0% found this document useful (0 votes)
183 views324 pages

Approved Brands for Construction Materials

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)
183 views324 pages

Approved Brands for Construction Materials

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/ 324

LIST OF APPROVED MAKE

CIVIL MAKE LIST

Sr.No. Item Brands

Ambuja, UltraTech, ACC, Sidhee, JKLaxmi, Binani,


1 Cement (OPC) Jaypee , Sanghi,
Tata, SAIL, RINL (VIZAG), National Ectotherm,
TMT FE – 500/500D ASRThermax, Gallant, Friends, Vinayak, Varsana,
2 Utkarsh, Aditya, Grace, God, Vibrant TMT.Mono,
Kamdhenu, Welspun, JSW, Birla, Jindal

As per Mix design for concrete work or zone-II.


3 Sand
For Masonary and plaster work zone – III

Having crushing strength not lessthan 35 Kg/ Sqcm


4 Brick Masonry
of Localy Available/Chimney Bhattha

Aerated Light Weight Concrete Block


5 Aerocon, Cyporox, Magicrete, Ecolight
Masonary (AAC Block Masonary)

Structural Rolled Steel sections-beams,


6 channels, tee, flats, angles, bars(round, Tata, SAIL, RINL, Jindal, Electrotherm, Balbir, Hans,
square, hexagonal) NIR, SSB

Structural Hollow steel sections


7 Tata, Asian, Jindal, Apollo, Electrotherm, Surya, hi
(Square & Rectangular)
tech, nezon, Gayatri, Goodluck
8 Structural tubular sections Tata, Asian, Jindal, Apollo, Electrotherm, Surya, hi
tech, nezon, Gayatri, Goodluck
9 Teak Wood Ghana,,Berma Teak (Indian Teak) C.P.
10 Sal Wood Indian or Imported (First Class)
Infinity,Green, Duro, Century, Swastik, Kit Ply,
Flush Door (decorative / non
11 Anchor, Uniply, Archid ply, Bhutan Board,
decorative)
Hindustan Board/equivalent.

12 Plywood/Block Board/ Soft Board Anchor, Duro, Merino, Century, Kitply

Water proof/Marine grade plywood as


13 Green, Archid, Kitply, Anchor, Uniply, Century
per – IS – 710 (BWP)

14 Commercial Plywood – IS – 303 (BWR) Green, Archid, Kitply, Anchor, Uniply.Century

15 Decorative ply (Veneer) Green, Durian, Century, Archid


16 Natural Veneer Timex, Durian, Century Ply
17 MDF Nuwood, Duratuff (exterior grade only)
Novapan, Anchor, Merino, Bhutan. (Exterior grade
18 Prelam particle board
only)
Formica, Greenlam, Century, Durin, Alfa-ica,
19 Laminate sheet
Decolam, Sundeck, Bloom, Merino, Sunmica
20 Liquor /Melamine /PUpolish MRF, Asian, ICI, Taralac
21 Wooden Adhesives Fevicol, Blue coat, Araldite, Pidilite, Dunlop.

Jindal, Indian Aluminium section, Hindalco (Indal),


22 Aluminium Sections indal, Hindalco, SAE solvay allu extrusion, Rigal,
National, Banco
Super durable powder coated (Akzonobel, Jotun,
23 Interior works
Fuller AG)
24 Façade exteriors PVDF finish (Valspar, PPG, Akzonobel)
25 Non visible surface Chromatizing
Aluminium Window Locks , Handle,
26 Alualpha, Securestyle, Giessee, Roto, Geze,
Friction Stays Savio,Frikstay
Oxidised Aluminium Fitting
27 Dorma, Ebco, Doorline, Classic
28 Aluminium Louvers Technal, Domal, Metalium
29 Anodising Bhoruka alum, Alufit alum, Ajit India, Alufin

Amee Rubber, Gold Seal, Osaka rubber,


30 Gasket of infill panel for Aluminium
Maharashtra Polymer, Maharashtra Tyre & Rubber
Industries.

31 Rough ground for Aluminium works IS 710 ply, 6mm to 8mm thick or Ghana teak.

32 Compact sheet Alfiaca, Sundek, Vir, Bloom, Formica, Merino

33 Cement bonded particle board Shera, NCL (Bison board), Everest (Eternite).

34 Calcium silicate board / Gypsum Board Saint gobain Gyproc, Hilux ,Lafartz, Aerolite.

35 Dead Locks/ Mortise locks/ Kich, Dorma, Dorset, Yale, Godraj, Enerite, Sigma,
Narrow stile dead locks/ Tubular locks Opel, Doorset, Europa
Modi Guard, Saint Gobain, Float Glass India
36 Float Glass / Wired Glass, Mirror
Ltd.HNG.

37 Reflective Glass SaintGobain, PPG, Asahi, Emirates, Pilkington,


Modigaurd, AIS.

Glass ProcessorFor HS/HT, Bulletproof, Impact Safety, Glasstech, GSC, Asahi, FGGlass,
38
DGU, Toughness, lamination etc. Goldplus, Emirates

39 Precast Terrazo Tiles ( Mosaic) Royal ,Alcock, Vyara, Nitco


Asian, Euro, Bell Ceramic, Johnson, Somani, Nitco,
40 Ceramic Tiles
Kajaria, Restiles, Varmora.
Asian, Euro, Bell Ceramic, Johnson, Somani, Nitco,
41 Glazed Tiles
Kajaria, Restiles, Varmora.
Asian, Euro, Bell Ceramic, Johnson, Somani, Nitco,
42 Vitrified Tiles
Kajaria, Restiles, Varmora, Simpolo
43 Glass Mosaic Bisazza, Palladio, Italia
44 Paver Block Vyara, Super Cement, Pavcon or Equvalent make
45 Grass Paver Block Amdavad Enviro, Pavcon
46 Non-Metallic Floor Hardener Ironite, Fosroc, STP, CICO, SIKA
Ultra, Eurocon, Nitco, Modern Tiles Group of
47 Cement Concrete Tiles Designer Tiles
Industries
48 Tile Adhesives & Grouting material BAL, Laticrete, Kerakoll
49 White Cement Birla, J.K.
50 Paint, Primer, Putty Asian, Berger, ICI, Birla (putty), JK (Putty) Nerolac

51 Synthetic Enamel Paints Berger, Asain, Nerolac, Duco


52 Acrylic Distemper Asian, Berger, Nerolac,ICI
53 Cement Paint Snowcem Plus, Berger, Nerolac
54 Plastic Emulsion Paint Asian, Nerolac, Berger/Asian,ICI
55 Low VOC Paint/ Emulsion Paint Asian, Nerolac, Berger,ICI
56 Texture External Plaster Spectrum, Coral, Terre Palette
Oculus Building Products Pvt. Ltd., Permasteelisa
57 Aluminium Façade Screen Wall
(India) Pvt. Ltd., NBK Architectural
Alu Décor, Flexibond, Durabuild, Indobond,
58 ACP (Aluminium Composite Panel)
Alstone, Viva, Eurobond,Timex
Construction Chemicals (Plasticisers,
BASF, Fosroc, Sika India Pvt. Ltd., CICO Tech Ltd.,
59 Bonding agents, , SBR Latex, Micro
MC Bauchemie , Sunanda chemicals, Pidilite
Concrete)

Chemical Water proofing & Chryso, CICO, Fosroc, Kryton, Sika, Dr. FIXIT,
60
Integral water proofing compound Plastocrete plus , F Airmate, Pidilite Ind Ltd

61 Crystalline water proofing Penetron / Kryton


62 Silicon Sealant/ Silicon Paint Wacker, Dowcorning, GE, Soudal, Bostik, Chryso

63 Polysulphide Sealant Pidilite, Chawksey


64 P.U sealant Sika (Exterior grade - UV resistant) / Laticrete
65 PVC Water Stop Arti Cables Baroda, Fixopan, Maruti
66 Door Window Hardware Kich, Dorma, EPPW ,Palladium, Magnum
Dorma, Mab, Hafle, Doorset, Everite, Omega,
67 Floor Spring
Hardwyn
68 Hydraulic Door Closer Dorma, Yale, Hafle, Hardwyn, Trium, Everite,Hyper

Pre-coated Steel Roofing/ Walling Tata Bluescope, Interarch, Nippon Dendro (poly
69
Sheets 550 Mpa steel) Shree Precoated (Meta color)
70 Polypropylene Fibers Nina Concrete, Reliance
71 Fire Door Shaktimat, AGEW, Radiant
72 PVC Door Rajshri, Sintex,Kaka
Axel, Hilti, Fischer, Kundan, Mungo, Corroshield,
73 Anchor Fasteners
Buildex
74 Spandrel Insulation Glass Wool
75 Wool Felt/Weather Strip Anand, Reddiplex Ltd.
76 Stainless Steel Railing/ Fittings D Line, Dorma
Feovert (Krishna Conchem), Roff Rust Clear (Pidilite
77 Rust Remover/Converter
Industries)
78 Non-shrink General Purpose Grout Fosroc, BASF
Anchoring Chemical for Rebar Dowell
79 Hilti, Fischer, Axel
Bar
80 SS clamps for cladding Hilti, Axel
Sona, Sagar, Suryoday, Gandhi, stndard, swastik,
81 MS Rolling Shutter
shudhwar

82 WPC Door shutter, WPC Door Frame Alstone,Ecoste, Archidply, Everwood

83 Hardware Dorma, hafele,geze,assabloy,hettich

Unistone,dalal tiles industries,kfpl / kk / birla white


84 GRC
/ equivant,glo panels pvt. Ltd

85 Fire rated doors Infinity, Iclean, shakti hormann,promat

86 Furniture Godrej,featherlight,wipro,aster,merryfair

Merino, greenlam sturdo classique grandeur,


87 Toilet cubicle
solace (ss series) by spcms, t line, dorma,trespa

88 Maple wooden flooring Connor, robbin, action, aacer, prestige

89 EPDM ROLL ALP / FAIRMONT / SOFLEX / CATY

90 VINYLSports Flooring GERFLOR / MONDO / TARKET

91 Synthetic Sports Flooring Decoturf / Rebound / kenncoat

Sports Equipments., i.e Basket ball


movable post, Bedminton post, COSCO, VERSA, WONVEX, STEED, BRO ACTION or
92 volleyball post, kho-kho post, Table for Equivalent make as directed by client/Consultant
Table tennis etc.

93 Acoustic false ceiling Armstrong-Optra, Off, Sound Easy, Quietude,

PUF Insulated continuous sandwich


94 MAX ROOF, Kingspan, everest
panels

95 fire retardant doors Navair, ozone, Quietude


PLUMBING MAKE LIST

Sr. No. Item Brands


1 Vitreous China Sanitaryware Jaquar, Hindware, Parryware, Cera, Kohler
2 Plastic W. C. Seat Cover Jaquar, Hindware, Parryware, Cera, Kohler, Commander
Stainless Steel sinks Nirali, Jayna, Kingston, Neelkanth, Johnson, Prestige,
3
Parry, Franke, Salem
C. P. Fittings & Accessories Jaquar, Hindware, ESCO, Parco, Cera, MARC, PLUMBER
4

5 Ultra Voilet Water Purifier Alfa Waterpurifiers, Eureka Forbes


Hydropneumatic System and Water DP, Grundfos, IIT Industries, Kirloskar
6
Supply Pumps
RV' & 'R' Mark, Unik, DRP, UNCO, R BRAND, UNIK,
7 G. I. Fittings
ZOLOTO, TATA, BANSAL OR EQUIVALENT.
G. I. Pipe/M. S. Pipes Tata, Jindal, Prakash, Zenith, Surya, Asian, Gujarat Steel
8
Tube, BANSAL OR EQUIVALENT.
9 C. P. V. C. Pipes & Fittings Astral, Supreme, Prince, Ashirvad, Finolex
10 U. P. V. C. Pipes & Fittings Astral, Supreme, Prince, Ashirvad, Finolex
P. V. C. Pipes & Fittings Astral, Supreme, Prince, Ashirvad, Finolex, Garware,
11
Kissan
12 Gun metal valves Zoloto, L & T, Leader, Sant, L & K, Premier, Aatco
CI Sluice Valves, Check valves Kirloskar, IVC, Burn, William Jacks, Indian
13
Valve(IVC), Advance, Leader
14 Ball Cocks GPA, Sant, L & T, L & K.
Astral, Supreme, Prince, Ashirvad Pipes, Duke, Kisan,
15 UPVC Borewell Column pipe
Precision
16 HDPE Pipes Duralinr, Penwalt Agru, Nocil, Jain, Supreme.
Fibre reinforced R.C.C. Manhole
17 Pratibha, CIDCO, HIMALAYA
Cover
Ashok Iron , Raj, Neco, R. I. F., B. C., Neer, GMGR
18 C. I. Manholes Covers and Frames
Approved ISI Marked
19 Submersible Drainage Pumps Kirloskar, Mather & Platt, KSB
Liquid Level Controllers Liquid Level Hema, Minilec, Radar
20
Indicators
21 Borewell Pump DP, KSB, Kirloskar, Mather & Platt
22 Mirror Modi, Asahi, Saint Gobin
23 Drinking Water Cooler Usha. Bluestar, Voltas

24 Chlorine Dosing System Toshcon, Chloromax, Astalm

25 Seat Cover (heavy duty) Cera, Parryware, Somany, Jaquar

26 Butterfly Valve Audco, C & R, Zoloto, AIP


27 Gunmetal Non Return Valve Leader, Audco, Zoloto, AIP, Sant
28 Water Meter Kapstan Bombay, Voltas Kent, Calcutta
29 P.V.C. / H.D.P.E Water Tanks Syntax, Reno, Ashirvad Pipes,Purvee,Kaveri
Astral, Supreme, Prince, Finolex, Ashirvad Pipes,
30 SWR Pipe
Jain, Kisan/KSR.
31 Copper Pipe IBP-Neco, Rajco, Mandev, Hariom, Maxflow
32 Hot Pipe Insulation Armacel, Champion & Charminar
33 RCC Hume Pipe amd Fittings Patel Hume Pipes, Alcock, Indian Hume Pipe
Polyethylene Composite Pressure
34 KITEC or Equal Approved
Pipe
35 Stoneware Pipes & Fittings Mahavir, Taya & Unique
KSB, Kirlosker, Wasp, Crompton, Beacon, Grundfos,
36 Pump Set
Beacon
MUNICIPAL CORPORATION
BHAVNAGAR

VENDOR LIST

Approved vendor list As on 18/11/2023 Page 1 of 12


(A) LIST OF APPROVED VENDORS FOR CIVIL WORKS

Sr.
ITEMS Approved Brands / Quality
No.

1 CEMENT PPC 53 Grade & SULPHATE Ambuja, Hathi, Ultra Tech, Sanghi, Siddhi,Hi-bond
RESISTANT CEMENT,S.R.C.

2 BRICKS MBM, Arjun, PBM, 555, Kisan, ABM, TRD,


Paresh, Dhara, B.R.C., Kiran, BMB, Kirit, Sonal

3 Steel TMT, CRS TISCO, SAIL, VIZAG, Kamdhenu, NATIONAL,


Electrotherm, JSW, Welspun steel, Pollad Steel,
DIAMOUND TMT, M. G. Steel, Friends Steel,
Crown next TMT, Briskon TMT

4 VITRIFIED TILES Asian, Kajaria, Jonson, Varmora, Simpolo, OASIS

5 CERAMIC TILES Asian,Kajaria, Johnson, Varmora, Simpolo, OASIS

6 GLAZED TILES Asian,Kajaria, Johnson, Varmora, Simpolo

7 ACRYLIC PAINT ICI,Asian,Nerolac, Burger

8 OIL BOUND DISTEMPER ICI,Asian,Nerolac, Burger

9 EXTERIOR WEATHER PROOF EMULSION ICI,Asian,Nerolac, Burger


PAINT

10 Oil Paint ICI,Asian,Nerolac, Burger

11 SANITARY WARE Cera, Hindware,Parryware

12 CAST IRON PIPES AND FITTINGS. NECO, Swayarhoo, Bengal, Oriental Castings,
Electro steel Castings

13 P.V.C. PIPES AND FITTING (UPVC/CPVC) Finolex, Supreme, Jain, Kisan, Astral, Dutron,
Prince

14 CHROMIUM PLATED WATER SUPPLY Jaquar, Ess Ess, Plumber ,ESSCO, Crown, Metro,
FITTINGS Prince

15 GALVANIZED PIPE Tata, Essco, Jaquar, Ess Ess, Plumber

16 GALVANIZED FITTINGS 'R' Brand, ‘RV’ Brand, Kranti

17 C.I. MANHOLE COVER Manish, Sil, NECO

18 PLUMBING FIXTURES Jaguar, Plumber,Essco

19 PVC WATER TANK (100% VIRGIN PVC) SIntex, Aqua

20 ALUMINIUM SHEETS AND ACCESSORIES Nalco, Jindal, Hindalco, Banko

Approved vendor list As on 18/11/2023 Page 2 of 12


Sr.
ITEMS Approved Brands / Quality
No.

21 ALUMINIUM EXTRUDED DOOR/ Jindal, Hindalco, Banko, Ajin India, Aldowin,


WINDOW SECTION Alumilite

22 ALUMINIUM HARDWARE Rajdoot, Belu, Diamond, Glider, Ajin India,


Aldowin, Alumilite

23 WATER PROOFING MATERIALS Zycosil, Dr.Fixit,Kerakoll, Pidilite, Roff

24 DOOR CLOSER Efficient Gadget,Everite, Hardwin,Aldowin, Ozone

25 DOOR FITTINGS Godrej, Efficient Gadgets (E.G.) Dunex, Doorset,


Suzu, Coral

26 HINGES Suzu, Yama, E.P.P.W.

27 SCREW AND BOLTS Nettle Folds, GKW, Stud

28 BOLTS & FASTENERS Hilti, Fisher

29 LIFT Top, Express, Omega,OTIS, Schander, TRIO, Aegis


Elevator, Mitsubishi, Aditya, Siemens slider

30 ROOFING MATERIAL – Galvalume sheets TATA, Essar, Jindal

31 Slag Cement SANGHI CEMENT Sanghipuram

32 CPVC PIPES FOR AUTOMATIC ASTRAL POLY TECHNIK LIMITED


SPRINKLER FIRE EXTINGUISHING
SYSTEM પા કગ એ રયા,બેઈ ઝમે ટ એ રયા જે વા િવ તારો િસવાય મા
ક સી ડ પાઈપ ગ માટે આ કંપનીના CPVC pipe નો
ઉપયોગ fire sprinkler piping માટે કરવાની મંજુરી
આપવામાં આવે છે .

33 AAC Blocks NXTBLOC

34 Jointing Mortar NXTFIX Block

35 Ready Mix Plaster NXTPLAST

36 Block joining Masonry Mortar Unifix

37 Tile adhesive Unifix

38 RCC bench Sardar Pre cast

39 Rubber mould garden curbin Sardar Pre cast

40 Rubber mould Paver block Sardar Pre cast

Approved vendor list As on 18/11/2023 Page 3 of 12


Sr.
ITEMS Approved Brands / Quality
No.

41 Fencing Pole Sardar Pre cast

42 RCC Masonry block Sardar Pre cast

43 Pre cast wall Sardar Pre cast

(B) LIST OF APPROVED VENDORS FOR MECHANICAL & ELECTRICAL WORKS

Approved vendor list As on 18/11/2023 Page 4 of 12


Sr.
Description Name of Manufacturer
No.
1 HSCF Pump Crompton Greaves Ltd
Kirloskar Brothers Limited (KBL)
JASCO
Mather & Platt Pumps Ltd.
Jyoti Ltd.
2 Electric Motor Lubi Industries LLP
Bharat Bijlee Ltd.
Jyoti Ltd.
JSL Industries Ltd.
Jeumont Electrical India Pvt. Ltd.
LHP
3 Electrical Panel Crompton Greaves Ltd
Bhagyashree Power Control
Dynamic Control System
Elembica Services
JSL Industries Ltd.
Nutral Power Tech
4 Kinetic Air Valve Kirloskar Brothers Limited (KBL)
FOURESS Engineering (India) Limited.
Durga Valves Pvt.Ltd
Orbinox
ી ના ઇ ડ ીઝ
5 Expansion Bellows Precise Engineers
6 Dewatering (Drain) Pump(Submersible/ KSB Pumps
Horizontal) Kirloskar Brothers Limited (KBL)
JASCO
Crompton Greaves Ltd
La Gajjar Machinery Pvt Ltd.
Pullen Pumps Industries Pvt. Ltd.
MBH
7 Sluice Valves and Sluice Gate Kirlosker Brothers Limited (KBL)
DURGA Valves Pvt.Ltd
L & T Valves
Jupiter
SACHDEVA
8 UPVC Pipe Supreme Industries Ltd.,Mumbai
Dutron Polymers Ltd
Parixit Industries Ltd., A'bad
Jain Irrigation Systems Ltd., Jalgaon
9 HDPE Pipe Parixit Industries Ltd., A'bad
Jain Irrigation Systems Ltd., Jalgaon
Dutron Polymers Ltd
Jindal
Essar Steel
10 C.I. Pipe Electro Steel, Kejriwal, Oriental Castings, BIC,
Jindal, Lanco Industries Ltd.,Chennai, Kesins

13 EOT Crane Grip Engineering Pvt. Ltd., JAPS Project, Brady &
Morris Engineering Co. Ltd.,Techno Industries
14 Cable & Wires KEI Industries Ltd.
Polycab Wires Pvt. Ltd.

Approved vendor list As on 18/11/2023 Page 5 of 12


Sr.
Description Name of Manufacturer
No.
Aerolex Cables Pvt. Ltd.
Allwin Industries
Finolex Cables
L&T Cables
ULTRA CAB (India) Limited
15 Transformer Atlanta Electricals Pvt. Ltd.
Powerlite Electricals
Voltamp Transformers Ltd.
SKP Transformers
Arya Electronics
16 Components for MCC :
Switch L&T, Siemens
HRC Fuse L&T, Siemens
Timer L&T, Siemens
Relay L&T, Siemens
Push Button Stations L&T, Siemens
Indicating Lamp L&T, Siemens
Cable Jointing Kit CCI, M. Seal
MCB/DB’s MDS, Siemens, Indokupp
17 Capacitors L&T, Crompton, Khatau
Note: Capacitors shall be oil fill type
18 KWH Meter Simco, Jaipur, GEC
19 Light Fittings: (Indoor & Outdoor Philips, Crompton, Bajaj, NESSA Illumination
Luminaries)
20 Exhaust Fans Crompton, Bajaj,
21 Ceiling Fans Crompton, Bajaj, Havells
22 Air Blowers Everest Ltd.
Swan Pneumatics (P) Ltd
23 Alum Dosing Pumps Asia LMI
VK Pumps
Swelore
24 Pressure Gauges General Instruments
Bells Control
H. Guru Marketing
25 Level Gauge / Indicator R K Dutt
Levecon
S. B. Electromec
26 Clarifier Equipment Enviro Control Associates
Voltas Ltd
Hindustan Dorr-Oliver
Geomiller/Triveni
27 Chlorination System Industrial Device (I) Pvt. Ltd
Metito
Chloroequip
Pennwalt
28 Gear Box Greaves
Radicon
Elecon
Shanti
29 Level Switches Level-Tech
Revathi Electronics

Approved vendor list As on 18/11/2023 Page 6 of 12


Sr.
Description Name of Manufacturer
No.
Levec
30 Refrigerator LG, Samsung, Kelvinator
31 PVC Pipes for Fluid Finolex, Jain Irrigation
32 PVC Conduits for Electricals Precision, Shakti
33 Butterfly Valve KIRLOSKAR Brothers Limited(KBL), DURGA valves
Pvt Ltd, L & T valves, R&D MULTIPLE, Jupiter, ી
ના ઇ ડ ીઝIVC, IVI, Audco, R & D multiple,
Jupiter, Cair, Orbit Engineers
34 Check Valve (Dual Plate check Valve) KIRLOSKAR Brothers Limited(KBL), DURGA valves
Pvt Ltd, Orbinox, R&D MULTIPLE, Orbit Engineers

35 Metallic Expansion Bellow Beloflex(B.D. Engineers), Stanfab Engineering Pvt.


Ltd., D. Wren Engineering Pvt. Ltd., Sur Industries,
36 Centrifugal / Centrifugal Non Clog Beacon Weir, KSB, Mather & Platt (Wilo),
Pumps Worthington, WPIL, Xylem pumps , Grundfos
Pumps Pvt. Ltd., MBH, JASCO

37 Submersible non Clog Pumps / Kirlosker, KSB, ABS, ITT- Flyght, Xylem pumps,
Submersible Centrifugal Pumps Grundfos Pumps Pvt. Ltd. , MBH, JASCO, AQUA,
Jyoti, PULLEN PUMPS, Alpha, Het Pump

38 Screw Pump Roto,Netzsch,Tushaco,Seepex

39 Metering / Dosing Pumps Swellore, V.K. Pumps,Shapotools

40 Non Return Valves ( Single / multi Kirlosker, IVC,IVI, R& D multiple, Durga, Jupiter,
door) / Dual Plate Check Valves Cair, Orbit Engineers

41 Knife Gate valves Jash,Fouess, Vass (Dezurick),Vag,Orbinox, Orbit


Engineers

42 Sluice gates / open Chanel Gates Jash Engineering, IVC, R & D Multiple, Jupiter

43 Mechanical Fine Screens – Step (Mat) Jash, Huber, Johnson, Savi, Italy, Apollo Screens
Type / Drum Type

44 Mechanical Course bar Screen Jash, Huber, Johnson, HDO, Triveni, Savi, Italy

45 Manual Bar Screen Jash, Japs, HDO, Triveni, Auric

46 Grit mechanism EIMCO – KCP, Hindustan Dorr – Oliver, Jash-


Shivpad, Triveni, Voltas

47 Diffused Aeration System EDI,OTT, Rehau

48 Air Blower Kay, Swam, Everest, Usha Compressors, Gardner


Denver

49 Agitator / mixer Remi, Schurtek, Fibre & Fibre, Milton Roy


50 Gear Boxes Greaves,Elecon, CPEC, PEPL, Bonfiglioli
51 Centrifuge Humboldt, Alpha Laval, Hiller
52 HDPE Pipes Astral,Dutron,Duraline, Narmada, RIL (PIL),
Penwalt,Anjney,jain irrigation,Sangir

Approved vendor list As on 18/11/2023 Page 7 of 12


Sr.
Description Name of Manufacturer
No.
53 Air Compressor Ingersoll – Rand,khosla,Kirlosker, CPE, Alpha
54 Bearing For All Equipments SKF, FAG, Tata
55 Fasteners Precision,Durakhanawala,Echjay, Tata, Sundaram
56 Mechanical Seals Eagle Seals (Sealol),Durametallic, Burgman
57 Electric Actuator Auma ,Rotork, Emerson, Pentair
58 (1) CATEGORY III NESSA ILLUMINATION TECHNOLOGIES PVT.LTD.,
Indoor LED fittings, LED Panel light, LED Litsun, Nextray
down light, outdoor LED ligh (street
light, LED flood light, LED Post top
lantern, LED bollard )
(2) Solar LED Light
59 STREET LIGHT POLES AMBICA POLES (for
octogonalpoles,swagepoles,streetloght poles, high
mast poles,decorative poles, conical poles,
JETCOTECH Engineering LLP
60 Resilient Seated Slice Valve Cair
61 Air Vale Cair, Orbit Engineers
62 Flow Control valve Cair
63 Altitude Control valve Cair, Orbit Engineers
64 Pressure reducing valve Orbit Engineers
65 Pressure relief valve Orbit Engineers
66 Ball valve Orbit Engineers
67 Mast pole JETCOTECH Engineering LLP
68 Earthing material JETCOTECH Engineering LLP
69 Hot dip galvanizing JETCOTECH Engineering LLP
70 LED Highbay Litsun

(C) LIST OF APPROVED VENDOR FOR INSTRUMENTATION SYSTEM

Approved vendor list As on 18/11/2023 Page 8 of 12


SR DESCRIPTION Name Of Manufacturer
NO

1 Electromagnetic Flow Meter E+H, Siemens, Abb, Fuji,Yokogawa, Krohne-


Marshall, AAROHI Embedded System Pvt Ltd.,
Emerson, SBEM

2 Pressure Gauges Wika, H.Guru, General Instruments Consortium


Manometer (India) P. Ltd. ,Baumer,Waaree

3 Pressure Switch Danfoss ,Indfoss , Switzer

4 Process Analyzers (pH, DO, Free / E+H , Emerson , Hach , Chemitech ,


Residual Chlorine , BOD / COD) Polymetron,Wtw (Forbes Marshall),Yokogawa

5 Ultrasonic transmitter level / diff. E+H, Siemens –Milltronics,Krohne, Vega


level / flow

6 Hydraulic level transmitter E+H,Siemens, ABB, Forbes- Marshall, Emerson,


SBEM

7 Displacer/Float Switches Levcon,Nivo, Toshbro, Pune Techtrol , SBEM

8 PP Float / Buoyancy switch Pepprl + Fuchs,Baumer,Waaree, E+H , Pune


Techtrol , SBEM

9 Float & Board Type Level Gauge Levcon, Nivo,Toshbro, Pune Techtrol, SBEM

10 Electromagnetic Flow Meter E+H, Siemens, ABB, Fuji, Yokogawa, Krohne-


Marshall

11 Field Transmitter (P, DP,F, L , T) ABB,Fuji, Yokogawa, Honeywell, Emerson

12 Pressure Gauges Wika,H.Guru, General Instruments Consortium


Manometer (India) P. Ltd.,Baumer,Waaree

13 Panel Mounted Process Indicator & Masibus,Nishko, Nivam,Selectron, Radix,


Flow Integrator Yokogawa, ABB

14 Pressure Switch Danfoss,Indfoss, Switzer

15 Programmable Logic Controllers Rockwell (Allen Bradeley), Siemens, Schneider,


Fuji, ABB, GE Fanuc

16 Control Panel Enclosure Rittal,Enklotek, Bartakke, BCH, Eldon

17 Alarm Annunciator Aplab Ltd., Minilec , IIC

18 Solenoid valves Asco, Rotex, Schrader

19 Tube Fitting Excel Hydropneumatic,Multimetal, Placka

20 Instrument Valves , Manifolds Aptek, Anmol (Superlok), Excel Hydropneumatic,


General

Approved vendor list As on 18/11/2023 Page 9 of 12


21 Fitting Instrument Consortium
,Multimetal,Technomatic, Placka

22 Pneum , Brass Fitting Swagelok,Multimetal Industries, SMC, Festo

23 Control Panel Accessories /


Components

a. Miniature Relay Wago, Omron,Phoenix, Rockwell

b. Indication Pilot Lamps (LED Type) Teknic,Schneider, Siemens

c. Push Button / Selector Switch (with Teknic, Schneider, Siemens


NO/NC Elements)

d. DC Power Supplies (DIN Rail mounted) Phoenix, Omron, Schneider, Rockwell

e. Terminals Elmex, Phoenix,Wago,Connectwell

f. Panel Wires Finolex ,Havell’s , R R Kabel

g. Panel Illumination Philips , Crompton , GE

24 Instrument Cables (Power , Signal , Associated Cables, Associated Flexible and


Control) Wires P.Ltd., Brooks Cables,Thermo Cables,
Udey Pyro

25 Cable Glands Ex- protecta, Braco, Sudhir,


Comet,Connectwell

26 Junction Box Ex- protecta, CEAG, Sudhir, Baliga, FCG

27 Cable Tray M.M.Engineering, Globe, Jacinth, Equi.


Reputed, JETCOTECH Engineering LLP

28 Computer System HP-Compaq, Dell, IBM, Sony, Samsung

29 UPS Hirel-Hitachi, Emerson, APC

30 1. PLC (Programmable Logic MITSUBISHI ELECTRIC INDIA PRIVATE LIMITED,


Controller ) Emerald House, EL-3, J Block, M.I.D.C.,
2. SCADA (Supervisory Control and Bhosari, Pune 411026
Data acquisition )
3. VFD (Variable Frequency Drive
Up to 500 KW )
4. ACB ( Air Circuit Breaker up to
6000A)
5. MCCB ( Moulded Case
Circuit Breaker up to – 1600

Approved vendor list As on 18/11/2023 Page 10 of 12


A)
6. MCB (Miniature Circuit
Breaker up to – 63 A)
7. ELCB (Earth Leakage Moulded
Case Circuit Breaker up to 1600
A)
8. Contractor up to – 800 A &
OLR (Over load Relay) up to 630
A
9. Multi Functional Meters
10. MPCB (Motor Protection Circuit
Breaker up to 32 A )

(D) LISTOFAPPROVEDVENDORSFOR MATERIALS RELATED TO WATER

SUPPLYAND SEWERAGE NETWORK

Approved vendor list As on 18/11/2023 Page 11 of 12


SR. ITEMS NAME OF AGENCIES
NO.
1 A C Pressure pipe MAZZA Lotus, Kirti
process
2 A C Pressure pipe MEGHNANI Lotus, Kirti, Hindustan
process
3 Sluice Valve Durga, kartar, Kirloskar, Jupiter, SACHDEVA ( C.I.

& D.I.), ી ના ઇ ડ ીઝ, Cair, Orbit Engineers


4 DI Pipe Electrotherm (I) Ltd.,Ahmedabad, Lanco Industries
Ltd.,Chennai, Electrsteel, Jindal Saw
Ltd.,Ahmedabad, Kesins, Welspun
5 R.C.C. PIPE ( COLLAR JOINT & SOCKET VIPUL SPUN PIPES (SIHOR & LATHIDAD,BOTAD),
SPIGOT JOINT) CLASS NP3 & NP4, KATARIYA & CO. (DHASSA), OMKARESHVAR PIPES (
NAVAGAAM), OMKAR PIPES ( LATHIDAD, BOTAD),
& R.C.C. COLLARS
MARUTI PIPES ( BAGODARA
,AHMEDABAD), KALATHIYA PIPES(BAGODARA
,AHMEDABAD), R. S. PIPES (BODELI), UMA HUME
PIPES (KALOL, GANDHINAGAR), SIDHDHIVINAYAK (
KARDEJ ,BHAVNAGAR)
6 R.C.C. MACHINEOLE FRAME& COVER, SONI CEMENT PRODUCT , VIPUL SPUN PIPES,
INLET FRAME COVER KATARIYA & CO., OMKARESHVAR PIPES, OMKAR
10T.(600*450 MM.) , 20T.,35T., & 50T. PIPES, MARUTI PIPES, KALATHIYA PIPES , R. S.
PIPES, UMA HUME PIPES, SIDHDHIVINAYAK , S.K.
Corporation, Laxmi Price Industries, S.J.Corporation,
Sardar pre cast
7 Stone ware PipeManufacturer having Krishna Pipe, j.K. Pipe, Taya ceramic, Burn & co.,
BIS Certificate for ISI marking perfect Potteries, Navroji Vakil, Kashmira
8 D.I. & C.I. FITTINGS RG BRAND, ESSEM Engineering Industries,
Bikaners Engineers works
9 CID Joints ESSEM Engineering Industries
10 Valves & Graded Castings ESSEM Engineering Industries
11 Pipe Fittings ESSEM Engineering Industries, Bikaners
Engineers works
12 CI/DI/MS graded castings Bikaners Engineers works
13 Scaper machine hole Sardar Pre cast

Approved vendor list As on 18/11/2023 Page 12 of 12


LIST OF APPROVED MAKES:
Sr # Item Approved Make
SWR PVC PIPE & FITTINGS 6 KG CM²; FITTINGS :
ASTRAL / SUPREME/PRINCE
1 6 KG CM²
ECO. DRAIN PIPE & FITTINGS SUPREME/ ASTRAL

2 GULLY TRAP GIRCO / TIRUMALA / SONIA/ SUPREME/ ASTRAL


STONE WARE PIPES FOR INTERNAL UNDER
3 GIRCO / TIRUMALA / SONIA
GROUND DRAIN PIPE
RCC HUME PIPES EXTERNAL MAIN UNDER
4 GROUND PIPE INDIAN HUME PIPE / PRANALI

5 C.I. PIPE & FITTINGS NICO OR EQ.


6 PPR PIPES & PPR FITTINGS SUREME/PRINCE/
7 M.S/G.I. PIPES FOR WATER SUPPLY TATA / JINDAL/ SWASTIK
ASTM/CPVC PIPE & FITTINGS FOR WATER
8 SUPPLY ASTRAL / SUPREME/ASHIRWAD /

COMPOSITE PLUMBING PIPE & COMPOSITE


9 FITTINGS KITEC OR EQ.

10 G.I. PIPES FITTINGS WATER SUPPLY DRP-M / R-BRAND / ZOLOTO


11 GI TO GI JOINTS CHAMPION / EQUIVALENT
12 SOLVENT CEMENT SUPREME / KISSAN / FINOLEX
13 BALL VALVES LEADER / ZOLOTO / AUDCO
14 WHEEL VALVES LEADER / ZOLOTO/AUDCO
15 DCV / NRV ZOLOTO/SPIREX/AUDCO
16 TAR SHALIBIND / TIKIBOND-BS
17 SELF PRIMING SEWAGE PUMPS HBD / GRUNDFOS
18 VALVES AUDCO/ZOLOTO / R.B. / KBL / KSB
19 PUMPS KIRLOSKAR / GRUNDFOSS/XYLEM
20 STARTER SIEMENS / L&T
21 PRESSURE GAUGE BELLS / H GURU
22 BOTTLE TRAP & WASTE COUPLING JAQUAR / CERA/KOHLER
23 DEWATERING PUMPS GROUNDFOSS/KIRLOSKAR/ KSB
24 HYDROPNEUMATIC SYSTEM GRUNDFOSS OR EQUIVALENT
25 SANITARY FIXTURES HINDWARE / CERA /PARRYWARE
INDEF / ELECTROMECH / SAFEX / WH-BRADY /
26 EOT CRANE WITH HOIST EQUIVALENT
27 METALLIC BELLOWS BELLOW FLEX / PRICISION / DHRUV / B.D. ENGR.
28 R.O.PLANT ION EXCHANGE /POWER H20 / THERMAX
29 SOFTENER PLANT ION EXCHANGE /POWER H20 / THERMAX
30 SOLAR SYSTEM SOAHEART/MAMTA ENG/URMI/ATA-BP
31 ELECTRIC GEYSER A-O SMITH/ RACOLD/SPHERHOT

N
Sr # Item Approved Make
32 HOT WATER GENERATOR THERMAX/A.O.SMITH / KEPL OR EQUIVALNET
33 SEWAGE TREATMENT PLANT THERMAX / ION EXCAHNGE / EQUIVALNET

NOTE : (1) Equivalent makes shall be approved by Chief Engineer PIU before procurement.
(2) Make & Model No. of Sanitary & Bath Fixtures will be finalized by the Chief Engineer PIU.

.
RECOMMENDED BRAND/ MANUFACTURERS OF INTERIOR ITEMS
SR.NO. MATERIAL APPROVED MAKE/ MANUFACTURER
1 Rubber mate carpet TOLI,VITOFLOOR,UNITEX,MILLIKEN
2 Artifical lawn carpet seasonal dekor
3 Commercial plywood greenply ecotech,mr saras,srg,century
4 Laminate sheet Formica , Greenlam,Century,Merinolam,
5 Acrylic sheets Ptglass,astari
6 Paints ICI DULUX ,ICA,Nerolac,Asian,Berger,
7 Polish ICA,ASIAN
8 Hardwares enox, ebco, hettich, Dorma, Ozone or equivalen
9 Adhesive Fevicol MARINE, araldite or equivalen
10 MDF/HDF sheets green, action tesla,merino
11 Fevicol bluecoat marine grade, fevicol marine grade
12 Carpet with installation Toli Yutaka,edge carpet tiles, forbo
13 Vinyle based Wall paper signature,dc
14 Vinyle worK 3M
15 Modular Switches & Accessories MK, Legrand, Anchor, GM
16 Wood- external Teakwood as Approved of 1st quality without knots and joints
17 Wood- internal Teakwood as Approved of 1st quality without knots and joints
BHAVNAGAR MUNICIPAL CORPORATION
NAME OF WORK :-BALWATIKA DVELOPMENT WORK (FACILITATING WITH SMART CONCEPT)-(Approx.87Nos.).PROJE
UNDER SJMMSVY-2023-24. AT VARIOUS LOCATION,BHAVNAGAR.
Cement Consumption Sheet
Qty of Cement
Item No. Item Description Total Qty Unit
in KG per unit
Providing 15mm thick cement plaster in single
coat on Rough (Similar)side of single or half brick
walls for interior plastering upto floor two level
1 261.00 Sq.Mt. 6.27
and finished even and smooth in (ii) Cement
mortar 1:4 (1-cement :4-sand) At Ground floor

Total wt. in KG
Total wt. in MT
Say (MT)
MART CONCEPT)-(Approx.87Nos.).PROJECT

Total (KG)

1636.47

1636.47
1.64
2.00
[EQ. TO SOR 2012-2013 CAT-III]

TECHNICAL SPECIFICATIONS
FOR
INSTALLATION OF INTERNAL WIRING

Electrical Work Internal Wiring 2


TECHNICAL SPECIFICATIONS FOR INSTALLATION OF INTERNAL WIRING

1.0 SCOPE OF WORK

1.1 This section covers, definition of point wiring, system of wiring and, installation,
connection, testing and commissioning of point wiring for light points, ceiling fan
points, exhaust fan points, convenience socket outlet points, power socket outlet
points, bell outlet points etc. including fixing of light fixtures, ceiling fan, exhaust fan,
wall fan, bell etc.

2.0 CODES & STANDARDS


The following standards and rules shall be applicable :
2.1
IS : 732 Code of practice for electrical wiring installation
(System voltage not exceeding 650 V)

IS : 1646 Code of practice for fire safety of buildings


(General) Electrical installation.

IS : 9537 ( Part - 2 ) Rigid steel conduits for electrical wiring.

IS : 2667 Fittings for rigid steel conduits for electrical wiring.

IS : 3480 Flexible steel conduits for Electrical wiring.

IS : 3837 Accessories for rigid steel conduit for electrical


wiring.

IS : 694 PVC insulated cables.

IS : 9537 ( Part - 3 ) Rigid non-metallic conduits for electrical wiring.

IS : 6946 Flexible (Pliable) non-metallic conduits for


electrical installation.

IS : 1293 3 pin plugs and sockets.

IS : 8130 Specifications of conduits for electrical installation.

IS : 3854 Switches for domestic purpose.

IS : 3419 Fittings for rigid non-metallic conduits.

IS : 4648 Guide for electrical layout in residential buildings


Indian electricity act and rules

All standard and codes mean the latest.

3.0 MATERIALS REQUIRED

3.1 REFER SUPPLY SPECS

4.0 INSTALLATION OF THE SYSTEM

Electrical Work Internal Wiring 3


4.1 CONCEALED INSTALLATION WITH RIGID PVC CONDUIT

4.1.1 All the rigid PVC conduit used for concealed installation shall be as per IS ; 9537 and
its accessories shall be as per IS: 3419 (Small Wire Ropes).

4.1.2 Whenever necessary bends or diversion may be achieved by bending the conduits with
the help of bending spring. No other method of bending is allowed

4.1.3 Conduit pipes shall be joined with the help of plain coupler fixed at the end with the
help of vinyl solvent cement. No other method of joining is permissible

4.1.4 All other methods, no wires through conduit, bunching, etc. Shall be as specified in the
concealed installation

4.1.5 Prior to fixing the conduits, the complete route shall be marked on site for the
approval of consultant

4.2 CONCEALED WIRING SYSTEM WITH RIGID PVC CONDUIT

4.2.1 The rigid PVC conduits shall be used for concealed wiring system. The conduits shall
be concealed in the concrete slab, floor, walls, beams, columns etc

4.2.2 FIXING OF CONDUIT

1. Conduits embedded in concrete shall be installed in the frame work before


pouring concrete. The conduits shall be installed above the bottom reinforcing
bars, and shall provide positive wire fastening of the conduit to the reinforcing
rods at an interval of not more than one meter, but on either side of couplers or
bends or putlet/pull/junction boxes or similar fittings, proper hold fast shall be
fixed at a distance of 30 cm from the center of such fittings. Conduits embedded
in the wall shall be fixed inside the chase . The chase in the wall shall be neatly
made and be fixed in the manner desired. In the case of building under
construction, chase shall be provided in the wall at the time of their construction
and shall be filled up neatly with cement mortar 1:4 after erection of conduit and
brought to the original finish of the wall. Cutting of horizontal chases in walls is
prohibited. The conduits shall be fixed inside the chase by means of staples or by
means of saddles not more than 60 cm apart.
2. Conduits shall be so arranged as to facilitate easy drawing of wires through them.
Entire conduit layout shall be done in such a way as to avoid additional junction
boxes other than light points. The wiring shall be done in a looping manner. All
the looping shall be done in either switch boxes or outlet boxes. Looping in
junction or pull boxes are strictly not allowed. Where conduits cross building
expansion joints, adequate expansion fittings or other approved devices shall be
used to take care of any relative movement
3. All conduits shall be installed so as to avoid steam and hot water pipes
4. Conduits shall be installed in such a way that the junction, derivation and pull
boxes shall always be accessible for repairs and maintenance work. The location
of junction/pull boxes shall be marked on the shop drawings and approved by the
client
5. A separation of 200 mm shall be maintained between electrical conduits and hot
water lines in the building
6. No run of conduit shall exceed ten mtr. between adjacent draw in points nor shall
it contain more than two right angle bends, or other derivation from the straight

Electrical Work Internal Wiring 4


line
7. Caution shall be exercised in using the PVC conduits in location where ambient
temperature is 50 degree cel. or above. Use of PVC conduits in places where
ambient temperature is mote than 60 deg. cel. Is prohibited. The entire conduit
system including boxes shall be thoroughly cleaned after completion of
installations and before drawing of wires. Conduit system shall be erect and
straight as far as possible. Traps where water may accumulate from condensation
are to be avoided and if unavoidable, suitable provision for draining the water
shall be made
8. All jointing method shall be subject to the approval of the client
9. Separate conduits shall be provided for the following system.

 15 A power outlets.
 5 A outlets and lighting system.
 Low voltage system.

 Telephone/intercom system.

 C.C.T.V. system
 Sound system

 Computer data cabling system


 Equipment wiring

4.3 CONDUIT JOINT

4.3.1 1. Conduits shall be joined by means of plain couplers vinyl and/or solvent cement.
Where there are long runs of straight conduit, inspection type couplers shall be
provided at intervals , as approved by the client
2. The conduits shall be thoroughly cleaned before making the joints
3. In case of plain coupler joints, proper jointing material like a vinyl solvent cement
(gray in color) or any material as recommended by the manufacturer shall be
used.

4.4 BENDS IN CONDUIT

4.4.1 Wherever necessary, bends or diversions may be achieved by bending the conduits or
by employing normal bends. No bends shall have radius less than 2.5 times outside
dia. of the conduit

4.4.2 Heat may be used to soften the PVC conduit for bending, but while applying heat to
conduit, the conduit shall be filled with sand to avoid any damage to the conduit

4.3 OUTLETS

4.3.1 All the outlets for fittings, switches etc. shall be boxes of substantial construction

4.3.2 In order to minimize condensation or sweating inside the conduits, all outlets of
conduit system shall be properly drained and ventilated, but in such a manner as to
prevent the entry of insects , etc.

Electrical Work Internal Wiring 5


4.3.3 Fixing between conduit and boxes, outlet boxes, switch boxes and the like must be
provided with entry spouts and smooth PVC bushes.

4.3.4 Joints between conduit and any type of boxes shall be affected by means of conduit
couplers in to each of which shall be coupled smooth PVC bush from inside the box. In
any case all the joints shall be fully water tight.

4.4 BUNCHING OF CABLES

4.4.1 Cables of AC supply of different phase shall be bunched in separate conduits

4.4.2 The number of insulated wires/ cables that may be drawn into the conduits shall be as
per the following table. In this table, the space factor does not exceed 40%. However,
in any case conduits having lesser than 19 mm dia. shall not be used.
MAXIMUM PERMISSIBLE NUMBER OF 650 VOLT GRADE SINGLE
CORE CABLES THAT MAY BE DRAWN IN TO RIGID PVC CONDUITS.

CABLE SIZE IN S I Z E O F C O N D U I T S (MM)


MM SQ.
MAXIMUM NO. OF CABLES
25 32 38/40 51/50
1.5 8 15 --- ---
2.5 6 10 --- ---
4.0 4 8 12 ---

4.5 WIRING WITH RIGID STEEL CONDUIT

4.5.1 All conduits and it’s accessories shall be of threaded type and under no circumstances
pin grip type or clamp type accessories be used

4.6 FIXING OF CONDUIT

4.6.1 Conduit pipes shall be fixed by heavy gauge spacer bar saddles. The saddles shall be
of 3 mm x 19 mm galvanized mild steel flat, properly treated and securely fixed to
support by means of nuts and bolts raw bolts, brass machine screws, as mentioned, at
an internal of not more than one meter but on either side of couplers, or bends, or
junction/pull/outlet boxes or similar fittings, saddles shall be fixed at a distance of 30
cm from the centre of such fittings.

4.6.2 Draw boxes shall be located at convenient location for easy drawing of wires

4.6.3 Every mains and sub mains shall run in independent conduits with an independent
earth wire of specified capacity along the entire length of conduit

4.6.4 The conduits to be installed shall be of ample cross section area to facilitate the
drawing of wires. The diameter of the conduit shall be selected as per table specified
in these specifications. But in no case it shall be less than 25 mm diameter

4.6.5 Entire conduit layout shall be done such as to avoid additional junctions boxes other
than for outlet points. Conduits shall be free from sharp edge and burrs. Conduits
shall be laid in a neat and organized manner as directed and approved by the client.
Conduit runs shall be planned so as not to conflict with any other services pipe,

Electrical Work Internal Wiring 6


lines/duct

4.6.6 The entire conduit system shall be electrically and mechanically continuous and shall
be bonded, together by means of approved type earthing clamp and earthed through
a bare copper conductor of 14 SWG to the earthing terminals on the nearest
distribution board

4.6.7 If required, connection between PVC and steel conduits shall be through a junction
box. Direct connection between PVC and steel conduits are not allowed

4.6.8 Where exposed conduits are suspended from the structure, they shall be clamped
firmly and rigidly to hangers of design to be approved by client. Where hangers are to
be anchored to reinforced concrete, appropriate inserts and necessary devices for their
fixing shall be left in position at the time of concreting, making holes and opening in
the concrete will generally not be allowed. In case, it is unavoidable, prior permission
of the client shall be obtained

4.7 CONDUIT JOINTS

4.7.1 Conduit pipes shall be joined by means of screwed couplers and screwed accessories,
as per IS: 2667

4.7.2 The threads shall be free from grease or oil

4.7.3 In long distanced straight runs of conduit, inspection type couplers two way junction
boxes at reasonable intervals shall be provided or running threads with couplers and
lock nuts shall be provided. The bare threaded portion shall be treated with anti-
corrosive paints. Threads on conduit pipes in all cases shall be between 11mm to
27mm long, sufficient to accommodate pipes to full threaded portion of couplers or
accessories. Cut ends of conduit pipes shall have no sharp edges nor any burrs left, to
avoid damage to the insulation of conductors while pulling them through such pipes

4.7.4 Brass female bushes shall be used in each conduit termination in a switch box, outlet
box, electrical panel or any other box

4.7.5 Conduit shall be secured in each outlet box switch box, electrical panel or any other ox
by means of one brass hexagonal lock nut and bush, outside and inside the box

4.7.6 At each building, expansion joints approved oil tight double wire wound flexible steel
conduit or any other approved method shall be used. This shall be united on both
sides with the rigid conduits by suitable union

4.7.7 Conduits installed in the plant room for mechanical equipment shall be properly
clamped with the mechanical supports, but in no case, it shall be fixed with the body
of the equipment

4.7.8 The connection of conduit to the mechanical equipment shall be through oil tight
double wire wound flexible steel conduit. In any case the length of the flexible conduit
shall not exceed one meter. The flexible conduit shall be properly clamped with the
body of the equipment. They shall not in any case be clamped with any cover or any
removable parts of the equipment

4.8 BENDS IN CONDUIT

4.8.1 All necessary bends in the system including diversion shall be done by bending pipes
or by inserting suitable solid or circular inspection type normal box or similar fittings.

Electrical Work Internal Wiring 7


Conduit fittings shall be avoided as far as possible on conduit system exposed to
weather, where necessary, solid type fittings shall be used. Radius of such bends in
conduit pipes shall be not less than 75 mm. No length of conduit shall have more
than the equivalent of four quarter bends from outlet, the bends at the outlets not
being counted

4.9 PROTECTION AGAINST DAMPNESS

4.9.1 In order to minimize condensation or sweating inside the conduit, all outlets of conduit
system shall be properly drained and ventilated, but in such a manner as to prevent
the entry of insects, as far as possible

4.10 PROTECTION OF CONDUIT AGAINST RUST

4.10.1 The outer surface of the conduits including bends, junction boxes, etc., forming part of
the conduit system shall be adequately protected against rust, particularly when such
system is exposed to weather. In all cases, no bare/threaded portion of conduit pipe
shall be allowed unless such bare threaded portion is treated with anti-corrosive
coating or covered with approved plastic compound

4.11 BUNCHING OF CABLES

4.11.1 Unless otherwise specified, insulated conductors of different phases shall be bunched
in separate conduit.
Wires carrying current shall be so bunched in the conduit that the out going and return
wires are drawn into the same conduit. Wires originating from two different phases
shall not be run in the same conduit

4.11.2 The number of insulated wires/cables that be drawn into the conduits shall be as per
the following table.

MAXIMUM PERMISSIBLE NUMBER OF 650/1100 VOLTS GRADE SINGLE CORE CABLE


THAT CAN BE DRAWN INTO RIGID STEEL CONDUITS.

CABLE SIZE IN S I Z E O F C O N D U I T S (MM)


MM SQ.
MAXIMUM NO. OF CABLES
25 32 38 51
1.5 10 14 --- ---
2.5 8 12 --- ---
4.0 6 10 --- ---

4.12 SWITCH AND SOCKET

4.12.1 Switches shall be installed at 900 mm above finished floor level unless otherwise
indicated on the drawings

4.12.2 The switch controlling the light point or fan shall be connected on to the phase wire of
the circuit and neutral shall be continuous, having no fuse or switch installed in the
line except at the D.B. All fan regulators shall be fixed inside the switch boxes on
adjustable flat M.S. strips/plates with tapped holes and brass machine screws, leaving

Electrical Work Internal Wiring 8


ample space at the back and side for accommodating wires

4.12.3 The cover plates to the switch box shall be fixed by means of sunk head brass
cadmium screws

4.12.4 Where two or more switches and fan regulators are installed together, they shall be
provided with one gang cover plate with knockouts to accommodate required number
of switches, sockets and regulators

4.12.5 The switch controlling the socket outlet shall be on the phase wire of the circuit. The
third pin of the socket shall be connected to the earth continuity conductor of the
circuit

4.12.6 The switch boxes, installed back-to-back in the same wall shall be offset from each
other, 150 mm horizontally, to preclude noise transmission

4.13 DRAWING OF CONDUCTORS

4.13.1 The drawing and joining of copper conductor or wires shall be executed with due
regard to the following precautions. While drawing insulated wires into the conduits,
care shall be taken to avoid scratches and kinks which may cause breakage of
conductors. There shall be no sharp bends

4.13.2 Insulation shall be shaved off for a length of 15 mm at the end of wire like sharpening
of a pencil and it shall not be removed by cutting it square or ringing

4.13.3 FRLS insulated copper conductor wire ends before connection shall be properly
soldered (at least 15 mm length) with soldering flux/copper solder, for copper
conductor. Strands of wires shall not be cut for connecting to the terminals. All strands
of wires shall be soldered at the terminals. All strands of wires shall be soldered at the
end before connection. The connecting brass-screws shall have flat ends. All looped
joints shall be soldered and connected through terminals block/connectors. The
pressure applied to tighten terminal screws shall be just adequate, neither too much
nor too less. Conductors having nominal cross section exceeding 4 sq. mm shall
always be provided with crimping type cable sockets. At all bolted terminals, brass flat
washer of large area and approved steel spring washers shall be used. Brass nuts and
bolts shall be used for all connections

4.13.4 Only certified wire men and cable jointers shall be employed to do joining work

4.13.5 For all internal wiring FRLS insulated wires of 650/1100 volts grade shall be used. The
sub-circuit wiring for point shall be carried out in looping system and no joint shall be
allowed in the length of the conductors. No wire shall be drawn in to any conduit, until
all work of any nature that may cause injury to wire is completed. Care shall be taken
in pulling the wires so that no damage occurs to the insulation of the wire. Before the
wires are drawn into the conduits the conduits shall be thoroughly cleaned of
moisture, dust, and dirt or any other obstruction by forcing compressed air through the
conduits

4.14 JOINTS

4.14.1 The wiring shall be by looping back system, and hence all joints shall be made at
main switches, distribution boards, socket outlets, lighting outlets and switch boxes
only. No joints shall be made inside conduits and junction boxes.

4.14.2 Contractors shall be continuous from outlet to outlet. For joints where unavoidable,

Electrical Work Internal Wiring 9


due to any specified reasons, prior permission in writing shall be obtained from the
client before making such connections. Joints by twisting conductors are prohibited.

4.15 LOAD BALANCING

4.15.1 Balancing of circuit in three phase installation shall be planned before the
commencement of wiring and shall be strictly adhered to

4.16 EARTHING

4.16.1 All earthing systems shall be in accordance with IS: 3043 - 1985 code of practice for
earthing

Electrical Work Internal Wiring 1


0
[EQ. TO SOR 2012-2013 CAT-III]

5.TECHNICAL
SPECIFICATIONS FOR
LT XLPE CALBE

Electrical Works LT XLPE Cable 2


TECHNICAL SPECIFICATIONS FOR LT XLPE CABLE

1.0 SCOPE OF WORK


This section shall cover supply, laying, testing and commissioning of medium voltage
1.1
XLPE cables.

This specification gives the general requirement of cables. However, it is the


1.2
responsibility of the vendor to take the joint measurement and obtain client’s approval
before the placement of orders to the main supplier / manufacturer.
2.0 CODES & STANDARDS

2.1 The following standards and rules shall be applicable :


Sr. Item Relevant IS Relevant IEC
No
1 XLPE insulated electric cables (heavy duty). IS : 7098 Part I
2 Recommended current ratings for cables. IS : 3961
3 Aluminium conductors for insulated cables IS : 8130 Indian Electricity
Act and Rules.
3.0 DESIGN BASIS & SITE CONDITIONS
All equipment and materials will be selected and rated for use at the following site
3.1
conditions.
Site conditions
Location : Gujarat Site altitude 81M above mean sea level
Ambient temperature Relative humidity
0
Maximum 45 C Maximum 85 %
0
Minimum 13 C Minimum 25 %
0 0
Design 50 C Design 90 % at 50 C
Seismic factor Zone III as per
Rainfall 618mm/year
IS:1893
Environmental Tropical conditions Location of Equipment Indoor
Electrical system data :
Power supply for Equipment
Voltage 415 V ± 5 % Frequency 50 Hz ± 3 %
Permissible combined voltage & ± 6 System design faults 15 kA for 1 sec.
frequency variation level (Symmetrical) max.
System earthing LV side neutral solidly Wiring 3 phase, 4 wire on 415V system
earthed
Electrical Works LT XLPE Cable 3
ply
Power supply 240V AC, 1-Ph, 50Hz
Control Supply -----
Space heater power supply 240V AC, 1-Ph, 50Hz
Illumination power supply 240V AC, 1-Ph, 50Hz
Plug-socket power supply 240V AC, 1-Ph, 50Hz
4.0 TECHNICAL REQUIREMENTS
4.1 GENERAL CONSTRUCTIONAL FEATURES
4.1.1 The medium voltage cables shall be supplied, laid, connected, tested and
commissioned in accordance with the drawings, specifications, relevant Indian

Electrical Works LT XLPE Cable 4


Standards specifications, manufacturer’s instructions. The cables shall be delivered at
site in original drums with manufacturer’s name, size, and type, clearly written on the
drums.
4.2 MATERIAL :
Medium voltage cable shall be XLPE insulated. PVC sheathed, aluminium or copper
conductor, armoured conforming to IS: 7098 Part I.
4.2.1 Type:
The cables shall be circular, multi core, annealed copper or aluminium conductor, XLPE
insulated and PVC sheathed, armoured or unarmoured.
4.2.2 Conductor:
Uncoated, annealed copper / aluminium, of high conductivity upto 4 mm.² size, the
conductor shall be solid and above 4 mm.², conductors shall be concentrically
stranded as per IEC : 228.
4.2.3 Insulation:
XLPE rated 70° c. extruded insulation
4.2.4 Core Identification:
Two core : Red and Black
Three cor : Red, Yellow and Blue
Four core : Red, Yellow, Blue and Black
Single core : Green, Yellow for earthing

Black shall always be used for neutral.


4.2.5 Assembly:
Two, three or four insulated conductors shall be laid up, filled with non-hygroscopic
material and covered with an additional layer of thermoplastic material.
4.2.6 Armour:
Galvanised steel flat strip / round wires applied helicaly in single layers complete with
covering the assembly of cores.
For cable size upto 25 Sq. mm. : Armour of 1.4 mm dia G.I. round wire
For cable size above 25 Sq. mm. : Armour of 4 mm wide 0.8 mm thick G.I strip
4.2.7 Sheath:
XLPE 70 deg.c. rated extruded.
Inner sheath shall be extruded type and shall be compatible with the insulation
provided for the cables.
Outer sheath shall be of an extruded type layer of suitable PVC material compatible
with the specified ambient temp. 50 deg. C and operating temperature of cables. The
sheath shall be resistant to water, ultraviolet radiation, fungus, termite and rodent
attacks. The colour of outer sheath shall be black.

Sequential length marking required at every 1.0 mtr. interval on outer sheath

Vendor has to furnish resistance / reactance / capacitances of the cable


4.2.8 Rating:
Up to and including 1100 Volts.
5.0 DRAWINGS & INFORMATION
5.1 Contractor shall submit the as built drawing of the cable laying drawing.
5.2 HANDINGOVER DOCUMENTS
The supplier shall submit following:
1. Data sheet indicating results of tests

Electrical Works LT XLPE Cable 5


2. Test reports
6.0 INSPECTION AND TESTING
6.1 All cables shall be adequately protected against any risk of mechanical damage to
which they may be liable in normal conditions of handling during transportation,
loading, unloading etc.

The cable shall be supplied in single length i.e. Without any intermediate joint or cut
unless specifically approved by the client.

The cable ends shall be suitably sealed against entry of moisture, dust, water etc. with
cable compound as per standard practice.
6.2 Finished Cable Tests at Manufacturer’s Works:
The finished cables shall be tested at manufacturer’s works. Following routine tests
for each and every length of cable and copy of test results shall be furnished for each
length of cable alongwith supply. If specified, the cables shall be tested in presence
of client’s representative.

6.2.1 Voltage Test:


Each core of cable shall be tested at room temperature at 3 KV A.C. R.M.S. for
duration of 5 minutes.
6.2.2 Conductor Resistance Test:
The D.C. Resistance of each conductor shall be measured at room temperature and the
results shall be corrected to 20° c. to check the compliance with the values specified in
IS 8130 - 1976.
6.3 Cable Test Before and After Laying of Cables at Site
6.3.1 Insulation Resistance test between phases and phase to Neutral and phase to earth.
6.3.2 Continuity test of all the phases, neutral and earth continuity conductor.
6.3.3 Sheathing continuity test.
6.3.4 Earth resistance test of all the phases and neutral.
7.0 METHOD OF MEASUREMENT
7.1 The cables will be measured in meters. The unit rate shall include cutting the cable into
required lengths, packing, loading, unloading, insurance, transportation, delivery to
stores/site as per work order, stocking in stores, testing of cables at stores etc. of
medium voltage cable. Total quantity in meters shall be measured lug to lug basis.
8.0 TRANSPORT, DELIVERY AND STORAGE
8.1 The cable shall be supplied in the actual length as per detailed purchase order
8.2 The cable shall be dispatched at client’s stores or at site as per detailed instructions
given by client at later stage.
8.3 The cable shall be loaded from the main vendor’s store and properly stacked as per
instruction of client’s local representative. All such labour and transportation charges
shall be clearly mentioned in the offer.
9.0
GUARANTEE OF PERFORMANCE

9.1 The quotes values of parameters shall be within given tolerance for given period of
service life.

Electrical Works LT XLPE Cable 6


List of Approved Make
Sr.
Item Approved Make
No
1 Ordinary Portland Cement Ambuja, Ultratech, Jaypee, JK Laxmi, Sanghi, Siddhee,

2 White Cement Birla, J.K

Tata, SAIL, RINL (VIZAG), National Electotherm, ASR


3 TMT FE – 500/500D Thermax, Gallant, Sanghi, Friends, Vinayak, Varsana,
Utkarsh, Aditya, Grace,God

Structural Rolled Steel sections- beams,


4 Tata, SAIL, RINL.
Channels, tee, flats, angles, bars(Round,
square,
Structural hexagonal,
Hollow bright), etc. &
steel sections(Square
5 Tata, Asian, Jindal, Surya, Appolo.
Rectangular)
6 Structural tubular sections Tata, Asian, Jindal, Surya, Appolo.

