28.01.2014 Views

Are You suprised ? - Indian Railways

Are You suprised ? - Indian Railways

Are You suprised ? - Indian Railways

SHOW MORE
SHOW LESS

You also want an ePaper? Increase the reach of your titles

YUMPU automatically turns print PDFs into web optimized ePapers that Google loves.

East Central Railway<br />

Electrical Department<br />

Open Tender Notice No.L/ 11–2005 dt. 04-10- 2005.<br />

The Divl.Rly.Manager(Elect.).E.C. Rly./Sonpur for and on behalf of the President of India invites sealed "Open<br />

Tender" for the following work which shall be accepted upto dt. 11.11.2005 till 12.00 hrs. and will be opened on the<br />

same day at 12.30 Hrs.<br />

Sr.<br />

No.<br />

Description of work<br />

Approx. Earnest Last date selling Date of Cost of<br />

Value<br />

(Rs.)<br />

Money<br />

(Rs.)<br />

tender forms up<br />

to 15.00 hrs.<br />

opening<br />

of tender<br />

tender<br />

forms<br />

1 2 3 4 5 6 7<br />

1. L/Open/2005-06/11 dt.04.10.2005.<br />

Electrical work in connection with construction of<br />

quarters, re-roofing, coolies shelter, upgradation,<br />

improvement to wooden flooring, OFC, relay<br />

room, D.G. room power equipments, battery room,<br />

extention of P.F.No.1(70 mtr.), TXR room with<br />

toilet facilities, re-roofing of station building by<br />

RCC and waiting hall in Sonpur Division as per<br />

details at schedule note no.28.<br />

8,78,329/- 17,600/- 10.11.2005 11.11.2005 1,000/-<br />

Note : Add. Rs.100/- in the cost of tender form required through postal dak.<br />

1. The tender on prescribed form will be sold in Sr.DEE Office,Sonpur on production of cash receipt in original issued<br />

by Divisional Cashier Chief Booking Supervisor,E.C.Railway/Sonpur on all working days between 10 .00Hrs. to<br />

18.00 Hrs. from 17.10 .05 to 10..11.05.<br />

2. Money order in the name of "Sr.DEE/ECR/SEE" at and P.O.-Sonpur, Distt.-Saran, Pin - 841101 shall be sent at<br />

least 15 days in advance from the date of opening of tenders.<br />

3. Tender should be dropped in sealed cover in sealed tender box kept in "Staff Welfare Bureau Building" in the<br />

campus of DRM Office /Sonpur or must be sent by registered post/speed post/courier to the address of<br />

DRM(Elect)/E.C.Railway/Sonpur so as to reach this not latter then 12.00 hrs. on opening date of tender. Ralway<br />

will not be responsible for non receipt or late receipt of tender forms sent through postal dak.<br />

4. Incase the tenderer withdraws his offer within the validity date of offer or fails to under take contract after<br />

acceptance of his tender, the full earnest money will be forfeited.<br />

5. Railway reserves the rights to accept keep a tender in whole or in part or reject any tender without assigning<br />

reasons there to<br />

6. In case of unusual occurence i.e. strike,bund,Holiday etc the dropping of tender papers/documents and opening of<br />

tender will be done on the next working day at schedule.<br />

7. No tender will be considered without deposit of full earnest money in cash or in form of FDR Demand draft of<br />

State Bank Of India/any nationalised B:ank duly pledged in favour of "FA & CAO/ECR" payable at Hajipur.<br />

Earnest money in form of Bank Gurantee Bond will not be accepted.<br />

8. Other conditions :<br />

The contractor should have valid electrical contractors license.<br />

Other terms and conditions are specified in tender document.<br />

N.B.:-<br />

11. The tender notice is also available on web site http://www.indianrail.gov.in<br />

12. Tender documents can also be down loaded from the above noted websites 15 days before the date of opening.<br />

The facility is available of free of cost. However, Demand draft for the amount, as mentioned against each<br />

of the tender towards cost of tender papers, in favour of FA&CAO/ECRly,payable at Hajipur will have to be<br />

enclosed with the tender in addition to the earnest money.<br />

In case of tender documents downloaded from internet websites, if tender is not accompanied with valid<br />

demand draft towards the cost of tender documents or if any addition/alteration found in the tender documents, the<br />

tender will be summarily rejected.<br />

Divisional Railway Manager(Elect.)<br />

East Central Railway/Sonpur.


