13.07.2015 Views

Annexure A

Annexure A

Annexure A

SHOW MORE
SHOW LESS

Create successful ePaper yourself

Turn your PDF publications into a flip-book with our unique Google optimized e-Paper software.

<strong>Annexure</strong> AThe Assistant Engineer(E) M-3521, PWD EMD M-352, FSL Building, Sector-14, Rohini, Delhi, on behalf of Presidentof India, invites sealed item rate tenders from CPWD registered contractors/Annually Pre-qualified contractors in HVACworks up to 3.00 PM on…………** for the following work :-Name of Work ARMO various Electrical Installation &Mechanical equipments in Attar Sain Jain Hospital& C.F.D.L., Lawrence Road, Delhi, KeshavMahavidyalaya, Pitampura, Delhi and District Jail- Rohini, Delhi (SH: RMO A.C. Services -RunningMaintenance of Window/Split type AC's andWater coolers)Estimated Cost Rs. 1,77,496/-Earnest Money Rs. 3,550/-Time AllowedLast date and time of receipt of application forpurchase of tender upto 4 PM onSix (06) Months24.03.2011Last date and time of issue of tender upto 4 PM on: 28.03.2011Cost of tender documents Rs. 500/-Time and date of Receipt of tender upto 3 PM 30.03.2011Time and date of Opening of tender at 3.30 PM on 30.03.2011Assistant Engineer (E) M-3521,PWD EMD M-352, FSL Building,Rohini, Delhi-110 085.