7 Brick Chimney Bhattha


Essar / JSW / Uttam Value Steel / SAIL / Import
8 Steel plates

SSR Sheeting Bare & Color gal. JSW / TATA Blue Scope
9
Bare & color gal for PR panel.
Essar / JSW / Uttam Galva
10 GI coil (for Purlin)

Essar / JSW / Uttam Galva


11 HR Coil (for Purlin)

Uttam Value Steel, Mac roof India,Pennar,Bansal Roofing,


12 Deck sheeting
Inovise Rise
Ambica / Khandelwal steel / Vandana / Prime
Hot Rolled Items: Angle,
Ispat / Mahamaya/ Topworth/ Mittal Section/
13 Channel &
Vijay Steel/ Visat krupa/Shree Balram Industries
Round Bar
/ Vivan Steel / British Super Alloys / RINL / SAIL /JSPL
Khandelwal steel / Vandana / Prime Ispat /
Beam & Joist Mahamaya/ Topworth/ Mittal Section/Shree
Balram Industries / RINL / SAIL / JSPL
Circular & Square Riddhi Steel / Vinay wire / Asian / Apollo / Surya
Pipes / Welspun /Tata
Berger / Shalimar / Nerolac / Ramdev / Hempel
14 Paint

15 GI Sheet Essar / JSW / Posco


Pooja Forge / Souvenier / Atul Fasteners / Radadia
16 Fasteners /Kingfisher

17 2mm Polycarbonate (0.45m strip) for SSR Tufflite / Palram


18 2mm Polycarbonate (1m wide) PR panel Tufflite / Palram

UP Twiga Fiberglass / Iking - China


19 Insulations (fibre glass)

Rockwool Insulation/ Shriram Equiptech


20 Rockwool Insulation

21 Sandwich Pannel Sintex / Metecno / Jindal

22 Sealants /ropes Sealent tube- Boss, Mastic Roll- Anabond.

23 Windows & Doors Agew / Radiant / Alutech / Seed / Mitwa

24 BWP plywood as per – IS - 710 Green, Archid, Duro, Kitply, Anchor

25 Commercial Plywood – IS – 303 (BWR/MR) Green, Archid, Duro, Kitply, Anchor


Formica, Greenlam, Alfa-ica, Decolam, Sundeck,
26 Laminate sheet
Neoluxe, Bloom
27 Cement bonded particle board NCL (Bison board), Everest (Eternite ) Shera

27 Calcium silicate board / Gypsum Board Gypsum India, Hilux, Amstrong

28 FRP FRAME Standard Quality

29 Flush door- decorative / non decorative Anchor, KIT, Green, Century, Uniply,

30 Compact sheet Alfiaca, Sundek, Vir, Bloom, Formica.

31 Locks Godrej, Dorset, Yale, EPPW, Dorma, Kitch.

32 Float Glass / Mirror Modi guard, Saint gobain, Ashahi, HNG.

33 Glazed tiles Johnson, Somani, Kajaria, Nitco, Asian,Bell

34 Ceramic tiles Johnson, Somani, Kajaria, Nitco, Asian, Bell

35 Vitrified Tiles Johnson, asian, somany, nitco, Swastik


M.C. Bauchemie, Fosroc, Sika, Cico, Pidilite, Sika,
36 Construction chemicals
Krishna con chemical, Ashford, BAL, BASF.
37 Joint Filler / silicon paint Wacker, Dowcorning, Sika, Chokshi, Saudal.
Tata blue scope Interarch, Nippon Dendro (poly steel)
38 Pre-coated steel roofing/ walling sheets
Meta color, ShreePrecoated (Meta color)
39 Paint, primer Asian, Berger, ICI, Nerolac.

40 putty Birla , Berger, Asian, J.K.


41 Water stops Arti Cables, Fixopan

42 Door Window & Furniture Hardware Kitch, EPPW, Dorma, Palladium, Ozon, Magnum, Yale.

43 Adhesives Fevicol, Kitcol, Araldite, BAL.

44 Anchor fastener / bolts Hilti. Fischer, Mungo

45 Linseed oil Saffola

46 Floor spring Ozone, Everite, Hemco, Godrej, Hyper, Starling, Dorma

47 Door closer Godrej, Dorma, Eficient Gadget, Yale

48 Aluminum sections Jindal, Hindalco


Contractor shall provide the micron thickness measuring equipment at site throughout the work
49 during progress for checking the anodizing/powder coating thickness. Visibly should looks uniform as
per standards.

50 Window locks cum handle Alualpha, Giessee or equivalent.

51 Filler rubber of glass panel EPDM quality only


EPI bond 21 LP (Krishna Conchem), Roff Concrete Bond
52 Epoxy Bonding
(Pidilite)
53 Anti Termite Chemicals Chloropyriphos/ Biflex TC / lindane/Bayer Crop Science

54 Water Proofing BASf/ Fosroc / Sika or mentioned in BOQ

55 Tile Chemical Bal, Laticrite,Kerakoll


Sikka / Liquid Plastic/SSK/Viessmann /artilin / BASF /
56 Anti bacterial Paint
Huntsman
57 Grid for PVC False ceiling Saint Gobin, Armstrong, USG
Grabo, Stag, Limonto, Mondo, Piccolo, approved by
58 Sports Flooring
BWF, ITTF, FIBA, FIVA as per concern game
59 ACP Eurobond, Alucobond, Aluma, Renobond
European type W.C. pan, wash basin,
60 Cera, Hindware, Roco
Urinal
Metropole flush valve, CP Towel ring,
61 Jaquar or equivalent
C.P.Brass angle valve, CP brass, C.P. head
shower set stop cocks, Brass Handle Ball
62 Glass Mirror Modi or equivalent
Valve, S.W. Gully trap
63 PVC water tank (ISI Mark) Sintex or equivalent
64 Membrane Waterproofing Pidilite, Sika, Bitumat

65 Maple Wooden Flooring Connor,Robbin, Action, Aacer, Prestige


Eco green or equivalent approved by engineer in
66 Light Weight Block
charge.

Special Note:-

1 Client have right to check the challans of supplier.

2 Approve all the maker of material from Chief engineer (PIU) before execution. The Chief engineer (PIU) reserve
the right to select the manufacture or approved make from the above list.

3 Any make not mentioned in the above lists must be approved from Chief engineer (PIU) before execution.

4 All the material should be ISI and as per standards mentioned in specifications and BOQ.

5 In case of shortage of material or un-time delivery or change in model take prior approval from Chief engineer
(PIU).
7.TECHNICAL SPECIFICATIONS FOR SUPPLY OF EARTHING SYSTEM

1.0 SCOPE OF WORK

1.1 Design, assembling, testing, painting, supply, delivery at site with all related
accessories as per the specifications as specified below. Compliance with the
provisions of this specification shall not relieve the Bidder of the responsibility of
furnishing apparatus and accessories of proper design, electrically and
mechanically suited to meet the operating requirements under the specified
service conditions and be suitable for the purpose of which they are intended.

2.0 CODES & STANDARDS

2.1 The design, material, assembling, inspection and testing shall comply with all
currently applicable statutes, regulations and safety codes in the locality where
the system will be installed. The equipment shall also conform to the latest
applicable standards and codes of practice as mentioned below.

2.2 Sr. Item Relevant IS / IEC

1 Code of Practice for Earthing IS 3043

2 Insulation Co-ordination Application Guide IS 3716

3 Code of Practice for Protection of Buildings and IS 2309


Allied Structures against Lightning

4 Indian Electricity Rules, 1956

5 Indian Electricity Act, 1910

6 National Electrical Code

7 Low Voltage Electrical Installations-Part 5-54: IEC 60364


Selection & Erection of Electrical equipment-
Earthing arrangement & protective conductors.

8 Protection Against Lightning –Part 3: Protection IEC 62305


of structures & life Hazards
TECHNICAL REQUIREMENTS

4.1 The earth gird shall consist of main grounding grid conductors forming a closed ring
network with required number of Rod type earthing stations connected to it to
provide a common earth for electrical equipments and metallic structures. Two
distinct connections shall be made from each earthing station to the main
grounding/earthing mat through GI/Cu. flat.

4.2 Earthing system should offer a resistance of less than 2 ohms throughout the year.
In places where Soil resistivity is more, total length of the earthing rod has to be
increased by adding 1m length rods (one over the other) to achieve low and stable
resistance value. In rocky places, multiple earth rods have to be installed and inter-
connected to get the required value.
Minimum length for each earthing station to be 3 meters.

4.3 The earth bus in required numbers shall be installed in various plant open areas
and rooms. Each earth bus shall be provided two distinct connections by GI/Cu
flats / Cu. Flexible cable from the main grounding grid conductors available nearby.
The plant/building equipment, metallic structures, tanks, etc. shall be brought to
earth by providing two distinct connections between earth bus installed nearby and
that equipments, tank, apparatus, etc.

4.4 Solid Copper coated rods are recommended as earth electrode than a pipe due to
the fact that solid rods have much longer life and can be easily driven by
electric/hydraulic hammers. Copper has much longer life than all other materials as
explained in IS 3043.

4.5 GENERAL CONSTRUCTIONAL DETAILS

4.5.1 Pipe Electrode Earth Station


1. Copper coated Solid steel Rods shall be made of high tensile low carbon steel
rod, molecularly bonded with 99.9% electrolytic copper with minimum coating
thickness of 250 microns as per IEC 62561 part -2: Requirement for
Conductor & Earth Electrodes.
2. The length of the earth rod shall be 1 meter at least or as per manufacturer’s
recommendation, so that driving into the ground is easier. For dry areas, length of
the rods can go up to several meters by driving the rods one over the other.
3. For all the installation minimum length of the earthing rods shall be 3 mts
minimum by adding similar rods.
4. Earth rods should be of diameter 20 mm minimum. Additional rods should be
added without external couplers. The earth rods should have peg & bore
arrangement or similar such arrangement so that additional rods are added
without external couplers.
5. Interconnecting Strips / Earthing Conductor: Copper coated steel strips /
tapes should be used to interconnect different earthing rods as well as
horizontal earthing (Ring earthing). These strips should have a coating
thickness of minimum 70 microns.
6. The earth resistance shall be maintained with a suitable soil treatment.
7. The earth lead shall be fixed to the pipe with a nut and safety set screws. The
clamp shall be permanently accessible
8. Connectors/fasteners for connecting Electrode with Earthing conductor/strip
should be of Stainless Steel as it is compatible with all other materials viz
Copper, GI etc. Fasteners should be made of Stainless steel

9. The depth of an earth electrode pipe shall be in approximately in accordance


with the drawing as well as on nature of soil. However as per general
guidelines, the pipe electrode shall have to be placed at depth where soft
earth is available. This is to reduce the effect of earth resistance.
10. Inspection Chamber :
Should have an inner dimension of 250 mm X 250 mm X 250 mm made of
FRP material. Flush Mounted, removable cover of the earth pit should be able
to withstand moderate loads.
The area inside the inspection chamber should be such that, the
UNIVERSAL CLAMP/EBB/Bus bars not too deep inside the inspection
chamber or projecting out of inspection chamber.
The chamber should have facility for marking earth resistance and latest testing
date by paint at the cover and previous recorded values inside the cover.
If the earthing is shown in road ways subject to vehicular movement, the
Inspection Chamber to be of Cast Iron Type to absorb the vehicular loads
without any deformation / damage.
11. Earth Enhancement material:
This is a conductive mineral compound to provide low resistance to the earth
termination system. Earth enhancing compound should contain minerals
which in normal use is reliable and without creating any hazards to persons
and the surroundings.
The material shall be chemically inert to sub soil and shall not pollute the
environment. It shall provide a stable environment in terms of physical and
chemical properties and exhibit low resistivity. It shall not be corrosive to the
earth electrode itself. The material should have low resistivity less than 50
Ohm meter

4.4 EQUIPMENT EARTHING


All apparatus and equipment transmitting or utilizing power shall be earthed in the
following manner. Copper/G.I. Earth strips/wires shall be used unless other-wise
indicated.

4.5 ELECTRICAL AND PERFORMANCE REQUIREMENTS


4.5.1 Power Transmission Apparatus
1. Metallic conduit shall not be accepted as an earth continuity conductor. A
separate insulated continuity conductor of size 100% of the phase conductor
subject to the minimum shall be provided.
2. Non metallic conduit shall have an insulated earth continuity conductor of the
same size for metallic conduit. All metal junction and switch boxes shall have
an inside earth stud to which the earth conductor shall be connected. The
earth conductor shall be distinctly coloured (Green or Green / Yellow ) for
easy identification

3. Armoured cable shall be earthed by two distinct earth connections to the


armouring at both the ends and the size of connection being as for the
metallic conduit.
4. In the case of unarmoured cable, an earth continuity conductor shall either be
run outside along with the cable or should form a separate insulated core of
the cable
5. Three phase power panel and distribution boards shall have two distinct earth
connections of the size correlated to the incoming cable size. In case of single
phase DB’s a single earth connection is adequate

5.0 DRAWINGS & INFORMATION

5.1 Drawing for Plate Type Earthing Station – Annexure-1

6.0 INSPECTION AND TESTING

6.1 The entire earthing installation shall be tested as per requirements of


Indian Standard Specification IS: 3043

6.2 The following earth resistance values shall be measured with an approved earth
megger and recorded.
1. Each earthing station
2. Earthing system as a whole
3. Earth continuity conductors

6.3 Earth conductor resistance for each earthed equipment shall be measured which
shall not exceed 1 ohm in each case.

6.4 Measurements of earth resistance shall be carried out before earth connections
are made between the earth and the object to be earthed

6.5 All tests shall be carried out in presence of the consultant / client

7.0 METHOD OF MEASUREMENT

7.1 Provision of earthing station complete with excavation, electrode, watering pipe, soil
treatment, chamber with cover etc. shall be treated as one unit of measurement

7.2 The following items of work shall be measured and paid per unit length covering
the cost of the earth wires / strips, clamps, labour etc.
1. Main equipment earthing grid and connection to the earthing station.
2. Connection to the switch board, power panels, DB etc
7.3 The cost of earthing the following items shall become part of the cost of the item
itself and no separate payment for earthing shall be made.
1. Motors - earthing forming part of the cabling / writing for the motors.
2. Isolating switches and starters should form part of mounting frame, switch
starter etc.
3. Light fittings - form part of installation of the light fittings.
4. Conduit wiring, cabling - should form part of the wiring or cabling.
5. Street lighting - should form part of the street light poles

8.0 TRANSPORT, DELIVERY AND STORAGE

8.1 The prices shall be F.O.R. site basis including packing & forwarding charges. The
quoted price must include all the costs for necessary mode of transportation up to the
final location of earthing system or site store. All incidental expenses during
transportation shall be part of quoted prices including transit insurance. The charges
for loading and unloading of equipments at site should form part of offer.

9.0 GUARANTEE & WARRENTY

9.1 The Bidder shall stand guarantee for the performance of entire equipment and
components for twelve (12) months from the date of commissioning or eighteen
(18) months from the date of dispatch, whichever is earlier, as agreed up on and
as reproduced in the purchase order within the tolerance specified or as
permitted by the relevant standards for the equipment in his scope of supply.

10.0 SPARES

10.1 Not applicable

11.0 MATERIALS REQUIRED

11.1 All required hardware such as bolts, nuts, washers (round and spring type), anchor
fasteners, screws, etc. of sizes and type as required shall be conforming to relevant
IS. All hardware shall be hot-dip galvanized or zinc passivated /cadmium plated as
per requirement of work either mechanical fabrication or electrical jointing.

11.2 All other items required for installation shall be as approved by site in-charge.

12.0 INSTALLATION OF SYSTEM

12.1 The plate/pipe electrode, as far as practicable, shall be buried below permanent
moisture level but in no case less than 3 M below finished ground level

12.2 The plate/pipe electrode shall be kept clear of the building foundation and in no
case, it shall be nearer by less than 2 M from outer face of the respective building
wall / column

12.8 Construction of the earthing station shall in general be as shown in the drawing
and shall conform to the requirement on earth electrodes mentioned in the latest
edition of Indian Standard IS: 3043, Code of Practice for Earthing Installation.

12.9 The earth conductors ( Strips / Wires, Hot dip G.I. / copper ) inside the building
shall properly be clamped / supported on the wall with Galvanized Iron clamps
and Hot Dip GI screws / bolts. The conductors outside the building shall be laid at
least 600 mm. below the finished ground level/
12.10 The earth conductors shall either terminate on earthing socket provided on the
equipment or shall be fastened to the foundation bolt and / or on frames of the
equipment. The earthing connection to equipment body shall be done after
removing paint and other oily substances from the body and then properly be
finished

12.11 Over lapping of earth conductors during straight through in joints, where required,
shall be of minimum 75mm. long and bitumen coated.

12.12 The earth conductors shall be in one length between the earthing grid and the
equipment to be earthed

12.13 Minimum distance of 2 mtr shall be maintained between other electric conductor,
earthing conductor and the conductor laid for the lightning protection system.
Earthing and lightning protection system conductors shall be bonded to each
other to prevent side flashover in case of non-availability of adequate clearance.

12.14 The earthing met conductors, risers, earthing cables, etc. passing through walls
shall be covered with galvanized iron sleeves for the passage through wall. Water
stop sleeves shall also be provided wherever the earthing conductor enters the
building from outside.
13.TECHNICAL SPECIFICATION
FOR
FIRE FIGHTING (PROTECTION) SYSTEM

1.0 SCOPE OF WORK

The scope includes fire protection system only, the detection is covered under separate
tender

1.1 Fire Hydrant system


1.2 Fire Sprinkler System for basement
1.3 Fire Extinguishers

The detailed scope is described in the chapter “Extent of Work. “

2.0 FIRE EXTINGUISHERS

2.1 GENERAL:

The scope of work under this part of the specification covers supply and installation of
internal appliances as per requirements specified in schedule & marked on drawings and
instructions of engineer-in-charge.

Makes of all the appliances supplied and installed shall be as per the ‘List of Approved Make
‘ or as approved by LFA and shall be of identical design for the entire premises.

Mounting accessories, indicator boards etc are part of the scope of supply of internal
appliances.

2.2 SPECIFICATIONS:

Internal appliances with various fire extinguishing medium shall conform to the following
specifications and shall be installed and maintained as per IS: 2190 / NFPA 10

Portable Extinguishers of the following types shall be installed.

1. Dry chemical Powder type


2. Co2 type
3. Water / Foam type
4. ABC type

2.2.1 DRY CHEMICAL POWDER TYPE:

The Dry chemical powder type shall be of 5 Kg. Capacity and shall have the IS mark 2171 or
latest Indian standard complete with powder and charged including with fixing bracket,
fitted with gunmetal cap, and discharge hose and open grip nozzle.

2.2.2 CO2 TYPE:

The Co2 Extinguisher shall be ISI mark, with initial charge with high pressure cylinder,
complete with wheel type valve, internal discharge tube, with high pressure discharge hose
with horn and suspension brackets. The extinguisher shall have ISI mark of 2878 or latest
Indian standard and capacity shall be 2 Kgs.

2.2.3 WATER / FOAM TYPE :

The water type extinguisher shall conform to IS 15683 or latest Indian Standard having 9 ltr.
capacity & will be with fixing arrangement with all accessories.

Fire Fighting (Protection) Work Technical Specifications 1


2.2.4 ABC (Powder) TYPE : 6 Kg ABC (Powder) type fire extinguisher shall conform to IS 15683 or
latest Indian Standard & will be with all accessories & mounting arrangement.

However, type & capacity of fire extinguishers are to be provided according to local CFO
requirement

3.0 PIPE WORK

3.1 GENERAL REQUIREMENTS:

3.1.1 All the materials shall be of TAC/LFA approved, best quality conforming to the specifications
and subject to the approval of the Client or his representative. If so directed, materials shall
be tested in an approved testing laboratory & the contractor shall produce the test
certificate in original to the Engineer-in-charge & the entire charges for original as well as
repeated tests shall be borne by the Contractor.

3.1.2 Before welding, the pipe faces shall be cleared & then shall be welded conforming to IS :
9595 – 1980. The electrodes used for welding shall comply with IS:814. the laying of welded
pipe shall also comply to IS 5822 – 1986. The welding joints shall be tested in accordance to
IS:3600, Part 1973.

3.1.3 Pipes and fittings shall be fixed truly vertical, horizontal or in slopes as required in a neat
workman like manner.

3.1.4 Pipes shall be fixed in a manner as to provide easy accessibility for repair and maintenance
and shall not cause obstruction in shafts, passages etc.

3.1.5 Pipes shall be securely fixed to walls, and ceilings by suitable clamps or supported at every 3
mtr. & at change of direction as required. Only approved type of anchor fastners shall be
used for RCC ceiling and walls.

3.1.6 Valve and other appurtenances shall be so located that they are easily accessible for
operations, repairs and maintenance.

3.2 PIPING

Pipes of the following types are to be used:

3.2.1 M.S. pipes as per IS: 1239, heavy duty (for pipes of sizes 150 mm N.B. and below) suitably
lagged on the outside to prevent soil corrosion. M.S. pipes buried below ground shall be
lagged as per IS: 10211.

3.2.2 MS pipe lines upto 150 mm dia. shall have all fittings as per IS: 1239, Part-II (heavy grade)
while pipelines above 150 mm dia shall be fabricated from IS: 3589 Gr.320 pipes as
applicable or from steel plates.

3.2.3 For MS pipelines upto 50 mm dia screwed jointing shall be adopted, while for pipelines
above 50 mm dia welded or flanged construction is to be carried out or as specified in
Schedule of quantities.

3.2.4 Hangers and supports shall be capable of carrying the sum of all concurrently acting loads.
They shall be designed to provide the required supporting effects and allow pipeline
movements as necessary. All guides, anchor, braces, dampener, expansion joint and
structural steel to be attached to the building structure trenches etc. shall be provided.
Hangers and components for all piping shall be approved by the Consultant / Client /
Architect.

3.2.5 The piping system shall be capable of withstanding 150% of the working pressure including
water hammer effects.

Fire Fighting (Protection) Work Technical Specifications 2


3.2.6 Flanged joints shall be used for connections to vessels, equipment, flanged valves and also
on suitable straight lengths of pipeline of strategic points (@ at every 15-20 mtr.) to facilitate
erection and subsequent maintenance work.

3.2.7 Excavation for pipe line shall be in open trenches. Pipes shall be buried atleast one meter
below ground level and shall have 230 mm x 230 mm masonry supports atleast 300mm high
at 3m intervals. Masonry work to have plain cement concrete foundation (1 cement: 4
coarse sand: 8 stone aggregate) of size 380 x 380 x 75 thick resting on firm soil.

3.2.8 Wherever required Contractor shall support all trenches or adjoining structures with
adequate supports to prevent land slides.

3.2.9 On completion of testing and painting trenches shall be refilled with excavated earth in 15
cm layers and compacted.

3.2.10 Contractor shall dispose off all surplus earth within the site.

3.2.11 Contractor shall provide suitable cement concrete anchor blocks for overcoming press ure
trusts in underground / external pipes. Anchor blocks shall be of cement concrete 1:2:4 mix.

4.0 VALVES

4.1 Valves shall be used to start, stop or control flow. Non-return valves shall be provided
unidirectional flow.

4.2 Butterfly valve conforming to BS 5155 or as indicated in BOQ will be used for isolation of flow
in pipelines. Optionally, gate valves having outside screw rising spindle shall be used and
shall be as per IS: 780 / 14846 PN 1.0/1.6, as applicable. For sizes 50mm to 200mm, Butterfly
valve shall be as per IS: PN = 1.6 or as specified in Schedule of quantities. Non-return valves
shall be swing check/spring operated type. An arrow mark in the direction of flow shall be
marked on the body of the valve. These valves shall conform to IS:5312 for swing type or API
596/598 for spring type check valves

4.3 Valves below 50 mm size shall have screwed ends while those of 50 mm and higher sizes shall
have flanged connections. Drain lines will have locks for draining.

5.0 INTERNAL HYDRANT:

Internal hydrant shall be provided at each landing or at suitable location consisting of single
/ twin headed gunmetal landing valve as indicated in BOQ with 63 mm dia oblique female
instantaneous pattern with caps & chains. Outlet and 80 mm inlet (IS: 5290-1969) with
separate shut off valve. Landing valves shall be 63 mm dia. oblique female instantaneous
pattern with caps and chains. Landing valves shall be of gunmetal and fitted with
instantaneous coupling conforming to IS: 901. The valve body, stop valve, check valve, nut,
instantaneous female outlet and blank cap shall be of leaded-tin bronze conforming to
Grade-II of IS: 318-1962. The valve spindle shall be of brass rod conforming IS: 320 - 1962. The
hand wheel shall be mild steel or cast iron washers gaskets shall be of rubber conforming to
IS:638 - 1965 or leather conforming to IS:581 : 1969. The coupling shall be fitted with an
internal plug secured by chain landing valves shall be installed on hydrant riser at a height of
1.0 to 1.2 meter from the floor level.

Each internal hydrant shall be provided with two nos. 63 mm. Diameter 15 mtr. Long hose
pipe with gunmetal male and female instantaneous type coupling, machined wound with
G.I. wire hose of IS 636 type A and couplings to IS:903 with IS certification, gunmetal branch
pipe with nozzle conforming to IS:903.

6.0 HOSES

Fire Fighting (Protection) Work Technical Specifications 3


Hoses pipes shall be of fabric reinforced rubber lines as per IS:636 Type II or canvas hose as
per IS:4927, with nominal size of 63 mm and lengths of 15 meter or 7.5 meter, as per quantities
specified for in schedule or bill of quantity.

All hose pipes shall carry ISI marking on the body of the hose.

The hose shall have instantaneous spring lock-type coupling on ends. The instantaneous
coupling shall be as per IS: 901. It shall be fixed to each other by copper rivets and
galvanized M.S. wires and leather bands. All coupling shall be interchangeable with each
other, and shall bear ISI markings.

7.0 HOSE CABINETS ( HOSE BOX )

Each hydrant shall be housed in a Hose cabinet of suitable size. The hydrant cabinet shall
hold double / single headed hydrant as specified, 2 hoses and one branch pipe as required.
Internal hydrants shall normally fit the size of the niche made for it. The cabinet shall be of
minimum 16 SWG M.S. sheet with centre opening, double glass front doors (cleat glass of
4mm thickness). The glass shall be firmly fixed by means of steel clips and screw with rubber
beading. Hinges shall also be screwed and not welded. The corner members (frame) shall
be of 25 x 25 x 3 mm thick angle. The hose box shall be firmly fixed to the wall/support by
means of brackets and dash fasteners. The steel work shall have one coat of primer and two
coats of red paint. The words “Yard Hydrant”, “Hydrant” etc. should be painted in white or
red on the glass in 75 mm high letters. The hose box shall be lockable for internal hydrant
installation.

8.0 HOSE REEL

The hose reel shall be directly tapped from the riser through a 25 / 32 mm dia pipe, the drum
and the reel being firmly held against the wall by use of dash fasteners. The hose reel shall be
swinging type (180degrees) and the entire drum, reel etc. shall be as per IS: 3876 and IS: 884.
The rubber tubing shall be of best quality and the nozzle shall be shut off type.

9.0 BRANCH PIPES

Branch pipe shall be of either gun metal or aluminium and should conform to IS: 903. One
end of the branch pipe will receive the coupling while the other end shall have a nozzle
screwed to it. It shall bear ISI marking.

10.0 YARD / EXTERNAL HYDRANT

Yard or External Hydrants shall be as per IS: 908 and the valve as per IS:5290. The hydrant
shall consist of stand post assembly and a masonry base 200 mm X 200 mm X 200 cm high
and shall be made at the point where it comes out of the soil. The valve shall complete with
hand wheel, quick coupling connection spring and blank cap. The hydrant shall be laid on
150 dia. or as mentioned in BOQ.

Yard or External hydrant shall be controlled by a cast iron sluice valve. Hydrant shall have
oblique female instantaneous pattern 63 mm diameter outlets with caps and chains. The
hydrant shall be of gunmetal and flange inlet and single outlet conforming to IS: 5290, a
duck foot bends and flanged riser of required height to bring the hydrant to level above
ground. The valve body, stop valve, check valve, nut, instantaneous female outlet and
blank cap shall be of leaded-tin bronze conforming to Grade-II of IS:318-1962. The valve
spindle shall be of brass rod conforming IS:320 - 1962. The hand wheel shall be mild steel or
cast iron washers gaskets shall be of rubber conforming to IS:638 - 1965 or leather conforming
to IS:581 : 1969.

Each external hydrant shall be provided with two nos. 63 mm. Diameter 15 mtr. Long hose
pipe with gunmetal male and female instantaneous type coupling, machined wound with
G.I. wire hose of IS 636 type A and couplings to IS:903 with IS certification, gunmetal branch
pipe with 20 mm nozzle conforming to IS:903.

Fire Fighting (Protection) Work Technical Specifications 4


11.0 VALVE CHAMBERS

A valve chamber shall be brick masonry chamber in cement mortar 1:5 (1 cement: 5 coarse
sand) on cement concrete foundation 150 mm thick foundation 1:5:10 mix (1 cement: 5 fine
sand: 10 graded stone aggregate 40 mm nominal size), 15 mm thick cement plaster inside
and outside finished with a floating coat of neat cement inside with cast iron surface box
approved by fire brigade including excavation, back filling, complete. The wall shall be 230
mm thick with heavy duty ISI marked C.I. manhole covers.

12.0 FIRE BRIGADE INLET CONNECTION

A fire brigade inlet connection with a non-return valve shall be provided to facilitate the fire
brigade to pump water into the installation by the use of their own equipment. Four way or
150 mm dia connection to the system shall comprise of four instantaneous pattern 63 mm
dia. male inlets shall be with caps and chains complete with 150 mm dia. sluice valves, non-
return valve housed in a M.S. cabinet with glass fronted door. The cabinet shall be suitable
for recess mounting.

Two way or 100 mm fire brigade inlet connection to the system shall comprise of two
instantaneous pattern 63 mm dia. male inlets shall be with caps and chains complete with
100 mm dia sluice valve, non-return valve housed in a M.S. cabinet with glass fronted door.
The cabinet shall be suitable for recess mounting.

13.0 SYSTEM DRAINAGE

The systems shall be provided with suitable drainage arrangements with MS piping of 50 mm
dia. complete with all accessories, and provided with drain valve.

14.0 HYDRANT SYSTEM

14.1 The hydrant system shall comprise of AC motor driven pump sets. Diesel pump, Jockey pump
etc. with all required accessories including valves, appurtenances, instrumentation and
controls etc. complete in all respects. The system shall cover the entire area from
independent pipe work from the fire water pump set. The hydrant work shall remain
pressurized through the proposed Jockey pump taking care of any leakages in the system
pipelines and valve glands. All pumps / motors / engines to be of makes approved by local
Fire Authority.

14.2 The hydrant system shall be kept charged by pressurized water at approximately 7.5 Kg/cm2
at all times. In the event of fire when any of the hydrant valves in the net work is opened, the
resultant fall in header pressure should enable starting the Electric Motor driven fire water
pumping set through pressure switches automatically. One Diesel Engine / DG set driven
pump shall be a stand-by pump serving hydrant system & sprinkler both. In case of failure of
electricity or failure of Elec. Pump to start on demand, the stand-by DG set operated pump
shall automatically take over. Apart from the automatic starting of the pump sets, provision
shall be kept for manual starting also. However shifting down of the pump sets shall be
manual.

14.3 The hydrant system in the yard shall be furnished with external hydrants consisting of landing
valves (positioned approx. one meter above ground level) fitted M.S. (Heavy) flanged single
headed stand pipes installed on underground hydrant headers distributed 45 M apart
approximately or as marked on the plan.

The entire system including all pumps, motors, diesel pump set and panels shall be of
approved make by TAC / Local Fire Authority.

15.0 SPECIFICATION FOR PUMPS AND ANCILLARY EQUIPMENT

15.1 SCOPE OF WORK

Fire Fighting (Protection) Work Technical Specifications 5


15.1.1 Work under this section shall consist of furnishing all labour, materials, equipment and
appliances necessary and required to completely install electrically operated pumps for fire
hydrant installations as required by the drawings and specified hereinafter or given in the
schedule of quantities.

15.1.2 Without restricting to generality of the foregoing the pumps and the ancillary equipment
and shall include the following:

a) Electrically operated pumps having twin outlets with motors base plate and
accessories.

b) Pump suction and delivery headers, valves, air vessel and connections.

c) Pressure gauges / pressure switch.

d) Only single point 3 phase supply will be made available to the Contractor. From there,
all provision viz. Electrical switchboard, wiring, cabling, cable tray, control panel,
earthing, etc. shall be made.

15.1.3 GENERAL REQUIREMENT

a) Pumps shall be installed true to level on suitable concrete foundations. Base plate shall
be firmly fixed by foundation bolts properly grouted in concrete foundations.

b) Pumps and motors shall be truly aligned with suitable instruments.

c) The pump shall have single suction & twin discharge connection

d) All pump connections shall be standard flanged type with appropriate number of
bolts.

e) Manufacturer instructions regarding installation connections and commissioning shall


be followed with respect to all pumps, switchgear and accessories.

15.1.4 FIRE AND JOCKEY PUMPS

a) The main Fire hydrant & Sprinkler pumps shall be End Suction Back Pull Out type while
Jockey pumps shall be of Centrifugal Monoblock Pump type having following
specifications.

b) Shut off head should not exceed 140% of rated head. Pump shall not develop less than
65% of rated head at 150% of rated capacity.

MATERIALS OF CONSTRUCTION

Part Material
Casing Cast Iron

Impeller Bronze IS:318, Gr. LTB 2

Casing Wearing SS

Shaft AISI – 410 / Stainless Steel

Shaft Sleeve S.S. 316

Stuffing Box Gland Packed

Fire Fighting (Protection) Work Technical Specifications 6


c) Pumps shall be provided with pressure gauge with isolation cock on the delivery side.

d) In case of motor driven pump the motor rating should be adequate to drive the motor
rating should be adequate to drive the pump at 150% of rated discharge.

e) The pump and its prime mover (Electric motor or Diesel Engine) shall comply with all the
equipment of the Rules of the Traffic Advisory Committee.

f) All pumps shall have positive suction & shall be provided with suction strainer of SS & CI
bell mouth. In case of negative suction suitable priming arrangement shall be provided.

g) All the pumps shall have single suction & twin discharge connections i.e. low pressure&
high pressure to serve designated lower & higher floors respectively as per drawing.

A) JOCKEY PUMP

Starting and stopping of Jockey Pump set shall be automatic at predetermined levels
through pressure switch. However, arrangements for manual start and stop of the pump shall
also be made. Jockey Pump shall take care of small leakages in the piping system and
pumps cushion tanks. Jockey pump shall have also single suction & twin discharge
connections.

B) ELECTRIC DRIVEN

Electrically driven pumps shall be provided with totally enclosed fan cooled, foot mounted,
squirrel cage induction motors suitable for fire pumps with IP-55 enclosure.

The motors should be rated not to draw more than 4.5 times the starting current.

Motors shall be atleast equivalent to the horse power required to drive the pump at 150% of
its rates discharge.

The motors shall be wound for class-F insulation and windings shall be vacuum impregnated
with heat and moisture resisting varnish, glass fiber insulated.

C) DIESEL ENGINE

a) Diesel engine shall have suitable no. of cylinders with individual heat assemblies. The
engine shall be water cooled and shall include heat exchanger and connecting
piping strainer, isolating pressure reducing valves, bye-pass line, exhaust pipe, silencer,
day tank for fuel all interconnected piping etc., complete in all respects.

b) Engine shall be direct injection type with low noise and exhaust omission levels,

c) The speed of engine shall match the pump speed for direct drive.

d) The engine shall be capable of being started without the use of the wicks, cartridge
heater plugs or either at engine room temperature of 4°C and shall take full load within
15 seconds from the receipt of the signal to start.

e) The engine shall effectively operate at 46°C ambient temperature at 150 meter above
mean sea level.

f) Engine shall be suitable for running on high speed diesel oil.

g) The system shall be provided with a control panel with push button starting
arrangement also wired to operate the engine on differential pressure gauge.

Fire Fighting (Protection) Work Technical Specifications 7


h) The entire system shall be mounted on a common structural base plate with anti-
vibration mounting, Dunlop make, and flexible connections on the suction and delivery
piping.

i) Contractor provide one fully mounted and supported Day Oil Tank fabricated form
6mm thick MS sheet electrically welded for 8 hours working load and having suitable
capacity of oil. Provide level indicators – low level and full level in the Day Oil Tank on
the control panel through float switches and an breather. Day Oil Tank shall also be
provided with filling connection (Threaded) with cap, gauge glass indication and
cocks, drain cock, inspection / cleaning cover with gasket and nuts / bolts. MS dyke to
hold 150% of the Day Tank capacity to be built around the Day Tank.

j) Contractor to provide one exhaust pipe with suitable muffler (residential type) to
discharge the engine gasses to outside in open air as per site conditions (Contractor to
check the site).

k) Contractor to provide all accessories, fittings and fixtures necessary and required for a
complete operating engine set. The exhaust pipe shall be taken outside the building
with minimum number of bends (approx. length 30 Meters) and shall be duly heat
insulated with 50mm thick glass wool covered with 24 gauge aluminum cladding.

l) Contractor shall indicate special requirements, if any, for the ventilation of the Pump
Room.

Noise & Vibration level of the pump driven by motor/engine shall be within the acceptable
limits of ISO 2372, IS 11727.

15.1.5 BOOSTER PUMP (Not Applicable)

A booster pump shall be provided at terrace to pressurize the wet riser system. The pump
shall be centrifugal end suction / monoblock type.

15.1.6 BASE PLATE

Pumps and motors shall be mounted on a common structural base plate and installed as per
manufacturer’s instructions.

16.0 CUBICLE TYPE SWITCH BOARD/L.T. PANEL

Cubicle type switchboards and components shall conform to the requirements of the latest
revision including amendments of the following codes and standards.

IS: 8623 Specification for factory built assemblies of switchgear and control gear
for voltage upto and including 1000V AC / 1200V DC.

IS: 4237 General requirements for switch-gear and control-gear for voltage not
exceeding 1000-V.

IS: 2147 Degree of protection provided by enclosure for low voltage switch-gear
and control-gear.

IS: 1018 Switch-gear and control-gear selection/installation and maintenance.

IS: 6005 Code of Practice for phosphating of iron and steel.

IS: 13947-1993/ Air circuit breaker / moulded case circuit breaker.


IEC 947 - 1989

IS: 1248 Direct acting indicating analogue electrical measuring instruments and
testing accessories.

Fire Fighting (Protection) Work Technical Specifications 8


IS: 2705 Current transformers for metering and protection with classification
Part - I, burden ad insulation.
II & III 1964

17.0 AIR CUSHION TANK

Every wet riser shall be provided with an air cushion tank at its top most point. The air cushion
tank shall be provided with an automatic air release cock, 20 mm dia. drain pipe, drain
valve and shut off valve.

18.0 PRESSURE GAUGE

All pressure gauges shall be dial type with Borden tube element of SS 316. The dial size shall
be of 150 mm diameter and scale division shall be in metric units marked clearly in black on
a white dial. The range of pressure gauge shall be 0-10 kg.sq.cm or as specified in BOQ. The
pressure gauges shall be complete with isolation cock, siphon tubing, etc.

19.0 PRESSURE SWITCHES

19.1 The pressure switch shall be industrial type single pole double throw electric pressure switch
designed for starting or stopping of equipment when the pressure in the system drops or
exceeds pre set limits. It shall comprise of a single pole change over switch, below element
assembly and differential spindle.

19.2 All pressure switches shall have ¼” BSP (F) inlet connection and screwed cable entry for
fixing cable gland. All control cabling shall be provided.

20.0 SPRINKLER HEADS

Sprinkler heads shall be provided at approximate spacing so as to cover 12 sq.mtr. per


sprinkler head in case of ordinary hazard for basement having car parking area. The spacing
shall however be in uniformity with the drawings and properly coordinated with electrical
fixtures, ventilation ducts and grilles and other services along the ceiling. Sprinkler heads
shall be gunmetal quartz bulb type with a temperature rating of 68°C. Sprinkler heads shall
be of upright conventional type with fusible link for operation. Sprinkler head shall be
approved by the under writers Laboratories (U.L.) or Fire Officers Committee (FOC). The finish
shall be as specified in bill of quantities.

Contractor shall install cabinet (fabricated from 16 Gauge M. S. sheets witch lockable glass
shutters. Shelves for keeping spare sprinklers and spanner at locations approved by the
Engineer-in-Charge and given in the schedule of quantities. The contractor shall also give
required tools for removing and fixing of different types of sprinkler free of cost as directed by
Engineer-in- Charge.

21.0 SPRINKLER SYSTEM

21.1 GENERAL:

To supply, install, testing and commissioning of sprinkler system as per drawing and Sprinkler
heads spacing shall be in conformity with the drawings and properly coordinated in
reflected ceiling with electrical fixtures, ventilation ducts and grills and other services along
the ceiling.

Sprinkler heads shall be brass / gunmetal with quartz bulb with temperature rating of 68
degree celsius. Sprinkler heads shall be of type and quality approved by the local fire
brigade authority. The inlet shall be screwed. Sprinkler heads shall be pendent, recessed or
special side type. All sprinklers shall conform to the specifications given by TAC, IS, NFPA,
FOC, UL & FM.

21.2 UPRIGHT TYPE SPRINKLER HEAD

Fire Fighting (Protection) Work Technical Specifications 9


Sprinkler heads shall be quartzite bulb type with bulb, valve assembly, yoke and the
deflector. The sprinkler shall be of approved make and type with 15 mm nominal diameter
outlets.

The bulb shall be made of corrosion free material strong enough to withstand any water
pressure likely to occur in the system. The bulb shall be shatter when the temperature of the
surrounding air reaches at 68 c. Upright sprinklers shall be considered for basement.

The nominal bore shall 15 mm diameter and colour of liquid shall be as per temperature
rating.

21.3 FLOW SWITCH

Flow switch shall have a paddle made up of flexible material of the width to fit within the
pipe bore. The terminal box shall be mounted over the paddle / pipe through a connecting
socket. The switch shall be potential free in either NO or NC position as required. The switch
shall be able to trip and make/ break contact on the operation of a single sprinkler head.
The terminal box shall have connections for wiring to the Fire alarm panel. The seat shall be
of stainless steel. The flow switch shall have IP: 55 protections.

The flow switch shall work at a minimum flow rate of 100 LPM. Further, it shall have a retard to
compensate for line leakage or intermittent flows.

21.4 BUTTERFLY VALVE

The Butterfly valve shall be suitable for waterworks and tested to minimum of 16 kg/sq cm
Pressure. The valves shall fulfill the requirements of BIS(Indian Standard)BS: 5155 or AWWA C
504, API 609 and MSS-SP-67.

The body shall be of cast iron to IS: 210 in circular shape and of high strength to take the
minimum water pressure of 10 kg/sq cm. The disc shall be heavy-duty cast iron with anti-
Corrosive epoxy or nickel coating.

The valve seat shall be high grade elastomer or nitrile rubber. The valve in closed position
shall have complete contact between the seat and the disc throughout the perimeter. The
elastomer rubber shall have a long life and shall not give away on continuous applied water
pressure. The shaft shall be of ENB grade carbon steel.

The valve shall be fitted between two flanges on either side of pipe flanges. The valve edge
rubber shall be projected outside such that they are wedged within the pipe flanges to
prevent leakages.

The valve shall be supplied with manual gear operated opening/ closing system by lever.

21.5 DRAIN VALVE

50 MM / or as specified in SOQ diameter MSpipe conforming to I.S.:1239 (heavy grade) with


50 mm diameter / or as specified in SOQ gunmetal full way valve shall be provided for
drainage of any water in the system in low pockets.

22.0 TESTING OF THE HYDRANT SYSTEM:

22.1 All air shall be trapped from the pipeline through hydrants & air valves. Each section of the
pipe shall be slowly filled with the water & allow to stand the water for 2 hours minimum with
the ends closed. No joints / connection shall be leaked within this duration. The hydraulic test
pressure shall be 1.5 times the design pressure.

22.2 Flushing of underground connections: Underground mains and lead-in connections to


system risers shall be flushed before connections made to piping in order remove foreign

Fire Fighting (Protection) Work Technical Specifications 10


materials which may have entered the underground during the course of installation. For
hydrant system the flushing operation shall be continued until water is clear.

22.3 Underground mains and lead-in connection shall be flushed at a flow rate of not less than
480 ltrs. per minute.

22.4 Provision shall be made for the disposal of water issuing from test outlets to avoid property
damage.

22.5 Acceptance Test

At the time of taking over, the hydrant system shall fulfill the following acceptance tests:-

22.5.1 Starting up of the pressure suction (Jockey Pump) : The pressure switch shall be set at 3.5
kg/cm2 at the lower limit and 7.5 kg/cm2 at the upper limit. The system drain shall be opened
to cause a drop in the pressure. The Jockey Pump shall start as soon as the pressure gauge
needle falls down to 3.5 kg. The Jockey pump shall also stop automatically when the system
has been pressurised again upto 7.5kg/cm2.

22.5.2 The main electrical pump shall be set to start at 3.5 kg/cm 2. An external hydrant valve using
a single length of hose and branch pipe shall be fully opened to cause a drop of pressure in
the system. At first, the jockey pump shall start when the pressure drops from 7 kg. Further,
drop in the pressure from 3.5 kg should be allowed to test automatic start-up of the electrical
pump. The electrical pump shall continue to run atleast for 5 minutes and register rise in the
pressure upto 3.5 kg the Jockey Pump shall be automatically start at this. The electrical
pump shall be stopped manually by pressuring the stop button.

22.5.3 After having the system got fully charged at 7.5 kg/cm2 the external hydrant valve using
hose and branch pipe at (ii) above shall be opened. When the pressure has dropped from
3.5 kg/cm2, the electric main pump shall come into operation automatically. After the main
pump has run for 5 minutes, the power supply in the pump house shall be switched off. The
diesel pump shall automatically come into operation immediately.

22.5.4 All these tests mentioned above shall be repeated after one hour interval. The result of all the
tests shall be identical again. After the system has satisfactorily withstood the above tests, it
can be taken over from the contractor.

23.0 START-UP/SYSTEM TESTING

It will be the responsibility of the tenderer to cause interim/stage inspection by the Local Fire
Authority LFA/ Chief Fire Officer C.F.O during execution of the work as and when so called
for by the Employer / Consultant and shall carry out any rectification / modification as may
be suggested by the Local Fire Authority (LFA), Chief Fire Officer (CFO).

Soon after the work is completed, the contractor shall inform the LFA/CFO in writing with a
copy to the Consultant/Employer for getting the complete system including all sub system
and instrumentation, control etc. thoroughly inspected and tested for satisfactory
performance. After satisfactory completion of tests of the systems by the LFA / CFO, the
contractor shall be required to submit as built drawings to the Consultant / OWNER which
have been so approved.

24.0 COMMISSIONING OF SYSTEM

24.1 Pressurised the fire hydrant system by running the main fire pump and after attai required
pressure shut off the pump.

24.2 Open bye-pass valve and allow the pressure to drop in the system. Check that the jockey
pumps cuts-in and cuts-out at the pre-set pressure. If necessary adjust the pressure switch for
the jockey pump. Close bye-pass vavle.

Fire Fighting (Protection) Work Technical Specifications 11


24.3 Open bye-pass valve and allow the water to flow into the fire water tank in order to avoid
wastage of water. The main fire pump should cut-in at the preset pressure and should not
cut-out automatically on reaching the normal line pressure. The main fire pump should stop
only by manual push button. However, the jockey pump should cut out as soon as the main
pump starts.

24.4 Switch off the main fire pump and test check the diesel engine driven pump in the same
manner as the electrically driven pump.

24.5 When the fire pumps have been checked for satisfactory working on automatic controls,
open fire hydrant simultaneously and allow the hose pipe to discharge water into the fire
tank to avoid wastage. The electrically driven pump should run continuously for eight hours
so that its performance can be checked.

24.6 Diesel engine / DG set driven pump should also be checked in the same manner as given in
clause above by running for 8 hours.

24.7 Check each landing valve, male and female couplings and branch pipes for compatibility
with each other. Any fitting which is found to be incompatible and does not fit into the
other properly, shall be replaced by the Contractor. Landing valves shall also be checked
by opening and closing under pressure.

25.0 HANDING OVER

25.1 All commissioning and testing shall be done by the Contractor to the complete satisfaction
of the Engineer-in-Charge / Consultants, and the job handed over to the Client.

25.2 Contractor shall also hand over to the Client all maintenance and operation manuals and
all items as per the terms of the contract.

Fire Fighting (Protection) Work Technical Specifications 12


GENERAL PARTICULARS AND REQUIREMENTS ELECTRICALS

1. GENERAL
These specifications shall be read in conjunction with Condition of Contract, Bill of
Quantities and Drawings to cover the Supply, Erection, Testing, and Commissioning
of Electrical work.

1.1 Scope of work


The general character and the scope of work to be carried out under this contract are
illustrated in Drawings, Specifications and Schedule of Quantities. The Contractor
shall carry out and complete the same work under this contract in every respect in
conformity with the contract documents and with the direction of and to the
satisfaction of the Engineer. The contractor shall supply all labor, materials and
equipment as required and specified for supply, Installation, Testing, Commissioning
and Handing Over of the complete Electrical System. 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 is necessary and customary to be performed under this Contract.

The Supply Authority will terminate their supply feeder in the HT metering panel
from where the scope of this tender starts including installation of the Metering
Panel.

The electrical Work mainly comprises of but not limited to –


 LT Power Distribution
 Light, FAN & Plug Point
 Cables and Wires
 SITC of Section Pillar, PCC Panel etc.
 Earthing System
 Light Design As per Lux Level Requirement & Execute accordingly.
 Get Permission of Concern Authority to Finished Work
 Liasoning Work for Power Supply

For execution of entire system, following are included in the Contractor’s scope of
work as well as in the rates quoted by them -

 Prepare Light Design As per Lux Level Requirement, Finalize it with GMC
Department Executive & PMC, Execute tender items as per final & approved
design. Get Permission of Concern Authority to Finished Work, Get Power
Supply from concern Electricity Board and complete Liasoning Work needed
for it.
 Prepare Shop drawings / As built drawing and submit in 5 no. of sets.
 List of recommended spares, as installed drawings, operation and maintenance
manual for the Electrical work.
 All major Civil / Structural works for Stadium Mast. Minor Civil works like
excavation for trenches / underground pipes / conduits pedestal supports,
chasing in the wall / ceiling or making hole in the RCC floor / ceiling or in
brick wall for piping, Cables, Supports, grouting etc. including making good
after completion or any other minor civil works required in connection with the
installation of the systems are in Contractors scope.

2 Electrical Operation Considerations


 The design ambient temperature shall be considered as 45°C unless otherwise
specified.
 The relative humidity shall be considered as 90%
 The system voltage and frequency variations shall be as given below:
 Voltage + 5% Frequency : + 3%
 Combined voltage and frequency variation will not exceed 8%
 Under transient conditions voltage variation may be – 20% or + 10% of
nominal voltage, this shall have no consequence on equipment operation
 Seismic Zone : Zone III
 Hot, Arid and Dry Climate.

2.1 Bye-laws and Regulations.


The installation shall be in conformity with the Bye-laws. Regulations and Standards
of the Bureau of Indian Standards. Latest Rules of Local Authorities and other
statutory boards concerned shall also become applicable to the Installation. The cost
of Inspector and approval of statutory authorities as and when required from
commencement of work to completion of work shall be borne by the contractor
except the statutory fees for permanent work.
2.2 Shop Drawings / As-Built Drawings
Shop drawings / As-built drawings are to be prepared by the Contractor as stated in
Scope of Work.

2.3 Material and Equipment


All materials and equipment shall in general have ISI Mark whichever available. The
valid ISI certificate wherever available along with manufactures test certificate to be
submitted before or along with dispatch of materials. Make shall be strictly in
conformity with the list of approved manufacturers.

2.4 Manufacture Instructions


Where manufacturer has furnished specific instructions, relating to the material and
equipment used in this project covering points not specifically mentioned in these
documents, such instructions shall generally be followed in call cases. The specific
requirement should be brought in to the notice of Engineer for their decisions.

3. Inspection and Testing


The Owner may carry out inspection and testing at manufacturer’s works for this
contract. NO equipment shall be delivered without prior written confirmation from
Architect / Engineer. In case factory inspection is carried out, then all traveling and
lodging expenses shall be borne by the Owner. However, all expenses related to
testing shall be to Contractors account. Tests on site of complete works shall
demonstrate the following among others.
That the equipment installed complies with specification in all respects and is of the
correct rating for the duty and site conditions.
That all items operate efficiently and quietly to meet the specified requirements. That
all electrical circuits are correctly protected and that protective devices are properly
co-ordinate.
The contractor shall provide all necessary instruments and labor for testing shall
make adequate records of test procedures and readings shall repeat any tests
requested by the Architect / Engineer and shall provide test certificate signed by a
property authorized person. Such test shall be conducted on all materials and
equipment and tests on completed work as called for by the Architect / Engineer at
contractor’s expenses unless otherwise called for.
If it is observed that the installation or part thereof is not satisfactorily carried out.
Then the contractor shall be liable for the rectification and re testing of the same as
called for by the Architect / Engineer decision as to what constitutes a satisfactory
test shall be final.
The above general requirement as to testing shall be read in conjunction with any
particular requirements specified elsewhere. All tests shall be carried out by a test
house approved by the Architect / Owner.

3.1 Samples
The Contractor shall be required to have samples of various materials to be kept at
site after approval by the Architect / Engineer.

4. Measurements
All measurements shall be as specified in Technical Specification or BOQ. In
absence of any such method of measurement in the said documents, relevant IS
Codes or any other approved standard shall be followed.

4.1 Bidders shall furnish the Technical Data Sheet as specified hereinafter.

TECHNICAL SPECIFICATION
ELECTRIC WORK

SR NO 1. LT SWITCHGEAR PANEL
1.1 Scope
This specification covers the design, material, construction features, manufacture,
supply, inspection and testing at the manufacturer's works, delivery and performance
testing of L.T. Switchgear panel of voltage not exceeding 1000 V AC.

The switchgears would comprise of LT switch boards, power panels, control panels
and Distribution Boards (DBs) required for the supply of power to the medium
voltage equipment.

1.2 Codes & Standards


The design, construction, manufacture and performance of equipment shall conform
to latest applicable standards and comply with all currently applicable statutes,
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.
Equipment shall conform to the latest applicable Standards as mentioned. In case of
conflict between the Standards and this specification, this specification shall govern.

All components shall be of reputed/ approved make and subject to Client's approval.
1.3 Tests
A. All tests shall be conducted in accordance with the latest edition of IS:2834
and as applicable for the controls.
B. Type test certificates for similar capacitor units shall be furnished.
1.4 Constructional Features
A. Switchgear panel shall be
(a) of the metal enclosed, indoor, floor mounted modular type
(b) made up of the requisite vertical sections
(c) of dust and vermin proof construction
(d) provided with a degree of protection
(e) easily extendable on both sides by the addition of vertical section after
removing the ends covers.
(f) provided with a metal sill frame made of structural steel channel
section property drilled for mounting the Switchgear along with
necessary mounting hardware. Hardware shall be zinc plated and
passivated.
(g) provided with labels on the front indicating the switchgear
designation.
(h) provided with cable entry facilities at top and bottom with 3 mm thick
removable gland plates and necessary cable glands.
(i) of uniform height of not more than 2200 mm
(j) of single front execution
(k) provided with gaskets all round the perimeter of adjacent panels,
panel and base frame, removable covers and doors.
(l) provided with busbars running at the top or bottom, as required, all
along the length of the switchgear in a separate sheet steel enclosure.
B. Operating devices shall be incorporated only in the front of the
Switchgear.
C. The switchgear shall be provided into distinct vertical sections each
comprising :
(a) A completely metal enclosed busbar compartment running
horizontally.
(b) Individual feeder modules arranged in multi tier formation.
(c) Enclosed vertical bus bars serving all modules in the vertical
section.
(d) A vertical cable alley covering the entire height.
(e) A horizontal separate enclosure for all auxiliary power and
control buses, as required, shall be located so as to enable easy
identification, maintenance and segregation from the main
power buses. Tap-off connections from these buses shall be
arranged separately for each vertical section.
(f) Each vertical section shall be equipped with space heaters
which may be located in the cable alley.

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.
In breaker compartments, suitable barriers shall be placed between circuit
breakers and all control, protective and indication circuit equipment including
instrument transformers. External cable connections shall be carried out in separate
cable compartments for power and control cables.
After isolation of power and control connections of a circuit, it shall be
possible to safely carry out maintenance in a compartment with the bus bars and
adjacent circuits live.
Cable alleys shall be provided with suitable hinged doors. It shall be possible
to safely carry out maintenance of cable connections to any one circuit with the bus
bars and adjacent live circuits. Adequate number of slotted cable support arms shall
be provided for dressing the cables.
The withdraw able chassis housing circuit breakers shall be of the fully draw out
type.
1.5 Sheet Metal Work
The switchgear frame shall be fabricated using suitable white CIRCA sheets of
thickness not less than 2.5 mm.

Frames shall be enclosed by white CRCA sheet of thickness not less than 2 mm
smoothly finished, levelled, and free from flaws. Doors and covers shall be made of
white CIRCA sheets of thickness not less than 2mm. Stiffeners shall be provided
wherever necessary.
The complete structure shall be rigid. self-supporting, free from vibration, twists and
bends.
1.6 Painting
All sheet steel parts shall undergo rust proofing process to include degreasing de-
scaling and phosphating process with 7 tanks process. The steel works shall then be
painted with the two coats of zinc chromate primer final paint shall be powder coated
in approved shade as per relevant IS. Thickness of powder coating shall be 65
microns.

MODE OF MEASUREMENT: AS PER MENTIONED IN SCHEDULE – B


Description
Mode of Payment: The rate shall be for a Unit of One Sq Mtr.

SR NO 2. CIRCUIT BREAKERS
2.1 General
Circuit Breaker shall be :-
A. of the air break draw out type. electrically operated & mounted along with its
operating mechanism on a wheeled carriage moving on guides, designed to
align correctly and allow easy movements.
B. of the shunt trip type
C. provided with mechanically operated targets to show 'Open', 'Closed',
'Service' and 'Test' positions of the circuit breaker.
D. provided with mechanically operated, red 'trip' push button, shrouded to
prevent accidental operation.
E. provided with locking facilities in the 'Service', 'Test', and 'Isolated',
positions. In test position the breaker will be tested without energising the
power circuits. The breaker shall remain fully housed inside the compartment
in the test position.
F. provided with 6 NO and 6NC potential free auxiliary contacts, rated 1OA at
240V A.C. and 1A (inductive breaking) at 220 V D.C.
G. provided with 'red', 'green' and 'amber' indicating lamps to show 'closed',
'open' and 'Auto-trip' conditions of the circuit breaker when breaker operation
is controlled by a control switch.
H. Circuit breaker closing and trip coils shall be rated for satisfactory operation
on a control supply system.
I. Closing and trip coil shall operate satisfactorily under the following
conditions of supply voltage variation:
(a) Closing coils-85% to 110% of rated voltage
(b) Trip coils - 50% to 110% of rated voltage
J. Conforming to IEC 947 1 & 2.
Circuit breakers shall be provided with the following interlocks.
K. It shall not be possible to plug-in a closed circuit breaker, or to draw out a
circuit breaker in the closed position.
L. It shall not be possible to operate a circuit breaker unless it is in the fully
plugged-in, test, or fully isolated position.

2.2 Operating Mechanism


A. Power operated mechanism shall be of the motor wound spring charging
stored energy type. The closing action of the circuit breaker shall charge the
tripping spring ready for tripping. Speed of closing of contacts shall be
independent of the speed with which the handle is operated. All stored energy
mechanisms shall be provided with mechanical indicators to show the
'charged' and 'discharged' conditions of the spring.

B. Circuit breakers provided with stored energy operating mechanisms shall be


provided with the following interlocks. The circuit breaker shall not close
unless the spring is fully charged. Shocks, vibrations, or failure of springs
shall not operate the breaker or prevent intended tripping.

C. Power operated mechanism shall be provided with a universal motor suitable


for operation on DC. control supplies with voltage variation from 85% to
110% rated voltage, designed to enable a continuous sequence of closing and
opening operation as long as power is available and at least one opening
operation on power supply failure, provided with emergency manual charging
facilities, provided with facilities for remote panel Closing & opening
operations.

D. The control scheme will be as follows for remote control:

E. All spare potential free contacts of all ACBs, MCCBs and contactors in main
LT panel shall be wired up to the terminal block of individual module.
F. Spring charging time for power operated mechanism shall not exceed 15
seconds. Power operating mechanism shall be provided with the following
additional features. Closing of the circuit breaker shall automatically initiate
recharging of the spring ready for the next closing stroke. The motor shall be
mechanically decoupled as soon as the emergency manual charging handle is
coupled. The circuit breaker mechanism shall make one complete closing
operation once the control switch has been operated and the first device in the
control scheme has responded even though the control switch is released
before the closing operation is complete provided there is no counter trip
impulse. Closing controls shall be so arranged that only one closing operation
of the circuit breaker shall result from each close initiating impulse, even if
the breaker trips while the initiating device is held in the 'close' position. An
electrical anti pumping relay shall be provided on the circuit breaker chassis
for this purpose, in addition to the mechanical anti pumping feature
incorporated in the circuit breaker.

2.3 Protection Coordination


The circuit breaker shall be provided with microprocessor based overload, short
circuit and earth fault protection releases, each with a wide setting range integrated in
one module.
The microprocessor based trip units shall be provided with following features:-
A. designed to withstand tough industrial environments i.e. high ambient
temperatures, switching surges, electromagnetic interferences, vibrations and
switching areas.
B. reliably self-powered by built in current transformers.
C. Motor setting shall be provided with 20 m sec delay to eliminate nuisance
tripping caused by high peaks during motor start. It shall also provide single
phasing protection.
D. LED display indication of each of over load, short circuit and earth fault.
E. Integrated test button to check the healthiness of trip unit electronics and
associated CT circuits without tripping the breakers.
F. Alarm display for microprocessor fault.
G. Query feature to indicate tripping cause upto 48 hours after instant of tripping
without back up supply.
H. Other features such as switchable zone scheme memory, opto-coupled
outputs for remote signaling of a trip cause, switchable thermal memory, over
temperature indication, communication capability.

It shall be the responsibility of the VENDOR to fully co-ordinate the


overload and short circuit tripping of the circuit breakers with the upstream
and downstream circuit breakers/fuses/motor starters. to provide satisfactory
discrimination.

2.4 Moulded Case Circuit Breaker


MCCB shall be capable of breaking short-circuit currents up to levels as specified in
Bill of Quantities / Drawing.

Moulded case circuit breakers shall be made of insulating case and cover made of
high strength, heat resistant and flame-retardant thermosetting insulating material
conforming to IEC 947 Part 2 of 1989, BS 3871, 1965 or other applicable standards.

The switching mechanism shall be quick make/quick-break type with double break
contact system utilizing a trip free toggle mechanism. The handle position shall give
positive indication of whether the breaker is ON (top), OFF (down) or TRIP
(midway). For overload protection, three bimetal magneto-thermal release and
electromagnetic releases for short circuit protection to be provided. The magneto-
thermal release shall be variable and direct acting. All releases shall operate on a
common trip bar so that all phases are disconnected in the event when fault occurs
even on only one of them. The tripping mechanism shall be of an inverse time
characteristics to prevent tripping on temporary overloads and shall not be affected
by normal variation in ambient temperature.
The terminals shall have sufficiently large dimensions to accept links or cable lugs of
suitable sizes. These shall be of a reputable manufacturer.

2.5 Switches /Miniature Circuit Breakers (MCB)


A. Switches/MCBs shall be hand operated, air break, quick make, quick break
type conforming to applicable standards.
B. The switch shall be protected by fuse and the MCB shall be provided with
overload/short-circuit protective device for protection under overload and
short-circuit conditions. The switch action shall be trip free to inhibit closing
under fault conditions. All brass parts shall be electroplated and all steel parts
cadmium plated and all contacts silver plated. The minimum breaking
capacity of MCBs shall be 10 kA r.GI. at 415V/220V D.C.
C. Switch shall have provision for locking in both fully open and closed
positions. MCBs shall be provided with locking facility.
D. The connections between switch and fuse shall be insulated and all live
connections shall be shrouded.
E. Miniature circuit breakers shall be as specified elsewhere or approved. Each
miniature circuit breaker shall be provided with spring-washer at each cable
termination.

MODE OF MEASUREMENT: AS PER MENTIONED IN SCHEDULE – B


Description
Mode of Payment: The rate shall be for a Unit of One No.

SR NO 3 CABLE TRAYS & RACEWAYS


3.1 Scope
This specification covers the design. manufacture, testing at works, inspection and
delivery at site of cable trays.

3.2 General
It is proposed that cables to be laid in the basement and vertical service shafts but not
within lift shafts) will be laid on suitable cable trays.

Power and data wiring to Workstation receptacles shall be through conduits up to the
nearest wall. It shall drop to FFL concealed in ceiling or boxed in an aesthetically
pleasing enclosure. Wiring up to workstation shall run in raceways.

3.3 Constructional Features


3.3.1 Material
The cable trays are to be manufactured from 2mm thick cold rolled sheet steel. The
same shall be shaped and cut using power driven dies/ cutters/ presses to the
specified sizes and bolted/ together to form a standard length of cable tray and its
accessories.

3.3.2 Finishing
The manufactured trays and all the accessories should undergo seven tank treatments
and should be hot-dip galvanized as per BS-2629 The zinc coating of 60 microns has
to be uniformly guaranteed The trays will be tested for this at site at random and the
contractor should make available at site Alcometer (or approved equivalent meter)
for carrying Out the test at site. The owners reserve the right to at random inspect the
trays being manufactured at the manufactures factory.
The width of the cable trays is specified in the schedule of quantities. The other
details will be as shown in the drawings.
GI coupler plates with GI Jointing hardware is to be included in the rates of the
contractor.
In case of GI perforated tray of width 150mm the height of the side walls shall be
50mm.