E. C. RAILWAY<br />

TENDER FORM<br />

Name of work ---------------------<br />

Tender notice No ……………….<br />

Name of contractor …………….<br />

Adress:<br />

TENDER FORM (FIRST SHEET)<br />

TENDER FORM<br />

To<br />

The President of India,<br />

Acting through the Sr.Divl. Electrical Engr.,E. C. Railway /Sonpur<br />

1. I/We ……………………………..have read the various conditions to the tender attached here<br />

to and hereby agree to abide by the said conditions .I\We also agree to keep this tender open<br />

for acceptance for a period of 90 days from the date fixed for opening the same and in default<br />

thereof,I\We will be liable for forfeiture of my\our full earnest money amounting to Rs.<br />

…………….lodged with the Sr.DEE/ECRLY /SEE for the due performance of the<br />

stipulation to keep the offer open for a period of 90 days .I\We offer to do the work<br />

mentioned above at the rates quoted in the attached schedule and hereby bind myself<br />

\ourselves to complete the work by the completion time mentioned in the attached schedule<br />

of quantity from the date of issue of letter of acceptance of the tender.I\We also hereby agree<br />

to abideby the regulation for tenders &contracts, general and special conditions of contract of<br />

.E.C. RLY. 1978 editon and to carry out all the works according to the specification for<br />

materials and works as laid down in standard specification for materials and works by the<br />

E.C. RLY.for the present contract.<br />

2. A sum of Rs…………lodged with the Sr.Divl. Electrical Engineer /Divisional cashier E.C.<br />

RLY. a receipt of which is attached herewith forwarded as earnest money in addition to the<br />

sum of Rs……….as security deposit”mentioned above,Railway shall impose penalty and<br />

recover damages in terms of clause 61 of G.C.C.\1978 edition if<br />

(a) I\We do not accept the contract documents within 7 days after receipt of notice issued by the<br />

RLY. That such documents are ready or<br />

(b) I/\We do not commence the work within 10 days after receipt of order to that effect.<br />

3. Until a formal agreement is proposed and executed ,acceptance of this tender shall constitute<br />

a binding contract between as subject to modifications as may be mutually agreed to between us<br />

and indicated in the letter of acceptance of my\our offer for this work.<br />

Witness to contractors<br />

(signature)<br />

signature of contractor<br />

Address


EAST CENTRAL RAILWAY<br />

TENDER FORM (SECOND SHEET)<br />

TENDER DOCUMENT<br />

The documents consist of……<br />

(a) Instructions to tenderers and conditions of tender.<br />

(b) Regulations for tenders and contracts,general condition of contracts and standard<br />

specification of the E.C.RLY.<br />

(c) Special conditions of contract, if any<br />

(d) Special specifications ,if any.<br />

(e) ‘Tenders and ‘schedule’.<br />

(f) The form of agreement with the successful tenderer required to be executed.<br />

A.INSTRUCTIONS TO TENDERERS AND CONDITIONS OF TENDER<br />

1. The drawing for the works can be seen in the office of the Sr.DEE/ECRLY/Sonpur<br />

at any time during office hours.<br />

2.General conditions of contract and specifications for the materials and works are laid<br />

down in the manual of the .E.CRLY which can be had on payment of its cost from the<br />

office of the Sr.DEE \ ECRLY\ Son pur. deposit separately within 7 days of being asked<br />

to do so, the required sum of earnest money will be deducted and appropriated from the<br />

standing earnest money deposit before realising acceptance of the contract in his fevour.<br />

The tenderer shall held the offer open till such date as may be specified in the tender.It is<br />

understood that the tender documents have been sold\issued to the tenderer and the<br />

tenderer is being permitted to tender in consideration of the stipulation on his part that<br />

after submmiting his tender he will not resile from his offer or modify the terms and<br />

conditions thereof in a manner not acceptable to Sr. DEE/ ECRLY/SEE .Shoud the<br />

tenderer fail to observe or comply with the forgoing stipulation,the amount deposited as a<br />

security for the due performance of the above stipulation shall forfeited to the Railway.If<br />

the tender is accepted the amount of earnest money will be held as security deposite for<br />

the due and faithful fulfilment of the contract.<br />

The money of the unsuccessful tenderers will as herein before provided by returned to the<br />

unsuccessfull tenderers but the railway shall not be responsible<br />

For any loss or depreciation that may happen to the security for the due performance of<br />

the stipulation to keep the offer open for the period specified in the tender documents or<br />

to the earnest money while in their possession nor be liable to pay interest thereon.<br />