GOVERNMENT OF INDIACENTRAL PUBLIC WORKS DEPARTMENTNOTICE INVITING TENDERCPWDCPWD-6Item rate/percentage rate tenders are invited on behalf of the President of India from approved and eligible contractors of CPWD and those ofappropriate list of Deptt. of Telecommunications, MES, Railways and _______________ State PWD for the work of, As per <strong>Annexure</strong> Attached.1.1 The work is estimated to cost Rs. ………………………………………….. This estimate, however, is given merely as a rough guide.1.1.1 The authority competent to approve NIT for the combined cost and belonging to the major discipline will consolidate NITs for calling the tenders.He will also nominate Division, which will deal with all matters relating to the invitation of tenders.For composite tender, besides indicating the combined estimated cost put to tender, should clearly indicate the estimated cost of each componentseparately. The eligibility of tenderer will correspond to the combined estimated cost of different components put to tender.1.2 Tenders will be issued to eligible CPWD as well as non CPWD contractors provided they produce definite proof from the appropriate authority,which shall be to the satisfaction of the competent authority, of having satisfactorily completed similar works of magnitude specified below :-Criteria of eligibility for issue of tender documents1.3 Conditions for Non CPWD contractors only.1.3.1 For works estimated to cost above Three similar works each costing not less thanRs.25 Lakh but upto Rs. 2 CroreRs. …………….lakh during the last 5 years.1.3.2 For works estimated to cost above Three similar works each of value 40% of Estimated cost or two works of 50%Rs.2 Crore but upto Rs. 10 crores.cost or one work of 80% estimated cost (rounded off to nearest Rs.10 lakh) inthe last 7 years ending last day of the month previous to the one in which thetenders are invited.Note:-Class-II contractors of CPWD shall also be eligible if they satisfy the criteria specified in 1.3.2 above.1.4 Conditions for CPWD as well as Non CPWD Contractors:-1.4.1 For works estimated to cost above Rs.10 Crore Two similar works each of value 60% of the estimated cost or one similar workCosting not les than the estimated cost (rounded off to nearest Rs.10 Lakh) inthe last 7 years ending last day of the month previous to the one in which thetenders are invited.For the purpose of this clause “similar works” mean works of …………………………2. Agreement shall be drawn with the successful tenderer on prescribed Form No. CPWD-7/8, which is available as a Govt. of India Publication.Tenderer shall quote his rates as per various terms and conditions of the said form, which will form part of the agreement.3. The time allowed for carrying out the work will be As per <strong>Annexure</strong> Attached from the fifteenth day after the date of written orders to commencethe work or from the first day of handing over of the site, whichever is later, in accordance with the phasing, if any, indicated in the tenderdocuments.4. The site for the work is available.OR **The site for the work shall be made available in parts as specified below.** To be filled by the Executive Engineer5. Receipt of applications for issue of forms will be stopped by 1600 Hrs., four days before the date fixed for opening of tenders. Issue of tenderforms will be stopped three days before the date fixed for opening of tenders.Tender documents, consisting of plans, specifications, the schedule of quantities of the various classes of work to be done and the set of terms andconditions of contract to be complied with by the contractor whose tender may be accepted and other necessary documents can be seen in the officeof the Assistant Engineer(E) M-3521, PWD EMD M-352, FSL Building, Rohini, Delhi between hours of 11.00 A.M. & 04.00 P.M. from Asper <strong>Annexure</strong> Attached everyday except on Sundays and Public Holidays. Tender documents excluding standard form, will be issued from hisoffice, during the hours specified above, on payment of the following :-i) Rs. 150/- in cash as cost of tender andii) Earnest Money of Rs. As per <strong>Annexure</strong> in Cash (upto Rs.10,000/-)/Receipt, Treasury Challan/Deposit at Call receipt of a scheduledbank/fixed deposit receipt of a scheduled bank/demand draft of a scheduled bank issued in favour of the Executive Engineer (E), PWDEMD M-352, Dr. BSA Hospital, Sector-6, Rohini, Delhi-110 085. When amount of earnest money is more than Rs.5 lakhs, part of theearnest money is acceptable in the form of bank guarantee also. In such case, minimum 50% of earnest money (but not less than Rs. 5lakh) or Rs.25 lakh, whichever is less, will have to be deposited in shape prescribed above. For balance amount of earnest money, bankguarantee will also be acceptable.6. Tenders, which should always be placed in sealed envelope, with the name of work and due date written on the envelopes, will be received by theAssistant Engineer(E) M-3521, PWD EMD M-352, (NCTD) upto 03.00 P.M. on As per <strong>Annexure</strong> Attached and will be opened by him or hisauthorized representative in his office As per <strong>Annexure</strong> Attached at 3.30 P.M.7. The contractor shall be required to deposit an amount equal to 5% of the tendered value of the work as performance guarantee in the form of anirrevocable bank guarantee bond of any scheduled bank of State Bank of India in accordance with the form prescribed or in cash or in the form ofGovt. security, fixed deposit receipt etc., as in the case of recovery of security deposit within prescribed number of days of the issue of letter ofacceptance. This period can be further extended by the Engineer-in-Charge upto a maximum period of prescribed number of days on writtenrequest of the contractor.8. The description of the work is as follows ………………………………………………………………………Copies of other drawings and documents pertaining to the works will be open for inspection by the tenderers at the office of the above mentionedofficer on all working days between 11 A.M. to 4 P.M. from As per <strong>Annexure</strong> Attached.


