for payment). (Precast C.C. kerb stone shall
be approved by Engineer-in-charge).

108.00 10117.60 Cum 1092701.00


Providing and laying factory made chamfered edge
Cement Concrete paver blocks in footpath, parks,
lawns, drive ways or light traffic parking etc, of
required strength, thickness & size/ shape, made by
table vibratory method using PU mould, laid in
required colour & pattern over 50mm thick
compacted bed of sand, compacting and proper
70 embedding/laying of inter locking paver blocks into
the sand bedding layer through vibratory
compaction by using plate vibrator, filling the joints
with sand and cutting of paver blocks as per
required size and pattern, finishing and sweeping
extra sand. complete all as per direction of Engineer-
in-Charge.

80 mm thick C.C. paver block of M-35 grade with


70.1 approved colour design and pattern. 4500.00 1091.50 Sqm 4911750.00

SUB HEAD : SANITARY


17.0
Providing and fixing water closet squatting pan
(Indian type W.C. pan ) with 100 mm sand cast Iron
P or S trap, 10 litre low level white P.V.C. flushing
cistern, including flush pipe, with manually
71 controlled device (handle lever) conforming to IS :
7231, with all fittings and fixtures complete,
including cutting and making good the walls and
floors wherever required:

White Vitreous china Orissa pattern W.C. pan of size


71.1
580x440 mm with integral type foot rests 10.00 6767.40 Each 67674.00

Correction—Nil Deletion—Nil Insertion—Nil Overwriting—Nil


AE(P) AE(E)
299
Providing and fixing white vitreous china pedestal
type water closet (European type W.C. pan) with
seat and lid, 10 litre low level white P.V.C. flushing
cistern, including flush pipe, with manually
72 controlled device (handle lever), conforming to IS :
7231, with all fittings and fixtures complete,
including cutting and making good the walls and
floors wherever required :

W.C. pan with ISI marked white solid plastic seat and
72.1 lid 10.00 6515.65 Each 65157.00
Providing and fixing wash basin with C.I. brackets, 15
mm dia CP Brass single hole basin mixer of approved
73 quality and make, including painting of fittings and
brackets, cutting and making good the walls
wherever required:-

White Vitreous China Wash basin size 550x400 mm


73.1 with a 15 mm CP Brass single hole basin mixer
250.00 3960.55 Each 990138.00
Providing and fixing white vitreous china pedestal
for wash basin completely recessed at the back for
74 the reception of pipes and fittings.
250.00 1683.35 Each 420838.00
Providing and fixing CP Brass 32mm size Bottle Trap
75 of approved quality & make and as per the direction
of Engineer-in-charge. 250.00 1034.80 Each 258700.00
Providing and fixing CP Brass Single lever telephonic
76 wall mixer of quality & make as approved by
Engineer in charge. 125.00 6940.75 Each 867594.00
Providing and fixing white vitreous china laboratory
77 sink including making all connections excluding cost
of fittings :
77.1 Size 600x450x200 mm 25.00 4077.65 Each 101941.00
Providing and fixing P.V.C. waste pipe for sink or
78 wash basin including P.V.C. waste fittings complete.

78.1 Semi rigid pipe


78.1.1 32 mm dia 125.00 103.90 Each 12988.00
Providing and fixing soil, waste and vent pipes :
79

79.1 100 mm dia


Hubless centrifugally cast (spun) iron pipes epoxy
79.1.1 coated inside & outside IS:15905 5125.00 1169.30 Mtr 5992663.00

Correction—Nil Deletion—Nil Insertion—Nil Overwriting—Nil


AE(P) AE(E)
300
Providing and fixing M.S. holder-bat clamps of
approved design to Sand Cast iron/cast iron (spun)
pipe embedded in and including cement concrete
80 blocks 10x10x10 cm of 1:2:4 mix (1 cement : 2
coarse sand : 4 graded stone aggregate 20 mm
nominal size), including cost of cutting holes and
making good the walls etc. :

80.1 For 100 mm dia pipe 1250.00 362.85 Each 453563.00


Providing and fixing bend of required degree with
81 access door, insertion rubber washer 3 mm thick,
bolts and nuts complete.
81.1 100 mm dia
Hubless centrifugally cast (spun) iron epoxy coated
81.1.1 inside & outside as per IS:15905 250.00 567.20 Each 141800.00
Providing and fixing plain bend of required degree.
82

82.1 100 mm dia


Hubless centrifugally cast (spun) iron pipes epoxy
82.1.1 coated inside & outside IS:15905 250.00 368.00 Each 92000.00
Providing and fixing double equal plain junction of
83 required degree.
83.1 100x100x100x100 mm
Hubless centrifugally cast (spun) iron pipes epoxy
83.1.1 coated inside & outside IS:15905 250.00 760.70 Each 190175.00
Providing and fixing single equal plain junction of
84 required degree :
84.1 100x100x100 mm
Hubless centrifugally cast (spun) iron epoxy
84.1.1 coated inside & outside as per IS:15905
250.00 581.45 Each 145363.00
85 Providing and fixing terminal guard :
85.1 100 mm
Hubless centrifugally cast (spun) iron epoxy coated
85.1.1 inside & outside as per IS:15905 125.00 427.80 Each 53475.00
86 Providing and fixing collar :
86.1 100 mm
SS 304 grade coupling with EPDM rubber gasket
86.1.1
125.00 432.05 Each 54006.00
Providing and fixing M.S. stays and clamps for sand
87 cast iron/ centrifugally cast (spun) iron pipes of
diameter :
87.1 100 mm 1250.00 139.70 Each 174625.00

Correction—Nil Deletion—Nil Insertion—Nil Overwriting—Nil


AE(P) AE(E)
301
Providing and fixing vitreous china dual purpose
closet suitable for use as squatting pan or European
type water closet (Anglo Indian W.C pan) with seat
& lid fixed with C.P. brass hinges and rubber buffers,
10 litre low level flushing cistern with fitting and
brackets, 40 mm flush bend, 20 mm over flow pipe,
88 with specials of standard make and mosquito proof
coupling of approved municipal design complete,
including painting of fittings and brackets, cutting
and making good the walls and floors wherever
required:

White vitreous china dual purpose WC pan with


white solid plastic seat and lid with white vitreous
88.1 china flushing cistern and C.P. flush bend.
25.00 11847.65 Each 296191.00
Providing and fixing white vitreous china extended
wall mounting water closet of size 780x370x690 mm
of approved shape including providing & fixing white
vitreous china cistern with dual flush fitting, of
89 flushing capacity 3 litre/ 6 litre (adjustable to 4 litre/
8 litres), including seat cover, and cistern fittings,
nuts, bolts and gasket etc complete.

455.00 14999.15 Each 6824613.00


Providing and fixing white vitreous china battery
based infrared sensor operated urinal of approx. size
610 x 390 x 370 mm having pre & post flushing with
water (250 ml & 500 ml consumption), having water
90 inlet from back side, including fixing to wall with
suitable brackets all as per manufacturers
specification and direction of Engineer-in-charge.

180.00 7979.20 Each 1436256.00

SUB HEAD : WATER SUPPLY


18.0
Providing and fixing Chlorinated Polyvinyl Chloride
(CPVC) pipes, having thermal stability for hot & cold
water supply, including all CPVC plain & brass
threaded fittings, i/c fixing the pipe with clamps at
1.00 m spacing. This includes jointing of pipes &
91 fittings with one step CPVC solvent cement and the
cost of cutting chases and making good the same
including testing of joints complete as per direction
of Engineer in Charge.

Correction—Nil Deletion—Nil Insertion—Nil Overwriting—Nil


AE(P) AE(E)
302
Concealed work, including cutting chases and
making good the walls etc.
91.1 15 mm nominal dia Pipes 400.00 497.80 Mtr 199120.00
91.2 20 mm nominal dia Pipes 400.00 537.60 Mtr 215040.00
91.3 25 mm nominal dia Pipes 300.00 627.25 Mtr 188175.00
91.4 32 mm nominal dia Pipes 250.00 739.30 Mtr 184825.00
Providing and fixing Chlorinated Polyvinyl Chloride
(CPVC) pipes, having thermal stability for hot & cold
water supply including all CPVC plain & brass
threaded fittings This includes jointing of pipes &
92 fittings with one step CPVC solvent cement,
trenching, refilling & testing of joints complete as
per direction of Engineer in Charge.

External work
92.1 25 mm nominal dia Pipes 200.00 355.40 Mtr 71080.00
92.2 32 mm nominal dia Pipes 300.00 438.60 Mtr 131580.00
92.3 40 mm nominal dia Pipes 400.00 563.05 Mtr 225220.00
92.4 50 mm nominal dia Pipes 250.00 794.25 Mtr 198563.00
92.5 65 mm nominal dia Pipes 100.00 1674.40 Mtr 167440.00
92.6 80 mm nominal dia Pipes 50.00 2166.35 Mtr 108318.00
Providing and fixing G.I. pipes complete with G.I.
93 fittings including trenching and refilling etc.
External work
93.1 32 mm dia nominal bore 200.00 540.30 Mtr 108060.00
93.2 40 mm dia nominal bore 300.00 617.05 Mtr 185115.00
93.3 50 mm dia nominal bore 400.00 762.15 Mtr 304860.00
93.4 65 mm dia nominal bore 400.00 896.60 Mtr 358640.00
93.5 80 mm dia nominal bore 600.00 1041.70 Mtr 625020.00
Providing and fixing ball valve (brass) of approved
94 quality, High or low pressure, with plastic floats
complete
94.1 20 mm nominal bore 20.00 462.50 Nos 9250.00
Providing and fixing uplasticised PVC connection
95 pipe with brass unions :
95.1 45 cm length
95.1.1 15 mm nominal bore 1250.00 97.75 Each 122188.00
Painting G.I. pipes and fittings with two coats of
96 anti-corrosive bitumastic paint of approved quality :

96.1 32 mm diameter pipe 200.00 22.20 Mtr 4440.00


96.2 40 mm diameter pipe 300.00 25.25 Mtr 7575.00
96.3 50 mm diameter pipe 400.00 30.50 Mtr 12200.00
96.4 65 mm diameter pipe 400.00 37.85 Mtr 15140.00
96.5 80 mm diameter pipe 600.00 44.00 Mtr 26400.00
Correction—Nil Deletion—Nil Insertion—Nil Overwriting—Nil
AE(P) AE(E)
303
Painting G.I. pipes and fittings with two coats of
97 anti-corrosive bitumastic paint of approved quality :

97.1 32 mm diameter pipe 200.00 164.90 Mtr 32980.00


97.2 40 mm diameter pipe 300.00 167.00 Mtr 50100.00
97.3 50 mm diameter pipe 400.00 173.25 Mtr 69300.00
97.4 65 mm diameter pipe 400.00 273.45 Mtr 109380.00
97.5 80 mm diameter pipe 600.00 281.80 Mtr 169080.00
Providing and fixing G.I. Union in existing G.I. pipe
line, cutting and threading the pipe and making long
98 screws, including excavation, refilling the earth or
cutting of wall and making good the same complete
wherever required :

98.1 32 mm dia nominal bore 5.00 1000.15 Nos 5001.00


98.2 40 mm dia nominal bore 5.00 1142.40 Nos 5712.00
98.3 50 mm dia nominal bore 5.00 1520.80 Nos 7604.00
98.4 65 mm dia nominal bore 5.00 1833.75 Nos 9169.00
98.5 80 mm dia nominal bore 5.00 1904.90 Nos 9524.50
Providing and placing on terrace (at all floor levels)
polyethylene water storage tank, IS : 12701 marked,
with cover and suitable locking arrangement and
making necessary holes for inlet, outlet and
99
overflow pipes but without fittings and the base
support for tank.

62500.00 11.00 Ltr 687500.00


Providing and fixing C.P. brass bib cock of approved
100 quality conforming to IS:8931 :
100.1 15 mm nominal bore 125.00 506.80 Each 63350.00
Providing and fixing C.P. brass long nose bib cock of
approved quality conforming to IS standards and
101 weighing not less than 810 gms.

101.1 15 mm nominal bore 125.00 820.70 Each 102588.00


Providing and fixing C.P. brass long body bib cock of
approved quality conforming to IS standards and
102 weighing not less than 690 gms.

102.1 15 mm nominal bore 125.00 798.95 Each 99869.00


Providing and fixing C.P. brass angle valve for basin
103 mixer and geyser points of approved quality
conforming to IS:8931
103.1 15 mm nominal bore 1250.00 574.30 Each 717875.00
Providing and fixing C.P. Brass extension nipple (size
15mmx50mm) of approved make and quality as per
104 direction of Engineer-in-charge.
2500.00 74.80 Each 187000.00
Correction—Nil Deletion—Nil Insertion—Nil Overwriting—Nil
AE(P) AE(E)
304
Cutting holes up to 15x15 cm in R.C.C. floors and
roofs for passing drain pipe etc. and repairing the
hole after insertion of drain pipe etc. with cement
105 concrete 1:2:4 (1 cement : 2 coarse sand : 4 graded
stone aggregate 20 mm nominal size), including
finishing complete so as to make it leak proof.

625.00 452.00 Hole 282500.00

SUB HEAD : DRAINAGE


19.0
Providing, laying and jointing glazed stoneware
pipes class SP-1 with stiff mixture of cement mortar
106 in the proportion of 1:1 (1 cement : 1 fine sand)
including testing of joints etc. complete :

106.1 250 mm diameter 125.00 1505.60 Mtr 188200.00


Providing and laying cement concrete 1:5:10 (1
cement : 5 coarse sand : 10 graded stone aggregate
107 40 mm nominal size) all-round S.W. pipes including
bed concrete as per standard design :

107.1 250 mm diameter S.W. pipe 125.00 1590.55 Mtr 198819.00


Providing and laying cement concrete 1:5:10 (1
cement : 5 coarse sand : 10 graded stone aggregate
108 40 mm nominal size) up to haunches of S.W. pipes
including bed concrete as per standard design :

108.1 300 mm diameter S.W. pipe 450.00 1173.35 Mtr 528008.00


Providing and fixing square-mouth S.W. gully trap
class SP-1 complete with C.I. grating brick masonry
chamber with water tight C.I. cover with frame of
109 300 x300 mm size (inside) the weight of cover to be
not less than 4.50 kg and frame to be not less than
2.70 kg as per standard design:

109.1 100x100 mm size P type


With common burnt clay F.P.S. (non modular) bricks
109.1.1 of class designation 7.5 10.00 2707.65 Each 27077.00
109.2 150 x 100 mm size P type
With common burnt clay F.P.S. (non modular) bricks
109.2.1 of class designation 7.5 10.00 2734.20 Each 27342.00
Providing and laying non-pressure NP2 class (light
duty) R.C.C. pipes with collars jointed with stiff
110 mixture of cement mortar in the proportion of 1:2 (1
cement : 2 fine sand) including testing of joints etc.
complete :

Correction—Nil Deletion—Nil Insertion—Nil Overwriting—Nil


AE(P) AE(E)
305
110.1 300 mm dia. R.C.C. pipe 590.00 994.30 Mtr 586637.00
110.2 450 mm dia. R.C.C. pipe 1800.00 1620.95 Mtr 2917710.00
Constructing brick masonry manhole in cement
mortar 1:4 ( 1 cement : 4 coarse sand ) with R.C.C.
top slab with 1:1.5:3 mix (1 cement : 1.5 coarse sand
(zone-III) : 3 graded stone aggregate 20 mm nominal
size), foundation concrete 1:4:8 mix (1 cement : 4
coarse sand (zone-III) : 8 graded stone aggregate 40
mm nominal size), inside plastering 12 mm thick
111 with cement mortar 1:3 (1 cement : 3 coarse sand)
finished with floating coat of neat cement and
making channels in cement concrete 1:2:4 (1
cement : 2 coarse sand : 4 graded stone aggregate
20 mm nominal size) finished with a floating coat of
neat cement complete as per standard design :

Inside size 90x80 cm and 45 cm deep including C.I.


cover with frame (light duty) 455x610 mm internal
dimensions, total weight of cover and frame to be
111.1 not less than 38 kg (weight of cover 23 kg and
weight of frame 15 kg) :

With common burnt clay F.P.S. (non modular) bricks


111.1.1 of class designation 7.5 60.00 12770.55 Each 766233.00
Inside size 120x90 cm and 90 cm deep including
C.I. cover with frame (medium duty) 500 mm
internal diameter, total weight of cover and
112 frame to be not less than 1 16 kg (weight of
cover 58 kg and weight of frame 58 kg) :

With common burnt clay F.P.S. (non modular)


112.1 bricks of class designation 7.5
10.00 24193.70 Each 241937.00
113 Extra for depth for manholes :
113.1
Size 90x80 cm

With common burnt clay F.P.S. (non modular)


113.1.1
bricks of class designation 7.5 25.00 8825.40 Mtr 220635.00
113.2 Size 120x90 cm

With common burnt clay F.P.S. (non modular)


113.2.1 bricks of class designation 7.5
10.00 10585.50 Mtr 105855.00

Correction—Nil Deletion—Nil Insertion—Nil Overwriting—Nil


AE(P) AE(E)
306
Providing orange colour safety foot rest of minimum
6 mm thick plastic encapsulated as per IS : 10910, on
12 mm dia steel bar conforming to IS: 1786, having
minimum cross section as 23 mmx25 mm and over
all minimum length 263 mm and width as 165 mm
with minimum 112 mm space between protruded
legs having 2 mm tread on top surface by ribbing or
chequering besides necessary and adequate
114 anchoring projections on tail length on 138 mm as
per standard drawing and suitable to with stand the
bend test and chemical resistance test as per
specifications and having manufacture's permanent
identification mark to be visible even after fixing,
including fixing in manholes with 30x20x15 cm
cement concrete block 1:3:6 (1 cement : 3 coarse
sand : 6 graded stone aggregate 20 mm nominal
size) complete as per design.
12.00 553.70 Nos 6644.00
Constructing brick masonry road gully chamber
50x45x60 cm with bricks in cement mortar 1:4
(1 cement : 4 coarse sand) including 500x450
115 mm pre-cast R.C.C. horizontal grating with
frame complete as per standard design :

With common burnt clay F.P.S. (non modular) bricks


115.1 of class designation 7.5 60.00 5957.90 Each 357474.00

SUB HEAD : ALUMINIUM WORK


19.0
Providing and fixing aluminium work for doors,
windows, ventilators and partitions with extruded
built up standard tubular sections/ appropriate Z
sections and other sections of approved make
conforming to IS: 733 and IS: 1285, fixing with dash
fasteners of required dia and size, including
necessary filling up the gaps at junctions, i.e. at top,
bottom and sides with required EPDM rubber/
neoprene gasket etc. Aluminium sections shall be
116 smooth, rust free, straight, mitred and jointed
mechanically wherever required including cleat
angle, Aluminium snap beading for glazing /
paneling, C.P. brass / stainless steel screws, all
complete as per architectural drawings and the
directions of Engineer-in-charge. (Glazing, paneling
and dash fasteners to be paid for separately) :

Correction—Nil Deletion—Nil Insertion—Nil Overwriting—Nil


AE(P) AE(E)
307
116.1 For fixed portion
Powder coated aluminium (minimum thickness of
116.1.1 powder coating 50 micron) 3000.00 530.90 Kg 1592700.00
Providing and fixing 12 mm thick prelaminated
particle board flat pressed three layer or graded
wood particle board conforming to IS: 12823 Grade l
Type ll, in panelling fixed in aluminum doors,
117 windows shutters and partition frames with C.P.
brass / stainless steel screws etc. complete as per
architectural drawings and directions of engineer-in-
charge.

Pre-laminated particle board with decorative


117.1 lamination on both sides 300.00 1115.40 Sqm 334620.00
Providing and fixing glazing in uPVC glazed/wire
mesh windows/doors etc. with EPDM rubber /
118 neoprene gasket etc. complete as per the
architectural drawings and the directions of
engineer-in-charge .
With float glass panes of 8 mm thickness (weight not
118.1 less than 20 kg/sqm) 300.00 1685.40 Sqm 505620.00
Providing and fixing double glazed hermetically
sealed glazing in aluminium windows, ventilators
and partition etc. with 6 mm thick clear float glass
both side, having 12 mm air gap, including providing
EPDM gasket, perforated aluminium spacers,
119
desiccants, sealant (Both primary and secondary
sealant) etc. as per specifications, drawings and
direction of Engineer-in-charge complete.

2324.00 4997.70 Sqm 11614655.00


Providing and fixing 12 mm thick frameless
toughened glass door shutter of approved brand
and manufacture, including providing and fixing top
& bottom pivot & double acting hydraulic floor
spring type fixing arrangement and making
120 necessary holes etc. for fixing required door fittings,
all complete as per direction of Engineer-in-charge
(Door handle, lock and stopper etc.to be paid
separately).

29.00 5325.90 Sqm 154451.00

SUB HEAD : WATER PROOFING


19.0

Correction—Nil Deletion—Nil Insertion—Nil Overwriting—Nil


AE(P) AE(E)
308
Providing and laying integral cement based
treatment for water proofing on horizontal surface
121 at all depth below ground level for under ground
structures as directed by Engineer-in-Charge and
consisting of :
(i) Ist layer of 22 mm to 25 mm thick approved and
specified rough stone slab over a 25 mm thick base
of cement mortar 1:3 (1 cement : 3 coarse sand)
including applying of twice ( at base and top of
mortar ) cement slurry @ 2.2kg/m2 (each time)
mixed with water proofing compound conforming to
IS:2645 in the recommended proportion over the
leveling course (leveling course to be paid
separately). Joints sealed and grouted with cement
slurry mixed with water proofing compound.

(ii) 2nd layer of 25 mm thick cement mortar 1:3 (1


cement: 3 coarse sand) mixed with water proofing
compound in recommended proportions.

(iii) Finishing top with stone aggregate of 10 mm to


12 mm nominal size spreading @ 8 cudm/sqm
thoroughly embedded in the 2nd layer.

121.1 Using rough kota stone. 144.00 1515.60 Sqm 218246.00


Providing and laying integral cement based
treatment for water proofing on the vertical surface
by fixing specified stone slab 22 mm to 25 mm thick
with cement slurry mixed with water proofing
compound conforming to IS:2645 in recommended
proportions with a gap of 20 mm (minimum)
between stone slabs and the receiving surfaces and
filling the gaps with neat cement slurry mixed with
122 water proofing compound and finishing the exterior
of stone slab with cement mortar 1:3 (1 cement : 3
coarse sand) 20 mm thick with neat cement punning
mixed with water proofing compound in
recommended proportion complete at all levels and
as directed by Engineer-in-charge :

122.1 Using rough Kota stone 216.00 2024.70 Sqm 437335.00


Providing and laying water proofing treatment to
vertical and horizontal surfaces of depressed
123 portions of W.C., kitchen and the like consisting of:

Correction—Nil Deletion—Nil Insertion—Nil Overwriting—Nil


AE(P) AE(E)
309
(i) Ist course of applying cement slurry @ 4.4 kg/sqm
mixed with water proofing compound conforming to
IS 2645 in recommended proportions including
rounding off junction of vertical and horizontal
surface.

(ii) IInd course of 20 mm cement plaster 1:3 (1


cement : 3 coarse sand) mixed with water proofing
compound in recommended proportion including
rounding off junction of vertical and horizontal
surface.
(iii) IIIrd course of applying blown or residual
bitumen applied hot at 1.7 kg. per sqm of area.
(iv) IVth course of 400 micron thick PVC sheet.
(Overlaps at joints of PVC sheet should be 100 mm
123.1 wide and pasted to each other with bitumen @ 1.7
kg/sqm).
665.00 769.60 Sqm 511784.00
Providing and Placing in position suitable PVC water
stops conforming to IS:12200 for construction/
expansion joints between two RCC members and
124 fixed to the reinforcement with binding wire before
pouring concrete etc. complete :

Serrated with central bulb (225 mm wide, 8-11 mm


124.1 thick) 108.00 327.65 Mtr 35386.00
Providing and laying water proofing treatment in
sunken portion of WCs, bathroom etc., by applying
125 cement slurry mixed with water proofing cement
compound consisting of applying :

(a) First layer of slurry of cement @ 0.488 kg/sqm


mixed with water proofing cement compound @
0.253 kg/ sqm. This layer will be allowed to air cure
for 4 hours.
(b) Second layer of slurry of cement @ 0.242 kg/sqm
mixed with water proofing cement compound @
0.126 kg/sqm. This layer will be allowed to air cure
for 4 hours followed with water curing for 48 hours.