3. The tenderer(s) is \are required to produce alongwith his/their tender an authorised<br />

copy of the income tax clearance certificates or a sworn affidavit duly countersigned by<br />

the incom tax officer to the effect that he/they has/have Tenderer(s) shall quote his \their<br />

rates with reference to each item and must tender for all the items shown in the attached<br />

schedule in word and figures both .The QUANTITIES shown in the attached schedule are<br />

given as a guide and are approximate only and are subject to variation according to the<br />

needs of the Railway.The Railway accepts no responsibility for their accuracy.The<br />

railway does not guaranty the work under each item of the schedule.<br />

4(a). The schedule of quantities is issued in duplicate with the subject of avoiding<br />

addition,alteration,amendments and erasing in the schedule submitted and to ensure<br />

submission of a fair copy which should bear no such thing.Only one copy of the tender<br />

schedule is to be submitted by the tender(s).<br />

(b) tenders containing grasures and alterations of the tender documents are liable to be<br />

rejected.Any correction made by the tender(s)in his\their entries must be attested by<br />

him\them.


- 2 -<br />

5. Rates should be quoted inclusive of all taxes legally leviable and\or any other local<br />

tax,royalty etc,if any,unless specified to the contrary in the tender documents.<br />

6(a). The tenderer will not resile from his offer or modify the terms and conditions thereof in<br />

a manner not acceptable to Sr.DEE\ECRLY\Sonpur.<br />

In case the tenderer withdraw his offer within the validity date of his offer or fails to<br />

undertake the contract after acceptance of his tender,the full earnest money shall be forfeited.<br />

b) After submission of the proper tender documents in the tender box by the<br />

tenderers,subsequent modified offer or slip/letters dropped in the tender box will not be<br />

considered valid.<br />

c) The earnest money should be in the following acceptable form<br />

i) A deposit made in cash with the Divisional cashier, E.C. Railway,Sonepur and the cash<br />

receipt granted by him in lieu there of must be attached in original with the tender documents.<br />

ii) Deposit receipts granted by the reserve bank or state bank or any Nationalised bank .<br />

iii) Demand drafts granted by the banks as mentioned in (ii) above.<br />

iv) A deposit in the post office saving bank.<br />

v) A deposit in National saving certificates.<br />

vi) Twelve year National defence certificates.<br />

vii) Ten years defence deposits, and<br />

viii) National defence bonds.<br />

The earnest/security money in the form of character bond shall not be accepted.<br />

The amount of earnest money as specified above should be duly pledged in fevour of<br />

F.A.&C.A.O.,E.C. Railway failing which the tender will not be considered.<br />

(d) When the tenderer(s) submit a tender claiming benefit of the standing earnest money<br />

deposit, he should furnish proof of the same giving details as to the amount, mode and the<br />

office where it has been deposited. He will also be required to submit a statement from the<br />

authority with when the standing earnest money deposit has been made, availability of the<br />

same towards the tender in question , total number of unfinalised tenders and the total amount<br />

of earnest money involved in respect of these tenders without these documents accompaning<br />

the tender, it is liable to be rejected.<br />

(e) The successful tenderer will be required to deposit the requisite earnest money in<br />

acceptable form for that specific work separately before the acceptance is communicated to<br />

him .In case the successful contractor is fails to make this no taxable income<br />

(f)If the tenderer fails to produce incom tax clearance certificatis mentioned in the clause(a)<br />

above till the time of finalisation of the tender or within the time allowed by the administration<br />

the tenderer will be liable to forfeit his/their earnest money and the railway may refuse to give<br />

the contract to the tenderer without any liabilities to compensate the tenderer.<br />

(g)The tenderer if not in the approved list of contractors of the E.C.RLY. Is required to submit<br />

alongwith his/their tender proofs of /their capacity to undertake the work.The following points<br />

in perticular must be covered …….<br />

i) his position as an independent contractor .<br />

ii) his capacity to undertake and carry out works satisfactorily as vouched for by responsible official or firms.<br />

.<br />

iii)his previous experience of works similar to that to be contract for in proof of which original<br />

certificates or testimonials may be collected for and their genuiness verified,if need by reference to the<br />

signatures thereof.<br />

iv) his knowledge from the actual personal investigation of the resources of the Divisions in which he<br />

offers to work.<br />

v) his ability to supervise the work personally or by competent and duly authorised agents.