Tenderers are advised to inspect and examine the site and its surroundings and satisfy themselves before submitting their tenders as to the nature ofthe 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 mayrequire and in general shall themselves obtain all necessary information as to risks, contingencies and other circumstances which may influence oraffect their tender. A tenderer shall be deemed to have full knowledge of the site whether he inspects it or not and no extra charges consequentupon any misunderstanding or otherwise shall be allowed. The tenderer shall be responsible for arranging and maintaining at his own cost allmaterials, tools & plants, water, electricity, access facilities for workers and all other services required for executing the work unless otherwisespecifically provided for in the contract documents. Submission of a tender by a tenderer implies that he has read this notice and all other contractdocuments 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 andplant etc. will be issued to him by the Government and local conditions and other factors having a bearing on the execution of the work.9. The competent authority, on behalf of President of India, does not bind himself to accept the lowest or any other tender, and reserves to himself theauthority to reject any or all of the tenders received without the assignment of any reason. All tenders, in which any of the prescribed conditions isnot fulfilled or any condition including that of conditional rebate is put forth by the tenderer, shall be summarily rejected.The competent authority also reserves its right to allow to the Central Government public sector enterprises, joint venture with CPSE holding 51%equity or more, a purchase preference with reference to the lowest valid price bid where the quoted price is within 10% of such lowest price in atender other things being equal in case of tenders/quotations whose date of receipt is upto 31-3-2005, subject to the estimated cost being of Rs. Fivecrores and above.The Public Enterprises who avail benefits of the purchase preference should be subjected to adequate penalties for cost overruns etc.10. Canvassing whether directly or indirectly, in connection with tenders is strictly prohibited and the tenders submitted by the contractors who resortto canvassing will be liable to rejection.11. The competent authority on behalf of President of India reserves to himself the right of accepting the whole or any part of the tender and thetenderer shall be bound to perform the same at the rate quoted.12. The contractor shall not be permitted to tender for works in the CPWD circle (responsible for award and execution of contracts) in which his nearrelative is 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 andwho are near relatives to any gazetted officer in the Central Public Works Department or in the Ministry of Urban Development. Any breach of thiscondition by the contractor would render him liable to be removed from the approved list of contractors of this department.12(a).The contractor shall give a list of both Gazetted and non-gazetted CPWD employees related to him.13. No Engineer of gazetted rank or other gazetted officer employed in Engineering or Administrative duties in an Engineering Department of theGovernment of India is allowed to work as a contractor for a period of two years after his retirement from Government service, without theprevious permission of the Government of India in writing. This contract is liable to be cancelled if either the contractor or any of his employees isfound at any time to be such a person who had not obtained the permission of the Government of India as aforesaid before submission of the tenderor engagement in the contractor’s service.14. The tender for the works shall remain open for acceptance for a period of sixty days from the date of opening of tenders. If any tenderer withdrawshis tender before issue of letter of Intent or makes any modifications in the terms and conditions of the tender which are not acceptable to thedepartment, then the Government shall, without prejudice to any other right or remedy, be at liberty to forfeit 50% of the said earnest money asaforesaid.15. This Notice inviting tender shall form a part of the contract document. The successful tenderer / contractor, on acceptance of his tender by theAccepting Authority, shall, within 15 days from the stipulated date of start of the work, sign the contract consisting of: -a) The notice inviting tender, all the documents including additional conditions, specifications and drawings. If any, forming the tender as issued at thetime of invitation of tender and acceptance thereof together with any correspondence leading thereto.b) Standard C.P.W.D. Form-7/8 i.e. General Conditions of contract for CPWD works (edition 2003) read with amendments in this NIT and furthercorrection slips, if issued upto the last date of issue of the tender can be seen in Sub-Divn. Office in between 10 AM to 4 PM in all working days.16. For composite tenders16.1.1.1 The tenderer must associate with himself agencies of the appropriate class eligible to tender for the other components individually.16.1.1.2 It will be obligatory on the part of the tenderer to sign the tender documents for all the components. (The schedule of quantities, conditions andspecial conditions etc.)16.1.1.3 After the work is awarded, the contractor will have to enter into separate agreements for each component with the officer concerned.16.2 The Executive Engineer In-charge of the major component will call tenders for the composite work. The cost of tender document and EarnestMoney will be fixed with respect to the combined estimated cost put to tender for the composite tender. Security Deposit will be worked outseparately for each component corresponding to the estimated cost of the respective component of works. The Earnest Money will become part ofthe security deposit of the major component work.16.3 On acceptance of the composite tender by the competent authority the letter of award will be issued by the Executive Engineer-In-charge of themajor component on behalf of the president of India, making it clear in the letter of award that the contractor will have to execute separateagreements for different components of work with the concerned Officers of the respective discipline (Designation to be given).Letter No. 54(1)/AE(E)M-3521/PWD EMD M-352/2010-11/ Dated :Copy to: -1) The Executive Engineer (E), PWD EMD M-3522) Notice Board3) Website: - www.delhigovt.nic.inAssistant Engineer (E) M-3521,PWD EMD M-352, FSL BuildingRohini, Delhi-110 085.