The rate includes preparation of surface, treatment


and sealing of all joints, corners, junctions of pipes
125.1 and masonry with polymer mixed slurry.
125.00 617.05 Sqm 77131.00

Correction—Nil Deletion—Nil Insertion—Nil Overwriting—Nil


AE(P) AE(E)
310
Providing and laying integral cement based water
proofing treatment including preparation of surface
126 as required for treatment of roofs, balconies,
terraces etc consisting of following operations:

(a) Applying a slurry coat of neat cement using 2.75


kg/sqm of cement admixed with water proofing
compound conforming to IS. 2645 and approved by
Engineer-in-charge over the RCC slab including
adjoining walls upto 300 mm height including
cleaning the surface before treatment.

(b) Laying brick bats with mortar using broken


bricks/brick bats 25 mm to 115 mm size with 50% of
cement mortar 1:5 (1 cement : 5 coarse sand) admixed
with water proofing compound conforming to IS : 2645
and approved by Engineer-in-charge over 20 mm thick
layer of cement mortar of mix 1:5 (1 cement :5 coarse
sand ) admixed with water proofing compound
conforming to IS : 2645 and approved by Engineer-in-
charge to required slope and treating similarly the
adjoining walls upto 300 mm height including rounding of
junctions of walls and slabs.

(c) After two days of proper curing applying a second coat


of cement slurry using 2.75 kg/ sqm of cement admixed
with water proofing compound conforming to IS : 2645
and approved by Engineer-in-charge.
(d) Finishing the surface with 20 mm thick jointless
cement mortar of mix 1:4 (1 cement :4 coarse sand)
admixed with water proofing compound conforming to IS
: 2645 and approved by Engineer-in-charge including
laying glass fibre cloth of approved quality in top layer of
plaster and finally finishing the surface with trowel with
neat cement slurry and making pattern of 300x300 mm
square 3 mm deep.

(e) The whole terrace so finished shall be flooded with


water for a minimum period of two weeks for curing and
for final test.“All above operations to be done in order
and as directed and specified by the Engineer-in-Charge :

With average thickness of 120 mm and minimum


126.1 thickness at khurra as 65 mm. 4500.00 1684.60 Sqm 7580700.00

Correction—Nil Deletion—Nil Insertion—Nil Overwriting—Nil


AE(P) AE(E)
311
Providing and mixing integral crystalline admixture for
water proofing treatment to RCC structures like basement
raft, retaining walls, reservior, sewage & water treatment
plant, tunnels / subway and bridge deck etc. at the time
of transporting of concrete into the drum of the ready-
mix truck , using integral crystalline admixture @0.80%
(minimum) to the weight of cement content per cubic
meter of concrete) or higher as recommended by the
manufacturer's specification in reinforced cement
concrete at site of work. The material shall meet the
127 requirements as specified in ACI-212-3R-2010 i.e. by
reducing permeability of concrete by more than 90%,
compared with control concrete as per DIN 1048 and
resistant to 16 bar hydrostatic pressure. The crystalline
admixture shall be capable of self-healing of cracks up to
a width of 0.50mm. The work shall be carried out all
complete as per specification and the direction of the
Engineer-in-charge. The product performance shall carry
guarantee for 10 years against any leakage.

100.00 388.00 Kg 38800.00

SUB HEAD : RAIN WATER HARVESTING & TUBEWELLS


23.0
Boring/drilling bore well of required dia for casing/
strainer pipe, by suitable method prescribed in IS:
2800 (part I), including collecting samples from
different strata, preparing and submitting strata
chart/ bore log, including hire & running charges of
128
all equipments, tools, plants & machineries required
for the job, all complete as per direction of
Engineer-in-charge, upto 90 metre depth below
ground level.

128.1 All types of soil


128.1.1 300 mm dia 60.00 707.75 Mtr 42465.00
Supplying, assembling, lowering and fixing in vertical
position in bore well, unplasticized PVC medium well
casing (CM) pipe of required dia, conforming to IS:
129 12818, including required hire and labour charges,
fittings & accessories etc. all complete, for all
depths, as per direction of Engineer -in-charge.

129.1 150 mm nominal size dia 40.00 793.25 Mtr 31730.00

Correction—Nil Deletion—Nil Insertion—Nil Overwriting—Nil


AE(P) AE(E)
312
Supplying, assembling, lowering and fixing in vertical
position in bore well unplasticized PVC medium well
screen (RMS) pipes with ribs, conforming to IS:
130 12818, including hire & labour charges, fittings &
accessories etc. all complete, for all depths, as per
direction of Engineer-in-charge.

130.1 150 mm nominal size dia 20.00 793.25 Mtr 15865.00


Supplying, filling, spreading & leveling stone
boulders of size range 5 cm to 20 cm, in recharge
131 pit, in the required thickness, for all leads & lifts, all
complete as per direction of Engineer-in-charge.
10.00 1509.80 Cum 15098.00
Supplying, filling, spreading & leveling gravels of size
range 5 mm to 10 mm, in the recharge pit, over the
existing layer of boulders, in required thickness, for
132 all leads & lifts, all complete as per direction of
Engineer-in-charge.

10.00 1538.25 Cum 15383.00


Supplying, filling, spreading & leveling coarse sand of
size range 1.5 mm to 2 mm in recharge pit, in
133 required thickness over gravel layer, for all leads &
lifts, all complete as per direction of Engineer -in-
charge.
10.00 1538.25 Cum 15383.00
Gravel packing in tubewell construction in
accordance with IS: 4097, including providing gravel
fine/ medium/ coarse, in required grading & sizes as
134 per actual requirement, all complete as per direction
of Engineer-in-charge.

24.00 2024.50 Cum 48588.00


Development of tube well in accordance with IS :
2800 (part I) and IS: 11189, to establish maximum
rate of usable water yield without sand content
(beyond permissible limit), with required capacity air
compressor, running the compressor for required
time till well is fully developed, measuring yield of
well by "V" notch method or any other approved
method, measuring static level & draw down etc. by
135 step draw down method, collecting water samples &
getting tested in approved laboratory, i/c
disinfection of tubewell, all complete, including hire
& labour charges of air compressor, tools &
accessories etc., all as per requirement and direction
of Engineer-in-charge.

80.00 1085.05 Hrs 86804.00

Correction—Nil Deletion—Nil Insertion—Nil Overwriting—Nil


AE(P) AE(E)
313
Providing and fixing Bail plug/ Bottom plug of
136 required dia to the bottom of pipe assembly of
tubewell as per IS:2800 (part I).
136.1 150 mm dia 4.00 322.00 Nos 1288.00

SUB HEAD : STRUCTURAL GLAZING/ ALUMINIUM COMPOSITE


25.0 PANEL
Designing, fabricating, testing, protection, installing
and fixing in position semi (grid) unitized system of
structural glazing (with open joints) for linear as
137 well as curvilinear portions of the building for all
heights and all levels, including:

(a) Structural analysis & design and preparation of


shop drawings for the specified design loads
conforming to IS 875 part III (the system must
passed the proof test at 1.5 times design wind
pressure without any failure), including functional
design of the aluminum sections for fixing glazing
panels of various thicknesses, aluminium cleats,
sleeves and splice plates etc. gaskets, screws,
toggles, nuts, bolts, clamps etc., structural and
weather silicone sealants, flashings, fire stop
(barrier)-cum-smoke seals, microwave cured EPDM
gaskets for water tightness, pressure equalisation &
drainage and protection against fire hazard
including:

(b) Fabricating and supplying serrated M.S. hot dip


galvanised / Aluminium alloy of 6005 T5 brackets of
required sizes, sections and profiles etc. to
accommodate 3 Dimentional movement for
achieving perfect verticality and fixing structural
glazing system rigidly to the RCC/
masonry/structural steel framework of building
structure using stainless steel anchor fasteners/
bolts, nylon seperator to prevent bimetallic
contacts with nuts and washers etc. of stainless steel
grade 316, of the required capacity and in required
numbers.

Correction—Nil Deletion—Nil Insertion—Nil Overwriting—Nil


AE(P) AE(E)
314
(c) Providing and filling, two part pump filled,
structural silicone sealant and one part weather
silicone sealant compatible with the structural
silicone sealant of required bite size in a clean and
controlled factory / work shop environment,
including double sided spacer tape, setting blocks
and backer rod, all of approved grade, brand and
manufacture, as per the approved sealant design,
within and all around the perimeter for holding
glass.

(d) Providing and fixing in position flashings of solid


aluminium sheet 1 mm thick and of sizes, shapes
and profiles, as required as per the site conditions,
to seal the gap between the building structure and
all its interfaces with curtain glazing to make it
watertight.

(e) Making provision for drainage of moisture/ water that


enters the curtain glazing system to make it watertight,
by incorporating principles of pressure equalization,
providing suitable gutter profiles at bottom (if required),
making necessary holes of required sizes and of required
numbers etc. complete. This item includes cost of all
inputs of designing, labour for fabricating and installation
of aluminium grid, installation of glazed units, T&P,
scaffolding and other incidental charges including
wastages etc., enabling temporary structures and
services, cranes or cradles etc. as described above and as
specified. The item includes the cost of getting all the
structural and functional design including shop drawings
checked by a structural designer, dully approved by
Engineer-in-charge. The item also includes the cost of all
mock ups at site, cost of all samples of the individual
components for testing in an approved laboratory, field
tests on the assembled working structural glazing as
specified, cleaning and protection till the handing over of
the building for occupation. In the end, the Contractor
shall provide a water tight structural glazing having all
the performance characteristics etc. all complete as
required, as per the Architectural drawings, as per item
description, as specified, as per the approved shop
drawings and as directed by the Engineer- in-Charge.

Correction—Nil Deletion—Nil Insertion—Nil Overwriting—Nil


AE(P) AE(E)
315
Note:- 1. The cost of providing extruded aluminium
frames, shadow boxes, extruded aluminium section
capping for fixing in the grooves of the curtain
glazing and vermin proof stainless steel wire mesh
shall be paid for separately under relevant items
under this sub- head. However, for the purpose of
payment, only the actual area of structural glazing
(including width of grooves) on the external face
shall be measured in sqm. up to two decimal places.

Note:-2. The following performance test are to be


conducted on structural glazing system if area of
structural glazing exceeds 2500 Sqm from the
certified laboratories accreditated by NABL(National
Accreditation Board for Testing and Calibration
Laboratories), Department of Science &
Technologies, India. Cost of testing is payable
separately.

The NIT approving authority will decide the


necessity of testing on the basis of cost of the work,
cost of the test and importance of the work.
Performance Testing of Structural glazing system
Tests to be conducted in the NABL accredited lab or
any other accreditation body which operates in
accordance with ISO/IEC 17011 and accredits labs as
per ISO/IEC 17025

1. Performance Laboratory Test for Air Leakage Test


(-50pa to - 300pa) & (+50pa to +300pa) as per ASTM
E-283-04 testing method for a range of testing limit
1 to 200 mVhr
2. Static Water Penetration Test. (50pa to 1500pa)
as per ASTME- 331-09 testing method for a range
up to 2000 ml.
3. Dynamic Water Penetration (50pa to 1500pa) as
per AAMA 501.01- 05 testing method for a range
upto 2000 ml
4. Structural Performance Deflection and
deformation by static air pressure test (1.5 times
design wind pressure without any failure) as per
ASTME-330-10 testing method for a range upto 50
mm
5. Seismic Movement Test (upto 30 mm) as per
AAMA 501.4-09 testing method for Qualitative test,
Tests to be conducted on site.

Correction—Nil Deletion—Nil Insertion—Nil Overwriting—Nil


AE(P) AE(E)
316
6. Onsite Test for Water Leakage for a pressure
137.1
range 50 kpa to 240 kpa (35psi) upto 2000 ml 2200.00 3510.50 Sqm 7723100.00
Providing, assembling and supplying vision glass
panels (IGUs) comprising of hermetically-sealed 6-
12- 6 mm insulated glass (double glazed) vision
panel units of size and shape as required and
specified, comprising of an outer heat strengthened
float glass 6mm thick, of approved colour and shade
with reflective soft coating on surface # 2 of
approved colour and shade, an inner Heat
strengthned clear float glass 6mm thick, spacer tube
138 12mm wide, dessicants, including primary seal and
secondary seal (structural silicone sealant) etc. all
complete for the required performances, as per the
Architectural drawings, as per the approved shop
drawings, as specified and as directed by the
Engineer-in-Charge. The IGUs shall be assembled in
the factory/ workshop of the glass processor.

(Payment for fixing of IGU Panels in the curtain


glazing is included in cost of item No.25.2)
For payment, only the actual area of glass on face #
1 of the glass panels (excluding the areas of the
grooves and weather silicone sealant) provided and
fixed in position, shall be measured in sqm.
(i) Coloured tinted float glass 6mm thick substrate
with reflective soft coating on face # 2, + 12mm
Airgap + 6mm Heat Strengthened clear Glass of
approved make having properties as visible Light
transmittance (VLT) of 25 to 35 %, Light reflection
138.1 internal 10 to 15%, light reflection external 10 to 20
%, shading coefficient (0.25- 0.28) and U value of 3.0
to 3.3 W/m2 degree K etc. The properties of
performance glass shall be decided by technical
sanctioning authority as per the site requirement. 2200.00 3718.70 Sqm 8181140.00

Correction—Nil Deletion—Nil Insertion—Nil Overwriting—Nil


AE(P) AE(E)
317
Design supply & installation of suspended
Spider Glazing system designed to withstand
the wind pressure as per IS 875 (Part-III). The
Suspended System held with Spider Fittings of
SS-316 Grade Steel of approved manufacturer
with glass panel having 12 mm thick clear
toughened glass held together with SS- 316
Grade Stainless steel Spider & bolt assembly
with laminated glass fins 21 mm thick. The Glass
fins and glass panel assembly shall be
connected to Slab/beams by means of SS- 316
Grade stainless steel brackets & Anchor bolts
139 and at the bottom using SS channel of
50x25x2mm using fastener & anchor bolts, non
staining weather sealants of approved make,
Teflon/ nylon bushes and separators to prevent
bi-metallic contacts, all complete to perform as
per specification and approved drawings. The
complete system to be designed to
accommodate thermal expansion & seismic
movements etc. The joints between glass panels
(6 to 8 mm) and gaps at the perimeter & in U
channel of the assembly to be filled with non
staining weather sealant, so as to make the
entire system fully water proof & dust proof.
The rate shall include all design, Engineering
and shop drawing including approval from
structural designer, labour, T&P, scaffolding,
other incidental charges including wastage,
enabling temporary services all fitting fixers nut
139.1 bolts, washer, Buffer plates, fastener, anchors,
SS channel laminated glass etc. all complete. For
the purpose of payment, actual elevation area
of Glazing including thickness of joints and the
portion of Glass panel inside the SS channel
shall be measured. 200.00 9502.35 Sqm 1900470.00
Providing and fixing 50 cm long aluminium
kicking plate of size 100x3.15 mm, anodised
(anodic coating not less than grade AC 10 as
140
per IS : 1868) transparent or dyed to required
colour or shade, with necessary screws etc.
complete. 30.00 239.40 each 7182.00

Correction—Nil Deletion—Nil Insertion—Nil Overwriting—Nil


AE(P) AE(E)
318
Manufacturing, supplying and fixing retro reflective
overhead signage boards made up of 2 mm thick
aluminium sheet, face to be fully covered with high
intensity and encapsulated lens type heat activated retro
reflective sheeting conforming to type - III of ASTM-D-
4956-01 as approved by Engineer-in-charge, letters,
borders etc. as per IRC : 67-2001 in silver white with blue
colour back ground and with high intensity grade, pasted
on substrate by pressure sensitive adhesive backing which
shall be activated by applying pressure conforming to class
II of ASTM-D-4956-01 and fixing the same to the plate of
structural frame work by means of suitable sized aluminium
alloys, rivets or bolts & nuts @ 300 mm centre to centre all
141 along the periphery as well as in two vertical rows along
with theft resistant measures, including the cost of painting
with two or more coats of epoxy paint in grey colour on the
back side of aluminium sheet including appropriate priming
coat. The rate includes the cost of rounding off the corners,
lowering down the structural frame work from the gantry,
fixing and erecting the same in position all complete as per
drawings, specification and direction of the engineer-in-
charge.(Structural frame work including M.S. plate to be
provided separately. Rectangular area of the sheet only
shall be measured for payment).

141.1 Overhead informatory road signage


60 5879.90 sqm 352794.00
Total 710424444.20
Add Cost Index 13.08 % 92923517.00
Total 803347961.20
SUB HEAD : NS
26.0
Providing and fixing machine cut, mirror/ eggshell
polished , Marble stone work for wall lining (veneer work)
including dado, skirting, risers of steps etc., in required
design and pattern wherever required, stones of different
finished surface texture, on 12 mm (average) thick
cement mortar 1:3 (1 cement : 3 coarse sand) laid and
142 jointed with cement slurry @ 3.3 kg/sqm including
pointing with cement slurry admixed with pigment of
matching shade, including rubbing, curing, polishing etc.
all complete as per Architectural drawings, and as
directed by the Engineer-in-Charge.

18 mm thick Granite stone slab all colour except black,


142.1 cherry/ruby red 18 mm thick (slab area above 0.50 sqm)
5700.00 6974.65 Sqm 39755505.00
Providing and fixing stainless steel (304 grade) tower bolt
of Godrej/ Dorma/ Kich or equivalent make with
143 necessary stainless steel nuts and screws etc. complete as
per direction of Engineer- in- charge.

143.1 300x10 mm 850.00 149.50 Each 127075.00


143.2 200x10 mm 850.00 129.55 Each 110118.00

Correction—Nil Deletion—Nil Insertion—Nil Overwriting—Nil


AE(P) AE(E)
319
Providing and fixing stainless steel (316 grade) handle
(Product code PH-1906 ) Kich, or equivalent make of 19
144 mm dia with necessary stainless steel nuts and screws
etc. complete as per direction of Engineer- in- charge.

144.1 150 mm 1700.00 720.95 Each 1225615.00


Providing and fixing aluminium extruded section body
tubular type universal hydraulic door closer of godrej (cat
no. C071 6800), having brand logo with ISI, IS : 3564,
145 embossed on the body, door weight upto 36 kg to 80 kg
and door width from 701 mm to 1000 mm), with double
speed adjustment with necessary accessories and screws
etc. complete.
850.00 2464.05 Each 2094443.00
Providing and fixing stainless steel (304 grade) Door
Stopper (Product code 2932*) Godrej or equivalent make
146 with necessary stainless steel nuts and screws etc.
complete as per direction of Engineer- in- charge.

146.1 (100x60x23mm) 850.00 422.65 Each 359253.00


Providing and fixing bright finished Stainless Steel (304-
Grade) 100 mm mortice latch (Dorma-XLC- 3025 and lock
of both side key (Dorma-XLC 2010A ) or lock of One side
thumb turn & other side emergency relase slot (Dorma-
XLC 2012A), ISI marked, with six levers and a pair of
147
Stainless Steel (304-Grade) lever handles (Dorma XLC
2001) of approved quality with necessary stainless steel
screws etc. complete as per direction of Enginer-in-
charge.
850.00 3916.25 Each 3328813.00
Providing and fixing GI Chicken wire mess 22 gauge as pr
ISI specification and in the required size and shape with
50mm Bombay nails on vertical and horizontal junctions
148 of RCC / AAC block /Brick masonry including scaffolding
for all heights and all lead & lift etc. complete before
plastering as directed by Engineer-in-charge.
17500.00 161.00 Sqm 2817465.00
Providing and laying full body Vitrified tiles in different
sizes (thickness to be specified by the manufacturer), with
water absorption less than 0.08% and conforming to IS:
15622, of approved brand & manufacturer, in all colours
and shade, in skirting, wall cladding, riser of steps, laid
149 with cement based high polymer modified quick set tile
adhesive (water based) conforming to IS: 15477, in
average 6 mm thickness, including grouting of joints
(Payment for grouting of joints to be made separately).

149.1 Size of Tile Upto 1.0 Sqm 6250.00 2433.40 Sqm 15208750.00
Providing precast GRC Jali with all necessary Screws and
Nut bolts as per requirement(angle iron frame for fixing
150 paid seperately) upto all height, complete as per direction
of Engineer-in-Charge.

150.1 50 mm thick 1250.00 4249.60 Sqm 5312000.00

Correction—Nil Deletion—Nil Insertion—Nil Overwriting—Nil


AE(P) AE(E)
320
Providing and fixing in position 'L' shaped Grab Bar
made up of Heavy Duty stainless steel (grade 304)
40mm (outer Dia with 3mm thick sheet) dia
seamlesspipe & 750mm in verical lenght and 900
mm in horizontal lenght including base plate and
steel fastners in toilet as per manufacturing
151 specification complete as per drawing and
"Harmonised Guidelines & Space Standard for
Barrier Free Environment issued by MOUD, Govt Of
India" to make them Accessible for Persons with
Disabilities. Rate shall include all accessories, labour
and material, complete as per direction of Engineer-
in-charge
25.00 4144.90 each 103623.00
Providing and fixing in position 'U' shaped Grab Bar
made up of Heavy Duty stainless steel (grade 304) of
750 mm in length & 40 mm dia (Outer dia with 3
mm thick sheet ) seamless pipe including
Hinge,base plate and steel fastners, in the toilets as
per manufacturers specification, as per drawings
152 and "Harmonised Guidelines & Space Standard for
Barrier Free Environment issued by MOUD, Govt Of
India" to make them Accessible for Persons with
Disabilities. Rate shall include all accessories, labour
and material, complete as per direction of Engineer-
in-charge 25.00 10848.40 each 271210.00
Providing and fixing 3M 50 mm wide high intensity
Anti-Skid reflective tape or equivalent make on
153 edges of treads of staircase including cutting,
pasting etc. complete in all respect and as per
direction of Engineer-in-charge 1600.00 367.00 587200.00
Mtr
Providing and fixing 3M 50 mm wide Yellow colour
or equivalent, self addhesive 'EDGE STRIPS' of
approved make on risers of staircase to help persons
154 with visual diabilities and elederly including cutting
and pasting complete in all respect as per direction
of Engineer-in-charge. 1600.00 283.20 Mtr 453120.00
Providing and fixing Stainless Steel (Grade 304)
Braille Labels of size 170mm x 35mm X 0.5 mm
having Braille dots raised 0.5mm above base plate
155 with one SS rivet of same grade and adhesive of
approved make on handrails, complete as per the
directions of the engineer in charge
20.00 536.50 each 10730.00
Providing and fixing CP Brass Health faucet with 1
meter long flexible pipe to European type W.C. Of
156 quality and make as approved by Engineer-in-
Charge. 400.00 1380.40 each 552160.00

Correction—Nil Deletion—Nil Insertion—Nil Overwriting—Nil


AE(P) AE(E)
321
Providing and fixing Building Entrance signage /
Tactile Layout / Emergency Evacuation Layout on
the wall or with any other required structure, with
provision of multilingual text integral with 4mm thick
blue Acrylic base plate with min 0.5 mm Alluminium
sheet at the back with Upper Case San Serif words
made of white acrylic non glare cut out letters of
height 15mm, raised above base plate by not less
than 0.8mm and the equivalent word/s written in
Hindi / any language as required with same
specifications with Grade 1 Braille to be integral with
the sign face and should be raised 0.5mm above
157 Acrylic base plate. Each signboard to be fixed strictly
as per the Harmonised Guidelines & Space
Standards for Barrier Free Built Environment for
persons with Disability, issued By MOUD, Govt. of
India, and as as per approved drawings and
complete as per the directions of Engineer - In -
Charge.
(Note:- i).Payment for structure, if required, shall be
paid separately.)
ii) Size of the Signboards shall be proportional to the
layout plan of the particular building, Min Size of the
above signboards shall not be less than 1200mm X
750 mm. 50000.00 3.90 sqcm 195000.00
Providing and fixing signages on the wall or with any other
required structure, with provision of multilingual text
integral with 4mm thick blue Acrylic base plate with min 0.5
mm Alluminium sheet at the
back with Upper Case San Serif words made of white
acrylic non glare cut out letters of height 15mm, raised
above base plate by not less than 0.8mm and the
equivalent word/s written in Hindi / any language as
required with same specifications with Grade 1 Braille to be
integral with the sign face and should be raised 0.5mm
above Acrylic base plate. Each signboard to be fixed
strictly as per the Harmonised Guidelines & Space
Standards for Barrier Free Built Environment for persons
with Disability, issued By MOUD, Govt. of India, and as as
per approved drawings and complete as per the directions
of Engineer - In - Charge.
158 Note:-
i).Payment for structure, if required, shall be paid
separately.)
ii) The Above Nomenclature shall be applicable for all
types of signgaes like
a)Identification signgaes (For Eg Room Names / Toilet
facility / Drinking Water / Staircase / Entry / Exit / Lift etc.)
of the size 150 mm X 230 mm or 200 X 200 mm).
b) Floor Directories ( Signboard Placed near the Lift /
Staircase / Entry to the particular Floor indicating the
facilities on that floor. These are normally also callled as
Directional Signages.). Min Size of
these Boards shall not be less that 450 mm X 450 mm.
c) Emergency Exit Sign Boards ( Generally used Text as
"In Case of Emergency, Do Not Use The Lift" , "Emegency
Exit" etc.) 120000.00 3.90 sqcm 468000.00

Correction—Nil Deletion—Nil Insertion—Nil Overwriting—Nil


AE(P) AE(E)
322
Providing and laying C.C. pavement of mix M-30 with
ready mixed concrete from batching plant. The ready
mixed concrete shall be laid and finished with screed
board vibrator , vacuum dewatering process and finally
finished by floating, brooming with wire brush etc.
complete as per specifications and directions of Engineer-
159
in charge. (The panel shuttering work shall be paid for
separately). (Note:- Cement content considered in this
item is @ 350 kg/cum. Excess/less cement used as per
design mix is payable/ recoverable separately).