The following accessories are also to be supplied and installed by the contractor and
the cost of the same is to be included in the rates for straight lengths to be quoted in
the schedule of quantities.

Couple plates and hardware (as stated above).


(a) Vertical elbow up
(b) Reducer
(c) Horizontal Tee
(d) Horizontal Cross Piece
(e) Horizontal Elbow
(f) Vertical Elbow Down
(g) Providing cold galvanized paint touch up at site wherever trays, accessories
and supports are cut/ drilled after hot dip galvanizing.

3.3.3 Bends
The trays should have radius so as to enable a bending radius of 12 x Dia. of largest
cable to be laid in the tray.

3.3.4 Supporting Steel Work For Trays


Supporting structural steel members to be made from 50mm x 50mm x 6mm GI.
angles, 50mm x 6mm GI. flats for trays of width 600mm & above and 40mm x
40mm x 6mm GI. angles, 40mm x 6mm GI. flats for trays of width less than 600mm
and GI. channels duly hot dip galvanized. In general on horizontal runs cable trays of
width > 600mm & above will be supported at every 1 Mtr. and trays of smaller width
be supported at 1.2 Mtr intervals. In vertical runs the trays should be supported at
every 1 Mtr interval. Every horizontal bend will also be given an extra support.

3.3.5 Measurement
The installed trays and accessories will be measured at the central axis of the tray and
bends. Bends, reducers, elbows, coupler plates, hardware & steel supports will not be
measured separately.

3.3.6 Floor Raceway


Floor raceway of hot dip galvanised / aluminium sheet of 14 g / 2.0 mm shall be used
and the dimensions for the same shall be as per the BOQ. The raceways shall be as
per the make specified in the tender, The raceways shall be free of any sort of
welding edges or other sharp edges to protect cutting of wires during pulling. The
raceways shall be laid with use of junction boxes fabricated from 14 g hot dip GI as
per drawing.
MODE OF MEASUREMENT: AS PER MENTIONED IN SCHEDULE – B
Description
Mode of Payment: The rate shall be for a Unit of One Rmtr.

SR NO 4 EARTHING
4.1 Scope
This specification covers the supply, installation testing and commissioning of the
Earthing system.
4.2 Standards
A. IS 62305 2010 - Code of Practice for the protection of buildings and allied
structures against lightning
B. IS: 3043 (1987) - Code of Practice for earthing
C. Indian Electricity Rules 1956
D. Indian Electricity Act 1910
E. CEIG Regulations

4.3 General Requirement


Complete earthing system comprising earth electrodes in conjunction with earth grid
shall be provided for the substation and control room for achieving a safe step and
touch potential.
The exact location of Earth Bus/conductor, earth electrodes and earthing points on
the equipment shall be determined at site in consultation with the contractor. Any
change of methods, routing and size of conductor shall be subject to approval by the
contractor.

4.3.1 Details of Earthing System:


A. Main Earth Grid - 50 x 6mm GI Flat
B. Power Transformer Neutral - 50 x 6mm Cu. Flat
C. Transformer Body - 50 x 6mm GI Flat
D. Equipment to Main Grid - 25 x 6mm CI Flat
E. DBs/Junction Boxes - 8 SWG GI Wire
F. Lightning Protection - 1 x 70 mm Cu flexible
4.3.2 Earth Electrodes in Earth Pits
Plate Earthing
Plate electrodes of G.I. shall be 600 x 600 x 6mm. thick and of copper shall be 600
x600x 3mm. thick unless otherwise specified.
Earth bus is a Copper/G.I. strip or flat of specified size interconnecting all earth
electrodes. This will be laid throughout the length of electrical shaft (2 nos. per
shaft).

Chemical Earthing Electrode


Supplying & erecting earth pit of minimum bore dia.150mm size approved make
Earthing Electrode consisting Pipe-in-Pipe Technology as per IS 3043-1987 made of
corrosion free G.I.Pipes having Outer pipe dia of 50mm having 80-200 Micron
galvanising, Inner pipe dia of 25 mm having 200-250 Micron galvanising,
connection terminal dia of 12mm with constant ohmic value surrounded by highly
conductive compound with high charge dissipation.

Length of Pipe : As per mentioned in BOQ


Back filling Compound : As per mentioned in BOQ or Required to achieve desire
resistance level.

4.3.3 Artificial Treatment of Soil


If the earth resistance is too high and the multiple electrode earthing does not give
adequate low resistance to earth, then the soil resistivity immediately surrounding the
earth electrodes shall be reduced by adding sodium chloride, sodium carbonate,
copper sulfate, salt and soft coke or charcoal in suitable proportions.

4.3.4 Resistance to Earth


The resistance to each earthing system shall not exceed 1.0 ohm.

4.3.5 Earthing Station


Plate Electrode Earthing
A. Earthing electrodes shall consist of a galvanized iron plate not less than
600mm x 600mm x 6mm thick or copper plate not less than 600mm x
600mm x 3mm thick, as called for in the schedule.

B. The plate electrode shall be buried as far as practicable below permanent


moisture level but in any case not less than 2.5 mtrs. below ground level.

C. Earth Electrode shall not be installed in proximity to a metal fence. It shall be


kept clear of the building foundations and in no case shall it be nearer than 2
mtrs. from the outer face of the wall.
D. The earth plate shall be set vertically and surrounded with 150 mm. thick
layer of charcoal dust and salt mixture. 20mm.G.l. pipe shall run from the top
edge of the plate to the ground level.
E. The top of the pipe shall be provided with funnel and a mesh for watering the
earth through the earth. The main earth conductors shall be connected to the
electrode just below the funnel, with proper terminal lugs and check nuts. The
funnel over the G.L pipe and earth connections houses in a masonry chamber,
approximately 350mm. length x 300mm. wide and 300mm. deep. The
masonry chamber shall be provided with a cast iron cover resting over a C.I.
frame embedded in masonry.

4.4 Earthing Layout


Earthing conductors in outdoor areas shall be buried at least 600mm below
finished grade level unless stated otherwise.
Wherever earthing conductors cross cable trenches, underground service ducts,
pipes, tunnels, etc. it shall be laid minimum 300 mm below and shall be re-routed in
case it fouls with equipment structure foundations.

Tap-connections from the earthing grid to the equipment/structure to be earthed shall


be terminated on earthing terminals of the equipment/structure, if the equipment is
available at the time of laying the grid, otherwise "earth riser" shall be provided near
the equipment foundation, pedestal for future connections to the equipment earthing
terminals.

Earthing conductors along their run on cable trench ladder columns, beams, walls,
etc. shall be supported by suitable cleating at intervals of 750 mm. Earthing
conductors along cable trenches shall be cleated to the wall nearer to the equipment.

Cable trays and supports shall be connected to the earth mat at every 30 meters
interval. Wherever it passes through walls, floors, etc. GI sleeves shall be provided
for the pasGMCe of the conductor.
Earthing conductor around the building shall be buried in earth at a minimum
distance of 2000 mm from the outer boundary of the building.

4.5 Jointing
Earthing connections with equipment earthing pads shall be bolted type. Contact
surface shall be free from scale. paint enamel, grease, rust or dirt. Two bolts shall be
provided for making each connection. Bolted connections, after being checked and
tested shall be taped with PVC tape.
Resistance of the joint shall not be more than the resistance of the equivalent length
of the conductor.

MODE OF MEASUREMENT: AS PER MENTIONED IN SCHEDULE – B


Description
Mode of Payment: The rate shall be for a Unit of One No.

SR NO 5 WIRING
5.1 Point Wiring
5.1.1 Scope
Providing specified size of FRLS insulated, copper conductor, 1.1kV grade, ISI
marked of required color coding of approved make both for supply and earthing and
drawing these wires through already laid Medium duty PVC conduits with fish wire,
ferruling by coding tags as per relevant drawings and duly connecting with lugs,
complete finishing, removing debris from site; testing the installations for safety and
beneficial use.
5.1.2 Wires: Mains I Sub-mains I Circuit Mains (comprising phase and neutral
wires):
The wires shall be 650 / 1100 V, PVC insulated, FRLS unarmored with stranded
copper conductors, unless otherwise specified. The wires shall conform to IS:694.

The minimum area of conductors shall be 1.5 sq. mm for light fittings; 2.5 sq.mm for
receptacles rated 6 A receptacles and 4 sq.mm for 16 A and above.

The wires shall be coated red, yellow, and blue for R, Y, B phase and black for
neutral. Unless otherwise specified, external lighting cables shall be of 1.1 kV grade,
3C, PVC insulated and armoured type fed from main distribution boards.
Lugs:
Copper lugs of required size and type.
Glands:
Glands at terminating end of required size and type.
Other Material:
Rubber grommet, bush, harnessing material, etc.
5.1.3 Drawing of Wires
Wires shall be drawn with adequate care. Correct color coding as per shall be used
for phase, neutral and earth. Wires shall not have intermediate joint in between
terminals of the accessories. Earth-wire and Return wire (neutral may be looped only
within circuit. For lighting load or single phase distribution wires of two different
phases shalt not be drawn in single pipe. Lead wires of sufficient extra length shall
be provided and shall be terminated in the terminals of accessories only, with correct
type of and correct size of tugs.

Bush shall be used at pipe opening to protect wire insulation from getting damaged
due to burrs I sharp edges.

5.1.4 Testing:
Insulation resistance test:
All wiring shall be tested with 500V meggar between phases, phase-neutral and to
Earth. IR value shall not be less than 1 M-ohm.

Polarity test:
Polarity test shall be carried out for ensuring correct polarity plug and switch.

5.1.5 Table No- I


Colour Code for Wires
Type Colour
Phase Red, Yellow, Blue
Neutral Black
Earth Green

MODE OF MEASUREMENT: AS PER MENTIONED IN SCHEDULE – B


Description
Mode of Payment: The rate shall be for a Unit of One No.

SR NO 6 SWITCHES & SOCKETS


6.1 Switches
The switches shall be single pole, single or two way as shown in respective internal
lighting drawings. They shall be of moulded type rated for 250 volt, and of full 6 / 16
A capacity. They shall be provided with insulated dollies and covers.

The switches shall be rocker operated with a quite operating mechanism with bounce
free snap action mechanism enclosed in an arc resistant chamber. The switches shall
have pure silver and silver cadmium contacts. The switches shall be flush moduler
type The make of the switches shall be as indicated in the drawings or BOQ or make
of material or as suggested and approved by the client. The switches installed in
outdoor area shall be industrial, metal clad type, and shall be provided in weather
proof enclosures, complete with weather proof gasket covers.

6.2 Sockets
Each socket shall be provided with control switch of appropriate rating. The sockets
shall be moulded type, rated for 250 volts, and either of full 6 A or 16 A capacity, as
mentioned on the drawings.

Sockets shall be of three pin type, the third in being connected to earth continuity
conductor. The socket shall be flush modular type. The sockets installed in machine
room, plant room or wet / damp area shall be metal clad weather proof type. The
finishing and make of all the sockets shall be same as light switch. The socket shall
have fully sprung contacts and solid brass shrouded terminals to ensure positive
electrical connections.

The sockets shall be provided with automatic shutters, which open only when earth
pit of the plug inserts in the socket.

The socket shall be provided with three pin plug top suitable to the socket and of the
same make as socket.

6.3 Boxes
The boxes for switches and sockets shall be 18 gauge galvanised sheet steel as
manufactured by the switch manufacturer and suitable to accommodate grid type
switches. The size of enclosure boxes shall be chosen to accommodate the number of
switches to be installed at the particular location.
Separate screwed earth terminal shall be provided in the box for earthing purpose.
All boxes shall have adequate no. of knock out holes of required diameter for conduit
entry. Switch boxes to receive switches. socket outlets, power outlets. Telephone
outlets, fan regulators. etc. shall be fabricated to the approved shape and size to
accommodate all the devices without overcrowding. Outlet boxes to receive ceiling
fan shall be fitted with adequately sized rod I hook to fix ceiling fan. The boxes shall
be of minimum depth of 65 mm.
MODE OF MEASUREMENT: AS PER MENTIONED IN SCHEDULE – B
Description
Mode of Payment: The rate shall be for a Unit of One No.

SR NO 7 CONDUITS
7.1 Scope
Providing specified rigid PVC conduit and laying I erecting in RCC work, such as
stab, beam, column before casting, surface, wall, ceiling, etc including entries
through wall as per requirement and as per approved method of construction. The
scope also includes supply and installation of accessories for the PVC pipes of same
make as that of pipe; such as spacers, saddles, couplers, bends, inspection or non-
inspection type elbows, tees, junction boxes of required ways and resin I adhesive to
make all joints rigid, duly finishing, removing debris from site. Hardware like sheet
metal screws of specified sizes, washers, raw/ PVC/ fill type plugs, wooden gutties.

7.2 Material
All conduits, fittings & accessories shall be rigid PVC conduit as indicated in the
BOQ and shall comply with IS:9537. All pipes shall have ISI mark on each length of
conduit. The minimum size of conduit shall be 20 mm.

The conduits shall be uniformly circular in cross section. The nominal length of
conduit used shall be 3 or 4 meter. Joints shall be avoided as far as possible in the
conduits The interior of conduit shall be free from obstruction which might interfere
with ready introduction I withdrawal of maximum no. of cables permitted. The ends
of conduits shall be reamed and filed to remove rough edges and inside surface shall
be smooth and free from burrs and other defects. All conduits shall be provided with
approved type of fish wire.

7.3 Method of Construction


7.3.1 General:
Work shall be done in co-ordination with civil work to suit final approved layout.
Conduit shall be duly clamped and size of conduit shall be correct depending on
number of wires to be drawn. Separate pipe shall be used for each phase in single
phase distribution and also for wiring other utilities like data, telephone. TV cabling,
etc, for which distance between pipes shall be not less than 300mm or anti
electrostatic partition is to he provided. Adequate use of conduit accessories shall be
made at required locations. Entries in wall shall be at level of corresponding conduit
with color coding. (For visual identification). Flexible conduits shall be used at
expansion joints. Erection shall be done as per the layout finalized, with minimum
sharp bends, with junction boxes at angular junctions and for straight runs at every
425m, in such manner so as to facilitate drawing of wires. All bending of conduits
shall be done in approved manner without changing the cross-section.

Table No. 2. Colour Coding for Conduits in Wall Entry


Conduit for Colour
Light / Power Circuit Black
Security wiring Blue
Fire Alarm wiring Red
Low Voltage circuits Brown

MODE OF MEASUREMENT: AS PER MENTIONED IN SCHEDULE – B


Description
Mode of Payment: The rate shall be for a Unit of One Mtr.

SR NO 8 TESTING AND COMMISSIONING


8.1 General
The testing and commissioning for all electrical equipment at site shall be according
to the procedures laid down below:

All electrical equipment shall be installed, tested and commissioned in accordance


with the latest relevant Standards and Codes of Practices published by Indian
Standards Institution wherever applicable and stipulations made in relevant general
specifications.
The testing of all electrical equipment as well as the system as a whole shall be
carried out to ensure that the equipment and its components are in satisfactory
condition and will successfully perform its functional operation. The inspection of
the equipment shall be carried out to ensure that all materials, workmanship and
installation conform to the accepted design. engineering and construction standards
as well as accepted codes of practice and stipulations made in the relevant general
specifications.

All tests shall be carried out by the contractor using his own instruments, testing
equipment as well as qualified testing personnel. The results of all tests shall be
conforming to the specification requirements as well as any specific performance
data guaranteed during finalization of the contract. Test sheets shall be prepared &
submitted to contractor for approval within 1 month of award.

8.2 Preparation of the Plant for Commissioning


After completion of the installation at site and for the preparation of plant
commissioning, the contractor shall carry out check and testing of all equipment and
installation in accordance with the agreed standards, Codes of Practice of Indian
Standards Institution and specific instruction furnished by the particular equipment
suppliers as well as contractor.
Checking required to be made on all equipment and installations at site shall
comprise, but not be limited to the following. The following checks shall be made on
all equipment and installations at site:
Physical inspection for removal of any foreign bodies, external defects, such
as damaged insulators, loose connecting bolts, loose foundation bolts etc-
Check for grease, insulating/lubricating oil leakage and its proper quantity
Check for the free movement of mechanism for the circuit breakers, rotating part of
the rotating machines and devices.
Check for tightness of all-cable, busbar at termination/joints ends as well as
earth connections in the main earthing network.
Check for clearance of live busbar and connectors from the metal enclosure.
Check for proper alignment of all draw out device like draw out type circuit-
breakers. Continuity check in case of power cables Checking of all mechanical and
electrical interlocks including tripping of breakers using manual operation of relay.
Checking of alarm and annunciation circuits by manual actuation of relevant
relays like Buchholz relay in case of transformer.
Check and calibrate devices requiring field adjustment calibration like
adjustment of relay settings etc.
Check proper connection to earth network of all non-current carrying parts of
the equipment and installation.

Tests reports for all meters are to be furnished.

The tests that shall be carried out on the equipment shall include but not be limited to
the following:

8.3 Low Voltage Switchgear (up to I000V AC or 1200V DC)


Insulation resistance test with 1000V megger for main circuits. The minimum value
of insulation resistance shall be 1 mega ohm.

Insulation resistance test with 500V megger for control metering and relaying
circuits The minimum value of insulation resistance shall be mega ohm Relay
operation test by primary & secondary injection method.

Functional tests of control circuit.


Checking of settings of all relay / releases as per single line diagram/specification.
ON/OFF operation of breakers both manually and electrically in "Test" as well as
"Service" positions.

8.4 Cables
Insulation resistance test with 2,500 V megger for high voltage power cables rated
above 1.1 KV grade and 1,000 V megger for cables rated up to 1.1 KV grade.

All cables of 1.1 KV and all HV cables shall be subjected to high voltage test after
joining and terminating but before commissioning as per relevant standards.

In each test, the metallic sheath/screen/armour should be connected to earth.

Continuity of all the cores, correctness of all connections as per wiring diagram,
correctness of polarity and phasing of power cables and proper earth connection of
cable glands, cable boxes, armor and metallic sheath, shall be checked.
Power frequency withstand test.
Operational tests to know the correct functioning of all devices associated with the
transformer

8.5 Earthing System


Tests to ensure continuity of all earth connections.

Tests to obtain earth resistance of the complete network by using earth tester.
The test values obtained shall be within the limits.

All documents / records regarding test data, oscillo graphs and other measured values
of important parameters finalized after site adjustment shall be handed over to the
Contractor in the form of test reports for their future use and reference.

All Checks/tests etc. to be carried out in presence of contractor’s representative.

SR NO 9. GI POLE

Supplying & erecting Galvanized iron pipe post “B” class 88.9 mm O.D 6 mtr. Long duly
painted with two coats of aluminum paint complete with metallic base- plate of 300 mm x
300 mm x 4mm thick for using as a compound light pole with approx. weight 47 Kg.

DETAILED TECHNICAL DATA SHEET FOR GI POLE

GI POLE

• Height of POLE : 6 Mtr


• Raw material : B CLASS GI PIPE
• Approx Weight : 47 Kg
• No. of section : ONE
• Metal protection treatment : HOT DIP GALVANIZED As Per BS
729 or Equivalent. Both Internally &
externally
• Thickness of Galvanization : As per IS 2629 / IS 2633 / IS 4759
• Terminal box power control : Sheet metal box of suitable size in
2mmThick to accommodate required
MCB
Thickness of Galvanization : Average 85 Microns
Outer Diameter : 88.9 mm

(TEST TO BE CARRIED OUT AT OEM END / FACTORY)


Dynamic Loading as per Prevailing at Site

• Max. wind speed : 180 Kms Per Hour as per IS


875-1987 Part III
• Max. gust speed time : 3 seconds
• Height above ground level (These : 6 Mtr
above two levels are measured)
• Factor of Safety for wind load : 1.25
• Factor of Safety for other load : 1.15 ( as per TR No. 7)

( Test report shall be produced)


Foundation Details

• size of foundation : As per Manufacturer’s design


• Design safety Factor : As per IS :456
• Considered Wind pressure (Kg. /Sq. mm) : As per IS :875-1987
• Considered Wind speed (KM. /hrs.) : As per IS :875-1987
• Average Soil bearing capacity : As per site requirement
• Number of foundation bolts : 4 Nos.

(Test report shall be produced)

LUMINARIES

• Type : LED, OUTDOOR


• Quantity : As Per Light Design

(Test report shall be produced)

EARTHING

• Earthing : Suitable size earth termination shall


be provided to connect with the
proposed earth pit.
• No. of connection : ONE
• Final length : 150 Cm

General

• The POLE, Foundation and electrical drawing should be approved before


commencement of work
• All safety measures shall be adopted while execute (E & C) the work

GUARANTY & WARRANTY

• One-year GUARANTY & WARRANTY certificate shall be provided by the


Manufacturer of POLE and free service for first year shall be provided as when
required for attending the breakdown etc
• For Light Fixtures there are two years of warranty from the dispatch date of
materials.

• MODE OF MEASUREMENT: AS PER MENTIONED IN SCHEDULE – B


Description
• Mode of Payment: The rate shall be for a Unit of One No.

SR NO 10. LED LIGHT

10.1 CODES & STANDARDS: -

IEC 60529 Classification of degree of protections provided by enclosures (IP


Codes)
EN 55015, CISPR15 Limits and methods of measurement of radio
disturbance characteristic of electrical lighting and similar equipment.
IEC 62031 LED modules for general lighting-Safety requirements
IEC 61547-EMC Immunity requirement
IEC 60598-2-1 Fixed general purpose luminaries
IEC 60598-1 Luminaries - General requirement and tests
IEC 61000-3-2 Electro Magnetic compatibility (EMC)- Limits for Harmonic
current emission -– (equipment input current ≤ 16 A per phase.
IEC 60068-2-38 Environmental Testing: Test Z- AD: composite temperature/
humidity cyclic test
IEC 61347-2-13 Lamp control gear: particular requirements for DC or AC
supplied electronic control gear for LED modules.
IS 10322 Specification for the luminaries
IS 4905 Method for random sampling
LM 79 LED luminary photometry measurement.
LM 80 Lumen Maintenance
IEC 62384 DC or AC supplied electronic control gear for LED modules
performance requirements
IEC/ PAS 62612 Self-ballasted LED lamps for general lighting services-
Performance requirements

10.2 ENVIRONMENTAL CONDITIONS: -


The average atmospheric condition during the year is mentioned below. The
equipment shall be designed to work in such environmental conditions:

(i) Maximum ambient air temperature: 50° C


(ii) Minimum ambient air temperature: 10° C
(iii) Max. Relative humidity: 90%
(iv) Average Rainfall: 55 inches
(v) Atmosphere: Dusty and Heavy chemical smoke at times in certain areas.
(vi) Coastal area: The equipment shall be designed to work in coastal area in humid,
salt laden and corrosive atmosphere.

10.3 CONSTRUCTIONAL FEATURES:

10.3.1 General:

a) Luminaries shall be made of die cast aluminum/ extruded Aluminum body with
powder coated finish having safety.
b) Heat sink used should be aluminum extrusion having high conductivity. Heat sink
should be integrated within luminaries and efforts shall be made to keep the overall
outer dimensions
c) optimum such that it permits sufficient heat dissipation through the body itself so as
to prevent abnormal temperature inside the luminaries and consequential damage to
cover, gasket material, LEDs, lenses and drivers.
d) LED must be mounted on Metal core PCB with suitable large area surface by means
of fins to dissipate the conduct heat. The fins must be exposed to ambient flowing
air.
e) All luminaries shall be provided with toughened glass of min. 0.8 mm thickness of
sufficient strength. UV stabilized Poly carbonate material is also acceptable. High
efficiency prismatic diffuser/Lens under the LED chamber to protect the LED and
luminaries shall be provided.
f) The minimum IK protection of optic cover shall be IK 05. The test material
certificate shall be provided.
g) Suitable number of LED lamps shall be used in the luminaries. The manufacturer
shall submit the proof of procurement of LEDs from OEMs at the time of testing.
h) Suitable reflector/ lenses may also be provided to increase the illumination
uniformity and distribution.
i) The electrical component of the LED and LED driver must be suitably enclosed in
sealed unit to function in environment conditions mentioned earlier.
j) The connecting wires used inside the luminaries, shall be low smoke halogen free,
fire retardant e-beam cable and fuse protection shall be provided in input side.
k) Design of the thermal management shall be done in such a way that it shall not affect
the properties of the diffuser.
l) The equipment should be compliant to IEC 60598-1, IEC 62031 and IEC/PAS 62612
depending on the type of luminary.
m) The LED Module(s), Driver gear, etc. shall be designed in such a way so that
temperature of heat sink shall not exceed 70° C.
n) All the material used in the luminaries shall be halogen free and fire retardant
confirming to standard.
o) The infrastructure for Quality Assurance facilities to verify/ test/ prove above
specifications must be available at the manufacturing facility. The compliance shall
be indicated clearly in the tender itself.
p) All fasteners must be of stainless steel.
q) All glands inside/ outside luminaries must be metallic
r) Heat sink must be thermally connected to MCPCB/ LED light source.

10.3.2 High power and high lumen efficient LEDs suitable for following features shall
be used:

a) The working life of the lamp at junction temperature of 85° C (max) at operating
current shall be more than 50,000 working hours of accumulative operation and shall
be suitable for continuous operation of 24 hours per day. These features shall be
supported with datasheet.
b) Adequate heat sink with proper thermal management shall be provided.
c) Lumen maintenance report as per LM 80 guidelines shall be produced for the power
LEDs used.
d) Thermal management shall be in such a way that LED soldering point temperature
shall not go beyond 75° C.
e) The LED luminaries shall be free of glare.

10.3.3 LED DRIVER specification used for light:

a) Current waveform should meet relevant nation and international standard.


b) LED Driver shall withstand, withstand voltage up to level mentioned elsewhere in
tender and restore once normal working when normal voltage is applied.

c) The life of the driver should more than 25000 Hrs.


d) Maximum Temperature rise <= 30º C @ 45º C Tamb. With safety margin of 10º C.
e) The control gear should be compliant to IEC 61347-2-13, IEC 62031 and IEC 62384
as per the requirements.
f) The driver of the luminaries should have Short Circuit, Over Voltage, over current,
over temperature, Under Voltage, String Open protections.

10.3.4 The electronic components used shall be as follows:-

a) The protective cum adhesive coating used on PCBs should be cleared and transparent
and should not affect colour code of electronic components or the product code of
the company.
b) The construction of PCBs and the assembly for components for PCBs should be as
per IS standards.

10.4 Illumination Level:


The luminaries shall be so designed that the illumination level shall be evenly distributed
and shall be free from glare. The lux distribution curve/ graph/ spatial distribution shall be
submitted.

GENERAL DATA SHEET

Sr. Parameter Value/Detail


No.

4.1.1 Rated Supply Voltage 230 V ~, 50 Hz


4.1.2 Input supply voltage range 120-270 V
4.1.3 Expected Input Frequency 50 Hz +/- 3%
4.1.4 Working Temperature +5° to +50° C
4.1.5 Working Humidity 10% - 90% RH
4.1.6 UGMCe hours Dusk to dawn
4.1.7 Power Factor ≥0.90
4.1.8 Index of Protection Level IP 66 as per IEC 60529.
4.1.9 Surge Protection 4 KV
4.1.10 LED Chip efficacy ≥ 120 lm/ W
4.1.11 Driver Efficiency > 85%
4.1.12 Junction Temperature of LED < 85° C
4.1.13 Rated Life @ L70 50,000 burning hours at 35° C ambient
4.1.14 Nominal Correlated Colour 5000° K to 6000° K
temperature
Temperature
4.1.15 Dispersion Angle Minimum 120°
4.1.16 Tilting angle Adjustable
4.1.17 Maintenance factor of 0.85
4.1.18 Colour Rendering Index
luminaire ≥85
4.1.19 Total Harmonic Distortion < 10 % (EMI/ EMC Certification)
4.1.20 LED MAKE Cree/ Osram/ Nichia/ Philips Lumileds

Particulars and Details to be submitted by the bidder:

In order to properly assess and due diligence on submissions, the Bidder should provide
following information on the quality and photometric of proposed luminaries.

1. General Description

2. Electrical specifications

3. LED chip and driver information

4. Photometric information to be submitted

10.5 TESTS & CERTIFICATES:

Tests are classified as:–


Type test
Acceptance test
` Routine rest.

The luminaries' should be tested as per IEC 60598-2-3: 2002 standards and following
test reports should be submitted: -
(i) Heat Resistance Test

(ii) Thermal In SITU Test

(iii) Ingress Protection Test

(iv) Drop Test

(v) Electrical/ Insulation Resistance Test,

(vi) Endurance Test,

(vii) Humidity Test,

(viii) Electrical and Photometric Measurements Test Report (IES LM 79)

(ix) LED Lumen Maintenance Test Report (IES LM 80)

(x) Vibration test as per ANSI

10.5.1 Type Test: -

Type test certificates for both the luminaries' shall be provided with the technical-bid.

10.5.2 Acceptance Tests: -

These tests are carried out by an inspecting authority at the supplier’s premises on
sample taken from a lot for the purpose of acceptance of a lot. Acceptance tests shall
not be carried out from particular size from the lot on which type tests have already
been conducted. Recommended sampling plan is given below.

Sample size and criteria for conformity

The luminaries shall be selected from the lot at random. In order to ensure randomness
of selection, procedures given in IS 4905-1968 (Reaffirmed 2001) may be followed.

10.5.3 Routine Tests:

These tests shall be performed by the manufacturer on each complete unit of the same
type and the results shall be submitted to the inspecting agency, prior to offering the lot
for acceptance test. The firm shall maintain the records with traceability.

Method of Testing: -

Visual and Dimensional Check:

The unit shall be checked visually for all dimensions as per approved design and
drawing.

General workmanship should be good; all the components properly secured and
sharp edges shall be rounded off. Check the marking and quality of the
workmanship visually. Check the rating and make of electronic/ electrical items.

Checking of documents of purchase of LED

Check Document of purchase of LED lamps of approved sources viz. NICHIA/


OSRAM/ PHILIPS LUMILEDS/ CREE.

Resistance to humidity test

This is carried out by suspending the painted panels in corrosion chamber


maintained at 100% RH and temperature cycle of 42 to 48° C for 7 days and
examining it for any sign of deterioration and corrosion of metal surface.

Insulation resistance test

The insulation resistance of the unit between earth and current carrying parts
shorted together shall not be less than 2 MΩ when measured with 500 V megger.

HV test

Immediately after insulation resistance test, an AC voltage of 1.72 KV rms (1500


+ 2 x rated voltage) of sine wave form of 50 Hz shall be applied for one minute
between the live parts and frame. There shall not be any kind of break down,
flashover or tripping of supply.

Over voltage protection

The LED Driver Shall be cut off once voltage exceeds 288 V AC. It shall be
reconnected when supply comes within limit.

Surge protection

It shall withstand a surge of 4 KV at the input terminals for all types.

Reverse polarity

The Luminaries' shall withstand polarity reversal. It shall be operated with


reverse voltage for Min. 1 minute at maximum value of voltage range. At the end
of this period, the supply shall be made correct polarity and Luminary shall
operate in a normal way.
Temperature rise Test:

Temperature rise Test shall be conducted at 100 V ~ with full load. The
temperature rise shall be recorded by temperature detectors mounted at the
specified reference points on the body of semiconductors, capacitors and other
components as agreed between purchaser and manufacturer. The maximum-
recorded temperature under worst conditions shall be corrected to 55° C and
compared with maximum permissible temperature (for power devices at
junction). Under loading conditions as specified above, the corrected temperature
of the power devices shall have a safety margin of minimum 10° C.

Temperature at junction shall not exceed 100° C when corrected to 55° C. The
Luminaries' shall also be subjected for short time rating after continuous loading
to ensure the temperature rise is within the permissible limit. The maximum
temperature rise of the electronics devices on the PCBs shall be in limit for
industrial grade components suitable for 85° C environment. In case of exceeding
limit, use of MIL-grade component shall be considered keeping RDSO informed.

Ra (Colour Rendering Index) measurement test

The lumen is the unit of luminous flux, which is equal to the flux emitted in a
solid angle of one steradian by a uniform point source of one candela.

The initial reading of the chromaticity co-ordinates x & y shall be within 5


SDCM (Standards Deviation for Colour matching) from the standardised rated
value as per Annex: D of IEC 60081- 1997.

The initial reading of the general colour-rendering index (Ra) shall not be less
than the rated value decreased by 3.

The lumen maintenance of the lamp shall not be less than 80% of the initial
lumen after 20,000 burning hours and 70% of the initial lumen after 50,000
hours. The initial lumen will be taken after 100 hours aging.

Photometric test shall be conducted as per Annexure: B of IEC 60081-97.

The lumen maintenance test shall be done as per Annexure: C of IEC 60081-97.

Fire retardant Test

Fire Retardant test shall be conducted as per IEC 60332-1 of the wire used in the
luminaries.
Test for IP 65 protection

This test shall be conducted as per IEC 60529.


Environmental tests (Prototype Test)

The Luminary shall meet the following tests as prescribed in IEC–60571.


(i) Dry heat test.

(ii) Damp heat test

(iii) Test in corrosive atmosphere

(iv) Combined dust, humidity and heat test

Reliability Test

The reliability can only be determined in actual service. However, the following
tests shall be carried out on the prototype to simulate as close as possible, the
service conditions.

There shall be no failure during this test.

(i) The light unit shall be mounted in an oven maintained at 45° C.

(ii) The light will be operated at the specified maximum voltage and at 45° C for
a period of 100 hours.

10.5.4 Photometry Test: -

The test shall be carried out for Total Luminous Flux, Luminous Intensity
Distribution, Electrical Power, Luminous Efficacy (calculation), Color
Characteristics– Chromaticity, CCT & CRI etc. as per IES LM 79.

Life Test

The lumen maintenance & life test shall be done as per IES LM 80 for LEDs.

Endurance Test

The Luminaire shall be kept “ON” with input voltage of 250 V ~ for 200 hours.
After this the Luminaire is subjected to 20,000 cycles of “ON” and “OFF”, each
cycle consisting of 3 seconds “ON” and 10 seconds “OFF” period. Luminaire
should survive this test. Test is to be continued for 20,000 cycles, followed by
performance test.

Safety:

The Luminaire shall comply with the safety requirements as per IEC 61195.

All Tests defined for acceptance other than LM 79 and LM 80 are allowed to
carry out at Manufacturer works.

10.6 MARKING:

The following information shall be distinctly and indelibly marked on the housing:
Year of manufacture/ Batch Number/ Serial Number
Name of Manufacturer (Engraving only, stickers not allowed)
Rated watt and voltage
Input frequency
MODE OF MEASUREMENT: AS PER MENTIONED IN SCHEDULE – B
Description
Mode of Payment: The rate shall be for a Unit of One No.

11. Water Purifier


Brand Name Eureka Forbes

Item Weight 6.50 kilograms

Manufacturer Series Number Aquaguard

Model Number GWPDAG20010000

Number of Items 1

Part Number AG 200

Special Features UV , Gravity


12. LIFT

Supplying, Erecting, Testing & Commissioning the Automatic passenger / stretcher lift
having following main features:\
[1] GEAR LESS LIFT DRIVE comprising of High Starting torque Lift duty 3 phase 440 V
A. C. Permanent magnetic synchronous motor of proper rating with high efficiency shall be
used.
[2] Micro processor based / PLC, ACVVF, vector control drive with encoder feedback
closed loop system shall be used for lift car and door operation which shall be full collective
selective operation hall call demand response, UP/DOWN hall stops, Main, Up/ Down
Contactor with overload and phase reversal relay and safety controls.
[3] Car with M S platform with bracings of adequate size and to sustain the impact load
cabin + passenger with safety factor of fire for steel and side panels of Stainless steel of
sheet of grade 304 duty. Car ceiling will be S.S. finishes with aesthetic appearance with
LED ceiling lights. Car flooring shall be of anti skid PVC with choice of colour of engineer
in charge. Car doors shall be of stainless steel grade 304, hairline finish with centre opening
/ telescopic automatic doors. Car panel will also be S.S. 304 finished with emergency stop
device, mechanical door safety device, facility of auto/ attended mode. All car panel buttons
and all floor switches must be with brail language as per lift act.
[4] All landing doors shall be fully automatic centre opening/ telescopic opening made of
hairline finish steel grade of 304 with key holes and infrared curtains with Unlocking facility
from outside.
[5] Appropriate battery operated emergency light in the car along with alarm switch shall be
provided.
[6] Digital scrolling indicator system for up-down arrow along with floor position indicator
shall be provided inside the car and at all floors.
[7] Full height infra red curtain with multiple criss / crossing light beams shall be provided.
[8] Automatic Rescue Device (ARD) shall be provided accordingly of passenger capacity.
[9] Audio visual indication in the lift car showing over loading shall be provided such that
doors kept open till excess load is removed.
[10] Spring buffers/PU Buffers shall be provided.
[11] Car fan with automatic sleep timer shall be provided.
[12] Voice annunciater with suitable music shall be provided in lift car.
[13] Self diagnostics system for operational and safety parameters shall be provided in
control panel.
[14] Mechanical over speed governor, door key holes in the floor doors, fireman switch shall
be provided.
[15] Lift machine hoisting arrangement in the lift machine room and monkey ladder for lift
pit should be provided by the lift agency, along with the other steel structure works,
foundations for the machine etc…
[16] In the hoist way fascia plate shall be provided without any extra cost, where ever
required as / if directed by engineer in charge.
[17] Permanent wiring in lift machine room and lift well with proper numbers of light
points, with fixtures, exhaust fan and plug points shall be provided by the agency. Power
supply of 3 phase 440 V shall be made available by department in lift machine room.
[18] Any civil/ electrical works for additional and alteration in lift shaft and machine room
related to erection of lift shall be made by lift agency without any extra cost.(granite/marble
fixing around all landing door openings are not in lift agency’s scope.)
[19] Agency has to provide all working drawings and documents and liaison services for
obtaining all necessary permission from lift inspector and other authorities.
[20] As per statutory requirement of Got. Of Gujarat lift & escalator act 2000, lift agency
has to provide
1. Car top safety barricade
2. Push & talk communication system.
3. Fireman's switch operation at Ground Floor

1. ABOUT SPECIFICATIONS:

1. This specification covers the requirement of design, manufacture, supply,


erection, testing and commissioning of Passenger/Fire lift as specified.

2. It is not the intent to specify completely herein all details of the equipment.
Nevertheless, the equipment shall be complete and operative in all aspects and
shall conform to highest standard of engineering, design and workmanship.

3. Any material or accessory which may not have been specifically mentioned but
which is necessary or usual for satisfactory and trouble free operation and
maintenance of the equipment shall be furnished without any extra charge.

2. CODES & STANDARDS:

1. All equipment and materials shall be designed, manufactured and tested in


accordance with the latest applicable Indian Standards (IS) except where
modified and/or supplemented by this specification. Generally, the equipment
should meet the requirements of the following standards and rules :
a) IS : 14566 – Electric Traction Lifts
b) Gujarat Lifts and escalator act (2001)
c) National Building Code 2005 with latest amendments.
d) Indian Electricity Acts and Rules.

2. In addition, other national/international rules and regulations as applicable to the


equipments/work shall be followed. In case of any discrepancy, the more
restrictive rule shall be binding.

3. BRIEF SCOPE OF WORK

I. Supply, installation, testing and commissioning the elevator of required


specifications
II. To provide all necessary scaffolding
III. Minor and Major civil works like creating holes in the walls, grouting of
all bolts, fixing of steel members, indicators, button boxes etc.
IV. Supplying, fabricating and installation of all kinds of steel works required
installing and commissioning the elevators including machine rooms
V. Providing and fixing necessary electrical works, wiring etc for elevators,
hoist way and machine room.
VI. Supply and erection of shaft reducer steel channels, if necessary.
VII. All necessary approval from government authorities.
VIII. All inclusive maintenance and breakdown service from the date of handing
over.

4. DESIGN AND CONSTRUCTIONAL FEATURES:

Supplying, Erecting, Testing & Commissioning the passenger/Fire lift having following
main features:
[1] GEAR LESS LIFT DRIVE comprising of High Starting torque Lift duty 3 phase
440 V A. C. Permanent magnetic synchronous motor of proper rating with high
efficiency shall be used.
[2] Micro processor based / PLC, ACVVF, vector control drive with encoder
feedback closed loop system shall be used for lift car and door operation which
shall be full collective selective operation hall call demand response,
UP/DOWN hall stops, Main, Up/ Down Contactor with overload and phase
reversal relay and safety controls.
[3] Car with M S platform with bracings of adequate size and to sustain the impact
load cabin + passenger with safety factor of fire for steel and side panels of
Stainless steel of sheet of grade 304 duty. Car ceiling will be S.S. finishes with
aesthetic appearance with LED ceiling lights. Car flooring shall be of anti skid
PVC with choice of colour of engineer in charge. Car doors shall be of stainless
steel grade 304, hairline finish with centre opening / telescopic automatic doors.
Car panel will also be S.S. 304 finished with emergency stop device, mechanical
door safety device, facility of auto/ attended mode. All car panel buttons and all
floor switches must be with brail language as per lift act.
[4] All landing doors shall be fully automatic centre opening/ telescopic opening
made of hairline finish steel grade of 304 with key holes and infrared curtains
with Unlocking facility from outside.
[5] Appropriate battery operated emergency light in the car along with alarm switch
shall be provided.
[6] Digital scrolling indicator system for up-down arrow along with floor position
indicator shall be provided inside the car and at all floors.
[7] Full height infra red curtain with multiple criss / crossing light beams shall be
provided.
[8] Automatic Rescue Device (ARD) shall be provided accordingly of passenger
capacity.
[9] Audio visual indication in the lift car showing over loading shall be provided
such that doors kept open till excess load is removed.
[10] As per statutory requirement of Got. Of Gujarat lift & escalator act 2000, lift
agency has to provide
 Car top safety barricade
 Push & talk communication system.
 Fireman's switch operation at Ground Floor

5. DETAILED SCOPE OF WORKS:

1. Design, manufacture, supply, erection, testing and commissioning of Passenger/Fire lift as


specified.

2. Schedule of Materials

1 The contractor shall be responsible for unloading, storage, safe custody,


accountability, testing etc.
2 The quantity for measurement will be actual and invisible loss; wastage etc shall not
be paid or billed.
I) The contractor shall bear all incidental charges for the storage and safe
custody of the materials at site at his own responsibility.
II) The contractor shall make arrangement at the site to protect from damage by
rain, dampness, fire, theft etc.
III) In case any materials get damaged the contractor shall replace the same at his
own cost.
IV) The contractor shall maintain a day-to-day account of the material supplied
by Owner/Contractor in the prescribed Performa and it should be submitted
along with RA bills.

6. Clearance of site on completion.


On completion of the works, the contractor shall clear away and remove from the site,
all surplus materials, rubbish and temporary works of every kind and leave the whole
site and works clean and in workman like condition to the satisfaction of Owner at his
own cost. If the contractor fails to clear the site within 15 days after virtual completion/
submission of final bill whichever is earlier, it shall forfeit all his claims and the owner
may get the site cleared at contractor’s cost..
7. Statuary Approval
The contractor shall obtain necessary statutory approval from relevant government
agency / lift inspector / electrical inspector. The statutory fees shall be paid by the
contractor initially and same shall be reimbursed by SMC on submission of supporting
document.
8. Submission of the license or Commissioning certificate by TPI shall be treated as
the final completion date , whichever is later.

9. Submission of the preliminary and final layout drawings and technical details
The contractor shall submit the preliminary layout and technical details based on the
Surat Municipal Corporation drawings for approval and shall submit the final layouts
incorporating all comments. Execution will be allowed only after approval of the
drawings. Prior approval from Surat Municipal Corporation shall be required for
installation of each elements / accessories going to be installed inside CAR i.e. light
fitting, floor mat, hand rail etc.
Drawing, Document to be submitted, in general:
 Outline dimensional drawing showing general arrangement, space requirements
 Bill of Materials.
 Typical installation plan.
 Technical leaflets on & complete specifications & OEM address for bought out items.
 QAP
 Any other details furnished by manufacturer

10. Supervision
The work shall have to be carried out in best workman like manner and supervised by
competent erection engineers having adequate experience in the similar kind of work.

11. Insurance & Indemnification


The contractor shall take adequate insurance cover for his equipment, material,
installation and personnel for transport and storage, till the completion of the project;
and indemnify the Surat Municipal Corporation against any claims or liabilities that
may arise due to any cause whatsoever. The indemnification shall cover, but not be
limited to, accidents, injuries, loss, theft, etc. of items, properties and human beings.
12. Free Maintenance
The contractor shall provide free maintenance service for the period of 12 months from
the date of handing over. Contractor shall supply the electrical cable, with necessary
protective switch gears for the elevator as per requirement
13. Necessary Steel Channels for reduction of shaft (if required) shall also be in scope of the
bidder. No extra payment shall be made for this to bidder.

14. Testing and commissioning:

The installation, testing and commissioning of the equipment AT SITE shall be


carried out in accordance with IS: 14665.

Quality Assurance Plan shall be got approved. The safety gear equipment and other
parts as per approved QAP shall be tested as per relevant IS specifications AT THE
MANUFACTURERS FACILITY in the presence of authorized representative of TPI
and Surat Municipal Corporation, prior to dispatch for site. All the expenses incurred
for the same shall be borne by the contractor. At least 15 days prior notice should be given
to TPI and Surat Municipal Corporation so as to enable them to depute a representative for
the work. The above testing procedure does not relieve the contractor from his
commitment/ contractual obligation / guarantee etc.

15. Operation and maintenance manual:


Operation and maintenance manual and drawings IN SOFT COPY AND HARD COPY
(IN TRIPLICATE) shall be submitted.

16 . Announcing System :
Lift Announcing solid state system in the Passenger/ Stretcher lifts having
AC2/ACVV/ACVF drives & automatic doors only. The system comprising following
features & facilities.
(i) Announcing floor message, message to close period
(ii) Announcing ‘Emergency Message’ when lift is stuck between floors due to power failure
or any
other reason.
(iii) Instrumental Music between floor announcing.
(iv) Announcement in English / Hindi & Gujarati Languages..
(v) Flexible to accommodate special pre-programmed message such as name of the building
/office.
(vi)Volume adjustment control

17.Overload Protection
Providing & erecting approved make overload non-start feature & overload warning
Indicator system in the lift with making use of sound isolated floating platform & micro
switches on SI frame to get sensation of live load inside lift cage at any given moment, with
provides new fixtures of overload warning inside lift cage with new relay in the existing
control panel to activate ‘Overload Non-Start Function’ with carrying out additional wiring
including laying of new travelling cable, include minor civil work & without changing the
existing capacity speed stops, travel & operation of the desired lift
18. ARD (Automatic Rescue Device):
Supplying and erecting approved make, solid stat inbuilt emergency rescue Device, for
automatically rescues Passengers trapped in the lift car in between floors in the event of
power failure having following features.
(i) Automatic operation & immediate action in the event of mains failure capable to move
the lift to
the nearest landing, opens the automatic doors of the lift car & floor.
(ii)Sealed, maintenance free battery back-up of suitable size with automatic charging unit &
auto
change over device on mains failure.
(iii)RESCUE OPERA’TION’ message indicator in the lift car
(iv) Applicable to Passanger, Goods cum Passenger, Stretcher cum Passenger lifts with AC2,
ACVV, ACVVVF drives & automatic doors.

19 GENERAL TERMS AND CONDITIONS:

1. Tenderers are requested to submit necessary documents to prove their eligibility. Surat
Municipal Corporation reserves right to accept or reject any offer without giving any
reason.
2. Contractor shall furnish the test certificates for Machine, Motor, Motor Generator Set,
Ropes, Safeties, Controller, selectors, Governors, Buffers, etc.
3. If there is any deviation, the bidder shall have to submit a deviation sheet along with
technical bid only. If there shall not be any deviation sheet along with the technical
bid, it shall be presume that bidder is agree with terms, conditions & specifications
demanded by Surat Municipal Corporation.
4. Detail technical specifications of all parts of the elevators shall be submitted along
with the technical bid of the tender.
5. Make and Manufacturer’s name for all major items and parts shall be specified and
submitted along with the tender.
6. Finished sizes of all members shall be as per the drawing and should fit with site
conditions wherever specified.
7. Unless otherwise specified, all metal surfaces shall be treated with zinc chromate
primer.
8. The rates are inclusive of necessary scaffolding, tools and tackles, taxes, duties, levies,
transportation etc. No other payment shall be made other than rates quoted in the price
bid.
9. Electricity & water required for executing this work shall be in scope of contractor.
10. The rates shall be firm and not subject to exchange variations, labour conditions,
fluctuations in railway freights or any conditions whatsoever. It shall also include for
sales tax, VAT, excise duty, octroi and any other taxes/duty or other levy levied by
the Central or State Governments or local authorities, sales tax on works contract if
applicable. No claim in respect to the above mentioned shall be entertained by the
Surat Municipal Corporation except the statutory taxes.
If there is an upward revision of statutory taxes, Corporation will reimburse the
additional expenses on providing of necessary proof/receipts. Similarly, if there is a
downward revision, Corporation will deduct the amount equivalent to the difference
from the bills submitted for payment.
11. During defect liability period, if any fault occurs in the lift, the contractor shall have
to attend the lift within 2 hours from intimation and clear the fault at earliest.
12. The corporation shall not be responsible to any accident/injury to the staff of the
contractor during work. No compensation shall be paid in such incidences by SMC.
The contractor is responsible for the safety of his staff members working at
corporation's site.
DATA SHEET FOR PROPOSED PASSENGER/FIRE LIFT
DUCT SIZE MUST BE AS PER IS 14665
SR.
DESCRIPTION As per Tender Specification
NO
A Standard Applicable IS 14665
B Passengers/ Load 6/420 Kg & 8/ 544 Kg (For Fire)
C Speed 1.0 mps up to 8 floors. 1.5 mtr above 8 floors.
D Leveling Accuracy +/- 10 mm to 15 mm
E Entrance Position All on one side
F Power Supply AC 400/440V, 3P/1P, 50 Hrtz
G Operation/Control Simplex full collective with advanced
microprocessor technology
H Type Passenger lift to be used in residential complex.
I Car Size Suitable
J Car Entrance Min. 800 mm (W) x Min.2000 mm (H). Exact
dimensions to be decided during detailed
engineering.
K Car Operating Panel and Full Height SS with Square / Round buttons with
Landing Operating Panel all control buttons. Bidder may offer touch
sensitive panel instead.
L Car Door Operation Fully Automatic with Center opening.
M Car Wall SS Hairline finish
N Flooring Anti skid Flooring/Granite Flooring to be decided
during detailed engineering.
O Car Door Protection Multi-Beam Full Height Infra-Red Detector
P Position indicators To be provided at all floors
Q Direction indicator on floor To be provided at all floors
R Lighting LED Lighting
S Type of Ventilation To be suggested by supplier. To be decided during
detailed engineering.
T Other features Alarm, Emergency Light, Overload Indicator,
Telephone, ARD, Hand Rails

SPECIAL NOTE: Contractor has to refer & implement - Gujarat Lifts and escalator act
(2001) , Chapter III -Lifts, Clause No 37 – Lift Cars, Sub Clause – 19 (a)
(with latest amendments, if any),for provision of Fire Lift in case of building
heights more than 24 Mtr.
SR NO 13. SPECIFICATIONS FOR MEDIUM AND HIGH VOLTAGE
CABLES AND ACCESSORIES

1.0 SCOPE
This specification along with data sheets covers requirements for design,
manufacture, testing at works and supply of Flame Retardant PVC/XLPE cables and
cable jointing / terminating accessories for medium and high voltage systems.

2.0 STANDARDS
The cables and cables jointing & terminating accessories shall comply with the latest
edition f the following standards as applicable:

IS: 1554 PVC insulated (heavy duty) electric cables.


IS: 7098 Cross-linked polyethylene insulated PVC sheathed.
IS: 8130 Conductors for insulated electric cables and flexible cords.
IS: 5831 PVC insulation and sheath of electric cables.
IS: 3975 Mild steel wires, strips and tapes for armouring of cables.
10810(Part 41) Methods of test for cables: Mass of zinc coating on steel
armour.
IS: 209 Specification for zinc.
IS: 3961(Pt-2) Recommended current ratings for cables: Part - 2 PVC
Insulated and PVC sheathed heavy-duty cables.
IS: 10418 Drums for electric cables.
IS: 10462 (Pt-I) Fictitious calculation method for determination of
Dimensions of protective coverings of cables: Part - I
Electrometric and thermoplastic insulated cables.
IS: 10810 (Pt-58) Oxygen Index test.
IS: 10810 (Pt 61) Flame Retardant test.
IS: 10810 (Pt 62) Fire resistance test for bunched cables.
IS: 13573 Joints and terminations for polymeric cables for working
Voltages from 6.6 KV up to and including 33 KV.
IEC: 60332-3 Tests on electric cables under fire conditions.
IEC: 60502 Extruded solid dielectric insulated power cables for rated
Voltages from 1 KV. up to 30 KV.
IEC: 60540 & 60540A Test methods for insulation and sheaths of electric Cables.
ASTM: D2863 Standard method of test for flammability of plastics using
oxygen index method.
ICEAS-61-402 Thermoplastic insulated wire and cable for transmission
NEMA-WC5 and distribution of electrical energy.
ICEA S-66-524 Cross-linked thermosetting polyethylene insulated wire and
NEMA-WC7 cable for transmission and distribution of electrical energy.

2.2 The cables and accessories shall also conform to the provisions of Indian Electricity
Rules and other statutory regulations, as applicable.

2.3 In case of any contradiction between various referred standard/ specification/data


sheet and statutory regulations, the following order of priority shall govern:

Statutory Regulations, Data Sheets, Job Specifications

This Specification Codes and Standards

3.0 GENERAL CONSTRUCTION

3.1 The cables shall be suitable for laying in trays, trenches, ducts, and conduits and for
underground-buried installation with uncontrolled backfill and possibility of flooding by
water and chemicals.
3.2 Outer sheath of all PVC and XLPE cables shall be black in colour and the minimum value of
oxygen index shall be 29 at 27 + 2 ° C. In addition suitable chemicals shall be added into the
PVC compound of the outer sheath to protect the cable against rodent and termite attack.
3.3 All cables covered in this specification shall be flame retardant (FR) unless specified
otherwise in the data sheet. The outer sheath of PVC and XLPE cables shall possess flame
propagation properties meeting requirements as per IS-10810 (Part-62) category AF.
3.4 Sequential marking of the length of the cable in meters shall be provided on the outer sheath
at every one meter. The embossing /engraving shall be legible and indelible.
3.5 The overall diameter of the cables shall be strictly as per the values declared by the
manufacturer in the technical information subject to a maximum tolerance of ±2 mm up to
overall diameter of 60mm and ±3mm for beyond 60mm.
3.6 PVC / Rubber end caps shall be supplied free of cost for each drum with a minimum of eight
per thousand meter length. In addition, ends of the cables shall be properly sealed with caps
to avoid ingress of water during transportation and storage.

3.7 PVC cables

3.7.1 All power/control cables for use on medium voltage systems shall be heavy-duty type,
650/1100 V grade with aluminium / copper conductor, PVC insulated, inner-sheathed,
armoured and overall PVC sheathed unless specified otherwise in data sheet.
3.7.2 The conductors shall be solid for conductor of nominal area up to and including 6mm2 and
stranded beyond 6mm2. Conductors of nominal area less than 16 mm2 shall be circular only.
Conductors of nominal area 16 mm2 and above may be circular or shaped as per IS 8130.
Cables with reduced neutral conductor shall have sizes as per Table 1 of IS 1554 (Part-1).
3.7.3 The core insulation shall be with PVC compound applied over the conductor by extrusion
and shall conform to the requirements of type 'A' compound as per IS: 5831. The thickness
of insulation and the tolerance on thickness of insulation shall be as per Table 2 of IS: 1554
(Part-1). Control cables having 6 cores and above shall be identified with prominent and
indelible Arabic numerals on the outer surface of the insulation. Colour of the numbers shall
contrast with the colour of insulation with a spacing of maximum 50 mm between two
consecutive numbers. Colour coding for cables up to 5 cores shall be as per Indian standard.
3.7.4 The inner sheath shall be applied over the laid-up cores by extrusion and shall be of PVC
conforming to the requirements of Type ST-1 PVC compound as per IS: 5831. The
minimum thickness of inner sheath shall be as per IS: 1554 (Part-1). Single core cables shall
have no inner sheath.
3.7.5 If armouring is specified for multicore cables in the data sheet, the same shall be by single
round galvanized steel wires where the calculated diameter below armouring does not
exceed 13 mm and by galvanized steel strips where this dimension is greater than 13 mm.
Requirement and methods of tests for armour material and uniformity of galvanization shall
be as per IS - 3975 and IS -10810 (Part 41). The dimensions of Armour shall be as per
method (b) of IS - 1554 (Part -1). If armouring is specified for single core cables in the data
sheet, the same shall be with H4 grade hard drawn aluminium round wire of 2.5 mm
diameter. For mining cables, the size and type of armour shall be such that the combined
conductance of armour shall be equivalent to 75 percent of the conductance of the largest
conductor of the cable.
3.7.6 The outer sheath for the cables shall be applied by extrusion and shall be of PVC compound
conforming to the requirements of type ST-1 compound as per IS: 5831. The minimum and
average thickness of outer sheath for un armoured cables and minimum thickness of outer
sheath for armoured cables shall be as per IS: 1554 (Part -1).
3.7.7 If heat resisting PVC cables are specified in the data sheet, the following shall be the
requirements:
It shall be possible to continuously operate the cable at a maximum conductor
temperature of 85 ° C. PVC compounds used for HR PVC cables shall be as follows:

a. Conductor insulation - Type C


b. Inner sheath - Type ST 2
c. Outer sheath - Type ST 2

3.8 XLPE Cables

3.8.1 Power cables for 3.3 KV up to and including 33 KV systems shall be Aluminium/ copper
conductor, XLPE insulated, sheathed, armoured and overall PVC sheathed.
3.8.2 The conductors shall be stranded and compacted circular for all cables.
3.8.3 All cables rated 3.8 / 6.6 kV and above shall be provided with both conductor screening and
insulation screening. The conductors shall be provided with non-metallic extruded semi
conducting screen.
3.8.4 The core insulation shall be with cross linked polyethylene insulating compound dry cured,
applied by extrusion. It shall be free from voids and shall withstand all mechanical and
thermal stresses under steady state and transient operating conditions. It shall conform to the
properties given in Table-1 of IS: 7098 (Part -2).
3.8.5 The insulation screen shall consist of non-metallic extruded semi-conducting compound in
combination with a non-magnetic metallic copper screen. Unless specified otherwise, the
copper screen for all the three cores together shall be capable of carrying the single line to
ground fault current value and the duration specified in the data sheet.
3.8.6 The conductor screen, XLPE insulation and insulation screen shall all be extruded in one
operation by 'Triple Extrusion' process to ensure perfect bonding between the layers. The
core identification shall be by coloured strips or by printed numerals.
3.8.7 The inner sheath shall be applied over the laid up cores by extrusion and shall conform to the
requirements of type ST 2 compound of IS: 5831. The extruded inner sheath shall be of
uniform thickness. In case of single core cables, there shall be extruded inner sheath between
insulation metallic screen and armouring.
3.8.8 For multicore cables, the armouring shall be by galvanized steel strips as per method (b) of
IS-7098 (Part-2). If armouring is specified for single core cables in the data sheet, the same
shall be with H4 grade hard drawn aluminium round wire of 2.5 mm diameter.
3.8.9 The outer sheath of the cables shall be applied by extrusion over the armouring and shall be
of PVC compound conforming to the requirements of Type ST 2 compound of IS: 5831. The
minimum and average thickness of outer sheath for un armoured cables and minimum
thickness of outer sheath for armoured cables shall be as per IS: 7098 (Part-2)
3.8.10 The thickness of the insulation, inner sheath shall be governed by values given in IS: 7098
(Part-2).
3.8.11 Where specified, 1100V grade power cables shall also be XLPE insulated and shall meet the
requirement specified in IS-7098 (Part-1).

4.0 CABLE ACCESSORIES

4.1 The termination and straight through jointing kits for use on the systems shall be suitable for
the type of cables offered as per this specification.
4.2 The accessories shall be supplied in kit form. Each component of the kit shall carry the
manufacturer's mark of origin.
4.3 The kit shall include all stress grading, insulating and sealing materials apart from conductor
fittings and consumable items .An installation instruction sheet shall also be included in each
kit.
4.4 The contents of the accessories kit including all consumable shall be suitable for storage
without deterioration at a temperature of 45° C, with shelf life extending to more than 5
years.

4.5 Terminating kits

The terminating kits shall be suitable for termination of the cables to an indoor
switchgear or to a weatherproof cable box of an outdoor mounted transformer /
motor. For outdoor terminations, weather shields / sealing ends and any other
accessories required shall also form part of the kit. The terminating kits shall be from
one of the makes / types mentioned in the data sheet.

4.6 Jointing kits

The straight through jointing kits shall be suitable for installation on overhead trays,
concrete lined trenches, and ducts and for underground burial with uncontrolled
backfill and possibility of flooding by water and chemicals. These shall have
protection against any mechanical damage and suitably designed to be protected
against rodent and termite attack. The inner sheath similar to that provided for cables
shall be provided as part of straight through joint. The jointing kits shall be from one
of the makes / types mentioned in the data sheet.
5.0 INSPECTION, TESTING AND ACCEPTANCE

The cables shall be tested and inspected at the manufacturer's works. All the
materials employed in the manufacture of the cable shall be subjected, both before
and after manufacture, to examination, testing and approval by SRE / owner.
Manufacturer shall furnish all necessary information concerning the supply to SRE /
owner's inspectors. The inspector shall have free access to the manufacturer's works
for the purpose of inspecting the process of manufacture in all its stages and he will
have the power to reject any material, which appears to him to be of unsuitable
description or of unsatisfactory quality. The vendor shall give at least 2 weeks
advance notice to the purchaser, regarding the date of testing to enable him or his
representative to witness the tests.

5.1 Cables

5.1.1 After completion of manufacture of cables and prior to dispatch, the cables shall be
subjected to type, routine, acceptance and special tests as detailed below. SRE/
Owner reserves the right to witness all tests with sufficient advance notice from
vendor. The test reports for all cables shall be got approved from the Engineer before
dispatch of the cables.

5.1.2 All routine tests, acceptance tests, type tests and additional type tests for improved
fire performance shall be carried out as listed in IS: 1554 (Part-1), and IS: 7098 (Part-
2) on PVC and XLPE insulated cables respectively.

5.1.3 The test requirements for PVC insulation and sheath of cables shall be as per latest
revision of IS: 5831.

5.1.4 Test for Resistance to Ultra Violet Radiation: This test shall be carried out as per
DIN 53387 or ASTM-G-53 on outer sheath. The retention value of tensile strength
and ultimate elongation after the test shall be minimum 60 % of tensile strength and
ultimate elongation before the test. Test certificates with respect to this test (not older
than one year) from recognized testing laboratory to be furnished for review by SRE
before dispatch clearance of cables. In case test certificates are not available, test is to
be conducted by vendor at his own cost in any recognized test laboratory or in house
testing laboratory, before dispatch clearance of cables. Sampling for this test is to be
done randomly once for each order, provided outer sheath remains same.

5.1.5 Acceptance tests as per IS-1554 (Part-1) and IS-7098 (Part-2) and the following
special tests to be performed on the cables as per sampling plan. These tests are
required to be witnessed by SRE/owner before dispatch of cables.
5.1.6 Accelerated water absorption test for insulation as per NEMA - WC - 5. (For PVC
insulated cables) and as per NEMA WC - 7 (for XLPE insulated cables). Test
certificates with respect to this test (not older than one year) from recognized testing
laboratory to be furnished for review by SRE before dispatch clearance of cables. In
case test certificates are not available, test is to be conducted by vendor at his own
cost in any recognized test laboratory or in house testing laboratory, before dispatch
clearance of cables. Sampling for this test is to be done randomly once for each
order, provided type of insulation remains same.

5.1.7 Dielectric Retention Test: The dielectric strength of the cable insulation tested in
accordance with NEMA WC - 5 at 75 ± 1° C shall not be less than 50 % of the
original dielectric strength. (For PVC insulated cables). Test certificates with respect
to this test (not older than one year) from recognized testing laboratory to be
furnished for review by SRE before dispatch clearance of cables. In case test
certificates are not available, test is to be conducted by vendor at his own cost in any
recognized test laboratory or in house testing laboratory, before dispatch clearance of
cables. Sampling for this test is to be done randomly and once for each order.

5.1.8 Oxygen Index Test: The test shall be carried out as per ASTM D2863 or applicable
Indian Standard specifications. Sampling to be done for every offered lot/size as per
sampling plan.

5.1.9 Flammability Test: The test shall be carried out on finished cable as per IS – 10810
(part 61 & 62). Sampling for these tests is to be done randomly once for each order,
provided outer sheath remains same. The acceptance criteria for tests conducted shall
be as under:

Part-61-The cable meets the requirement if there is no visible damage on the test
specimen within 300 mm from its upper end

Part-62-The maximum extent of the charred portion measured on the test sample
should not have reached a height exceeding 2.5 m above the bottom edge of the
burner at the front of the ladder.

5.1.10 Test for rodent and termite repulsion property: The vendors shall furnish the test
details to analyze the property by chemical method. Sampling to be done for every
offered lot / size as per sampling plan.
5.2 Cable Accessories

Type tests should have been carried out to prove the general qualities and design of a
given type of termination / jointing system as per IS-13573. The type test certificates
from independent testing laboratory shall be submitted before dispatch.