GOVERNMENT OF INDIACENTRAL PUBLIC WORKS DEPARTMENTCPWDPWD –7/8STATE: - DELHI CIRCLE: - M-35BRANCH: - E&M DIVISION: - M-352ZONE:- M-3 SUB-DIVISION: - M-3521PERCENTAGE RATE TENDER / ITEM RATE TENDER & CONTRACT FOR WORKS(A) Tender for the work of As per <strong>Annexure</strong>(i) To be submitted by 1500 hours on……………………….. As per <strong>Annexure</strong>(ii) To be opened in presence of tenderers who may be present at 1530 hours on ………………………..Issued to:-M/s …………….......……………………………………………………………..**(Contractor)Signature of officer issuing the documentsAssistant Engineer (E) M-3521, PWD EMD M- 352, FSL Building, Rohini, Delhi.Date of Issue: ...............……..**TENDER…...** to be filled by AEI/We have read and examined the notice inviting tender, schedule A,B,C,D,E & F, applicable specifications, Drawings & Designs, General Rules andDirections, Conditions of Contract, Clauses of Contract, Special Conditions, Schedule of Rate & other documents and Rules referred to in the condition ofcontract and all other contents in the tender document for the work.I/We hereby tender for the execution of the work specified for the President of India within the time specified in Schedule "F" , viz., schedule of quantities andin accordance in all respects with the specifications, design, drawings and instructions in writing referred to in Rule-1 of General Rules and Directions and inClause-11 of the Conditions of contract and with such materials as are provided for, by, and in respects in accordance with, such conditions so far asapplicable.I/We agree to keep the tender open for sixty (60) days from the due date of submission thereof and not to make any modification in its terms and conditions.A sum of Rs……………………… has been deposited in cash/receipt treasury challan/deposit at call receipt of a scheduled bank/fixed deposit receipt ofschedule bank/demand draft of a scheduled bank as earnest money. If I/we, fail to furnish the prescribed performance guarantee within prescribed period, I/weagree that the said President of India or his successors in office shall without prejudice to any other right or remedy, be at liberty to forfeit the said earnestmoney absolutely. Further, if I/we fail to commence work as specified, I/we agree that President of India or his successors in office shall without prejudice toany other right or remedy available in lw, be at liberty to forfeit the said earnest money and the performance guarantee absolutely, otherwise the said earnestmoney shall be retained by him towards security deposit to execute all the works referred to in the tender documents upon the terms and conditions containedor referred to therein and to carry out such deviations as may be ordered, upto maximum of the percentage mentioned in Schedule ‘F’ and those in excess ofthat limit at the rates to be determined in accordance with the provision contained in Clause 12.2 and 12.3 of the tender form.I/We hereby declare that I/We shall treat the tender documents, drawings and other records connected with the work as secret / confidential documents andshall not communicate information / derived therefrom to any person other than a person to whom I/We am / are authorised to communicate the same or usethe information in any manner prejudicial to the safety of the state.Dated ......………*Witness:Address:Occupation:Signature of ContractorPostal Address *ACCEPTANCEThe 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 sumof Rs. ......………...** (Rupees..........................…………………………………………………………………...**).The letter referred to below shall form part of this agreement:-a) For & on behalf of the President of IndiaSignature......……………………............**b) ............**Dated .....…………..**Designation: Assistant Engineer (E) M-3521PWD EMD M-352, FSL BuildingSector-14, Rohini, Delhi