910.00 9974.75 Cum 9077023.00


Providing and laying tactile tile (for vision impaired
persons as per standards) of size 300x300x15mm (10mm
base +(5mm+-0.5mm) thick raised portion having with
water absorption less than 0.5% and conforming to
IS:15622 of approved make in all colours (preferbly
yellow) and shades in for outdoor floors such as footpath,
court yard, multi modals location etc., laid on 20mm thick
160 base of cement mortar 1:4 (1 cement : 4 coarse sand) in
all shapes & patterns including grouting the joints with
white cement mixed with matching pigments etc.as per
harmonized guidline and space standards for barrier free
built environments for persons with disabilty and elderly
persons issued by Ministry of Urban Development,Govt of
India complete as per direction of Engineer-in-Charge.
270.00 2103.05 Sqm 567824.00
Total 885972888.00

Correction—Nil Deletion—Nil Insertion—Nil Overwriting—Nil


AE(P) AE(E)
323

SCHEDULE OF QUANTITY (ELECTRICAL WORK)


S.No Description of Items Qty Rate Unit Amount
SUB HEAD -I (EI & WIRING)
1 Wiring for light point/ fan point/ exhaust fan
point/ call bell point with 1.5 sq.mm FRLS PVC
insulated copper conductor single core cable in
surface / recessed steel conduit, with modular
switch, modular plate, suitable GI box and
earthing the point with 1.5 sq.mm FRLS PVC
insulated copper conductor single core cable
etc. as required.
a) Group C 3636 Points 1845.00 Point 6708420.00
2 Wiring for twin control light point with 1.5
sq.mm FRLS PVC insulated copper conductor
single core cable in surface / recessed steel
conduit, 2 way modular switch, modular plate,
suitable GI box and earthing the point with 1.5
sq.mm. FRLS PVC insulated copper conductor
single core cable etc as required. 50 Points 1981.00 Point 99050.00
3 Wiring for group controlled (looped) light
point/fan point/exhaust fan point/ call bell point
(without independent switch etc.) with 1.5 sq.
mm FRLS PVC insulated copper conductor
single core cable in surface/ recessed steel
conduit, and earthing the point with 1.5 sq. mm
FRLS PVC insulated copper conductor single
core cable etc. as required.
a) Group C 675 Points 1094.00 Point 738450.00
4 Wiring for circuit/ submain wiring along with
earth wire with the following sizes of FRLS PVC
insulated copper conductor, single core cable in
surface/ recessed steel conduit as required
a) 2 X 1.5 sq. mm + 1 X 1.5 sq. mm earth wire 2500 Mtrs. 327.00 Mtr. 817500.00
b) 2 X 2.5 sq. mm + 1 X 2.5 sq. mm earth wire 2000 Mtrs. 369.00 Mtr. 738000.00
c) 2 x 4 sq.mm.+ 1 x 4 sq.mm earth wire 10000 Mtrs. 428.00 Mtr. 4280000.00
d) 2 X 6 sq. mm + 1 X 6 sq. mm earth wire 200 Mtrs. 589.00 Mtr. 117800.00
e) 4 X 1.5 sq. mm + 2 X 1.5 sq. mm earth wire 1500 Mtrs. 408.00 Mtr. 612000.00
f) 4 X 2.5 sq. mm + 2 X 2.5 sq. mm earth wire 1500 Mtrs. 560.00 Mtr. 840000.00
g) 4 x 4 sq.mm.+ 2 x 4 sq.mm earth wire 8000 Mtrs. 677.00 Mtr. 5416000.00
h) 4 X 6 sq. mm + 2 X 6 sq. mm earth wire 200 Mtrs. 924.00 Mtr. 184800.00
5 Supplying and fixing of following sizes of
medium class PVC conduit along with
accessories in surface/recess including cutting
the wall and making good the same in case of
recessed conduit as required.
a) 20 mm 3000 Mtrs. 128.00 Mtr. 384000.00
b) 25 mm 2000 Mtrs. 145.00 Mtr. 290000.00
c) 32 mm 500 Mtrs. 184.00 Mtr. 92000.00

Correction—Nil Deletion—Nil Insertion—Nil Overwriting—Nil


AE(P) AE(E)
324
6 Supplying and fixing following modular switch/
socket on the existing modular plate & switch
box including connections but excluding
modular plate etc. as required.
a) RJ-45 Cat 6 computer socket for LAN. 846 Nos. 601.00 Each 508446.00
b) Telephone socket outlet 97 Nos. 148.00 Each 14356.00
c) TV Socket Outlet 21 Nos. 148.00 Each 3108.00
7 Supplying& fixing of following sizes/
modules,GI box along with modular base and
cover plate for modular switches in recessed
etc. as reqd.
a) 1 or 2 Module (75mmX75mm) 964 Nos 298.00 Each 287272.00
8 Supplying and fixing 6 module GI box with
modular plate and cover in front on surface or
in recess, including providing and fixing 02
nos 3 pin 5/6 Amp modular socket outlet
and 02 nos 5/6 Amp modular switch, including
connections etc. complete as required. 564 Nos 675.00 Each 380700.00
9 Supplying and fixing suitable size GI box with
modular plate and cover in front on surface or
in recess, including providing and fixing 3 pin
5/6 amps modular socket outlet and 5/6 amps
modular switch, connection etc. as required.
(For light plugs to be used in non residential
buildings). 1471 Nos 477.00 Each 701667.00
10 Supplying and fixing suitable size GI box
with modular plate and cover in front on
surface or in recess, including providing and
fixing 6 pin 5/6 & 15/16 A modular socket
outlet and 15/16 A modular switch,
connections etc. as required. 1548 Nos 586.00 Each 907128.00
11 Supplying and fixing call bell/ buzzer suitable
for single phase, 230 V, complete as required.
91 Nos. 99.00 Each 9009.00
12 Supplying and drawing following pair 0.5 mm
dia FRLS PVC insulated annealed copper
conductor, unarmored telephone cable in the
existing surface/ recessed steel/ PVC conduit
as required.
a) 2 Pair 3000 Mtrs 38.00 Mtr 114000.00
13 Supplying and drawing of UTP 4 pair CAT 6
LAN Cable in the existing surface/ recessed
Steel/ PVC conduit as required.
a) 1 run of cable 4000 Mtrs 57.00 Mtr 228000.00
b) 2 run of cable 3000 Mtrs 96.00 Mtr 288000.00
c) 3 run of cable 1000 Mtrs 134.00 Mtr 134000.00

Total 24893706.00
ADD 6.33% on a/c of increase in GST rate
from 12% to 18% on DSR 2022 items i.e. on
Rs. 2,33,92,560/- 1480749.05
Total of Sub Head-I 26374455.00

SUB HEAD -II (FANS & FITTINGS)

Correction—Nil Deletion—Nil Insertion—Nil Overwriting—Nil


AE(P) AE(E)
325
14 Supply, Installation, Testing and
Commissioning of 1200 mm sweep, BEE 5 star
rated, ceiling fan with Brush Less Direct
Current (BLDC) Motor, class of insulation: B, 3
nos. blades, 30 cm long down rod, 2 nos.
canopies, shackle kit, safety rope, copper
winding, Power Factor not less than 0.9,
Service Value (CMM/W) minimum 6.0, Air
delivery minimum 210 CMM, 350 RPM
(tolerance as per IS : 374- 2019), THD less
than 10%, remote or electronic regulator unit
for speed control and all remaining accessories
including safety pin, nut bolts, washers,
temperature rise=75 degree C (max.),
insulation resistance more than 2 mega ohm,
suitable for 230 V, 50 Hz, single phase AC
Supply, earthing etc. complete as required. 713 Nos. 2730.00 Each 1946490.00
15 SITC of 18/20 Watt LED batten fitting having
extruded aluminium housing with an efficient
diffuser luminarrie should have minimum
efficacy at System level >=110 lumens/watt,
minimum 50000 burning Hrs., CRI >=80, CCT
>= 5500K complete with all accessories i/c
connections etc as required. 51 Nos. 732.00 Each 37332.00
16 Supplying, installation, testing and
commissioning of recess mounted LED
minimum 36 Watt, 5700K fitting (2' x 2') made
out of CRCA powder coated body/PDC
Aluminium having 50,000 burning hours,
efficacy >=110 Lumens/watt, surge protection 4
KV complete with all accessories on existing
ceiling including connections with 1.5 sq.mm
FRLS PVC insulated copper conductor single
core cable and earthing etc. as reqd. 1005 Nos. 4541.00 Each 4563705.00
17 SITC of 15 Watt Recess LED Downlighter
made of pressure die cast aluminium housing,
should have minimum efficacy at System power
output 15 w, should have minimum efficacy at
system level >=110 lumens/watt, CCT at
5700/6500K, CRI>80 minimum internal surge
protection 2.5KV etc complete as reqd.
899 Nos. 1276.00 Each 1147124.00
18 SITC of 18 Watt Recess LED Downlighter
made of pressure die cast aluminium housing,
should have minimum efficacy at System power
output 18 w, should have minimum efficacy at
system level >=110 lumens/watt, CCT at
5700/6500K, CRI>80 minimum internal surge
protection 2.5KV etc complete as reqd.
552 Nos. 1305.00 Each 720360.00
19 SITC of 15 Watt Surface LED Downlighter
made of pressure die cast aluminium housing,
should have minimum efficacy at System level
>=110 lumens/watt Life of fixture (Including
Driver) : 50000 burning Hrs. CCT >=
5700K,minimum CRI >=80, complete with all
accessories existing ceiling /wall i/c connection
with 1.5 sq.mm FRLS PVC insulated copper
conductor single core cable and earthing etc as
reqd 100 Nos 1556.00 Each 155600.00

Correction—Nil Deletion—Nil Insertion—Nil Overwriting—Nil


AE(P) AE(E)
326
20 SITC of 12 Watt Recess LED Downlighter
made of pressure die cast aluminium housing,
should have minimum efficacy at System level
>=110 lumens/watt Life of fixture (Including
Driver) : 50000 burning Hrs. CCT >=
5700K,minimum CRI >=80, complete with all
accessories existing ceiling /wall i/c connection
with 1.5 sq.mm FRLS PVC insulated copper
conductor single core cable and earthing etc as
reqd 453 Nos 1224.00 Each 554472.00
21 Supplying, Installation, Testing and
Commissioning of surface mounting IP-65,
9/10 Watt LED bulk head light fitting with
polycarbonate diffuser, single phase, 100-
270V AC, effiicacy >=100 Lumens/ watt
complete with integral electronic driver i/c
connection etc. as required. 20 Nos. 1482.00 Each 29640.00
22 SITC of 10 Watt LED Mirror Light 2 feet
luminarrie complete with all accessories i/c
connections etc as required. 249 Nos. 474.00 Each 118026.00
23 Supplying, installation, Testing &
Commissioning of 300 mm sweep, 900 rpm
heavy duty metal body Exhaust fan, with louver
shutters i/c making connections with 3 x 1.5
sq. mm copper conductor PVC insulated &
PVC sheathed round cable etc as required. 10 Nos. 4154.42 Each 41544.18
24 SITC of 250mm sweep plastic body ventilation
fan suitable for operation of 230 Volt 50 Hz AC
supply in the existing opening in window of
bathrooms and toilets with connector etc
complete as reqd. 186 Nos. 2358.00 Each 438588.00

Total 9752881.18
ADD 6.33% on a/c of increase in GST rate
from 12% to 18% on DSR 2022 items i.e. on
Rs. 19,46,490/- 123212.82
Total of Sub Head-II 9876094.00

Sub-Head - III ( Lighting arrester )


25 Providing and fixing of lighting conductor finial,
made of 25 mm dia 300 mm long G.I tube,
having single prong at top, with 85 mm dia 6
mm thick G.I base plate including holes etc.
complete as required. 18 Nos 518.00 Each 9324.00
26 Providing and fixing G.I. tape 20 mm X 3 mm
thick on parapet or surface of wall for lightning
conductor complete as required.(For horizontal
run) 500 Metres 126.00 Metre 63000.00
27 Providing and fixing G.I. tape 20 mm X 3 mm
thick on parapet or surface of wall for lightning
conductor complete as required.(For vertical
run) 450 Metres 197.00 Metre 88650.00
28 Providing and fixing testing joint, made of 20
mm X 3 mm thick G.I. strip, 125 mm long, with
4 nos. of G.I. bolts, nuts, chuck nuts and spring
washers etc. complete as required. 18 Nos 121.00 Each 2178.00

Correction—Nil Deletion—Nil Insertion—Nil Overwriting—Nil


AE(P) AE(E)
327
Total 163152.00
ADD 6.33% on a/c of increase in GST rate
from 12% to 18% on DSR 2022 items i.e. on
Rs. 1,63,152/- 10327.52
Total of Sub Head-III 173480.00

Sub-Head - IV ( Earthing)
29 Earthing with G.I. earth plate 600 mm X 600
mm X 6 mm thick including accessories, and
providing masonry enclosure with cover plate
having locking arrangement and watering pipe
of 2.7 metre long etc. with charcoal/ coke and
salt as required. 22 Sets 7472.00 Set 164384.00
30 Providing and fixing 25 mm X 5 mm G.I. strip in
40 mm dia G.I. pipe from earth electrode
including connection with G.I. nut, bolt, spring,
washer excavation and re-filling etc. as
required. 120 Metres 706.00 Metre 84720.00
31 Providing and fixing 25 mm X 5 mm G.I. strip
on surface or in recess for connections etc. as
required. 250 Metres 244.00 Metre 61000.00
32 Earthing with copper earth plate 600 mm X 600
mm X 3 mm thick including accessories, and
providing masonry enclosure with cover plate
having locking arrangement and watering pipe
of 2.7 metre long etc. with charcoal/ coke and
salt as required. 6 Sets 13838.00 Set 83028.00
33 Providing and fixing 25 mm X 5 mm copper
strip in 40 mm dia G.I. pipe from earth
electrode including connection with brass nut,
bolt, spring, washer excavation and re-filling
etc. as required. 60 Metres 1551.00 Metre 93060.00
34 Providing and fixing 25 mm X 5 mm copper
strip on surface or in recess for connections
etc. as required. 150 Metres 1162.00 Metre 174300.00
35 Providing and fixing earth bus of 50 mm X 5
mm copper strip on surface for connections etc.
as required. 2 Metres 2113.00 Metre 4226.00

Total 664718.00
ADD 6.33% on a/c of increase in GST rate
from 12% to 18% on DSR 2022 items i.e. on
Rs. 6,64,718- 42076.65
Total of Sub Head-IV 706795.00
Sub-Head - V (Street light Poles, Cables &
Fittings)

Correction—Nil Deletion—Nil Insertion—Nil Overwriting—Nil


AE(P) AE(E)
328
36 Supply, installation, testing and commissioning
of 25 mtrs. high raising / lowering type
Polygonal, in multi sections High Mast towers
complete with Lantern Carriage suitable for 16
nos flood light fittings, Junction Box ,Raising
and lowering mechanism, Winch, Head Frame,
Stainless Steel Wire Ropes, Cable, Power Tool
for the Winch, Lightning Finial, Aviation
Obstruction Lights and all other accessories i/c
erection and making civil foundation,
connection, interconnection, testing ,
commissioning etc complete as required as per
technical specifications attached. 2 Nos 603536.00 Each 1207072.00
37 SITC of IP66 500 W +/-1 W Integral LED
Floodlight luminaire, cradle mounted, Al
Pressure Die cast Housing having minimum
system lumen efficacy of 120 lm/W with
minimum system lumen output of 55000
lumens. The luminaire shall have IP66
protection with Beam angle of 60 degree. The
LED shall be compliant with Useful L70 life of
>50000 Hrs.Driver efficiency should be 85% in
input voltage range of 100V to 300V (nominal
rated voltage – 240V) with 4 KV internal surge
protection etc complete as required. 32 Nos 53168.00 Each 1701376.00
38 Supplying, Installation, Testing and
commissioning of 6.0 mtrs. Height hot dip
galvanised (65 micron DFT) pole fabricated
with 3 mm thick sheet of octagonal cross
section fabricated in accordance to IS:2629
having bottom 130 to 135 mm across the flat
and Top 70 to 72 mm across the flat, cable
termination box of suitable size fixed with 60
Amp aluminium bus bar and 6 Amp. "C" Series
SPMCB, base plate of size not less than 200
mm x 200 mm x 12 mm thick complete
alongwith foundation bolt M 16 x 750 mm
length - 1 set for 4 Nos. with RCC 1:3:6 (1
cement : 3 coarse sand : 6 graded stone
aggregate 40 mm nominal size) foundation of
approved dimensions as per manufacturer's
design and 4 Nos. steel foundation bolts of
16mm dia,750 mm long complete with
providing and fixing 1Mtr. long double arm
diffrential type bracket fixing on top of pole to
hold the suitable fittings complete etc. as
required 66 Nos 15263.00 Each 1007358.00
39 Supply of IP66 60 W+/- 1W LED Streetlight,
Pole Mounted, Al Die cast Housing, High Purity
Lens Diffuser, minimum system lumens of 7200
with system efficacy of 120 lm/W, The luminaire
shall have CCT of 5700K and CRI of minimum
70. The luminaire shall have IP66 and IK10
protection. The LED shall be compliant with
Useful L70 life of 50000 Hrs with 4 KV internal
surge protection with THD<10%, PF>0.95,
Voltage range 150V-300V, driver efficiency
85% or more complete etc as reqd.
66 Nos 3877.00 Each 255882.00

Correction—Nil Deletion—Nil Insertion—Nil Overwriting—Nil


AE(P) AE(E)
329
40 Supplying of following sizes of XLPE
insulated PVC sheathed armoured Al. cond.
Power Cable of 1.1 KV grade as required.
a) 3 x 10 sq mm 1200 Mtrs. 250.00 Mtr. 300000.00
41 Supplying and laying of following size DWC
HDPE pipe ISI marked along with all
accessories like socket, bend, couplers etc.
conforming to IS 14930, Part II complete
with fitting and cutting, jointing etc.direct in
ground (75 cm below ground level) including
excavation and refilling the trench but
excluding sand cushioning and protective
covering etc., complete as required.
a) 63 mm dia (OD-63 mm & ID-51 mm nominal) 1000 Mtrs. 247.00 Mtr. 247000.00
42 Laying of one number PVC insulated and PVC
sheathed / XLPE power cable of 1.1 KV grade
of following size in the existing masonry open
duct as required.
a) Upto 35 sq. mm 200 Mtrs. 28.00 Mtr. 5600.00
43 Laying of one number PVC insulated and PVC
sheathed / XLPE power cable of 1.1 KV grade
of following size in the existing RCC/ HUME/
METAL pipe as required.
Upto 35 sq. mm 1000 Mtrs. 37.00 Mtr. 37000.00
Total 4761288.00
ADD 6.33% on a/c of increase in GST rate
from 12% to 18% on DSR 2022 items i.e. on
Rs. 2,89,600/- 18331.68
Total of Sub Head-V 4779620.00

. SUB HEAD -VI (FLOOD LIGHT FITTINGS)


44 Supplying, installation, testing and
commissioning of 100 Watt LED flood light
having aluminium die cast housing with IP-66
Protection and integral LED driver type
luminaires having minimum 100 lumen / watt,
CCT of 5700K to 6500K, complete with all
accessories complete as reqd. 20 Nos 7170.00 Each 143400.00
45 Supplying of following sizes of XLPE
insulated PVC sheathed armoured Al. cond.
Power Cable of 1.1 KV grade as required.
a) 2 x 10 sq mm 500 Mtrs. 224.00 Mtr. 112000.00
46 Laying and fixing of one number PVC insulated
and PVC sheathed / XLPE power cable of 1.1
KV grade of following size on wall surface as
required.
a) Upto 35 sq. mm (clamped with 1mm thick
saddle) 500 Mtrs. 55.00 Mtr. 27500.00
47 Providing and fixing 6 SWG dia GI wire on
surface or in recess for loop earthing as
required. 500 Mtr 70.00 Mtr 35000.00
48 Supplying installation testing and
commissioning of weather proof pole box of
minimum size 130 mm x 180 mm x 75 mm &
MCB for flood lights with terminals etc complete
as required. 20 Nos. 2305.00 Each 46100.00

Correction—Nil Deletion—Nil Insertion—Nil Overwriting—Nil


AE(P) AE(E)
330

Total 364000.00
ADD 6.33% on a/c of increase in GST rate
from 12% to 18% on DSR 2022 items i.e. on
Rs. 35,000/- 2215.50
Total of Sub Head-VI 366216.00

SUB HEAD -VII (MCCB'S, DB'S & CABLES)


49 Supplying and fixing following way,
horizontal type three pole and neutral, sheet
steel, MCB distribution board, 415 volts, on
surface/ recess, complete with tinned copper
bus bar, neutral bus bar, earth bar, din bar,
interconnections, powder painted including
earthing etc. as required. (But without
MCB/RCCB/Isolator)
a) 6 way (4+18), Double door 24 Nos. 4974.00 Each 119376.00
b) 8 way (4 + 24), Double door 11 Nos 5967.00 Each 65637.00
c) 12 way (4 + 36), Double door 79 Nos. 6683.00 Each 527957.00
50 Supplying and fixing of following ways surface/
recess mounting, vertical type, 415 volts, TPN
MCB distribution board of sheet steel, dust
protected, duly powder painted, inclusive of 200
amps tinned copper bus bar, common neutral
link, earth bar, din bar for mounting MCB's (but
without MCB's and incomer ) as required .
(Note : Vertical type MCB TPDB is normally
used where 3 phase outlets are required.)
a) 4 way (4 + 12), Double door 3 Nos. 7512.00 Each 22536.00
51 Supplying and fixing Cable End Box (Loose
wire box)(IP 43) suitable for following triple pole
and neutral, sheet steel, MCB distribution
board, 415 V, on surface/ recess, complete with
testing and commissioning etc. as required.
a) For 6 way, Double door TPN MCBDB 24 Nos 1124.00 Each 26976.00
b) For 8 way, Double door TPN MCBDB 11 Nos 1340.00 Each 14740.00
c) For 12 way, Double door TPN MCBDB 79 Nos 1702.00 Each 134458.00
52 Supplying and fixing of following rating
240/415 volts ’C’ curve Miniature Circuit
breaker suitable for inductive load of following
poles in the existing MCB DB complete with
connections, testing etc.as required.
a) Single pole 5 Amp to 32 AMP 3540 Nos. 256.00 Each 906240.00
b) 32 A TP MCB 10 Nos. 1007.00 Each 10070.00
c) 32 A FP MCB 25 Nos. 2304.00 Each 57600.00
d) 40 A FP MCB 26 Nos. 3247.00 Each 84422.00
e) 63 A FP MCB 65 Nos. 3247.00 Each 211055.00
53 Providing and fixing following rating and
breaking capacity and pole MCCB in existing
cubicle panel board including drilling holes in
cubicle panel, making connections, etc. as
required.