6.0 PACKING AND DESPATCH

6.1 Cables shall be dispatched in non-returnable wooden or steel drums of suitable barrel
diameter, securely battened, with the take-offend fully protected against mechanical damage.
The wood used for construction of the drum shall be properly seasoned, sound and free from
defects. Wood preservatives shall be applied to the entire drum. Ferrous parts used shall be
treated with a suitable rust preventive finish or coating to avoid rusting during transit or
storage.
6.2 On the flange of the drum, necessary information such as project title, manufacturer's name,
type size, voltage grade of cable, length of cable in metres, drum no., cable code, and BIS
certification mark, gross weight etc. shall be printed. An arrow shall be printed on the drum
with suitable instructions to show the direction of rotation of the drum.
6.3 Unless otherwise specified, Cables shall be supplied in drum.

A tolerance of plus or minus 3 % shall be permissible for each drum. However


overall tolerance on each size of cable shall be limited to ± 2%. Offers with short /
non-standard lengths are liable for rejection. If non-standard drum lengths are
specified in the data sheet, the same shall be supplied.

7.0 CABLE LAYING

7.1 General

7.1.1 Cable installation shall include power, control, lighting, fire alarm, telephone and
communication cables. These shall be laid in trenches/ cable trays /Duct as detailed in the
cable layout drawings. Cable routing given on the cable layout drawings shall be checked in
the field so as to avoid interference with structures, heat sources, drains, piping, air-
conditioning duct etc. Any change in routing shall be done to suit the field conditions
wherever deemed necessary, after obtaining approval of Engineer-in-charge.

High voltage, medium voltage power and control cables shall be separated from each
other by adequate spacing or by running through independent pipes, trenches or
cables trays, as shown on layout drawings/installation standards. Details of cable
routes and cable spacing not shown in detail on these drawing shall be determined by
the contractor and approved by the engineer- In-charge.

When single core cables are laid in flat formation, the individual cable fixing clamps
and spacers shall be of non-magnetic material. As a general practice, the sheath of
single core cables shall be earthed at one point to keep sheath at earth potential
unless otherwise stated. Single core cables, when laid in trefoil formation shall be
braced by suitable clamps at a distance, not exceeding 3 meters along the cable
routing.

If straight through joints are required to be provided on single core cables, armour
shall be broken at joints as per manufacturer's recommendations. For single core
cables, armour shall be earthed at one end for the cable run length as per
manufacturer's recommendation.

The Telephone, Communication and Fire alarm cables shall run on instrument
trays/ducts/ trenches in the units. Wherever these are not available, cables shall be
taken in a separate trench/tray with a minimum spacing of 300 mm from power and
control cables

Telephone, fire alarm and plant communication cables shall be directly buried in
road berm area, (unless otherwise specified in cable layout drawings). These cables
shall cross power cables preferably at right angles. Street lighting cables shall be laid
on the other side of road berm area

7.1.2 The lengths indicated in the cables schedule are only approximate. The contractor shall
ascertain the exact length of cable for a particular feeder by measuring at site. All cable
routes shall be carefully measured. Before the start of cable laying, the contractor shall
prepare cable drum schedule and get that approved by Engineer-in-charge to minimize/avoid
straight through joints and then the cables cut to the required lengths, leaving sufficient
lengths for the terminations of the cable at both ends. The various cable lengths cut from the
cable reels shall be carefully selected to prevent undue wastage of cables. Extra loop length
shall be given for feeder cables where required as per the directions of Engineer-in-charge to
meet contingencies

Cables shall be laid in directly buried trench or in RCC trench (underground trench)
or in cable tray along pipe sleepers or in over head trays as shown on cable layout
drawings.
Overhead trays shall be installed 2700 mm (minimum) above grade level and 300mm
above FGL in case cable trays are installed along with pipe sleepers. At road
crossings overhead trays shall be installed at 7000 mm (minimum) above grade level
or cables shall be routed cable tray culvert/ Electrical road crossings as per layout
drawings.

Sufficient care shall be taken while laying cables to avoid formation of twist, sharp
bend etc. in order to avoid mechanical injuries to cables. Rollers shall be used for
pulling of cables.

Cable installation shall provide minimum cable bending radii as recommended by


cable manufacturer.

7.1.3 Cables shall be neatly arranged in the trenches / trays in such a manner that criss-crossing is
avoided and final take off to the motor / switchgear is facilitated. Arrangement of cables
within the trenches / trays shall be in line with cable layout drawings. Cable routing between
cable trench and equipment/motors shall be taken through GI pipe sleeves of adequate size.
Pipe sleeves shall be laid at an angle of maximum 45 to the trench wall. Bending radii of
pipes shall not be less than 8D. It is to be ensured that both the ends of GI pipe sleeves shall
be sealed with approved weather proof sealing plastic compound after cabling. In places
where it is not possible, cables shall be laid in smaller branch trenches. Different rows of
cable trays in cable cellar below the cutout shall be fixed so that the trays don't obstruct
cable entry to the panels.

7.1.4 All cables shall be identified close to their termination point by cable tag numbers as per
cable schedule. Cable tag numbers shall be punched on aluminium /Lead straps (2mm thick,
20 mm wide and of enough length) securely fastened to the cable and wrapped around it.

Each underground cable shall be provided with cable tags of lead /Aluminium
securely fastened every 30 m of its underground length with at least one tag at each
end before the cable enters/leaves the ground. In unpaved areas, cable trenches shall
be identified by means of cable markers as per installation drawing. These cable
markers shall be placed at location of changes in the direction of cables and at
intervals of not more than 30 m and also at cable straight through joint locations.

7.1.5 All temporary ends of cables must be protected against dirt and moisture to prevent damage
to the insulation. For this purpose, ends of cables shall be taped with an approved PVC end
cap or rubber insulating tape.

7.1.6 Each row of cables shall be laid in place and before covering with sand. All wall
openings/pipe sleeves shall be effectively sealed after installation of cables to avoid seepage
of water inside building/lined trench. Every cable shall be given an insulation test in
presence of Engineer-in-charge/Owner before filling the cable trench with sand Any cable
which is found defective shall be replaced.

7.1.7 Where cables pass through foundation walls, the necessary openings shall be provided in
advance for the same by another agency. However, should it become necessary to cut holes
in existing structures for example floor slab etc., the electrical contractor shall determine
their location and obtain approval of the Engineer-in-charge before carrying out the same.

7.1.8 Cables for road crossings shall be taken through ERC (Electrical Road Crossing) as shown in
the cable layout drawings.

At road crossing and other places where cables enter pipe sleeves adequate bed of
sand shall be given so that the cables do not slack and get damaged by pipe ends.

7.1.9 Wherever cable trench crosses storm water, waste water channel/drain, cables shall be taken
through PVC/RCC pipes. Where cables are required to cross drains of depth more than 1200
mm, cables shall be taken over the drain on cable trays supported suitably using ISMC
150/200 sections.

7.1.10 Ends of cables leaving trench shall be coiled and capped and provided with protective cover
till such time the final termination to the equipment is completed.

7.2 Cables Laid Direct in Ground

Cables shall be laid underground in excavated cable trenches where specified in


cable layout drawings. Trenches shall be of sufficient depth and width for
accommodation of all cables. Cables shall be properly spaced as per installation
standards. Maximum number of cable layers in trench shall be preferably limited to 6
layers.

Minimum depth of directly cable trench shall be 750 mm, for medium voltage and
900 mm for HV Cables. The depth and the width of the trench shall vary depending
upon the number of layers of cables as per SRE installation Standards. The depth and
the width of the trench shall vary depending upon the number of layers of cables as
per SRE installation Standards

Cables shall be laid in buried trenches at depth as shown in the cable layout
drawings. It is to be ensured by the contractor that the bottom of buried trenches shall
be cleared of all rocks, stones and sharp objects before cables are placed. The trench
bottom shall be filled with a layer of sand or stone dust. This sand /stone dust shall
be leveled and cables laid over it. These cables shall be covered with 150 mm of sand
on top of the largest diameter cable and sand shall be lightly compacted. A flat
protective covering of 75 mm thick second class red bricks or concrete tiles as per
specification shall then be laid and the remainder of the trench shall then be back -
filled with soil, rammed and leveled.

7.3 Cables Laid in Concrete Trench

Cables shall be laid in 5 or 6 tiers in concrete trench as shown on layout drawings.


Concrete cables trenches shall be filled with sand /stone dust in hazardous area to
avoid accumulation of hazardous gases and oil. RCC covers of trenches shall be
effectively sealed to avoid ingress of chemical and oil in process area. Removal of
concrete covers where required for the purpose of cable laying and reinstating them
in their proper position after cables are laid shall be done by electrical contractor.

Minimum depth of RCC cable trench shall be 500mm for all voltage grades with
300mm clearance between the bottoms of the trench cover and top of the cable. The
depth and the width of the trench shall vary depending upon the number of layers of
cables and bending radius required for cables as per SRE installation Standards

All wall openings/pipe sleeves shall be effectively sealed after installation of cables
to avoid seepage of water

7.4 Above Ground Cables

7.4.1 Cables installed above grade shall be run in cable trays, clamped on walls, ceiling or
structures and shall be run parallel or at right angles to beams, walls or columns. Cable
routing shall be planned to be away from heat sources such as hot piping, gas, water, oil
drainage piping, air-conditioning duct etc. Each cable tray shall contain only one layer of
cables as far as possible for power cables. However control cables may be laid in double
layer in the cable trays.

7.4.2 Individual cable or small group of cables (up to 3 cables) which run along structures / walls
etc. shall be clamped by means of 16 SWG GI saddles on 25 x 6 mm saddle bars.
Alternatively small group of cables can be taken through 60/100/150 mm slotted channel
tray or channel ISMC-75/100. Cables shall be supported so as to prevent Sagging. In general,
distance between supports shall be approximately 300 mm for cables up to 25 mm diameter
and maximum 450 mm for cables larger than 25 mm dia. to prevent the Sagging of cables.

7.4.3 Cable laid on supporting angle in cable trenches, structures, columns and vertical run of
cable trays shall be suitably clamped by means of GI saddles / clamps, whereas cables in
horizontal run of cable trays shall be tied by means of nylon cords. Distance between
supporting angles shall not exceed 600 mm. All cable trays (other than galvanized trays) and
supporting steel structures shall be painted before laying of cables. The under surfaces shall
be properly degreased, derusted, descaled and cleaned. The painting shall be done with one
coat of red oxide zinc chromate primer. Final painting shall be done with two coats of
approved bituminous aluminium paint unless otherwise specified.

7.4.4 Where cables rise from trench to motor, lighting panel, control station, junction box etc.,
they shall be taken in GI pipe for mechanical protection up to a minimum of 300 mm above
grade for outdoor area. Cable ends shall be carefully pulled through conduit to prevent
damage to cable.

7.4.5 AH GI Pipes shall be laid as per layout drawings and site conditions. Before fabrication of
various profiles of pipes by hydraulically operated bending machine (which is to be arranged
by the contractor) all the burrs from the pipes shall be removed. GI Pipes having bends shall
be buried in soil / concrete in such a way that the bend shall be totally concealed. For G.I.
pipes buried in soil, bitumen coating shall be applied on the buried lengths, Installation of
G.I. pipes shall be undertaken well before paving is completed and necessary co ordination
with paving agency shall be the responsibility of Electrical Contractor.

Following guide shall be used for sizing of GI. pipe.


a) 1 cable in a pipe -53% of pipe cross-sectional area occupied by cables.
b) 2 cables in a pipe -31% of pipe cross-sectional area occupied by cables.
c) 3 cables in a pipe - 43% of pipe cross-sectional area occupied by cables.
d) 4 & above cables in a pipe - 40% of pipe cross-sectional area occupied by
cables.

7.4.6 After the cables are installed and all testing is complete, conduit ends above grade shall be
plugged with a suitable weatherproof plastic compound/bitumen/suitable sealing compound.
Alternatively rubber bushes shall be employed for the purpose of sealing.

7.4.7 Fire proofing of end of power cables at least 1 meter at each end as per OISD norms for the
refinery and Petroleum industry, shall be carried out as per the recommendation of the paint
supplier .Rates for the fire proofing of cables shall be included in the cable installation and
no separate payment shall be made for the painting.

MODE OF MEASUREMENT: AS PER MENTIONED IN SCHEDULE – B


Description
Mode of Payment: The rate shall be for a Unit of One Mtr.
SR NO 12. Solderless crimping type Aluminium lugs

Solderless crimping type Aluminium lugs conforming to IS suitable for cable of following
size evenly crimped with high pressure tool & connected to switchgear terminals with
brass/cadmium plated nut bolts in an approved manner.

(F) 70 Sq.mm.

(H) 120 Sq.mm.

MODE OF MEASUREMENT: AS PER MENTIONED IN SCHEDULE – B


Description
Mode of Payment: The rate shall be for a Unit of One No.

SR NO 13. Heavy duty flange type brass cable gland

Providing and, fixing heavy duty flange type brass cable gland with rubber ring for PVC
insulated armoured cable complete with out going tails, insulating tape etc for following size
of cables.

(B) 3 & 1/2 core 35/50 Sq. mm

(C) 3 & 1/2 core 70 Sq. mm

(E) 3 & 1/2 core 120 Sq. mm

MODE OF MEASUREMENT: AS PER MENTIONED IN SCHEDULE – B


Description
Mode of Payment: The rate shall be for a Unit of One No.

SR NO 14. TIMER & CONTACTOR

14.1 Programmable Timer Unit

General

Timer input voltage shall be powered by AC 100 - 240 Volts AC (+10% / -15%, 50
hertz), conforms to:

Noise Immunity: IEC 6100-4-4, 2kV


(Power supply line)
Ambient operating temperature: 0°C to 55°C
Humidity: 10% - 90%

The Timer shall have the following programmable features:

(a) Programmable: With 3 inputs and 1 output conditions per line.

(b) Basic CPU Input / Output: Minimum 6 inputs and 4 outputs.

All outputs should have a relay switching capacity of 8 Amps at 250 Volts AC with
independent common.

The Timer Central Processing Unit (CPU) shall be provided with built-in real-time
clock and calendar functions. The real time clock should have an accuracy of 15
sec per month. The data of real time clock, calendar, holding bits, holding timers
and counter present value shall be held by a non-battery system for a minimum of
48 hours for prolonged power interruptions.

The timer program and system setting data shall be stored in internal EEPROM
to prevent loss of setting / program during power failure.

The Timer shall have the following features and functions:

(a) Front panel LCD display with backlight. Backlight can be automatically
cut-off through adjustable settings to save the life span of backlight.

(b) Input filters settings to prevent noise-related malfunctions such as false


triggering of inputs.

(c) Password protection function to prevent unauthorised modification of


Timer programs and settings.

Timer shall incorporate a communication port or infrared port for downloading of


program and setting.

Timer shall support communications to host devices such as computers and


Personal Digital Assistant (PDA).

The Timer system shall be equipped with the Windows Based software
programming tools and drivers for the set-up of communication between Timer and
host devices.

The Timer shall be provided with an application software tool running on Windows
CE powered PDAs to allow setting of programs and the download / upload of the
settings.

All Timer technical details and full communication protocols shall be provided.

The Timer shall have self-diagnostic functions and shall be displayed on the CPU
LCD. All errors shall be able to communicate back to host communication port or
infrared port.

The timer shall have minimum 16 programmable On / Off period within a year.
Weekly timings and minimum 16 programmable calendar timings.
ELECTRIFICATION WORKS – TECHNICAL SPECIFICATION

The On / Off switching timing of the timer shall be programmed based on the local
sunrise and sunset time. It shall be programmed with at least eight (8) different
segments of switching timing as follows:

S/No From To Time On Time Off


1 10-Jan 31-Mar 1910 0721
2 01-Apr 17-Jun 1903 0708
3 18-Jun 28-Aug 1907 0711
4 29-Aug 15-Sep 1859 0706
5 16-Sep 07-Oct 1853 0701
6 08-Oct 06-Dec 1847 0658
7 07-Dec 23-Dec 1855 0707
8 24-Dec 09-Jan 1903 0715

The timer shall have a Mean Time Between Failure (MTBF) of at least 300,000
hours and a stored programmed calendar year/month/day of equivalent length of
time.

The timer shall be protected with an enclosure and a micro surge suppressor to
prevent external adverse conditions such as high humidity, pests’ infestation or
frequent sudden power surges from the incoming power supply.

The size of the timer enclosure box shall measure 125mm(W) x 125mm(L) x
100mm(D) in dimension and rated at IP 66. The temperature rating is -40°C to 80°C
of the box. The material used shall be Acrylonitrile Butadiene Styrene (ABS) for
body, clear PolyCarbonate (PC) for cover.

The micro surge suppressor shall comply fully with the Transient Immunity EMC
requirements (Norms EN 61000-4-4 & EN 61000-4-5), while providing effective
transient voltage protection to the timer.

The micro surge suppressor shall design and manufactured to the safety standards:
CE, UL, VDE, IEC, EN. The housing shall be made of compact plastic according to
UL-VO.

V nominal 440 Volts, three-phase


Frequency 50 hertz
Max Operating Voltage 500 Volts (L-L)
Max Surge Current 4.5 KA
EMI / RFI noise rejection 20 dB
Response Time 1 ns

14.2 Electro-Magnetic Contactor


59
ELECTRIFICATION WORKS – TECHNICAL SPECIFICATION

General

The contactor shall be manufactured in accordance with the latest edition of IEC
60158-1 and BS 5424 Part I. This contactor shall be suitable for use in the tropical
climate and it is intended to be mounted in an enclosure. They shall be provided with
main contacts capable of at least 105 switching operations and at least two auxiliary
contacts for remote control (230 Volts, AC). Contactors for lighting control shall be of
Utilisation Category AC2, Class 3.

The rated operating current shall be 60 Amps when used on 400 Volts, 50 hertz
(rated operating voltage and frequency) and for uninterrupted duty. It shall be
suitable for switching on high intensity discharge Mercury or Sodium Vapour lamps
with power factor improvement capacitors connected across the incoming circuits of
the lamps.

The contactors shall have at least 900 Amps making capacity and 720 Amps
breaking capacity to prevent contact welding during switching on and off.

The rated operating magnetic coil voltage shall be 230 Volts 6%, 50 hertz 1%,
single-phase. The coil shall be preferably encapsulated type.

Contactor Enclosure Box

The box shall be designed to contain a 60 Amps three-phase contactor. Its size shall
be:

LENGTH WIDTH DEPTH


190mm - 200mm 190mm - 200mm 130mm - 135mm

The box shall be dust-protected and preferably be constructed of


thermoplastic self-extinguishable material. The cover of the box shall be
transparent.

Mounting rails or similar attachments shall be provided on the base of the box
for easy mounting of a contactor.

The box shall be provided with eight (8) nos. holes on the top side for entry
2
of 16mm single-core and three (3) holes on the bottom side for entry of
2
35mm single-core (box mounted in a vertical position). 11 nos. of entry
seals (grommets) are to be provided for the entry holes.

MODE OF MEASUREMENT: AS PER MENTIONED IN SCHEDULE – B


Description
Mode of Payment: The rate shall be for a Unit of One No.

60
ELECTRIFICATION WORKS – TECHNICAL SPECIFICATION

SR NO 15. CAT-6 CABLE

No. Technical Specification

1. Category 6 UTP Cable

Cable should meet or exceeds Category 6/Class E attenuation.


Should meet Cat 6 / Class E NEXT requirements in ISO/IEC 11801 and TIA/EIA 568B.
Should be UL verified as Category 6.
Should have Star filler (No bisector tape) cable construction for improved performance.
Insulation material should be polyethylene.
Performance guaranteed to meet or exceed Category 6/Class E Channel Specifications to 250
MHz.
Category 6/Class E NEXT, PSNEXT, FEXT, ELFEXT, PSELFEXT and return loss extrapolated to
250 MHz.
Cable should capable of delivering potentially in excess of 1 Gbps to the workstation in
accordance with application standards.
Should support IEEE 802.3 1000BASE-T, TIA-854-A 1000BASE-TX, plus other legacy LANs and
applications as well as Video also.

Electrical / Mechanical Specification:


Conductor DC resistance @ 20°C (max): 9.38  /100m
DC resistance Unbalance (max): 5%
Mutual Capacitance @ 20°C (max): 5.6 nF/100m
Nominal Velocity of Propagation: 70%
Attenuation at 250 MHz: 32.8 dB
Return Loss at 250 MHz: 17.3 dB
ACR at 250 MHz: 5.5 dB
PSACR at 250 MHz: 3.5 dB
NEXT at 250 MHz: 38.3 dB
PSNEXT at 250 MHz: 36.3 dB
ELFEXT at 250 MHz: 19.8 dB
PSELFEXT at 250 MHz: 16.8 dB
Minimum Bending Radius: During Installation (50 mm) & After Installation (25 mm)
Maximum Pulling Tension: 108 N (11 Kg)
Operating Temperature: -15°C to 70°C
Gauge: 24 AWG

MODE OF MEASUREMENT: AS PER MENTIONED IN SCHEDULE – B


Description
Mode of Payment: The rate shall be for a Unit of One Mtr.

61
ELECTRIFICATION WORKS – TECHNICAL SPECIFICATION

SPECIAL CONDITION

(1) Point wiring shall be from the distribution box or fuse board, No sub main shall be
measured.

(2) Samples of materials shall be given to Engineer-in-charge and approval should be


taken in writing before its use.

(3) Fabrication drawing should be get approved from the Engineer-in -charge prior to
Manufacturer.

(4) Pipe laying lay out shall be as per consultants drawings.

(5) There shall be no junction in wiring out let box shall be used after bond.

(6) Electrical contractor shall make good the civil work if chased of damaged.

(7) Electrical Engineer-in-charge opinion shall be final and binding on contractor.

(8) Qualified labor and supervisors shall work at site.

(9) Electrical Contractor shall not permit unqualified labor contractor to work at site. He
shall observe Govt. rules regarding control of labor. He shall submit test report and carry our
tests as required and furnish detailed drawings on completion of work. The responsible
authorized person by the contractor should be available of site daily when work is in
progress.

(10) The work shall be carried out during working days between 8.00 A.M. to 6.00 P.M.
only. The cable trench should not remain open for more than 24 hours after excavation. If
contractor intends to work on holiday or outside working hours specified, he shall take prior
permission from the Engineer-in-charge. In that case overtime to the staff shall have to be
paid by the Contractor. The Electrical appliance-materials shall be bear the ISI mark or
declaration indicating manufacture's names and appliances material used having been
manufactured in accordance with the manufactures' certificate issued by the Government of
Gujarat and confirming to the standard specified by the I.S.I. shall be given by the contractor.

(11) Cost of all test should be bare by contractor/ Tenderer, carried out for Electrical
related equipment in presence of TPI/PMC/SDCB’s representative.

62
ELECTRIFICATION WORKS – TECHNICAL SPECIFICATION

The conditions laid down under House Hold Electrical appliances (Quality control
Act 1981) shall be followed.

I/We agree to carry out the above work at rates indicated above at
_________________ percentage above/below the rates indicated above i.e. I/We agree to
carry out the above work at a total cost of Rs. __________________ .

The Contractor shall provide test report and get the installation approved from Govt.
Elect. Authority is required.

CONTRACTORS STAMP AND SIGNATURE.

63
MAKE LIST FOR ELECTRICAL WORKS
SR.NO. ITEM STANDARD MAKE
1 CPRI / ERDA APPROVED PANEL BUILDER. 70 KA
SHORT CIRCUIT WITHSTHAND STRENGTH.
LT PANELS ACCESSORIES AS PER MENTIONED IN MAKE
LIST. L&T / SIEMENS / PVJ POWER

2 DISTRIBUTION BOARDS LEGRAND/ SCHNIEDER / HAVELLS / SIEMENS / L & T


3 CABLE & WIRE FINOLEX / POLYCAB / KEI / RR KABEL/ ALLCAB
4 CABLE TRAY ( ALL TYPE ) PROFAB/PRECISION/THINKTRECK
/UNIVERSAL/ INDIANA / KEW/RUSHAB
5 AS PER SPECIFIED PANEL DISCRIPTION IN BOQ. MODEL
LT SWITCHGEAR (ALL RANGE) AS PER SPECIFIED IN BOQ
LEGRAND/ SCHNIEDER/ HAVELLS/ SIEMENS / L&T

6 LT MCCB LEGRAND/ SCHNIEDER/ HAVELLS/ SIEMENS / L&T


7
LT MCB, ELCB LEGRAND/ SCHNIEDER/ HAVELLS/ SIEMENS / L&T
8 LEGRAND/ SCHNIEDER/ HAVELLS/ SIEMENS / L&T
LT SFU
LEGRAND/ SCHNIEDER/ HAVELLS/ SIEMENS / L&T
9 LT CONTACTORS
10 CHANGE OVER SWITCH LEGRAND/ SCHNIEDER/ HAVELLS/ SIEMENS/ L&T
11 STARTER (STAR-DELTA / DOL) LEGRAND/ SCHNIEDER/ HAVELLS/ SIEMENS/ L&T

SUBMERCIBLE MOTOR/ MONOBLOCK PUMP CROMPTON / KIRLOSKAR / KBL / LUBI


12 SET
ENERCON / CONZERVE / SCHNEIDER / AE / SECURE /
13 METERS (DIGITAL) ABB
14 LOAD MANAGER ENERCON / SEM / KRYKARD/CONZERVE/ NIPPEN/L & T
15 RELAYS- EARTH FAULT LEGRAND/ SCHNIEDER/ HAVELLS/ SIEMENS/ GE
DOWELL’S / 3M / JAINSON / COMET / HMI / (ISI
16 LUGS MARKED)
17 BIMETALLIC LUGS DOWELL’S / 3M / ISMAL / HMI / (ISI MARKED)
18 CABLE GLAND DOWELL’S / JAINSON / 3D / COMET / HMI (ISI MARKED)
19 PVC CONDUITS AND ACCESSORIES, UPVC PRECISION / ANCHOR / POLYCAB / NIHIR
TRUNKING
20 CASING CAPING PRECISION / NIHIR / POLYCAB
21 MODULAR SWITCHES, SOCKETS & OTHER LEGRAND /HAVELLS / GM / ANCHOR
ACCESSORIES
22 PVC JUNCTION BOX SINTEX / CLIPSAL /MK / PRECISION / ANCHOR /
POLYCAB / NIHIR
MAKE LIST FOR ELECTRICAL WORKS
SR.NO. ITEM STANDARD MAKE
23 COAXIAL TV CABLE DELTON / NATIONAL / HAVELLS /FINOLEX
LIGHTING TECHNOLOGIES/ PHILIPS / HAVELLS /
24 LED LIGHT FIXTURES OSRAM/WIPRO PER MODEL SPECIFIED IN BOQ
CROMPTON/ USHA / HAVELLS / ORIENT AS PER MODEL
25 CEILING FAN / EXHAUST FAN SPECIFIED IN BOQ
26 GI JUNCTION BOX / UNDER FLOOR MK / LEGRAND
TRUNKING & ITS ACCESSORIES
27 CMS MK / LEGRAND

28 EARTHING & LIGHTNING ARRESTOR GREEN WIRE / ASHLOK / E-LINK


29 SMC PRESS BOX SINTEX / EPP
30 MODULAR LIGHT POINT WITH ACCESSORIES ANCHOR / HAVELLS / MK / LEGRAND
31 SOLAR WATER HEATER HONEYWELL / RACOLD / INTER SOLAR
32 SOLAE POWER SYSTEM TATA / HAVELLS / SOLARSOKO / WARRI
33 DWC PIPE Rex Poly Extrusion Ltd / VEC Engineering / GEMINI
34 WATER COOLER & RO VOLTAS / USHA / BLUESTAR / EUREKA FORBS
35 GI POLE MARUTI / AMBICA / RR ISPAT
36 CCTV SYSTEM HICKVISION / PANASONIC / HONEYWELL
37 LED DISPLAY SAMSUNG / PANASONIC / SONY
38 PoE SWITCH CISCO / AVAYA
39 CAT-6 CABLE DIGI LINK / FINOLAX / ANCHOR / D LINK
40 COMPUTER OR SERVER HP / DELL
41 NETWORK RACK VALRACK / APW
42 FIRE EXTINGUISHER SAFEX / MINIMEX / AAAG / NEW AGE
43 HAND DRYER JAQUAR / DOLPHY / EURONICS
44 INTERACTIVE SMART BOARD VESTEL OR EQUIVALENT
45 KEYBOARD AND MOUSE HP / DELL / LOGITECH
46 Fiber broadband internet connection GTPL / JIO OR EQUIVALENT

Special Note:-
1 Client have right to check the challans of supplier.
2 The MCB and MCB DB s must be of same make.
3 Approve all the make of material from Client / Consultant / PMC before execution.
The Client/ Consultant / PMC reserve the right to select the manufacture or approved make from the
4 above list. No
5 Any make not mentioned in the above lists must be approved from Client / Consultant before
execution.
6 All the material should be ISI and as per standards mentioned in specifications and BOQ.
Interactive Flat Panel Displays
IFX654-IN

Key Features

Impressive 4K Performance Improved Fluent Touch Experience


Exceptional viewing creates superior picture quality with Incorporating the latest 20 point IR Touch technology
4K resolution and 178 degree viewing angle. with faster response.The new IFX range is designed to
allow multiple users to interact simultaneously.The
Eye-care Solution super smooth surface allows for a highly precise and
Designed to reduce eye strain with flicker-free screen@ user-friendly writing experience.
at maximum brightness level.
Smooth Touch Support
Anti-GlareTempered Glass A new touch frame gives the users the option to
The anti-glare coating prevents excessive light reflection autorecognize the color and pen thickness.
and provides a smooth touch performance. Toughened
glass is incorporated into th erobust design of the
display to avoid accidental damage to the screen.

Profile Management for Customization and Wireless Screen Sharing


Security Wireless screen sharing empowers users to share any
external content without any cables. Utilizing embedded
One of the prominent features of the New IFX Series is Wi-Fi technology New IFX Series provides Eshare
the profile management system.Users are allowed to application,multi-screen Interactive Screensharing Tool.
use the display only after they are logged in using their Using only QR codes, users can connect to the display by
identified PINs.The cloud-based Vestel Board any device(Windows, Android,MacOS, iOS, Chrome),
Management system can be used by IT managers to set create Multiscreen experience, and Annotate on the
up teacher profiles securely: display wirelessly.
User/Password creation
NFC ID settings
UI customization for background and profile images
Favorite apps selection for users
Display and group management
Array of Android Applications Delivers Different Whiteboard Application for Flawless Teaching
Ways of Student Engagement Experience
Offering the fundamental applications,New IFX Series New IFX Series offers a compact whiteboard application
allows users to annotate on Whiteboard,share content design for teachers with the required tools to
remotely via Eshare, work on documents in annotate,draw or highlight using 2 different tip sizes with
OfficeSuite,open media and browse through your auto-recognition,add texts and media to work on during
documents and folder classes. Whiteboard application can quickly open any
cropped screenshots with any annotation done over any
source.

Internet Browser to Access Internet Content for Quick Tools and Settings
Classroom New quick tools(Calculator, Chronometer, Timer, Screen
Using Chromium as the embedded internet browser,New Capture and Crop) and quick settings
IFX Series is able to access the internet and with the help (volume/brightness settings,Screen Lock,NFC Settings,
of the quick palette,teachers will be able to annotate the and more) for teachers to utilize the IFX board efficiently
content and take screenshots and work on them for without disrupting the classes.
more effective learning.

Natural Writing Experience Connectivity A Great Many Ports Available to


Professional Pen Design Cover the Highest Requirements

Passive magnetic pen with 2 different tip sizes can be Aside from all the easily accessible front ports,IFX Series
assigned to different colors automatically. is equipped with embedded Wi-Fi and BT modules and
many rear I/O ports.
Smooth Dual Pen 4 x HDMI2.0 • 2 x USB2.0 Type-A • 1 x USB Type-C

A passive magnetic pen with two different pen sizes as 1 x MicroSD • 1 x Secure USB Slot • 1 x OPS Slot

well as palm erase provides teachers the ability to be 1 x LAN

more efficient and effective in classrooms


USB Type-C

Can transfer 4K video and data whilst powering/charging


mobile devices.OPS Compatibility enhances processing
capabilities using pluggable PC in OPS slot.

OPS SLOT

Enhance processing capabilities using pluggable PC in


OPS slot.
Panel
Screen Size 65" Backlight Type Direct-Type LED
UHD: 3840 x 2160
Brightness (Nits) 350 cd/m² Native Resolution
HDR10
Aspect Ratio 16:9 Contrast Ratio (typical) 1200:1
Dynamic Contrast Ratio 35000:1 Life Time (typical) 50000 Hrs
Response Time (typical) 8 ms Active Area (H x V) 1428 x 803 mm
178° Vert., 178° Hor.
Viewing Angle Color Value 1.07 B (10-bit)
(89U/89D/89L/89R) @ CR>10
Haze Level 8% Refresh Rate 60 Hz
4 mm Tempered
Glass Type Glass Hardness 8 Mohs
Anti-Glare

Built-in System
Mainboard Model MB400VS Operating System Customized Android Pie 9.0
Memory 4 GB DDR4 Storage 64 GB EMMC
CPU CA55 Quad core GPU Mali-G31 MP2
Wired 10/100/1000 Mbps Ethernet WiFi WiFi 5 (802.11 a/b/g/n/ac)
Bluetooth BT 5.1

User Experience
All Apps
Personalized Background
Profile Login/Logout
Home buttons
Home Page Launcher Quick Settings
Navigation bar
Tools
Quick Palette
Source Change
Whiteboard,
ScreenShare,
Web browser,
File Manager, Cloud System for User Account
Applications Board Management System
Media Player, Management
Officesuite,
AquaMail,
CloudFileManager
Over-the-Air SW Update
Screen Freeze
Screen Lock
Others
Dual Pen Recognition
Palm Erase
Annotate over Any Source

Monitor Connectivity
2 x HDMI2.0 (HDCP2.2)
1 x HDMI2.0 (Daisychain Output)
1 x HDMI2.0 (Daisychain Input)
Video Input Video Output Headphone(Line-out)
MicroSD (up to 1TB)
Optic SPDIF
OPS Interface
1 x USB-A (2.0)
USB 1 x USB-A (3.0)
1 x USB-C (3.0)
Front Accessibility
USB-A (2.0 / autoswitch for Android Standby on/off
& OPS) Volume up
USB-A (3.0 / autoswitch for Android Volume down
Front I/Os Console Buttons
& OPS) Touch enable/disable
1 x USB-B (touch out) Source Change,
1 x HDMI2.0 Input Settings
IR Receiver Fixed on bezel Audio 2x20 W - Front Facing Speakers
Pen Holder Integrated Magnetic Tray

Touch Interactivity
Max. 20 touch points*
Type of Touch Technology Infrared (IR) Technology Continuous Touch Points
*Bounded by application's limits
Any touch with finger, gloved hand
Touch Resolution 32768 x 32768 px Sensitivity
or pointer
Windows®7,Windows®8,
Compatibility Windows®10, Vista, XP, Mac® OS, Response Time 5 ms
Linux, Android
Touch Accuracy +/- 1 mm (over 90% area) Pen Type Battery-less Pen
Pen Identities 2 Object Sizes for Touch 2.8 & 10 mm

Inputs
RJ45 (LAN & Control)
3.5mm jack(RS232 Control)
LAN (Control)
2 x RJ12 (Sensor Box & service
input)

Mechanical
Product Dimensions (WxDxH) 1497 x 930 x 113 mm Package Dimensions (WxDxH) 1756 x 1100 x 265 mm
Product Weight 43.75 kg Package Weight 56.75 kg
Vesa Mounting 400 x 400 mm - M6 Bezel Width B:66 | T:15 | L/R:15 mm

Environmental Conditions
Operating Temperature +40°C / 0°C Operating Humidity 90%

Power
Power Supply 110 VAC - 240 VAC

Power Consumption
Typical 194 W Maximum 220 W

Features
Slim Bezel, User-Friendly Front Ports
Mechanical Features and Buttons, Detachable power
cable, Carrying handles

Certification
Safety YES EMC YES
CE YES
[EQ. TO SOR 2012-2013 CAT-III]

3.TECHNICAL SPECIFICATIONS
FOR
ERECTION, TESTING & COMMISSIONING
OF ELECTRICAL INSTALLATIONS

Electrical Works Erection, Testing & Commissioning 2


ERECTION, TESTING & COMMISSIONING OF ELECTRICAL INSTALLATIONS

1.0 SCOPE OF WORK

1.1 The intent of this specification is to define the requirements for the installation,
testing and commissioning of the electrical system like H.T VCB panel, transformer,
L.T. panels, Cables, earthing network, Internal and External lighting, Light fixtures
etc.. Requirement of this project shall be as specified in bill of quantities / approved
drawings / general specifications or as per the battery limits fixed by the owner /
consultant.

2.0 STANDARDS

2.1 1. The work shall be carried out in the best workman like manner in conformity
with this specification, the relevant specification / codes of practice of the Indian
Standards Institution, approved drawings and the instructions issued by the
authorised representative, from time to time. Some of the relevant Indian
Standards are listed elsewhere in this tender document.
2. In addition to the standards mentioned in 2.1, all works shall also conform to
the requirement of the following :
3. Indian Electricity Act and Rules framed there under.
4. Fire Insurance Regulations.
5. Regulations laid down by the Chief Electrical Inspector of the State / State
Electricity Board / Union Territory.
6. Regulations laid down by the Factory Inspector of the State / Union Territory.
7. Any other regulations laid down by the local authorities.
8. Installation & operation manuals of original manufacturers of equipment.

3.0 ERECTION

3.1 The contractor shall make his own arrangement for safe transportation of all the
items to the erection site and also carry out complete loading / unloading during
transportation. Equipment shall not be removed from packing cases unless the floor
has been made ready for installing them. The cases shall be opened in presence of
the client / consultant or his authorised representative. The empty packing cases
shall be returned to the stores and any document if found with the equipment shall
be handed over to the client's representative. Any damage or shortage noticed shall
be reported to the client / consultant in writing immediately after opening of
packing cases.

3.2 ONAN TYPE TRANSFORMER


1. Erection
Transformer complete with radiators, bushings, conservator and miscellaneous
accessories shall be thoroughly inspected and any damage noticed shall be
reported to the client / consultant. Before erection of transformer, the level of
rails on foundation shall be checked and minor corrections if necessary shall be
carried out. After the completion of erection, necessary stoppers shall be
provided at the wheels. All loosely supplied fittings / accessories shall be
cleaned and mounted on the transformer and connections made. After
completely assembling & installation, the transformer shall be cleaned and
touched up with a paint supplied by the manufacturer applied wherever
necessary. All cover bolts shall be checked for proper tightness. (The foundation
of transformer and rail fixing will be made by some other agency).

Electrical Works Erection, Testing & Commissioning 3


2. Testing
Winding insulation resistance shall be measured from primary and secondary to
ground and between primary and secondary.
Test the operation of thermister type sensor relay in accordance with the
manufacturer’s instructions.
Check the polarity of terminals and the phase sequence.
Proforma for transformer tests :
3. Proforma for transformer tests :
 Transformer name plate.
 Insulation resistance test with 1000 V meagre.
a) between primary to earth
b) between secondary to earth
c) between primary and secondary
 Operation of the tap changer.
Operation of the tap at tap No. 1
Operation of the tap at tap No. 2
Operation of the tap at tap No. 3
Operation of the tap at tap No. 4
Operation of the tap at tap No. 5

 Polarity marking and phase sequence.


 Earth resistance: Body & Neutral tank.
[This proforma shall be jointly signed by the CLIENT/ CONSULTANT and the
contractor in duplicate].

3.3 POWER CONTROL CENTER / MOTOR CONTROL CENTER, DISTRIBUTION BOARDS


1. Erection
Electrical panels and bus duct shall be delivered in convenient shipping section by
the manufacturer. The contractor shall make his own arrangement for safe
transportation of all the items to the erection site and also carry out complete
loading / unloading during transportation. The contractor shall be responsible for
final assembly and interconnection of busbars / wiring. Foundation channel shall
be grouted in the flooring by the contractor. Switchgear shall be aligned and
levelled on their base channels and bolted to them as per the instructions of the
client / consultant. The earth bus shall be made continuous throughout the length.
Loosely supplied relays and instruments shall be mounted and connected on the
switchgear. The contacts of the drawout circuit breaker shall be checked for proper
alignment and interchangeability.
After erection, the switchboard shall be inspected for dust and vermin proof. Any
hole which might allow dust or vermin etc. to enter the panel shall be plugged
suitably at no extra cost. If the instrument transformers are supplied separately, they
shall be erected as per the direction of the client / consultant. The contractor shall
fix the cable glands after drilling the bottom / top plates of all switchboards with
suitable holes at no extra cost.
Range of overload relays / timers etc. shall be checked with requirement of motor
actually to be connected at site and if the same is undersized / oversized, it shall be
brought to the notice of the client / consultant, who shall arrange procurement of
corrected components. However, the contractor shall not charge anything extra for

Electrical Works Erection, Testing & Commissioning 4


labour for such replacements.
The busduct shall be suitably supported between switchgear and transformer. The
opening in the wall where the duct enters, the switchgear room shall be sealed to
avoid rain water entry. The foundation of the switchgear shall be raised suitably for
minor adjustment to ensure proper alignment and connection of the busduct at no
extra cost. Expansion joints, flexible connection, etc. supplied by the manufacturer /
contractor of the busduct shall be properly connected.
2. Testing
Before electrical panel is energised, the insulation resistance of each bus shall be
measured from phase to ground. Measurement shall be repeated with circuit
breakers in operating positions and contacts open.
Before switchgear is energised, the insulation resistance of all control circuits shall
be measured from line to ground.
The following tests shall be performed on all circuit breakers during erection.
 Contact alignment and wipe shall be checked and adjustment where necessary
in accordance with the breaker manufacturer’s instructions.
 Each circuit breaker shall be drawn out of its cubicles, closed manually and its
insulation resistance measured from phase to phase and phase to ground.
 All adjustable direct acting trip devices shall be set using values given by the
consultant/ manufacturer.
 The dielectric strength of insulating oil wherever applicable, shall be checked.
 Before switchgear is energised, the following tests shall be performed one each
circuit breaker in its test position.
 Close and trip the circuit breaker from its local control switch push button or
operating handle. Switchgear control bus may be energised to permit test
operation of circuit breaker with A.C. closing with prior permission of the client
/
consultant.
 Test tripping of the electrically operated circuit breaker by operating mechanical
trip device.
 Test proper operation of circuit breakers latch, check carriage limit switch if
provided. Test proper operation of lockout device in the closing circuit.
Wherever provided by simulating conditions which would cause a lockout to
occur.
 Trip breaker either manually or by applying current or voltage to each of its
associated protective release.
 Before switchgear is energised, the tests covered above shall be repeated with
each breaker in its normal operating position.
 Capacitor banks shall be tested as per manufacturer’s instructions. In addition,
test for output and/or capacitance, insulation resistance test and test for
efficiency of discharge device shall be carried out.
 All electrical equipment alarms shall be tested for proper operation by causing
alarms to sound under simulated abnormal conditions.
3. Performa For PCC, MCC, DB, Control Panel Test
 Circuit breaker or contactor module designation / bus no.
 Insulation resistance test (contacts open, breaker racked in position)
a) between each phase of bus : Mega ohm
b) between each phase and earth : Mega ohm
c) DC and AC control and auxiliary circuits : Mega ohm

Electrical Works Erection, Testing & Commissioning 5


d) between each phase of CT / PT and between
CT & PT circuit if any : Mega ohm
 CT checks
a) CT ratio
b) CT secondary resistance
c) CT polarity check
 Check for contact alignment and wipe.
 Check / test all releases / relays.
 Check mechanical interlocks.
 Check electrical interlocks.
 Check switchgear / control panel wiring.
 Check breaker / contactor circuit for :
a) Closing - local & remote (wherever applicable)
b) Tripping - local & remote (wherever applicable)

 Opening time of breaker / contactor.


 Closing time of breaker / contactor.
[This proforma shall be jointly signed by the CLIENT / CONSULTANT and the
contractor in duplicate].

3.4 INSTALLATION OF CABLE NETWORK


Cable network shall include power, control and lighting cables which shall be laid
in underground trenches, hume pipe open trenches, cable trays, G.I. pipes, or on
building structures as detailed in the relevant drawings, cable schedules or as per
the client / consultant’s instructions. Supply & installation of cable trays, G.I. pipes /
conduits, cable glands and sockets of both end isolators, junction boxes, remote
push button stations, etc. shall be under the scope of the contractor.
1. General requirements for handling cables :
 Before laying cables, this shall be tested for physical damage, continuity,
absence of cross phasing, insulation resistance to earth and between
conductors. Insulation resistance tests shall be carried out with 500 /
1000
V megger.
 The cables shall be supplied at site, wound on wooden drums as far as
possible. For smaller length and sizes, cables in properly coiled form can
be accepted. The cables shall be laid by mounting the drum of the cable on
drum carriage. Where the carriage is not available, the drum shall be
mounted on a properly supported axle, and the cable laid out from the top
of the drum. In no case the cable will be rolled on as it produces kinks
which may damage the conductor.
 Sharp bending of cable shall be avoided. The bending radius for PVC
insulated and sheathed, armoured cable shall not be less than 10 D, where
“D” is overall diameter of the cable.
 While drawing cables through G.I. pipes, conduits, RCC pipes, ensure that
size of pipe is such that, after drawing cables, 40% area is free. After
drawing cables, the end of pipe shall be sealed with cotton / bituminous
compound.
 High voltage (11 KV and above), medium voltage (240 V and above) and
other control cables shall be separated from each other by adequate
spacing or running through independent pipes / trays.
Electrical Works Erection, Testing & Commissioning 6
 Armoured cables shall never be concealed in walls / floors / roads without
G.I. pipes, conduits or RCC pipes.
 Joints in the cable throughout its length of laying shall be avoided as far as
possible and if unavoidable, prior approval of site engineer shall be taken.
If allowed, proper straight through epoxy resin tight joint shall be made,
without any additional cost.
 A minimum loop of 3 mtr. shall be provided on both ends of the cable, and
on both ends of straight through cable joint. This additional length shall be
used for fresh termination in future. Cable for this loop shall be paid for
supply and laying.
 Cable shall be neatly arranged in the trenches / trays in such manner so
that criss-crossing is avoided and final take off to the motor / switchgear is
facilitated. Arrangement of cable within the trenches / trays shall be the
responsibility of the contractor.
 All cable routes shall be carefully measured and cable cut to the required
lengths and undue wastage of cables to be avoided. The routes indicated in
the drawings is indicative only and the same may be rechecked with the
client / consultant before cutting of cables. While selecting cable routes
interference with structures, foundations, pipelines, future expansion of
buildings etc. should be avoided.
 All temporary ends of cables must be protected against dirt and moisture to
prevent damage to the insulation. For this purpose, ends of all PVC
insulated cables shall be taped with an approved PVC or rubber insulating
tapes. Use of friction type or other fabric type tape is not permitted. Lead
sheathed cables shall be plumbed with lead alloy.
 Wherever cable rises from underground / concrete / masonry trenches to
motors / switchgears / push buttons, these shall be taken in G.I. pipes of
suitable size, for mechanical protection upto 300 mm. distance of
concerned cable gland or as instructed by the client / consultant.
 The cable pass through foundation / walls of other underground structures,
the necessary ducts for opening will be provided in advance for the same.
However, should it become necessary to cut holes in existing foundation of
structures the electrical contractor shall determine the location and obtain
approval of the client / consultant before cutting is done.
2. LAYING OF CABLES (UNDERGROUND SYSTEM)
Cables shall be so laid in trench that this will not interfere with other
underground structure. All water pipes, sewage lines or other structures which
become exposed by excavation shall be properly supported and protected from
injury until the filling has been rammed solidly in places under and around
them. Any telephone or other cables coming in the way are to be properly
shielded / diverted as directed by the owner / consultant.
 Cable shall be laid at minimum depth of 750 mm. in case of L.T. and 1200
mm. in case of H.T. from ground level. Excavation will be generally in
ordinary alluvial soil. The width of trench shall be sufficient for laying of
required no. of cables.
 Sand bedding 75 mm. thick shall be made below and above the cables.
Layer of bricks (full size) shall be laid above sand bedding on the sides and
above the of cables to cover cable completely. More than one cable can be
laid in the same trench by providing a brick on edge between two cables.
However, the relative location of cables in trench shall be maintained till
termination. The surface of the ground after back filling the earth shall be
made good so as to conform in all respects to the surrounded ground and
to the entire satisfaction of the client / consultant.
 For all underground cables, route markers should be used :

Electrical Works Erection, Testing & Commissioning 7


a) Separate route markers should be used for LT, HT and telephone
cables.
b) Route markers should be grounded in ground with 1:2:4 cement
concrete pedestal size 230 x 230 x 300 mm..
c) Cable markers should be installed at an interval not exceeding 30 mtr.
along the straight routes of cables at a distance of 0.5 mtr. away from
centre of cable with the arrow marked on the cable markers plate
indicating the location of cable. Cable markers should also be used to
identify change in direction of cable route and for location of every joint
in underground cable.
 RCC hume pipe for crossing road in cable laying shall be provided by
employer. No deduction shall be made for cable laying in hume pipe for
not providing bricks, sand and excavation. RCC hump pipe at the ends
shall be sealed by bituminous compound after laying and testing of cables
by electrical contractor without any extra charge.
3. LAYING OF CABLE IN MASONRY TRENCHES
 Masonry / concrete trenches for laying of cables shall be provided by
employer. However, steel members such as M.S. angles / flats etc. shall be
provided and grouted by electrical contractor to support the cables without
any extra charge. Cables shall be clamped to these supports with minimum
saddles / clamps. More than one tier of cables can be provided in the same
trench if the no. of cables are more.
 Entry of cables in trenches shall be sealed with bituminous MASTIC
compound to stop entry of water in trenches.
4. LAYING OF CABLES IN CABLE TRAYS
 Cable trays and steel members such as M.S. angle / channel / flats etc.
shall be provided and fixed by the erector.
 Cable shall be fixed in cable trays in single tier formation and cables shall
be clamped with aluminium flat clamps and galvanised bolts / nuts.
 Earthing flat / wire can also be laid in cable tray alongwith cables.
 After laying of cables, minimum 20% area shall be spare.
5. TERMINATION AND JOINTING OF CABLES
a) For HT cables suitable size of Reychem termination kit shall be used.
b) Use of glands :
All PVC cables upto 1.1 KV grade, armoured or unarmoured shall be
terminated at the equipment / junction box / isolators / push buttons / control
accessories, etc. by means of suitable size double compression type cable
glands. Armour of cable shall be connected to earth point. The contractor shall
drill holes for fixing glands wherever necessary. Wherever threaded cable gland
is to be screwed into threaded opening of different size, suitable galvanised
threaded reducing bushing shall be used of approved type.
In case of termination of cables at the bottom of the panel over a cable trench
having no access from the bottom, a close fit holes should be drilled in the
bottom plate for all the cables in one line, then bottom plate should be split in
two parts along the centre line of holes. After installation of bottom plate and
cables with glands, it shall be sealed with cold sealing compound.
 USE OF LUGS / SOCKETS
All cable leads shall be terminated at the equipment terminals, by means of
crimped type solderless connectors unless the terminals at the equipment
ends are suitable for direct jointing without lugs / sockets.
The following is the recommended procedure for crimped joints and the

Electrical Works Erection, Testing & Commissioning 8


same shall be followed :
a) Strip off the insulation of the cable and with every precaution, not in
severe or damage any strand. All insulation’s to be removed from the
stripped portion of the conductor and ends of the insulation should be
clean and square.
b) The cable should be kept clean as far as possible before assembling it
with the terminal / socket. For preventing the ingress of moisture and
possibility of re-oxidation after crimping of the aluminium conductors,
the socket should be filled with corrosion inhibiting compound. This
compound should also be applied over the stripped potion of the
conductor and the palm surface of socket.
c) Correct size and type of socket / ferrule / lug should be selected
depending on size of conductor, and type of connection to be made.
d) Make the crimped joint by suitable crimping tool.
e) If after crimping the conductor in socket / lug, some portion of the
conductor remains without insulation the same should be covered
sufficiently with PVC tape.
f) For HT cable upto 11 KV the manufacturer’s recommendation should
be followed.
 DRESSING OF CABLE INSIDE THE EQUIPMENT
After fixing of cable glands, the individual cores of cable shall be dressed
and taken along the cable ways (if provided) or shall be fixed to the panels
with polyethylene straps. Cable shall be dressed in such a manner that
small loop of each core is available inside the panel.
For motors of 20 HP and above, terminal box if found not suitable for
proper dressing of aluminium cables, the erector shall modify the same
without any additional cost.
Cables inside the equipment shall be measured and paid for.
 IDENTIFICATION OF CABLES / WIRES / CORES
Power cables shall be identified with red, yellow and blue PVC tapes. For
trip circuits identification, additional red ferrules shall be used only in the
particular cores of control cable at the termination points in the switchgear /
control panels and control switches.
In case of control cables all cores shall be identified at both ends by their
wire numbers by mean of PVC ferrules or self sticking cable markers, wire
numbers shall be as per schematic / connection drawing. For power circuit
also, wire numbers shall be provided if required as per the drawings of
switchgear manufacturer / supplier.
6. TESTING OF CABLES
 Before energising, the insulation resistance of every circuit shall be
measured from phase to ground. This requires 3 measurements if one side
is grounded and 6 measurements for 3 phase circuits.
 Where splices or terminations are required in circuits rated above 650 volts,
measure insulation resistance of each length of cable before splicing
and/or terminating. Repeat measurements after splices and/or terminations
are complete.
 DC high voltage test shall be made after installation on the following :
a) All 1100 volts grade cables in which straight through joints have been
made.
b) All cables above 1100 V grade.

Electrical Works Erection, Testing & Commissioning 9


For record purpose test data shall include the measured values of leakage current
versus time.
The DC high voltage test shall be performed as detailed below :
Cables shall be installed in final position with all the straight through joints
complete. Terminations shall be kept unfinished so that motors, switchgear,
transformer etc. are not subjected to test voltage.
The test voltage and duration shall be as per relevant codes and practices of Indian
Standards Institution.
 PROFORMA FOR TESTING CABLES

DATE OF TEST
a) Drum No. from which cable taken.
b) Cable from to
c) Length of run of this cable meter
d) Insulation resistance test
i) between core-1 to earth mega-ohm
ii) between core-2 to earth mega-ohm
iii) between core-3 to earth mega-ohm
iv) between core-1 to core-2 mega-ohm
v) between core-2 to core-3 mega-ohm
vi) between core-3 to core-1 mega-ohm
vii) duration used : 1 KV
e) High voltage test Voltage Duration
i) between core an earth.
ii) between individual cores
[This proforma shall be jointly signed by the CLIENT / CONSULTANTand the
contractor in duplicate].

4.0 EARTHING NETWORK

4.1 INSTALLATION AND CONNECTION

1. The plate/pipe electrode, as far as practicable, shall be buried below permanent


moisture level but in no case not less than 3 M below finished ground level.
2. The plate/pipe electrode shall be kept clear of the building foundation and in no
case, it shall be nearer by less than 2 M from outer face of the respective
building wall / column.
3. The plate electrode shall be installed vertically and shall be surrounded with 150
mm. thick layers of Charcoal dust and Salt mixture.
4. 20 mm. dia. Cu. pipe for watering, shall run from top edge of the plate / pipe
electrode to the mid level of block masonry chamber.
5. Top of the pipe shall be provided with G.I. funnel and screen for watering the
earth / ground through the pipe.
6. The masonry chamber shall be provided with a Cast Iron hinged cover resting
over the Cast Iron frame which shall be embedded in the block masonry.
7. Construction of the earthing station shall in general be as shown in the drawing

Electrical Works Erection, Testing & Commissioning 10


and shall conform to the requirement on earth electrodes mentioned in the latest
edition of Indian Standard IS : 3043, Code of Practice for Earthing Installation.
8. The earth conductors (Strips / Wires copper / Hot dip G.I.) Inside the building shall
properly be clamped / supported on the wall with Galvanised Iron clamps and
Mild Steel Zinc Passivated screws / bolts. The conductors outside the building shall
be laid atleast 600 mm. below the finished ground level.
9. The earth conductors shall either terminate on earthing socket provided on the
equipment or shall be fastened to the foundation bolt and / or on frames of the
equipment. The earthing connection to equipment body shall be done after
removing paint and other oily substances from the body and then properly be
finished.
10. Over lapping of earth conductors during straight through in joints, where
required, shall be of minimum 75mm. long.
11. The earth conductors shall be in one length between the earthing grid and the
equipment to be earthed

4.2 EARTH LEADS AND CONNECTIONS


1. Earth lead shall be bare copper or Galvanised steel as specified with sizes shown on
drawings. Copper lead shall have a phosphor content of not over 0.15 %. G.I. strip
buried in the ground shall be protected with bitumen and hessian wrap or polythene
faced hessian and bitumen coating. At road crossing necessary hume pipes shall be
laid. Earth lead run on surface of wall or ceiling shall be fixed on saddles so that
strip is atleast 8 mm away from the wall surface.
2. The complete earthing system shall be mechanically and electrically bonded to
provide an independent return path to the earth source.
4.3 TEST
1. The entire earthing installation shall be tested as per requirements of Indian
Standard Specification IS : 3043.
2. The following earth resistance values shall be measured with an approved earth
megger and recorded.
1) Each earthing station
2) earthing system as a whole
3) Earth continuity conductors
3. Earth conductor resistance for each earthed equipment shall be measured which
shall not exceed 5 ohm in each case.
4. Measurements of earth resistance shall be carried out before earth connections are
made between the earth and the object to be earthed.
5. All tests shall be carried out in presence of the Pmc

5.0 CONCEALED / SURFACE CONDUIT WORKS

5.1 LAYING OF CONDUITS


1. Conduits shall be laid before casting in the upper portion of a slab / in PCC if
below flooring or otherwise, as may be instructed in accordance with approved
drawings, so as to conceal the entire run of conduits and ceiling outlet boxes.
Conduits shall be so laid that they are interconnected. This is required to facilitate
pulling of wires from different openings in case of any of the outlet is outlet is
blocked during slab casting. Vertical drops shall be cut by the contractor to
sufficient depth to allow full thickness of plaster over conduits. The width of the
chases will be made to accommodate the required number of conduits. The chases
will be filled with cement, coarse
2. When the conduit is to be embedded in a concrete member it shall be adequately

Electrical Works Erection, Testing & Commissioning 11


tied to the reinforcement to prevent displacement during casting. Tie wire to be
supplied by the contractor.
3. Cutting of chases in any RCC member / finished floor / already finished surface is
not allowed unless prior approval of Site Engineer is taken in site instruction book. If
a chases is cut in an already finished surface, the contractor shall fill the chases and
finish it to match the existing finish including painting at his cost to Site Engineer’s
satisfaction.
4. Contractor shall not cut any iron bars to fix the conduits. Puncher of wooden / steel
shuttering for RCC slab / beams / column etc. for conduit work is also not allowed,
unless Site Engineer permits in site instruction book under special conditions.
5. Run of conduit pipe through expansion joints in RCC members should be avoided
as far as possible and if unavoidable, flexible conduit pipe should be used with
ceiling outlet box on both sides of expansion joints.
6. Conduit on surface of RCC walls / RCC members shall be avoided as far as
possible and if unavoidable prior approval of Site Engineer on sample saddles,
clamps screws and a minimum 5 mtr. conduit laid on surface shall be taken, to
achieve best possible workmanship. Distance between 2 consecutive clamps for
fixing conduit on surface shall not exceed 900 mm. wooden patties for fixing
saddles / clamps shall be used. Use of roll plug / steel fastener with hard setting /
sealing compound is recommended.
7. In case of stone masonry, necessary conduits with M.S. boxes should be placed as
the masonry is in progress, since after completing masonry, it is very difficult to cut
chases in wells. Special location of cement concrete shaft is also recommended to
conceal conduit in stone masonry and the same shall be provided by client /
consultant.
8. In ground floor conduiting below the flooring should be avoided. Wherever it is
unavoidable G.I. pipe should be used with prior approval of Site Engineer.

5.2 CEILING / WALL OUTLET BOXES FOR LIGHTS / FANS


1. Outlet boxes shall be of steel with aluminium cover and so installed as to maintain
continuity throughout. These shall be protected at the time of laying by filling with
jute / earth / cotton etc. so that no cement mortar finds its way inside during
concreting or plastering etc. Typical sketches for such outlet boxes shall be supplied
alongwtih other working drags. In beams conduit socket shall be provided in place
of outlet boxes. The same shall be used for installation of luminaire.
2. For fixing light fixtures / brackets, outlet boxes complete with check nut for holding
conduits shall be used. For lighting fixture suitable for 20 watts fluorescent tubes /
incandescent lamps / mercury vapour lamps, only one outlet box is required. For
fixing lighting suitable for 40 watts fluorescent lamps, two numbers outlet boxes
should be provided at a distance of 300 mm. away from the centre in the
longitudinal direction of the fixture, so that the use of patties / roll plug etc. may be
avoided, as well as wiring from outlet box to the light fitting is to be installed in RCC
beam and due to heavy reinforcement at the bottom of beam it is not possible to
provide outlet boxes simple conduit should be provided. However alternative fixing
arrangement shall be made in consultation with client / consultant.
3. For fixing ceiling fans, circular outlet boxes, 100 mm. diameter, complete with 12
mm. dia. Mild Steel rod 300 mm. long, for holding 12 mm. dia. Mild Steel cover
125 mm. dia. at bottom shall be used.

5.3 DRAW OUT JUNCTION BOXES


Steel drawout boxes at angle dimensions shall be provided at a convenient points
on walls / ceilings to facilitate pullling of long runs of cables / wires. These shall be
completely concealed with Anodised Aluminium, flush with plaster works. These
draw boxes should be five sided. The location of these boxes is to be decided prior
to fixing, as per site requirement and following should be treated as general

Electrical Works Erection, Testing & Commissioning 12


guidance for deciding the location of these :
1. These should be provided at a place where these are not in direct view.
Recommended place is 400 / 450 mm. below ceiling, if conduits are running
vertically.
2. Junction box in the offset of bottom of RCC beam and vertical wall should not be
provided.
3. If junction boxes are coming side by side for two or more conduits, one common
M.S. box of proper size can be used to act as junction box.
4. If junction box is to be provided in ceiling, its position should be so located that it is
in line with other light / fan points.
5. Junction boxes should never be used for splitting one conduit into two or more.
Junction box for such functions is avoidable and for this, number of conduits to be
connected to one switch board should be calculated correctly as per drawing before
laying conduits in ceiling.
6. Locating junction boxes on outer surface of exterior walls of building should be
avoided as these are in direct view and are also exposed to weather.
7. Junction boxes should never be closed permanently by plaster. Removable covering
of aluminium should be provided for conduit junction boxes for M.S. junction boxes
removable hylem plate should be provided. This cover may be painted with wall
colour.
8. Junction boxes in important areas should be avoided and can be located in toilets /
corridors / service shafts and stores etc.

5.4 SWITCH BOXES


Steel boxes of required sizes, shall be provided to house speed regulators of fans,
switches for lights, fans, plug sockets etc. as per requirement of drawings. These
should be so designed that accessories on Anodised aluminium sheet could be
mounted with tapped holes and brass machine screws, leaving ample space at the
back and on the sides for accommodating wires and check nuts at conduit entries.
These shall be attached to conduits by means of check nuts on all walls of the boxes
through which the conduits are entering. These shall be completely connected
leaving edges flush with finished wall surfaces. Anodised aluminium cover should
be fixed to these switch boxes by means of brass chrome plated machine screws
and cup washers. Utmost care shall be taken by contractor to ensure that all switch
boxes are in line and level.
Inside each switch box, one bolt shall be welded to receive earthing wire.

5.5 SWITCH AND SOCKET


Switches shall be installed at 900 mm above finished floor level unless otherwise
indicated on the drawings.
The switch controlling the light point or fan shall be connect on to the phase wire of
the circuit and neutral shall be continuous, having no fuse or switch installed in the
line except at the D.B. All fan regulators shall be fixed inside the switch boxes on
adjustable flat M.S. strips / plates with tapped holes and brass machine screws,
leaving ample space at the back and side for accommodating wires.
The cover plates to the switch box shall be fixed by means of sunk head brass
cadmium screws.
Where two or more switches and fan regulators are installed together, they shall be
provided with one gang cover plate with knockouts to accommodate required
number of switches, sockets and regulators.
The switch controlling the socket outlet shall be on the phase wire of the circuit. The
third pin of the socket shall be connected to the earth continuity conductor of the
circuit

Electrical Works Erection, Testing & Commissioning 13


The switch boxes, installed back-to-back in the same wall shall be offset from each
other, 150 mm horizontally, to preclude noise transmission.

5.6 CLEANING AND PROTECTION OF CONDUIT SYSTEM


The entire conduit system including outlet boxes, junction boxes and switch boxes
shall be thoroughly cleaned after completion of erection and tested for not blockage
by air / sound or steel wire prior to finishing of building by air / sound or steel wire
prior to finishing of building and before drawing in of cables / wires to safeguard
conduit system against filling up with the plaster / cement slurry / water etc. all the
outlet and switch boxes will have to be provided with temporary jute / cotton filling,
covers and plugs etc.. Within tendered cost which shall be replaced later on by
hylem / sheet cover after wiring as required.