SCHEDULESSCHEDULE 'A'Schedule of Quantities :- Attached.SCHEDULE 'B'Schedule of materials to be issued to the contractor.Sl. No. Description of Item Quantity Rates in figures & words at Place of Issuewhich the material will becharged to the contractor1 2 3 4 5SCHEDULE 'C'Tools and Plants to be hired to the contractorAs per <strong>Annexure</strong>Sl. No. Description Hire charges per day Place of issueSCHEDULE 'D'1 2 3 4--------------------NIL---------------Extra schedule for specific requirements/documents for the work, if any.NilSCHEDULE 'E'Schedule of component of Cement, Steel, Other Materials, Labour etc. for Price escalation.CLAUSE 10 CC --- Not applicableComponent of Cement - Expressed as per cent of total value of work Xc --------------- %Component of Steel - Expressed as per cent of total value of work Xs --------------- %Component of civil (except cement & steel)/Electrical construction Materials -Expressed as per cent of total value of work. Xm ---------------- %Component of Labour - Expressed as per cent of total value of work Y ---------------- %Component of P.O.L. - Expressed as per cent of total value of work Z ---------------- %Not ApplicableSCHEDULE 'F'Reference to General conditions of contract :-General conditions of contract for CPWD works-2010 withamendments upto the last date of issue of tender.Name of Work :- As per <strong>Annexure</strong>Estimate cost of Work :- Rs. As per <strong>Annexure</strong>(i) Earnest Money :- Rs. As per <strong>Annexure</strong>(ii) Performance Guarantee :- 5% of the tendered value of work.(iii) Security Deposit :- 5% of the tendered value of work.GENERAL RULES AND DIRECTIONS:Officer Inviting Tender Assistant Engineer (E) M-3521 / PWD EMD M-352Maximum percentage for quantity of items of work to be executedbeyond which rates are to be determined in accordance withClauses 12.2 & 12.3.See BelowDefinitions:2(v) Engineer-in-Charge Assistant Engineer (E) M-3521 / PWD EMD M-3522(viii) Accepting Authority Assistant Engineer (E) M-3521 / PWD EMD M-3522(x)Percentage on cost of materials andlabour to cover all overheads and profits. 15%2(xi) Standard Schedule of Rates DSR 1994/95 with Correction slips issued upto thelast date of issue of tenders.


2(xii) Department PWD (NCTD)9(ii) Standard CPWD contract Form CPWD form 7/8 – 2005, as modified andcorrected upto the last date of issue of tender.Clause 1i) Time allowed for submission of Performance Guarantee Fifteen Daysfrom the date of issue of tender of acceptance, in daysii) Maximum allowable extension beyond the period Seven Daysprovided in (i) above in daysClause 2Authority for fixing compensation under clause 2.Clause 2AWhether Clause 2A shall be applicableClause 5Number of days from the date of issue of letter of acceptanceFor reckoning date of startMile Stone (s) :-Superintending Engineer (E),PWD Elect. Maintenance Circle M-35 (NCTD)New Delhi.Yes/NoFifteen DaysAs per table given belowS.No. Financial Progress Time allowed(from date of start)1.2.3.4.Amount to be withheld in case of nonachievement of milestonei. Time allowed for execution of work As per <strong>Annexure</strong>ii Authority to give fair and reasonable Superintending Engineer (E),extension of time for completion ofPWD Elect. Maintenance Circle M-35 (NCTD)work.New DelhiClause 7Gross work to be done together with net payment/adjustment ofadvances for material collected, if any, since the last suchpayment for being eligible to interim payment.Clause 10CCClause 10CC to be applicable in contracts with stipulated period ofCompletion exceeding the period shown in next columnClause 11Specifications to be followed for execution of work…………….. monthsCPWD SpecificationsClause 1212.2 & 12.3 Deviation limit beyond which 50% for all workclause 12.2 & 12.3 shall apply.12.5 Deviation limit beyond which N.A.clause 12.2 & 12.3 shall applyfor foundation work.Clause 16Competent Authority for deciding reduced rates.Superintending Engineer (E),PWD Elect. Maintenance Circle M-35 (NCTD)New DelhiClause 36 (i)Minimum qualifications & experience requiredfor Principal Technical Representatives.(a) PROJECT MANAGER Graduate Engineer (Civil) or retired AE possessing at least recognizeddiploma in Civil Engg.(b) SITE ENGINEER : Recognised diploma holder in Elect Engineering.(c)Discipline to which the PrincipalTechnical Representative should belong.Elect.(d) Minimum experience of works. Five Years in Electrical Works(e) Recovery to be affected from the contractor in Project Manager @ Rs.10000/-per month.the event of not fulfilling provision of Clause 36(i)Site Engineer @ Rs.8000/- per month.