Correction—Nil Deletion—Nil Insertion—Nil Overwriting—Nil


AE(P) AE(E)
331
a) 100 Amp, 30KA, FPMCCB 1 Nos. 7723.00 Each 7723.00
54 Supplying of following sizes of XLPE
insulated PVC sheathed armoured Copper
cond. Power Cable of 1.1 KV grade as
required.
a) 4 x 6 sqmm Copper cable 1000 Mtrs. 751.00 Mtr. 751000.00
b) 4 x 16 sqmm Copper cable 1200 Mtrs. 1873.00 Mtr. 2247600.00
c) 3.5 x 70 sqmm Copper cable 60 Mtrs. 7138.00 Mtr. 428280.00
55 Supplying of following sizes of XLPE
insulated PVC sheathed armoured
Aluminium conductor Power Cable of 1.1
KV grade as required.
a) 3.5 x 300 sq mm 400 Mtrs. 3339.00 Mtr. 1335600.00
b) 3.5 x 95 sq mm 200 Mtrs. 1150.00 Mtr. 230000.00
c) 3.5 x 50 sq mm 280 Mtrs. 683.00 Mtr. 191240.00
d) 4 x 25 sq mm 250 Mtrs. 427.00 Mtr. 106750.00
56 Laying of one number PVC insulated and PVC
sheathed / XLPE power cable of 1.1 KV grade
of following size in the existing RCC/ HUME/
METAL pipe as required.
a) Above 185 sq. mm and upto 400 sq. mm
300 Mtrs. 134.00 Mtr. 40200.00
57 Laying and fixing of one number PVC insulated
and PVC sheathed / XLPE power cable of 1.1
KV grade of following size on wall surface as
required.
a) Upto 35 sq.mm (clamped with 1 mm thick
saddle) 500 Mtrs. 55.00 Mtr. 27500.00
b) Above 35 sq. mm and upto 95 sq. mm
(clamped with 25x3mm MS flat clamp)
500 Mtrs. 130.00 Mtr. 65000.00
c) Above 185 sq. mm and upto 400 sq. mm
(clamped with 40x3mm MS flat clamp)
100 Mtrs. 226.00 Mtr. 22600.00
58 Laying and fixing of one number PVC insulated
and PVC sheathed / XLPE power cable of 1.1
KV grade of following size on cable tray as
required.
a) Upto 35 sq.mm (clamped with 1 mm thick
saddle) 1900 Mtrs. 45.00 Mtr. 85500.00
b) Above 35 sq. mm and upto 95 sq. mm
(clamped with 25x3mm MS flat clamp)
40 Mtrs. 92.00 Mtrs. 3680.00
59 Supplying and installing following size of
perforated painted with powder coating M.S.
cable trays with perforation not more than
17.5%, in convenient sections, joined with
connectors, suspended from the ceiling with
M.S. suspenders including bolts & nuts,
painting suspenders etc as required.
a) 200 mm width X 50 mm depth X 1.6 mm
thickness 300 Mtrs. 689.00 Mtr. 206700.00
b) 300 mm width X 50 mm depth X 1.6 mm
thickness 900 Mtrs. 777.00 Mtr. 699300.00

Correction—Nil Deletion—Nil Insertion—Nil Overwriting—Nil


AE(P) AE(E)
332
60 Supplying and installing following size of
perforated painted with powder coating M.S.
cable trays bends with perforation not more
than 17.5%,, joined with connectors,
suspended from the ceiling with M.S.
suspenders including bolts & nuts, painting
suspenders etc as required.
a) 200 mm width X 50 mm depth X 1.6 mm
thickness 20 Nos 1227.00 Each 24540.00
b) 300 mm width X 50 mm depth X 1.6 mm
thickness 60 Nos 1438.00 Each 86280.00
61 Supplying and installing following size of
perforated pre-painted M.S. cable trays
reducers with perforation not more than 17.5%,
joined with connectors, suspended from the
ceiling with M.S. suspenders including bolts &
nuts, painting suspenders etc as required.

a) 200 mm width X 50 mm depth X 1.6 mm


thickness 10 Nos 1446.00 Each 14460.00
62 Supplying and installing following size of
perforated pre-painted M.S. cable trays Tee's
with perforation not more than 17.5%, joined
with connectors, suspended from the ceiling
with M.S. suspenders including bolts & nuts,
painting suspenders etc as required.

a) 200 mm width X 50 mm depth X 1.6 mm


thickness 8 Nos 1667.00 Each 13336.00
b) 300 mm width X 50 mm depth X 1.6 mm
thickness 16 Nos 1979.00 Each 31664.00
63 Supplying and making end termination
with brass compression gland and Aluminum
lugs for following sizes PVC insulated and
PVC sheathed / XLPE Aluminum conductor
cable of 1.1 KV grade of the following size as
reqd.

a) 3½ X 300 sq. mm (70mm) 32 Nos 1195.00 Each 38240.00


b) 3½ X 70 sq. mm (38mm) 4 Nos 468.00 Each 1872.00
c) 3½ X 95 sq. mm (45mm) 4 Nos 588.00 Each 2352.00
d) 3½ X 50 sq. mm (35mm) 4 Nos 413.00 Each 1652.00
e) 4 X 16 sq. mm (28mm) 20 Nos 309.00 Each 6180.00
f) 4 X 25 sq. mm (28mm) 6 Nos 315.00 Each 1890.00
64 Supplying and making end termination
with brass compression gland and copper
lugs for following sizes PVC insulated and
PVC sheathed / XLPE Copper conductor
cable of 1.1 KV grade of the following size as
reqd.
a) 3½ X 70 sq. mm (38mm) 2 Nos 665.00 Each 1330.00
b) 4 X 16 sq. mm (28mm) 124 Nos 353.00 Each 43772.00

Correction—Nil Deletion—Nil Insertion—Nil Overwriting—Nil


AE(P) AE(E)
333
65 Supplying and laying of following size DWC
HDPE pipe ISI marked along with all
accessories like socket, bend, couplers etc.
conforming to IS 14930, Part II complete
with fitting and cutting, jointing etc.direct in
ground (75 cm below ground level) including
excavation and refilling the trench but
excluding sand cushioning and protective
covering etc., complete as required.
a) 120 mm dia (OD-120 mm & ID-103 mm
nominal) 300 Mtrs. 368.00 metre 110400.00

Total 9007708.00
ADD 6.33% on a/c of increase in GST rate
from 12% to 18% on DSR 2022 items i.e. on
Rs. 26,54,754/- 168045.93
Total of Sub Head-VII 9175754.00

Sub-Head - VIII (Monoblock Pump )


66 SITC of 7.5 HP Open well Submersible pump
set having delivey size 50 mm, head range
20-50 m, discharge 3.5 to 7.5 Ltr/sec suitable
for operation of 3 phase 415 Volt supply i/c
fixing etc as reqd. 2 No. 50245.00 Each 100490.00
67 Supplying, installation, testing, commissioning
of Three phase DOL Starter suitable for 7.5 HP
submersible pump set i/c connections, testing
etc as reqd. 2 No. 2996.00 Each 5992.00
68 Supplying and laying following sizes of Flexible
copper conductor, 3 core cable in the existing
surface/ recessed steel/ PVC conduit as
required.
a) 3 core 4 sqmm 60 Mtrs 430.00 Mtr 25800.00

Total 132282.00
ADD 6.33% on a/c of increase in GST rate
from 12% to 18% on DSR 2022 items i.e. on
Rs. Nil 0.00
Total of Sub Head-VIII 132282.00

SUB HEAD - IX (WATER COOLERS & RO


SYSTEM)
69 Supplying, Installation, Testing &
Commissioning of storage type water cooler of
150 Ltr storage capacity and 150 LPH cooling
capacity having fully SS body, SS tank,
adjustable cold water thermostat, auto cutoff,
overload compressor protection, 2 tap outlet,
R22/134a or euivalent refrigerant, rotary/
reciprocating energy efficient compressor, i/c 1
no. 3 pin 16 Amp. plug top complete in all
respect ready to use at site & suitable for
operation on 1-ɸ, 230V, 50Hz, AC supply etc. 10 Nos. 63283.00 Each 632830.00

Correction—Nil Deletion—Nil Insertion—Nil Overwriting—Nil


AE(P) AE(E)
334
70 Supplying, installation, testing & commissioning
of commercial type RO purification system with
RO+UV+UF with TDS controller, fully automatic
operation with auto-on and auto-off, non
breakable, ABS plastic construction, filter
change alarm to indicate filter replacement time
,high purification system upto 50 Ltr./hour and
auto flushing system including connections/
interconnections etc. complete as required. 10 Nos. 45016.00 Each 450160.00

Total of Sub Head 1082990.00


ADD 6.33% on a/c of increase in GST rate
from 12% to 18% on DSR 2022 items i.e. on
Rs. Nil 0.00
Total of Sub Head-IX 1082990.00

SUB HEAD- X (SUB STATION & PANELS)


HT Panel
71 Supply, installation, testing and commissioning
of HT Panel having following :-
(A) Indoor Vacuum Circuit Breaker of 12KV,
1250Amps, 26.3KA for 3 Sec HT vacuum
circuit breaker panel for incomer confirming to
IEC 62271-200, IAC-AFLR-26.3KA LSC2B-PM
class front accessed with IP4X having
following specifications = 01 Nos as incomer
Each comprising of following items
a) 1250A continuous rated electrolytic
copper bus bars, droppers and bus bars should
be insulated with full system voltage sleeves
b) Floor Truck mounted HORIZONTAL
ISOLATION & HORIZONTAL DRAWOUT
vacuum circuit breaker as per IEC 62271-100.
Vacuum circuit breaker should have three no.
resin encapsulated vacuum bottles of the same
manufacturer as of circuit breaker.
c) Motorized spring charging mechanism
with integral spring charging handle for manual
spring charge.
d) NO Interpanel epoxy barriers required to
restrict arc propagation from one panel to other.
e) Cast resin Current transformer 11KV,
400/5-5A, Core1: class 1.0, 10VA, Core2:
5P10, 10VA,
f) Cast resin potential transformer
11KV/V3/110V/V3/110V/3, 50VA, Cl 1.0, Cl 3P
and HT Fuse at the primary end and 04 pole
MCB at the secondary end of the PT.
g) Accessories like local remote switch,
breaker control switch(T-N-C), space heater
with thermostat, DC & AC control circuit
through MCB, indicating Lamps for RYB,
Spring charge, DC supply healthy, breaker
ON/OFF, breaker in SERVICE/TEST as per
manufacturer
h) Multifunction meter with RS 485 port
Correction—Nil Deletion—Nil Insertion—Nil Overwriting—Nil
AE(P) AE(E)
335
i) Digital Ammeter and Digital voltmeter
j) Master Trip Relay
j) Comprehensive numerical protection relay
with Local Display with Front Communication
port & Rear Modbus Communication Serial
Port with non directional O/C, E/F, protection.
Having following additional facilities:
1. Trip ckt supervision
2. Disturbance recorder
3. Event log with date and time
4. Measurement and control feature
l) Panel should also have additional facility
like:
1. Intermittant rated closing and tripping coil.
2. Fully internal arc type( IAC 25ka / 1 sec)
tested as per latest IEC 62271-200
3. Vacuum bottles should be epoxy
encapsulated.
4. Racking in/out, manual closing/tripping of CB
with compartment door closed.
5. Breaker shall be provided with following
contacts
a. Auxiliary switch with 6NO+6NC mounted on
the draw out portion of the switchgear.
b. Position switches with 3 NO+1NC contacts
for each position in SERVICE and TEST.
6. Panel height should not exceed 2300mm.
7. Electrical & mechanical interlocking between
two nos. incomers.
8. Breaker, Panel, Relay & VI shall be of same
manufacturer.
9. Type Test Reports shall be submitted
alongwith drawing submission.
(B) Indoor Vacuum Circuit Breaker of 11KV,
800Amps, 25KA for 3 Sec HT vacuum circuit
breaker panel for outgoing confirming to IEC
62271-200, IAC-AFLR-25KA for 1 sec with
IP4X having following specifications = 04 Nos.
as outgoing
Each comprising of following items
a) Continuous rated electrolytic copper bus
barsOf Suitable Rating , droppers and bus bars
should be insulated with full system voltage
sleeves of Reychem or eq make.
b) Floor Truck mounted HORIZONTAL
ISOLATION & HORIZONTAL DRAWOUT
vacuum circuit breaker as per IEC 62271-100.
Vacuum circuit breaker should have three no.
resin encapsulated vacuum bottles of the same
manufacturer as of circuit breaker.
c) Motorized spring charging mechanism
with integral spring charging handle for manual
spring charge.

Correction—Nil Deletion—Nil Insertion—Nil Overwriting—Nil


AE(P) AE(E)
336
d) NO Interpanel epoxy barriers required to
restrict arc propagation from one panel to other.
e) Cast resin Current transformer 11KV,
60/5-5A, Core1: class 1.0, 10VA, Core2: 5P10,
10VA,
f) Accessories like local remote switch,
breaker control switch(T-N-C), space heater
with thermostat, DC & AC control circuit
through MCB, indicating Lamps for RYB,
Spring charge, DC supply healthy, breaker
ON/OFF, breaker in SERVICE/TEST as per
manufacturer
g) Multifunction meter with RS 485 port
h) Digital Ammeter
i) Master Trip Relay - 1No. and Aux. Relay
VAA33 - 2Nos.
j) Comprehensive numerical protection relay
with Local Display with Front Communication
port & Rear Modbus Communication Serial Port
with non directional O/C, E/F, protection.
Having following additional facilities:
1. Trip ckt supervision
2. Disturbance recorder
3. Event log with date and time
4. Measurement and control feature
l) Panel should also have additional facility
like:
1. Intermittant rated closing and tripping coil.
2. Fully internal arc type tested as per latest
IEC 62271-200
3. Vacuum bottles should be epoxy
encapsulated.
4. Racking in/out, manual closing/tripping of CB
with compartment door closed.
5. Breaker shall be provided with following
contacts
a. Auxiliary switch with 6NO+6NC mounted on
the draw out portion of the switchgear.
b. Position switches with 3 NO+1NC contacts
for each position in SERVICE and TEST.
6. Panel height should not exceed 2300mm.
7. Braeker, Panel, Relay & VI shall be of same
manufacturer.

8. Type Test Reports shall be submitted


alongwith drawing submission.
a) 630A continuous rated electrolytic copper
bus bars, droppers and bus bars should be
insulated with full system voltage sleeves of
Reychem or eq make.

Correction—Nil Deletion—Nil Insertion—Nil Overwriting—Nil


AE(P) AE(E)
337
b) Floor Truck mounted HORIZONTAL
ISOLATION & HORIZONTAL DRAWOUT
vacuum circuit breaker as per IEC 62271-100.
Vacuum circuit breaker should have three no.
resin encapsulated vacuum bottles of the same
manufacturer as of circuit breaker.
c) Motorized spring charging mechanism
with integral spring charging handle for manual
spring charge.
d) NO Interpanel epoxy barriers required to
restrict arc propagation from one panel to other.
e) Accessories like local remote switch,
breaker control switch(T-N-C), space heater
with thermostat, DC & AC control circuit
through MCB, indicating Lamps for RYB,
Spring charge, DC supply healthy, breaker
ON/OFF, breaker in SERVICE/TEST as per
manufacturer
f) Panel should also have additional facility
like:
1. Intermittant rated closing and tripping coil.
2. Fully internal arc type tested as per latest
IEC 62271-200
3. Vacuum bottles should be epoxy
encapsulated.
4. Racking in/out, manual closing/tripping of CB
with compartment door closed.
5. Breaker shall be provided with following
contacts
a. Auxiliary switch with 6NO+6NC mounted on
the draw out portion of the switchgear.
b. Position switches with 3 NO+1NC contacts
for each position in SERVICE and TEST.
6. Panel height should not exceed 2300mm.

7. Braeker, Panel, Relay & VI shall be of same


manufacturer.
8. Type Test Reports shall be submitted
alongwith drawing submission.

(A) Vacuum Circuit Breakers for Incomer = 01


No.
(B) Vacuum Circuit Breakers for outgoing = 04
Nos 1 Job 3577162.00 Job 3577162.00

Correction—Nil Deletion—Nil Insertion—Nil Overwriting—Nil


AE(P) AE(E)
338
72 Supplying, installation, testing & commissioning
of 11/0.433KV 1000 KVA 50 Hz ON Load Tap
Changer, Three phase, Oil type transformer
with following specification etc as required. i)
Standard: IS : 2026 and IS 1180 (Part - 3) 2021
Energy Efficiency Level II with all latest
amendments ii) Losses at 50% loading: 2620
Watts (Max) ii) Losses at 100% loading: 7000
Watts (Max) iii) Outdoor Installation, iv) Vector
group : Dyn11 v) Rating : 1000 KVA vi) Cooling
System: ONAN, vii) Winding: Copper, viii)
Magnetic Core: Prime grade of M4 or better
ix) High voltage : 11KV - 50 Hz, x) Low voltage:
415V-50HZ xi) System highest voltage :
12kV at the HV side xii) Manufacturer testing
labotatory to be NABL certified with in house
core cutting facility for proper control &
monitoring of quality & to avoid mixing of Prime
core with Second grade /defective core
materials xiii) Insulation Level - H.V. Power
Frequency (KV rms): 28 kV - H.V. Impulse
withstand voltage (KV peak): 75 kVpTapping:
+5% to -15% off load tap links in steps of 2.5%.
xiv) HT Termination - Cable Box xv) LT
Termination - Bus duct and with all accessories
i.e. first filling of filtered dehydrated oil and
confirming to IS & standard accessories
complete as required.
Note :- 1. The core shall be constructed
from high grade, non ageing, PRIME GRADE
CRGO with M4 Grade or Better, silicon steel
laminations and shall be of boltness design.
The core and coil assembly should be dried
through a highly efficient vacuum drying
autoclave for heating and drying. 3 Sets 4561328.00 Set 13683984.00
APFC PANEL
73 Supplying, installation, testing & commissioning
of modular, fully bolted type, 300 KVAR APFC
Panel suitable for 415V, 3 Phase, 4 wire 50 Hz
AC supply system as per IEC 61439- 1 & 2 And
Conformance To Seismic Zone 5 As Per IS
1893 Type Tested With Aluminium Busbar of
suitable Rating fabricated in with CRCA sheet
steel of 2mm thick for load bearing member
and 1.6mm for Non load bearing
member.having The stage ratings as 1 X 5
KVAR , 2x10 KVAR + 3x25 KVAR + 4x50
KVAR extensible type TPN Aluminium bus
bars of high conductivity as per BOQ, bus bar
supports, with short circuit withstand capacity of
50kA for 1 Sec., control wiring with 2.5 Sq.mm.
PVC insulated copper FRLS conductor cable
for voltage & Current respectively, cable alleys,
i/c providing following switch gears ,
Mechanical Impact -IK10 as per IEC (The
board shall be dust and vermin proof with
degree of protection IP 42 ) (TTA Panel)
As equipment shall be comprising of the
following:-

Correction—Nil Deletion—Nil Insertion—Nil Overwriting—Nil


AE(P) AE(E)
339
A Insulated bus bar assembly made from
Aluminium rated as per OEM report
B The incomer of the APFC Panel shall be a
630A 3P MCCB 36KA , Adjustable Thermal
Adjustable Magnetic release Ics = 100% Icu,
MCCB shall have standard extended rotary
handle, spreaders, phase barrier.
C Capacitor Units: The capacitor unit shall be
Heavy Duty Type metalized polypropylene
Aluminium Can Resin Filled. The capacitor unit
shall have a rated voltage of 415/440v and
shall be Self Healing Type.
D Each stage of the APFC Panel shall have a
suitably rated Thermal MCCB and shall have
Spreader Link, Phase barrier & Ext ROM.
MCCB Shall Be Type Double Rotary Contact
System. All MCCB Above 250A Shall Be With
Micro Processor Release
E Automatic Power Factor Correction Relay Shall
Be 12 Stage Type LCD Display With Automatic/
Linear/ rotational switching modes of banks
Confirming to IEC60947-5-1
F Stage Contactor: Capacitor Duty Contactor Of
Rating As That of Capacitor Shall be Used
G Ventilating fans of required size shall be used
to dissipate the heat produced by the capacitor
bank components like the capacitor
units,contactors, breakers etc. 2 Nos. 1025453.00 Each 2050906.00

MAIN LT PANEL
74 Supplying, installation, testing & commissioning
of modular, fully bolted type, sectionallised Low
Voltage Panel suitable for 415 V, 3 Phase, 4
wire 50 Hz AC supply system as per IEC
61439- 1 & 2 And Conformance To Seismic
Zone 5 As Per IS 1893 Type Tested With
Aluminium Busbar . InPanel Rating Of The
Incommer ACB Shall Be Equal To The Rated
Current At Which Panel Is Type Tested For
Verification of Temperature Rise. Fully
compartmentalised design with CRCA sheet
steel of 2mm thick for load bearing member
and 1.6mm for Non load bearing
member.having suitable rating capacity
extensible type TPN Aluminium bus bars of
high conductivity as per BOQ, bus bar
supports, with short circuit withstand capacity of
50kA for 1 Sec., control wiring with 2.5 Sq.mm.
PVC insulated copper FRLS conductor cable
for voltage & Current respectively, i/c providing
following switch gears , Form of Separation
Form 4B, Mechanical Impact -IK10 as per IEC
(The board shall be dust and vermin proof with
degree of protection IP 52 ) (TTA Panel)
Air Circuit breaker shall be capable of carrying
the full load current defined for 50 degree
Celsius Without Any Derating

Correction—Nil Deletion—Nil Insertion—Nil Overwriting—Nil


AE(P) AE(E)
340
MCCBs shall have Spreader Link, Phase
barrier & Shall Be Type Double Rotary Contact
System Along With Extended rotary handle. All
MCCB Above 250A Shall Be With Micro
Processor Release
Each incoming / outgoing ACB shall have
microprocessor release with adjustable over
current, short circuit & earth fault protection
with instantaneous as mentioned in
specification.
Each ACB Incommer shall have Surge
Protection Device.
In case of PLC failure, Provision of manual
operation for all incomer ACB feeders of Main
LT Panel
Incomers for Transformer, D.G. sets & Bus
couplers shall be electrically & Mechanically
interlocked.

A Incomers for Transformer No 1 , 2 & 3


(1000Kva Each )
Each Feeder shall comprise of following
accessories:-
ACB 1600 Amps 4P EDO 65 KA Type Micro
Processor release ( LSIGN + Display ) - 1 No.
Metering Type Ammeter And Voltmeter Digital -
2 Nos.
MFM With RS 485 Port Type Smart 7 KT - 1
No.
Current Transformer 1600 / 5 A Class 1.0 10
VA Type Cast Resin - 3 Nos.
Indications Type LED R - Y - B And On - Off -
Trip - 2 Nos.
MCB 1P 2A For Control - 3 Nos.
Mechanical Inter Lock With Key - 1 No.
Under Voltage / Over Voltage / Phase Reversal
Relay - 1 No.
Surge Protection Device - 1 No.
Back Up MCB For SPD - 1 No.
Emergency Off - 1 No.

Qty Of Above Feeders - 3 Nos.

B Incomers for DG No 1 , 2 & 3 ( 380Kva Each


)
Each Feeder shall comprise of following
accessories:-
1 ACB 800 Amps 4P EDO 65 KA Type Micro
Processor ( LSIGN + Display ) - 1 No.
2 Metering Type Ammeter And Voltmeter Digital -
2 Nos.
3 MFM With RS 485 Port Type Smart 7 KT - 1
No.
4 Current Transformer 800 / 5 A Class 1.0 10 Va
Type Cast Resin - 3 Nos.
Correction—Nil Deletion—Nil Insertion—Nil Overwriting—Nil
AE(P) AE(E)
341
5 Indications Type LED R - Y - B And On - Off -
Trip - 2 Nos.
6 MCB 1P 2A For Control - 3 Nos.
7 Mechanical Inter Lock With Key - 1 No.
8 Emergency Off - 1 No.
9 Annuciator 16 Window - 1 No.
10 Under Voltage / Over Voltage / Phase Reversal
Relay - 1 No.