5.7 TESTING OF INSTALLATION


Before a completed installation is put into service, the following tests shall be
complied with:
1. INSULATION RESISTANCE
The insulation resistance shall be measured by applying 500 volt megger with all
fuses in places, circuit breaker and all switches closed.
The insulation resistance in gegohms of an installation, measured shall not be less
than 50 megohms divided by the number of points on the circuit.
The insulation resistance shall be measured between
EARTH TO PHASE
EARTH TO NEUTRAL
PHASE TO NEURAL
PHASE TO PHASE
2. EARTH CONTINUITY PATH
The earth continuity conductors shall be tested for electrical continuity and the
electrical resistance of the same along with the earthing lead but excluding any
added resistance or earth leakage circuit-breaker, measured from the connection,
with the earth electrode to any point in the earth continuity conductor in the
completed installation and shall not exceed one ohm.
3. POLARITY OF SINGLE POLE SWITCHES
A test shall be made to verify that every no-linked, single pole switch is connected to
one of the phase of the supply system.
4. COMPLETION CERTIFICATES
All the above tests shall be carried out in presence of client and the results shall be
recorded in prescribed forms. Any default during the testing shall be immediately
rectified and that section of the installation shall be re tested. The completed test
result from shall be submitted to the client for approval.
On completion of an electric installation a certificate shall be furnished by the
contractor, countersigned by the certified supervisor under whose direct supervision
the installation was carried out. This certificate shall be in a prescribed form as
required by the local electric supply authority.

6.0 INSTALLATION OF LIGHTING FIXTURES / FANS

6.1 INSTALLATION OF LIGHTING FIXTURES

Scope of work under this item shall start from light point, with a 5 A bakelite
connector, 2 core 1.5 mm.² PVC insulated wires from this connector to the

Electrical Works Erection, Testing & Commissioning 14


connector inside the lighting fixture, connections, fixing of lighting fixture complete
with all accessories, lamps on wall / roof / steel truss etc. testing the lighting fixture
and commissioning. If wire length of light point is enough to reach connector of
light fitting, connector in light point can be deleted.

6.2 INSTALLATION OF EXHAUST FANS


Scope of work under this system shall start from exhaust fan point, with a ceiling
rose, 2 core 2.5 mm.² PVC insulated wire from ceiling rose to connector of exhaust
fan, connections, making fan opening in walls including repair / finishing fixing of
exhaust fan complete with accessories and louvers on walls with hold-fasts, testing
the exhaust fans and commissioning.

7.0 INSTALLATION OF EXTERNAL LIGHT FIXTURES

7.1 BRACKET FOR STREET LIGHT FITTINGS


The brackets shall be made of 38 mm. NB MS class “B” pipe approx. 1.8 mtr. long
bent at the centre at an angle 120° C. with necessary holding brackets, hold fasts
etc. with special reducer at the end to accommodate type of street light fitting to be
fixed. Bracket shall have 1 coat of anti-corrosion paint before despatch to site and 2
coats of approved make and shade of aluminium paint. This bracket shall also be
provided with one M.S. water tight box complete with the connector, neutral link,
rewireable fuse etc.. See enclosed drawings of street light poles.

7.2 INSTALLATION OF POLES


Installation of poles shall be done as per enclosed drawings of street light poles.
The depth of pole to be burried in ground shall be 1/5th of the total pole length or
as specified in drawing, whichever is more. Special care shall be taken in erecting
poles so that these are not strained or damaged during erection and are firmly
stayed till the foundation are secured. The pole shall be grouted inside ground pit
(cross-section 600 x 600 mm.) with cement concrete 1:2:4. Before the placement of
concrete around pole in the pit, necessary conduit pipes (not less than 25 mm. dia.)
shall be placed for facilitating drawing of cables. Separate conduit shall be
provided for incoming and outgoing cables. The cement concrete shall be protected
from prematured drying by curing for atleast 7 days after pouring. All concrete
surface from 150 mm. below ground level to top shall be finished smooth with
cement mortar 1:4.

7.3 INSTALLATION OF STREET LIGHT FIXTURES


This includes fixing of street light fittings complete with accessories and lamps at the
end of the pole / bracket, connecting it with 3 x 2.5 mm.² aluminium conductor,
PVC insulated cable from water tight M.S. box, testing, commissioning. Third core
shall be connected with earthing point of light fitting at one end and earthing point
of marshalling box at the other end.

7.4 GENERAL NOTES FOR STREET LIGHTING


1. For supplying and laying of cables, technical specification (wiring) shall be
applicable reference shall be made under heading Cable Work elsewhere in the
tender.
2. For street light poles along roads, nearest finished road level shall be taken as
ground level and for poles along compound wall / away from roads, existing
ground / finished ground shall be taken as ground level.
3. Distance of 1 mtr. shall be maintained between centre of pole and centre of curb of
road. For compound wall poles, distance between compound wall and poles shall
be 3 mtrs.
4. A loop of 1.5 mtr. of cable shall be provided near each street light pole for all
incoming and outgoing cable.

Electrical Works Erection, Testing & Commissioning 15


8.0 COMPLETION TESTS

8.1 After supply and installation of complete project or a particular building / area,
following tests shall be carried out by the contractor before switching on the power
to installation and the results shall be recorded and submitted to the Site-Engineer.
If results are not satisfactory / as per standards set herewith, the contractor shall
identify the defects / short coming and shall rectify the same. Nothing extra shall be
paid for carrying out these tests and contractor has to arrange all necessary
instruments.

8.2 INSULATION RESISTANCE TO EARTH


This is to be measured with all fuse links in place, all switches ON, all lamps and
appliances in position by applying a voltage not less than twice the working voltage
(subject to a limit of 500 V). Insulation resistance of the whole or any part of the
installation to earth must not be less than 50 mega-ohms divided by the number of
outlets (points and switch positions) except that it need not exceed one mega-ohm
for the whole installation.

8.3 INSULATION RESISTANCE BETWEEN CONDUCTORS


Tests to be made between all the conductors connected to one pole or phase
conductor of the supply and all the conductors connected to the middle wire or
neutral or the other pole or phase conductors of the supply. For this test, all lamps
shall be removed and all switches put ON. The result of the test must be 50 mega-
ohms divided by the number of outlets (points and switch positions) but need not
exceed 1 mega-ohm for the whole installation.

8.4 POLARITY OF SINGLE POLE SWITCHES


Tests shall be made to verify that all non-linked single pole switches are on phase
conductor (live) and not on neutral or earth conductor. This can be done by
connecting test lamps between two terminals of switch and earth. If the lamp lights
up when switch is ON and either terminal is touched, the switch is correctly installed.

8.5 RESISTANCE OF METAL CONDUITS / SHEETS (EARTH CONTINUITY TEST)


In case of cables encased in metal whether conduit of metallic sheathing, the total
resistance of the conduit or sheathing from the earthing point any other position in
the completed installation shall not exceed 2 ohms. This can be carried out by
following circuit :
One end of the load is connected to the ECC and its connection with the electrode
and the other to the farthest point of the ECC. First, current through the circuit is
measured with the resistance of 2 ohms short circuited by the link. Next, current is
measured through the two ohms resistance by disconnecting the two leads from the
ECC and joining them together. If current is more in the first case, the resistance of
ECC is less than 2 ohms.

9.0 HANDING OVER / TAKING OVER

9.1 After completion of works and tests specified above, the various building of the
project can be taken over by the employer as and when these are ready in all
respects. However, the defect liability period of 12 months would start from the
date, when all the buildings of the project have been completed and handed over,
unless employer agrees for defect liability period in phased due to non-completion
of civil work of few buildings for which electrical contractor is not responsible.

10.0 HANDING OVER / TAKING OVER

10.1 The Tenderer shall indicate the makes of tools, test equipment and other item listed
below:

Electrical Works Erection, Testing & Commissioning 16


1. TOOLS
A. Set of spanners of sizes 6 mm to 32 mm width across flat
 Adjustable wrench of 36 mm jaw width
 Adjustable wrench of 23 mm jaw width
B. Heavy duty screw driver with full size insulated handle and blade length
of
 100 mm
 50 mm
 200 mm
2. TEST EQUIPMENT
A. 2500 V megger motor operated
B. 500 V megger hand operated
C. Multimeter (Battery operated) satisfying the following
 With 0-1 mA, 0-100 mA, 0-1A and 0-5A, AC & DC current ranges
 With 0-100 mV, 0-3V, 0-30 V, 0-300 V and 0-1000V AC & DC voltage
ranges
 The resistance ranges shall be atleast five (0-100) m ohm, (0-1) Ohm,
(0-10) Ohm, (0-100) Ohm, (0-100) mega ohm
 The Input impedance shall not be less than one mega Ohms for
voltage ranges
3. LADDERS
Ladder shall be made out of light aluminium alloy of good strength. They shall
be of step ladder, foldable, self supporting type with spreader of metallic angles
or high strength nylon straps. The ladder shall be provided with shoes on
bottom of legs. Rugs shall be flat type having thickness of 30 mm in case of 3
meters long ladders and 60 mm for 6 metres long ladder.
 3 metres long
 6 metres long
4. Tong tester - ammeter range 0 to 30, 150 & 300 Amps AC and voltmeter (0-
600) V, class 1.0 with leads and leather case.

Electrical Works Erection, Testing & Commissioning 17


Detail Specification for PVC
Pipe & DWC Pipe
ITEM NO. 1 P.V.C. Pipes (RIGID) - 6 Kg.

1. Providing & Fixing P.V.C. Pipes (RIGID) - 6 Kg. ISI marked 110 MM DIA.& 90 MM
DIA including fittings make or equivalent as approved by engineer-in-charge . Pipe
shall be fixed on the help of clamp at every two meter C/C or shall be concealed as
directed including necessary fittings etc. including testing of pipe and joints and fixing
the same with adhesive solvent ,including cost of all materials including hydraulic
testing as directed by engineer-in-charge

(A) 110 mm dia. (B) 90 mm etc. dia.

The P.V.C. pipe shall be approved quality and make of as per IS 13592 : 1992 of appropriate
class for sewage, rain water and waste water and shall got approved before use by consultant
/ Engineer in charge. They shall be fixed by means of approved claims or embedded in the
structure as instructed by Consultant. The rates inclusive all necessary special such as bends
YS,TS, Plug, bends, off sets, shoes, cowl etc. all special fittings shall be of standard make of
first class quality and shall in all respect comply with relevant ISS. Nothing extra shall be
paid for cutting the pipes for required length or for collar. The overlap of pipes will not be
paid. The joints of the pipe shall be filled by properly and it should be watertight.

INSTALLATION

General

(a) All pipe and accessories shall be handled in such manner as to insure delivery to the
trench in sound, undamaged condition. Particular care shall be taken not to injure pipe
coating, if coating or lining of any type of pipe or fitting is damaged, repair shall be
made prior to installation. No other pipe or material shall be placed inside of a pipe or
fitting after coating has been applied. Pipe shall be placed inside of a pipe or fitting
after coating has been applied. Pipe shall be carried into immediately shall be stored
in cool, dark place and out of the sun. installation procedures shall provide for safe
conduct of the work, careful removal and disposition of materials, protection of
property, which is to remain undisturbed, coordination with other work in progress,
and protection of utility services.

(b) Joints shall not be covered until approved. Pipe, pipefitting or appurtenances found
defective after installation shall be replaced. Pipe shall be laid true to line and grade to
form a close concentric joint with adjoining pipe and to prevent offsets of the flow
line. Sections of pipe shall be so laid and fitted together that when complete, the
sewer shall have a smooth and uniform invert. As the work progresses, the interior of
the sewer shall be cleaned of all dirt and superfluous materials, where cleaning after
laying is difficult because of small pipe size, a suitable swab or drag shall be kept in
the pipe and pulled forward past each joint immediately after the jointing has been
completed. Pipe cutting where necessary shall be done neatly, without damage to the
pipe. Unless otherwise authorized, cutting shall be done by means of an approved
type of mechanical cutter.

(c) Each pipe and fitting shall be carefully inspected before and after installation and
those found defective shall be rejected. Proper facilities shall be provided for lowering
sections of pipe into trenches. Any pipe or fitting that does not allow sufficient space
for proper caulking or installation of joint material shall be closed temporarily with
wood blocks.

(d) For rain water / waste water pipes shall be covered through masonary wall of brick
partition and 20 mm thick sand faced cement plaster.

Tests

(a) Tests of completed piping systems shall be conducted in strict accordance with testing
procedures and requirements of ASTM C8282 or AWWA C600 as applicable.
(b) Do not backfill piping (more than minimum required to hold in place for testing) prior
to receipt of acceptance from Owner’s Representative for results of tests.
(c) Conduct repair and retests when required to UN accepted test results at no cost to
Owner.

MODE OF MEASUREMENT: AS PER MENTIONED IN SCHEDULE – B


Description
Mode of Payment: The rate shall be for a Unit of One Mtr.

ITEM NO 2. DOUBLE WALL CORRUGATED PIPE


Providing & laying approved make Double walled corrugated pipes (DWC) of
polyethylene(conforming to IS 14930 II )with necessary connecting accessories of same
material at required depth for laying of cable. below ground / road surface for enclosing
cable and back filling the same to make ground as per original.

FOREWORD
This specification is issued under the fixed serial number followed by the year of adoption as
standard or in case of revision, the year of latest revision.

This specification requires reference to the following specifications.


(i) IS:14930 Pt.-I : General requirements of Conduit system for Electrical and
Communication installation
(ii) IS:14930 Pt.-II : Particular requirements of Conduit system for Electrical and
Communication installation
(iii) IS:2530 : Method for test for Polyethylene moulding materials and
polyethylene compounds.
(iv) IS:7328 : HDPE materials for moulding and extrusion
(v) IS:12063 : Classification of degrees of protection provided by enclosures
of electrical equipment
(vi) IS:11000(Pt2/Sec1) : Glow-Wire Test and Guidance, Test Methods for Fire Hazard
Testing
(vii) ASTM D 1693 : Test method for environmental stress – cracking of ethylene
plastics
(viii) ASTM D 638 : Standard test method for tensile properties of plastic
(ix) ASTM D 790 : Test method for flexural properties of Unreinforced and
Reinforced Plastics and Electrical Insulating Materials.
(x) ASTM D 2240 : Standard Test method for Rubber property.
(xi) ASTM D 648 : Standard Test method for deflection temperature of plastic
under flexure load in the Edgewise Position.

Whenever reference to any specification appears in this document, it shall be taken as a


reference to the latest version of that specification unless the year of issue of the specification
is specifically stated.

1.0 SCOPE

This document specifies the requirement and testing for Double Walled Corrugated (DWC)
HDPE Ducts burried underground including ducts & duct fittings for protection wherever
required for all types Cables.

2.0 TERMINOLOGY

Terminology as defined in IS: 14930 shall be followed.

3.0 ABBREVIATIONS

• ASTM : American Society for Testing & Materials.


• CC : Cubic Centimeter.
• DSC : Differential Scanning Calorimeter
• DTA : Differential Thermal Analyzer
• DWC : Double Walled Corrugated
• ESCR : Environmental Stress Crack Resistance
• FTIR : Fourier Transform Infrared Spectroscopy
• g : Gram • HDPE : High Density Polyethylene.
• Hr : Hour
• IS : Indian Standard.
• Kg : Kilograms
• MFI : Melt Flow Index.
• mm : Millimeter
• OIT : Oxidation Induction Test
• SPN : Specification Provisional Number.
• UV : Ultra Violet.

4.0 GENERAL REQUIRMENTS

4.1 The DWC Duct shall consist of two layers, the outer layer will be corrugated and the
inner layer shall be plain and smooth.

4.2 DWC Duct and conduit fittings within the scope of this specification shall be so designed
and constructed that in normal use their performance is reliable and without danger to the
user or surroundings.

4.3 When assembled in accordance with manufacturer’s instruction as part of a conduit


system, they shall provide mechanical protection to Cables contained therein.

4.4 Within the conduit system there shall be no sharp edge, burrs or surface projections which
are likely to damage insulated conductors or cables or inflict impurity to the installer or user.
4.5 The protective properties of the joint between conduit and conduit fittings shall be not
less than that declared for the conduit system.

4.6 The DWC Duct and fittings shall withstand the stresses likely to occur during transport,
storage, recommended installation practice and application.
4.7 The DWC duct shall be supplied in continuous length in coil form or straight length,
suitable for shipping and handling purpose.

4.8 For conduit systems that are assembled by means other than threads, the manufacturer
shall indicate whether the system can be disassembled and if, so, how this can be achieved.

5.0 REQUIREMENTS OF RAW MATERIALS USED FOR THE DWC HDPE DUCTS

5.1 The base HDPE resin used for the outer and inner layer of the DWC HDPE Duct shall
conform to any designation of IS:7328 or to any equivalent standard meeting the
requirements given in Table No. 1, when tested as per the standards given therein. However,
the manufacturers shall furnish the designation for the HDPE resin as per IS: 7328 as
applicable.

5.2 The anti-oxidants used shall be physiologically harmless.

5.3 None of the additives shall be used separately or together in quantities as to impair long
term physical and chemical properties of the duct.

5.4 Single pass rework material of the same composition produced from the manufacturer’s
own production may be used and it shall not exceed 10% in any case.

5.5 The raw material used for extrusion shall be dried to bring the moisture content to less
than 0.1%. 5.6 Suitable UV stabilizers shall be used only for manufacture of the non black
coloured HDPE duct to protect against UV degradation, when stored in open. The purchaser
may ask for UV content test. The test result for UV Content test by FTIR method from any
recognized laboratory shall be accepted and the Hindered Amine Light Stabiliser shall be
minimum 0.15 %. UV Content test need not to be conducted in case of UV Stabilized raw
material is used.

6.0 REQUIREMENT OF DWC HDPE DUCTS

6.1 Visual Requirement: The ducts shall be checked visually for ensuring good workmanship
that the ducts shall be free from holes, breaks and other defects. The ends shall be cleanly cut
and shall be square with axis of the ducts.

6.2 Colour: The colour of the duct viz. Black, Red, Green, Blue, Orange, Violet, Grey, Brown
and Yellow. The purchaser shall specify the colour of the duct at the time of ordering.

6.3 Dimensions: The dimensions of the DWC HDPE Ducts shall be as given in table- 2. Any
other sizes other than those mentioned in Table- 2 shall be as per the agreement between the
buyer and the seller. Compliance shall be checked as per procedure given in Annexure- A
6.4 Standards Length: Duct up to 50 mm OD nominal size shall be supplied in standard
length of 100 mtr. ± 1% or 6 mtr ± 1 % and all other sizes will be supplied in standard length
of 6 mtr. ± 1%

6.5 Compression Strength: The conduit system shall have adequate mechanical strength.
Conduits when bent or compressed either during, or after, installation according to
manufacturer’s instructions, shall not crack and shall not be deformed to such an extent that
introduction of the insulated conductors or cables becomes difficult or that the installed
insulated conductors, or cables are likely to be damaged while being drawn in. Compliance
may be checked with the application of force which shall be at least 450 N, when reaching
the deflection of 5%. Test shall be conducted in accordance to the method given in Annexure-
B

6.6 Impact Strength: The conduit system shall have adequate mechanical strength. Conduits
when exposed to impact either during, or after, installation according to manufacturer’s
instructions, shall not crack and shall not be deformed to such an extent that introduction of
the insulated conductors or cables becomes difficult or that the installed insulated conductors,
or cables are likely to be damaged while being drawn in. Compliance may be checked by
ensuring there shall be no crack allowing the ingress of light or water between the inside and
outside after the test. Test shall be conducted in accordance to the method given in Annexure-
C

6.7 Bending Strength: The conduit system shall have adequate mechanical strength. Conduits
when bend either during, or after, installation according to manufacturer’s instructions, shall
not crack and shall not be deformed to such an extent that introduction of the insulated
conductors or cables becomes difficult or that the installed insulated conductors, or cables are
likely to be damaged while being drawn in. During the test sample shall not flatten
Compliance shall be checked by passing a ball having a diameter equal to 95% minimum
inner diameter of the sample declared by the manufacturer, through the sample whilst it is
bent around the test apparatus. Test shall be conducted in accordance to the method given in
Annexure- D

6.8 Oxidation Induction Test (OIT): The OIT in a qualitative assessment of the level (or
degree) of stabilization of material. The induction time in oxygen when tested with an
Aluminum pan as per method given in Annexure- E shall not be less than 30 minutes.

6.9 Resistance To Flame Propagation: Non flame propagating ducts shall have adequate
resistance to flame propagation. Samples of DWC HDPE Ducts shall be checked by applying
a 1KW flame. Test shall be conducted in accordance to the method given in Annexure- F
Combustion shall stop within 30 Seconds.

6.10 Carbon Black Content: In case of black coloured duct Carbon Black Content by weight
should be between 2 % and 3 %. Test shall be conducted in accordance to the IS: 2530

6.11 Anti Rodent Properties: Safety of ducts from the direct attack of subterranean organism
anti rodent material is of utmost importance. These ducts shall be evaluated for their safety
against rodents before laying them in the fields. Test shall be conducted in accordance to the
method given in Annexure- G
6.12 Resistance to External Influences on DWC HDPE Duct Accessories: The accessories in
Clause 7.0 shall be tested for external influences as per IS-12063 for ingress of dust & ingress
of water. DWC Duct systems when assembled in accordance with the manufacturer’s
instructions shall have adequate resistance to external influences according to the
classification declared by the manufacturer with a requirement of IP 67. Test shall be
conducted in accordance to the method given in Annexure- H

6.13 Marking Identification: The conduit shall be prominently marked at regular intervals
along their length of preferably 1m but not longer than 3m using indelible ink with following.

• Manufacturers name
• Specification No.
• Name of the duct with size
• Lot No. of the Product
• Date of manufacture
• Product Length
• Purchaser’s Name/ symbol

7.0 DWC DUCT ACCESSORIES

7.1 The following accessories are required for jointing the ducts and shall be supplied along
with the ducts against specific orders. The manufacturers shall provide complete procedure
and method for installation of the accessories. The required quantities of accessories are to be
mentioned by the purchasing authority in the purchase order.

7.1.1 Plastic Coupler: The coupler shall be of Push-fit type with O-ring. It is used for jointing
two or more ducts. The design of this shall be simple, easy to install and shall provide air
tight and water tight joint between the two ducts. The coupler shall insure that the two ducts
are butted smoothly without any step formation in the inner surface. The coupler may be
straight, bands, T-joints type as per requirements of purchaser.

7.1.2 End Cap: This cap made of suitable plastic material shall be fitted on the both ends of
duct, coil after manufacturing the duct. This shall avoid entry of dust, mud and rainwater into
the duct during the transit & storage.

7.2 The dimensions of accessories shall be suitable for joining the ducts of dimension as per
Cl: 6.3

8.0 PACKING REQUIREMENT

Stores shall be supplied in standard size for delivery and shall be so packed as to permit
convenient handling and to protect against loss or damage during transit and storage.

9.0 TYPE TESTS

9.1 Complete DWC Duct systems for each offered size of the duct on fresh samples shall be
subjected to following tests minimum after 240 hrs of manufacture.

a) Visual Requirement (Cl. No. 6.1)


b) Color (Cl. No. 6.2)
c) Dimension (Cl. No. 6.3)
d) Standards length (Cl. No. 6.4)
e) Compression Strength (Cl. No. 6.5)
f) Impact Strength (Cl. No. 6.6)
g) Bending Strength (Cl. No. 6.7)
h) Oxidation Induction Test (Cl. No. 6.8)
i) Resistance to Flame Propagation (Cl. No. 6.9)
j) Carbon Black Content (Cl. No. 6.10)
k) Anti rodent (Cl. No. 6.11)
l) Resistance to External Influences on DWC HDPE Duct (Cl. No. 6.12)
accessories

9.2 The Oxidation Induction Test, Resistance to Flame Propagating Test, Carbon Black
Content Test, Anti Rodent Test on the DWC duct and Resistance to External Influences on
DWC HDPE Duct accessories given in Cl. No. 6.8, 6.9, 6.10, 6.11 & 6.12 respectively may
be conducted at the manufacturer’s laboratory by inspecting authority or at any recognized
laboratory.

9.3 The raw material tests of the DWC duct given in Cl. No. 5.0 Table-1 for each grade of
raw material shall be conducted. Test may be conducted at the manufacturer’s laboratory by
inspecting authority or at any recognized laboratory.

9.4 Unless otherwise specified each tests shall be made on three new samples.

10.0 ACCEPTANCE TESTS

10.1 The following test shall be carried after 240 hrs of manufacture on samples selected
from the lot as per sampling plan given in Cl 13.0

a) Visual Requirement (Cl. No. 6.1)


b) Color (Cl. No. 6.2)
c) Dimension (Cl. No. 6.3)
d) Standards length (Cl. No. 6.4)
e) Compression test (Cl. No. 6.5)
f) Impact test (Cl. No. 6.6)
g) Bending test (Cl. No. 6.7)
h) Resistance to Flame Propagation (Cl. No. 6.9)

10.2 The Resistance to Flame Propagating Test on DWC HDPE Duct given in Cl. No. 6.9
may be conducted at the manufacturer’s laboratory by inspecting authority or at any
recognized laboratory.

10.3 Unless otherwise specified each tests shall be made on three new samples.

11.0 ROUTINE TESTS

11.1 The following tests be carried out by the manufacturer after 240 hrs of manufacture:-

a) Visual Requirement (Cl. No. 6.1)


b) Color (Cl. No. 6.2)
c) Dimension (Cl. No. 6.3)
d) Standards length (Cl. No. 6.4)
e) Compression test (Cl. No. 6.5)
f) Impact test (Cl. No. 6.6)
g) Bending test (Cl. No. 6.7)
h) Resistance to Flame Propagation (Cl. No. 6.9)
11.2 The Resistance to Flame Propagating Test on DWC HDPE Duct given in Cl. No. 6.9
may be conducted at the manufacturer’s laboratory by inspecting authority or at any
recognized laboratory.

11.3 The Density and Melt Flow Index tests on raw material of the DWC duct given in Cl.
No. 5.0 Table-1 for each grade of raw material shall be conducted.

12.0 INSPECTION

12.1 All the gauges/ test & measuring instruments shall be under calibration control at the
time of inspection and proof to this office shall be produced.

12.2 Inspection and testing shall be carried out by the inspecting authority nominated by the
purchaser to ensure that all the requirements of this specification are complied with for the
acceptance of the materials offered by the supplier for inspection.

12.3 The purchaser or his nominee shall have free access to the works of the manufacturer
and to be present at all reasonable times and shall be given facilities by the manufacturer to
inspect the manufacturing of the duct at any stage of manufacture. He shall have the right to
reject whole or part of any work or material that does not conform to the terms of this
specification or any equivalent specification or requirement applicable and may order the
same to be removed / replaced or altered at the expense of the manufacturer. All
reasonable/complete facilities considered necessary by the inspecting authorities for the
inspection of the ducts shall be supplied by the manufacturer free of cost.

12.4 The manufacturer shall supply the duct samples and samples of the raw materials free of
charge as required by the inspecting authority and shall at his own cost prepare and furnish
the necessary test pieces and appliances for such testing as may be carried out at his own
premises in accordance with this specification. Failing the existence of facilities at his own
premises for the prescribed tests, the manufacturer shall bear the cost of carrying out the tests
in an approved laboratory, workshop or test house.

13.0 SAMPLING

13.1 All the length of same nominal size, similar construction and class manufactured from
the same material under essentially similar conditions of production shall be grouped together
to constitute a lot.

13.2 For judging the conformity of a lot to the requirements of the acceptance tests, sampling
shall be done for each lot separately. For this purpose, the number of lengths to be selected at
random from the lot shall be in accordance with Table 3.
13.3 Theses lengths will be selected at random from the lot for taking samples. From each of
these lengths, sample of duct shall be taken. The length of the sample shall be sufficient so as
to provide test pieces of required lengths as laid down in various test clauses.

14.0 WARRANTY

The manufacturer shall warrant the material covered by this specification to be free from
defects in design, material and workmanship under ordinary use and service, his obligation
under this warranty being limited to replace free of cost those parts which shall be found
defective.

15.0 REJECTION

In case the duct tested and inspected in accordance with this specification, fail to pass the
tests or comply with the requirement of the specification, the whole consignment shall be
rejected subject to the discretion of the purchaser or his nominee.

16.0 INFORMATION TO BE SUPPLIED BY THE PURCHASER

16.1 Normally the duct will be supplied as per the standard dimensions and length as
mentioned in this document. However purchaser may specify his own
dimensions/lengths/packing requirements etc. In such cases necessary tolerance shall also be
specified by the purchaser.

16.2 Adequate quantity & type of duct accessories shall be supplied along with each lot.
Purchasers may specify additional requirement.

16.3 Inspecting agency for acceptance of material. 16.4 Colour of the Duct.

MODE OF MEASUREMENT: AS PER MENTIONED IN SCHEDULE – B


Description
Mode of Payment: The rate shall be for a Unit of One Mtr.
ANNEXURE – A

DIMENSION OF THE DWC DUCT

1.0 Compliance of the outside diameter shall be checked using a ring gauge or vernier caliper
or any suitable method.

1.1 Compliance of the minimum inside diameter shall be checked by measurement according
to two perpendicular diameters on the same section and calculating the average value.

1.2 Outside diameter specified are nominal dimensions.

1.3 Outside diameter maximum is nominal outside diameter + (0.018 x nominal outside
diameter values) rounded off to + 0.1 mm.

1.4 For sizes other than specified in table-2 minimum inside diameter is nominal outside
diameter divided by 1.33

ANNEXURE - B

COMPRESSION TEST

1.0 Conduits are subjected to a compression test as per IS: 14930 (Pt-II). The tests for
conduits shall not be started until 240 hrs after manufacture.

1.1 Samples shall be 200 ± 5 mm long.

1.2 Before the test the outside and inside diameters of the samples shall be measure as
described in clause 6.3

1.3 The samples shall be compressed between two flat steel plates having minimum
dimensions (100x200x15mm), the length 200 mm being along the length of the sample. The
sample shall be compressed at a rate of 15 ± 0.5 mm/min and the load recorded at the vertical
deflection equivalent to 5% of the average value of the original inside diameter of the sample.

1.4 When reaching the deflection of 5%, the applied force shall be at least 450 N
1.5 After the test there shall be no crack allowing the ingress of light or water between the
inside and the outside.

1.6 The deflection is calculated with the inner diameter but the measurement of the outside
diameter may be sufficient. In case of doubt, it will be necessary to measure the inner
diameter.

ANNEXURE – C

IMPACT TEST

1.0 Twelve samples of the duct each 200 ± 5 mm in length or fittings are subjected to an
impact test as per IS: 14930 (Pt-II).

1.1 The test apparatus shall be placed on a firm flat surface. The samples shall be conditioned
in a cold chamber at a temperature of – 5 ±1°C for 2 h. The samples shall be removed from
the cold chamber and placed on the v-block holder of the impact tester.

1.2 The striker shall fall once on each sample. The time between removal of the sample from
the cold chamber and completion of impact shall not exceed 10 seconds. The impact height
and mass shall be as follows.

Nominal Size of Mass of Striker (+1% Fall Height (+0% /-


Energy Joules
Conduit /-0%) kg 1%) (mm)
Up to 60 mm 5 300 15
61 to 90 mm 5 400 20
91 to 140 mm 5 570 28
Above 140 mm 5 800 40

1.3 The test sample shall be made on the weakest part of the Duct fittings except that it shall
not be applied within 5 mm of any sample entry. Samples of ducts are tested on the center of
their length.

1.4 After the test, at least in nine of the samples, there shall be no crack allowing the ingress
of light or water between the inside and the outside.

ANNEXURE – D

BENDING TEST

1.0 This test shall be carried out on pliable conduits.

2.0 The test is made on six samples having an appropriate length as per IS: 14930 (Pt-II).
Three samples shall be tested at room temperature; the other three shall be tested at -5 ±1°C.
For the test at -5°C, the sample shall be conditioned in a cold chamber for 2 hours. The test
apparatus as shown in Figure-2 shall allow to bend the duct with a bending radius equal to the
minimum bending radius values specified by the manufacturer. One of the ends of the
samples shall be fixed on the test apparatus by means of an appropriate device. The sample is
then bent to approximately 90 degree (right angle) and hold.

2.1 During the test, the sample shall not flatten. Compliance shall be checked by passing a
ball having a diameter equal to 95% minimum inner diameter of the sample declared by the
manufacturer, through the sample whilst it is bent around the test apparatus.

ANNEXURE – E

OXIDATION INDUCTION TEST PROCEDURE

1.0 A short length of completed duct (approximately 30 cm) shall be sealed at the ends and
placed in an oven at temperature of 68 ± 1 °C for 8 hours. The sample shall then be allowed
to cool at room temperature for at least 16 hrs. The samples shall be clean and dry. The
sample shall then be tested by means of a Differential Scanning Calorimeter (DSC) or by
Differential Thermal Analyzer (DTA).

2.0 Instrument Test Procedure:

2.1 Cell Cleaning: The cell shall be held at approximately 400 °C for 10 minutes in Nitrogen.
The cell shall be cleaned after standing over night and between testing of different
formulations.

2.2 Temperature Calibration: This has to be done according to the instrument manual. The
temperature scale should be adjusted until the determined melting point of pure Indium metal
is 156.6 °C at a heat rate of 5°C per minute or any other heat rate as indicated in the manual
of the equipment is permitted.

2.3 Aluminum Pan Preparation: Standard aluminum DSC pans as per ASTM D 4565 are
required to hold specimens during testing. A fresh pan shall be used for each test.

2.4 Sample preparation: Take the sample weighing about 5 mg from the duct conditioned as
indicated above. Position the sample in the center of the pan.

2.5 Nitrogen Purge: Place the sample pan and reference pan in instrument cell. Flush for 5
minutes with cylinder of nitrogen (99.6% extra dry grade) at 60 ± 10 cc per minute.

2.6 Oxidation Test: Rapidly increase the temperature of the sample (20 °C/min or greater)
from 100 °C or lower initial temperature to 199 ± 1 °C. After thermal equilibrium is obtained
(steady recorder signal) switch to 80 ± 20 cc per minute oxygen flow and simultaneously start
time-base recording. The oxygen used for the test should be equivalent to or better than
99.6% extra dry grade.

2.7 Induction Period: The oxygen induction point shall be recorded as time zero, and the
chart speed shall be sufficient to provide a clearly discernible slope at the start of the
exothermic reaction. The test in the pure dry oxygen atmosphere shall continue until the
exothermic peak is produced. The intersection of the tangent of the exothermic sloped line
with the extended base line will be drawn. The time from time zero to is intersection point is
read from the base line and recorded as the oxidative induction time.

ANNEXURE – F

RESISTANCE TO FLAME PROPAGATION TEST PROCEDURE

1.0 Samples of DWC HDPE Ducts shall be checked by applying a 1KW flame.

1.1 A sample of length 675 + 10 mm is mounted vertically in a rectangular metal enclosure


with one open face, as shown in Figure-3-2 in an area substantially free from draughts. The
general arrangements is shown in Figure-3 Mounting is by means of two metal clamps
approximately 25mm wide spaced 550 + 10 mm apart and approximately equidistance from
the ends of the sample. A steel rod of 16 + 0.1mm is passed through the sample. It is rigidly
and independently mounted and clamped at upper end to maintain the sample in a straight
and vertical position. The means of mounting is such as not to obstruct drops from falling
onto the tissue paper. A suitable piece of white pinewood board, approximately 10 mm thick,
covered with single layer of white tissue paper is positioned on the lower surface of the
enclosure. The assembly of sample, rod and clamping apparatus is mounted vertically in the
center of the enclosure, the upper extremity of the lower clamp being 500 + 10 mm above the
internal lower surface of the enclosure.

1.2 The burner is supported so that its axis is 45 + 2 0 to the vertical. The flame is applied to
the sample so that the distance from the top of the burner tube to the sample measured along
the axis of the flame is 100 + 10 mm and the axis of the flame intersects with the surface of
the samples at a point 100 + 5 mm from the upper extremity of the lower clamp, and so that
the axis of the flame intersects with the axis of the sample.

1.3 The test is carried out on three samples. The flame is applied to the sample for the period
specified in Table -4 and is then removed. During the application of the flame, it shall not be
moved except to remove it at the conclusion of the period of the test. After the conclusion of
the test and after any burning of the sample has ceased, the surface of the sample is wiped
clean by rubbing with a piece of cloth soaked with water.

1.4 All three samples shall pass the test. If the sample is not ignited by the flame, it shall be
deemed to have passed the test.
If the sample burns, or is consumed without burning, the sample shall be deemed to
have passed the test if after burning has ceased, and after the sample has been wiped in
accordance with , there is no evidence of burning of charring within 50 mm of the lower
extremity of the upper and also within 50 mm of the upper extremity of the lower clamp.
If the sample burns, it shall be deemed to have failed the test if combustion is still in
progress 30 seconds after removal of the flame.
If the tissue paper ignites, the sample shall be deemed to have failed the test. For the
parts of the same below the burner, the presence of molten material on the internal or external
surfaces shall not entail failure if the sample itself is not burned or charred.

2.0 Compliance of DWC HDPE Duct fittings is checked by using the glow wire test IS:11000
(Part 2/Sec 1). The glow wire shall be applied once to each sample in the most unfavorable
position of its intended use, with the surface tested in vertical position, at a temperature of
750oC. The sample is deemed to have passed this test if there is no visible flame or sustained
glowing or if flames or glowing extinguishes within 30s of the removal of the glow wire.

ANNEXURE – G

ANTI RODENT TEST PROCEDURE:

The test against rodent may be conducted as per following procedures:

The ducts are to be laid underground in fields and also near urban or rural settlements.
Therefore they should be exposed to 3-4 most predominant rodent species inhabiting these
locations. The test rodent species may include the lesser bandicoot rat, Bandicota
bengalensis, The Indian gerbils, tatera indica, the soft furred field rats, Millardia meltada and
the house rats, Rattus rattus.

The test ducts should be exposed to these rodent species housed individually in iron
mesh cages under laboratory conditions. Only freshly capture rodent are to be utilized for the
study. The rodents are first acclimatized in laboratory cages for 7-10 days and then the tests
be initiated. For each trial, 3-4 rodents of uniform body weight are to be used for the trial.
Two different types of testes may be undertaken for all the ducts.

Choice Tests: In this trial the ducts of 15-30 cm length (one sample each of treated and
untreated /control sample) are exposed to the test rodents along with food, thus the rodent had
a choice between the food and the test duct. This test may be run for longer periods (30-45
days). Tap water should be provided ad libitum to the rodents.

NO Choice Test: The rodents are exposed to the test ducts only and no food is given to the
rodents during the period of trial. The test ducts (one sample each of treated and untreated
/control sample) are to the exposed to the test rodents. This trail may be run for 5-7 days
depending upon the health status of starved test rodents.Tap water should be provided ad
libitum to the rodents.

Observation on tooth marks, rodent behavior toward exposed ducts, relative extent of damage
in treated and untreated samples should be computed for both types of ducts. Health status of
test animals in choice and no choice test must also be monitored for the record any ill effect
of exposure of treated / control ducts on these animals. Number of cases and the extent of
rodent bites / scratch marks in control and anti rodent treated ducts may indicate the relative
deterrent/repellent properties of the test ducts.
ANNEXURE – H

EXTERNAL INFLUENCES TEST PROCEDURE

1.0 The accessories in Clause 7.0 shall be tested for external influences as per IS-12063 for
ingress of dust & ingress of water. DWC Pipes systems when assembled in accordance with
the manufacturer’s instructions shall have adequate resistance to external influences
according to the classification declared by the manufacturer with a requirement of IP 67.

2.0 Degree of Protection – Ingress of Foreign Solid Objects.

2.1 An assembly is made of DWC Pipes fittings with a short length of DWC Pipes
assembled in each entry. Where necessary, the open ends of the assembly are plugged or are
not part of the test.

2.2 The assembly shall be tested in accordance with the appropriate test of IS 12063. 2.3 The
assembly tested for numeral 6, shall be deemed to have passed the test if there is no ingress of
dust visible to normal or corrected vision without magnification.

3.0 Degree of Protection – Ingress of Water.

3.1 An assembly is made of a DWC Pipe fittings with a short length of DWC Pipes
assembled in each conduit entry. Where necessary, the open end of the DWC Pipe is plugged,
or is not part of the test.

3.2 The assembly shall be tested in accordance with the appropriate test of IS 12063.

3.3 The assembly tested for numeral 7 shall be deemed to have passed the test, if there is not
sufficient ingress of water to form a drop visible to normal or corrected vision without
magnification.
Table-1
RAW MATERIAL REQUIRMENT
(Cl. 5.0)

S. No. Parameter Specified Limit Test Method


1. Density 0.940 to 0.958 g/cc at IS:2530 or IS:7328 2.
27ºC
2. Melt Flow Index 0.2 to 1.1 g/10 min at IS:2530
190ºC, 5 kg load
3. Tensile Strength at Yield 20 N/mm2 Minimum ASTM D 638-IV
4. Elongation at Break 600 % Minimum ASTM D 638-IV
5. Hardness Shore D Between 60 and 65 units ASTM D 2240
6. Environmental Stress No cracking after 96 hrs. ASTM D 1693
Crack Resistance
7. Flexural modulus at 1 % 690 N/mm2 minimum ASTM D 790
strain
8. Heat Deflection 650C minimum ASTM D 648
Temperature at 45 g/mm2
9. OIT (in Aluminum Pan) 30 minutes minimum As per Annexure-E

Table–2
DIMENSIONS
(Cl. 6.3)

DWC PIPE ELECTRIES SIZES IN MM


Sr. Nominal
No Duct Size Nominal Nominal Delivery Length
OD ID (Mtrs)
1 40/32 40 32 100
2 50/39 50 39 100
3 63/50 63 50 100
4 78/63 78 63 6
5 90/76 90 76 6
6 110/96 110 96 6
7 120/103.5 120 103.5 6
8 160/136 160 136 6
9 180/152 180 152 6
10 200/175 200 175 6
11 250/217 250 217 6
12 300/260 300 260 6
13 315/275 315 275 6

Table-3
SCALE OF SAMPLING
(Clause–13.0)

Lot Size For dimensional requirements Other Acceptance


Sample size Permissible Number tests
of Defectives of
Defectives
(1) (2) (3) (4)
Up to 300 13 0 2
301 to 500 20 0 3
501 to 1000 32 1 4
1001 to 3000 50 2 5
3001 and above 80 3 7

Table-4
TIME OF EXPOSURE OF THE SAMPLE TO THE FLAME
(Clause–6.9)

Material Thickness (mm) Flame Application


(Tolerances +1 sec.)
Over Up to
(1) (2) (3)
- 0.5 15
0.5 1.0 20
1.0 1.5 25
1.5 2.0 35
2.0 2.5 45
2.5 3.0 55
3.0 3.5 65
3.5 4.0 75
4.0 4.5 85
4.5 5.0 130
5.0 5.5 200
5.5 6.0 300
6.0 6.5 500

Application : Telecom, Electrical Industry


[EQ. TO SOR 2012-2013 CAT-III]

2.TECHNICAL SPECIFICATIONS
FOR
INSTALLATION OF LIGHTING DB’s
TECHNICAL SPECIFICATIONS FOR INSTALLATION OF LIGHTING DBs

1.0 SCOPE

1.1 This section relates to specifications for installation, connection, testing and
commissioning of lighting distribution board (LDB) using TPN/FP/DP/SP MCB isolator
& ELMCB, Earthing terminal, connector strip for phase neutral and earth for each
circuit, CRCA sheet steel housing and complete the item installation. Common
banking of neutral and earth conductor is not allowed.

2.0 CODES & STANDARDS

2.1 Refer Supply specs

3.0 MATERIALS REQUIRED


Refer Supply specs
3.1

4.0 INSTALLATION OF SYSTEM

4.1 The DB’s shall be assembled and aligned together and be installed at site as per
installation manual/instruction of the DB manufacturer.

4.2 The DB shall be installed in surface manner at the various location.

4.3 All minor electrical and mechanical work required to be attended to on the DB shall
be completed in an approved manner after installation but before energizing the
DB’s.

4.4 The M.S. angle/channel iron frame used for installation of D.B. shall be hot dip
galvanized (816 g/m²).

4.5 The DB shall be mounted on angle/channel frame with Anchor fastening only. Civil
grouting is not acceptable.

5.0 EARTHING INSTALLATION

5.1 Refer Earthing Specs

6.0 INSPECTION & TESTING

6.1 Prior to commissioning of the DB’s following tests shall be carried out.

6.1.1 Mechanical endurance test shall be carried out by closing and opening of all the
MCB’s, switches etc.

6.1.2 Insulation resistance test shall be carried out between phases and between phase to
earth bus, keeping the isolating switch in open position. Similar test shall be carried
out keeping the isolating switch in closed position.
All the interlocks, controls and tripping mechanism of the switch gears shall be tested
for their proper functioning.

Electrical Work Lighting DBS 2


BHAVNAGARMUNICIPALCORPORATION
NoticeInvitingOn-LineTender
TenderNoticeNo.03/BUILDING/BALWATIKA(SMART)/2024-25
DepartmentName :- BuildingDepartment
IFBNo. :- BUILDING/BALWATIKA(SMART)/2024-25
NameofProject :- SJMMSVY-2023-24 ( AagviOlakh)

NameofWork :- ENGINEERING, PROCURING, CONSTRUCTING


BALWATIKA DVELOPMENT WORK (FACILITATING WITH
SMART CONCEPT)-(Approx.87Nos.),PROJECT UNDER
SJMMSVY-2023-24. AT VARIOUS LOCATION, BHAVNAGAR.
TenderType PERCENTAGE RATETENDER ByOpenOnline (EPC Bid)
EstimatedContractValue(INR) :- Rs.4,00,06,513.00 ( Without GST)
PeriodofCompletion(inmonth) :- 18(Eighteen))MonthsexcludingMonsoonperiod
BidderNationality LCB(LocalCompetitionBidding)
QualificationOfBidder DulyregisteredwithR&BinClass''A''OrAbove.
BidCall(Nos) :- 1
TenderCurrencyType :- Single
TenderCurrencySettings :- IndianRupee(INR)
JointVenture/Consortium :- N.A.
Rebate :- Not Applicable
AmountDetails
BidDocumentFee :- Rs.6000/-+ 1080/- (18% GST) = 7,080/-in the form of DD only
BidDocumentFeePayableTo :- Commissioner,MunicipalCorporation,Bhavnagar
BidSecurity /EMD(INR) :- Rs.4,01,000.00 in the form of DD or FDR except SBI
BidSecurity/EMDinfavourof :- Commissioner,MunicipalCorporation,Bhavnagar
TenderDates
BidDocumentDownloadingStart :- Dt.14/11/2024 30 દવસ ઓન લાઈન
Date
BidDocumentDownloadingEnd :- Dt. 16/12/2024 up to18.00 Hr.
Date
PreBidMeeting&Time :- Dt. 21/11/2024, 11:00:00 Hour.
LastDate&TimeofOnlineBidSu :- Dt.16/12/2024
bmission
PhysicalSubmissionofEMD :- Up to Dt. 19/12/2024 up to 06:10pm officer of Executive
Document Fee PQ Bid Engineer,BuildingDepartment, BMC-Bhavnagar
&Supportingalldocume
nts
OpeningOfPQBid(Online)& :- Dt.20/12/2024up to17.00 Hr.
TechnicalBid
Penalty 0.10 % of contractvalue per day to the maximum amount of 10%
ofcontractvalue
OpeningOfPriceBid(Online) :- If convenient, intimationthroughletter.
BidValidity Period :- 180Days

1
QualificationofBidd Tenderer shall be required to submit the enlisted documents in hard
er: copy along with theQualification Bid. If documents are insufficient or it
does not match the required criteriamentionedbelow,
thenthePriceBidofthe tenderer shallnot beopened.

MainlytenderershallfulfillfollowingTechnical&Financialpre-
qualificationcriteriaasamain contractor. The tenderer shall fulfill the
following all points A to Q requirements /experiencesforqualification.

A. TheBiddermusthaveachievedaverageannualturnoverduringlastthre
efinancialyears,endingon31stMarch 2024, 30% of Estimated cost.

Mainly tenderer shall fulfill following for pre-qualification,


(a) Experience of having successfully completed "similar works" during
last 05 years either of the following :
(1a) Three similar completed works, each costing not less than
amount equal to 40% of the Estimated Cost.
OR
(2a) Two similar completed works, each costing not less than
amount equal to 50% of the Estimated Cost.
OR
(3a) One similar completed works, each costing not less than
amount equal to 80% of the Estimated Cost.

Similarworkshallmean“
SuccessfulcompletionofBUILDINGWORK, ELECTRIFICATION WORK
andINTERIOR WORKinR&B /Govt. /Semi Govt. / PSUs / Government
Undertaking / Government CompaniesDEPARTMENT.”

E. AvailableBidCapacity(ABC) -
mustbemorethantheestimatedtendercost.Note:Available Bid Capacity
(ABC) will be derived by the following method. ABC iscalculated
asABC=2*A*N-B
Where,
A = Maximum value of works executed in any one year during the last
five
years(updatedtopresentpricelevelbyapplyingenhancementfactor)takingint
oaccountthecompletedaswell asworksinprogress.
N=Numberofyearsprescribedforcompletionoftheworksforwhichtendersare
invitedi.e.12/12= 1.00
B=Valueofexistingcommitmentsandon-
goingworkstobecompletedduringthatnextNyear (period ofcompletion
oftheworksforthetendersare invited.)
Note: The statements/certificate showing the value of existing
commitments and
ongoingworksaswellasthestipulatedperiodofcompletionremaining
foreachoftheworkslistedshould be signed by the respective Employer or his
authorized representative, not
belowtherankofanExecutiveEngineerorequivalent.

F. ThecostofmaterialsuppliedbytheGovernment/Clientshallnotbetakeninto
accountforexperiencepurpose.
G. An attested copy of registration with R&B etc. Registration
required: “A” class.Bank Solvency of 2024-25,amounting 20% of
estimated cost put to tender of any Nationalized / Scheduled Bank
2
except Co-operative Bank.

H. Following enhancement factors will be used for the cost of works


executed andfinancialfigurestoarriveatcommonbaseforthevalueofthe
workscompletedinIndia.Cutof month shallbeconsideredfrom
monthoftendersubmission.

Year Multiplyin
gfactor
Immediate last year of the assessment year* 1.1

Second 1.21

Third 1.33

Fourth 1.46

Fifth 1.61

*Here assessment year shall be reckoned from year and month in Which tender is submitted.
I. The experience of Joint Venture / Back to back work/ Nominated Sub-
contractors by agencies shall not be considered.

J. The Bidder should submit Solvency Certificate minimum value of Rs.


101.6 lacs issued by schedule bank / Nationalized bank only and should
be valid for at least up to six months from the date of submission.
(Considering validity as 1 year from dt of issue of Solvency
Certificate)

K. The Bidder should submit the list of the works already completed
during last 7 year in prescribed Performa and attested copies of
certificates issued by head of the office concerned for completed work.

L. The Bidder shall submit Declaration regarding the work on hand


with the bidder in prescribed Performa. Attested copies of work
orders, interim certificate if any shall also be attach as supporting
documents for above.

M. The Bidder shall submit the attested copy of partnership deed,


power of attorney, etc.

N. Joint Venture shall not be allowed.

O. Even though the Bidder meets the above criteria, they are
subject to be disqualified if they have
i) Made misleading or false presentations in the forms,
statements and attachments submitted in proof of the
qualification requirements; and /or
ii) During verification if it is found from client that of
poor performance such as abandoning the works, for
financial failure or abnormal delay in work etc.
3
iii) Regarding Litigation, in case where Bidder or JV
partner or MOU Partner is involved in illegal
practice like any activities of corruption, coercive
practice or debarred/blacklisted in last 2 years by
Any Govt / Organization in respect of performance
of Bidder / MOU partner /JV partner, BMC authority
requires that bidders under this contracts, observe the
highest standard of ethics during the procurement
and execution of such contracts.
(1) Will reject a proposal for award if it determines
that the bidder has engaged in any corrupt or
fraudulent practices in competing for this
contract or in past history and
(2) Will reject a proposal if it found
debarred/blacklisted by any State Govt. /Govt. of
India/ Semi Government/ PSU in last 10 years.
iv) The bidder or MOU partner shall not be under any
Insolvency Bankruptcy code (IBC) resolution
process at National Company Law Tribunal (NCLT)
or undergone any Corporate Debt Restructuring
(CDR) mode in the past 10 years in India from the
date of the submission of the bid.

4
P. The Bidder shall note that in case the Bidder / MOU partner is blacklisted / stated
as defaulter/ barred participating in tenders by any of government agencies / semi
government agencies / PSUs in India during last 10 years then in that case, the
Bidder will be disqualified though the bidder satisfies all the pre-qualification
conditions mentioned above, and the bidder will be debarred for next 3 years
from participating in tender process for BMC.

Bidders should be selected based on quality work done by them and if necessary
tender committee will inspect bidders ongoing and completed work

The decision of the commissioner to qualify the bidder will be the final.

Conditional Tenders will be out rightly rejected.

Q. TheapplicantmustsubmittedthisconfirmationlatteronRs.300.00stamppaper
withnotary for Operating and Maintenance of proposed work shall include
labour, allmaterials, plants, plants causalities, fertilizers, pesticides, tools,
watering security ofpremises shall be responsibility of the Tenderer during the
course of work and 2 yearafterthetimeofcompletioncertificatefromauthority
andallchargesforthesamebornby the Contractor (Tenderer). 1%from every
running bill shall be deducted towardsSECURITY DEPOSITE of Operating and
Maintenance of proposed work. IT WILL BEREALESEDAFETR
COMPLETIONPERIODOF24 MONTHSOFO &M.

R. Ifworkisnotcompletedwithintimelimit,penaltyof0.10%
perwillbedeductedfromrunningbilland it will beupto 10%.

S. FDR For EMD and SD, or bank guarantee issued by State Bank of india
will not beaccepted.Bidder
shouldsubmitFDRorbankguaranteeissuedbyothernationalizedbank only.

T. Biddershallquotetheratewith altaxesExcludingGST.ExtrapaymentforGST
willbedoneby BMC

VARIATIONINQUANTITIES

Schedule of prices contain estimated quantities and actual quantities


asexecutedbecomespayable atagreed rates.

However, accepted rates will be valid till variation in quantities up


toanyextentof thequantitiessospecified.

. Otherterms andconditions ofthetendershallbereadandconsidered


as a part of the tender documents. The rates/prices quoted by the bidderswillbe
finalandanysortofescalationwillnotbe considered

5
Remarks :- Only Offer of those shall be opened whose EMD & Tender Fee evidence
isreceived electronically along with the bids. However for the purpose of
realizationofCheque/DemandDraft/FDR,biddershallsendtheminoriginalthroughRP
AD/SpeedPost/Reg.A.D.soastheyreachtotheofficeofExecutiveEngineers
-BuildingDept.,BhavnagarMunicipalCorporation,Bhavnagarduringofficehours Up
toD t . 19/12/2024.Penetrativeaction shallbe imposedfor not submitting the
supporting documents in original to E.E. by bidder. All
thesuccessfulbids,ifpossible,willbephysicaldocumentopenedon20/12/2024.
17.00 Hrs.in presence of tender committee at the City Engineer's Office,
CommercialstagewillbeopenedafterapprovedthistenderdocumentBhavnagarMunici
palCorporation, Bhavnagar. FDR FOR EMD OR SD, OR BANK
GAURANTEE issued by StatebankofIndia willnotbe accepted
GeneralTerms& :- Bidders who wish to participate in this E-Tender will have to procure valid
Conditions digitalcertificate asper information Technology Act 2000. Bidders can procure
thiscertificate from any of the Government approved certifying agency i.e. (n)
CodeSolution.

DOWNLOADOFTENDERDOCUMENT:-

The tender document for these work are available only in digital format which
canbedownloadfreeofcostbythe bidder.

SUBMISSIONOFTENDER:-

Tenderer shall submit their offer in Electronic format on above mentioned


websiteon or before the scheduled date and time as mentioned, after Digitally
Signing thesame.

Bidders shall upload the tender documents after submitting the DD details
fortenderfeesandEMDinformofDD/BankGuaranteedetailsonline.TheDemand
Draft toward Tender Document fees can be submitted along with Earnest
MoneyDeposit before the due date as specified above. This should be as per
details givenonlineanditshouldbe drawnbeforelastdateoftheuploadingofthetender.

The intending bidders shall have to submit the following documents in


PhysicalformalongwiththeEMDandtenderfees.

(a) Documents required for evaluation as sought in different annexure


dullydigitallysigned.
(b) Powerofattorney.
(c) Company’s profile and certificate of Registration of company under
thelaw.
The Bidder should submit price Bid digitally only. Price bid in physical
formshall Not be accepted and any such offer if received by Bhavnagar
MunicipalCorporationsame willbe outrightlyrejected.

Technical bid in physical form is not required to be submitted by all


bidders.However, non submission of technical bid does not absolve bidders from
andliability of the tender. Only successful bidders have to submit the technical
biddulysigned in physicalformuponintimation fromBMC

6
OPENINGOFTENDER:-

TheTechnicalBidwillbeopenedonthespecifieddateonlineonwebsitehttps://tender.nprocure.c
omBidders or their representative who wish to participate in onlinetender opening can log
on to https://tender.nprocure.comon the due date and time,
marktheirpresenceandparticipateinonlinetenderopening.Bidderswhowishto remain
present at Bhavnagar Municipal Corporation, Only one representative of each firm will
beallowed toremainpresent.
Information for 1. Internetsiteaddressfore-Tenderingactivitieswillbehttps://tender.nprocure.com
onlineparticipation 2. Interested bidders can view detailed tender notice and download tender
documentsfromtheabovementionedwebsite.
3. Bidders who wish to participate in online tender have to register with the
websitethrough the “New User Registration” link provided on the home page.
Bidder willcreate loginid &password ontheirowninregistration process.
4. Bidders who wish to participate in this tender need to procure Digital
Certificate asperInformationTechnologyAct-2000using that they can digitally
sign their
electronicbids.BidderscanprocurethesamefromanyoftheCCAapprovedcertifyin
gagencies, or they may contact (n) code Solution at below mentioned address
and theywill assist them in procuring the same. Bidders who already have a
valid
DigitalCertificateneednottoprocurethesame.Incasebiddersneedanyclarificationr
egardingonline participation,theycancontact
M/S(n)codeSolution
301, G.N.F.C. Info
Tower,NeargrantBhagw
atiHotel,Ahmedabad380
015,India.
Tel:+917926857316
Tel:+917926857317
Tel:+917926857318
E-Mail:
URL:https://tender.nprocure.com
5. Bidderswho wishtoparticipateine-
Tenderneedtofilldatainpredefinedformsoftenderfee,EMD,
PQ(Technical)orexperiencedetailsandPricebid only.
6. Biddershoulduploadscancopiesofreferencedocumentsinsupportoftheireligibilit
yofthe bid.
7. Afterfillingdatainpredefined
formsbiddersneedtoclickonfinalsubmissionlinktosubmittheirencryptedbid.
BiddercanalsosubmitDocumentFees,EMD,Technicalbiddocument&Reference
Documentsinhard copyifsuchinstructionsaregivenbytenderingauthority.
OfficerInvitingBids :- ExecutiveEngineer,BuildingDepartment, Bhavnagar Municipal
Corporation,Bhavnagar.
BidOpeningAuthority :- (1)O.S. D/ CityEngineer(2)ExecutiveEngineer(BuildingDepartment.)(3)Chief
Membersincommittee Accountant(4)ChiefAuditor
Address :- BuildingDepartment,MunicipalCorporation,SirMangalsinhjiRoad,Bhavnagar.

7
ContactPerson :- Forfurtherdetailsofanyqueryregardingthetender
Contactto:
ExecutiveEngineer(BuildingDepartmen
t),BhavnagarMunicipal Corporation.,
SirMangalsinhji Road,Bhavnagar-364001
Mobileno.8128207404
E-mailaddress:[email protected]

Date :__/__ Executive Engineer


/2024Place:- BuildingDepartment
Bhavnagar BhavnagarMunicipalCorporation

8
Price Bid Sheet
(A) Percentage Rate Tender

Item Description of Item (with Estimated % above or Total


No brief specification and Amount below Amount of
reference as per scope of Bidder
work and it’s specifications)

01 Asthetic designing for interior Rs. ………..%


work, procurement, installation/ 4,00,06,513.26
CONSTRUCTINGBALWATIKA ( Without GST)
DEVELOPMENT WORK (FACILITATING
WITH SMART CONCEPT) as per detail
scope of work (87 Nos.) in three phase
each of 6 months PROJECT UNDER
SJMMSVY-2023-24. AT VARIOUS
LOCATION at BHAVNAGAR.

I/We am/are willing to carry out theworkat… .......................% above/belowpercent(Should


be written in figures and words) of the estimated rate mentioned above. Amount of my /our
tender works out as under.

Estimated amount put to tender Estimated amount put to tender


Deduct………% below Add………% Above
Net Net
In words In words

NOTE :

(A)

Stage Work to be completedin three Time phase duration


phases as below
1 First phase : 26 Nos. of Balwatika Up to 6 (six) month time
(1st to 6th month)
2 Second phase : 26 Nos. of Next 6 (six) month time
Balwatika (7th to 12th month)
3 Third phase : 35 Nos. of Balwatika Next 6 (six) month time
(13th to 18th month)

Total 87 Nos of Balwatika 18 months

Page 104 of 124


(B) PAYMENT BREAKUP

Detail of work stage % of amount to be


payable at completion of
each stage.
On completition of finishing work and electric 20%
wiring work

On completion of Furniture work 15%


On supply and fixing of interior work 25%

On supply and fixing of electrical and 20%


electronics fittings work
On completion of all items including Fire and 10%
safety equipments with NOC From concerned
Department

After certification for the completed work by 10%


PMC and Executive Engineer.

[C] Other important notes

1 The Contractor shall exhibit a board with detailed specification and details of work as
directed by the Engineer-In-Charge for which no extra payment shall be made.
2 The labourcess will be deducted as per prevailing rules i.e. 1% of the work done.
3 All taxes and levies as per prevailing norms of Government will be born by the
contractor, excluding GST.
GST will be paid extra as per prevailing norms for bills.
4 I am well aware for the scope of work and visited all the sites of Aanganwadi and willing
to quote the rate.

Page 105 of 124


STANDARD BIDDING DOCUMENT PROCUREMENT OF
BUILDING WORKS

COMPLETE BIDDING DOCUMENT


EPC Tender Documents

BHAVNAGAR MUNICIPAL CORPORATION


BUILDING DEPARTMENT

Name Of Work :-ENGINEERING, PROCURING, CONSTRUCTINGBALWATIKA


DEVELOPMENT WORK (FACILITATING WITH SMART CONCEPT)-
(Approx.87Nos.),PROJECT UNDER SJMMSVY-2023-24. AT VARIOUS
LOCATION,BHAVNAGAR.

BHAVNAGAR MUNICIPAL CORPORATION


BUILDING DEPARTMENT
BHAVNAGAR
Index

Sr No Section Description Page No


1 Invitation for Bid (IFB) 3
2 Section -1 Instructions to Bidders 7
3 Section -2 Qualification Information 31
4 Section -3 Conditions of Contract 44
5 Section -4 Contract Data 72
6 Section -5 Technical Specification 82
7 Section -6 Form of Bid 84
8 Section -7 Bill of Quantities 87
9 Section -8 Securities and Other Forms 104
10 Section -9 Drawings 116
11 Section -10 Documents to be furnished by Bidder 121

2
INVITATION FOR BID
(IFB)

3
NATIONAL COMPETITIVE BIDDING-EPC BID

1. TheExecutiveEngineer,BuildingDepartment,Bhavnagar Municipal Corporation,


Bhavnagarinvitesbids for the construction of works detailed in thetable.
The bidders may submit bids for any or all of the following works.

TABLE
Package Name of Estimated Bid Security Cost of Period of Class of
No. work Cost of (EMD) Docume completion Registration of
(Rs.) nt Contractors &
Works (Rs.)
(Tender Special
Fee) Category
Building
1 2 3 4 5 6 7

1 ENGINEERING, Rs. Rs. Rs. 18(Eighteen)M "A" Class


PROCURING, 4,00,06,513.26 4,01,000.00 6000/- onths
CONSTRUCTINGB ( Without GST) DD or FDR +
ALWATIKA (except 1080/-
DVELOPMENT SBI)only (18%
WORK
GST)
(FACILITATING
WITH SMART =7080/-
CONCEPT)-
(Approx.26Nos.),PP
hase-1,PROJECT
UNDER SJMMSVY-
2023-24. AT
VARIOUS
LOCATION,
BHAVNAGAR.

2. Prospective / Interested bidder may download the Bid Documents from Dt. As per NIT
Till 00:00 Hourswebsitehttps://www.tender.nprocure.com free of cost till the Time
and Date as mentioned on online NIT at websitehttps://www.tender.nprocure.com
3. However, Bidder who is submitting the Bid Online will have to pay the Bid DocumentFee
/ Tender Fee through Demand Draft only of any Schedule Bank( except SBI) payable
atBhavnagarand in favor of Commissioner, Bhavnagar Municipal
Corporation.Oncethe Bid is received online, Bid Document / Tender Fee will not
berefundable.