Clause 42i) (a) Schedule/statement for determining theoretical quantity N.Aof cement & bitumen on the basis of Delhi Schedule ofRates _____________ printed by CPWD.ii)Variations permissible on theoretical quantities:-a) Bitumen for all works. (i) Tack coat N.A(ii) DBM /DBC N.Ab) Steel reinforcement and structural steel sections N.Afor each diameter, section and category.c) CementRECOVERY RATES FOR QUANTITIES BEYOND PERMISSIBLE VARIATIONSl. No.Description of ItemRates in figures and words at which recovery shall be made from the contractor.Rate in schedule ‘B’ plus 10% in case material issued by Department.Excess use beyond permissible Less use beyondVariation the permissible variation1 2 3 4Material to be arranged by contractor :1. Emulsified Bitumen N.A.2. Bitumen of grade 60/70 N.A3. Modified Bitumen (CRMB-60) N.AAssistant Engineer (E) M-3521,PWD EMD M-352, FSL BuildingRohini, Delhi-110 085.


SCHEDULE OF WORKN/W: ARMO various Electrical Installation & Mechanical equipments in Attar Sain Jain Hospital &C.F.D.L., Lawrence Road, Delhi, Keshav Mahavidyalaya, Pitampura, Delhi and District Jail -Rohini, Delhi (SH: RMO A.C. Services -Running Maintenance of Window/Split type AC's andWater coolers)S.no. Description of Items Qty. Rate Unit Amount1) To attend day to day complaints for Window/Split Airconditionersand water coolers installed at abovebuildings by deploying following staff on all days ofthe month (Approx. 100 Nos.).Staff Required:-(a) A.C. Mechanic (9.00 AM to 5.00 PM) - 1 No.(b) Helper (9.00 AM to 5.00 PM) - 1 No. 6 P/Mmonths2) Servicing, overhauling of 1.5 / 2 TR WTAC / Splittype AC / Water cooler i/c cleaning of condenser,evaporator of machine with veniclin chemical, oiling,greasing of motor complete i/c refixing, testing andcommissioning in all respect as required. 100 nos. each3) Supplying and charging of R-22 refrigerant gas in1.5/2 TR capacity WTAC/Split AC unit/Water cooleri/c Pressure testing with Nitrogen complete as required. 15 nos. eachTotalRs.Terms & Conditions :-1) The work shall be carried out as per CPWDspecifications2) No T & P will be issued to the contractor.3) Nothing extra will be paid on account of cartage etc.4) All the dismantled material should be handed over toJE(E)5) Contractor has to complete the Item no.2 within onemonth & item no. 3 will be as and when reqd. basiswithin 6 months6) The complaint received on telephone should beattended within 24 hours.7) Recovery shall be made @ Rs.600/- per complaint perday, if the complaint is not attended within 24 hoursfrom the lodging of the complaint. AE(E) M-3521