Qty Of Above Feeders - 3 Nos.

C Solar Incomer
Each Feeder shall comprise of following
accessories:-
1 MCCB 125 Amps 4P 36 KA Ics Typr Tmr - 1
No.
2 Spreader Links and phase barrier for Above
MCCB - 2 Nos.
3 Ext Rom For Above MCCB - 1 No.
4 MFM With RS 485 Port Type Smart 7 KT - 1
No.
4 Mechanical Inter Lock With Key - 1 No.
5 Indications Type LED R - Y - B And On - Off -
Trip - 2 Nos.
6 MCB 1P 2A For Control - 3 Nos.

Qty Of Above Feeders - 2 Nos.

D Bus Coupler
Each Feeder shall comprise of following
accessories:-
1 ACB 1000 Amps 4P EDO 65 KA Type Micro
Processor ( LSIGN + Display ) -1 No.
2 Indications Type LED R - Y - B And On - Off -
Trip - 2 Nos.
3 MCB 1P 2A For Control - 3 Nos.
4 Mechanical Inter Lock With Key - 1 No.
5 Emergency Off - 1 No.

Qty Of Above Feeders - 5 Nos.

Non Essential Bus Bar 1

As Per Temperature Rise Type Test Report Of


OEM

E 1250A Feeder
Each Feeder shall comprise of following
accessories:-
Correction—Nil Deletion—Nil Insertion—Nil Overwriting—Nil
AE(P) AE(E)
342
1 ACB 1250 Amps 4P MDO 65 KA Ics Type
Micro Processor - 1 No.
2 Metering Type Ammeter And Voltmeter Digital -
2 Nos.
3 MFM With RS 485 Port Type Smart 7 KT - 1
No.
4 Current Transformer 1250 / 5 A Cl.1.0 10 Va
Type Cast Resin - 3 Nos.
5 Indications Type LED R - Y - B And On - Off -
Trip - 2 Nos.
6 MCB 1P 2A For Control - 3 Nos.

Qty Of Above Feeder - 1 No.

F 400 A Feeder
Each Feeder shall comprise of following
accessories:-
1 MCCB 400 Amps 4P 36 KA Ics Typr Micro
Processor - 1 No.
2 Spreader Links and phase barrier for Above
MCCB - 2 Nos.
3 Ext Rom For Above MCCB - 1 No.

Qty Of Above Feeder - 3 Nos.

G 630 A Feeder
Each Feeder shall comprise of following
accessories:-
1 MCCB 630 Amps 3P 36 KA Ics Typr Micro
Processor - 1 No.
2 Spreader Links and phase barrier for Above
MCCB - 2 Nos.
3 Ext Rom For Above MCCB - 1 Nos.

Qty Of Above Feeder - 1 No.

H 125 A Feeder
Each Feeder shall comprise of following
accessories:-
1 MCCB 125 Amps 4P 36 KA Ics Typr Tmr - 1
No.
2 Spreader Links and phase barrier for Above
MCCB - 2 Nos.
3 Ext Rom For Above MCCB - 1 No.

Qty Of Above Feeder - 2 Nos.

Essential Bus Bar 1

As Per Temperature Rise Type Test Report Of


OEM

Correction—Nil Deletion—Nil Insertion—Nil Overwriting—Nil


AE(P) AE(E)
343

I 630A Feeder
Each Feeder shall comprise of following
accessories:-
1 ACB 630 Amps 4P MDO 65 KA Ics Type Micro
Processor - 1 No.
2 Indications Type LED R - Y - B And On - Off -
Trip - 2 Nos.
3 MCB 1P 2A For Control - 3 Nos.

Qty Of Above Feeder - 1 No.

J 250 A Feeder
Each Feeder shall comprise of following
accessories:-
1 MCCB 250 Amps 4P 36 KA Ics Typr Tmr - 1
No.
2 Spreader Links and phase barrier for Above
MCCB - 2 Nos.
3 Ext Rom For Above MCCB - 1 No.

Qty Of Above Feeder - 2 Nos.

K 125 A Feeder
Each Feeder shall comprise of following
accessories:-
1 MCCB 125 Amps 4P 36 KA Ics Typr Tmr - 1
No.
2 Spreader Links and phase barrier for Above
MCCB - 2 Nos.
3 Ext Rom For Above MCCB - 1 No.

Qty Of Above Feeder - 1 No.

L 100 A Feeder
Each Feeder shall comprise of following
accessories:-
1 MCCB 100 Amps 4P 36KA Ics Typr Tmr - 1
No.
2 Spreader Links and phase barrier for Above
MCCB - 2 Nos.
3 Ext Rom For Above MCCB - 1 No.

Qty Of Above Feeder - 1 No.

L Non Essential Bus Bar 2 & Essential Bus


Bar 2

As Per Temperature Rise Type Test Report Of


OEM

Correction—Nil Deletion—Nil Insertion—Nil Overwriting—Nil


AE(P) AE(E)
344

Non Essential Bus Bar 3

M 1250A Feeder
Each Feeder shall comprise of following
accessories:-
1 ACB 1250 Amps 4P MDO 65 KA Ics Type
Micro Processor - 1 No.
2 Metering Type Ammeter And Voltmeter Digital -
2 Nos.
3 MFM With RS 485 Port Type Smart 7 KT - 1
No.
4 Current Transformer 800 / 5a Cl.1.0 10 Va
Type Cast Resin -3 Nos.
5 Indications Type LED R - Y - B And On - Off -
Trip - 2 Nos.
6 MCB 1P 2A For Control -3 Nos.

Qty Of Above Feeder - 1 No.

N 400 A Feeder
Each Feeder shall comprise of following
accessories:-
1 MCCB 400 Amps 4P 36 KA Ics Typr Micro
Processor - 1 No.
2 Spreader Links and phase barrier for Above
MCCB -2 Nos.
3 Ext Rom For Above MCCB - 1 No.

Qty Of Above Feeder - 3 Nos.

O 630 A Feeder
Each Feeder shall comprise of following
accessories:-
1 MCCB 630 Amps 3P 36 KA Ics Typr Micro
Processor - 1 No.
2 Spreader Links and phase barrier for Above
MCCB - 2 Nos.
3 Ext Rom For Above MCCB - 1 No.
4 Current Transformer 630 / 5A Cl.1.0 10 VA For
APFC Panel - 1 No.

Qty Of Above Feeder - 1 No.

P 250 A Feeder
Each Feeder shall comprise of following
accessories:-
1 MCCB 250 Amps 4P 36 KA Ics Typr Tmr - 1
No.
2 Spreader Links and phase barrier for Above
MCCB - 2 Nos.
3 Ext Rom For Above MCCB - 1 No.
Correction—Nil Deletion—Nil Insertion—Nil Overwriting—Nil
AE(P) AE(E)
345

Qty Of Above Feeder - 1 No.

Q 125 A Feeder
Each Feeder shall comprise of following
accessories:-
1 MCCB 125 Amps 4P 36 KA Ics Typr Tmr - 1
No.
2 Spreader Links and phase barrier for Above
MCCB - 2 Nos.
3 Ext Rom For Above MCCB - 1 No.

Qty Of Above Feeder - 1 No.

R Essential Bus Bar 3

As Per Temperature Rise Type Test Report Of


OEM

S 630A Feeder
Each Feeder shall comprise of following
accessories:-
1 ACB 630 Amps 4P MDO 65 KA Ics Type Micro
Processor - 1 No.
2 Indications Type LED R - Y - B And On - Off -
Trip - 2 Nos.
3 MCB 1P 2A For Control - 3 Nos.

Qty Of Above Feeder - 1 No.

T 125 A Feeder
Each Feeder shall comprise of following
accessories:-
1 MCCB 125 Amps 4P 36 KA Ics Typr Tmr - 1
No.
2 Spreader Links and phase barrier for Above
MCCB - 2 Nos.
3 Ext Rom For Above MCCB - 1 No.

Qty Of Above Feeder - 3 Nos.

U 250 A Feeder
Each Feeder shall comprise of following
accessories:-
1 MCCB 250 Amps 4P 36 KA Ics Typr Micro
Processor - 1 No.
2 Spreader Links and phase barrier for Above
MCCB -2 Nos.
3 Ext Rom For Above MCCB -1 No.

Correction—Nil Deletion—Nil Insertion—Nil Overwriting—Nil


AE(P) AE(E)
346
Qty Of Above Feeder - 2 Nos.

V PLC + HMI + Battery Charger + Aux


Contactor + Relay - 1 No.
Total @ 3 I/c For Trf + 3I/c For DG + 5
BusCoupler = 11 ACB For PLC Interlocking

W Direct Compensation ( One Each


Transformer )
50Kvar Capacitor Type Heavy Duty - 3 Nos.
MCCB 3P 125A 25KA Ics - 3 Nos.

Quantity Of Above Panel - 1 No. 1 Job 9434503.00 Job 9434503.00


75 Supplying, installation, including suspension,
testing and commissioning of following capacity
bus trunking with aluminium bus bars having
current density of 130 A/ sq cm at nominal
current rating in 1.6mm thick IP 42 sheet steel
enclosure in convenient sections for use on, 3
phase, 4 wire, 415 V, 50 Hz, A.C. supply
including jointing of sections, flexible joints,
expansion joints, bends and earthing with 2
runs of galvanised iron strips, suspenders,
angle iron bracket, steel fasteners, connecting
to earthing system etc. as required.
a) 1600 amps 20 Mtrs. 26559.00 Mtr. 531180.00
MAIN PANEL ( OUTDOOR )
76 Supplying, installation, testing and
commissioning of feeder pillar, sectionalised,
Totally compartmentalized type feeder pillar
having 31 MVA breaking capacity of suitable
size with minimum 600 mm depth fabricated
from CRCA sheet steel of 2 mm thick for frame
work, enclosure and doors, 3 mm thick for
gland plates with stiffeners wherever
required,having canopy for rain water
protection , having vibration free structure
chemically treated with seven tank process
before painting for surface treatment and
powder coated, with aluminium bus DMC/SMC
busbar supports, suitable for 3 phase 415 V 50
HZ AC supply i/c providing and fixing the
following switchgear & accessories etc.
mounted thereon complete with gaskets and
solid copper connections & interconnections as
per specifications complete as required. The
panel shall be Mounted On angle iron frame 50
mm x 6 mm .The board shall be dust & vermin
proof ) 12 Sqm 54613.00 Sqm 655356.00
77 Providing, installation, testing and
commissioing of following accessories in the
above exisiting cubical type panel including
connection etc complete as reqd.

Correction—Nil Deletion—Nil Insertion—Nil Overwriting—Nil


AE(P) AE(E)
347
i). 400 Amps 36 KA FP MCCB, Microprocessor
release with phase barriers and spreader
terminals on incoming and outgoing side
complete with copper thimbles, connections etc
as requied ( ics = 100% icu ) 4 Nos 45305.00 Each 181220.00
ii). 63Amps 25 KA FP Adjustable Thermal
Magnetic Release MCCB with phase barriers
and spreader terminals on incoming and
outgoing side, connections etc as requied ( ics
= 100% icu ) 40 Nos 7723.00 Each 308920.00
iii). 25 mm x 5mm copper earth bus through out
the width of panel with suitable drilled holes etc
8 Nos 1200.00 Each 9600.00
iv) Danger notice plate vitreous enamelled
white on both sides and inscription in signal red
colour of mild steel (200mm x 150 x 2mm thick)
- 1 No. 4 Nos 280.00 Each 1120.00
v). Voltmeter 96 Sq. mm. 0-500v 3 Phase flush
digital Voltmeter with inbuilt selector switch
with 2 amps C- Curve SP MCB’s ) 4 Nos 1299.00 Each 5196.00
vi). 96 mm x 96 mm flush digital type ammeter
meter (0-400 amp.) with inbuilt selector
switch with 2 amps C- Curve SP MCB’s and
CTs 400 / 5 (Each Set shall have 3 Nos. CT's) 4 Sets 1299.00 Each 5196.00
vii). LED Type Phase Indicating lamp For
RYB 4 Sets 200.00 Each 800.00
viii) Extended Rotatary Handle for 400 amp
FP MCCB 4 Nos 1937.00 Each 7748.00
ix) Extended Rotatary Handle for 63 amp FP
MCCB 40 Nos 1937.00 Each 77480.00
LT PANEL FLOOR AREA ( NON -
ESSENTIAL PANEL )
78 Supplying, installation, testing and
commissioning of Indoor, sectionalised, Totally
compartmentalized type MV cubicle panel
having 31 MVA breaking capacity of suitable
size with minimum 450mm depth fabricated
from CRCA sheet steel of 2 mm thick for frame
work, enclosure and doors, 3 mm thick for
gland plates with stiffeners wherever required ,
having vibration free structure chemically
treated with seven tank process before painting
for surface treatment and powder coated, with
aluminium bus DMC/SMC busbar supports,
suitable for 3 phase 415 V 50 HZ AC supply i/c
providing and fixing the following switchgear &
accessories etc. mounted thereon complete
with gaskets and solid Aluminium connections
& interconnections as per specifications
complete as required.The panel shall be
Mounted On ISMC Channel Of 75mm (The
board shall be dust & vermin proof ) 35 Sqm 44014.00 Sqm 1540490.00
79 Providing, installation, testing and
commissioing of following accessories in the
above exisiting cubical type panel including
connection etc complete as reqd.

Correction—Nil Deletion—Nil Insertion—Nil Overwriting—Nil


AE(P) AE(E)
348
i). 200 Amps 36 KA FP MCCB, Thermal
Magnetic Release with phase barriers and
spreader terminals on incoming and outgoing
side complete with copper thimbles,
connections etc as requied ( ics = 100% icu ) 10 Nos 15206.00 Each 152060.00
ii). 63Amps 25 KA FP Adjustable Thermal
Magnetic Release MCCB with phase barriers
and spreader terminals on incoming and
outgoing side, connections etc as requied ( ics
= 100% icu ) 100 Nos 7723.00 Each 772300.00
iii). 25 mm x 5mm copper earth bus through out
the width of panel with suitable drilled holes etc
20 Nos 1200.00 Each 24000.00
iv) Danger notice plate vitreous enamelled
white on both sides and inscription in signal red
colour of mild steel (200mm x 150 x 2mm thick)
- 1 No. 10 Nos 280.00 Each 2800.00
v). Voltmeter 96 Sq. mm. 0-500v 3 Phase flush
digital Voltmeter with inbuilt selector switch
with 2 amps C- Curve SP MCB’s ) 10 Nos 1299.00 Each 12990.00
vi). 96 mm x 96 mm flush digital type ammeter
meter (0-200 amp.) with inbuilt selector
switch with 2 amps C- Curve SP MCB’s and
CTs 200 / 5 (Each Set shall have 3 Nos. CT's) 10 Sets 1299.00 Each 12990.00
vii). LED Type Phase Indicating lamp For RYB 10 Sets 200.00 Each 2000.00
viii) Extended Rotatary Handle for 200 amp FP
MCCB 10 Nos 1937.00 Each 19370.00
ix) Extended Rotatary Handle for 63 amp FP
MCCB 100 Nos 1937.00 Each 193700.00
LT PANEL FLOOR AREA ( Essential PANEL
)
80 Supplying, installation, testing and
commissioning of Indoor, sectionalised, Totally
compartmentalized type MV cubicle panel
having 31 MVA breaking capacity of suitable
size with minimum 450mm depth fabricated
from CRCA sheet steel of 2 mm thick for frame
work, enclosure and doors, 3 mm thick for
gland plates with stiffeners wherever required ,
having vibration free structure chemically
treated with seven tank process before painting
for surface treatment and powder coated, with
aluminium bus DMC/SMC busbar supports,
suitable for 3 phase 415 V 50 HZ AC supply i/c
providing and fixing the following switchgear &
accessories etc. mounted thereon complete
with gaskets and solid Aluminium connections
& interconnections as per specifications
complete as required.The panel shall be
Mounted On ISMC Channel Of 75mm 35 Sqm 44014.00 Sqm 1540490.00
81 Providing, installation, testing and
commissioing of following accessories in the
above exisiting cubical type panel including
connection etc complete as reqd.
i). 100Amps 30 KA FP MCCB, Thermal
magnetic Release with phase barriers and
spreader terminals on incoming and outgoing
side, connections etc as requied ( ics = 100%
icu ) 20 Nos 7723.00 Each 154460.00

Correction—Nil Deletion—Nil Insertion—Nil Overwriting—Nil


AE(P) AE(E)
349
iii). 63Amps 25 KA FP Adjustable Thermal
Magnetic Release MCCB with phase barriers
and spreader terminals on incoming and
outgoing side, connections etc as requied ( ics
= 100% icu ) 80 Nos 7723.00 Each 617840.00
v). 25 mm x 5mm copper earth bus through out
the width of panel with suitable drilled holes etc
40 Nos 1200.00 Each 48000.00
vi) Danger notice plate vitreous enamelled
white on both sides and inscription in signal red
colour of mild steel (200mm x 150 x 2mm thick)
- 1 No. 20 Nos 280.00 Each 5600.00
ii). Voltmeter 96 Sq. mm. 0-500v 3 Phase flush
digital Voltmeter with inbuilt selector switch
with 2 amps C- Curve SP MCB’s ) 20 Nos 1299.00 Each 25980.00
iii). 96 mm x 96 mm flush digital type ammeter
meter (0-100 amp.) with inbuilt selector
switch with 2 amps C- Curve SP MCB’s and
CTs 100 / 5 (Each Set shall have 3 Nos. CT's) 20 Sets 1299.00 Each 25980.00
iv). LED Type Phase Indicating lamp For RYB 20 Sets 200.00 Each 4000.00
Extended Rotatary Handle for 100 amp FP
MCCB 20 Nos 1937.00 Each 38740.00
Extended Rotatary Handle for 63 amp FP
MCCB 80 Nos 1937.00 Each 154960.00
(MAIN UPS PANEL )
82 Supplying, installation, testing and
commissioning of Indoor, sectionalised, Totally
compartmentalized type MV cubicle panel
having 31 MVA breaking capacity of suitable
size with minimum 450mm depth fabricated
from CRCA sheet steel of 2 mm thick for frame
work, enclosure and doors, 3 mm thick for
gland plates with stiffeners wherever required ,
having vibration free structure chemically
treated with seven tank process before painting
for surface treatment and powder coated, with
aluminium bus DMC/SMC busbar supports,
suitable for 3 phase 415 V 50 HZ AC supply i/c
providing and fixing the following switchgear &
accessories etc. mounted thereon complete
with gaskets and solid Aluminium connections
& interconnections as per specifications
complete as required.The panel shall be
Mounted On ISMC Channel Of 75mm (The
board shall be dust & vermin proof ) 5 Sqm 44014.00 Sqm 220070.00
83 Providing, installation, testing and
commissioing of following accessories in the
above exisiting cubical type panel including
connection etc complete as reqd.
i). 250 Amps 36 KA FP MCCB, Thermal
Magnetic Release with phase barriers and
spreader terminals on incoming and outgoing
side complete with copper thimbles,
connections etc as requied ( ics = 100% icu ) 2 Nos 17510.00 Each 35020.00
i). 100Amps 30 KA FP MCCB, Thermal
magnetic Release with phase barriers and
spreader terminals on incoming and outgoing
side, connections etc as requied ( ics = 100%
icu ) 12 Nos 7723.00 Each 92676.00

Correction—Nil Deletion—Nil Insertion—Nil Overwriting—Nil


AE(P) AE(E)
350
iii). 25 mm x 5mm copper earth bus through out
the width of panel with suitable drilled holes etc
4 Nos 1200.00 Each 4800.00
iv) Danger notice plate vitreous enamelled
white on both sides and inscription in signal red
colour of mild steel (200mm x 150 x 2mm thick)
- 1 No. 2 Nos 280.00 Each 560.00
v). Voltmeter 96 Sq. mm. 0-500v 3 Phase flush
digital Voltmeter with inbuilt selector switch
with 2 amps C- Curve SP MCB’s ) 2 Nos 1299.00 Each 2598.00
vi). 96 mm x 96 mm flush digital type ammeter
meter (0-200 amp.) with inbuilt selector
switch with 2 amps C- Curve SP MCB’s and
CTs 200 / 5 (Each Set shall have 3 Nos. CT's) 2 Sets 1299.00 Each 2598.00
vii). LED Type Phase Indicating lamp For RYB 2 Sets 200.00 Each 400.00
viii) Extended Rotatary Handle for 200 amp FP
MCCB 2 Nos 1937.00 Each 3874.00
ix) Extended Rotatary Handle for 63 amp FP
MCCB 12 Nos 1937.00 Each 23244.00

UTILITY PANEL
84 Supplying, installation, testing and
commissioning of indoor type LT Panel,
sectionalised, totally compartmentalized type
having 31 MVA breaking capacity of suitable
size minimum 450 mm deep fabricated from
CRCA sheet steel of 2 mm thick for frame
work, enclosure and doors, 3 mm thick for
gland plates with stiffeners wherever
required,having canopy for rain water
protection , having vibration free structure
chemically treated with seven tank process
before painting for surface treatment and
powder coated, with aluminium bus DMC/SMC
busbar supports, suitable for 3 phase 415 V 50
HZ AC supply i/c providing and fixing the
following switchgear & accessories etc.
mounted thereon complete with gaskets and
solid copper connections & interconnections as
per specifications complete as required. The
panel shall be Mounted On angle iron frame of
50 mm x 6 mm .The board shall be dust proof &
vermin proof. 4.00 Sqm 44014.00 Sqm 176056.00
85 Providing, installation, testing and
commissioing of following accessories in the
above exisiting cubical type panel including
connection etc complete as reqd.
i). 250 Amps 36 KA FP MCCB, Thermal
Magnetic Release with phase barriers and
spreader terminals on incoming and outgoing
side complete with copper thimbles,
connections etc as requied ( ics = 100% icu ) 2 Nos 17510.00 Each 35020.00
ii). 100Amps 30 KA FP MCCB, Thermal
magnetic Release with phase barriers and
spreader terminals on incoming and outgoing
side, connections etc as requied ( ics = 100%
icu ) 2 Nos 7723.00 Each 15446.00

Correction—Nil Deletion—Nil Insertion—Nil Overwriting—Nil


AE(P) AE(E)
351
iii). 63Amps 25 KA FP Adjustable Thermal
Magnetic Release MCCB with phase barriers
and spreader terminals on incoming and
outgoing side, connections etc as requied ( ics
= 100% icu ) 4 Nos 10703.00 Each 42812.00
iv). Supplying and fixing of following rating
240/415 volts ’C’ curve Miniature Circuit
breaker suitable for inductive load of following
poles in the existing MCB DB complete with
connections, testing etc.as required.

a) 63 A FP MCB 4 Nos 3247.00 Each 12988.00


b) 32 A 2P MCB 8 Nos 830.00 Each 6640.00
v). 25 mm x 5mm copper earth bus through out
the width of panel with suitable drilled holes etc
4 Nos 1200.00 Each 4800.00
vi) Danger notice plate vitreous enamelled
white on both sides and inscription in signal red
colour of mild steel (200mm x 150 x 2mm thick)
- 1 No. 2 Nos 280.00 Each 560.00
vii). Voltmeter 96 Sq. mm. 0-500v 3 Phase
flush digital Voltmeter with inbuilt selector
switch with 2 amps C- Curve SP MCB’s ) 2 Nos 1299.00 Each 2598.00
viii). 96 mm x 96 mm flush digital type ammeter
meter (0-400 amp.) with inbuilt selector
switch with 2 amps C- Curve SP MCB’s and
CTs 400 / 5 (Each Set shall have 3 Nos. CT's) 2 Sets 1299.00 Each 2598.00
ix). LED Type Phase Indicating lamp For RYB 2 Sets 200.00 Each 400.00
x) Extended Rotatary Handle for 250 amp FP
MCCB 2 Nos 1937.00 Each 3874.00
xi) Extended Rotatary Handle for 63 amp FP
MCCB 2 Nos 1937.00 Each 3874.00
xii) Extended Rotatary Handle for 100 amp
FP MCCB 4 Nos 1937.00 Each 7748.00