The Demand Draft for Bid Document / Tender fee and FDR / Bank Guarantee against Bid
Security / EMD shall be submitted in electronic format through online (by scanning)
while uploading the bid, this submission shall mean that bid document / tender fee and
Bid Security / EMD has been received. Accordingly, the offer of only those shall be opened
whose Bid Document / Tender Fee and Bid Security / EMD have been received
electronically. However, for the purpose of realization of Demand Draft, and FDR / Bank
Guarantee bidder shall send the same in original through R.P.A.D. so as to reach to
‘Executive Engineer ,Building Dept. Bhavnagar Municipal Corporation(BMC),
Bhavnagar.withinstipulated time as per tender NIT.
Penaltative action for not submitting Demand Draft / FDR / Bank Guarantee in
original to Executive Engineer/Tender Inviting Authority, BMC by bidder shall be
initiated.
4. Bids received online, will be opened on the time, date and place as specified in the online
NIT at website https://www.tender.nprocure.comthe presence of the bidders or their
authorized representatives, who wish to remainpresent.
If the office happens to be closed on the day of opening of the bids as specified, the bids
4
will be opened on the next working day at the same time and venue.

5. A pre bid meeting will be held on Dt. As per NIT …hrs.at the office ofExecutive
Engineer,Building Dept.(BMC)at Bhavnagar to clarify the issues and to answer
questions on any matter that ........... may be raised at that stage as stated in clause 9.2 of
‘instructions to Bidders’ of the bidding documents.
6. Bid Security (EMD) is equal to 1% i.e. 4,01,000.00of Estimated Amount put to bid /
tender and should be rounded off to the next thousandrupees.
7. Other Information is asunder:
A. Agencies can prepare and edit their offers a number of times before the end of the
tender submission date and time. After the tender submission date and time, the
bidder cannot modify / edit / withdraw their submitted offer in any case. No written
or online request in this regard shall begranted.

B. Offers in physical form will not be accepted in anycase.


C. Demand Draft purchased by the other then bidder and issued after the last date of
submission of Bids, will not be considered oraccepted.

D. The cost incurred by the contractor for this offer for clarification or attending
discussion, conferences or site visits will not be reimbursed by the Employer or
Engineer-in-Charge.

E. Conditional tender shall not beaccepted.

F. Any changes, addition, alternation made in the prescribed form attached with tender
are liable to berejected.

G. Any change in format or conditional Bank Guarantee will not be accepted and the
bidder will be considerednon-responsive.

H. All the bidders are instructed to fill in information strictly in accordance with the
format given in the checklist /qualification document / tenderdocument.

I. It is mandatory for the bidders to supply each and every information as asked strictly
in electronic format at appropriate placesonly.

J. Blank / insufficient information shall be treated as nil information and shall result in
disqualification.

K. Even if the bidder has been qualified in a similar or larger size of project in the past,
it shall not be deemed to be a ground / reason for not giving required information for
this work /bid.

L. Information supplied for earlier projects shall not be considered while evaluation of
this bid. The Government will not ask for any other information, unless it is found
absolutely necessary by the competentauthority.

M. If found necessary, the contractor will be intimated fornegotiation,

# For the works costing up to 7.5 crore (ROAD), 7.0 crore (BUILDING & BRIDGE)
kindly refer to SSR-10-2015-17-C dated03-02-2017

For the works costing under 7.5 crore for Road Works and 7.0 crore for Building and
Bridge Works following documents shall be submitted in electronic format only through
online by scanning and the (i) Bid Document Fee / Tender Fee (ii) Bid Security / EMD
should be sent in original to the Tender opening authority through RPAD, so as to reach
the Executive Engineer within 7 days from last day of submission of Bid.

5
(i) Bid Document Fee / TenderFee(From Bidders A/C Only)
(ii) Bid Security / EMD or Valid EMD Exemption Certificate of Appropriate Class of
Registration of ApprovedContractors
(iii) Registration Certificate “A” Class & Above
(iv) Registration Certificate of Special Category - Building and Category I / II /
III
(v) GSTNumber& PAN Number
(vi) Solvency Certificate (for current calenderyear )
(vii) A solvency certificate of an Amount of 20% (Twenty Percent) of estimated cost put to
tender will have to be produced along with tender. It shall be of Scheduled Bank or
Nationalized Bank or Bank Approved for Government business. Solvency Certificate
shall have validity of same calendar year as that of date in which tender is issued.
(viii) Successful Experience Work Completion Form 3A
(ix) Anti-Blacklisting Affidavit with notarized (On non-judicial Stamp Paper of Rs.300, as
per Annexure-7)
(x) Turnover of Last five year i.e. 2019-20 to 2023-24
(xi) EPF Registration Number & ESIC Registration Number
(xii) Bid Capacity
(xiii) Litigation History

6
SECTION - 1
INSTRUCTIONS TO BIDDERS
(ITB)

7
Section 1: Instructions to Bidders
Table of Clauses

Page No. Page No.


A.General D. Submission of Bids
1. Scope of Bid 9 19. Deleted 20
2. Source of Funds 9 20. Deadline for Submission of 20
Bids
3. Eligible Bidders 9 21. Deleted 20
4. Qualification of the 9 22. Modification and 20
Bidder Withdrawal of Bids
5. One Bid per Bidder 14
6. Cost of Bidding 14 E. Bid Opening and Evaluation
7. Site Visit 14 23. Bid Opening 21
8. Bidders Registration Class 14 24. Process to be Confidential 22
& Bldg. Category
B. Bidding Documents 25. Clarification of Financial 22
Bids
9. Content of Bidding 15 26. Examination of Bids and 22
Documents Determination of
Responsiveness
10. Clarification of Bidding 15 27. Deleted 22
Documents
11. Amendment of Bidding 16 28. Deleted 23
Documents
29. Evaluation and Comparison 23
of Financial Bids
C. Preparation of Bids 30. Deleted 23
12. Language of Bid 17
13. Documents Comprising 17 F. Award of Contract
the Bid
14. Bid Prices 17 31. Award Criteria 24
15. Currencies of Bid and 18 32. Employer’s Right to Accept 24
Payment any Bid and to Reject any
or all Bids
16. Bid Validity&Bid Security 18 33. Notification of Award and 24
Signing of Agreement
17. Alternative Proposals By 19 34. Performance Security 24
Bidders
18. Format and Signing of 19 35. Advance Payment and 25
Bid Security

36. Deleted 25
37. Corrupt of Fraudulent 25
Practices

8
A. GENERAL

1. Scope ofBid
2.
1.1 The Executive Engineer,Building Dept. Bhavnagar Municipal Corporation(BMC),invites
bids forthe Balwatika Development Work (Facilitating With Smart Concept).Project
Under SJMMSVY2023-24 At Various Location,Bhavnagar. The detailed in the table
given in IFB.

BHAVNAGAR MUNICIPAL CORPORATION SMART ANGANWADI


NAME OF WORK :-BALWATIKA DVELOPMENT WORK (FACILITATING WITH SMART CONCEPT)-(Approx.87Nos.),Phase-
1,PROJECT UNDER SJMMSVY-2023-24. AT VARIOUS LOCATION,BHAVNAGAR.

Sub Estimate : A : CIVIL :


Abstract Sheet

Item Aganwadi Rate with Aganwadi


Unit Description
No Quantity 1% LC Amount

Providing 15mm thick cement plaster in single coat


on Rough (Similar)side of single or half brick walls for
interior plastering upto floor two level and finished
261.00 even and smooth in (ii) Cement mortar 1:4 (1- 163.85
1 Sq.Mt. cement :4-sand) At Ground floor 42,764.85

Applying two coats of Birla or Asian acrylic lappy


(putty) and two coats of primer of approved brand
and manufacture on new wall surface to give an
even shade including thoroughly brushing the
11310.00 surface free from mortar dropping and other matter 40.59 4,59,072.90
2 Sq.Mt. and sand papered smooth.For All Floors.

Wall painting (two coats) with plastic emulsion paint


of approved brand and manufacture on undecorated
11310.00 wall surface to give an even shade including 78.90
3 Sq.Mt. throughly brushing the surface free from mortar 8,92,359.00
droppings and other foreign matter and sand
papered smooth.For All Floors.

Wall painting (two coats) with plastic emulsion paint


of approved brand and manufacture on ceiling and
11310.00 slopping roofs to give an even shade including 84.16
4 Sq.Mt. throughly brushing the surface free from mortar 9,51,849.60
droppings and other foreign matter and sand
papered smooth.For All Floors.

A……Total Amount of SUB-ESTIMATE : CIVIL 23,46,046.35

9
SUB ESTIMATE -B: : INTERNAL ELECTRIFICATION FOR ANGANWADI
ABSTRACT TOTAL (87 NOS ANGANEADI)

Sr Aganwadi Rate with Aganwadi


Unit Description
No Quantity 1% Lc Amount

Part-
INTERNAL ELECTRIFICATION WORK
01

Point wiring in Copper (MODULAR TYPE)


Point wiring for Light / Bell with 2-1.5 sq.mm &
earth wire of 1.5 sq.mm (Green) both are of ISI
marked 1.1 KV grade FRLS PVC insulated multi
strand copper wires up to 10 mtr length , in
below type of pipe erected with 6A Modular type
switch / bell push & accessories and earth
continuity of following type, erected on PVC /
Metallic/Wooden box, single mounting base
frame covered with textured/metallic/white front
plate modules erected on / in wall / ceiling as
per pipe erected, with necessary Lamp
holder/ceiling rose / H.D.Connector as
1 348.00 Pt. 449.45 156408.60
directed.(f) with medium class Rigid PVC pipe
and accessories erected concealed in
wall/ceiling complete Cat. III

10
Point wiring for Tissino / Modular secondary
light point with 2-1.5 sq.mm & earth wire of 1.5
sq.mm (green) both are of ISI marked 1.1 KV
grade FRLS PVC insulated multi strand copper
wires, in below type of pipe to be erected
complete with earth continuity and necessary
connection with primary light with accessories
erected on Metal / PVC / wooden box covered
with 3 mm thick PC(Polycarbonate) / Acrylic
sheet for open / concealed wiring. with
necessary Lamp holder / ceiling rose /
2 435.00 Pt. H.D.Connector as directed.(f) with medium 151.50 65902.50
class Rigid PVC pipe and accessories
erected concealed in wall/ceiling complete

Point wiring for FAN with 2-1.5 sq.mm & earth


wire of 1.5 sq.mm (Green) both are of .ISI
marked 1.1 KV Grade FRLS PVC insulated
multi strand copper wires up to 10 mtr length, in
below type of pipe erected with 6A Modular
type switch and hum free EME step type
electronic fan regulator mounted and
accessories with earth continuity of following
type erected on PVC / Metallic/Wooden box,
single mounting base frame covered with
textured/metallic/white front plate modules
erected on / in wall / ceiling as per pipe erected.
with necessary ceiling rose / H.D.Connector as
directed.(f) with medium class Rigid PVC pipe
3 174.00 Pt. and accessories erected concealed in 629.23 109486.02
wall/ceiling complete CAT-III

11
Point wiring for on board Looped Plug with 6A
Modular type switch & 5 pin socket erected
on PVC / Metallic/Wooden box, single mounting
base frame covered with textured /
metallic/white front plate modules erected on /
4 87.00 Pt. in wall / ceiling with following type accessories 241.39 21000.93
CAT-III

Point wiring for Individual Plug with & earth wire


of 1.5 sq.mm (Green) both are of ISI marked 1.1
KV grade FRLS PVC insulated multi strand
copper wires up to 10 mtr length, in below type
of pipe erected complete with Modular type
switch & 5 pin Plug erected on PVC /
Metallic/Wooden box covered with appropriate
front plate modules erected on / in wall / ceiling
as per pipe erected with following type of
accessories.[I] For 6A Plug and 6 a switch
with 2-1.5 sq.mm Cu. Wire from nearby
switchboard/mcbdb board (f) with medium
class Rigid PVC pipe and accessories
5 87.00 Pt. erected concealed in wall/ceiling complete 473.69 41211.03
CAT-III

12
Point wiring for Individual Plug with & earth wire
of 1.5 sq.mm (Green) both are of ISI marked 1.1
KV grade FRLS PVC insulated multi strand
copper wires up to 10 mtr length, in below type
of pipe erected complete with Modular type
switch & 5 pin Plug erected on PVC /
Metallic/Wooden box covered with appropriate
front plate modules erected on / in wall / ceiling
as per pipe erected with following type of
accessories.[II] For 16A Plug and 16 amp
switch with 2-2.5 sq.mm Cu. Wire from
mcbdb board. (f) with medium class Rigid
PVC pipe and accessories erected concealed
6 435.00 Pt. in wall/ceiling complete CAT-III 697.91 303590.85

Supplying under floor pregalvanised corrosion


proof rectangular sheet steel cable trunking of
1.6 mm thick having with stand point load up to
1.33 Ton & free from seepage of concrete of
screed water with all
accessories,JunctionBox,Joints as required and
demanded by engineer-incharge and
laying/erecting as per OEM guidelines and as
per instruction of engineer incharge having
following size of dimensions and No of
7 435.00 Mtr compartments (W x D x T) Cat-III [1] 50mm x 284.82 123896.70
25mm x 1.6 mm with One Compartment

Providing and erecting ISI mark Medium class


RIGID PVC PIPES of following size complete to
be erected on/in wall or ceiling erected with
necessary PVC fittings & Junction boxes fixed
with adhesive solution & Clamps with following
dia of pipes, in approved manner as directed
8 1740.00 Mtr (a)20 mm 23.23 40420.20

13
Providing and erecting Mains with 1.1 KV grade
FRLS PVC insulated ISI marked stranded
Copper conductor wire in following type of pipe
to be erected concealed in /flushed on
wall/ceiling, with 1.5 sq. mm copper conductor
FRLS PVC insulated stranded wire of green
colour for earth continuity of following size ((A)
With medium class Rigid PVC pipe and
9 1740.00 Mtr 78.78 137077.20
accessories (b) 2 wire 2.5 sq. mm

Providing and erecting XLPE(IS:7098)(I)-88 ISI


armoured cable multistrandCopper conductor
for 1.1 KV. to be laid on wall with necessary
clamps or in existing trench / pipe of following
size of cables (B) 2 core 4 Sq. mm.
10 870.00 Mtr 207.05 180133.50

providing and erecting Miniature circuit


breaker single pole 6A to 25A suitable to
operate on 240 V A.C. system and having
breaking capacity 10 KA to be erected in
11 348.00 Each existing box. confirming to IS 8828/1996 with ISI 112.11 39014.28
Mark Cat.III

Providing & erecting 240 V MCB double pole


switch for lighting Load (B Curve) having 10 KA
breaking capacity & confirms to IS : 8828 in
existing box having following capacity CAT-III
12 87.00 Each 278.76 24252.12

providing and erecting Approved make RCCBs


conforming to IS: 12640 and having sensitivity of
30 mA and Short Circuit withstand capacity of 10
KA and suitable for operation on single phase
240 V,50Hz. having characteristic of quick action
& tripping with all advance feature & do not
incorporate any electronic component. for
following Max. rating erected as directed (i) 25
13 87.00 Each Amps.DP CAT-III 1525.10 171346.50

14
Providing and erecting Sheet Steel powder
coated MCB distribution board - flush / surface
mounted fitted with busbar, neutral link, earth
bar and DIN rail, Conforms to IS 8623-1 & 3,
IEC 61439-1 & 3 without MCB to house
appropriate nos. of MCBs.(The DBs should be
used of same company of MCB to be used)
suitable for (A) single phase incoming and
horizontal single phase outgoing (b) sheet
14 87.00 Each steel double door (IP-43) (iii)8 way 1152.41 100259.67

Supplying and erecting LED indoor fittings with


LEDs of wattage 0.2 Watt to 0.5 Watt assembled
on single MCPCB, with housing used as a heat
sink shall be made of thick sheet Steel
conforming to IS: 513/CRCA/ aluminium die cast
powder coated and high U.V. & corrosion
resistance with diffuser with company
mark/name 160V to 270V, Power Factor more
than 0.95, THD < 15%,CCT 3000 K to 6500K,
Luminaire efficacy> 85 lumens/watt ,LED LED
driver efficiency > 85 %( fitting required LM-79 &
LM-80 Certificates)(NOTE: Below description
have shown ranges of Wattage capacity of LED
fittings.The Engineer incharge may select any
wattage capacity between the ranges shown.)
(A) Tube Light with integral driver (iv) 22-24
15 261.00 Each Watts, Surge - 2KV,IP-20, conventional 4 feet 373.70 97535.70
CAT-III

15
Supplying and erecting led lamps with following
wattage capacity of 220 to 240 voltage,
minimum 15000 burning hours life, 500 V in
built-surge protection,Polycarbonate diffuser,
mounting suitable for E14 / E27 / B22 lamp
holders, pf >= 0.5 (A) LED Lamps integral
type, with PC diffuser suitable LAMP holder
(iii) 10 to 15 watts CAT-III
16 261.00 Each 188.87 49295.07

Providing & erecting Approved make Power


Saving 50 Watt Ceiling Fan with double ball
bearing ISI mark with Condenser 230 volt A.C.
50 Hz 1200 mm sweep complete having
3blades with aluminium blades with , canopy &
30 cm. down rod erected with earthing.(Make
17 174.00 Each shall be approved by Engineer in charge)) 1948.29 339002.46

Supplying & erecting fan hook box of 10 mm


M.S. round bar bounded to the RCC bars up to
50mm length each side and pierced through a
16 Gauge M.S. box / Heavy Duty PVC box
complete erected concealed in Ceiling with
18 174.00 Each necessary finishing. 108.07 18804.18

Supplying & erecting approved make low noise


decorative exhaust fan having square frame
19 174.00 Each ABS body with inbuilt lowers & square frame. 1366.53 237776.22

16
Supplying & erecting 5 stage single reverse
osmosis water purification system with M.S.
powder coated frame, prefilter housing with 'O'
ring presediment filter GAC filter, carbon filter
suitable buster DC pump capacity 80 psi,
mention with 40 psi inline type post carbon filter
auto low & high pressure switches with following
size of storage tank & LPH capacity & erected
20 87.00 Each as directed [B] 25 Ltr / Hr with 30 Ltr. Storage 13053.24 1135631.88
Tank

Providing and erecting Annealed bare Copper


21 174.00 Kg wire 8 to 16 SWG. 794.87 138307.38

Supplying & erecting earth pit of minimum bore


dia.150mm size approved make Earthing
Electrode consisting Pipe-in-Pipe Technology as
per IS 3043-1987 made of corrosion free hot
dipped G.I.Pipes having Outer pipe dia of 50mm
having 80-200 Micron galvanising, Inner pipe dia
of 25 mm having 200- 250 Micron galvanising,
connection terminal dia of 12mm with constant
ohmic value surrounded by highly conductive
compound with high charge dissipation suitable
for following type of applications with chamber
and heavy duty cover.(approved make OEM has
to submit test certificate) & having back filling
22 87.00 Each compound of (B) Inner chemical (CCM 5760.03 501122.61
Compound)- Resistivity:- 0.2 • / meter testing as
per IEC 62561-2017, Voltage drop:- < 1 volt at
no load & dry form, Sulphar content:- <2%(C)
Back fill Compound :- Earthing compound
should be capable to retainmoisture for long
time Necessary test report must be submitted.(c)
For Electrical Installation covering Transformer
Neutrals, Lightning arrester Earthing, A.C.Plant&
Sensitive Computer System(like Automation,
SCADA) i.e independent (b)For Electrical
installation up to 11 KV in normal soil. Length of
Pipe : 2.00 mtrsBack filling Compound :1 no.
Bag of 25 Kg
Subtotal Part-01 Rs.
40,31,475.60
Part-
SMART ELECTRONICS
02
GTPL Fiber broadband internet connection 80
Mbps 5G connection with 12 months plan
23 87.00 Job (Excl. GST) 5445.92 473795.04

Interactive Flat Panel Display (Model : IFX654 -


IN) with i3 OPS system complete. 105040.0
24 87.00 Ea 9138480.00
0
Wireless keyobard and mouse set (HP KM250)
25 87.00 Ea 1008.99 87782.13
17
Subtotal Part-02 Rs.
97,00,057.17
Part-
FIRE
03
Supplying & erecting carbon dioxide (CO2) fire
extinguisher user of following capacity with
necessary clamps made from 50 x 6 mm M.S.
Flat with nut & bolts grouted in wall complete.
26 174.00 Ea [A] For 4.5 Kg Capacity 6591.26 1146879.24

6 KG ABC FIRE EXTINGUISHER (MAP 50


BASED PORTABLE STORED PRESSURE)
27 174.00 Ea 4397.54 765171.96

Subtotal Part-03 Rs.


19,12,051.20

B…….Sub Estimate for


INTERNAL Rs. 1,56,43,583.97
ELECTRIFICATION Work
Part 01 to 03Total Amount :

87

Sub Estimate for : INTERIOR WORK : C :

Aganwadi Rate with Aganwadi


SR. Unit Description
Quantity 1% Lc Amount
NO.

WALL PANNELING AND FINISH WORK


RUBBER MATE CARPET
1 1745.22 Sq. Mt 2020.00
35,25,344.40

18
Providing and fixing of approved quality RUBBER
MATE FLOORING OF 15 MM including all
acceessories, material, labour etc. complete. (Basic
rate of Carpet- 130 rs/sq.ft.)Surface should be
Recycled Crumb SBR and the Size of tile should be
500mm x 500 mm x 15mm. Area of use shall be
heavy commercial.Durable crumb rubber
construction,Excellent shock absorption properties.
Reduces wear and tear of your strength equipment
and protects floors. Reduces noise and vibrations of
drops. Custom colour and thickness will be as per
selection with installation , adhesives,Anti-slip
performance ≥ 0.30 DS (EN13893) Fire-proof Bfl-S1
(EN13501-1) etc, as per instruction of Architect or
Engineer-in charge.
BRAND ( TOLI,VITOFLOOR,UNITEX,MILLIKEN)

ARTIFICIAL LAWN CARPET


2 339.30 Sq. Mt 2222.00
7,53,924.60
Providing & Supplying of 40 mm artificial grass of
brand seasonal dekor or as per selection of PE
polyethelene material including cantex net below of
approved quality including installation and complete
as per selection & directed by the Architect and
approved by the Engineer in Charge.

SQ MDF WALL ART CNC CUTTING


3 751.68 2525.00
MT. 18,97,992.00
Providing and fixing of 12 mm waterproof mdf of
brand century,greenpanel with material,machine
cutting, cnc detail design, labour,andhardwares,
waste of materials etc and complete the work with
colorpu finished and if the thickness is required
more then 12 +12 sandwhichmdf to be used
satisfactorily as per instruction of architect or
Engineer-in charge.

SQ STICKERS FOR WALL


4 1408.53 2020.00
MT. 28,45,230.60
Providing and fixing of 2-D cut vinyl work of brand
3M including all material,machine cutting,
labour,andhardwares, waste of materials etc and
complete the work satisfactorily as per instruction of
architect or Engineer-in charge.

INTE
RIOR
COL
19
OUR
WOR
K

5 2175.00 Sq. Mt HAND PANTING ON WALL 2020.00


43,93,500.00
Providing and applying satin paint of approved
quality, company and shade upto finishing (min 3
coats) including lappi and primer work and all
material, labour including scaffolding etc. and
complete the work satisfactorily as per instruction of
architect or Engineer-in charge. (Basic rate of SATIN
paint- 28 rs/sq.ft.)

MOD
ULAR
FUR
NITU
RE
FURNITURE SET OF KIDS CHAIR
6 522.00 No. 7070.00
36,90,540.00
Providing and supplying the furniture set with 1
plastic table and 4 plastic chairs with colorfullcolor ,
installation, labour and hardware, polish work as per
instructions,waste of materials etc and complete the
work satisfactorily as per instruction of architect or
Engineer-in charge.

MULTIPULE TOYS AND PUZZELS


7 348.00 No. 5050.00
17,57,400.00
Providing and supplying the 4 to 5 numbers of kids
games ,board games as per requirement per games
850 rs as per selection installation, labour and
hardware, as per instructions,waste of materials etc
and complete the work satisfactorily as per
instruction of architect or Engineer-in charge.

STORAGE UNIT WITH LAMINATE FINISH


8 267.96 SqM 11731.36
31,52,951.34

20
Providing and Making of Storages (AS PER
DRAWINGS) using ply of brand of brand
greenplyecotechmr,centurysainikmr,archiplyetc,(thic
kness as specified)/ sag wood and finished by 1 mm
Laminate outside as per selection of brand
greenlam,merinolam,formica or 6mm HDF as per
drawing, 1mm tk laminate (inside),water pu polish
(as shown), drawers, shelves,with profile shutter
with glass etc. with all hardware, nylon leveler foot
rubber, handles,hinges, locks , magnet and other
acessories with all material, installation,labour, lead
and wastage,polish work as per instructions etc. and
complete the work satisfactorily as per instruction of
architect or Engineer-in charge.(Basic rate of Inside
Laminate : 18 rs./sq.ft. & Outside Laminate : 53
rs./sq.ft.)

Rs.
C.INTERIOR WORK : TOTAL 2,20,16,882.94

BHAVNAGAR MUNICIPAL CORPORATION SMART ANGANWADI

NAME OF WORK :-BALWATIKA DVELOPMENT WORK (FACILITATING WITH


SMART CONCEPT)-(Approx.87Nos.).PROJECT UNDER SJMMSVY-2023-24. AT
VARIOUS LOCATION,BHAVNAGAR.

SUMMERY OF WORK
87 Nos. of Aganwadi
Item
Amount-Rs.

21
A…….Civil work
23,46,046.35
B……..Electrical work
1,56,43,583.97
C……Interior work
2,20,16,882.94
4,00,06,513.26
Without GST Total Amount Rs.

1.2 The bidders must submit bids for all of the works detailed in the table given in IFB.
1.3 The successful bidder will be expected to complete the works by the intended
completion date specified in the Contractdata.
1.4 Work to be completed as per Three stages as mentioned in table bellow.

Table no. 1.4A

Stage Work to be completedin three Time phase duration


phases as below
1 First phase : 26 Nos. of Balwatika Up to 6 (six) month time
(1st to 6th month)

2 Second phase : 26 Nos. of Next 6 (six) month time


Balwatika (7th to 12th month)

3 Third phase : 35 Nos. of Balwatika Next 6 (six) month time


(13th to 18th month)

Total 87 Nos of Balwatika 18 months


Payment condition for each stage(Table no-1.3A) of work.

Table no. 1.4B :PAYMENT BREAKUP

Detail of workstage % of amount to be


payableat completion of
each stage.
On completition of finishing work and electric 20%
wiring work
On completion of Furniture work 15%

On supply and fixing of interior work 25%


On supply and fixing of electrical and 20%
electronics fittings work
On completion of all items including Fire and 10%
22
safety equipments with NOC From concerned
Department

After certification for the completed work by 10%


PMC and Executive Engineer.

1.5 Throughout these bidding documents, the terms ‘bid’ and ‘tender’ and their
derivatives (bidder/ tenderer, bid / tender, bidding/ tendering, etc.) are synonymous.

2 Source ofFunds

2.1 The expenditure on this project will be met from the budget of Govt. of Gujarat /
Govt. of India for centrally sponsoredprojects.

3. EligibleBidders

3.1 This Invitation for Bids is open to all eligiblebidders.


3.2 All bidders shall provide in Section 2, Forms of Bid and Qualification Information, a
statement that the Bidder is neither associated, nor has been associated, directly
or indirectly, with the consultant or any other entity that has prepared the
design, specifications, and other documents for the Project or being proposed as
Project Manager for the Contract. A firm that has been engaged by the Employer
to provide consulting services for the preparation or supervision of the works,
and any of its affiliates, shall not be eligible tobid.

4. Qualification of theBidder

4.1 All bidders shall provide in Section 2, Forms of Bid and Qualification Information, a
preliminary description of the proposed work method and schedule, including
drawings and charts, as necessary. The proposed methodology should include a
program of construction backed with equipment planning and deployment duly
supported with broad calculations and quality assurance procedures proposed
to be adopted justifying their capability of execution and completion of work as
per technical specifications, within stipulated period ofcompletion.
4.2Deleted
4.3Deleted
4.4Deleted
#4.5 QUALIFICATIONCRITERIA:

Tenderer shall be required to submit the enlisted documents in hard copy along with theQualification
Bid. If documents are insufficient or it does not match the required criteriamentionedbelow,
thenthePriceBidofthe tenderer shallnotbeopened.

MainlytenderershallfulfillfollowingTechnical&Financialpre-qualificationcriteriaasamain contractor. The


tenderer shall fulfill the following all points.

TheBiddermusthaveachievedaverageannualturnoverduringlastthreefinancialyears,endingon31stMarch
2024, 30% of Estimated cost.

Mainly tenderer shall fulfill following for pre-qualification,

23
(a) Experience of having successfully completed "similar works" during last 05 years either of the
following :
(1a) Three similar completed works, each costing not less than amount equal to 40% of the Estimated
Cost.
OR
(2a) Two similar completed works, each costing not less than amount equal to 50% of the Estimated
Cost.
OR
(3a) One similar completed works, each costing not less than amount equal to 80% of the Estimated
Cost.

Similarworkshallmean “
SuccessfulcompletionofBUILDINGWORK, ELECTRIFICATION WORK and INTERIOR WORKinR&B /Govt. /Semi
Govt. / PSUs / Government Undertaking / Government CompaniesDEPARTMENT.”

E. DELETED:AvailableBidCapacity(ABC) -
mustbemorethantheestimatedtendercost.Note:Available Bid Capacity (ABC) will be derived by the
following method. ABC iscalculatedasABC=2*A*N-B
Where,
A = Maximum value of works executed in any one year during the last five
years(updatedtopresentpricelevelbyapplyingenhancementfactor)takingintoaccountthecompletedaswell
asworksinprogress.
N=Numberofyearsprescribedforcompletionoftheworksforwhichtendersareinvitedi.e.12/12= 1.00
B=Valueofexistingcommitmentsandon-goingworkstobecompletedduringthatnextNyear (period
ofcompletionoftheworksforthetendersare invited.)

Note: The statements/certificate showing the value of existing commitments and


ongoingworksaswellasthestipulatedperiodofcompletionremainingforeachoftheworkslistedshould be
signed by the respective Employer or his authorized representative, not
belowtherankofanExecutiveEngineerorequivalent.

F. ThecostofmaterialsuppliedbytheGovernment/Clientshallnotbetakenintoaccountforexperiencepurpos
e
G. An attested copy of registration with R&B etc. Registration required: “A” class.Bank Solvency of
2024-25, amounting 20% of estimated cost put to tender of any Nationalized / Scheduled Bank except Co-
operative Bank.

(Applicable for the works which require Post Qualification)

4.5.1 Qualification will be based on Applicant’s meeting all the minimum pass/ fail criteria
regarding the Applicant’s general and particular experience, personnel and
equipment capabilities and financial positions, as demonstrated by the applicant’s
responses in the forms attached to the letter of application ( specified requirement
for joint ventures are given under para 4.6 below ) Subcontractors experience and
resources shall not be taken in to account in determining the applicants compliance
with the qualifyingcriteria

To qualify for more than one contract, the applicant must demonstrate having
experience and resources sufficient to meet the aggregate of the qualification criteria
for each contract given in paragraphs 4.5.4, 4.5.5 and 4.5.9 below

4.5.2 Base year andEscalation

The base year shall be taken as Current financial year

Following enhancement factors will be used for the costs of works executed and the
24
financial figure to a common base value for works completed in India.

Year Financial Year Multiplying factor


Base year of inviting tender 2024-2025 1.00
-1 2023-2024 1.10
-2 2022-2023 1.21
-3 2021-2022 1.33
-4 2020-2021 1.46
-5 2019-2020 1.61
Applicant should indicate actual figures of costs and amount for the works
executed by them without accounting for the above-mentioned factors.

In case the financial figures and value of completed works are in foreign
currency the above enhanced multiplying factors will not be applied. Instead, the
current market exchange rate (State Bank of India BC Selling rate as on the last date
of submission of the bid) will be applied for the purpose of conversion of the amount
in foreign currency into India rupees.

4.5.3. GeneralExperience.

The Applicant shall meet with the following minimum criteria:

(a) Annual Turn Over


Achieved a minimum annual financial turnover (defined as billing for works in
progress and completed in all classes of civil engineering construction works
only) in any one year, over the last five years of the annual value of contract /
contracts appliedfor.

Annual Turn Over shall be morethan 30 % of project cost(i.e. X)


(for guidance of deriving X the value of X shall be derived by dividing
amount put to tender by the time limit expressed in years for the project
/ work.)

Joint Venture: Lead Partner & Second another Partner only (i.e. 1(Lead
Partner)+1(Other Partner)

For Joint Venture: The Lead Partner must have updated annual turnover
not less thanRs. 153.70 Lacs. (51% of X)& remaining Partner must have
updated annual turnover not less thanRs. 90.41 Lacs. (30% of X).
The Joint Venture must collectively have updated annual turnover not
less than Rs. 301.38 Lacs. (i.e. X)

4.5.4. PersonnelCapabilities.
Availability for his work of personnel with adequate experience as required; as per
Appendix.

4.5.5. Equipment Capabilities


Based on the studies carried out by the Engineer, the minimum suggested major
equipment to attain the completion of works in accordance with the prescribed
construction schedule are shown in the Appendix.

The bidders should, however, undertake their own studies and furnish with
25
their bid, a detailed construction planning and methodology supported with layout
and necessary drawings and calculations to allow the employer to review their
proposals. The numbers, types and capacities of each plant/equipment shall be
shown in the proposals along with the cycle time for each operation for the given
production capacity to match the requirements.

4.5.6. FinancialPosition

The Applicant should give undertaking that he has access to, or has available, liquid assets
(aggregate of working capital, cash in hand and uncommitted bank guarantees) and / or
credit facilities up to 25 percent of the value of the contract / contracts applied.

4.5.7. The audited balance sheets for the last five years should be submitted, which must
demonstrate the soundness of the applicant’s financial position, showing long – term
profitability including an estimated financial projection for the next two years,if
necessary, the employer will make inquiries with the applicant’sbankers.

4.5.8. LitigationHistory
The Applicant should provide accurate information on any litigation or arbitration resulting
from contracts completed or under execution by him over the last five years. A consistent
history of awards against the Applicant or any partner of a joint venture may result in failure
of the applicant.

4.5.9. Disqualification
Even though the applicants meet the above criteria, they are subject to be
disqualified if theyhave:
Made misleading or false representation in the forms, statements submitted, and / or
Record of poor performance such as abandoning the work, rescinding of contract for
which the reasons are attributable to the non – performance of the contractor;
consistent history of litigation awarded against the applicant or financial failure due
to bankruptcy. The rescinding of contract of a joint venture on account of reasons
other than non – performance, such as Most Experienced partner of joint venture
pulling out, court directions leading to breaking up of a joint venture before the start
of work, which are not attributable to the poor performance of the contractor will,
however, not affect the qualification of the individual partners.

26
#4.6 JOINT VENTURE: (Maximum 2 Members i.e. 1 Lead &1 Others)
(Applicable only for estimated project cost of 50 Crore andabove)

4.6.1. Joint ventures must comply with the followingrequirement:

(a) Following are the minimum qualificationrequirements:

(i) Theleadpartnershallmeetnotlessthan51percentofallcriteriagiveninpara
4.5.3 (a) Annual Turn Over 4.5.3 (b) Successful Experience V-I &4.5.6above.
Thejointventuremustcollectivelysatisfythecriteriaofpara
4.5.3 & 4.5.6 above. The experience of the other joint venture partners shall be
consideredifitisnotlessthan30percentofthequalifyingcriteriainpara4.5.3&
4.5.6 above.

(ii) Individually each member must satisfy the requirements of para 4.5.3(a),
4.5.3.(b),4.5.7, 4.5.8 above and 4.7 below.

(b) Bid shall be signed so as to legally bind all partners, jointly and severally, and shall
be submitted with a copy of the joint venture agreement providing the joint and
several liabilities with respect to thecontract.
4.6.2. Qualification of a joint venture does not necessarily qualify any of its partners
individually or as a partner in any other joint venture. In case dissolution of a joint
venture, each one of the constituent firms may qualify if they meet all the qualification
requirements, subject to the written approval of theEmployer.

4.7. BidCapacity.

Applicants who meet the minimum qualification criteria will be qualified only if their
available bid capacity at the expected time of bidding is more than the total
estimated cost of the works. The available bid capacity will be calculated asunder:

Assessed Available Bid Capacity = ( A*N*2-B), where

A = Maximum value of work executed in any one year during the last
fivefinancialyears i.e. from 2019-20 to 2023-24 (updated to the price level of
the year indicated in appendix) taking into account the completed as well as
works in Progress.

B = Value at current price level of the existing commitments and ongoing works to
be completed during the next18 Months( period of completion of work for
which bids are invited );and

N = Number of years prescribed for completion of the works for which the bids are
invited.

Note :- In Case of joint venture, the available bid capacity will be applied for
each partner to the extent of his proposed participation in the
execution of the work. Some of the bid capacity of all the member
shall be more than 4.7.

27
4.8 Even though the bidders meet the above qualifying criteria, they are subject to
be disqualified if theyhave:

- Made misleading or false representation in the forms, statements and


Attachments the submitted in proof the qualification requirements; and /or
- Record of poor performance such as abandoning the works, not properly
completing the contract, inordinate delay in completion, litigation history, or
financial failures etc.; and/or
- Participated in the previous bidding for the same work and had quoted
unreasonably high bid prices and could not furnish rational justification to the
employer.

5. One bid perbidder

5.1. Each bidder shall submit only one bid for one package. A bidder who submits or
participates in more than one bid (other than as a subcontractor or in cases of
alternatives that have been permitted or requested) will cause all the proposals with
the bidder’s participation to be disqualified.

6. Cost of Bidding

6.1. The bidder shall bear all costs associated with the preparation and submission of his
Bid, and the Employer will in no case be responsible and liable for thosecosts.

7. SiteVisit

7.1. The Bidder, at the Bidder’s own responsibility and risk is encouraged to visit and
examine the Site of work and its surrounding and obtain all information that may be
necessary for preparing the Bid and entering into a contract for construction of the
Works.
The costs of visiting the site shall be at the Bidder’s own expense.

8. Bidders Registration Class and Building Category


8.1.Registration certificate of R & B Registered in “A” Class (Building) / Water Resources
Department, The contractors, who are registered in appropriate category of C.P.W.D.,
M.E.S., Railways and Indian State Governments, can also bid provided the bidder
produce such registration certificate at the time of bidding and obtain and submit
registration in required class & category from the R&B /Govt. /Semi Govt. / PSUs / Government
Undertaking / Government CompaniesDEPARTMENTbefore issue of work order in case they
emerge as L-1 Bidder. Bidder will solely be responsible for obtaining and submitting
the certificate before issue of work order.

28
B. BIDDINGDOCUMENTS

9. Content of BiddingDocuments
9.1The set of bidding documents comprises the documents listed below and addenda
issued in accordance with Clause10:
Section Particulars Volume No.
- Invitation for Bids
1 Instructions to Bidders I
2 Qualification Information, and other forms
3 Conditions of Contract
4 Contract Data
5 Technical Specifications II
6 Form of Bid III
7 Bill of Quantities
8 Securities and other forms
9 Drawings IV
10 Documents to be furnished by bidder V

9.2 Volumes I, II, III and IV are available online and documents to be furnished by the
bidder in compliance to section 2 will be prepared by him and furnished as
Volume- V in two parts (refer clause12).

9.3 The bidder is expected to examine carefully all instructions, conditions of contract,
contract data, forms, terms, technical specifications, bill of quantities, forms, Annexes
and drawings in the Bid Document. Failure to comply with the requirements of Bid
Documents shall be at the bidder’s own risk. Pursuant to clause 26 hereof, bids
which are not substantially responsive to the requirements of the Bid Documents
shall berejected.

10. Clarification Bidding Documents

10.1 A prospective bidder requiring any clarification of the bidding documents may
notify the Employer in writing or through E-mail at the Employer’s address
indicated in the invitation to bid. The Employer will respond to any request for
clarification which he received earlier than 15 days prior to the deadline for
submission of bids. Employer’s response will be published on website including a
description of the enquiry but without identifying itssource.

10.2 Pre-bidmeeting

10.2.1. The bidder or his official representative is invited to attend a pre-bid meeting
which will take place at the address, venue, time and date as indicated in the NIT.

29
10.2.2. The purpose of the meeting will be to clarify issues and to answer questions on any
matter that may be raised at thatstage.

10.2.3. The bidder shall be required to submit any questions in writing or e-mail to reach
the Employer not later than 03 days before themeeting.

10.2.4. Minutes of the meeting, including the question raised (Without identifying the
source of enquiry) and the responses given will be published without delay on the
tender website i.e. www.nprocure.com. Any modification of the bidding documents
listed in sub-Clause 8.1 which may become necessary as a result of the pre-bid
meeting shall be made by the Employer exclusively through the issue of an
Addendum pursuant to Clause 10 and not through the minutes of the pre-bid
meeting.

10.2.5. Non-attendance at the pre-bid meeting will not be a cause for disqualification of a
bidder.

11. Amendment of BiddingDocuments

11.1 Before the deadline for submission of bids, the Employer may modify the bidding
documents by issuingaddenda.

11.2. Any addendum thus issued shall be part of the bidding documents. The Employer
will assume no responsibility for thesame.

11.3. To give prospective bidders reasonable time in which to take an addendum into
account in preparing their bids, the Employer may, at his discretion, extend as
necessary the deadline for submission of bids, in accordance with Sub-Clause 20.2
below.

30
C. PREPARATION OFBIDS

12. Language of theBid

12.1 All documents relating to the bid shall be in the Englishlanguage.

13. Documents Comprising theBid

13.1. The bid be submitted by the bidder as Volume V of the bid document (refer Clause
8.1) shall be in two separateparts:

Part I shall be named “Technical Bid” and shall comprise

(i) Bid Security in the form specified in Section8

(ii) Qualification Information and supporting documents as specified in Section2

(iii) Certificates, undertakings, affidavits as specified in Section2

(iv) Any other information pursuant to Clause 4.5 of theseinstructions

(v) Undertaking that the bid shall remain valid for the period specified in Clause
15.1

Part II shall be named “Financial Bid” and shall comprise

(i) Form of Bid as specified in Section6

(ii) Priced Bill of Quantities for items specified in Section7

13.2. The Bidder shall submit the details / information pertaining to each part i.e.
technical as well as financial and must be submitted onlineonly.
13.3. Following documents will be deemed to be part of thebid.

Section Particulars VolumeNo.

Invitation for Bids (IFB)


1 InstructiontoBidders VolumeI
3 Conditions ofContract
4 ContractData
5 Specifications VolumeII
9 Drawings VolumeIV

14. BidPrices

14.1 The Contract shall be for the whole works as described in Sub-Clause 1.1, based on
the priced Bill of Quantities submitted by theBidder.

14.2 The bidder shall fill in rates and prices and lineitem total (both in figures and words)
for all items of the Works described in the Bill of Quantities along with total bidprice

31
(Both in figures and words). Items for which no rate or price is entered by the bidder
will not be paid for by the Bill of Quantities.

14.3 All duties, taxes, and other levies except GST payable by the contractor under the
contract, or for any other cause shall be included in the rates, prices and total Bid
Price submitted by the Bidder. (GST will be paidextra)

14.4 Deleted

14.5 The rates and prices quoted by the bidder are subject to adjustment during the
performance of the Contract in accordance with the provisions of Clause 47 of the
Condition of Contract (Irrespective of the time limit and BidAmount

15. Currencies of Bid andPayment

15.1 The unit rates and the prices quoted by the bidder shall be entirely in Indian Rupees.
All payments shall be made in IndianRupees.

16. BidValidity

16.1 Bids shall remain valid for a period of not less than 180 days from the date of
technical bid opened.

16.2 In exceptional circumstances, prior to expiry of the original time limit, the Employer
may request that the bidders may extend the period of validity for a specified period.
A bidder may refuse the request without forfeiting his bid security. A bidder agreeing
to the request will not be required or permitted to modify his bid, but will be
required to extend the validity of his security for a period of the extension, and in
compliance with Clause 16 in allrespects.

#16. BidSecurity

16.1. The Bidder shall furnish, as part of his Bid, a Bid security in the amount as shown in
column 4 of the table of IFB for this particular work. This Bid security shall be in
favor of Employer as named in Appendix and may be in one of the followingforms;
a. Bank Guarantee from any scheduled Indian bank, in the format given in
Volume III. (Bank Guarantee is applicable only for Bid Estimated Amount of 01
Crore and above) and Bank Guarantee of Schedule and Private Banks shall be
considered as per GoG Finance Department’s Circular No. FD/MSM/e-
file/4/2023/0057/D.M.O. Date 21/04/2023 or as per their latestamendment.

b. Fixed Deposit Receipt issued by any Scheduled Indian Bank or a foreign Bank
approved by the Reserve Bank ofIndia.
OR
# A Valid Bid Security / EMD Exemption Certificate issued by (1) Road & Building
Department or (2) Narmada Water Resources, Water Supply and Kalpsar
Department of Govt of Gujarat. Exemption Certificate is applicable only when
Registration Certificate of Appropriate Class and Category of Approved
Contractors is required as eligible criteria ofbidder.

32
16.2. Bank guarantees (and other instruments having fixed validity) issued as surety for
the bid shall be valid for45 days beyond the validity of thebidi.e. total validity of
180+45= 225Days

16.3. Any bid not accompanied by an acceptable Bid Security and not secured as
indicated in Sub-Clauses 16.1 and 16.2 above shall be rejected by the Employer as
non-responsive.

16.4. The Bid Security of unsuccessful bidders will be returned within 28 days of the end
of the bid validity period specified in Sub-Clause15.1

16.5 The Bid Security of the successful bidder will be discharged when the bidder has
signed the Agreement and furnished the required PerformanceSecurity.

16.6. The bid Security may beforfeited

(a) If the Bidder withdraws the bid after Bid opening during the period of Bid
validity.

(b) If the Bidder does not accept the correction of the Bid Price, if anyor
(c) In the case of a successful Bidders, if the Bidder fails the specified time limitto
(i) Sign the Agreement;or
(ii) Furnish the requirement PerformanceSecurity.
(d) #If found necessary, the bidder will be intimated for negotiation, He will be
intimated maximum three times within the validity period for negotiation, If
contractor does not respond in time, his Bid Security (EMD) will be forfeited
and his tender will be rejected. Punitive action will be taken on such
contractors. (As per GoG R&B Dept’s Gr. No. S/22/2017/6369/D,
Dt.08/06/2018)

17. Alternative Proposals byBidders.

17.1. Bidders shall submit offers that fully comply with the requirements of the bidding
documents, including the conditions of contract (including mobilization advance or
time for completion), basic technical design as indicated in the drawing and
specifications. Conditional offers or alternative offers will not be considered further
in the process of tenderevaluation.

18. Format and Signing ofBid

18.1. The Bidder shall prepare documents comprising the bid as described in Clause 12 of
these Instructions to bidder as the “Technical Bid “and “Financial Bid” in separate
parts to beuploaded.

33
D. SUBMISSION OFBIDS

19. Deleted

20. Deadline for Submission of theBids

20.1. Complete Bids must be received online by the Employer at the tender website
specified above not later than the date indicated inappendix.

20.2. The Employer may extend the deadline for submission of bids by issuing an
amendment in accordance with Clause 10, in which case all right and obligation of
the Employer and the bidders previously subject to the original deadline will then be
subject to the newdeadline.

21. Deleted

22. Modification and Withdrawal ofBids

22.1. Bidders may modify or withdraw their bids online before the deadline prescribed in
Clause 20 or pursuant to Clause23.

22.2. Deleted

22.3. No bid shall be modified or withdrawn after the deadline for submission ofBid.

22.4. Withdrawal or modification of a bid between the deadline for submission of bids
and the expiration of the original period of bid validity specified in Clause 15.1
above or as extended pursuant to Clause 15.2 may result in the forfeiture of the Bid
security pursuant to Clause16.

34
E. BID OPENING ANDEVALUATION
23. BidOpening

23.1. The Employer will open all the Bids received including modifications made pursuant
to Clause 22, in the presence of the Bidders or their representatives who choose to
attend at time, date and the place specified in Appendix in the manner specified in
Clauses 20 and 23.3, In the event of the specified date of Bid opening being declared
a holiday for the Employer, the Bids will be opened at the appointed time and
location on the next workingday.
23.2. Deleted.

23.3. The “Technical Bid” shall be opened. The amount, form and validity of the bid
security furnished with each bid will be announced. If the bid security furnished does
not conform to the amount and validity period as specified in the invitation for bid
(ref. Column 4 and paragraph 3), and has not been furnished in the form specified in
Clause 16, the technical bid will not beopened.
23.4. (i) Subject to confirmation of the bid security by the issuing Bank, the bids
accompanied with valid bid security will be taken up for evaluation with
respect to the Qualification information and other information furnished in
part I of the bid pursuant to Clause12.1.
(ii) If required, the bidder will be asked in writing to clarify his Qualification
Documents with respect to any requiredclarification.
(iii) The bidders will respond in not more than 7 days of issue of the clarification
letter.
(iv) Immediately (usually within 3 or 4 days), on receipt of these clarification the
Evaluation Committee will finalize the list of responsive bidders whose
financial bids are eligible forconsideration.
23.5. Deleted
23.6 At the time of opening of “Financial Bid”, the names of the bidders were found
responsive in accordance with Clause 23.4(iv) will be announced. The bids of only
these bidders will be opened. The responsive Bidders’ names, the Bid prices, the
total amount of each bid, any discount and such other details as the Employer may
consider appropriate, will be announced by the Employer at theopening.
23.7 the time of opening of “Financial Bid”, the names of the bidders were found
responsive in accordance with Clause 23.4(iv) will be announced. The bids of only
these bidders will be opened. The responsive Bidders’ names, the Bid prices, the
total amount of each bid, any discount, and such other details as the Employer may
consider appropriate, will be announced by the Employer at theopening.
23.8 In case bids are invited for more than one package, the order for opening of the
“Financial Bid” shall be in order of Estimated amount of Bids from highest tolowest.

23.9 The Employer shall prepare minutes of the Bid opening, including the information
disclosed to those present in accordance with Sub-Clause23.6.

35
24 Process to beConfidential
24.1 Information relating to the examination, clarification, evaluation, and comparison of
Bids and recommendations for the award of a contract shall not be disclosed to
Bidders or any other persons not officially concerned with such process until the
award to the successful Bidder has been announced. Any effort by Bidder to
influence the Employer’s processing of Bids or award decisions may result in the
rejection of hisBid.

25. Clarification of FinancialBids

25.1. To assist in the examination, evaluation, and comparison of Bids, the Employer may,
at his discretion, ask any Bidder for clarification of his Bid, including breakdowns of
unit rates. The request for clarification and the response shall be in writing or by e-
mail, but no change in the price or substances of the Bid shall be sought, offered, or
permitted except as required to confirm the correction of arithmetic errors
discovered by the Employer in the evaluation of theBids.
25.2 Subject to sub-clause 25.1, no Bidder shall contact the Employer on any matter
relating to his Bid opening to the contract is awarded. If the Bidder wishes to bring
additional information to the notice of the Employer, it should do so inwriting.
25.3. Any effort by the Bidder to influence the Employer in the Employer's bid evaluation,
bid comparison or contract award decision may result in the rejection of the Bidders’
bid.

26. Examinations of Bids and Determination ofResponsiveness

26.1 During the detail evaluation of "Technical Bid", the Employer will determine whether
each Bid (a) meets the eligibility criteria defined in Clause 3 and 4; (b) has been
properly signed; (c) is accompanied by the required securities and; (d) is
substantially responsive to the requirements of the Bidding document. During the
detailed evaluation of the “Financial Bid”, the responsiveness of the bids will be
further determined with respect to the remaining bid conditions, i.e., priced bill of
quantities, technical specifications, anddrawings.

26.2 A substantially responsive “Financial Bid” is one which confirms all the terms,
conditions and specifications of bidding documents, without material deviation or
reservation. A material deviation or reservation is one (a) which affects in any
substantial way the scope, quality, or performance of the Works; (b) which limits in
any substantial way, inconsistent with the Bidding documents, the Employer’s rights
or the Bidder’s obligations under the Contract; or (c) whose rectification would affect
unfairly the competitive position of other Bidders presenting substantially
responsiveBids.

26.3 If a “Financial Bid” is not substantially responsive, it will be rejected by the


Employer, and may not subsequently be made responsive by correction or
withdrawal of the non-conforming deviation orreservation.

36
27. Deleted
28. Deleted

29. Evaluation and Comparison of FinancialBids

29.1. The Employer will evaluate and compare only the Bids determined to be
substantially responsive in accordance with Sub-Clause26.2.
29.2. Deleted.
29.3. The Employer reserves the right to accept or reject any variation or deviation.
Variation and deviations and other factors, which are in excess of the requirements
of the Bidding documents or otherwise result in unsolicited benefits for the
Employer, shall not be taken in to account in Bidevaluation.
29.4. The estimated effect of the price adjustment conditions under Clause 47 of the
Conditions of Contact, during the period of implementation of the Contract, will not
be taken in to account in Bidevaluation.

29.5. If the Bid of the successful Bidder is seriously unbalanced in relation to the
Engineer’s estimate of the cost of work to be performed under the contract the
Employer may require the Bidder to produce detailed consistency of those prices
with the construction methods and schedule proposed. After evaluation of the price
analyses, the Employer may require that the amount of the performance security set
forth in Clause 34 be increased at the expense of the successful /bidder to a level
sufficient to protect the Employer against financial loss in the event of default of the
successful Bidder under theContract.

29.6. A bid which contains several items in the bill of Quantities which are unrealistically
priced low and which cannot be substantiated satisfactorily by the bidder may be
rejected asnon-responsive. (Applicable for item rate tender only)

30. Deleted

37
F. AWARD OFCONTRACT

31. AwardCriteria

31.1. Subject to Clause 32, the Employer will award the contract to the Bidder whose Bid
has beendetermined.
(i) to be substantially responsive to the Bidding documents and who has offered
the lowest evaluated Bid Price;and
(ii) to be within the available bid capacity adjusted to account for his bid price
which is the lowest evaluation in any of the packages opened earlier than the
oneconsideration.
In no case, the contract shall be awarded to any bidder whose available bid
capacity is less than the evaluated bid price, even if the said bid is the lowest
evaluated bid. The contract will in such cases be awarded to the next lowest bidder
at his evaluation bidprice.

32. Employer’s Right to Accept any Bid and to Reject any or allBids

32.1. Notwithstanding Clause 31, the Employer reserves the right to accept or reject any
Bid, and to cancel the Bidding process and reject all Bids, at any time prior to the
award of contract, without thereby incurring any liability to the affected bidder or
Bidder or any obligation to inform the affected Bidder or Bidders of the grounds for
the Employer’saction.

33. Notification of Award and Signing ofAgreement

33.1. The Bidder whose Bid has been accepted will be notified of the award by the
Employer prior to expiration of the Bid validity period by cable, telex or facsimile
confirmed by registered letter. This letter (hereinafter and in the condition of
contract called the “Letter of Acceptance”) will state the sum that the Employer will
pay the Contractor in consideration of the execution, completion, and maintenance of
the Works by the Contractor as prescribed by the Contract (hereinafter and in the
Contract called the “ContractPrice”).

33.2 The notification of award will constitute the formation of the contract, subject only to
the furnishing of a performance security in accordance with the provisions of Clause.

33.3. The Agreement will incorporate all agreements between the Employer and the
successful Bidder. It will be signed by the Employer and to the successful Bidder,
within 28 days following the notification of award along with the Letter of
Acceptance. Within 21 days of receipt, the successful Bidder will sign the Agreement
and deliver it to theEmployer.
33.4. Upon the furnishing by the successful Bidder of the Performance Security, the
Employer will promptly notify the other Bidders that their Bids have been
unsuccessful.

34. PerformanceSecurity

34.1. (A) Within 10 (Ten) days of receipt of Letter of Acceptance, the successful Bidder
shall furnish to the Employer an irrevocable and unconditional guarantee from a
Bank in the form set forth in Section 8 (the “Performance Security”) for an
amount equal to 5% (five percent) of its Contract Price. In case of bids
mentioned below, the successful Bidder, along with the PerformanceSecurity,

38
shall also furnish to the Authority an irrevocable and unconditional guarantee
from a Bank in the same form given at Section 8 towards an Additional
Performance Security (The “Additional Performance Security”) for an amount
calculated as under:

(a) If the Contract Price offered by the Selected Bidder is lower than 10% but
upto 20% of the Estimated Project Cost, then the Additional Performance
Security shall be calculated @ 20% of the difference in the (i) Estimated
Project Cost (as mentioned in Bid Document) - Minus 10% of the
Estimated Project Cost and (ii) Contract Price offered by the selected
Bidder.
(b) If the Contract Price offered by the Selected Bidder is lower than 20% of
the Estimated Project Cost, then the Additional Performance Security
shall be calculated @ 30% of the difference in the (i) Estimated Project
Cost (as mentioned in Bid Document) - Minus 10% of the Estimated
Project Cost and (ii) Contract Price offered by the selectedBidder.
(c) This Additional Performance Security shall be treated as part of the
PerformanceSecurity.
(B) The Performance Security shall be valid beyond 60(sixty) days of the Defects
Liability Period and the Additional Performance Security shall be valid
beyond 28 (twenty-eight) days of Project CompletionDate.

34.2. If the performance security is provided by the successful Bidder in the form of a
Bank Guarantee, it shall be issued either (a) at the Bidder’s option, by a
Nationalized/Scheduled Indian bank or (b) by a foreign bank located in India and
acceptable to the Employer. As per GoG Finance Department’s Circular No.
FD/MSM/e-file/4/2023/0057/D.M.O. Date 21/04/2023 or as per their latest
amendment.

34.3. Failure of the successful Bidder to comply with the requirement of Sub-Clause 34.1
shall constitute sufficient grounds for cancellation of the award and forfeiture of
the BidSecurity.

35 Advance Payment andSecurity

35.1 The Employer will provide an Advance payment on the Contract Price as stipulated
in the Conditions of Contract, subject to maximum amount, as stated in the
ContractData.

36. Deleted

37. Corrupt of FraudulentPractices

37.1 The Employer will reject a proposal if it determines that the Bidder recommended
for award has engaged in corrupt or fraudulent practices in completing for the
contract in question and will declare the firm ineligible, either indefinitely or for a
stated period of time, to be awarded a contract with National Highways Authority of
India/ State PWD and any other agencies, if it at any time determines that the firm
has engaged in corrupt or fraudulent practices in completing for the contractor, or
inexecution.
37.2 Furthermore, Bidders shall be aware of the provision stated in Sub- Clause 59.2 of
the Conditions ofContract.

39
APPENDIX TO ITB
Clause Reference
With respect to
Section –I

1. The Name of the Employer is Commissioner Shree, [ Cl.1.1]


Bhavnagar Municipal Corporation.
2. The last five/Seven years.
2023 – 2024
2022 – 2023
2021 – 2022
2020 – 2021
2019 – 2020
2018 – 2019
2017 – 2018
3. This Annual Financial Turnover Amount is Rs. [Cl.4.5.3 (a)]

4. Value of Work is Rs. 4,00,06,513.26


5. Deleted
6. The cost of electric work is Rs. 1,56,43,583.97
7. The cost of interior works is Rs. 2,20,16,882.94
8. Liquid assets and / or availability of credit [Cl.4.5.6 ]
facilities(i.e.25%of contract value/ estimated
cost) isRs. 100 Lacs.
9. Price level of the financial year2024-25 [Cl. 4.5.2]
10. The pre-bid meeting will take place at …………. [Cl. 10.2]
11. The technical Bid will be opened at the office of
the……………………ondt. As per NIT

12. Address of the Employer: 2nd Floor, Office of the


Executive Engineer, Building Department, Sir
Mangalsinhji road, Municipal Corporation Bhavnagar,
Main office building, Bhavnagar 364001
13. Deleted
14. The bid should be submitted latest by As [Cl. 20.1 &
stated on online NIT 20.2]
15. The bid will be opened at As stated on online NIT [Cl. 23.1 ]

16. The Bank Draft in favour of ‘Commissioner Shree,


Bhavnagar Municipal Corporation.
17. Deleted
18. Escalation factors (for the cost of works [Cl.4.5.2]
executed and financial figure to a common base value)
for works completed

40
Year Financial Year Multiplying factor

Base year of inviting tender 2024-2025 1.00

-1 2023-2024 1.10

-2 2022-2023 1.21

-3 2021-2022 1.33

-4 2020-2021 1.46

-5 2019-2020 1.61

41
#LIST OF KEY PLANT & EQUIPMENT TO BE DEPLOYED ON CONTRACT WORK
[Reference CL. 4.5.5]

The contractors shall also give a list of machineries in his possession and which they
propose to use on the work.

Sr. Plant or Nos. Location Age of Make Capacity Approximate Remark


No. Machinery Machinery Value
(maximu
m 15
years)
1 2(a) 2(b) 2(c) 3 4 5 6 7
1 Tipper Trucks

2 Concrete mixer
with integral way
batch facility
3 Needle Vibrator
4 Surface Vibrator
5 Diesel Generator
6 Concrete
Conveying
System and
Trolley
7 Excavator
8 Steel/ Wooden
shuttering
(Scaffolding, props)
9 Concrete breaker
10 Surveying
Equipment (Total
Station & Other)
11 Welding machine

12 Bar Bending and


Cutting machines
13 Goods lift for

14 Water tanker

42
List of Key Personnel to be deployed on Contract Work
(Reference Cl. 4.5.4)

# Employment of a qualified site Engineer by the Contractor.


The Contractor shall employ full-time technically qualified staff during the execution of this
work as under: -
1. Two graduate Civil Engineers and three diploma Civil Engineers when cost of the work
to be executed is more than Rs.50 lakhs.
2. One graduate & two Diploma, Civil Engineers when the cost of the work to be executed
is more than Rs.15 lakhs but less than Rs.50lakhs.
3. Minimum one Diploma Civil Engineer when the cost of work is less than Rs.15 lakhs
but more than Rs.5lakhs.
4. Minimum two Diploma Civil Engineers for the work when the cost of work to be
executed is less than Rs. 5 lakhs. The Engineer so employed for the Government work
must have sufficient experience to handle the work independently. Such an Engineer
shall have to stay at the site of work and he shall not be entrusted with other duty
except thiswork.

Within 15 days of issue of work-order the Contractor will have to furnish to the Deputy
Executive Engineer-in-charge of the work the Name, Qualifications, copy of marksheet,
Colour Photograph and the appointment order issued such engineers engaged for this
contract work. If 15 days after issue of work order such designated Site Engineers do
not resume or do not remain present on site of work, the recovery at the rate of
Rs.15,000-00 per month per Engineer will be made from the bills/deposit/dues of the
contractor. Such recovery shall benon-refundable.

43
SECTION - 2
QUALIFICATION INFORMATION

44
QUALIFICATION INFORMATION

The information to be filled in by the Bidder in the following pages will be used for
the purpose of post qualification as provided for in Clause 4 of the Instruction to Bidders.
This information will not be incorporated in the Contract.

1. For IndividualBidders

1.1 Constitution or legal status of Bidder


(AttachCopy)

Placeofregistration

Principal place ofbusiness

Power of attorney of signatory of Bid

(Attach)

1.2 Total value of Civil engineering constructionsWork


performed in the lastfive/ sevenyears (inRs. Lakhs)

Year Work done value Supporting documents


(in Rs. Lakhs) certified by CA
2019-20
2020-21
2021-22
2022-23
2023-24

1.3.1 Work performed as prime contractor, work performed in the past as a nominated sub-
contractor will also be considered the sub-contract involved execution of all main
items of work described in the bid documents, provided further that all other
qualification criteria are satisfied (in the same name) on works of a similar nature
over the last five years** and in current year before the submission of thebid.

Project Name of Description Contract Value of Date Stipulated Actual date Remark
Name the of work No. contract of period of of explaining
Employer (Rs. issue completion completion* reasons for
Crore) of delay &
work work
order Completed

*Attach certificate(s) from the Engineer(s)in-charge


** Immediately preceding the financial year in which bids are received.
Preferably standard 3-A certificate issued by various government authority/if work is private it should be by employer
and private work should be supported by TDS work order, final bill payment, work order and as instructed in ITB.

45
#1.3.2 Quantities of work executed as prime contractor, work performed, in the past as a
nominated sub-contractor, will also be considered provided the sub-contract
involved execution of all main items of work described in the bid document,
provided, further that all other qualification criteria are called (in the same name and
style) in the last five years** and in current year before the submission of the bid.

Year Name Nameof Quantityofworkperformed(Cum/MT) Remarks*


ofthe the Cement Masonry Earth Bituminous (indicate
work Employer Concrete Works Work contractRef)
(Including
RCC&
PCC)
2023-2024
2022-2023
2021-2022
2020-2021
2019-2020

1.4 Information on Bid Capacity (works for which bids have been submitted and works
which are yet to be completed) as on the date of thisbid.

(A) Existing commitments and on-goingworks:

Name of Place Contract Name & Value Stipulated Value of Anticipated Remarks
Building/ & No. Address Contract Period of Works* of
Hospital State of (Rs. Cr) Completion remaining completion
works Employer to be
completed
(Rs. Cr)
1 2 3 4 5 6 7 8 9

*Attach certificate (s) from the Engineer(s) in-charge


** Immediately preceding the financial year in which bids are received.

1.5 Availability of key items of Contractors Equipment for carrying out the works (Ref.
Clause 4.5.5). The Bidder should list all the information requestedbelow.

Sr. Plant or Nos. Location Age of Make Capacity Approximate Remark


No. Machinery Machinery Value
(maximu
m 15
years)
1 2(a) 2(b) 2(c) 3 4 5 6 7

46
1.6 Qualifications and experience of key personnel required for administration and
execution of the contract. Attach biographical data. Refer also to Sub Clause 9.1 of the
Conditions ofContract.