SPECIFICATION AND SPECIAL CONDITIONS1. Work shall be carried out as per CPWD specifications for electrical works 2005, for internal F.1 CPWDspecification and 1995 for external services and the Indian Electricity Rule-1956 as amended upto date forsuch works.2. All the materials, whatsoever, to be supplied and provided by the contractor should be of standard andapproved quality. These should be got approved from the Engineer-in-Charge or his authorizedrepresentative before installation. No payment will be made for any unapproved or sub standard/rejectedmaterials used on the work. Rejected material should be removed from the site of work within 48 hoursfailing which the same will be liable for removal by the department at the risk and cost of contractorwithout any liability.3. The electric work shall be done in closed co-ordination and in phase, strictly with civil works whereverthese are in control of this office no claim for idle labour shall be entertained under this agreement.4. Any damage done to the building while executing the electric work should be made good to thesatisfaction of the department. The chases, holes etc. cut in the walls and roofs should be filled within twodays. All marlba should be removed on the same day. In case of failure to do so it will be got done by theEngineer-in-Charge or his authorized representative at contractor’s risk and cost.5. All watch and ward of the materials installed at work will be responsibility of the contractors till theirhanding over to the department on completion of work. Merely recording of measurement and runningpayments made to the contractor. There will be regular handing over/taking over the installation. Anymissing item shall have to be made good by the contractor.6. Contractor shall submit neatly prepare electric inventory of fittings provided along with completion plan intriplicate (one of them on tracing cloth) and also test report of the electrical installation failing whichnecessary recovery will be affected.7. Laying of the conduit, position of switches, fittings and cable routes etc. should be got approved by theEngineer-in-Charge or his authorized representative. It will be in the interest of the contractor to mark theabove layout at site and get it approved before actual execution of the work otherwise it will be acceptedand the contractor will have to get it redone for which no extra payment will be made.8. Persons executing electrical work should have electrical license as required under I.E. Act.9. The earthing shall invariably be done in presence of the AE/JE incharge of the work.10. All interconnections in the switch boards shall be carried out with suitable cables commensurate with thecurrent carrying capacity.11. The sub-main and circuit wiring stipulated or otherwise on linear basis will be measured and paid from endto end of conduit. No extra payment will be made for loose wiring for connections. Sufficient length ofwire is, however, to be left as per directions of Engineer-in-Charge or his authorized representative forconnections etc.12. All I.C. switches and DBs wherever required will be numbered and marked with paint and nothing will bepaid on this account.13. All I.C. Boxes and junction boxes should be cleared and cleaned properly and painted form before wiringand fixing the accessories.14. Wherever wooden battens are provided inside the C.I. Box, for fixing accessories, these should be paintedwith single coat of paint/varnish and fixed security by means of machine screws to C.I. Box which willhave the threads for machine screws.


15. The phenolic laminated sheet covered for the switch boards shall be 3mm thick (nominal) and ofHylem/Formica make (both sides finished). The colour and design should be got approved from theEngineer-in-Charge or his authorized representative.16. Some conduit laying work might have been done before the work is awarded. The recovery for such itemsas are utilized by his or his contract will be done on the basis of rates which will be decided in terms ofClause-12 of Agreement.17. While quoting the rates, the contractor should clearly mentioned makes of the switchgears and fittingsincluded in the tender.18. The switch board should be got fabricated from a reputed fabricator after getting sketch drawing indicatingthe details of members approved by the Engineer-in-Charge or his authorized representatives.19. The depth of C.I./M.S. boxes shall be as specified in the schedule of work, wherever it is not specified, theminimum depth should be 100mm.20. If any condition/s is put by the contractor, which is not as per CPWD specifications/terms and conditionsof NIT, his tender is liable to be rejected.21. All termination of electrical cables for sizes higher than G sq.mm. shall have to be done with properthimbles/reducer uncrimping process Copper thimble reducer shall be used for copper cable andaluminium ones for Al. cables.22. Before cable is laid in the ground the route must be got approved from Engineer-in-Charge, the cabletrench shall be as straight as possible.23. Erection and cement concrete foundation for poles/feeder pillars and all under ground items are to be donein the presence of authorized representative of Engineer-in-Charge and in whose presence the cement andaggregate is to be mixed. The collars of the wiring poles shall be plastered with cement and mixture togive smooth finish. All masonry ACC work should be properly cured as per CPWD specifications forbuilding works. All C.C. collars are to be painted with at least 3 coats of paint. Colour of paint to be gotapproved from Engineer-in-Charge of his authorized representative.24. ‘B’ class G.I. pipes and the paint to be used on the work shall be ISI marked only conduit pipes, conduitaccessories and fittings should confirm to relevant ISI specifications.25. Numbering/Marking of poles, fittings, fans etc. shall be got done through a regular painter. The mannerand the colour of enamel paint to be used for this purpose shall be got approved from Engineer-in-Chargeor his authorized representative.26. All screws/nuts bolts should be galvanized/cadmium plated/passivatee only as the case may be.27. Minimum size of M.S. flats for making the clamps for fixing GI pipe, brackets should be 50 mm X 6 mmwherever not specified minimum size of bolts, used shall be 12mm dia (nominal) Minimum size of M.S.flats to be used for making clamps for fixing M.S. Box on the pole shall be 25 mm X 5 mm. Two clampsshall be used for fixing the brackets/M.S. Boxes on each pole until and unless specified in the item.28. Contractor will have to abide by the instructions contained in CPWD Manual Volume-II (upto date)applicable to him.29. Malba shall be removed from the site daily and site kept neat and clean failing which the same is liable tobe got removed by the department at the risk and cost of contractor.