Street light Feeder Pillar


86 Supplying, installation, testing and
commissioning of feeder pillar, sectionalised,
double door,totally compartmentalized type
feeder pillar having 31 MVA breaking capacity
of minimum 450 mm deep fabricated from
CRCA sheet steel of 2 mm thick for frame
work, enclosure and doors, 3 mm thick for
gland plates with stiffeners wherever
required,having canopy for rain water
protection , having vibration free structure
chemically treated with seven tank process
before painting for surface treatment and
powder coated, with aluminium bus DMC/SMC
busbar supports, suitable for 3 phase 415 V 50
HZ AC supply i/c providing and fixing the
following switchgear & accessories etc.
mounted thereon complete with gaskets and
solid copper connections & interconnections as
per specifications complete as required. The
panel shall be Mounted On angle iron frame of
50 mm x 6 mm .The board shall be dust proof &
vermin proof ) 1.10 Sqm 48415.00 Sqm 53256.50
Correction—Nil Deletion—Nil Insertion—Nil Overwriting—Nil
AE(P) AE(E)
352
87 Providing, installation, testing and
commissioing of following accessories in the
above exisiting cubical type panel including
connection etc complete as reqd.
ii). 63Amps 25 KA FP Adjustable Thermal
Magnetic Release MCCB with phase barriers
and spreader terminals on incoming and
outgoing side, connections etc as requied ( ics
= 100% icu ) 2 Nos 7723.00 Each 15446.00
iii). Supplying and fixing of following rating
240/415 volts ’C’ curve Miniature Circuit
breaker suitable for inductive load of following
poles in the existing panel complete with
connections, testing etc.as required.
a) 32 A 2P MCB 12 Nos 830.00 Each 9960.00

iv). 25 mm x 5mm copper earth bus through out


the width of panel with suitable drilled holes etc
4 Nos 1200.00 Each 4800.00
v). Voltmeter 96 Sq. mm. 0-500v 3 Phase flush
digital Voltmeter with inbuilt selector switch
with 2 amps C- Curve SP MCB’s ) 2 Nos 1299.00 Each 2598.00
vi). 96 mm x 96 mm flush digital type ammeter
meter (0-400 amp.) with inbuilt selector
switch with 2 amps C- Curve SP MCB’s and
CTs 400 / 5 (Each Set shall have 3 Nos. CT's) 2 Sets 1299.00 Each 2598.00
vii) Extended Rotatary Handle for 63 amp FP
MCCB 2 Nos 1937.00 Each 3874.00
viii) Astronomical Timer 2 Nos 4281.00 Each 8562.00
ix) Contactor 63 Amp 2 Nos 4148.00 Each 8296.00

Total 36689765.50
ADD 6.33% on a/c of increase in GST rate
from 12% to 18% on DSR 2022 items i.e. on
Rs. 27,30,368/- 172832.29
Total of Sub Head-X 36862598.00

SUB HEAD -XI (RISING MAIN)


88 Supplying, installing, connecting to existing Air
Insulated Compact Type bus trunking/ rising
mains, testing and commissioning of following
capacity End Feed Unit for use on 3 phase 4
wire 415 volts, 50Hz A.C. supply made with
1.6mm thick steel sheet enclosure duly powder
coated with provision of MCCB/ACB (but
without MCCB/ACB) complete with necessary
joints including clamping brackets, angle iron
bracket, steel fasteners, connecting to earthing
system etc. as required
a) 630 amps 50KA SC for 1 sec 2 Nos 13442.00 Each 26884.00
b) 1250 amps 50KA SC for 1 sec 2 Nos 19904.00 Each 39808.00

Correction—Nil Deletion—Nil Insertion—Nil Overwriting—Nil


AE(P) AE(E)
353
89 Supplying, installing, connecting to existing Air
Insulated Compact Type bus trunking/ rising
mains, testing and commissioning of following
capacity Plug In/ Tap Off Box for use on 3
phase 4 wire 415 volts, 50Hz A.C. supply with
1.6mm thick steel sheet enclosure duly powder
coated with provision of MCCB (but without
MCCB) complete etc. as required
a) 125 amps 15KA SC for 1 sec 10 Nos 8671.00 Each 86710.00
b) 200 amps 25KA SC for 1 sec 10 Nos 8671.00 Each 86710.00
90 Supplying, installing by suspension on ceiling,
testing and commissioning of following capacity
Sandwich Type Bus Trunking for use on 3
phase 4 wire 415 volts, 50Hz A.C. supply with
metal clad enclosure made of 1.6mm thick steel
sheet duly powder coated in convenient
sections complete with 4 Nos aluminium bus
bars, necessary joints, elbow joints &
expansion joints and bends, fire barrier at each
floor, provision of tapping at every metre,
adopter box and copper flexible for joints,
continuous earthing with 2 Nos aluminium strip
of suitable size (one on each side) including,
G.I. clamping brackets, suspenders, angle iron
bracket, steel fasteners, connecting to earthing
system etc. as required.
a) 630 amps 50KA SC for 1 sec 40 Mtrs. 19211.00 Mtr. 768440.00
b) 1250 amps 50KA SC for 1 sec 40 Mtrs. 26396.00 Mtr. 1055840.00
91 Providing and fixing following rating and
breaking capacity and pole MCCB in existing
cubicle panel board including drilling holes in
cubicle panel, making connections, etc. as
required.
a) 125 Amp, 36KA, FPMCCB 10 Nos. 8209.00 Each 82090.00
b) 200 Amp, 36KA, FPMCCB 10 Nos. 15206.00 Each 152060.00
92 SITC of ACB 630A , 4P , 50KA EDO Type ACB
With Micro Processor Release LSIG in the
existing end feed unit i/c connection etc.
complete as required. 2 Nos. 440999.00 Each 881998.00
93 SITC of ACB 1250A , 4P , 50KA EDO Type
ACB With Micro Processor Release LSIG in the
existing end feed unit i/c connection etc.
complete as required.
2 Nos. 518595.00 Each 1037190.00
94 Supplying of following sizes of XLPE
insulated PVC sheathed armoured Al. cond.
Power Cable of 11 KV grade as required.
a) 3C x 240 sq mm 60 Mtrs. 3704.00 Mtr. 222240.00
95 Laying of one number PVC insulated and PVC
sheathed / XLPE power cable of 11 KV grade
of following size in the existing masonry open
duct as required.
a) Above 120 sq. mm and upto 400 sq. mm 60 Mtrs. 134.00 Mtr. 8040.00

Total 4448010.00

Correction—Nil Deletion—Nil Insertion—Nil Overwriting—Nil


AE(P) AE(E)
354
ADD 6.33% on a/c of increase in GST rate
from 12% to 18% on DSR 2022 items i.e. on
Rs. 23,06,582/- 146006.64
Total of Sub Head-XI 4594017.00

SH-XII - (Variable Refrigerant Volume


System)
96 Supply Installation, Testing & Commissioning of
modular type Variable Refrigerant Flow /
Variable Refrigerant Volume aircooled Outdoor
units suitable for cooling and heating, having all
hermetically sealed inverter type Scroll
Compressor(s), minimum two compressors for
above14 HP modules, microprocessor based
Controller, top discharge type condensing
unit(s), with R410A Refrigerant, vibration
isolators, with suitable foundation etc. complete
as required. The unit shall deliver the rated
capacity at AHRI Conditions and work even at
50°Cambient temperature without tripping. The
unit shall bes uitable to work on 400V+/-10%,
3Phase,50Hz AC power supply. The unit shall
be filled with first charge of the refrigerant and
ready for use as required. The COP at AHRI
conditions shall not be less than 3.1 and IEER
not less than 6.5 .
a) 698 HP 698 P/HP 16415.00 Each 11457670.00
97 Treated Fresh Air Unit (TFA) Supply,
Installation, Testing and Commissioning of
ceiling suspended type Treated Fresh air
processing units of the following capacities:-
a) 7TR 1 Nos 138593.00 Each 138593.00
b) 12.8TR 8 Nos 175367.00 Each 1402936.00
c) 16TR 3 Nos 198375.00 Each 595125.00
4-Way cassette indoor unit
98 Supply, installation, testing and commissioning
of following minimum capacity 4-way flow
VRV/VRF Cassette Type Indoor ceiling
mounted unit equipped with synthetic washable
media pre-filter, fan section with low noise
fan/dynamically balanced blower, multispeed
motor, coil section with DX Copper coil,
electronic expansion valve, outer cabinet, drain
pump, grill, necessary supports, vibration
isolation, cord less remote control etc., suitable
for operation on single phase 230 V ± 10%,
50Hz AC supply, complete, as required. The
unit shall have automatic force shut down
provision in case of fire on receiving signal from
BMS System. The cooling capacity of indoor
unit will be at air inlet conditions of 27 Degree C
DB and 19 Degree C WB temperature
a) 1.0 TR 6 Nos 29137.00 Nos 174822.00
b) 1.6 TR 55 Nos 30204.00 Nos 1661220.00
c) 2 TR 97 Nos 30801.00 Nos 2987697.00
d) 2.4 TR 26 Nos 31453.00 Nos 817778.00

Correction—Nil Deletion—Nil Insertion—Nil Overwriting—Nil


AE(P) AE(E)
355
e) 3.2 TR 6 Nos 32787.00 Nos 196722.00
f) 4 TR 11 Nos 33981.00 Nos 373791.00
99 Supply, installation, testing and commissioning
of following minimum capacity VRV/VRF High
wall type Indoor unit equipped with washable
synthetic media pre-filter, fan section with low
noise fan/dynamically balanced blower,
multispeed motor, coil section with DX copper
coil, electronic expansion valve, outer cabinet,
cord less remote control, drain pan, necessary
accessories etc., suitable for operation on 230
V ± 10%, 50 Hz, single phase AC supply,
complete as required. The unit shall have
automatic force shut down provision in case of
fire on receiving signal from BMS System. The
cooling capacity of indoor unit will be at air inlet
conditions of 27 Degree C DB and 19 Degree C
WB temperature
a) 0.8TR 2 Nos 19312.00 Nos 38624.00
b) 1.0TR 6 Nos 19700.00 Nos 118200.00
c) 1.45TR 4 Nos 21315.00 Nos 85260.00
d) 2.0TR 10 Nos 22100.00 Nos 221000.00
100 Supply, fixing and commissioning of
refrigerant joint / Branch distibutors indoor
to outdoor complete with nitrile rubber
insulation, supporting etc. complete as
required. 23 Nos 6070.00 Each 139610.00
101 Supply, fixing and commissioning of
refrigerant joint / Branch distibutors
between outdoor complete with nitrile rubber
insulation, supporting etc. complete as
required. 210 Nos 7938.00 Each 1666980.00
102 Supply installation Testing and Commissioning
of Touch Type centralised controller suitable
for Controlling 235 indoor units as complete as
required. 1 Nos. 172766.00 Each 172766.00
Refrigerant Piping
103 Supply installation testing and commissioning
including vaccumiazation and Nitrogen testing
of following nominal sizes of soft/hard drawn
copper refrigerant piping for VRF/VRV
system,complete with fittings,with suitable
adjustable ring type hanger
supports,jointng/brazing including accesories
insulated with XLPE Class O tubular
insulation/with Class O closed cell elastemeric
nitrile rubber tubular sleeves sections of
specified thickness as below for Suction and
Liquid lines, all accessories as per specification
etc as required:
a) 6.4 mm dia (OD) (soft drawn) with tube
thickness 1.2 mm with 19mm thick insulation
160 meter 245.00 Mtr. 39200.00
b) 9.5 mm dia (OD) (soft drawn) with tube
thickness 1.2 mm with 19mm thick insulation
2200 meter 331.00 Mtr. 728200.00
c) 12.7 mm dia (OD) (soft drawn) with tube
thickness 1.2 mm with 19mm thick insulation
160 meter 466.00 Mtr. 74560.00
Correction—Nil Deletion—Nil Insertion—Nil Overwriting—Nil
AE(P) AE(E)
356
d) 15.86 mm dia (OD) (soft drawn) with tube
thickness 1.2 mm with 19mm thick insulation
2150 meter 588.00 Mtr. 1264200.00
e) 19 mm dia (OD) (Hard drawn) with tube
thickness 1.2 mm with 19mm thick insulation
180 meter 707.00 Mtr. 127260.00
f) 22.2 mm dia (OD) (Hard drawn) with tube
thickness 1.2 mm with 19mm thick insulation
400 meter 865.00 Mtr. 346000.00
g) 28.58 mm dia (OD) (Hard drawn) with tube
thickness 1.2 mm with 19mm thick insulation
25 meter 1108.00 Mtr. 27700.00
h) 31.8 mm dia (OD) (Hard drawn) with tube
thickness 1.62 mm with 19mm thick insulation
360 meter 1170.00 Mtr. 421200.00
i) 34.9 mm dia (OD) (Hard drawn) with tube
thickness 1.62 mm with 19mm thick insulation
25 meter 1230.00 Mtr. 30750.00
j) 38.1 mm dia (OD) (Hard drawn) with tube
thickness 1.62 mm with 19mm thick insulation
150 meter 1265.00 Mtr. 189750.00
k) 41.27 mm dia (OD) (Hard drawn) with tube
thickness 1.62 mm with 19mm thick insulation
50 meter 1309.00 Mtr. 65450.00
104 Supply Installation Testing & Commissioning
of rigid UPVC drain pipe with fittings, supports
etc. as per specifications and duly insulated
with 6 mm thick closed cell nitrile rubber
insulation etc. complete as required.

a) 25 mm dia ( with 6 mm nitrile rubber Insulation) 1910 Nos. 173.00 Each 330430.00
b) 32 mm dia ( with 6 mm nitrile rubber Insulation) 450 Nos. 209.00 Each 94050.00
105 Supply, installation, balancing and
commissioning of site fabricated GSS sheet
metal rectangular/round ducting complete with
neoprene rubber gaskets, elbows, splitter
dampers, vanes, hangers, supports etc. as per
approved drawings and specifications of
following sheet thickness complete as required.
a) Thickness 0.63 mm sheet 2250 Sqms 1058.00 Sqm 2380500.00
106 Supplying and fixing of following thickness duly
laminated aluminum foil of mat finish closed cell
Nitrile rubber (class “O”) insulation on existing
duct after applying two coats of cold setting
adhesive (CPRX compound). The joints shall
sealed with 50 mm wide and 3 mm thick self
adhesive nitrile rubber tape insulation complete
as per specifications and as required.
a) 19 mm 2250 Sqms 754.00 Sqm 1696500.00
107 Supply installation and fixing of fire retardant
non porous flexible connection between each
TFA unit and duct complete as required.
12 Nos 1428.00 Each 17136.00
108 Supplying & fixing of powder coated extruded
aluminium Supply Air Grills with aluminium
volume control dampers as per specifications. 18 Sqms 9105.00 Sqm 163890.00
109 Supplying & fixing of powder coated extruded
aluminium Return Air Grills with louvers but
without volume control dampers complete as
required. 18 Sqms 5910.00 Sqm 106380.00

Correction—Nil Deletion—Nil Insertion—Nil Overwriting—Nil


AE(P) AE(E)
357
110 Supply & laying of control cum transmission
cable of 2 core x 1.5 sqmm copper conductor
with aluminium shielding in suitable pvc
conduits between indoor and outdoor unit
etc complete as required. 1300 meter 123.00 Mtr. 159900.00

Total 30511850.00
ADD 6.33% on a/c of increase in GST rate
from 12% to 18% on DSR 2022 items i.e. on
Rs. 2,57,94,324/- 1632780.71
Total of Sub Head-XII 32144631.00

SH-XIII - (UPS SYSTEM)


111 SITC of 100KVA/100KW Online UPS : Three
Phase Input & Three Phase Output-
Autosensing, True Online UPS with Full Digital
Signal Processing (DSP )Technologies with
Touch Screen LCD /LED Panel & Pure Sine
Wave O/P . UPS unit shall operate in double
conversion mode, it shall be a VFI-type UPS
(as per stanard IEC 62040-3). UPS shall have
built-in Galvanic Isolation transformer on input
side. UPS should be with 3 level IGBT Based
Technology. UPS should have minimum 30
minutes backup on SMF Batteries Bank with
Minimum VAH = 89280 VAH along with
following features/specifications
INPUT FEATURE :
Input Voltage window 320 VAC - 459 VAC 3
Phase
Input Frequency window 45-65 Hz .
Nominal Frequency 50 Hz
Total Harmonic Current Distortion (THDI )
should be less than 5 % at full rated load
Input power factor (PF) greater than or equal to
0.99
OUTPUT FEATURE :
Output Power Factor should be unity.
Output Power Capacity in watts (KW) 100KVA /
100KW
Output Voltage - 380 / 400 /415 Volts rms,
adjustable via the user interface.
Total Harmonic Distortion at O/P : < 2% for
linear load & < 5% for 100% non-linear load
Output Frequency : a. Rated Frequency:- 50 or
60 HZ.
Battery Bank :
UPS unit shall be equipped with its own battery
bank of the :
a) VRLA type, mounted on a rack with a design
life of 3 yrs

Correction—Nil Deletion—Nil Insertion—Nil Overwriting—Nil


AE(P) AE(E)
358
b) The battery shall be sized to ensure
continuity in the supply to the inverter for 30
minutes for a power rating of 100KVA at 0.8PF
& 1.7 ECV. Minimum required VAH of Bank
=89280 VAH.
c)Sealed Maintenance Free - Lead Acid Battery
with suspended Electrolyte (Leak Proof)
e) DC Battery Breaker : For safe maintenance
on the battery of UPS unit, the system shall
include a circuit breaker to isolate the battery
from the corresponding rectifier /charger and
inverter. When the battery is isolated from the
system, the UPS shall continue to supply the
load without interrup-tion or disturbance, except
in the event of a normal AC source outage.
f) Battery Rack & Links - MS Racks Suitable
for Mounting the All Batteries along with
interconnection cables and 5/7 meter wire from
UPS to battery bank.
Communications & Management :-
Interfact ports : optional SNMP , USB/ RS 232.
Touch Screen LCD /LED Display and
Multicolour LED Bar highly visible even from a
distance
Alarms : Audible Alarm required for Mains
failure, Low Battery, Inverter Trip, Over
Temperature, Over Load
Internal Backfeed Protection as standard
feature of UPS
Noise level at 1meter (dBA) should be < 60dBA
Emergency Power Off (EPO) Should be
available as standard
Regulatory Approvals :- ISO certification
,EN/IEC 62040-2, EN/IEC 62040-3 Compliance
& CE/UE certification
EFFICIENCY :- Min. 96% ( AC to AC i.e Online
Mode) and 98% ( Eco Mode ) without Isolation
TX.
Overload Capacity: A) 10 minutes at a load
representing 125% of the rated load 40 Deg. C
continous.
B) 1 Minutes at a load representing 150% of
the rated load at 40 Deg. C continous
Parallel option upto 6-8 Units should be
available
UPS Should Be built in Manual and automatic
Bypass
Warranty Terms :- 1 Years on UPS & 2 years
on Batteries with onsite service Support
SERVICE & Support : OEM should have own
service centers /network in the J&k for better
services and need to furnish at least 2 service
centre address along with atleast three
engineers contact details and OEM Turnover
should not be less than 500 Crores/year in last
3 financial years. 2 Job 1902150.00 Job 3804300.00

Correction—Nil Deletion—Nil Insertion—Nil Overwriting—Nil


AE(P) AE(E)
359
Total of Sub Head 3804300.00
ADD 6.33% on a/c of increase in GST rate
from 12% to 18% on DSR 2022 items i.e. on
Rs. Nil 0.00
Total of Sub Head-XII 3804300.00

SUB HEAD -XIV (Downcomer System)


112 Supplying, installation, testing and
commissioning of electric driven terrace
pump suitable for automatic operation and
consisting of following, complete in all respects,
as required: (Terrace Pump)
a) Horizontal type, multistage, centrifugal, split
casing pump of cast iron body & bronze
impeller with stainless steel shaft, mechanical
confirming to IS : 1520
b) Suitable HP squirell cage induction motor
TEFC type suitable for operation on 415 volts,
3 phase, 50 Hz, AC supply with IP55 class of
protection for enclosure, horiziontal foot
mounted type with Class-'F' insulation,
conforming to IS-325.
c) M.S.fabricated common base plate, coupling,
coupling guard, foundation bolts etc.as
required.
d) Suitable cement concrete foundation duly
plastered and with anti vibration pads.
e) 900 lpm at 35 m Head (1 W + 1 S) 2 Nos. 101859.00 Each 203718.00
113 Fabrication, supplying, installation, testing &
commissioning of electrical control panel of size
900mm x 900mm x 300mm deep cubical
construction, wall mounted type fabricated out
of 2mm thick CRCA sheet compartmentalised
with hinged lockable doors, dust & vermin
proof, powder coated of approved shade after 7
tank treatment process, cable alley,
interconnection having switchgears and
acessories mounting and internal wiring, earth
terminals, numbering etc complete in all
respect, suitable for operation on 415 volts, 3
phase, 50 HZ AC supply with enclosure
protection class IP 42 as reqd.
INCOMER:-

a) 63 Amps TPN MCB C-Curve 10 KA-1 No


b) Voltmeter (0-500 Volt) with selector switch
c) Ammeter (0-30 amps) with selector switch &
CTs-1 set .
d) 3 phase indication LED lamp- 1 set
e) Aluminium bus bar 100 amps-1 set
OUTGOING:-
a) 32 Amps TPN MCB C-Curve 10 KA-2 Nos

Correction—Nil Deletion—Nil Insertion—Nil Overwriting—Nil


AE(P) AE(E)
360
b) Fully automatic DOL starter with overload
protection, current sensing type single phase
preventor complete with all accessories and
internal wiring required for automatic operation
of pump motor set upto 10HP- 2 Nos
c) Selector switch for selection of pump for
operation out of two pumps, local/remote,
auto/manual/offoperation ON/OFF indication
lamp etc
d) Provision & wiring for connection of the
pressure switch and auto operation including
provision of remote switch cable connection etc
as reqd 3 phase indication LED LAMP-1 Set 1 Nos. 56605.00 Each 56605.00
114 Providing, laying, testing & commissioning
of 'C' class heavy duty MS pipe conforming
to IS 3589/IS 1239 including Welding,
fittings like elbows, tees, flanges, tapers,
nuts bolts, gaskets etc. and fixing the pipe
on the wall/ceiling with suitable
clamp/support frame and painting with two
or more coats of synthetic enamel paint of
required shade complete as required
a) 65 mm dia 3 Mtrs. 1614.00 Mtr 4842.00
b) 80 mm dia 10 Mtrs. 1885.00 Mtr 18850.00
c) 100 mm dia 300 Mtrs. 2555.00 Mtr 766500.00
115 Supplying, fixing, testing and commissioning of
butterfly valve of PN 1.6 rating with
bronze/gunmetal seat duly ISI marked
complete with nuts, bolts, washers, gaskets
conforming to IS 13095 of following sizes as
required :
a) 65 mm dia 2 Nos. 4302.00 Each 8604.00
b) 80 mm dia 7 Nos. 4982.00 Each 34874.00
c) 100 mm dia 5 Nos. 6667.00 Each 33335.00
116 Providing, installation, testing and
commissioning of non-return valve of following
sizes confirming to IS: 5312 complete with
rubber gasket, Gl bolts, nuts, washers etc.as
required:
a) 65 mm dia 2 Nos. 6418.00 Each 12836.00
b) 100 mm dia 2 Nos. 11050.00 Each 22100.00
117 Supplying and fixing first-aid Hose Reel with
MS construction spray painted in post office
red, conforming to IS 884 complete with the
following as required. 20 mm nominal internal
dia water hose thermoplastic (Textile
reinforced) type -2 as per IS: 12585 20 mm
nominal internal dia gun metal globe valve &
nozzle. Drum and brackets for fixing the
equipmets on wall. Connections from riser with
25 mm dia stop gun metal valve & M.S. Pipe
and socket.
a) 30 m 25 Nos. 8675.00 Each 216875.00