Bidder should propose the structure and composition of the team dedicated for carrying out the Assignment.
Bidder should list the main disciplines of the assignment, the key personnel responsible, and proposed technical
and support staff. The personnel schedule shall be consistent with the approach and methodology, detailed work
plan, activity schedule.
Sr. No. Of
Position Min Qualification Deployment
No Resources
Key Personal

1.7 Proposed sub-contract and firmsinvolved


Sections of the Value of Sub- Sub-Contractor Experience in
works Contractor (Name& similar work
Address)

Attach copies of certificates on possession of valid license for executing water


supply/ sanitary work/ building electrification works.

47
1.8 Financial reports for the last five years: balance sheets, profit and loss statements,
auditors’ reports (in case of companies/corporations), etc. List them below and
attachcopies.

1.9 Evidence of access to financial resources to meet the qualification requirements:


cash in hand, lines of credit, etc. List them below and attach copieddocuments.

1.10 Name, address, and telephone, mobile number and Email ID of the Bidders bankers
who may provide references if contacted by theEmployer.

1.11 Information on Litigation history in which the Bidder isinvolved.

Other Party Employer Cause of Amount Remarks


(ies) Dispute Involved showing
Present Status

1.12. Statement of compliance under the requirements of Sub Clause 3.2 of the instruction
to Bidders. (Name of Consultant engaged for project preparationsis* ............................ )

1.13 Proposed work method and schedule. The Bidder should attach descriptions,
drawings and charts as necessary to comply with the requirements of the Bidding
documents. (Refer ITB Clause4.1)

1 Key Plan
2 Sectional Elevation
3 Campus Layout
4 Water Supply & Sewage Points
5 Any other

1.14 Programme

2. Deleted
3. AdditionalRequirements
3.1 Bidders should provide any additional i n f o rm a t i o n required to fulfill the
requirements of Clause 4 of the Instructions to the Bidders, ifapplicable.
(i) Affidavit
(ii) Undertaking

* Fill the name ofconsultant

48
SAMPLE FORMAT FOR EVIDENCE OF ACCESS TO OR
AVAILABILITY OF CREDIT FACILITIES

(CLAUSE 4.5.6 OF

ITB)BANK

CERTIFICATE

ThisistocertifythatM/s. is a reputed company


with a good financialstanding.

If the contract forthework,namely is awarded to the


above firm, we shall be able to provide overdraft/credit facilities to the extentof
Rs. to meet their working capital requirements for executing the above
during the contractperiod.Estimated Cost

(Signature)

Name of Bank

Senior Bank Manager

Address of the Bank

49
APPENDIX – A
(Form No. 3 A) (Self attested)
Referred to in Rules No. 1.3.1

DETAILS OF SIMILAR WORK COMPLETED

1. Name of Contractor :
2. Name of Work :
3. Estimated cost of Work put to tender :
4. Revised Estimated Cost :
5. Tender Amount :
6. Date of Starting the Work :
7. Date of completion of the work (As per contract agreement) :
8. Actual date of the Completion of work :
9. Amount of Actual completion of the total project :
A) Electrical Work cost:

10. State whether the details as above given by the contractor are correct if not state as to what is the
correct information :
11. State whether the contractor has executed the work in progress. Satisfactory as per specification if
not give the correct position of the work. :
12. Period rate & amount of compensation if levied. :
13. Period of extension granted if any :
14. Reason for delay in granted if any :
15. Any other remarks :

Particulars of work completed :

Date :
-Authorized Signature-

50
51
ANNEXURE -C
Format: Joint Venture
Referred to in Rules No. 4.6

(1) TheJointVentureAgreementmadeandenteredintoat
dayof (year)by _____ and between_______.

a. FirmA(Namewithaddressoftheregisteredoffice) ………………….
b. FirmB(Name withaddressoftheregisteredoffice) ………………….
(2) Definitions:In this deed the following words and expressions shall have the
meaning setoutbelow.
a. “TheAuthority”shallProject Implementation Unit, Gandhinagar.
b. “TheWorks”shallmean
(Nameofwork)whichismoreparticularlydescribedinthepre-
qualificationandtenderdocumentsissuedthereofbytheAuthority.
c. TheTender“shall”meanthetendertobesubmittedbyJointVenturetotheAuth
orityforthework/works.
d. "The Contract" shall mean the contract entered/to be entered into
between the JointVentureandtheAuthorityfortheworks.

(3) JointVenture(JV)
The Parties hereto declare that they have agreed to form a Joint Venture for the
purpose ofsubmitting the pre-qualification Application/tender document
initially and then tender andif successful for the execution of the works as an
integrated Joint Venture. The parties arenotunderthis agreement entering into
any permanent partnership of Joint Venture totender or undertakeany contract
other than the subject works. Nothing herein containedshall be considered
toconstitute the parties of partners to constitute either Party the
agentoftheother.

(4) Witnesses:WhereasProject Implementation Unit, Gandhinagar /Authority has


invited tenders from intending bidders and the Authority haspermitted a group
of firms (not exceeding three) forming a Joint Venture to eligible to be abidder.
And whereas party of the first part,
partyofthesecondpartand___________________partyof
the third part are desirous to enter into a Joint Venture in the nature of
partnership
engagedinthejointundertakingforthespecificpurposeofexecutionoftheworkofcons
tructing and whereas Partiesof the First,
SecondandThird part reached understanding to submit pre-qualification/tender,
if pre-qualified, and toexecutethecontractifawarded;

Thisagreementwitnessasfollows:

(a) ThepartiesdonotenterintoanagreementofanypermanentpartnershipofJointVentu
retotenderorundertakeanyContractotherthan thespecified above;
(b) ThattheoperationofthisJointVenturefirmconcernsandisconfinedtotheworkof
ofAuthority.
(c) The name of the Joint Venture firm for convenience and continuity shallbe………………
Page 52 of 124
(d) TheAddressofJointVentureforcommunicationshallbeasunder:
…………………………………………
…………………………………………
…………………………………………
(e) The Joint Venture shall jointly submit pre-qualification application on the above
nameaccording to all terms and conditions stated in the relevant instructions
contained in the biddocuments.
(f) That this Joint Venture shall regulate the relations between the parties thereto
and shallincludewithoutbeinglimited to them thefollowingconditions.
(1) firm shall be the lead company in charge of the Joint Venture
for allintentsand purpose.
(2) In case the said work is awarded to the Joint Venture, the partners of the Joint
Venture
willnominateapersonwithdulynotarizedpowerofAttorneyonstamppaper,whowill
represent the Joint Venture with the authority to incur liabilities, receive
instructions andpayments,signandexecutethecontractforanonbehalfoftheJoint
Venture,

(i) All the (Maximum two) parties agree to make financial participation and
to placeat disposal of Joint Venture the benefits of its individual
experience, technicalknowledge skill and shall in all respect bear its share
as regards planning andexecution of the work and responsibilities
including the provision of information,advice and other assistance
required in the Joint Venture and participation shall
beinproportionof,Firm-A…..% and Firm-B…..%
(ii) All rights, interests, liabilities, obligations work experience and risks (and
all netprofits or net losses) arising out of the contract shall be borne by
the parties inproportion to their shares. Each of the parties shall furnish
its proportionate share inany bonds, guarantees, sureties required for the
works as well as its proportionateshare in connection with the works. The
share and participation of the two/threepartners in working capital and
other financial requirements shall be in ratio asmentionedabove.

(5) Internalresponsibilitiesandliabilities

(a) Thedivisionofindividualscopeofworkmaybeworkedoutmutuallybythepartiesbutt
hepartyshall bejointlyandseverallyliabletotheAuthorityforthewholework.
(b) The parties specifically undertake to carry out their separate works in full
compliance withthe contract with the Authority. Each party shall be responsible
jointly and severally forconsequences if any arising out of defective or delayed
execution of works which fallswithin the individual's party's area of
responsibility and/or it has been caused due to
actsand/oromissionoftheconcerned party.
(c) The parties jointly and severally agree to replace modify or repair any defect in
theirrespective portions of works in accordance with the terms and condition of
the ContractwiththeAuthority.
(d) The parties jointly and severally shall indemnify and hold harmless to each other

Page 53 of 124
againstany claim made by the Authority or any other third party for injury,
damage, loss orexpensesisattributedtothebreach/non-
performanceofhisresponsibilitiesbytheindemnifyingpartyinaccordancewiththeag
reementsand/orContractwiththeAuthority.
(e) NoneofpartieshavejoinedinanyotherJointVentureforthesaid works.
(6) ResponsibilitiesandliabilitiesofJointVenturetowardstheAuthority
(a) Parties hereto shall be jointly and severally liable and responsible for the acts,
deeds andthings done or omitted to be done in respect of the execution of the
Contract and for anyfinancialliabilityarising therefrom.
(a) Parties hereto shall be jointly and severally responsible to the Authority for the
executionoftheworks in accordancewiththeContract Conditions;
(c) Parties hereto shall be jointly and severally indemnifying to the Authority against
any claimmade against the Authority or any other third party for any injury,
damage or loss whichmay be attributed to the breach of the obligations under
the Contract pursuant to theContract.

(7) Sitemanagement

(a) The execution of the work on the site will be managed by a Project Manager
appointed bytheJointVentureandwhowillreporttothe
(JV).TheProjectManagershall
beauthorized to represent the Joint Venture on site in respect of matters arising
under theContract.
(b) The (NameoftheJV)shallbejointlyandseverallyliabletothe
AuthorityfortheexecutionoftheContractcommitmentinrespectoftheworksinaccor
dancewith ContractConditions.

(8) TerminationoftheAgreement
Thisagreementshallbeterminatedinthefollowingcircumstances.
(a) TheAuthorityawardsthecontractfortheworktotheotherBidder.
(b) TheAuthoritycancelstheworktoawardthecontract.
(c) OncompletionofthedefectliabilityperiodasstipulatedintheContractAgreementofth
eworksand all theliabilitiesthereofareliquidated.

(9) Nopartnerhasrighttoassignanybenefits,obligationofliabilityundertheagreementto
anythirdpartywithoutpriorwritten consent oftheotherpartneraswellasAuthority.
(10) Financialmatter
(a) BankAccountinthenameoftheJointVenturewillbeopenedwithanyscheduledornational
ized Bank to be operated by an individual signatory as decided mutually by the
JointVenture partners.
(b) AllthepartnersshallberesponsibletomaintainorcausetomaintainproperBooksofaccou
ntsbalancesheetandprofitandlossaccountastothestateofaffairsofthefirmasatthe end
of the financial year and as to the profit and loss made or incurred by the firm for
theyearendedonthatdate,respectivelyshallbepreparedandthesameshallsubjecttoaudi
tbyaChartered Accountant.
(c) None of the party shall be entitled to make any borrowing on behalf of the Joint
Venturewithoutexpresspriorwritten consent ofthe other party.
(d) Bank guaranteefortheapplication/execution of theworkshallbe provided jointly

Page 54 of 124
fromabankacceptabletotheAuthority.
(11) Negotiation: Any negotiation of agreement between the parties hereto and the
Authoritysubsequent to the submission of the tender and prior to award, shall take
place only withconsentof each of theparties who shallberepresentedatthesuch
negotiation by oneormore
representative(s)dulyempoweredtomakesuchnegotiationoragreement.
(12) Legal jurisdiction: All questions relating to validity interpretation of this
agreement shall begovernedbythelawofIndia and
shallbesubjecttojurisdictionofHighCourtatAhmedabad.
(13) Settlement of disputes: Any dispute in interpretation of any condition mentioned
herein shallbe referred to an arbitrator/tribunal by mutual consent of the partners
and such proceedingsshall be governed by Gujarat Public Works contract disputes
tribunal act of 1992 and asamended from time to time. The award of arbitrator shall
be final and binding on the partyhereto.Neithertheobligationofeachparty
heretotheperformanceofcontractnortheexecutionofworkshallstopduringthe course
ofarbitrationproceedingorasaresultthereof.
(14) Insurance
(a) The Joint Venture through the parties individually shall take such insurance in
connection withtheworkinaccordance with
thetenderconditionasacceptabletotheAuthority.
(b) The cost of the insurance premium paid by the Joint Venture shall be borne and paid
by theparties in proportion to therespectiveshares of work. Other insurance taken
individually bythepartiesshallbefullybornebytherespective parties.
(15) No change shall be made this agreement without prior written consent of the
Authority
andotherparty.HowevertheAuthoritydirectsthepartiestomakechangesintheagreeme
ntsoas to fulfil tender conditions the parties discuss with Authority and mutually
agreed suchchangesrequired to bemadeintheagreement.
(16) DefaultandwithdrawalsfromtheJointVenture:incasethateitherpartyfailstoobserv
ethe provision stipulated in this agreement withdrawal from the Joint Venture, Loss
and/orexpensesincurredbyotherpartyduetosuchdefaultand/orwithdrawalsshallbefu
llycompensatedbythepartywho hasdefaulted.
(17) Allmatterrelatingtoorarisingduetothisagreementshallbetreatedasconfidentialandsha
llnot bedisclosedtoanyother party.

Inwitnesswhereofthepartieshavecausedtheirdulyauthorizedrepresentativestosignbelow.

SignedforandonbehalfofFirm-A
Date

Seal & Sign

Witness

SignedforandonbehalfofFirm-B
Date

Seal & Sign

Witness

Page 55 of 124
AFFIDAVIT

1. I, the undersigned, do hereby certify that all the statements made in the required
attachments are true andcorrect.

2. The undersigned also hereby certifies that neither our firmM/s.


_ have not abandoned any work of
Government of Gujarat/Government of India/any Board or Corporation under
Government of Gujarat/Government of India nor any contract awarded to us for
such works have been rescinded, during last five years prior to the date of this
bid.

3. The undersigned hereby authorize(s) and request (s) any bank, person, firm or
corporation to furnish pertinent information deemed necessary and requested by
the Department to verify this statement or regarding any (our) competence and
generalreputation.

4. The Undersigned understands and agrees that further qualifying information


may be requested, and agrees to furnish any such information at the request of
the Department/ Project implementingagency.

(Signed by an Authorized Officer of the Firm)

Title of Officer

Name of Firm

Date

Page 56 of 124
UNDERTAKING

I, the undersigned do hereby undertake that our firm


M/s .............................................................................................................. would invest a minimumcash
up to 25% of the value of the work during implementation of the contract.

_
(Signed by an Authorized officer of thefirm)

Title ofofficer

Name offirm

DATE

Page 57 of 124
SECTION - 3
CONDITIONS OF CONTRACT

Page 58 of 124
Conditions of Contract
Table of Contents

A General Page D. Cost Control


No.
1 Definitions 72 37 Bill of Quantities 83
2 Interpretation 73 38 Changes in the Quantities 83
3 Language and Law 74 39 Variations 83
4 Engineer’s Decisions 74 40 Payments for Variations 83
5 Delegations 74 41 Cash Flow Forecasts 84
6 Communications 74 42 Payment Certificates 85
7 Sub-Contractors 74 43 Payments 85
8 Other Contractors 74 44 Compensations Events 85
9 Personnel 75 45 Tax 86
10 Employer’s & Contractor Risk 75 46 Currencies 86
11 Employers Risks 75 47 Price Adjustment 86
12 Contractor’s Risk 75 48 Retention 86
13 Insurance 75 49 Liquidated damages 87
14 Site Investigations Reports 76 50 Bonus 88
15 Queries about the Contract 76 51 Advance Payment 88
16 Contractors to Construct the 76 52 Securities 89
works
17 The Works to be Completed By 76 53 Deleted 89
the Intended Completion Date
18 Approval by the Engineer 76 54 Cost of Repair 89
19 Safety 76
20 Discoveries 77 E. Finishing the Contract
21 Possession of the Site 77 55 Completion 90
22 Access to the Site 77 56 Taking Over 90
23 Instructions 77 57 Final Account 90
24 Disputes 77 Operating and Maintenance 90
manuals
25 Procedure for Disputes 78
26 Deleted 78 58 Terminations 90
59 Payment upon Terminations 91
B. Time Control 60 Property 92
27 Programme 79 61 Release from Performance 92
28 Extensions of the Intended 79
completion date
29 Deleted 79 F. Special Conditions of
Contract
30 Delays Ordered by The 79 62 Labour 93
Engineer 63 Compliance with labour 93
regulations
31 Management Meetings 80 64 Arbitration 96
32 Early Warning 80
C. Quality Control
33 Identifying Defects 81
34 Tests 82
35 Correction of Defects 82
36 Uncorrected Defects 82

Page 59 of 124
CONDITIONS OF CONTRACT

A. GENERAL
1. Definitions
1.1 Terms which are defined in the Contract Data are not also defined in the Conditions
of Contract but keep their definedmeaning.

Bill of Quantities means the priced and completed Bill of Quantities


forming part of theBid

Compensation Events are those defined in Clause 44 hereunder

The Completion Date is the date of completion of the Works as certified by


the Engineer in accordance with Sub Clause 55.1

The Contract is the contract between the Employer and Contractor to


execute, complete and maintain the Works till the completion of Defects
Liability Period. It consists of the documents listed in Clause 2.3below.

The Contract data defines the documents and other information which
comprise the Contract.

The Contractor is a person or corporate body whose Bid to carry out the
Work has been accepted by the Employer.

The Contractor’s Bid is the completed Bidding document submitted by the


Contractor to the Employer and includes Technical and Financial Bids.

The Contract Price is the price stated in the Letter of Acceptance and
thereafter as adjusted in accordance with the provisions of the Contract.

Days are calendar days: months are calendar months.

The Defects Liability Period is the period named in the Contract Data and
calculated from the Completion Date.

The Employer- BMC


On behalf of the Bhavnagar Municipal Corporation, The Executive Engineer,
Building Department, Municipal Corporation, Bhavnagar is in charge of the works
and one of the persons for contract signing authority.

The Engineer is the person named in the Contract Data (or any other
competent person appointed and notified to the contractor to act in replacement of
the Engineer) who is responsible for supervising the Contractor, administering the
Contract, certifying payments due to the Contractor, issuing and valuing Variations
to the Contract, and valuing the Compensations Events under the control of
Executive Engineer.

Equipment is Contractor’s machinery and vehicles brought temporarily to


the site to construct the Works.

The Initial Contract Price is the Contract Price listed in the Employer’s
Letter ofAcceptance.

Page 60 of 124
The Intended Completion Date is the date on which it is intended that the
Contractor shall complete the Works. The Intended Completion Date is specified in
the Contract Data. The Intended Completion Date may be revised only by the
Engineer by issuing an extension of time.
Materials are all supplies, including consumables, used by the contractor for
incorporation in the works.
Plant is any integral part of the work which is to have mechanical, electrical,
electronic or chemical or biological functions.
The Site is the area defined as such in the Contract Data.
Site Investigation Reports are those which were included in the Bidding
documents and are factual interpretive reports about the surface and subsurface
conditions at the site.
Specifications means the Specifications of the works included in the Contract
and any modification or addition made or approved by the Engineer.

The Start Date is given in the Contract Data or Indicating in Work Order. It is
the date when the Contractor shall commence execution of the works. It does not
necessarily coincide with any of the Site PossessionDates.

A Subcontractor is a person or corporate body who has a Contract with the


Contractor to carry out a part of the work in the Contract which includes work on the
Site.

Temporary Works are works designed, constructed, installed, and removed


by the Contractor which are needed for construction or installation of the Works.

A Variation is an instruction given by the Engineer, which varies the Works.

The Works are what the Contract requires the Contractor to construct, install,
and turn over to the Employer, as defined in the Contract Data.

2. Interpretation

2.1 In interpreting these Conditions of Contract, singular also means plural, male
also means female or neuter and the other way around. Heading have no
significance. Words have their normal meaning under the language of the
Contract unless specifically defined. The Engineer will provide instructions
clarifying queries about Conditions ofContract.

2.2 If sectional completion is specified in the Contract Data, references in the


Conditions of Contract to the Works, the Completion date, and Intended
Completion Date apply to any Section of the Works (other than references to
the Completion Date and Intended Completion date for the wholeworks)

2.3 The documents forming the Contract shall be interpreted in the following
order ofpriority

(1) Agreement
(2) Letter of Acceptance, notice to proceed withworks
(3) Contractor’sBid

Page 61 of 124
(4) ContractData
(5) Conditions of Contract including Conditions ofContract
(6) Specifications
(7) Drawings
(8) Bills of quantitiesand
(9) Any other document listed in the Contract Data as forming part of the
Contract.

3. Language andLaw

3.1 The language of the Contract and the law governing the Contract are stated in
the ContractData.

4. EngineersDecisions

4.1 Except where otherwise specifically stated, the Engineer will decide contractual
matters between the Employer and the Contractor in the role representing
theEmployer.

5. Delegation

5.1 The Engineer may delegate any of his duties and responsibilities to other people
after notifying the Contractor and may cancel any delegation after notifying
theContractor.

6. Communications

6.1 Communications between parties which are referred to in the conditions are
effective only when in writing. A notice shall be effective only when it is
delivered (in terms of Indian Contract Act).

7. Sub-Contracting

7.1 The Contractor may subcontract any portion of work, up to a limit specified in
contract data, with the approval of the engineer but may not assign the
Contract without the approval of the Employer in writing. Subcontracting
shall not alter the Contractor’s obligations. Sub-contracting of supply or
specific items of work is notallowed.

7.2 The sub-contractor must be registered in appropriate class and category for
the part of work to besubcontracted.

8. OtherContractors
8.1 The Contractor shall cooperate and share the Site with other contractors,
public authorities, utilities and the Employer between the dates given in the
Schedule of other Contractor. The Contractors shall as refer to in the Contract
Data, also provide facilities and services for them as described in the
Schedule. The employer may modify the schedule of other contractors and
shall notify the contractor of any suchmodifications.

Page 62 of 124
9. Personnel
9.1 The Contractor shall employ the key personnel named in the Schedule of Key
Personnel as referred to in the Contract Data to carry out the functions stated
in the Schedule or other personnel approved by the Engineer. The Engineer
will approve any proposed replacement of key personnel only if their
qualifications, abilities, and relevant experience are substantially equal to or
better than those of the personnel listed in theSchedule.
9.2 If the engineer asks the Contractor to remove a person who is a member of
the Contractor Staff or his work force stating the reasons the Contractor shall
ensure that the person leaves the Site within seven days and has no further
connection with the work in theContract.

10. Employer’s and ContractorsRisks

10.1 The Employer carries the risk which these Contract states are Employer’s
risks, and the Contractor carries the risks which these Contracts states are
Contractorsrisk.
11. Employer’sRisks

11.1 The employer is responsible for the excepted risks which are (a) in so far as
they directly affect the execution of the Works, the risks of war, hostilities,
invasion, act of foreign enemies, rebellion, revolution, insurrection or military
or usurped power, civil war, riot commotion or disorder (unless restricted to
the Contractor’s employees), and contamination from any nuclear fuel or
nuclear waste or radioactive toxicexplosive.

12. Contractor’sRisks
12.1 All risks of loss of or damages to physical property and of personal injury and
death which arise during and in consequence of the performance of the
Contract other than the excepted risks are the responsibility of the
Contractor.

13. Insurance

13.1 The Contractor shall provide, in the joint names of the Employer and the
Contractor, insurance cover from the Start date to the end of the Defects
Liability Period, in the amounts and deductibles stated in the Contract data
for the following events which are due to the Contractor’srisks:

(a) Loss of or damage to the works, Plant andmaterials,

(b) Loss of or damage toEquipment


(c) Loss of or damages of property (expect the Works, Plant, Materials and
Equipment) in connection with the Contract;and
(d) Personal injury ordeath.
13.2 Policies and certificates for insurance shall be delivered by the Contractor to
the Engineer for the Engineer’s approval before the Start Date. All such
insurance shall provide for compensation to be payable in the types and
proportions of currencies required to rectify the loss or damageincurred.

Page 63 of 124
13.3 If the Contractor does not provide any of the policies and certificates
required, the Employer may affect the insurance which the Contractor should
have provided and recover the premiums the Employer has paid from
payments otherwise due to the Contractor or, if no payment is due, the
payment of the premiums shall be a debtdue.
13.4 Alterations to the terms of an insurance shall not be made without the
approval of theEngineer.

13.5 Both parties shall comply with any conditions of the insurancepolicies.

14. Site InvestigationReport


14.1 The Contractor in preparing the Bid shall rely on any site Investigation
reports referred to in the Contract Data, supplemented by any information
available to theBidder.
15. Queries about the Contractdata

15.1 The engineer will clarify queries on the ContractData

16. Contractor to Construct theWorks

16.1 The Contractor shall construct and install the works in accordance with the
specification and Drawings.

17. The Works to be completed by the Intended CompletionDate


17.1 The Contractor may commence execution of the Works on the Start Date and
shall carry out the Works in accordance with the programme submitted by
the Contractor, as updated with the approval of the Engineer, and complete
them by the Intended Completiondate

18. Approval by theEngineer

18.1 The Contractor shall submit Specifications and Drawings showing the
proposed Temporary works to the Engineer, who is to approve them if they
comply with the Specifications anddrawings.

18.2 The Contractor shall be responsible for design of temporaryworks.

18.3 The Engineer’s approval shall not alter the contractor responsibility for
design of the Temporaryworks.

18.4 The Contractor shall obtain approval of third parties to the design of the
Temporary works where required.
18.5 All Drawings prepared by the Contractors for the execution of the temporary
or permanent work are subject to prior approval by the Engineer before their
use.

19. Safety
19.1 The Contractor shall be responsible for the safety of all activities on theSite.

Page 64 of 124
20. Discoveries
20.1 Anything of historical or other interest or of significant value unexpectedly
discovered on the site is the property of the Employer. The contractor is to
notify the engineer of such discoveries and carry out the Engineer’s
instructions for dealing withthem.
21. Possession of theSite
21.1 The Employer shall give possession of all parts of the site to the Contractor. If
possession of a part is not given by the date stated in the Contract Data the
Employer is deemed to have delayed the start of the relevant activities and
this will be a CompensationEvent.
21.2 If within 25% of the time limit of the project, 80% of possession of the site is
not handed over to the Contractor, then contractor/ Employer may fore-close
the contract. Contractor/Employer has to foreclose the work within as
decided by Employer. after lapse of 25%-time limit and after 30 days
foreclosure option will be closed.

22. Access to theSite


22.1 The Contractor shall allow the Engineer and any person authorized by the
Engineer access to the Site, to any place where work in connection with the
Contract is being carried out or is intended to be carried out and to any place
where materials or plants are being manufactured/ fabricated/ assembled for
the works.

23. Instructions

23.1 The Contractor shall carry out all instructions of the Engineer pertaining to
works which comply with the applicable laws where the site islocated.
23.2 The Contractor shall permit the Employer to inspect the Contractor’s accounts
and records relating to the performance of the Contractor and to have them
audited by auditors appointed by the Employer, if so required by
theEmployer.

24. Disputes
24.1 If the Contractor is of the view that a decision taken by the Engineer was
either outside the authority given to the Engineer by the Contract or that the
decision was wrongly taken, the decision shall be referred to #Executive
EngineerHigherAuthoritywithin30 days of the notification of the Engineer's
decision. If the issue is not resolved, any party can refer the matter for
conciliation within 30 days from the decision given by the #Executive
EngineerHigher Authority

24.2
(a) For any of the parties is not satisfied with the decision of the # Executive
Engineer, both the parties have to refer to the OSD or DMC or Municipal
Commissioner Chief Engineer concern for the conciliationprocess.

(b) For the work more than Rs.250 Cr., if any of the parties is not satisfied
with the decision of the #Chief Engineer, both the parties have to refer to
the #Secretary, Roads & Building Department, Government of Gujarat
for the conciliationprocess.

Page 65 of 124
If the dispute is not resolved through the conciliation process, he may refer
the dispute to Competent Authority of BMC .
If the dispute is not resolved by the Employer, he may refer to Gujarat Public
Works Contract Dispute Arbitration Tribunal. If the Contractor fails to refer a
claim / dispute to the Higher Authority within 14 days of the notification of
the Engineer's decision, the Contractor shall not be entitled to any additional
payment/claim if he doesn’t follow the above sequence in stipulated time and
he should not stop thework.
25. Procedure forDisputers

25.1 The arbitration shall be conducted in accordance with the arbitration


procedure stated in the Special Conditions ofContract.

26. Deleted

Page 66 of 124
B. TIMECONTROL
27. Programme

27.1 Within the time stated in the Contract Data the Contractor shall submit to the
Engineer for approval a Programme showing the general methods,
arrangements orders, and timing for all the activities in the works along with
monthly cash flowforecast.

27.2 An update of the Programme shall be a programme showing the actual


progress achieved on each activity and the effect of the progress achieved on
the timing of the remaining work including any changes to the sequence of
theactivities.

27.3 The Contractor shall submit to the Engineer, for approval an updated
programme at intervals no longer than the period stated in the Contract data.
If the Contractor does not submit an updated programme within this period,
the Engineer may withhold the amount stated in the Contract data from the
next payment after the date on which the overdue programme has been
submitted.

27.4 The Engineer’s approval of the programme shall not alter the Contractor’s
obligations. The Contractor may revise the programme and submit it to the
Engineer again at any time. A revised programme is to show the effect of
Variations and Compensationsevents.

28. Extension of the Intended CompletionDate

28.1 The Engineer shall extend the Intended Completion Date if a compensation
Event occurs or a Variation is issued which makes it impossible for
completion to be achieved by the Intended Completion Date without the
Contractor taking steps to accelerate the remaining work and which would
cause the Contractor to incur additionalcost.

28.2 The Engineer shall decide whether and by how much to extend the Intended
Completion Date within 35 days of the Contractor asking the Engineer for a
decision upon the effect of a compensation event or Variation and submitting
full supporting information. If the Contractor has failed to give early warning
of a delay or has failed to cooperate in dealing with a delay, the delay by this
failure shall not be considered in assessing the new Intended Completion
Date.

28.3 The Engineer shall within 14 days of receiving full justification from the
contractor for extension of Intended Completion Date refer to the Employer
his decision. The employer shall in not more than 21 days communicate to the
engineer the acceptance or otherwise of the Engineer’s decision. If the
employer fails to give his acceptance, the Engineer shall not grant the
extension and the contractor may refer the matter under Clause24.1

29. Deleted

Page 67 of 124
30. Delays Ordered by theEngineer
30.1 The Engineer may instruct the Contractor to delay the start or progress of any
activity within the works.
31. Management Meetings
31.1 Either the Engineer or the Contractor may require the other to attend a
management meeting. The business of a management meeting shall be to
review the plans for remaining work and to deal with matters raised in
accordance with the early warningprocedure.

31.2 The Engineer shall record the business of management meetings and is to
provide copies of his record to those attending the meeting and to the
Employer. The responsibility of the parties for actions to be taken is to be
decided by the Engineer either at the management meeting or after the
management meeting and stated in writing to all who attended themeeting.

32. EarlyWarning

32.1 The Contractor is to warn the Engineer at the earliest opportunity of specific
likely future events or circumstances that may adversely affect the quality of
the work, increase the Contract price or delay the execution of works. The
Engineer may require the contractor to provide an estimate of the expected
effect of the future event or circumstance on the contract price and
completion date. The estimate is to be provided by the Contractor as soon as
reasonablypossible.

32.2 The Contractor shall cooperate with the Engineer in making and considering
proposals for how the effect of such an event or circumstance can be avoided
or reduced by anyone involved in the work and in carrying out any resulting
instruction of theEngineer.

Page 68 of 124
C. QUALITYCONTROL

#33. Identifying Defects/ Defect liabilityperiod

33.1 : Defect liability period: The contractor shall be responsible to make good and
remedy at his own expense any defect which may develop or may be noticed
before the period mentioned hereunder from the certified date of completion.
The Engineer in charge shall give the contractor a notice in writing about the
defects and the contractor shall make good the same within 15 days of receipt
of the notice. In the case of failure on the part of the contractor, the Engineer-
in-charge may rectify or remove or re-execute the work at the risk & cost of
the contractor. The Engineer-in-charge shall be entitled to appropriate the
whole or any part of the amount of security deposit towards the expenses, if
any, Incurred by him in rectification, removal or re-execution. The Defects
Liability period shall be asunder….
(a) For all works costing up to Rs. 50,000 (amount put to tender), the period shall
be 3 Months from the certified date ofcompletion.
(b) For all works costing more than Rs. 50,000 and up to Rs. 1 crore (amount put
tender), the period shall be 12 (Twelve) months from the certified date of
completion or one monsoon, whichever islater.
(c) For major projects costing more than Rs. 1 crore, the period shall be 36
Months from the certified date of completion which should include three
monsoons.
(d) For original building works the defect liability period will be 4 years or elapse
of 4 monsoon period following date of possession of building taken over by
user agency following the certified date of completion, whichever islater.
For the purpose of deciding the monsoon period, the 30th September shall be
treated as the last date.

33.2 Free maintenance guarantee period for works of buildingand allied system
construction.
(a) Deleted

(b) Deleted

(c) Building and allied system of MGPS, MOT, CSSD, Lift, Electrification, ELV,
Water Supply System, Drainage System, HVAC contractor shall maintain in
operational condition by repairing, replacing, renovating of any
component of building or allied system above as per mention period Cl.33
(D) also contractor shall deploy the qualified manpower for the operation
of the system as per requirement

Page 69 of 124
However, this amount shall be released against fixed deposit or bank
guarantee pledged in the name of Executive Engineer after completion
certificate of work is issued.

(1) Deleted
(2) Deleted
(3) Deleted

(4) Deleted

further that such interruption and diversion shall be undertaken by the


Contractor only with the prior written approval of the Executive Engineer
which approval shall not be unreasonably withheld. For the avoidance of
doubt, it is agreed that the Contractor shall at all times be responsible for
ensuring safe operation of the road.
33.3 The Engineer shall check the Contractor’s work and notify the Contractor of
any defects that are found. Such checking shall not affect the Contractor’s
responsibilities the Engineer may instruct the Contractor to search for a
Defect and to uncover and test any work that the Engineer considers may
have aDefect.
34. Tests

34.1 If the engineer instructs the Contractor to carry out a test not specified in the
Specification to check whether any work has a Defect and the test shows that
it does, the Contractor shall pay for the test and any samples. If there is no
defect the test shall be a CompensationEvent.

34.2 #1% of the amount of work done should be deducted from R.A. Bill of the
contractor for testing the quality of material workmanship, irrespective of
actualcharges. We may allow testing certificates of GERI or Government
approved Lab by R&B Department/ BMC

34.3 Agency has to establish testing laboratory on site for the various test to be
carried out in the work for this purpose agency shall construct a pukka
laboratory building with all facility on site at location specified by the
engineer incharge. Penalty as per R&B Circular no._________ Dt._________.

35. Correction ofdefects

35.1 The engineer shall give notice to the Contractor of any defects before the end
of the defects Liability Period, which begins at Completion and is defined in
the contract data. The Defects Liability Period shall be extended for as long as
Defects remain to becorrected.
35.2 Every time notice of a Defect is given, the Contractor shall correct the notified
defect within the length of time specified by the Engineer’snotice.
36. UncorrectedDefects
36.1 If the Contractor has not corrected a defect within the time specified in the
Engineer’s notice, the Engineer will assess the cost of having the Defect
corrected, and the Contractor will pay thisamount.
Page 70 of 124
D. COST CONTROL

37. Bill ofQuantities

37.1 The bill of Quantities shall contain items for the constructions, installation,
testing and commissioning work to be done by theContractor.

37.2 The bill of Quantities is used to calculate the Contract price. The Contractor is
paid for the quantity of the work done at the rate in the Bill of Quantities for
eachitem.

38. Change in theQuantities

38.1 The Engineer shall have power to make any alterations in or addition to the
original specifications , drawings, designs and instructions that may appear to
him to be necessary or advisable during the progress of the work and the
contractor shall be bound to carry out the work in accordance with any
instruction in this connection which may be given to him in writing signed by
the Engineer and such alteration shall not invalidate the contract and any
additional work which the contractor may be directed to do in the manner
above specified as part of the work shall be carried out by the contractor on
the same conditions in all respects on which he agreed to do the main work
and at the same rate as are specified in the tender for the mainwork.

Except that when the quantity of any item exceeds the quantity as in the
tender by more than 130%, the contractor will be paid for the quantity in
excess of 130%, at the rate entered in the SOR of the year during which the
excess in quantity is first executed.

39. Variations

39.1 All Variations shall be included in updated programmes produced by the


Contractor.

40. Payments forVariations

40.1 If the additional or altered work includes any class of work for which no rate
is specified in this contract, then such class of work shall be carried out as
under.

(i) At the rate derived from the item within the contract which is comparable to
the one involving additional or altered class of work; where there are more
than one comparable items, the item of the contract which is nearest in
comparison with regard to class or classes of the work involved shall be
selected and the decision of the Executive Engineeras to the nearest
comparable item shall be final and binding on thecontractor.

(ii) If the rate cannot be derived in accordance with (i) above, such class of works
shall be carried out at the rate entered in the Schedule of Rates of thedivision
Page 71 of 124
for the year in which the tender was received, increased or decreased by the
percentage by which the tender amount is more or less as compared to the
amount arrived at the rates in the “Schedule of Rates” of the Division in the
year in which the tender was received. If the Schedule of rates of the Division
does not contain all the items, the percentage increase or decrease of the
tender shall be calculated considering such items which were included in the
“Scheduled Rates” of the division for the year and for materials consumed on
such item the rate to be charged would be the basic rate taken into account
for fixing the rate in S.O.R. referred toabove.

(iii) If it is not possible to arrive at the rate from (i) and (ii) above, such class of
work shall be carried out at the rate decided by the competent authorities on
the basis of detailed rate analysis after hearing the contractor before a
Committee of two Executive Engineerstationed at the same place or the
nearestplace.

40.2 If the additional or altered work, for which no rate is entered in the “Schedule
of Rates” of the Division is ordered to be carried out before the rate is agreed
upon, then the contractor shall within seven days of the date of receipt by him
of the order to carry out the work, inform the Engineer-in-charge of the rate,
which it is his intention to charge for such class of work and if the Engineer in
charge does not agree to this rates, he shall by notice in writing be at liberty
to cancel his order to carry out such class of work and arrange to carry it out
in such manner as he may consider it advisable, provided always that if the
contractor shall commence work or incur any expenditure in regard thereof
before the rates shall have been determined as lastly herein before
mentioned, then in such cases he shall only be entitled to be paid in respect of
the work carried out or expenditure incurred by him prior to the date of the
determination of the rate as aforesaid according to such rate or rates as shall
be fixed by the Engineer-in-charge. In the event of the dispute, the decision of
the Municipal Commissioner (BMC) shall befinal.
Where, however, the work is to be executed according to the designs,
drawings and specifications recommended by the contractor and accepted by
the competent authority, the alternation above referred to shall be within the
scope of such designs, drawings and specifications appended to the tenders.
The time limit for the completion of the work shall be extended in the
proportion that the increase in the cost occasioned by alterations bears to the
cost of the original work and the certificate of the Engineer-in-charge as to
such proportion shall be final and conclusive.

41. Cash FlowForecasts

41.1 When the programme is updated, the contractor is to provide the engineer
with an updated cash flowforecast.

Page 72 of 124
42. Payment certificates.

42.1 The Contractor shall submit to the Engineer monthly statements of the
estimated value of the work completed less the cumulative amount certified
previously.

42.2 The Engineer shall check the Contractor’s monthly statement within 14 days
and certify the amount to be paid to the Contractor after taking in to account
any credit or debit for the month in question in respect of materials for the
worksintherelevantamountsandunderconditionssetforthinsub-clause
32.3 of the Contract Data (secured Advance).

42.3 The value of work executed shall be determined by theEngineer.

42.4 The value of work executed shall comprise the value of the quantities of the
items in the Bill of Quantitiescompleted.
42.5 The value of work executed shall include the valuation of variations and
compensationevents.
42.6 The Engineer may exclude any item certified in a previous certificate or
reduce the proportion of any item previously certified in any certificate in the
light of laterinformation

43. Payments

43.1 Payments shall be adjusted for deductions for advance payments, retention,
other recoveries in terms of the contract and taxes at source, as applicable
under the law. The Employer shall pay the Contractor the amounts certified
by the Engineer within 28 days of the date of eachcertificate.
43.2 Payment of GST (prevailing rates) on the amount payable under the contract
to the Contractor will be made by the Employer.
Hence, it is the responsibility of the contractor to pay the GST to the
concernedAuthority of Government.We should decide policy for estimate base
on R&B SOR other than 2023-24 and other RA items and electrical items.
43.3 Items of the works for which no rate or price has been entered in will not be
paid by the Employer and shall be deemed covered by other rates and prices
in theContract.

44. Compensationevents

44.1 The following are compensation Events unless they are caused by the
Contractor:
(a) The Employer does not give access to a part of the Site by the site
Possession date stated in Contract data to theContractor

44.2 In case of compensation event occurs and it prevents the work being
completed beyond the Intended Completion Date then Authority will approve
Extension of Time with eligible contractual priceescalation.

Page 73 of 124
45. Tax

45.1 The rates quoted by the Contractor must be inclusive of all taxes prevailing on
due date of bid submission except GST. However, any subsequent changes in
the tax structure by Government after due date of bid submission will be
compensated (+/-) on availability or submission of actual documentation.
Contractor will have to intimate Engineer regarding changes occurred in the
tax structure after bid submission. If the contractor fails to provide such
information and if any financial obligation may arise due to change in tax
structure, same will be recovered from thecontractor.

45.2 GST will be paid separately on the bills. Hence, it is the responsibility of the
contractor to pay the GST to the concernedAuthority.Ref. 43.2

46. Currencies.
46.1 All payment shall be made in IndianRupees.

47. PriceAdjustment

47.1 Contract price shall be adjusted for increase or decrease in rates and price of
labour, materials, fuels and lubricants in accordance with the following
principles and procedures and as per formula given in the contractdata:

(a) The price adjustment shall apply for the work done from the start date
given in the contract data up to end of the initial intended completion date
or extensions granted by the Engineer and shall not apply to the work
carried out beyond the stipulated time for reasons attributable to the
contractor.
(b) The price adjustment shall be determined during each month from the
formula given in the contractdata.
(c) Following expressions and meanings during to the work done during each
month
R = Total value of work done during the month. It would include the
amount of secured advance granted, if any, during the month less the
amount of secured advance recovered, if any during the month. It will
exclude value for works executed under variations for which price
adjustment will be worked separately based on the terms mutually
agreed.

47.2 To the extent that full compensation for any rise or fall in costs to the
contractor is not covered by the provisions of this or other clause in the
contract, the unit rates and prices included in the contract shall be deemed to
include amounts to cover the contingency of such other rise or fall incosts.

48. Retention

48.1 The Employer shall retain from each payment due to Contractor the
proportion stated in the Contract Data until Completion of the whole of the
Works.
Page 74 of 124
48.2 On Completion of the whole of the Works half the total amount retained is
repaid to the Contractor and half when the Defects Liability Period has passed
and the Engineer has certified that all Defects notified by the Engineer to the
Contractor before the end of this period have beencorrected.

48.3 On completion of the whole works, the contractor may substitute retention
money with an “on demand” Bankguarantee.

In case, Contractor requests for refund of the Retention Money


deducted by the Employer under the provision of this clause, Employer shall
consider the said request of the Contractor provided that the refund
hereunder shall be made in tranches of not less than 1% (One Percent) of the
Contract Price and Contractor furnishes an irrevocable and unconditional
Bank guarantee for an equal amount substantially in the format of Bank
Guarantee for Performance Guarantee enclosed with SBD and valid up to 60
day beyond the scheduled / extended Defects Liability Period. On completion
of the whole works, the contractor has however an option to submit a fresh
irrevocable and unconditional Bank Guarantee for an amount equal to 5% of
the total value of work executed substantially in the format of Bank Guarantee
for Performance Guarantee enclosed with SBD and valid up to 60 days beyond
the Defect Liability Period and yet refund the Retention Money Bank
Guarantee submitted for refund of Retention Money.

49. LiquidatedDamages

49.1 The Contractor shall pay liquidated damages to the Employer at the rate per
day stated in the Contract Data for each day that the Completion Date is later
than the Intended Completion Date (for the whole works or the milestone as
stated in the contract data). The total amount of liquidated damages shall not
exceed the amount defined in the Contract Data. The Employer may deduct
liquidated damages from payment due to the Contractor. Payment of
liquidated damages does not affect the Contractor’sliabilities.

49.2 If the Intended Completion Date is extended after liquidated damages have
been paid, the Engineer shall correct any overpayment of liquidated damages
by the Contractor by adjusting the next payment certificate. The Contractor
shall not be entitled for any interest on the over payment calculated from the
date of payment to the date ofrepayment.

49.3 If the contractor fails to comply with the time for completion as stipulated in
the tender, then the contractor shall pay to the employer the relevant sum
stated in the Contract Data as Liquidated damages for such default and not as
penalty for everyday or part of day which shall elapse between relevant time
for completion and the date stated in the taking over certificate of the whole
of the works on the relevant section, subject to the limit stated in the contract
data.
The employer may, without prejudice to any other method of recovery
deduct the amount of such damages from any monies due or to become due to
the contractor. The payment or deduction of such damages shall not relieve
Page 75 of 124
the contractor from his obligation to complete the works on from any other of
his obligations and liabilities under the contract.

49.4 If, before the Time for Completion of the whole of the Works or, if applicable
any Section, a Taking Over Certificate has been issued for any part of the
Works or of a Section, the liquidated damages for delay in completion of the
remainder of the Works or of that Section shall, for any period of delay after
the date stated in such Taking-Over-Certificate, and in the absence of
alternative provisions in the Contract, be reduced in the proportion which the
value of the part so certified bears to the value of the whole of the Works or
Section, as applicable. The provisions of this Sub-clause shall only apply to the
rate of liquidated damages and shall not affect the limitthereof.

50 Bonus

50.1 If the contractor achieves completion of the whole of the works prior to the
intended Completion Date prescribed in Contract Data the Employer shall pay
to the contractor a sum stated in Contract Data as bonus for every completed
month but subjected to maximum amount as stated in Contract Data;
which shall elapse between the date of completion of all items of works as
stipulated in the contract, including variations ordered by the Engineer and
the time prescribed in Clause17.

50.2 Bonus shall be paid only to works amounting to above INR 5 crore with time
limit of the works is equal or more than 6 months. The bonus would be paid
asunder

% of Time Saved % of Initial Contract Price


entitled for Bonus
50 % 5%
40 % 4%
30 % 3%
20 % 2%
10 % 1%
Less than 10% 0%

51. AdvancePayment.

51.1 The Employer shall make advance payment (not to be paid less than two
installments except in special circumstances for which the reason to be
Recorded in writing) to the Contractor of the amounts stated in the Contract
Date by the date stated in the Contract Date, against provision by the
Contactor of an Unconditional Bank Guarantee in a form and by a bank
acceptable to the Employer in amounts and currencies equal to be at least
110%oftheadvancepayment.Theguaranteeshallremaineffectiveuntilthe

Page 76 of 124
advance payment has been repaid, but the amount of the guarantee shall be
progressively reduced by the amounts repaid by the Contractor. The
Mobilization advance would be deemed as interest bearing advance at an
interest rate of 10 % to be compounded, quarterly.

51.2 The Contractor is to use the advance payment only to pay for Equipment,
plant and Mobilization expenses required specifically for execution of the
Works. The Contractor shall demonstrate that advance payment has been
used in this way by supplying copies of invoices or other documents to the
engineer.

51.3 The advance payment shall be repaid by deduction proportionate amount


from payments otherwise due to the Contractor, following the schedule of
completed percentages of the Works on a payment basis. No account shall be
taken of the advance payment or its repayment in assessing valuations of
work done, variations, price adjustments, Compensation Events,
orLiquidateddamages.

51.4 Deleted

52. Securities

52.1 The performance Security (including additional security for unbalanced bids)
shall be provided to the Employer no later than the date specified in the
Letter of Acceptance and shall be issued in an amount and form and by a bank
or surety acceptable to the Employer, and denominated in Indian Rupees. The
performance Security shall be valid until a date 60 days from the date of
expiry of Defects Liability Period and the additional security for unbalanced
bids shall be valid until a date 28 days from the date of issue of the certificate
ofcompletion.

53. Deleted

54. Cost of Repairs.

54.1 Loss or damage to the Works or Materials to be incorporated in the Works


between the Start date and the end of Defects Correction periods shall be
remedied by the Contractor at the Contractor’s cost if the loss or damages
arises from the Contractor’s acts oromissions.

Page 77 of 124
E. FINISHING THECONTRACT

55. Completion

55.1 The Contractor shall request the Engineer to issue a Certificate of Completion
of the works and the Engineer will do so upon deciding that the work is
completed.

56. TakingOver

56.1 The Employer shall take over the Site and the Works within seven days of the
Engineer issuing a certificate ofCompletion.

57. FinalAccount

57.1 The Contractor shall supply to the Engineer a detailed final account of the
total amount that the Contractor considers payable as full and final settlement
of all claims under the Contract for items before the end of the Defects
Liability Period. The Engineer shall issue a Defect Liability Certificate and
certify any final payment that is due to the Contractor within 56 days of
receiving the Contractor's account if it is correct and complete. If it is not, the
Engineer shall issue within 56 days a schedule that states the scope of the
corrections or additions that are necessary. If the Final Account is still
unsatisfactory after it has been resubmitted, the Engineer shall decide on the
amount payable to the Contractor and issue a payment certificate, within 56
days of receiving the Contractor’s revisedaccount.
57.2 If reversal in characteristic of tender (L1 becoming L2) on account of excesses
and savings in final account is observed, the Engineer/Employer shall be at
liberty to restrict the final payment of BOQ items to the lowest amount
evaluated of the bids considering the final quantities and the rates quoted
including the rebates if any. Payment of variation items shall however be
made at the rates approved by the Employer, within 90 days from the
physical completion ofwork.(Applicable for item rate tender only)

Operating and MaintenanceManuals

57.3 If “as built” drawings and/or operating and maintenance manuals are
required, the Contractor shall supply them by the dates stated in the Contract
data.

57.4 If the Contractor does not supply the Drawings and/or manuals by the dates
stated in the Contract data, or they do not receive the Engineer’s approval, the
Engineer shall withhold the amount stated in the Contract Data from
payments due to theContractor.

58. Termination
58.1 The Employer or the Contractor may terminate the Contract if the other party
causes a fundamental breach of theContract.
Page 78 of 124
58.2 Fundamental breaches of Contract include, but shall not be limited to the
following:

1. The contractor stops work for 28 days when no stoppage of work is


shown on the current programme and the stoppage has not been
authorized by theEngineer

2. The Engineer instructs the Contractor to delay the progress of the Works
and the instructions is not withdrawn within 28days;

3. The Employer or the Contractor is made bankrupt or goes into liquidation


other than for a reconstructions oramalgamation

4. A payment certified by the Engineer is not paid by the Employer to the


Contractor within 56 days of the date of the Engineer’scertificate

5. The Engineer gives Notice that failure to correct a particular Defect is a


fundamental breach of Contract and the Contractor fails to correct it
within a reasonable period of time determined by theEngineer;

6. The Contractor does not maintain a security which isrequired;

7. The Contractor has delayed the completion of works by the number of


days for which the maximum amount of liquidated damages can be paid as
defined in the Contract data;and

8. If the Contractor, in the judgment of the Employer has engaged in corrupt


or fraudulent practices in competing for or in executing theContract.

For the purpose of this paragraph: “corrupt practice” means the


offering, giving, receiving or soliciting of anything of value to influence the
action of a public official in the procurement process or in contract execution.
“Fraudulent practice” means a misrepresentation of facts in order to influence
a procurement process or the execution of a contract to the detriment of the
borrower, and includes collusive practice among Bidders (prior to or after bid
submission) designed to establish bid prices at artificial non-competitive
levels and to deprive the Borrower of the benefits of free and open
competition.

58.3 When either party to the Contract gives notice of a breach of contract to the
Engineer for a cause other than those listed under Sub Clause 59.2 above, the
Engineer shall decide whether the breach is fundamental ornot.

58.4 Notwithstanding the above, the employer may terminate the Contract for
convenience.

59. Payment uponTermination

59.1 If the Contract is terminated because of a fundamental breach of Contract by


the Contractor, the Engineer shall issue a Certificate for the value of the work
donelessadvancepaymentsreceiveduptothedateoftheissueofthe
Page 79 of 124
certificate, less other recoveries due in terms of the contract, less taxes due to
deducted at source as per applicable law and less the percentage to apply to
the work not completed as indicated in the Contract data. Additional
Liquidated Damages shall not apply. If the total amount due to the Employer
exceeds any payment due to the Contractor the difference shall be a debt
payable to the Employer.
59.2 If the Contract is terminated at the Employer’s convenience or because of a
fundamental breach of Contract by the Employer, the Engineer shall issue a
certificate for the value of the work done, the cost of balance material brought
by the contractor and available at site, the reasonable cost of removal of
equipment, repatriation of the Contractor’s personnel employed solely on the
works, and the Contractor’s cost of protecting and securing the Works and
less advance payment received up to the date of the certificate, less other
recoveries due in terms of the contract and less taxes due to deducted at
source as per applicablelaw.

60. Property

60.1 All materials on the Site, Plant Equipments, Temporary Works and Works are
deemed to be property of the Employer, if the Contract is terminated because
of a Contractor’sdefault.

61. Release fromPerformance

61.1 If the Contract is frustrated by the outbreak of war of by any other event
entirely outside the control of either the Employer or the Contractor the
Engineer shall certify that the Contract has been frustrated. The Contractor
shall make the Site safe and stop work as quickly as possible after receiving
this certificate and shall be paid for all work carried out before receiving it
and for any work carried out afterwards to which commitment wasmade.

Page 80 of 124
F. SPECIAL CONDITIONS OFCONTRACT

62. LABOUR

The Contractor shall, unless otherwise provided in the Contract, make


his own arrangements for the engagement of all staff and labour, local or
other, and for their payment of housing, feeding and transport.

The Contractor shall, if required by the Engineer, deliver to the


Engineer a return in detail, in such form and at such intervals as the Engineer
may prescribe, showing the staff and the numbers of the several classes of
labour from time to time employed by the Contractor on the site and such
other information as the Engineer may require.

63. COMPLIANCE WITH LABOURREGULATIONS

During continuance of the contact, the Contractor and his sub-


contractor shall abide at all times by all existing labour enactments and rules
made thereunder, regulations, notification and bye laws of the State or central
Government or local authority and any other labour law (including rules),
regulations, bye laws that may be passed or notifications that may be issued
under any labour law in future either by the State or the Central Government
or the local authority. Salient features of some of the major labour laws that
are applicable to the construction industry are given below. The Contractor
shall keep the Employer indemnified in case any action is taken against the
Employer by the competent authority on account of contravention of any of
the provisions of any Act or rules made thereunder, regulations or
notifications including amendments. If the Employer is caused to pay or
reimburse, such amounts as may be necessary to cause or observe, or for
observance of the provisions stipulated in the notifications/bye
laws/Acts/Rules/regulations including amendments, if any, on the part of the
Contractor, the Engineer/employer shall have the right to deduct any money
due to the Contractor including his amount of performance security. The
Employer/Engineer shall also have the right to recover from the Contractor
any sum required or estimated to be required for making good the loss or
damage suffered by the Employer.
The employees of the Contractor and the Sub-Contractor in no case shall be
treated as the employees of the Employer at any point to time.

Page 81 of 124
SALIENT FEATURES OF SOME MAJOR LABOUR AND OTHER LAWS APPLICABLE TO
ESTABLISHMENTS ENGAGED IN BUILDING AND OTHER CONSTRUCTIONS WORK

A) Workmen Compensation Act 1923:- The Act provides for compensation in case
of injury by accident arising out of and during the course ofemployment.

B) Payment of Gratuity Act. 1972:- Gratuity is payable to an employee under the


Act on satisfaction of certain conditions on separation if an employee has
completed 5 years service or more on death, the rate of 15 days wages for every
completed year of service. The Act is applicable to all establishments employing
10 or moreemployees.

C) Employees P.F. and Miscellaneous Provision Act 1952:-The Act Provides for
monthly contributions by the employer plus workers @ 10% or 8.33% The
benefits payable under the Act are:

1. Pension or family pension on retirement or death, as the case maybe.


2. Deposit linked insurance on the death in harness of theworker.
3. Payment of P.F. accumulation on retirement/deathetc.

D) Maternity Benefit Act 1951 :- The Act provides for leave and some other
benefits to women employees in case of confinement or miscarriageetc.

E) Contract Labour (Regulation & Abolition) Act 1970: The Act provides for
certain welfare measures to be provided by the Contractor to contract labour and
in case the Contractor fails to provide, the same are required to be provided, by
the Principal Employer by Law. The principal Employer is required to take
Certificate of Registration and the Contractor is required to take license from the
designated Officer. The Act is applicable to the establishments or Contractor of
Principal Employer, if they employ 20 or more contractlabour.

F) Minimum Wages Act 1948 :-The Employer is supposed to pay not less than the
Minimum Wages fixed by appropriate Government as per provisions of the Act, if
the employment is a scheduled employment. Construction of Building, Roads,
Runways are scheduled employment.

G) Payments of wages Act 1936:-It lays down as to by what date the wages are to
be paid, when it will be paid and what deductions can be made from the wages
of theworkers.

H) Equal remunerations Act 1979 :- The Act provides for payment of equal
wages for work of equal nature to Male and Female workers and for not making
discrimination against female employees in the matter of transfer, training and
promotionsetc.

I) Payments of Bonus Act 1965:- The Act is applicable to all establishments


employing 20 or more employees. The Act provides for payments of annual
bonus subject to a minimum of 8.33% of wages and maximum of 20 % of wages
to employees drawing Rs. 3500/- per month or less. The bonus to be paid to
employees getting Rs, 2500/- per month or above Rs. 3500/- per month shall be
workedoutbytakingwagesasRs.2500/-permonthonly.TheActdoesnot
Page 82 of 124
apply to certain establishments. The newly set-up establishments are exempted
for five years in certain circumstances. Some of the State Governments have
reduced the employment size from 20 to 10 for the purpose of applicability of
this Act.

J) Industrial Disputes Act 1947 :- The Act lays down the machinery and
procedure for resolutions of Industrial disputes, in what situations a strike or
lock-out becomes illegal and what are the requirements for laying off or
retrenching the employees or closing down theestablishment.

K) Industrial employment (standing Orders) Act 1946 :- It is applicable to all


establishments employing 100 or more workmen (employment size reduced by
some of the State and Central Government to 50). The Act provides for laying
down rules governing the conditions of employment by the Employer on
matters provided in the Act and get the same certified by the designated
Authority.

L) Trade Unions Act 1926:-The Act lays the procedure for registration of trade
unions of workmen and employers. The Trade Unions registered under the Act
have given certain immunities from civil and criminalliabilities.

M) Child Labour (Prohibition & Regulation Act 1986 :-The Act prohibits
employment of children below 14 years of age in certain occupations and
process and provides for regulation of employment of children in all other
occupations and processes. Employment of Child labour is prohibited in Building
and ConstructionIndustry.

N) Inter – State Migrant workmen’s (Regulation of Employment & Conditions


of service) Act 1979:-The Act is applicable to an establishment which employs
5 or more inter-state migrant workmen through an intermediary (who has
recruited workmen in one state for employment in the establishment situated in
another state).The inter-state migrant workmen, is an establishment to which
this Act becomes applicable, are required to be provided certain facilities such as
housing, medical aid, traveling expenses from home upto the establishment and
back, etc.

O) The Building and Other Construction workers (Regulation of employment


and Conditions of Service) Act 1996 and the Cess Act of 1996:-All the
establishments who carry on any building or other constructions work and
employ 10 or more workers are covered under thisAct.
All such establishments are required to pay cess at the rate not exceeding 1% of
the cost of construction as may be modified by the government. The Employer of
the establishment is required to provide safety measures at the Building or
construction work and other welfare measures, such as canteens, First Aid
facilities, Ambulance, Housing accommodations for workers near the workplace
etc. The Employer to whom the Act applies has to obtain a registration
certificate from the Registering Officers appointed by theGovernment.

Page 83 of 124
P) Factories Act 1948 :-The Act lays down the procedure for approval of plans
before setting up a factory, health and safety provisions, welfare provisions,
working hours, annual earned leave and rendering information regarding
accidents or dangerous occurrences to designated authorities. It is applicable to
premises employing 10 persons or more with aid of power or 20 or more
persons without the aid of power engaged in the manufacturingprocess.

Q) Royalty charges-The contractor shall pay the royalty to the competent


authority as per rule. The royalty charges paid shall be borne by the
contractor and shall not be reimbursed by theEmployer.

R) Following Pollution control Acts and amendments made thereof


from time to time shall beapplicable.

1. Water (Preservation and control of Pollution) Act,1974


2. Air (Prevention and Control of Pollution Act1981
3. Environmental (Protection) Act1986

The contractor must commit to adopting Environmental


management plan for best energy use, waste management, the reduction
of pollution as in EMS (Environmental Management system)ISO-14001-
2015

64. ARBITRATION (GCC Clause24)


The procedure for arbitration will be as follows: -

64.1 If the Contractor is of the view that a decision taken by the Engineer was either
outside the authority given to the Engineer by the Contract or that the decision
was wrongly taken, the decision shall be referred to # Executive
Engineer(Higher Authority) within 14 days of the notification of the Engineer's
decision. If the issue is not resolved, any party can refer the matter for
conciliation within 15 days from the decision given by the # Executive
Engineer.

64.2 If the Contractor is of the view that a decision taken by the Engineer was either
outside the authority given to the Engineer by the Contract or that the decision
was wrongly taken, the decision shall be referred to #Executive
EngineerHigher Authority within 30 days of the notification of the Engineer's
decision. If the issue is not resolved, any party can refer the matter for
conciliation within 30 days from the decision given by the #Executive
EngineerHigher Authority

64.3
(a) For any of the parties is not satisfied with the decision of the # Executive
Engineer, both the parties have to refer to the OSD or DMC or Municipal
Commissioner Chief Engineer concern for the conciliationprocess.

(b) For the work more than Rs.250 Cr., if any of the parties is not satisfied
with the decision of the #Chief Engineer, both the parties have to refer to
the #Secretary, Roads & Building Department, Government of Gujarat
for the conciliationprocess.
Page 84 of 124
If the dispute is not resolved through the conciliation process, he may refer
the dispute to Competent Authority of BMC .
If the dispute is not resolved by the Employer, he may refer to Gujarat Public
Works Contract Dispute Arbitration Tribunal. If the Contractor fails to refer a
claim / dispute to the Higher Authority within 14 days of the notification of
the Engineer's decision, the Contractor shall not be entitled to any additional
payment/claim if he doesn’t follow the above sequence in stipulated time and
he should not stop thework.

Page 85 of 124
SECTION - 4
CONTRACT DATA

Page 86 of 124
#CONTRACT DATA

Clause Reference With


respect To section 3
Item marked “N/A” do not apply to this Contract.
1. The Employers is [CL.1.1]
Name:Commissioner,Bhavnagar Municipal Corporation
Address: Bhavnagar Municipal Corporation,Bhavnagar
Name of authorized Representative……………………………
2. The Engineer is Executive Engineer.
Name of Authorized Representative: …………………………..
3. The Defects Liability Period is 3 years from the date of [CL.1.1&33]
completion.
4. The Start Date shall be 1stdays for the date of issue of the Notice to [CL.1.1]
proceed with thework.

5. The Intended Completion Date for the whole of the works is [CL.1.1,17&2]
18Monthsafter start of work with the following milestones:
Milestone dates: [CL.2.2& 49.1]
Physical works to be completed Period from the start date

Stage Work to be Time phase


completedin three duration
phases as below

1 First phase : 26 Nos. Up to 6 (six)


of Balwatika month time (1st
to 6th month)

2 Second phase : 26 Next 6 (six)


Nos. of Balwatika month time (7th
to 12th month)
3 Third phase : 35 Next 6 (six)
Nos. of Balwatika month time
(13 th to 18th
month)
Total 87 Nos of Balwatika 18 months

6. The Site is located atvarious location of Bhavnagar city [CL.1.1]


7. The name and identification number of the Contract is:……………. [CL.1.1]
8. The worksconsistofBuilding Work with items asperB.O.Q. The [CL.1.1]
works shall, inter alia, include the following, as Specified or as
directed:

Page 87 of 124
(A) Road WorksDeleted
Site clearance; setting – out and layout; widening of existing
carriageway and strengthening including camber corrections;
construction of new road/ Parallel service road; bituminous pavements
remodeling/construction of Junctions, intersections, bus bays, lay-bays;
supplying and placing of drainage Channels, flumes, guard posts and
guard other related items; construction/extension of cross drainage
works, bridge, approaches and other related stones; protective works
for roads/bridge; all aspects of quality assurance of various
components of the works; rectification of The defects in the completed
works during the Defects Liability Period; submission of “As- built’’
drawings and any other related documents; and other item of work as
may be required to be carried out for completing the workin
accordance with the drawings and the provisions of the contract and to
ensure safety.

Page 88 of 124
(B) Bridge WorksDeleted
Site clearance; setting out, provision of foundations, piers abutments
and bearing; prestressed/reinforced cement concrete superstructure;
wearing coat, hand railings, expansion joints, approach slabs, drainages
spouts/ downtake pipes, arrangements for fixing light posts, water
mains, utilities etc; provision of suitably designed protective works;
providing wing/return walls; provision of road markings, road signs
etc.; all aspects of quality assurance; clearing the site and handing over
the works on completion; rectification of the defects during the Defects
Liability Period and submission of “As-built” drawings and other
related documents; and other items of work as may be required to be
carried out for completing the works in accordance with thedrawings
and the provisions of the contract and to Insure safety

(C) Building Works [CL.1.1]


(D) Other Items

Any Other Items as required to fulfill all contractual obligations as per the Bid
documents.
10. The following documents also form part of the Contract: [CL.2.3(9)]
As per clause2-3

11. The law which applies to the Contract is the law of Union of India [CL.3.1]

12. The language of the Contract documents is English [CL.3.1]

13. Limitofsubcontracting 25% of the Initial ContractPrice ( Not Applicable) [CL.7.1]

14. The Schedule of Other Contractors [CL.8]

15. The Schedule ofKeyPersonnelAs per Annex – II to SectionI [CL.9]

16. The minimum insurance cover should be done by the contractor for [CL13]
physical property, injury and death is Rs. 5 lakhs per occurrence with
the number of occurrences limited to four. After each occurrence, the
contractor will pay an additional premium necessary to make
insurance valid for four occurrences always.