LIST OF APPROVED MAKES1. PVC insulated copper wires ISI marked (FR) : KALINGA / PLAZA / Skyline / Ekta2. Cables – Underground type : Plaza / Grandlay / Kalinga / National / Ekta3. Switch, sockets, plugs etc. i/c Telephone socket : ANCHOR / LEADER (ISI marked)4. Ceiling Rose : MJ / ANCHOR / (ISI Marked)5. MCB/MCB Distribution Board : GE / C&S / STANDARD / M.G.6. MCCB : GE / SIEMENS / L&T / MG7. Cable Glands & Lugs : DOWELLS / ACTION8. Steel Conduit : ISI Marked NIC / BEC Make only9. PVC Conduit : ISI marked and as per Engg.-in-Charge’s selection only.10. Telephone cables and wires : NATIONAL /KALINGA /PLAZA / SKYLINE / GRANDLAY11. Industrial sockets in sheet steel enclosure with MCB : MDS / SIEMENS / CROMPTON12. Change over Switch : L&T / GE / HAVELLS13. M.V. Boards/Distribution Boards : TRIDENT SWITCHGEAR/ASPL, GHAZIABAD/ RISHAVCONTROL / As per CPWD Specifications14. Push Buttons : SIEMENS / BCH15. Indicating Lamps : SIEMENS / EE / BCH16. Fuse & fuse bases : SIEMENS / EE / CROMPTON17. Selector switches & rotary switches : KAYCEE / EE / CROMPTON / CUTLER HAMMER18. Indicating instruments : AE / L&T19. G.I. Pipes : Jindal / Tata / and as per approval of Engineer-in-charge only20. Brass Batten Holder : ISI marked only and as per approval of Engineer-in-charge only21. Sheet for Switch Boards : Hylem / Skylam22. Chokes/Ballast : Phillips / Bajaj / Crompton23. Condenser 2.5 mfd : Anchor / Kinjal / Kapil Ashian / USHA24. Tube Starter : Anchor / Kinjal / Philips25. Starter Holder : Anchor / Kinjal / Philips26. Ball Bearing : SKF / NBC27. Bulk Head Fitting : Bajaj / Phillips / Crompton28. Flood light fittings/Street light fitting : Bajaj / Phillips / Crompton29. Conduit Accessories : RAMA / RASHM / MK / AKG30. Modular Switches, Sockets, Plugs etc. i/c Telephonesocket.: ANCHOR ROMA / MK / CRAB TREE31. CFL/HPSV/MH Lamp : Bajaj / Crompton /Philips32. Voltmeter/Ammeter : AE / L&T33. GM Valves (ISI) : Sant / BS / Leader34. C.I. Valves : Kirloskar / M&M35. PVC Tank : Sintex / Sheetal / Ganga

Hooray! Your file is uploaded and ready to be published.

Saved successfully!

Ooh no, something went wrong!