- 3 -<br />

7. Tender must be enclosed in sealed covers, superscribed “Tender” for the work as given<br />

on the last page of the tender documants and must be sent by registered post to the<br />

address of Sr.DEE.,EC.Railway/Sonpur so as to reach this office not later than -------------<br />

-- hours on the ---------------- or deposited in the special box allotted for the purpose in the<br />

office of the Sr.D.E.E./SEE & AEE/BJU the box will be sealed at ------------------ hrs. on<br />

---------------------.<br />

8. The earnest money including the amount taken as security deposit for the due<br />

performance of the stipulation to keep the offer open till the date specified in the tender<br />

will be refunded to the unsuccessful tenderer(s) within a reasonable time.<br />

9. (a) He or they should apply to the officer calling the tender who will issue pay orders<br />

quoting there in full particulars and details of the receipt granted. These pay orders shall<br />

be forwarded to the appropriate disbursing accounts officers who will arrange payment to<br />

the unsuccessful tenderers surrendering the receipt which were granted to them when<br />

they deposited the earnest money before the re-payment of the earnest money.<br />

(b) The earnest money deposited by the successful tenderer(s) will be returned towards<br />

the security deposit for the due and faithful/fulfilment of the contract but shall be<br />

forfeited if the contractor (s)fail to execute the agreement bond or start the work within a<br />

reasonable time to be determined by the engineer in charge after notification of the<br />

acceptance of his/their tender.<br />

10. Noncompliance with any of the conditions set forth therein above is liable to result in<br />

the tender being rejected.<br />

11(a)The authority for the acceptance of the tender will rest with …………………who<br />

does not bind himself to accept the lowest or any other tender nor does he undertake to<br />

assign reasons declaiming to consider any particuler tender of tenderers .No<br />

tenderer(s)shall demand any explanation of the cause of rejection of his/their tender.no<br />

correspondence will be entertained with the tenderer(s) in respect of the rejection of any<br />

or all tenders.<br />

(b) tender documents in which tender is submmited by a tenderer shall become the<br />

property of the railway and the railway shall have no obligation to return the same<br />

tenderer.<br />

12. If the tenderer(s) deliberately give wrong information in his/their tender or creates<br />

circumstances for the acceptance of his/their offer,the railway reserve the right to reject such<br />

tender at any stage.<br />

13. If a tenderer expires after the submission of his tender or after the acceptance of his<br />

tender,the railway shall deem such tender as cancelled.If a partner of a firm expires after<br />

the submission of their tender or acceptance of their tender,the railway shall deem such<br />

tender as cancelled unless the firm retains its character.<br />

14. .Shoud a tenderer or contractor on the list of approved contractor have a relative or in<br />

the case of a firm or company of contractors one or more of its share holders of a relative<br />

or relatives of the share holder(s) employed in the gazetted capacity in the Electrical<br />

department of the ECRLY., the authority inviting tenders ,shall be informed of the fact at<br />

the time of submission of tenders failing which the tenderer may be disqualified or if


such facts subsequently comes to light,the contract may be dealt in accordance with the<br />

provisions in clause 61 of the general conditions of contract.<br />

- 4 -<br />

15. Should a tenderer be a retired engineer of the gazetted rank or any other gazetted<br />

officer working before his retirement,whether in the executive or administrative capacity<br />

or whether helding a responsible post or not,in the Elect. deptt.of any of the railway<br />

owened and administered by the president of India for the time being or should a tenderer<br />

being partnership firm have as one of its partner a retired engineer or a retired gazatted<br />

officer as aforsaid or should a tenderer being incorporated company have any such retired<br />

engineer or retired officer as one of its directors,or should a tenderer have in his<br />

employment any retired engineer or retired gazatted officer as aforesaid,the full<br />

information as to the date of retirement of such engineer or gazatted officer from the said<br />

service and in cases where such engineer or officer had not retired from government<br />