Correction—Nil Deletion—Nil Insertion—Nil Overwriting—Nil


AE(P) AE(E)
361
118 Supplying and fixing single headed internal
hydrant valve with instantaneous
Gunmetal/Stainless Steel coupling of 63 mm
dia with cast iron wheel ISI marked conforming
to IS 5290 (Type -A) with blank
Gunmetal/Stainless Steel cap and chain as
required :
a) Single headed Stainless steel 25 Nos. 6139.00 Each 153475.00
119 Supplying and fixing of fire brigade
connection of cast iron body with gun metal
male instantaneous inlet couplings complete
with cap and chain as reqd. for suitable dia MS
pipe connection conforming to IS 904 as
required
a) 2 way - 100 mm dia M.S. Pipe 1 No. 6742.00 Each 6742.00
120 Supplying and fixing 63 mm dia, 15 m long RRL
hose pipe with 63 mm dia male and female
couplings duly bound with Gl wire, rivets etc.
conforming to IS 636 (type-A) as required:
a) Stainless Steel (Grade 304) 50 Nos. 4448.00 Each 222400.00
121 Supplying & fixing 63 mm dia gun metal short
branch pipe with 20 mm nominal internal
diameter size nozzle conforming to IS 903
suitable for instantaneous connection to
interconnect hose pipe coupling as required:
a) Stainless Steel (Grade 304) 25 Nos. 1662.00 Each 41550.00
122 Supplying and fixing air vessel made of 250
mm dia, 8 mm thick MS sheet, 1200 mm in
height with air release valve on top and flanged
connection to riser, drain arrangement with 25
mm dia gun metal wheel valve with required
accessories, pressure gauge and painting with
synthetic enamel paint of approved shade as
required. 5 Nos. 18244.00 Each 91220.00
123 Providing, installation, testing and
commissioning of stainless steel Y-strainer
fabricated out of 1.6mm thick stainless steel,
Grade 304, sheet with 3mm dia holes with
stainl.
a) 100mm dia 1 Nos. 6664.00 Each 6664.00
124 Providing & fixing of pressure switch in M.S.
pipe line including connection etc. as required.
2 Nos. 1546.00 Each 3092.00
125 Providing and fixing in position the industrial
type pressure guage having measuring range
from (0-10 Kg/sq cm) with gun metal/brass
valves complete etc as reqd 1 Nos. 2321.00 Each 2321.00
126 Providing and fixing hose cabinet (to
accommodate hose pipe & accessories)
fabricated from 14G mild steel with full front
glass door and locking arrangement duly
painted approved make and shade and suitably
mounted on a raised masonary plateform / pipe
as required. (Approx. 0.75m x 0.60m x 0.25m
deep) 25 Nos. 2824.00 Each 70600.00

Correction—Nil Deletion—Nil Insertion—Nil Overwriting—Nil


AE(P) AE(E)
362
127 Supplying & Laying of one number
XLPE insulated and PVC sheathed
Armoured Power cable of 1.1 kV grade
conforming to IS 7098 (Part 1) 1988 or upto
date amendments of following size on
cable tray/ open duct etc complete as
required.
a) 3 x 10 sqmm. Copper conductor (clamped with
1mm thick saddle) 20 Mtrs. 956.00 Mtr 19120.00
b) 4 x 16 sqmm. Aluminium conductor (clamped
with 1mm thick saddle) 60 Mtrs. 368.00 Mtr 22080.00
128 Supplying and Fixing of PVC water storage
tank of suitable capacity i/c construction of civil
foundation for placing above said tanks for fire
fighting purpose as well as connected with
each other through GI pipes, sockets,washers,
check nuts, gun metal valve etc as reqd 25000 Ltrs 9.70 Ltr 242500.00
129 Providing and fixing of carbon-di-oxide type fire
extinguishers consisting of welded M.S.
cylinderical body, squeeze lever discharge
valve fitted with pressure indicating guage
internal discharge tube 30 cms long high
pressure discharge hose, discharge nozzle,
suspension bracket conforming to
IS:15683finished externally with red enamel
paint and fixed to wall with brackets complete
with internal charge complete all accessories
etc as required
a) Capacity 4.5 Kg. 40 Nos. 12016.00 Each 480640.00
130 Providing and fixing of ABC Powder type fire
extinguishers consisting of welded M.S.
cylinderical body, squeeze lever discharge
valve fitted with pressure indicating guage
internal discharge tube 30 cms long high
pressure discharge hose, discharge nozzle,
suspension bracket conforming to IS:15683 &
IS:16018 finished externally with red enamel
paint and fixed to wall with brackets complete
with internal charge complete all accessories
etc as required
a) Capacity 6.0 Kg. 40 Nos. 4199.00 Each 167960.00

Total 2909503.00
ADD 6.33% on a/c of increase in GST rate
from 12% to 18% on DSR 2022 items i.e. on
Rs. 18,47,677/- 116957.95
Total of Sub Head-XIV 3026461.00

SUB HEAD -XV (Fire Alarm System)

Correction—Nil Deletion—Nil Insertion—Nil Overwriting—Nil


AE(P) AE(E)
363
131 Supplying, installation, testing and
commissioning of micro processor based
intelligent addressable main fire alarm panel,
central processing unit with the following loop
modules and capable of supporting not less
than 240 devices (including detectors) and
minimum 120 detectors per loop and loop
length up to 2 km, network communication
card, minimum 320 character graphics/ LCD
display with touch screen or other keypad and
minimum 4000 events history log in the non
volatile memory (EPROM), power supply unit
(230 ± 5% V, 50 hz), 48 hrs backup with 24 volt
sealed maintenance free batteries with
automatic charger. The panel shall have facility
to connect printer to printout log and facility to
have seamless integration with analog/digital
voice evacuation system and shall be
complete with all accessories . The panel shall
be compatible for IBMS system with open
protocol BACnet/ Modbus over IP complete as
per specifications complete as required.
a) 10 loop panel 1 No. 455534.00 Each 455534.00
132 Supplying, installation, testing & commissioning
of repeater panel wih 320 character/ Touch
screen LCD display with inbuilt reset,
acknowledge and silence switches complete as
required. 5 Nos. 108688.00 Each 543440.00
133 Supplying, installation, testing & commissioning
of intelligent analog addressable photothermal
detector complete with mounting base
complete as required with good quality power
coated / PVC box wherever required. 1085 Nos. 2858.00 Each 3100930.00
134 Supplying, installation, testing & commissioning
of addressable manual call point complete as
required.
35 Nos. 3871.00 Each 135485.00
135 Supplying, installation, testing & commissioning
of addressable horn cum strobe complete as
required. 35 Nos. 3506.00 Each 122710.00
136 Supplying, installation, testing & commissioning
of fire fighter phone jack complete as required.

20 Nos. 1600.00 Each 32000.00


137 Supplying, installation, testing & commissioning
of intelligent addressable thermal detector with
rate of rise cum fixed temperature thermistor
complete with base as required. 10 Nos. 2726.00 Each 27260.00
138 Supplying, installation, testing & commissioning
of fault isolator complete with base as required.
10 Nos. 3270.00 Each 32700.00
139 Supplying, installation, testing & commissioning
of addressable fire control module complete as
required.
3 Nos. 3003.00 Each 9009.00

Correction—Nil Deletion—Nil Insertion—Nil Overwriting—Nil


AE(P) AE(E)
364
140 Supplying & laying of 2x1.5 sqmm fire survival
armoured cable, 600/1000V rated with
annealed copper conductor having glass mica
fire barrier tape covered by an extruded layer of
Cross Linkable Ethylene Propylene Rubber
(EPR) insulation and LSZH inner bedding, steel
wire armouring & LSZH outer sheath complete
as required. 3000 Mtrs. 359.00 Mtr. 1077000.00
141 Supplying, installation, testing & commissioning
of 6 zone, voice alarm controller with USB,
MP3 player (including 6 zone button paging
station) with seamless integration facility with
main fire alarm panel for voice evacuation
complete as required. 1 No. 126411.00 Each 126411.00
142 Supplying, installation, testing & commissioning
of 1.5/3/6 W ceiling speaker complete as
required. 197 Nos. 965.00 Each 190105.00
143 Supplying, installation, testing & commissioning
of Power/Booster amplifier, 850-2000 Watt
100V having Class D >88% efficiency, Output
short circuit and thermal protection, natural
dissipation cooling & temperature-controlled
Fan, operating at 240 Volt, 50 Hz AC Supply
complete as required. 1 No. 67782.00 Each 67782.00
144 Supplying, installation, testing & commissioning
of Voice command keypad 6 zone, with
microphone assembly complete as required. 1 No. 81756.00 Each 81756.00
145 Supplying and drawing of cable Fire Retardant
PVC insulated copper conductor cable in the
existing surface / recessed steel conduit of
following pairs, cores and size including
connections and interconnections etc. as
required.
a) speaker cable Single pair, 2-core, 1.5 sqmm 1500 Mtrs. 54.00 Mtr. 81000.00
146 Supplying , installation , testing and
commissioning of 12 U Network rack wall
mounted powder coated CRCA sheet with
lockable front toughened glass door i/c all
accessories power distribution unit, hardware
for mounting of accessories like booster
amplifier etc. complete as required 1 No. 6146.00 Each 6146.00

Total 6089268.00
ADD 6.33% on a/c of increase in GST rate
from 12% to 18% on DSR 2022 items i.e. on
Rs. 60,15,340/- 380771.02
Total of Sub Head-XV 6470039.00

SUB HEAD - XVI - (CCTV System)

Correction—Nil Deletion—Nil Insertion—Nil Overwriting—Nil


AE(P) AE(E)
365
147 SITC of 5MP Motorized V/F IR Dome
Network Camera - Supply, Installation, Testing
& Commissioning of 5MP, 1/2.8” Progressive
Scan CMOS Sensor,IR Dome Vandal proof
Camera, 0.015Lux @ 1/4 (Color), 0Lux with IR
ON, 1GB RAM and 512MB Flash, 1/4s to
1/32000s Shutter speed, 2.7mm to 13.5mm, P-
Iris, H.265 / H.265 Intellizip / H.264 / H.264
Intellizip / MJPEG, Triple stream, 30fps @ all
resolution, True WDR 120dB, Bi-directional
audio (2-way), 1IN/1OUT, ONVIF S, G, T & M,
Defog, Multiple Exposure Method, 2D/3D DNR,
8 zones video mask, AI Object Analytics -
Object Classes: Person, Bicycle, Bus, Car,
Motorbike, Train, Truck & Trigger Rules: Object
Detected, Perimeter, Linger, Dwell, Abandoned
/ Removed, Enter, Exit, Crowd, Queue, Audio
in, alarm in & out, HTTPS , TLS 1.2, IEEE
802.1X / Blacklist & whitelist / account security /
telnet access control / serial password, Built-in
micro SD card slot, up to 1TB Encrypted
Storage, IR viewable length 50m, PoE &
12VDC, support power supply failover &
Operating Temperature -40°C to 60 °C, 0% ~
95% relative humidity, IP67,IK10, CE, FCC, UL,
BIS & NDAA compliant complete as reqd. 78 Nos 42024.00 Each 3277872.00
148 SITC of 5MP Motorized V/F IR Bullet
Network Camera - Supply, Installation, Testing
& Commissioning of 5MP, 1/2.8” Progressive
Scan CMOS Sensor,IR Dome Vandal proof
Camera, 0.015Lux @ 1/4 (Color), 0Lux with IR
ON, 1GB RAM and 512MB Flash, 1/4s to
1/32000s Shutter speed, 2.7mm to 13.5mm, P-
Iris, H.265 / H.265 Intellizip / H.264 / H.264
Intellizip / MJPEG, Triple stream, 30fps @ all
resolution, True WDR 120dB, Bi-directional
audio (2-way), 1IN/1OUT, ONVIF S, G, T & M,
Defog, Multiple Exposure Method, 2D/3D DNR,
8 zones video mask, AI Object Analytics -
Object Classes: Person, Bicycle, Bus, Car,
Motorbike, Train, Truck & Trigger Rules: Object
Detected, Perimeter, Linger, Dwell, Abandoned
/ Removed, Enter, Exit, Crowd, Queue, Audio
in, alarm in & out, HTTPS , TLS 1.2, IEEE
802.1X / Blacklist & whitelist / account security /
telnet access control / serial password, Built-in
micro SD card slot, up to 1TB Encrypted
Storage, IR viewable length 70m, PoE &
12VDC, support power supply failover &
Operating Temperature -40°C to 60 °C, 0% ~
95% relative humidity, IP67,IK10, CE, FCC, UL,
BIS & NDAA compliant. complete as reqd. 8 Nos 43892.00 Each 351136.00

Correction—Nil Deletion—Nil Insertion—Nil Overwriting—Nil


AE(P) AE(E)
366
149 Supply, Installation, Testing & Commissioning
of Network PTZ Camera with 1/2.7''
Progressive Scan CMOS image sensor,
Resolution 1920 × 1080, H.265
,H.264,MJPEG,60 FPS 2MP resolution. Focal
Length 4.5 mm – 135 mm, MFZ, P-iris,
F/1.4(W) – F/4.4(T), Min. Illumination 0.01 @
F1.2, AGC ON; 0 lux with IR, 200 meter IR
distance with Adaptive/Smart IR, Shutter Speed
of 1 s to 1/32,000 s, WDR 120dB, Samrt Defog,
2D/3D DNR, Triple streams, Alarm Triggers-
Motion detection, Intelligent video analytics,
Pan: 360° continuous endless, 0.04° - 300°/s
Tilt: +15° to -90°, 0.04° - 180°/s , Zoom: 30x
optical, 12x digital, Auto flip, 300 presets, 96
sequences, 16 programmable pattern, Apple
peel, adjustable zoom speed, home position
(Preset, Pattern, Sequence, or Scan after no
PTZ activity), Object removal (object
left/missing detection), scene change and video
blur detection, intrusion and line crossing, Built-
in micro SD card slot, up to 128GB, time stamp,
text overlay, flip & mirror, ROI, Saturation,
Brightness, Chroma, Contrast, Wide Dynamic,
Sharpen, white balance, video rotation,
Scheduled profile settings, AGC, 1 RJ45
10M/100M self-adaptive Ethernet port
Protection Level IP 66/67, IK10, ONVIF,
operating temperature -40 to 60 deg C,24 V AC
or POE input supply, shall comply CE,FCC,UL,
BIS, NDAA , ISA Secure regulations. 2 Nos 268021.00 Each 536042.00
150 Supply , Installation , Testing & Commissioning
of 64 Channel NVR with Pre-Loaded VMS
Software and 32 TB storage, Operating System
- Windows 10, Linux Ubuntu 22.04/ Embedded
Processor, RAID 5 Supported, 64 TB
Maximum Storage, 8 HDD, Maximum Video
Storage Rate - 320 Mbps ,Intel Core i7
CPU/embedded processor to compute 64
Cameras, 16 GB RAM & 256 GB SSD with
Windows /Linux OS on Operator Client for
Viewing and data export, Monitor Output -
DisplayPort, HDMI & VGA, N x 2.5 Gbps, 1x 1
Gbps, USB - 1 x USB 3.2, 2x USB 2.0, 1x USB
3.0, Audio Inputs & Output - 2 & 1, Input
Voltage - 120/240 VAC , Redundant Power
Supply, Operating Temperature - 4.5° - 35°C
Regulatory- CE, FCC,UL & NDAA
certified.complete as reqd. 2 Nos 275491.00 Each 550982.00

Correction—Nil Deletion—Nil Insertion—Nil Overwriting—Nil


AE(P) AE(E)
367
151 SITC of 24 ports 10/100/1000 Base-T or‘ more,
Min 2x SFP Ports or better, Min 120 Watt PoE /
PoE + power budget based on IEEE 802.3 at
and IEEE 802.3 at, Switch should have
modular operating system, Each switch should
have minimum 24 Gbps or more with non
blocking achitecture and Forwarding rate of 18
Mpps, should have 1 6 k MAC Address and
4000 VLAN IDs and 2500 Active VLANs,
should have 8 Hardware QOS Queues per port,
should support IEEE 802. az Energy Efficient
Ethernet ( EEE), 802.1 ba, IEEE 802.1 ag.
ITUY.1731, IEEE 802.1 D, IEEE 802.1 w , IEEE
802.3 bz, IEEE 802.1s, Switch should have
loop detection and recovery mechanism,
Certification : IEC61000-4-6: 2008/ EN6 1000,
EN550 11/EN55024, CISPR32, UL60950-l, CE
, CB with three year warranty complete as reqd.
4 Nos 177435.00 Each 709740.00
152 SITC of 8 ports 10/100/1000 Base-T or‘
more, Min 2x SFP Ports or better, Min 90
Watt PoE / PoE + power budget based on
IEEE 802.3 at and IEEE 802.3 at, Switch
should have modular operating system,
Each switch should have minimum 18 Gbps
or more with non blocking achitecture and
Forwarding rate of 18 Mpps, should have 1 6
k MAC Address and 4000 VLAN IDs and 2000
Active VLANs, should have 8 Hardware QOS
Queues per port, should support IEEE 802.
az Energy Efficient Ethernet ( EEE), 802.1 ba,
IEEE 802.1 ag. ITU-Y.1731, IEEE 802.1 D,
IEEE 802.1 w ,, Switch should have loop
detection and recovery mechanism,
Certification : IEC61000-4-6: 2008/ EN6
1000, EN550 11/EN55024, CISPR32,
UL60950-l, CE , CB with three year
warranty.complete as reqd. 5 Nos 102726.00 Each 513630.00
153 Suppply installation testing and commissioning
of 9 U rack Indoor fully loaded which Conforms
to DIN 41494 or Equivalent EIA / ISO / EN /
CEA Standard, Adjustable mounting depth, ,
maximizes usable mounting space, 100%
assured compatibility with all equipments
conforming to DIN 41494 (General industrial
standard for equipments), Powder coated finish
with seven tank pretreatment process meeting
ASTM standard, Fan module Mount provision
on top cover. Basic Frame- Steel folded, Front
Door- Lockable Toughened Glass Door OR
Lockable Perforated Steel Door, Standard
Finish- Powder coated, Rack Standard-
Conforms to DIN 41494 or equivalent standard
complete as reqd 5 Nos 13541.00 Each 67705.00

Correction—Nil Deletion—Nil Insertion—Nil Overwriting—Nil


AE(P) AE(E)
368
154 Suppply installation testing and commissioning
of 32 U rack Indoor with Conforms to DIN
41494 or Equivalent EIA / ISO / EN / CEA
Standard, Adjustable mounting depth, 4 No
adjustable, 19” verticals with punched 10 mm
Square Hole and Universal 12.7mm-
15.875mm-15.875mm alternating hole pattern
offers greater mounting flexibility, maximizes
usable mounting space, 100% assured
compatibility with all equipments conforming to
DIN 41494 (General industrial standard for
equipments), Powder coated finish with seven
tank pretreatment process meeting ASTM
standard, Fan module Mount provision on top
cover. Basic Frame- Steel folded, Front Door-
Lockable Toughened Glass Door OR
Lockable Perforated Steel Door, Standard
Finish- Powder coated, Rack Standard-
Conforms to DIN 41494 or equivalent
standard complete as reqd. 1 Nos 32685.00 Each 32685.00
155 Supply,Installation ,Testing and Commissioning
of Jack Panel be 19" 1U
straight Patch Panel, 24-port,Should have
chrome plated integral cable management
metal shelf,Should accept Shielded as well as
Unshielded jacks,Jack panel should have Port
Labeling for identification,Jack panel
should have 24 Loaed Ports,Panel should be
ETL verified (Certificate should be available on
ETL-intertek website under ETL verification
program) etc complete as reqd 6 Nos 5603.00 Each 33618.00
156 Supply Installation Testing & Commissioning of
HDMI Cable 10 Mtr length complete as reqd.
2 Nos 2802.00 Each 5604.00
157 Supply Installation Testing & Commissioning of
24/7 Operational - 55" LED Aspect Ratio 16:9,
Backlight Scanning 100Hz, Resolution 1920 x
1080 pixels, Viewing Angle 178°/178°,
TERMINAL VIDEO IN RCA X 1, AUDIO IN
(L/R) RCA Pin Type X 2, HDMI IN HDMI 1.4 X
2, USB Input USB 2.0 X 1, RS232C, HDMI
CEC,VGA IN,PC AUDIO IN Yes (1) (Share with
AC), GENERAL Power Requirements AC
110~240V,50/60Hz, Rated Power Consumption
74W, Stand By condition < 0.5W, Built -in
Speakers Full range 20W
(10W+10W)(10%THD), Operating Temerature :
0°C to 40°C, Operating Humidity : 20% to 80%.
3Year Warranty etc complete as reqd. 2 Nos 148988.00 Each 297976.00
158 Supply, Installation, Testing and commissioning
of PC Client Intel i7 processor (for workstation)
with clock speed- minimum 3.6GHz, RAM 16
GB & Expandable. Window 10 professional 64
bit . 8 TB (For Workstations) With Read & Write
functions. LAN Interface 10/100/1000 Mbps
Ethernet. Mouse Optical, USB port at front Dual
and dual monitor support etc complete as reqd. 1 Nos 141948.00 Each 141948.00

Correction—Nil Deletion—Nil Insertion—Nil Overwriting—Nil


AE(P) AE(E)
369
159 Supply,Installation,Testing and Commissioning
of 6 KVA singal phase online UPS model for 30
minute back-up with 16 nos 12 volt 42 AH SMF
batteries (Quanta/Exide ),including MS Rack
and battrey interconnector(1 phase in .1 phase
out ) as required compleate in all respect etc
complete as reqd. 1 Nos 141122.00 Each 141122.00

TOTAL 6660060.00
ADD 6.33% on a/c of increase in GST rate
from 12% to 18% on DSR 2022 items i.e. on
Rs. Nil 0.00
Total of Sub Head-XVI 6660060.00

SUB HEAD - XVII (EPABX SYSTEM)


160 Supply and installation of Digital IP EPABX
a) 04 Jns 04 kts +108 Extensions expandable to
240 Lines with Operator KTS
b) The IP-PBX/PABX/Communication System
shall employ IP at its core with IP switching
technology and 100% non-blocking.
c) The system should be IPv4 and IPV6 ready.
d) The system should have VoIP and VMS at its
core i.e. VoIP and VMS modules should be
mountable on the CPU.
e) The system shall provide IP functionality at its
core to support SIP/IP extensions and trunks
over SIP protocol. It should be possible to
support SIP Trunks and SIP/IP Extension with
the single VoIP module. It should support
license-free 99 SIP trunks and 999 SIP/IP
users (SIP/IP Phone, Mobile softphones, UC
Client).
f) The system should be configured for 116
Analog Ports, 4 CO Trunk Ports and 4 Digital
Ports from day one. It should be possible to
reach the capacity of system to 200 analog
and 999 IP users without any add-on CPU or
chassis/hardware platform.
g) The system should built on an universal slot
architecture and modular in design to enable
seamless growth.
h) System power supply should be inbuilt and
SMPS type with input ranges from 100 – 240
VAC, 47-60 Hz OR 48VDC +/- 15%
i) It shall have distributed processing architecture,
SLIC and SMT Design.
j) It should support SIP over TLS and SRTP to
ensure VoIP call security over IP network.
k) System should have two Gigabit Ethernet ports
for LAN and WAN to separate out local and
VoIP traffic on external network.
l) It should be suitable for DTMF as well as the
FSK type of telephone instruments.