17. Site Investigation report [CL.14]


18. The Site Possession dates shall be actual date of Possession given to the [CL.21]
contractor.
19. The period for submission of programmewith BAR CHARTfor approval [CL. 27.1]
of the engineer shall be 10 days from the issue of Letter of Acceptance.

20. The period between program updateswillbe 60days. [CL.27.3]


21. The amount to be withheld for late submission of each updated [CL. 27.3]
programme shallbeRs0.10 lakhs per day.

Page 89 of 124
22. The following events shall also be Compensation Events [CL. 44]
Substantially adverse ground conditions encountered during the
course of execution of work not provided for in the bidding document.
(i) Removal of underground utilities detectedsubsequently
(ii) Significant changes in classification of soil requiring
additional mobilization by the contractor, e.g. ordinarysoil
to rockexcavation,
(iii) Removal of unsuitable material like marsh, debrisdumps,
etc. not caused by the contractor.

Page 90 of 124
(iv)
Artesianconditions
(v)Seepage, erosion landslide
(vi)
River training requiring protection of permanentwork
(vii)
Presence of historical, archeological or religiousstructures,
monuments interfering with theworks
(viii) Restriction of access to ground imposed by civil, judicial,or
military authority
23. The currency of the Contract is Indian Rupees [CL. 46]

24. The formula (e) for adjustment of prices are as under: [CL.47]
NOT APPICABLE
 If any of the commodities like Cement, Steel or Bitumen are not
found applicable in a work, the weight component of that
commodities {i.e. ‘Cement’ (Pc), ‘Steel’ (Ps) or ‘Bitumen' (Pb) as
indicated in SBD for the purpose of Price Adjustment} shall be
clubbed with the weight component of ‘Other Material’ (Pm), such
that the gross % weight of the components shall remain as 100%.
R = value of work as defined in Clause 47.1 of Conditions of Contract
Adjustment for labour component
(i) Price adjustment for increase or decrease in the cost due to
labour shall be paid in accordance with the followingformula:

V L= 0.85 x (Pl/100) x R x (Li–L0)/L0


VL = Increase or decrease in the cost of work during the
month under consideration due to changes in rates for
locallabour
L0 = The consumer price index for industrial workers for the
State on 28 days preceding the scheduled date of
opening of technical Bids as published by Labour
Bureau, Ministry of Labour, Government ofIndia
Li= The consumer price index for industrial workers for the
State for the month under consideration as published by
the Labour Bureau, Ministry of Labour, Government of
India.
Pl = Percentage of labor component of thework.
Adjustment for cement component.

(ii) Prices adjustment for increase or decrease in the cost of


cement procured by thecontractor
Vc= 0.85 x (Pc/100) x R x (Ci– C0)/C0
Vc = Increase or decrease in the cost of work during the
month under consideration due to changes in rates
for cement.
C0 = The all India wholesale price index for Ordinary
Portland Cement on 28 days preceding the
scheduled date of opening of technical bid as
published by the Office of the Economic Adviser,
Department for Promotion of Industry and Internal
Trade, Ministry of Commerce & Industry.

Page 91 of 124
Ci= The all India average wholesale price index for Ordinary
Portland Cement for the month under consideration as
published by Office of the Economic Adviser,
Department for Promotion of Industry and Internal
Trade, Ministry of Commerce &Industry.

Pc = Percentage of cement component of the work

Adjustment for steel component


(iii) Price adjustment for increase or decrease in the cost of steel procured by the
contractor shall be paid in accordance with the followingformula
Vs = 0.85 x (Ps/100) x R x (Si– S0)/S0

Vs= Increase or decrease in the cost of work during the month under
consideration due to changes in the rates for steel

So= The all India wholesale price index for steel (Mild Steel - Long Products
Rebars) on 28 days preceding the date of opening of Bids as published by the
Office of the Economic Adviser, Department for Promotion of Industry and
Internal Trade, Ministry of Commerce &Industry.

Si= The all India average wholesale price index for steel (Mild Steel - Long
Products Rebars) for the month under consideration as published by
Office of the Economic Adviser, Department for Promotion of Industry and
Internal Trade, Ministry of Commerce &Industry.

Ps = Percentage of steel component of the work

Note : For the application of this clause, the index of Mild Steel- Long
products Rebarshas been chosen to represent the steel group.

Adjustments of bitumen component

(iv) Price adjustment for increase in the cost of bitumen shall be paid in
accordance with the followingformula

Vb = 0.85 x (Pb/100) x R x (Bi– B0)/B0

Vb = Increase or decrease in the cost of work during the month under


consideration due to changes in rates for bitumen.

Bo = The official retail price of bitumen at the IOC depot at the nearest
centre on the day 28 days prior to the scheduled date of opening of
technical bid.

Bi= The official retail price of bitumen of IOC depot at the nearest
centre for the 15thday of the month under consideration.

Pb = Percentage of bitumen component of the work

Page 92 of 124
Adjustment of POL (fuel and lubricant) component

(v) Price adjustment for increase or decrease in cost of POL (fuel and
lubricant) shall be paid in accordance with the followingformula

Vf = 0.85 x (Pf/100) x R x (Fi – F0)/F0

Vf = Increase or decrease in the cost of work during the month under


consideration due to changes in rates for fuel and lubricants.

Fo = The official retail price of High Speed Diesel (HSD) at the existing
consumer pumps of IOC at the nearest centre on the day 28 prior to
the date of opening ofBids.

Fi= The official retail price of HSD at the existing consumer pumps of
IOC at the nearest centre for the 15thday of the month of the under
consideration.

Pf = Percentage of fuel and lubricants component of the work

Note: For the application of this clause, the price of High-Speed diesel Oil has
been chosen to represent the fuel and lubricants group.

Adjustment for Construction Machinery

(vi) Price adjustment for increase or decrease in the cost of plant and
Machinery spare procured by the Contractor shall be paid in
accordance with the followingformula

Vp = 0.85 x (Pp/100) x R x (Pi– P0)/P0

Vp= Increase or decrease in the cost of work during the month under
consideration due to changes in rates for plant and machinery spares

P0 = The all India wholesale price index for manufacturer of


machinery for mining, quarrying and Construction for the month
under consideration as published Office of the Economic Adviser,
Department for Promotion of Industry and Internal Trade,
Ministry of Commerce & Industry.

Pi= The all India average wholesale price index for manufacturer of
machinery for mining, quarrying and Construction for the month
under consideration as published Office of the Economic Adviser,
Department for Promotion of Industry and Internal Trade,
Ministry of Commerce & Industry.

Pp= Percentage of plant and machinery spares component of the work.

Note: For the application of this clause, index of Heavy Machinery and parts
has been chosen to represent the Plant and Machinery Spares group

Page 93 of 124
Adjustment of other materials Component

(vii) Price adjustment for increase or decrease in cost of local materials


other than cement, steel, bitumen and POL procured by the contractor
shall be paid in accordance with the followingformula

Vm= 0.85x (Pm/100) x R x (Mi – M0)/M0

Vm = Increase or decrease in the cost of work during the month under


consideration due to change in rates for local materials other than
cement, steel, bitumen and POL.

M0 = The All Indian wholesale price index (all commodities) on 28


days preceding the scheduled date of opening of technical Bids, as
published by the Office of the Economic Adviser, Department for
Promotion of Industry and Internal Trade, Ministry of Commerce
&Industry.

Mi= The All India wholesale price index (all commodities) for the
month under consideration as published by the Office of the
Economic Adviser, Department for Promotion of Industry and
Internal Trade, Ministry of Commerce & Industry.

Pm = Percentage of local material components (other than cement,


steel, bitumen and POL) of the work.

The following percentage will govern the price adjustment for the
entire contract:
Other
s
Labour Pl %
Cement–Pc____%
Steel-Ps______%
Bitumen–Pb____%
POL–Pf________%
Plant
&MachinerySparesPp______
%
Other Materials–
Pm________%
Total 100 100 100
% % %

Note- 1) Delete
2) for new construction of SDH/DH/Medical Colleges and Other building works % shall be
applicable as mentioning tender documents.

25. The proportion of payments retained (retention money) shall be 6% {CL. 48}
from eachRA bill subject to a maximum of 5% of final contractprice.

Page 94 of 124
26. Amount of Liquidateddamagesfor For Whole of work {CL.49}
delay in completionofworks (1/2000)thof the Initialcontract
price, rounded off to the nearest
Thousand, per day. For sectional
Completion (wherever specified In
item 6 of Contract data) (1/2000)thof
initial contract price for #5 km
Section, rounded off to the nearest
thousand per day.

Page 95 of 124
27. Maximum limit ofliquidateddamages 10 percent oftheInitial {CL.49}
For delay incompletionwork Contract Price rounded offto
the nearest thousand

28. Amount of Bonus forearlycompletion Amount of bonus forearly


completion of work shall be given
as per CL.50 of Section-3

29. Maximum limit of bonusforearly 5 percent of the Contract {CL. 50}


Completionofwork Price

30. The amount of the advance payment are: {CL. 51 &52}

#NatureofAdvances Amount (Rs.) Conditions to


Befulfilled
i Mobilization 10% ofthecontract On submission of unconditional
Price Bank Guarantee. (to bedrawn
before the end of 20% of the
contract period). The contractor
may furnish four bank guarantees
of 2.5 % of each valid for the full
period.

ii Equipment 90% for new and 50% of After equipment is brought to site
depreciated value for old (provided the Engineer is
equipment. Total amount satisfied That the equipment is
will be subject to a required for performance of the
maximum of 5% of the contract) and on submission of
Contract Price unconditional Bank Guaranteefor
amount of advance

iii Secured Deleted


Advance for
Non-persish
able material
Brought to site

(The advance payment will be paid to the Contractor no later than 28 days after
fulfillment of the above conditions).

31. Repayment of advance payment for mobilization and equipment {CL.51.3}

The advance loan shall be repaid with percentage deduction from the interim
payments certified by the Engineer under the Contract. Deduction shall
commence in the next Interim Payment Certificate following that in which the

Page 96 of 124
total of all such payments to the Contractor has reached not less than 20 percent
of the Contract Price or 6 (six) months from the date of payment of first
installment of advance, whichever period concludes earlier, and shall be made at
the rate of 20 percent (collectively for both Mobilization Advance
andEquipment Advance)of the amounts of all Interim Payment Certificate until
such time as the loan has been repaid, always provided that the loan shall be
completely repaid prior to the expiry of the original time for completion pursuant
to Clause 17 and28.
32. Deleted
33. The securities shall be for the following minimum amounts equivalent {CL. 52}
As a percentage of the ContractPrice:
Performance Security for 5 percent of contract price plus Rs. …………….. (to be
decided after evaluation of the bid) as additional security in terms of ITB Clause
29.5

The standard form of Performance security acceptable to the Employer shall be


an unconditional Bank Guarantee of the type as presented in Section 8 of the
Bidding Documents.
34. The Schedule of Operating andmaintenanceManuals…..N/A. {CL.58}
35. The date by which “as– built” drawings (in scale as directed) in 2 sets {CL. 58}
are required within 28 days of the issue of certificate of completion of the whole
or section of the work, as the case maybe.
36. The amount to be withheld for failing to supply “as built” drawings {CL. 58} by
the Date requiredisRs............. Lakhs.
37. The following events shall also be fundamentals breach of contract: {CL.59.2}
“The Contractor has contravened Sub- clause 7.1 and Clause 9 ofGCC”
38. The percentage to apply the value of the work not completed representing {Cl 60}
the Employer’s additional cost for completing the Works shall be 20 percent.

Page 97 of 124
SECTION - 5
TECHNICAL SPECIFICATION

Separate Sheet Attached

Page 98 of 124
SECTION - 6
FORM OF BID

Page 99 of 124
FORM OF BID

Description of the Works:

-------------------------------------------------------------------------------------------------------------

------------------------------------------------------------------------------------------------------------

-------------------------------------------------------------------------------------------------------------

BID

To :

Address :

1. We offer to execute the Works described above and remedy any defects therein in
conformity with the conditions of Contract, specification, drawings, Bill of Quantities
and Addenda for the sum (s)of

(------------------------------------------------------------------------------------------------------)

2. We undertake, if our Bid is accepted, to commence the Works as soon as is


reasonably possible after the receipt of the Engineer’s notice to commence, and to
complete the whole of the Works in the Contact within the time stated in the
document.

3. We agree to abide by this Bid for the period of 120 Days from the date fixed for
receiving the same, and it shall remain binding upon it and may be accepted at any
time before the expiration of thatperiod.

4. Unless and until a formal Agreement is prepared and executed this Bid, together
with your written acceptance thereof, shall constitute a binding contract between
us.

5. We understand that you are not bound to accept the lowest or any tender you may
receive.

Datedthis------------------------- dayof ----------------------------------- 20

Signature ----------------------------------------------- in the capacity of ---------------------

------- duly authorized to sign bids for and on behalf of -----------------------------------

-------------

(in block capitals or typed)


Page 100 of 124
Address

Witness

Address

Occupation

Page 101 of 124


SECTION - 7
BILL OF QUANTITIES

Page 102 of 124


BILL OF QUANTITIES

Preamble

1. The bill of Quantities shall be read in conjunction with the Instructions to Bidder,
Conditions of Contract, Technical Specifications andDrawings.

2. The quantities given in the Bill of Quantities are estimated and provisional, and
are given to provide a common basis for bidding. The basis of payment will be the
actual quantities of work ordered and carried out, as measured by the Contractor
and verified by the Engineer and valued at the rates and prices tendered in the
priced Bill of Quantities, where applicable, and otherwise at such rates and prices
as the Engineer may fix within the terms of theContract.

3. The rates and prices tendered in the priced Bill of Quantities shall, except in so
far as it is otherwise provided under the Contract, include all constructional
plant, layout, supervision, materials, erection, maintenance, insurance, profit,
taxes and duties, together with all general risks, liabilities and obligations set out
or implied in theContract.

4. The rates and prices shall be quoted entirely in IndianCurrency.

5. A rate or prices shall be entered against each item in the Bill Quantities, whether
quantities are stated or not. The cost of Items against which Contractor has failed
to enter a rate or price shall be deemed to be covered by other rates and prices
entered in the Bill of Quantities (in case of Item ratecontract).

6. The whole cost of complying with the provisions of the Contract shall be included
in the items provided in the priced Bill of Quantities, and where no Items are
provided the cost shall be deemed to be distributed among the rates and prices
entered for the related items ofWork.

7. General direction and descriptions of work and materials are not necessarily
repeated or summarized in the Bill of Quantities. References to the relevant
sections of the contract documentation shall be made before entering rates or
prices against each item in the Bill ofQuantities.

8. The method of completed work of payment shall be in accordance with the


specification for Road and Bridge works. For building works specifications for
building are to befollowed.

9. ErrorswillbecorrectedbytheEmployerforanyarithmeticerrorspursuantto
Clause 29 of the Instructions to Bidder.

10. Rock is defined as all materials which, in the opinion of the Engineer, required
blasting, or the use of metal wedges and sledgehammers, or the use of
compressed air drilling for its removal, and which cannot be extracted by ripping
with a tractor of at least 150 kw with a single rear mounted heavy dutyripper.

Page 103 of 124


Price Bid Sheet
(A) Percentage Rate Tender

Item Description of Item (with Estimated % above or Total


No brief specification and Amount below Amount of
reference as per scope of Bidder
work and it’s specifications)

01 Asthetic designing for interior Rs. ………..%


work, procurement, installation/ 4,00,06,513.26
CONSTRUCTINGBALWATIKA ( Without GST)
DEVELOPMENT WORK (FACILITATING
WITH SMART CONCEPT) as per detail
scope of work (87 Nos.) in three phase
each of 6 months PROJECT UNDER
SJMMSVY-2023-24. AT VARIOUS
LOCATION at BHAVNAGAR.

I/We am/are willing to carry out theworkat… .......................% above/belowpercent(Should


be written in figures and words) of the estimated rate mentioned above. Amount of my /our
tender works out as under.

Estimated amount put to tender Estimated amount put to tender


Deduct………% below Add………% Above
Net Net
In words In words

NOTE :

(A)

Stage Work to be completedin three Time phase duration


phases as below
1 First phase : 26 Nos. of Balwatika Up to 6 (six) month time
(1st to 6th month)
2 Second phase : 26 Nos. of Next 6 (six) month time
Balwatika (7th to 12th month)
3 Third phase : 35 Nos. of Balwatika Next 6 (six) month time
(13th to 18th month)

Total 87 Nos of Balwatika 18 months

Page 104 of 124


(B) PAYMENT BREAKUP

Detail of work stage % of amount to be


payable at completion of
each stage.
On completition of finishing work and electric 20%
wiring work

On completion of Furniture work 15%


On supply and fixing of interior work 25%

On supply and fixing of electrical and 20%


electronics fittings work
On completion of all items including Fire and 10%
safety equipments with NOC From concerned
Department

After certification for the completed work by 10%


PMC and Executive Engineer.

[C] Other important notes

1 The Contractor shall exhibit a board with detailed specification and details of work as
directed by the Engineer-In-Charge for which no extra payment shall be made.
2 The labourcess will be deducted as per prevailing rules i.e. 1% of the work done.
3 All taxes and levies as per prevailing norms of Government will be born by the
contractor, excluding GST.
GST will be paid extra as per prevailing norms for bills.
4 I am well aware for the scope of work and visited all the sites of Aanganwadi and willing
to quote the rate.

Page 105 of 124


SECTION - 8
SECURITIES AND OTHER FORMS

Page 106 of 124


BID SECURITY (BANK GUARANTEE)

WHEREAS, ---------------------------------------- (name of Bidder) (hereinafter called the


“The Bidder”) has submitted his bid Dated ------------------------ (Date) for the
construction of ------------- (Name of Contractor hereinafter called “the Bid”)

KNOWALLPEOPLEbythesepresentsthatWe-------------------------------------------------
(name ofBank)of ---------------------------------------------- (name of country) having our
registered office at -------------------------------------------------------( hereinaftercalled
“the bank”) are bound unto ____________________________________(name ofEmployer)
(hereinaftercalled“TheEmployer”)inthesumof ----------------------------------------------- *
for which payment well and truly to be made to the said Employer the Bank itself, his
successors and assigns by these presents.

SEALED with the Common Seal of the said Bank this ----------------------dayof -------- 20

THE CONDITIONS of these obligations are:

(1) If after Bid opening the Bidder withdraws his bid during the period of Bid validity
specified in the Form ofBid;
Or

(2) If the Bidder has been notified of the acceptance of his bid by the Employer
during the period of BidValidity:

A Fails or refuses to execute the Form of Agreement in accordance with the


Instructions to Bidders, if required;or

B. Fails or refuse to furnish the Performance Security, in accordance with the


Instructions to Bidders;or

C. does not accept the correction of the Bid Price pursuant to Clause 27
(Correction ofErrors)

We undertake to pay to the Employer up to the above amount upon


receipt of his first written demand, without the employer having to substantiate
his demand, provided that in his demand the Employer will note that the
amount claimed by him is due to him owing to the occurrence of one or any of
the three conditions, specifying the occurred conditions orconditions.

Page 107 of 124


This Guarantee will remain in force up to and includingthedate -------------------- **
days after the deadline for submission of Bids as such the deadline is stated in the
Instructions to Bidders or as it may be extended by the Employer, notice of which
extension (s) to the Bank is hereby waived. Any demand in respect of this
guarantee should reach the Bank not later than the above date

DATE--------------------------------------- SIGNATURE------------------------------

WITNESS--------------------------------- SEAL--------------------------------------

(Signature, name and address)

* The Bidder should insert the amount of the guarantee in words and figures
denominated in Indian Rupees. This figure should be the same as shown in
Clause 16.1(Bid Security) of the Instructions to Bidders.

**45 days after the end of the validity period of the Bid. Date should be
inserted by the Employer before the Bidding documents areissued.

Page 108 of 124


PERFORMANCE SECURITY

TO,
Commissioner, Bhavnagar Municipal Corporation (Name of Employer)
………………………………………………………………………………, Bhavnagar. (Address of Employer)

WHEREAS ----------------------------------------------------------- (name and addressof


contractor) (hereafter called “the Contractor”) has undertaken, in pursuance of
Contracts No. ------------------------- dates -------------------------- to execute-----------------
--------- (name of Contract and brief description of Works) (hereinafter called “The
Contract”)

AND WHEREAS it has been stipulated by you in the said Contract that the
Contractor shall furnish you with a Bank Guarantee by a recognized bank for the sum
specified therein as security for compliance with his obligation in accordance with
the Contract.

AND WHEREAS we have agreed to give the Contractors such a bank Guarantee:

NOW THEREFORE we hereby affirm that we are the Guarantor and responsible to
youonbehalfoftheContractor, uptoatotalof------------------------------------------
(amountofguarantee)* ------------------------------ (in words), such sum being payablein
types and proportions of currencies in which the Contract prices is payable, and we
undertake to pay you, upon your first written demand and without cavil or
argument, any sum or sums within the limits of ----------------------------------------
(amount of guarantee) as aforesaid without your needing to prove or to show
grounds or reasons for your demand for the sum specified therein.

We hereby waive the necessity of your demanding the said debt from the contractor
before presenting is with the demand.

We further agree that no change or addition to or other modification of the terms of


the Contract to of the Works to be performed thereunder or of any of the Contract
documents which may be made between your and the Contractor shall in any way
release us from any liability under this guarantee, and we hereby waive notice of any
such charge, addition or modifications.

This guarantee shall be valid until 60 days from the date of expiring of the
Defect Liabilities period.

Signature and Seal of the guarantor -----------------------------

Name of Bank -----------------------------------------------

Address ------------------------------------------------
Date ---------------------------------------------------

*An amount shall be inserted by the Guarantor, representing the percentage the
Contract price specified in the Contract denominated in Indian Rupees.

Page 109 of 124


ADDITIONAL PERFORMANCE SECURITY
[Clause 34.1. (A)]

TO,
Commissioner, Bhavnagar Municipal Corporation (Name of Employer)
………………………………………………………………………………, Bhavnagar. (Address of Employer)

WHEREAS ----------------------------------------------------------- (Name and addressof


contractor) (hereafter called “The Contractor”) has undertaken, in pursuance of
Contracts No. ------------------------- dates -------------------------- to execute-----------------
--------- (Name of Contract and brief description of Works) (hereinafter called “The
Contract”)

AND WHEREAS it has been stipulated by you in the said Contract that the
Contractor shall furnish you with a Bank Guarantee by a recognized bank for the sum
specified therein as security for compliance with his obligation in accordance with
the Contract.

AND WHEREAS we have agreed to give the Contractors such a bank Guarantee:

NOW THEREFORE we hereby affirm that we are the Guarantor and responsible to
youonbehalfoftheContractor, uptoatotalof------------------------------------------
(amountofguarantee) ------------------------------ (in words), such sum being payablein
types and proportions of currencies in which the Contract prices is payable, and we
undertake to pay you, upon your first written demand and without cavil or
argument, any sum or sums within the limits of ----------------------------------------
(amount of guarantee) as aforesaid without your needing to prove or to show
grounds or reasons for your demand for the sum specified therein.

We hereby waive the necessity of your demanding the said debt from the contractor
before presenting is with the demand

We further agree that no change or addition to or other modification of the terms of


the Contract to of the Works to be performed thereunder or of any of the Contract
documents which may be made between your and the Contractor shall in any way
release us from any liability under this guarantee, and we hereby waive notice of any
such charge, addition or modifications.

This guarantee shall be valid until 90 daysfrom the project completion date.

Signature and Seal of the guarantor -----------------------------

Name of Bank -----------------------------------------------

Address ------------------------------------------------

Date ---------------------------------------------------

Page 110 of 124


BANK GUARANTEE FOR ADVANCE PAYMENT

TO,
Commissioner, Bhavnagar Municipal Corporation (Name of Employer)
………………………………………………………………………………, Bhavnagar. (Address of Employer)

-------------------------------------------------------------------------------- (Name of Contractor)

Gentlemen:

InaccordancewiththeprovisionsoftheConditionsofContract,sub-clause
51.1 (“Advance Payment”) of the above-mentioned Contract,-------------------------------
------------------- (name and address of Contractor) (hereinafter called “the
Contractor”) shalldepositwith (nameof Employer) a bank guarantee his proper and
faithful performance under the said Clause of the Contract in anamountof -- (amount
of Guarantee)*------------------------------------- in words).

We,the --------------------------------- (bank of financial institution), asinstructed


by the Contractor, agree unconditionally and irrevocably to guarantee as primary
obligatorandnotasSuretymerely,thepaymentto----------------------------------------
(name of Employer) on his first demand without whatsoever right of obligation on
our part and without his first claim to the Contractor, in the amount not exceeding---
---------------------- (amount of guarantee)* ------------------------------------------- (in
words)

We further agree that no change or addition to or other modifications of the terms of


the Contractor or Works to be performed thereunder or of any of the Contract
documents which may be made between --------------------------------- (name of
Employer) and the Contractor, shall in any way release us from any liability under
this guarantee, and we hereby waive notice of any such change, addition or
modifications.
This guarantee shall remain valid and in full effect from the date of the
advance payment under the Contract until -------------------------------------- (name of
employer) receives full repayment of the same amount from the contractor.

YOUR’S TRULY

SignatureandSeal
Name of Bank/FinancialInstitution
Address
Date

* An amount shall be inserted by that Bank or Financial Institution representing the


amount of the Advance Payment, and denominated in Indian Rupees.

Page 111 of 124


Letter of Acceptance
(Letter head paper of the Employer)

(date)
To,
(Name and address of theContractor)

Dear Sirs,

This is to notify you that yourBiddated for executionof


the (Name ofthe contract and identification number, as
given in the Instructions to Bidders) for the Contract Price of Rupees
( ) (amount in words and figures) as corrected and modified in
accordance with the Instructions to Bidders* is hereby accepted by ouragency.
You are requested to furnish performance security, in the form detailed in
para 34.1 of ITB for an amount equivalentto Rs. within 10 days of the receipt of this
letter of acceptance, having Validity up to beyond 90 days from the date of expiry of
defects Liability period i.e.upto and the Additional Performance Security for an
amount equivalenttoRs. shall be valid beyond 90 (Ninety) days of
ProjectCompletionDatei.e.upto and sign the contract, failing which action as
stated in Para 34.3 of ITB will betaken.

Yours Faithfully

Authorized Signature
Name and title of Signatory
Name ofEmployer

* Delete “Corrected and” or and modified if only one of these actions applies. Delete as
corrected and modified in accordance with the Instructions to Bidders, if corrections or
modifications have not been affected.

Page 112 of 124


Issue of Notice to proceed with the work
(Letterhead of the Employer)

------------------------------- (date)
To,

(Name and address of theContractor)

Dear Sirs,

Pursuant to your furnishing the requisite security in ITB Clause 34.1 and
signing of the Contract for the constructionof

at a bid Price ofRs.


.

You are hereby instructed to proceed with the execution of the said works in
accordance with the contract documents.

Yours faithfully

(Signature, name and title of signatory authorized


To sign on behalf of Employer)

Page 113 of 124


AGREEMENT FORM

This agreement, made on the day of between


_ (name and address of Employer) (Hereinafter called “the
Employer) and (name and address of
contractor) hereinafter called “the Contractor” of the other part.

Whereas the Employer is desirous that the Contractor execute

Name and identification number of contract (hereinafter called “the works”) and the
employer has accepted the Bid by the Contractor for the execution and completion of
such works and the remedying of any defects therein, at a cost of Rs.

NOW THIS AGREEMENT WITNESSETH AS FOLLOWS

1. In this Agreement, words and expression shall have the same meanings as are
respectively assigned to them in the conditions of contract hereinafter referred to
and they shall be deemed to form and be read construed as part of this
Agreement.

2. In Consideration of the payment to be made by the Employer to the contractor as


hereinafter mentioned, the Contractor hereby covenants with the Employer to
executive and complete the works and remedy any defects therein in conformity
in all aspects with the provisions of thecontracts.

3. The employer hereby covenants to pay the Contractor in consideration of the


execution and completion of the works and the remedying the defects wherein
contract price or such other sum as may become payable under the provisions of
the Contract at the times and in the manner prescribed by thecontract.

4. The Following documents shall be deemed to form and be ready and construed as
part of this Agreementviz

i) letter of Acceptance
ii ) Notice to proceed with the works:
iii ) Contractor’s Bid

Page 114 of 124


iv ) Conditions of contract: General and Special
v) Contract Data
vi) Additional conditions
vii ) Drawings
viii ) Bill of Quantities and
ix ) Any other documents listed in the Contract
data as forming part of the Contract.

In witness whereof the parties there to have caused this Agreement to be


executed the day and year first before written

The Commonsealof
Was hereunto affixed in the presence of:

Signed, sealed and Delivered by thesaid

In the presence of

Binding signature ofEmployer

Binding Signature ofContractor

Page 115 of 124


UNDERTAKING
(For Investment)

I, the undersigned do hereby undertake that our firm M/s


…………………………………………………..……………………………….. would invest a minimum cash up
to 25% of the value of the work during implementation of thecontract.

_
(Signed by an Authorized officer of thefirm)

Title ofofficer

Name offirm

DATE

Page 116 of 124


UNDERTAKING
(For Validity)

I,theundersigneddoherebyundertakethatourfirmM/s……………………………………
……………..……………………………….. agree to abide by this bid foraperiod ....................................days
for date fixed for receiving the same and it shall be binding on us and may be accepted at
any time before the expiration of thatperiod.

_
(Signed by an Authorized officer of thefirm)

Title ofofficer

Name offirm

DATE

Page 117 of 124


SECTION - 9
DRAWINGS

As per attached files in this tender

Page 118 of 124


GROUND FLOOR PLAN

Page 119 of 124


ELEVATION-A & ELEVATION-B

Page 120 of 124


ELEVATION-C & ELEVATION-D

FOLDED ELEVATION
Page 121 of 124
SECTION

Page 122 of 124


SECTION - 10
DOCUMENTS TO BE FURNISHED BY BIDDER
Following documents shall be submitted in electronic format only through online by scanning and the
(i) Bid Document Fee/ Tender Fee (ii) Bid Security / EMD should be sent in original to the Tender
opening authority through RPAD, so as to reach the Executive Engineer within stipulated date in the
tender.

(xiv) Bid Document Fee / TenderFee(From Bidder’s A/C Only)


(xv) Bid Security / EMD or Valid EMD Exemption Certificate of Appropriate Class of
Registration of ApprovedContractors
(xvi) Registration Certificate:“A” Class & Above withState/ Central Govt./Municipal
Corporations/P.S.U.
(xvii) Registration Certificate of Special Category - Building and Category I / II /
III
(xviii) GSTNumber& PAN Number
(xix) Solvency Certificate (for current calenderyear )
(xx) A solvency certificate of an Amount of 20% (Twenty Percent) of estimated cost put to
tender will have to be produced along with tender. It shall be of Scheduled Bank or
Nationalized Bank or Bank Approved for Government business. Solvency Certificate
shall have validity of same calendar year as that of date in which tender is issued.
(xxi) Work Experience, FORM 3(A) , should be given by officer not having position below
then Executive Engineer.
(xxii) EPF Registration Number & ESIC Registration Number
(xxiii) Other Documents, asrequired…

Page 123 of 124


Page 124 of 124
BHAVNAGAR MUNICIPAL CORPORATION
NAME OF WORK :-BALWATIKA DVELOPMENT WORK (FACILITATING WITH SMART CONCEPT)-
(Approx.87Nos.).PROJECT UNDER SJMMSVY-2023-24. AT VARIOUS LOCATION,BHAVNAG
Specification Index
Item Specification No as per General technical
Item Description Unit
No Specification Booklet
Providing 15mm thick cement plaster in single
coat on Rough (Similar)side of single or half
brick walls for interior plastering upto floor two Item No.17.61(II),it Code 17003B General
1 level and finished even and smooth in (ii) Cu.Mt. Technical Specifications Booklet Provide
Cement mortar 1:4 (1-cement :4-sand) At 15mm thickness instead of 20mm .
Ground floor
Applying two coats of Birla or Asian acrylic lappy
(putty) and two coats of primer of approved
brand and manufacture on new wall surface to
2 give an even shade including thoroughly Cu.Mt. separate sheet attached
brushing the surface free from mortar dropping
and other matter and sand papered smooth.For
All Floors.
Wall painting (two coats) with plastic emulsion
paint of approved brand and manufacture on
undecorated wall surface to give an even shade
3 including throughly brushing the surface free Sq.Mt. separate sheet attached
from mortar droppings and other foreign matter
and sand papered smooth.For All Floors.

Wall painting (two coats) with plastic emulsion


paint of approved brand and manufacture on
ceiling and slopping roofs to give an even shade
4 including throughly brushing the surface free Kg. separate sheet attached
from mortar droppings and other foreign matter
and sand papered smooth.For All Floors.
RUBBER MATE CARPET
Providing and fixing of approved quality
RUBBER MATE FLOORING OF 15 MM including
all acceessories, material, labour etc. complete.
(Basic rate of Carpet- 130 rs/sq.ft.)Surface
should be Recycled Crumb SBR and the Size of
tile should be 500mm x 500 mm x 15mm. Area
of use shall be heavy commercial.Durable
crumb rubber construction,Excellent shock
absorption properties. Reduces wear and tear of
your strength equipment and protects floors.
5 Sq. Mtr separate sheet attached
Reduces noise and vibrations of drops. Custom
colour and thickness will be as per selection
with installation , adhesives,Anti-slip
performance ≥ 0.30 DS (EN13893) Fire-proof Bfl-
S1 (EN13501-1) etc, as per instruction of
Architect or Engineer-in charge.
BRAND ( TOLI,VITOFLOOR,UNITEX,MILLIKEN)

ARTIFICIAL LAWN CARPET


Providing & Supplying of 40 mm artificial grass
of brand seasonal dekor or as per selection of
PE polyethelene material including cantex net
6 below of approved quality including installation Sq. Mtr separate sheet attached
and complete as per selection & directed by the
Architect and approved by the Engineer in
Charge.

MDF WALL ART CNC CUTTING


Providing and fixing of 12 mm waterproof mdf
of brand century,greenpanel with
material,machine cutting, cnc detail design,
labour,and hardwares, waste of materials etc
7 Sq. Mtr separate sheet attached
and complete the work with color pu finished
and if the thickness is required more then 12
+12 sandwhich mdf to be used satisfactorily as
per instruction of architect or Engineer-in
charge.
STICKERS FOR WALL
Providing and fixing of 2-D cut vinyl work of
brand 3M including all material,machine cutting,
labour,and hardwares, waste of materials etc
8 Sq. Mtr separate sheet attached
and complete the work satisfactorily as per
instruction of architect or Engineer-in charge.
HAND PANTING ON WALL
Providing and applying satin paint of approved
quality, company and shade upto finishing (min
3 coats) including lappi and primer work and all
material, labour including scaffolding etc. and
9 Sq. Mtr separate sheet attached
complete the work satisfactorily as per
instruction of architect or Engineer-in charge.
(Basic rate of SATIN paint- 28 rs/sq.ft.)

FURNITURE SET OF KIDS CHAIR


Providing and supplying the furniture set with 1
plastic table and 4 plastic chairs with colorfull
color , installation, labour and hardware, polish
10 work as per instructions,waste of materials etc Nos. separate sheet attached
and complete the work satisfactorily as per
instruction of architect or Engineer-in charge.

MULTIPULE TOYS AND PUZZELS


Providing and supplying the 4 to 5 numbers of
kids games ,board games as per requirement
per games 850 rs as per selection installation,
11 labour and hardware, as per instructions,waste Nos. separate sheet attached
of materials etc and complete the work
satisfactorily as per instruction of architect or
Engineer-in charge.

STORAGE UNIT WITH LAMINATE FINISH


Providing and Making of Storages (AS PER
DRAWINGS) using ply of brand of brand
greenply ecotech mr,century sainik mr,archiply
etc,(thickness as specified)/ sag wood and
finished by 1 mm Laminate outside as per
selection of brand greenlam,merinolam,formica
or 6mm HDF as per drawing, 1mm tk laminate
(inside),water pu polish (as shown), drawers,
shelves,with profile shutter with glass etc. with
12 all hardware, nylon leveler foot rubber, Sq. Mtr separate sheet attached
handles,hinges, locks , magnet and other
acessories with all material, installation,labour,
lead and wastage,polish work as per instructions
etc. and complete the work satisfactorily as per
instruction of architect or Engineer-in
charge.(Basic rate of Inside Laminate : 18
rs./sq.ft. & Outside Laminate : 53 rs./sq.ft.)
NAME OF WORK:-BALWATIKA DVELOPMENT WORK (FACILITATING WITH SMART
CONCEPT)-(Approx.87Nos.).PROJECT UNDER SJMMSVY-2023-24. AT VARIOUS
LOCATION,BHAVNAGAR.

ITEM NO.2:
Applying two coats of Birla or Asian acrylic lapy (putty) & two coats of primer of approved
brand and manufacture on new wall surface to give an even shade including thoroughly
brushing the surface free from mortar dropping and other foreign matter and sand papered
smooth.For All Floors.
General :
Scope of work includes cleaning off the entire surface , remove all loose particles, dust, scale, smoke,
grease from the surface, sand the surface with Emery paper 180 and wipe clean, applying 2 coats of
white birla putty.
Material:
manufacturer’s standard guide line Putty Make.
Workmanship:
The Putty shall be of approved brand. Plaster filler to be used for filling up uneven surfaces , small
cracks and holes etc and it should be done as per the manufacturer’s standard guide line. The whole
process of paint required 2 times sand with 180 emery paper wipe off and 1 time sand with 320 emery
paper wipe off.
Mode of measurement:
All the measurement shall be taken on net surface area actually painted, deduction will be made from
the area for fixtures, grills, ventilation, elect boxes and such obstructions not painted , if they are
individually more than 0.05 sq.m.
Rate :
Rate is to include for All materials of puttys, sand paper, etc with labour required for scaffolding,
cleaning off the surfaces, cleaning the site after completion of job, etc as directed by engineer in
charge. Rate is for the net surface area of Painted surfaces in Square metre.

ITEM NO.3:
Wall painting (two coats) with plastic emulsion paint of approved brand and manufacture on
undecorated wall surface to give an even shade including thoroughly brushing the surface free
from mortar droppings and other foreign matter and sand papered smooth..(A) for wall and
similar surfaces. All Floors.

1.0. Materials
Water shall be conform M-1. The plastic emulsion shall conform to I.S.: 5411-1969 (part-l).

2.0. Workmanship

2.1. Scaffolding : The relevant specifications of item-No. 18.11 Para 2.1 shall be followed.

2.2. Preparation of surface : The relevant specification of item No. 18.44 Para 2.2 shall be followed.

2.3. Preparation of Mix :


This shall be done as per manufacturer’s instructions. The thinning of emulsion is to be done with
water and not with turpentine. The quantity of thinner to be added shall be as per manufacturer
instructions.

2.4. Application :
2.4.1. Before pouring into small containers for use, the paint shall be stirred thoroughly in item
container. When applying also, the paint shall be continuously stirred in the smaller container, so that
its consistency is kept uniform.
2.4.2. The paint shall be laid on evenly and smoothly by means of crossing and laying off the crossing
and consist of covering the area over with paint, brushing the surface hard for the first time over and
then, brushing alternately in opposite direction two or three times and then finally brushing lightly in
direction at right angles to the same. In this process, no brush Marks shall be left after the laying off is
finished. No hair marks from the brush or clogging of paint puddles in the corners of panels, angles of
mouldings, etc. shall be left on the work. The full process of crossing and laying off will constitute
one coat.

2.4.3. The paint shall be applied with brush or rollers. For undecorated surfaces, the surface shall be
treated with minimum two coats of cement water proofing paint. The second or subsequent coat shall
not be started until the proceeding coat as become sufficiently hard to resist marking by brushing
being used.

2.4.4. The surface on finishing shall present a flat velvety smooth finish. It shall be even and uniform
in shade without patches, brush marks, paint drops etc.

2.5. Precautions :
(a) Old brushes if they are to be used with emulsion paints, shall be completely dried of turpentine or
oil paint by washing in warm soap water. Brushes shall be quickly washed in water immediately after
use and kept immersed in water fusing break periods to prevent the paint from hardening on the brush.
(b) In the preparation of wall for plastic emulsion painting, no oil base petals shall be sued in filling
cracks, holes etc.
(c) Splashes on floors etc. shall be cleaned out without delay as they will be difficult to remove after
hardening.
(d) Washing or surfaces treated with emulsion paint shall not be done within 3 to 4 weeks of
application

2.6. Protective payment : The relevant specifications of item No. 18.11 shall be followed.

3.0. Mode of measurements and payment


3.1. The relevant specifications of item No. 18.11 shall be followed.
3.2. The rate shall be for a unit of One sq. meter.

ITEM NO.4:
Wall painting (two coats) with plastic emulsion paint of approved brand and manufacture on
undecorated wall surface to give an even shade including thoroughly brushing the surface free
from mortar droppings and other foreign matter and sand papered smooth.(B) for ceilings and
soffits .ALL FLOORS.

The Item shall be executed as per the specifications of It. No. 3.


NAME OF WORK :-BALWATIKA DVELOPMENT WORK (FACILITATING WITH SMART CONCEPT)-
(Approx.87Nos.),PROJECT UNDER SJMMSVY-2023-24. AT VARIOUS LOCATION,BHAVNAGAR.
DETAIL TECHNICAL SPECIFICATION
Item no. 5
RUBBER MATE CARPET
1.0 Specifications
Providing and fixing of approved quality RUBBER MATE FLOORING OF 15 MM including all acceessories, material, labour etc.
complete. (Basic rate of Carpet- 130 rs/sq.ft.)Surface should be Recycled Crumb SBR and the Size of tile should be 500mm x
500 mm x 15mm. Area of use shall be heavy commercial.Durable crumb rubber construction,Excellent shock absorption
properties. Reduces wear and tear of your strength equipment and protects floors. Reduces noise and vibrations of drops.
Custom colour and thickness will be as per selection with installation , adhesives,Anti-slip performance ≥ 0.30 DS (EN13893)
Fire-proof Bfl-S1 (EN13501-1) etc, as per instruction of Architect or Engineer-in charge.
BRAND ( TOLI,VITOFLOOR,UNITEX,MILLIKEN)

2.0 Materials
1 item as per selection as per tender make
2 Fevicol SR998 or aerobond 44
3
3.0 Workmanship
1 entire work to be carried out as per drawings,instructions and supervision of the architect
4.0 Mode of measurement & Payment
1 measurement of carpet finish shall be considered from visible finished to finished levels only
2 The rate shall be consolidated for all above items including wastage. The rate shall include cost of all materials,fixtures, joineries
etc. & labour to complete the work satisfactorily as per instruction of Engineer-in charge.
No Extra payment will be given for any of the reasons.
The rate shall be for a unit of One Square meter basis including wastage
Item no. 6
ARTIFICIAL LAWN CARPET
1.0 Specifications
Providing & Supplying of 40 mm artificial grass of brand seasonal dekor or as per selection of PE polyethelene material
including cantex net below of approved quality including installation and complete as per selection & directed by the Architect
and approved by the Engineer in Charge.
2.0 Materials
1 item as per selection as per tender make
2 Fevicol SR998 or aerobond 44
3 hitlon or pvc sheet
4
3.0 Workmanship
1 entire work to be carried out as per drawings,instructions and supervision of the architect
4.0 Mode of measurement & Payment
1 measurement of carpet finish shall be considered from visible finished to finished levels only
2 The rate shall be consolidated for all above items including wastage. The rate shall include cost of all materials,fixtures, joineries
etc. & labour to complete the work satisfactorily as per instruction of Engineer-in charge.
No Extra payment will be given for any of the reasons.
The rate shall be for a unit of One Square meter basis including wastage
Item no. 7
MDF WALL ART CNC CUTTING
1.0 Specifications
Providing and fixing of 12 mm waterproof mdf of brand century,greenpanel with material,machine cutting, cnc detail design,
labour,and hardwares, waste of materials etc and complete the work with color pu finished and if the thickness is required more
then 12 +12 sandwhich mdf to be used satisfactorily as per instruction of architect or Engineer-in charge.

2.0 Materials
1 12 mm waterproof mdf sheet
2 Fevicol marine grade
3 groove polish work
4 Hardware (Nail/Screw)
5 cutting on plotter machine only
6 colur pu
7 including cleaning, pasting and drying
3.0 Workmanship
1 entire work to be carried out as per drawings,instructions and supervision of the architect
2 bar code pattern groove
4.0 Mode of measurement & Payment
1 measurement of laminate finish shall be considered from visible finished floor to finished ceiling level only
2 The rate shall be consolidated for all above items including wastage. The rate shall include cost of all materials,fixtures, joineries
etc. & labour to complete the work satisfactorily as per instruction of Engineer-in charge.
No Extra payment will be given for any of the reasons.
The rate shall be for a unit of One Square meter basis
Item no. 8
STICKERS FOR WALL
1.0 Specifications
Providing and fixing of 2-D cut vinyl work of brand 3M including all material,machine cutting, labour,and hardwares, waste of
materials etc and complete the work satisfactorily as per instruction of architect or Engineer-in charge.
2.0 Materials
1 3M vinyl with 5 years warranty on fading
2 cutting on plotter machine only
3 including cleaning, pasting and drying
4
3.0 Workmanship
1 entire work to be carried out as per drawings,instructions and supervision of the architect
4.0 Mode of measurement & Payment
1 measurement shall be considered from finished visible outer dimentions( in rectangle format including wastage)
2 The rate shall be consolidated for all above items. The rate shall include cost of all materials,fixtures, joineries etc. & labour to
complete the work satisfactorily as per instruction of Engineer-in charge.
No Extra payment will be given for any of the reasons.
The rate shall be for a unit of One Square meter basis including wastage
Item no. 9
HAND PANTING ON WALL
1.0 Specifications
Providing and applying satin paint of approved quality, company and shade upto finishing (min 3 coats) including lappi and
primer work and all material, labour including scaffolding etc. and complete the work satisfactorily as per instruction of architect
or Engineer-in charge. (Basic rate of SATIN paint- 28 rs/sq.ft.)
2.0 Materials
1 paint of approved brand ici,asian or as per architect selection
2 cleanning the area
3.0 Workmanship
1 entire work to be carried out as per drawings,selection,instructions and supervision of the architect
4.0 Mode of measurement & Payment
1 measurement shall be considered from outer visible finished dimentions.
2 The rate shall be consolidated for all above items. The rate shall include cost of all materials,fixtures, joineries etc. scaffolding &
labour to complete the work satisfactorily as per instruction of Engineer-in charge.
No Extra payment will be given for any of the reasons.
The rate shall be for a unit of One Square meter basis including wastage

Item no. 10
FURNITURE SET OF KIDS CHAIR
1.0 Specifications
Providing and supplying the furniture set with 1 plastic table and 4 plastic chairs with colorfull color , installation, labour and
hardware, polish work as per instructions,waste of materials etc and complete the work satisfactorily as per instruction of
architect or Engineer-in charge.
2.0 Materials
1 item as per selection
2
3.0 Workmanship
1 entire work to be carried out as per drawings,instructions and supervision of the architect AND IN THE CASE OF MODULAR
FACTROY MADE FURNITURE AGENCY HAS TO SUBMIT SHOP DRAWINGS AND GET IT APPROVED FROM THE
ARCHITECT INCHARGE
4.0 Mode of measurement & Payment
1 measurement shall be considered for a unit no. basis
2 The rate shall be consolidated for all above items. The rate shall include cost of all materials,fixtures, joineries etc. & labour &
transportation to complete the work satisfactorily as per instruction of Engineer-in charge.
No Extra payment will be given for any of the reasons.
The rate shall be for a unit no. basis

Item no. 11
MULTIPULE TOYS AND PUZZELS
1.0 Specifications
Providing and supplying the 4 to 5 numbers of kids games ,board games as per requirement per games 850 rs as per selection
installation, labour and hardware, as per instructions,waste of materials etc and complete the work satisfactorily as per
instruction of architect or Engineer-in charge.
2.0 Materials
1 item as per selection
2
3.0 Workmanship
1 entire work to be carried out as per drawings,instructions and supervision of the architect AND IN THE CASE OF MODULAR
FACTROY MADE FURNITURE AGENCY HAS TO SUBMIT SHOP DRAWINGS AND GET IT APPROVED FROM THE
ARCHITECT INCHARGE
4.0 Mode of measurement & Payment
1 measurement shall be considered for a unit no. basis
2 The rate shall be consolidated for all above items. The rate shall include cost of all materials,fixtures, joineries etc. & labour &
transportation to complete the work satisfactorily as per instruction of Engineer-in charge.
No Extra payment will be given for any of the reasons.
The rate shall be for a unit no. basis

Item no. 12
STORAGE UNIT WITH LAMINATE FINISH
1.0 Specifications
Providing and Making of Storages (AS PER DRAWINGS) using ply of brand of brand greenply ecotech mr,century sainik
mr,archiply etc,(thickness as specified)/ sag wood and finished by 1 mm Laminate outside as per selection of brand
greenlam,merinolam,formica or 6mm HDF as per drawing, 1mm tk laminate (inside),water pu polish (as shown), drawers,
shelves,with profile shutter with glass etc. with all hardware, nylon leveler foot rubber, handles,hinges, locks , magnet and other
acessories with all material, installation,labour, lead and wastage,polish work as per instructions etc. and complete the work
satisfactorily as per instruction of architect or Engineer-in charge.(Basic rate of Inside Laminate : 18 rs./sq.ft. & Outside Laminate
: 53 rs./sq.ft.)
2.0 Materials
1 Aluminium Pipe for frame work (¾"X3") of approved quality
2 Ghana Bidding Patti 11/2" x 3/4" of approved quality
3 Fevicol marine grade
4 Hardware (Nail/Screw) of approved quality
5 hinges 4" size of approved brand
6 Lock(hafele)
7 18 MM PLYWOOD of brand greenply ecotech,mr saras,archidply
8 12 MM PLYWOOD of brand greenply ecotech,mr saras,archidply
9 8 MM PLYWOOD of brand greenply ecotech,mr saras,archidply
10 1 MM INSIDE LAMINATE of greenlam,merinolam,or as approved by the architect
11 1 MM OUTSIDE LAMINATE of greenlam,merinolam,or as approved by the architect
12 4+4 MM LAMINATED MIRROR SKIRTING(with both side edge polish)
13 Termite treatment on both side of plywood
3.0 Workmanship
1 entire work to be carried out as per drawings,instructions and supervision of the architect AND IN THE CASE OF MODULAR
FACTROY MADE FURNITURE AGENCY HAS TO SUBMIT SHOP DRAWINGS AND GET IT APPROVED FROM THE
ARCHITECT INCHARGE
4.0 Mode of measurement & Payment
1 measurement shall be considered from finished visible outer dimentions( in rectangle format including wastage)
2 The rate shall be consolidated for all above items. The rate shall include cost of all materials,fixtures, joineries,transport etc. &
labour to complete the work satisfactorily as per instruction of Engineer-in charge.
No Extra payment will be given for any of the reasons.
The rate shall be for a unit of One Square meter basis including wastage
LIST OF APPROVED MAKE

CIVIL MAKE LIST

Sr.No. Item Brands

Ambuja, UltraTech, ACC, Sidhee, JKLaxmi, Binani,


1 Cement (OPC) Jaypee , Sanghi,
Tata, SAIL, RINL (VIZAG), National Ectotherm,
TMT FE – 500/500D ASRThermax, Gallant, Friends, Vinayak, Varsana,
2 Utkarsh, Aditya, Grace, God, Vibrant TMT.Mono,
Kamdhenu, Welspun, JSW, Birla, Jindal

As per Mix design for concrete work or zone-II.


3 Sand
For Masonary and plaster work zone – III

Having crushing strength not lessthan 35 Kg/ Sqcm


4 Brick Masonry
of Localy Available/Chimney Bhattha

Aerated Light Weight Concrete Block


5 Aerocon, Cyporox, Magicrete, Ecolight
Masonary (AAC Block Masonary)

Structural Rolled Steel sections-beams,


6 channels, tee, flats, angles, bars(round, Tata, SAIL, RINL, Jindal, Electrotherm, Balbir, Hans,
square, hexagonal) NIR, SSB

Structural Hollow steel sections


7 Tata, Asian, Jindal, Apollo, Electrotherm, Surya, hi
(Square & Rectangular)
tech, nezon, Gayatri, Goodluck
8 Structural tubular sections Tata, Asian, Jindal, Apollo, Electrotherm, Surya, hi
tech, nezon, Gayatri, Goodluck
9 Teak Wood Ghana,,Berma Teak (Indian Teak) C.P.
10 Sal Wood Indian or Imported (First Class)
Infinity,Green, Duro, Century, Swastik, Kit Ply,
Flush Door (decorative / non
11 Anchor, Uniply, Archid ply, Bhutan Board,
decorative)
Hindustan Board/equivalent.

12 Plywood/Block Board/ Soft Board Anchor, Duro, Merino, Century, Kitply

Water proof/Marine grade plywood as


13 Green, Archid, Kitply, Anchor, Uniply, Century
per – IS – 710 (BWP)

14 Commercial Plywood – IS – 303 (BWR) Green, Archid, Kitply, Anchor, Uniply.Century

15 Decorative ply (Veneer) Green, Durian, Century, Archid


16 Natural Veneer Timex, Durian, Century Ply
17 MDF Nuwood, Duratuff (exterior grade only)
Novapan, Anchor, Merino, Bhutan. (Exterior grade
18 Prelam particle board
only)
Formica, Greenlam, Century, Durin, Alfa-ica,
19 Laminate sheet
Decolam, Sundeck, Bloom, Merino, Sunmica
20 Liquor /Melamine /PUpolish MRF, Asian, ICI, Taralac
21 Wooden Adhesives Fevicol, Blue coat, Araldite, Pidilite, Dunlop.

Jindal, Indian Aluminium section, Hindalco (Indal),


22 Aluminium Sections indal, Hindalco, SAE solvay allu extrusion, Rigal,
National, Banco
Super durable powder coated (Akzonobel, Jotun,
23 Interior works
Fuller AG)
24 Façade exteriors PVDF finish (Valspar, PPG, Akzonobel)
25 Non visible surface Chromatizing
Aluminium Window Locks , Handle,
26 Alualpha, Securestyle, Giessee, Roto, Geze,
Friction Stays Savio,Frikstay
Oxidised Aluminium Fitting
27 Dorma, Ebco, Doorline, Classic
28 Aluminium Louvers Technal, Domal, Metalium
29 Anodising Bhoruka alum, Alufit alum, Ajit India, Alufin

Amee Rubber, Gold Seal, Osaka rubber,


30 Gasket of infill panel for Aluminium
Maharashtra Polymer, Maharashtra Tyre & Rubber
Industries.

31 Rough ground for Aluminium works IS 710 ply, 6mm to 8mm thick or Ghana teak.

32 Compact sheet Alfiaca, Sundek, Vir, Bloom, Formica, Merino

33 Cement bonded particle board Shera, NCL (Bison board), Everest (Eternite).

34 Calcium silicate board / Gypsum Board Saint gobain Gyproc, Hilux ,Lafartz, Aerolite.

35 Dead Locks/ Mortise locks/ Kich, Dorma, Dorset, Yale, Godraj, Enerite, Sigma,
Narrow stile dead locks/ Tubular locks Opel, Doorset, Europa
Modi Guard, Saint Gobain, Float Glass India
36 Float Glass / Wired Glass, Mirror
Ltd.HNG.

37 Reflective Glass SaintGobain, PPG, Asahi, Emirates, Pilkington,


Modigaurd, AIS.

Glass ProcessorFor HS/HT, Bulletproof, Impact Safety, Glasstech, GSC, Asahi, FGGlass,
38
DGU, Toughness, lamination etc. Goldplus, Emirates

39 Precast Terrazo Tiles ( Mosaic) Royal ,Alcock, Vyara, Nitco


Asian, Euro, Bell Ceramic, Johnson, Somani, Nitco,
40 Ceramic Tiles
Kajaria, Restiles, Varmora.
Asian, Euro, Bell Ceramic, Johnson, Somani, Nitco,
41 Glazed Tiles
Kajaria, Restiles, Varmora.
Asian, Euro, Bell Ceramic, Johnson, Somani, Nitco,
42 Vitrified Tiles
Kajaria, Restiles, Varmora, Simpolo
43 Glass Mosaic Bisazza, Palladio, Italia
44 Paver Block Vyara, Super Cement, Pavcon or Equvalent make
45 Grass Paver Block Amdavad Enviro, Pavcon
46 Non-Metallic Floor Hardener Ironite, Fosroc, STP, CICO, SIKA
Ultra, Eurocon, Nitco, Modern Tiles Group of
47 Cement Concrete Tiles Designer Tiles
Industries
48 Tile Adhesives & Grouting material BAL, Laticrete, Kerakoll
49 White Cement Birla, J.K.
50 Paint, Primer, Putty Asian, Berger, ICI, Birla (putty), JK (Putty) Nerolac

51 Synthetic Enamel Paints Berger, Asain, Nerolac, Duco


52 Acrylic Distemper Asian, Berger, Nerolac,ICI
53 Cement Paint Snowcem Plus, Berger, Nerolac
54 Plastic Emulsion Paint Asian, Nerolac, Berger/Asian,ICI
55 Low VOC Paint/ Emulsion Paint Asian, Nerolac, Berger,ICI
56 Texture External Plaster Spectrum, Coral, Terre Palette
Oculus Building Products Pvt. Ltd., Permasteelisa
57 Aluminium Façade Screen Wall
(India) Pvt. Ltd., NBK Architectural
Alu Décor, Flexibond, Durabuild, Indobond,
58 ACP (Aluminium Composite Panel)
Alstone, Viva, Eurobond,Timex
Construction Chemicals (Plasticisers,
BASF, Fosroc, Sika India Pvt. Ltd., CICO Tech Ltd.,
59 Bonding agents, , SBR Latex, Micro
MC Bauchemie , Sunanda chemicals, Pidilite
Concrete)

Chemical Water proofing & Chryso, CICO, Fosroc, Kryton, Sika, Dr. FIXIT,
60
Integral water proofing compound Plastocrete plus , F Airmate, Pidilite Ind Ltd

61 Crystalline water proofing Penetron / Kryton


62 Silicon Sealant/ Silicon Paint Wacker, Dowcorning, GE, Soudal, Bostik, Chryso

63 Polysulphide Sealant Pidilite, Chawksey


64 P.U sealant Sika (Exterior grade - UV resistant) / Laticrete
65 PVC Water Stop Arti Cables Baroda, Fixopan, Maruti
66 Door Window Hardware Kich, Dorma, EPPW ,Palladium, Magnum
Dorma, Mab, Hafle, Doorset, Everite, Omega,
67 Floor Spring
Hardwyn
68 Hydraulic Door Closer Dorma, Yale, Hafle, Hardwyn, Trium, Everite,Hyper

Pre-coated Steel Roofing/ Walling Tata Bluescope, Interarch, Nippon Dendro (poly
69
Sheets 550 Mpa steel) Shree Precoated (Meta color)
70 Polypropylene Fibers Nina Concrete, Reliance
71 Fire Door Shaktimat, AGEW, Radiant
72 PVC Door Rajshri, Sintex,Kaka
Axel, Hilti, Fischer, Kundan, Mungo, Corroshield,
73 Anchor Fasteners
Buildex
74 Spandrel Insulation Glass Wool
75 Wool Felt/Weather Strip Anand, Reddiplex Ltd.
76 Stainless Steel Railing/ Fittings D Line, Dorma
Feovert (Krishna Conchem), Roff Rust Clear (Pidilite
77 Rust Remover/Converter
Industries)
78 Non-shrink General Purpose Grout Fosroc, BASF
Anchoring Chemical for Rebar Dowell
79 Hilti, Fischer, Axel
Bar
80 SS clamps for cladding Hilti, Axel
Sona, Sagar, Suryoday, Gandhi, stndard, swastik,
81 MS Rolling Shutter
shudhwar

82 WPC Door shutter, WPC Door Frame Alstone,Ecoste, Archidply, Everwood

83 Hardware Dorma, hafele,geze,assabloy,hettich

Unistone,dalal tiles industries,kfpl / kk / birla white


84 GRC
/ equivant,glo panels pvt. Ltd

85 Fire rated doors Infinity, Iclean, shakti hormann,promat

86 Furniture Godrej,featherlight,wipro,aster,merryfair

Merino, greenlam sturdo classique grandeur,


87 Toilet cubicle
solace (ss series) by spcms, t line, dorma,trespa

88 Maple wooden flooring Connor, robbin, action, aacer, prestige

89 EPDM ROLL ALP / FAIRMONT / SOFLEX / CATY

90 VINYLSports Flooring GERFLOR / MONDO / TARKET

91 Synthetic Sports Flooring Decoturf / Rebound / kenncoat

Sports Equipments., i.e Basket ball


movable post, Bedminton post, COSCO, VERSA, WONVEX, STEED, BRO ACTION or
92 volleyball post, kho-kho post, Table for Equivalent make as directed by client/Consultant
Table tennis etc.

93 Acoustic false ceiling Armstrong-Optra, Off, Sound Easy, Quietude,

PUF Insulated continuous sandwich


94 MAX ROOF, Kingspan, everest
panels

95 fire retardant doors Navair, ozone, Quietude


PLUMBING MAKE LIST

Sr. No. Item Brands


1 Vitreous China Sanitaryware Jaquar, Hindware, Parryware, Cera, Kohler
2 Plastic W. C. Seat Cover Jaquar, Hindware, Parryware, Cera, Kohler, Commander
Stainless Steel sinks Nirali, Jayna, Kingston, Neelkanth, Johnson, Prestige,
3
Parry, Franke, Salem
C. P. Fittings & Accessories Jaquar, Hindware, ESCO, Parco, Cera, MARC, PLUMBER
4

5 Ultra Voilet Water Purifier Alfa Waterpurifiers, Eureka Forbes


Hydropneumatic System and Water DP, Grundfos, IIT Industries, Kirloskar
6
Supply Pumps
RV' & 'R' Mark, Unik, DRP, UNCO, R BRAND, UNIK,
7 G. I. Fittings
ZOLOTO, TATA, BANSAL OR EQUIVALENT.
G. I. Pipe/M. S. Pipes Tata, Jindal, Prakash, Zenith, Surya, Asian, Gujarat Steel
8
Tube, BANSAL OR EQUIVALENT.
9 C. P. V. C. Pipes & Fittings Astral, Supreme, Prince, Ashirvad, Finolex
10 U. P. V. C. Pipes & Fittings Astral, Supreme, Prince, Ashirvad, Finolex
P. V. C. Pipes & Fittings Astral, Supreme, Prince, Ashirvad, Finolex, Garware,
11
Kissan
12 Gun metal valves Zoloto, L & T, Leader, Sant, L & K, Premier, Aatco
CI Sluice Valves, Check valves Kirloskar, IVC, Burn, William Jacks, Indian
13
Valve(IVC), Advance, Leader
14 Ball Cocks GPA, Sant, L & T, L & K.
Astral, Supreme, Prince, Ashirvad Pipes, Duke, Kisan,
15 UPVC Borewell Column pipe
Precision
16 HDPE Pipes Duralinr, Penwalt Agru, Nocil, Jain, Supreme.
Fibre reinforced R.C.C. Manhole
17 Pratibha, CIDCO, HIMALAYA
Cover
Ashok Iron , Raj, Neco, R. I. F., B. C., Neer, GMGR
18 C. I. Manholes Covers and Frames
Approved ISI Marked
19 Submersible Drainage Pumps Kirloskar, Mather & Platt, KSB
Liquid Level Controllers Liquid Level Hema, Minilec, Radar
20
Indicators
21 Borewell Pump DP, KSB, Kirloskar, Mather & Platt
22 Mirror Modi, Asahi, Saint Gobin
23 Drinking Water Cooler Usha. Bluestar, Voltas

24 Chlorine Dosing System Toshcon, Chloromax, Astalm

25 Seat Cover (heavy duty) Cera, Parryware, Somany, Jaquar

26 Butterfly Valve Audco, C & R, Zoloto, AIP


27 Gunmetal Non Return Valve Leader, Audco, Zoloto, AIP, Sant
28 Water Meter Kapstan Bombay, Voltas Kent, Calcutta
29 P.V.C. / H.D.P.E Water Tanks Syntax, Reno, Ashirvad Pipes,Purvee,Kaveri
Astral, Supreme, Prince, Finolex, Ashirvad Pipes,
30 SWR Pipe
Jain, Kisan/KSR.
31 Copper Pipe IBP-Neco, Rajco, Mandev, Hariom, Maxflow
32 Hot Pipe Insulation Armacel, Champion & Charminar
33 RCC Hume Pipe amd Fittings Patel Hume Pipes, Alcock, Indian Hume Pipe
Polyethylene Composite Pressure
34 KITEC or Equal Approved
Pipe
35 Stoneware Pipes & Fittings Mahavir, Taya & Unique
KSB, Kirlosker, Wasp, Crompton, Beacon, Grundfos,
36 Pump Set
Beacon

You might also like