Correction—Nil Deletion—Nil Insertion—Nil Overwriting—Nil


AE(P) AE(E)
370
m) The EPABX capacity shall be suitable to scale
up to 99 VoIP (SIP) Trunks and 999 SIP/IP
Users.
n) The system shall have multiple port interfaces
such as analog extension lines, digital key
phone, GSM/3G/4G for voice, T1E1 PRI,
RADIO, CO and E&M ..
o) The EPABX should support Radio Connectivity
in the form of card which should be pluggable
to the system.
p) The system should have in-skin GSM card so
that the multiple SIMs can be inserted on the
GSM card plugged on to the PBX platform
q) The system should have combo cards
(PSTN+DIGITAL+ANALOG) to have flexible
configuration and save on the resources of
universal slots.
r) The offered system should be QSIG ready.
s) The offered IP-PBX should be TEC approved.
Documentary proof of TEC approval shall be
submitted along with the bid 1 Job 369719.00 Job 369719.00
161 Supplying, fixing, testing and commissioning of
Hands Free Push Button Caller ID feature
phone having incoming & outgoing call
memories, 16 digit LCD display, watch, alarm
clock, hold facility, do not disturb function,
pause and mute function etc. complete as reqd.
97 Nos. 1633.00 Job 158401.00
162 Supplying, installation, testing and
commissioning of 200 Pair MDF box with IP 65
protection having IPM facility backbone 120
pair with krone etc complete as reqd. 1 Nos. 32685.00 Each 32685.00
163 Supplying and fixing of DP box outdoor of
following pairs with 02 Nos. of disconnecting
modules etc. complete as reqd.
(a) 20 Pair 10 Nos 2529.00 Each 25290.00
(b) 10 Pair 5 Nos 1839.00 Each 9195.00
164 Supply and Installation of 1KVA UPS with
inbuilt SMF batteries i/c connections etc.
complete as reqd. 1 Nos 7471.00 Each 7471.00
165 Supply and laying of following pair jelly filled
copper armoured cable in existing conduit/on
walll/on surface etc complete as required.
(a) 20 Pair 500 Mtr 299.00 Mtr 149500.00
(b) 10 Pair 150 Mtr 161.00 Mtr 24150.00

TOTAL 776411.00
ADD 6.33% on a/c of increase in GST rate
from 12% to 18% on DSR 2022 items i.e. on
Rs. Nil 0.00
Total of Sub Head-XVII 776411.00

SUB HEAD - XVIII- (LAN & Hybrid Wifi


Network)

Correction—Nil Deletion—Nil Insertion—Nil Overwriting—Nil


AE(P) AE(E)
371
166 Suppply installation testing and commissioning
of 9 U rack Indoor with Conforms to DIN 41494
or Equivalent EIA / ISO / EN / CEA Standard,
Adjustable mounting depth, , maximizes usable
mounting space, 100% assured compatibility
with all equipments conforming to DIN 41494
(General industrial standard for equipments),
Powder coated finish with seven tank
pretreatment process meeting ASTM standard,
Fan module Mount provision on top cover.
Basic Frame- Steel folded, Front Door-
Lockable Toughened Glass Door OR Lockable
Perforated Steel Door, Standard Finish-
Powder coated, Rack Standard- Conforms to
DIN 41494 or equivalent standard etc complete
as reqd 5 Nos 13541.00 Each 67705.00
167 Suppply installation testing and commissioning
of 32 U rack Indoor with Conforms to DIN
41494 or Equivalent EIA / ISO / EN / CEA
Standard, Adjustable mounting depth, 4 No
adjustable, 19” verticals with punched 10 mm
Square Hole and Universal 12.7mm-
15.875mm-15.875mm alternating hole pattern
offers greater mounting flexibility, maximizes
usable mounting space, 100% assured
compatibility with all equipments conforming to
DIN 41494 (General industrial standard for
equipments), Powder coated finish with seven
tank pretreatment process meeting ASTM
standard, Fan module Mount provision on top
cover. Basic Frame- Steel folded, Front Door-
Lockable Toughened Glass Door OR
Lockable Perforated Steel Door, Standard
Finish- Powder coated, Rack Standard-
Conforms to DIN 41494 or equivalent
standard complete etc as reqd. 1 Nos 32685.00 Each 32685.00
168 Supply,Installation ,Testing and Commissioning
of Jack Panel be 19" 1U
straight Patch Panel, 24-port,Should have
chrome plated integral cable management
metal shelf,Should accept Shielded as well as
Unshielded jacks,Jack panel should have Port
Labeling for identification,Jack panel
should have 24 Loaed Ports,Panel should be
ETL verified (Certificate should be available on
ETL-intertek website under ETL verification
program) etc complete as reqd 5 Nos 5603.00 Each 28015.00
169 Supply Installation Testing And Commissioning
of Indoor Dual Band Access Point IEEE
802.11ax for 1200 Mbps on the 5GHz band and
574 Mbps on the 2.4GHz band., 2x2+2x2
Configuration AX1800 Dual Band Indoor PoE, The
Access point Support 1024QAM on both of 2.4GHz
and 5GHZ, The Access Point support 802.1x,
RADIUS Server, POP3 and LDAP, Access
Point have - FCC, CE Certifications etc as
required. 20 Nos 36981.00 Each 739620.00

Correction—Nil Deletion—Nil Insertion—Nil Overwriting—Nil


AE(P) AE(E)
372
170 Supply Installation Testing And Commissioning
of Hardware Controller Support Upto 100
Access Points with no Additonal liesence,
Controller Upload SSL certificate of network
Aps & have Multiple SSID with VLAN, Captive
portal with multiple SSID and VLAN, The
Controller provide comprehensive information,
including status, IP address, MAC address,
channel, network, firmware version, model
name, and other relevant details, support
Scheduling in Firmware update and
Configuration update, Certification CE, FCC,
UL. etc completed as required 1 Nos 80033.00 Each 80033.00
171 Supply Installation Testing and Commissioning
of 16 Port 10/100/1000Base-T ports + 4 SFP
ports Metro Switch,Switch Should Support
IEEE 802.3i 10BASE-T Ethernet, IEEE 802.3u
100BASE-TX Fast Ethernet, IEEE 802.3ab
1000BASE-T Gigabit Ethernet, IEEE 802.3az
compliance, Auto- negotiation, IEEE 802.3x
Flow Control, IEEE 802.3z 1000BASE-X
Gigabit Fiber Standards,Switch Should Support
802.1X Authentication local/RADIUS database
(IPv4 & IPv6), port- based access control, EAP,
OTP, TLS, TTLS, PEAP and Support MD5
authentication,Switch Should Support
Management thru Web-based and CLI, Switch
should have EMI CERTIFICATE as per
EN/FCC/IC/CE.Switch should have SAFETY
CERTIFICATE as per UL/ IEC/EN 60950 with
all accessories as required in complete
Respect as technical specification mentined in
compliance. etc completed as required 12 Nos. 81807.00 Each 981684.00
172 Supply Installation Testing and Commissioning
of 24 SFP/Copper Combo ports, L3 Stackable
Managed Switch,Switch should have console
port , RJ-45 port for out-of band-management
port for accessing the CLI of the switch and
USB port for connecting a USB storage
device.,Switching capacity should be 168 Gbps
or higher or non-blocking architecture.,Switch
shall have 64 Bytes packet forwarding rate
should be 125 Mpps or higher,Switch MAC
table should be at least 16K or higher.,Switch
should be standard 19 inch 1U rack mountable.
with all accessories as required in complete
,Switch should support Physical Stacking up to
9 units per stack. Stacking bandwidth , should
be up to 80G and up to 32 devices per virtual
stack.Operating temperature should be 0 to 50
˚C., Switch should be EMI Certificates FCC, CE
and Safety Certifications cUL/UL, CB etc
completed as required 1 Nos 167069.00 Each 167069.00

Correction—Nil Deletion—Nil Insertion—Nil Overwriting—Nil


AE(P) AE(E)
373
173 Supply installation testing and commissioning
of enterprise firewall for 150 to 200 users with
Firewall,Performance
FIREWALL 3,850 Mbps,
TLS INSPECTION 375 Mbps,FIREWALL IMIX
3,000 Mbps,IPS 1,200 Mbps,IPSEC VPN 3,000
Mbps,NGFW 700 Mbps,THREAT
PROTECTION
280 Mbps,LATENCY (64 BYTE UDP)
6 µs,Connectivity
ETHERNET INTERFACES (FIXED)
4 X GE copper
1 X SFP Fiber*,POWER-OVER-ETHERNET
(FIXED)
n/a,MANAGEMENT INTERFACES
1 x COM RJ45
1 x COM Micro-USB,OTHER I/O INTERFACES
1 x USB 2.0 (front)
1 x USB 3.0 (rear)WI-FI OPTION
Wi-Fi 5 (802.11ac)
2X2:2 MIMO
2 external antennas
single radio, 2.4 or 5 GHz. etc completed as
required 1 No 284830.00 Each 284830.00
174 Supply Installation Testing and Commissioning
of CAT6 UTP 1M LSZH Patch Cord - Grey with
all accessories as required in complete
Respect as technical specification mentined in
compliance etc completed as required. 161 Nos 177.00 Each 28497.00
175 Supply Installation Testing and Commissioning
of CAT6 UTP 2M LSZH Patch Cord - Grey with
all accessories as required in complete
Respect as technical specification mentined in
compliance etc completed as required. 161 Nos 243.00 Each 39123.00

TOTAL 2449261.00
ADD 6.33% on a/c of increase in GST rate
from 12% to 18% on DSR 2022 items i.e. on
Rs. Nil 0.00
Total of Sub Head-XVIII 2449261.00

SUB HEAD - XIX (Lifts)


176 SITC of 20 passenger/1360 Kg bed lift G+4
floor without machine room (MRL) and gear
less lift with barrier free features having contact
speed of 1.00 MPS serving different floors in
the lift shaft as per detailed specifications as
under.

Correction—Nil Deletion—Nil Insertion—Nil Overwriting—Nil


AE(P) AE(E)
374
1) Location of Lift:- Medical College
Katra (J&K)
2) Speed:- 1.00 MPS
3) Floors:- G+4 Floor
4) Travel:- 19 MTS (Approx.)
5) Stops & Opening:- 5
6) Load:- 20 Persons (1360 Kgs)
7) Travel/ PIT/Headroom:- 19 Meter
(Approx.)/Pit1800mm/ Head room 5000
mm
11) Door opening direction: Centre
8) Car Size: as per OEM
Opening12) Type or Design of Lift Car:-
recommendation so as accommodate
Stainless Steel- Honeycomb finish13)
suitably in the existing lift shaft.
Car Ceiling – LED ceiling SS Mirror
9) Door width: 1000mm
Finish 14) Granite flooring as per OEM.
10)Door height: 2400mm
15) Car Fittings:- LED Lights & Cross
Flow – Fan-2Nos16) Type of Car Front
Entrance Protection: -Power operated
centre opening sliding door – Stainless
steel – Honeycomb finish.17) Type of
control system:- Microprocessor based
simplex selective collective control with
/ without attendant18) Electric Supply:-
AC 3 Phase, 50 Cycles, 415
Volts+10%, -15%19) Drive:- AC
Variable Voltage & Variable
Frequency20) Automatic Rescue
Device complete with dry maintenance
free batteries as reqd.

21) Power:- 433 volt 3 phase 50 Hz 4


wires system
22) Type of doors, Car:- Power
operated centre opening horizontal
sliding stainless steel Honeycomb
finish.
23) Landing doors: SS doors with
Honeycomb finish.
24) SS Handrail not less than 600mm
long at 900 mm above floor level to be
fixed adjacent to control panel in the lift
car
25) Voice announcement system in the
car to announce the position of the
elevator in the hoistway as the car
passes or stops at a floor served by the
elevator
26) Intercom facility at 3 location (1 lift
car, 2 Lift Correction—Nil
Machine room / control panel,
Deletion—Nil Insertion—Nil Overwriting—Nil
3 ground floor outside of lift).
27) Traction MediaAE(P) AE(E)
: V-grooved SS belt
or S. S. rope.
375
Standard /Special Features:
• 2 Hours Fire rated landing doors.
These doors shall be suitable tested
and provided with test certificate.
• Automatic Rescue Device
• Overload warning indicator
• Pre-announcing arrows for collective
controls
• Position Indicator
• Light curtain protection on doors
• Car and Landing operating panel with
braille buttons
• Door open/close and alarm buttons
• Visual and acoustic confirmation of
call
• Call acceptance (visual)
• Battery operated alarm bell.
• Emergency light
• Auto car light off
• Out of service mode
• Protection against Power Fluctuation

5 Job 4297274.00 Job 21486370.00


Total of Sub Head 21486370.00
ADD 6.33% on a/c of increase in GST rate
from 12% to 18% on DSR 2022 items i.e. on
Rs. Nil 0.00
Total of Sub Head-XIX 21486370.00

SUB HEAD-XX (Solar Photovoltaic Power


Plant)

Correction—Nil Deletion—Nil Insertion—Nil Overwriting—Nil


AE(P) AE(E)
376
177 Supply, Installation, Testing and
Commissioning of ongrid Solar Photovoltaic
Power Plant conforming to MNRE
specifications as amended, consisting of
Mono/Poly Crystalline silicon solar cells, net
metering facility, necessary protections,
earthing, mounted on Aluminium/GI structure of
suitable strength with following components
complete as required:-
a) Solar Photovoltaic Module of capacity 330
Wp or above, manufactured in India,
conforming to IS 14286/IEC 61215, IS/IEC
61730-Part-1, IS/IEC 61730-Part-2. Solar
Photovoltaic Module conversion efficiency shall
not be less than 16.5%. PV modules used in
solar power plants/ systems must be warranted
for their output peak watt capacity, which
should not be less than 90% at the end of 10
years and 80% at the end of 25 years.
b) Power Conditioning Unit (PCU) of 350-800 V
DC Input voltage range and 400 V AC, three
phase, 4 wire, 50Hz +/- 2.5 Hz, output voltage
suitable to generate AC Power with efficiency
not less than 97%, total harmonic distortion
less than 3% and suitable for ambient
temperature from 0 to 50 degree C. The PCU
shall adjust the voltage and frequency level to
suit the Grid Voltage Frequency.
c) Data Monitoring System complete with
accessories.
d) Fixing of Array junction box & Main junction
box with IP 65 protection and termination
arrangement for incoming and outgoing cable
along with glands, lugs and other accessories
etc. as required.
e) Lightning and surge voltage protection.
f) Connections & Interconnections by supplying
& fixing required size XLPE
insulated copper conductor 1.1 kV grade
armoured power and control cables between
solar modules, main power cable to grid supply
PCU unit along with supplying & fixing of
necessary channel/conduit lugs and other
accessories etc. as required. 50 kwp 61060.00 kwp 3053000.00

Total 3053000.00

ADD 6.33% on a/c of increase in GST rate


from 12% to 18% on DSR 2022 items i.e. on
Rs. 30,53,000/- 193254.90
Total of Sub Head - XX 3246255.00

SUB HEAD-XXI (Audio Visual System )

Correction—Nil Deletion—Nil Insertion—Nil Overwriting—Nil


AE(P) AE(E)
377
178 Supply Installation and Commissioning of 86
Inch, Interactive LED, Operating System -
Android 13.0, Resolution - 3840 x 2160 or
Better, Brightness - 400cd/m2 or Higher, Panel
Technology - IPS / VA , Input Ports - 3 x HDMI
(4K upto 60Hz), HDCP 2.1, CEC, ARC
(HDMI1),1 x VGA (Optional), 1 x USB 2.0, 3 x
USB 3.0 ( 2 Front, 1 Rear) with autoswitching
function, 1 x USB (C Type) Touch, PD65W &
LAN network sharing, 1 x Audio IN, 1 x DP In,
Built IN 1 x Micro SD (128 GB), Speaker Built-
in - 20W x 2 or Higher etc completed as
required. 4 Nos 377140.00 Nos 1508560.00
179 Supply installation testing and
commissiping of Minimum 8 No's of
10/100/1000 Base-Tx PoE and 2 x 1GE
(SFP/BASE-T)Combo Uplink port, should
provide 130W of PoE budget with support
for 802.3at standard, Features of DHCP
(including option 82), DHCP Relay| NTP or
equivalent, SNMPv1, v2 & v3, TELNET/
SSH , IGMP snooping v1, v2, v3 & MLD
snooping v1, v2 supporting min 100
multicast groups, Port- based and 802.1Q
tagbased VLANs, MAC-based VLAN,
Guest VLAN, Private VLAN, also known as
protected ports, with multiple uplinks, Q in
Q Vlan, Web/SSL, Telnet server/SSH,
ping, traceroute, Simple Network Time
Protocol (SNTP), Trivial File Transfer
Protocol (TFTP), SNMP, RADIUS, syslog,
DNS client, protocolbased VLANs, LLDP,
Loop protection, Cable diagnostic. etc
completed as required. 4 Nos 39309.00 Nos 157236.00
180 Supply Installation Testing and
Commissioning of 27U 600W x 600D Front
Glass Door Single Section Floor Mount
Cabinet as per ANSI/EIA-RS-310-D, IEC
297-2, DIN 41494, GB/T3047.2-92, ISO
9001:2015, 14001:2015 & 45001:2018
standards Loaded with all Accessories like
PDU , Cable Manager, Mounting Kit etc
completed as required. 4 Nos 32585.00 Nos 130340.00
181 Supply Installation Testing and
Commissioning of Category 6 UTP Patch
Panel Blank Punch Down 24 Port, UL and
CE Certified. 4 Nos 4655.00 Nos 18620.00
182 Supply Installation Testing and
Commissioning of CAT6 UTP 1M LSZH
Patch Cord - Grey with all accessories as
required in complete Respect as technical
specification mentined in compliance etc
completed as required. 8 Nos 177.00 Each 1416.00

Correction—Nil Deletion—Nil Insertion—Nil Overwriting—Nil


AE(P) AE(E)
378
183 Supply Installation Testing and Commissioning
of wall mount speaker 8” cabinet 8 Ohm pair,
Innovative mount system is included for quick,
simple, and reliable installations & Carefully
engineered for environments (IP54), without
compromising performance. Frequency
response (-3 dB) : 70 Hz – 20 kHz1,Frequency
response (-10 dB) : 50 Hz – 20 kHz1,Sensitivity
: 90 dB2,Max SPL (calculated) : 110 dB (116
dB Peak),Coverage angle : Horizontal 90°,
Vertical 90°,Power handling : 90 W (360 W
Peak) Continuous,Pink Noise (100 hours) etc
completed as required. 16 Nos 39309.00 Nos 628944.00
184 Supply Installation Testing and
Commissioning of Power amplifier, 4x 150W, 4
channel Variable Load Drive (VLD) providing
the same power into 4 Ω, 8 Ω, 70 V or 100 V.
ecoRAIL and APD deliver significant reduction
in power consumption & dualCOOL convection
cooling with additional intelligent fan in case of
extreme thermal conditions. Frequency
response2 (ref. 1 kHz, analog in to speaker out,
-3 dB) HP: 30/100/150 Hz to 20 kHz LP: 30 Hz
to 150 Hz, HP: 50/100/150 Hz to 20 kHz LP:
50 Hz to 150 Hz. etc completed as required. 4 Nos 142839.00 Nos 571356.00
185 Supply Installation Testing and Commisioning
of wireless Handheld/Lapel/Headworn
Microphone with -32 preset channels, with
compatible groups of eight (8) channels for
simultaneous use14 hour battery life from two
(2) AA alkaline batteries , Rugged metal
transmitters with backlit LCD display and
battery gaugeNumber of Channels: 32
Modulation: ± 40 kHz ,Diversity: True Antenna
RF Sensitivity: <1.0 μV for 12 dB SINAD,Image
Rejection: > 55 dB ,Squelch: Tone Code plus
Amplitude,Frequency Response: 80 Hz – 18
kHz ± 2 dB,Balanced Output: 20 dBV (max @
40 kHz deviation), Unbalanced Output:
Adjustable 8 mV to 0.755V RMS,Distortion: <
1.0%, 0.4% typical,Signal-to-Noise Ratio: > 100
dB etc completed as required. 4 Nos 35516.00 Nos 142064.00
186 Suppply installation testing and commissioning
of digital Podium with touch screen for
annotation , high quality 1.6mm metallic powder
coated sheet with LOGO on the front as per
site requirement with inbuilt power sockets and
all required wiring for accessories. Pre fixed Tilt
angle at 40 degree for Screen, inbuilt space for
PC ,Amplifier,speakers. 21.5" Touch screen
(finger and pen touch),central volume controller
for each audio devices.intel i5, 8GB RAM,1 TB
HDD, with Windows. Built in speaker 2x25W,
Gooseneck Microphone - 2 , Amplifier 45 Watt
with all accessories as required in
complete respect etc completed as required. 4 Nos 240421.00 Nos 961684.00

Correction—Nil Deletion—Nil Insertion—Nil Overwriting—Nil


AE(P) AE(E)
379
187 Supply installation Testing and Commissioning
of DMX Special cable DMX cable (single pair)
having multiple 22AWG pair stranded (7x30)
tinned copper conductors, Datalene (FHDPE)
insulation, twisted pairs, overall Beldfoil shield
(100% coverage) plus tinned copper braid,
PVC jacket Cable etc completed as required. 100 Mtr 207.00 Mtr 20700.00
188 Supply Installation Testing & Commissioning of
HDMI Cable 10 Mtr length complete as reqd.
4 Nos 2802 Each 11208.00

Total of Sub Head- 4152128.00


ADD 6.33% on a/c of increase in GST rate
from 12% to 18% on DSR 2022 items i.e. on
Rs. Nil 0.00
Total of Sub Head - XXI 4152128.00
SUB HEAD- XXII (DG Set)
189 Providing, Installing, Testing and
Commissioning of ‘Silent Type’ Diesel
Generating set alongwith having Prime Power
Rating of 380 KVA, 415 volts at 1500 RPM, 0.8
lagging power factor at 415 V suitable for 50
Hz, 3 phase system & for 0.85 Load Factor and
compliance to CPCB-IV norms and consisting
of the followings:
(a) Diesel Engine:
Diesel engine 4 stroke water cooled, electric
start, of suitable BHP at 1500 RPM suitable for
above output of alternator at 40 Degree C, 50%
RH & at 1000 Meter MSL and conforming to BS
5514, BS 649, IS 10000, capable of taking 10%
over loading for one hour after 12 hours of
continuous operation. The engine will be fitted
complete with all the required accessories.
(b) Engine mounted Instrument Panel fitted
with and having digital display for following:

i) Start-stop switch from Genset controller and


controller should be compatible for ON/OFF
operation through PLC
ii) Water temperature indication
iii) Lubrication oil pressure indication
iv) Lubircation oil temp. indication
v) low coolant level
vi) Battery charging indication
vii) RPM indication
viii) Over speed indication
ix) Low lub oil pressure trip indication
x) Engine Hours indication
(c) Alternator

Correction—Nil Deletion—Nil Insertion—Nil Overwriting—Nil


AE(P) AE(E)
380
Synchronous alternator rated at 380 KVA, 415 volts
at 1500 RPM, 3 phase 50 Hz, AC supply with 0.8
lagging power factor at 40 Degree C, 50% RH & at
1000 Meter MSL. The alternator shall be having
SPDP enclosure, brushless, continuous duty, self-
excited and self-regulated through AVR conforming
to IS: 4722/BS 2613 suitable for tropical conditions
and with class- F/H insulation.

(d) Base Frame & Foundation:


Both the engine and alternator shall be mounted on
suitable base frame made of MS channel with
necessary reinforcement which shall be installed on
suitable existing cement concrete foundation and
vibration isolation arrangement as per
recommendations of manufacturer.
(e) Fuel Tank:
Daily service fuel tank for above DG Sets each
having suitable capacity fabricated out of 3 mm thick
M.S. sheet complete with all standard accessories
and fuel piping between fuel tank and diesel engine
with MS class ‘C’ pipes of suitable dia. Complete
with valves, level indications & accessories as
required as per specifications.
(f) Exhaust System:
Dry exhaust manifold with hospital exhaust
silencer and catalytic convertor.

(g) Starting System:


12V/24V DC starting system comprising of
starter motors: voltage regulator and
arrangement for initial excitation complete with
suitable nos. of batteries as required as per
specifications.
(h) Acoustic and weather proof enclosure with
arrangement for fresh air intake for cooling of
the engine & alternator, extraction, discharging
hot air in to the atmosphere as per
specifications. 3 Sets 4932179.00 Set 14796537.00
190 Providing and laying in position cement
concrete 1:2:4 (1 cement : 2 coarse sand : 4
graded stone aggregate 20 mm nominal size)
in foundation of pump, DG set etc including
form work etc as required. 15 cum 8787.00 cum 131805.00

Total of Sub Head-X 14928342.00


ADD 6.33% on a/c of increase in GST rate
from 12% to 18% on DSR 2022 items i.e. on
Rs. 1,31,805/- 8343.26
Total of Sub Head - XXII 14936685.00

TOTAL of Sub Head-


I+II+III+IV+V+VI+VII+VIII+IX+X+XI+XII+XIII
+XIV+XV+XVI+XVII+XIX+XX+XXI+XXII+XIII 193276902.00

Correction—Nil Deletion—Nil Insertion—Nil Overwriting—Nil


AE(P) AE(E)

You might also like