service at last two years prior to the date of the submission of the tender as to whether<br />

permission of taking such contract or,if the contractor be a partnership firm ,or an<br />

incorporated company to become partner or director as the case may be or to take<br />

employment under the contractor,has been obtained by the tenderer of the engineer or the<br />

officer as the case may be from the president of India or any officer duly authorised by<br />

him in this behalf,shall be clearly stated in writing at the time of submitting the<br />

tender.Tenderers withaut information above referred to or a statement to the effect that no<br />

such retired engineer or retired gazatted officer is so assosiated with the tenderers,as the<br />

case may be shall be projected.<br />

16. The successful tenderer(s) shall be required to execute the agreement with the<br />

president of India acting through the ………. ……….of the E. C. RLY.for carrying out<br />

the work accoring to the regulation for tenders,general conditions of contract of E.C.<br />

RLY. 1978.<br />

17. The tenderer shall keep the offer open for a minimum period of 90 days from the date<br />

of opening of the tender within which period the tenderer cnnot withdraw his offer<br />

subject to the period being extended further if required by mutual agreement from time to<br />

time.Any contravention of the above condition will make the tenderer liable for forfeiture<br />

of his security deposite for the performance for the forgoing stipulation.<br />

18. The contractor shall employ the following technical staff during the execution of work<br />

………<br />

i) One graduate engineer the cost of work to be executed is Rs. 15 Lakhs and above .<br />

ii) The qualified diploma holder when the cost of the work to be executed is more than<br />

Rs. 5 Lakhs but less then Rs. 15 Lakhs .<br />

Technical staff should be available at site whenever required by the engineer in charge to<br />

take instruction. In case of contractor fails to employ the technical staff as aforesaid, he<br />

shall be liable to pay a reasonable amount not exeeding a sum of Rs. 2000 (two thousand)<br />

only for each month of default in case of graduate engineer and Rs.1000 (one thousand)<br />

only for one month of default in case of deploma holder.<br />

The decision of the engineer in charge as to the period for which the required technical<br />

staff was not emploted by the contractor and as to the reasonableness of the amount to be<br />

deleted on this account shall be final and binding on the contractor.<br />

19. In case the overall value of the tender by a public sector undertaking of the state or<br />

central govt is up to 10% than the lowest tender of a private tenderer the railway reserve<br />

the right to give preference to the tender of such public sector undertaking ignoring the<br />

lower offer .<br />

20. Tender for part of the work will not be considered.<br />

21. .All the taxes as are legally leviable shall be recovered from the amount billed for .


Sr.D.E.E./E.C.Rly./SEE.<br />

- 5 -<br />

B. REGULATION FOR TENDERS & CONTRACTS—GENERAL CONDITIONS OF<br />

CONTRACTS & STANDARD SPECN. OF E.C. RLY.<br />

The whole of the works shall be executed in conformity with the GCC, 1978 and standard<br />

specification for electrical works, 1985.<br />

Any damage caused to the building as a result of execution of Electrical works shall<br />

be the responsibility of the electrical contractors .The damage so caused shall be made good by<br />

the contractor promptly at their own cost to the entire satisfaction of the Electrical Engineer<br />

Incharge.<br />

All the balbs shall be removed on the same day after the execution of work at the<br />

cost of contractor.<br />

All the materials required to be used in the work should be got approved from the<br />

Electrical Engineer Incharge before installation.<br />

All the rejected materials should be removed from the site immediately.<br />

Watch and ward of the installation work shall be of the contractor’s responsibility<br />

till the space finelly handed over to the concerned department on completion.<br />

If there are varying or conflicting provisions in the documents on part of the<br />

contract, the Engineer, Incharge shall be deciding authority with regard to the Intentions of the<br />

provisions and his decisions shall be final and binding on the Contractor.<br />

1. ELECTRIC SUPPLY<br />

The Contracter shall make his own arrangement for electricity required by him for the<br />

purpose of execution of the contract. If possible, Railway at its own discretion may arrange<br />

electricity for the Contractor at the rate --------- /Unit. Such arrangement will be made only at<br />

a fixed point from where the contractor can arrange drawing power to the requisite location.<br />

However the Railway will arrange the required power supply for testing &commissioning of<br />

the works completely by the contractor.<br />

2. REPRESENTATION OF WORKS.<br />

The contractor shall ,when he is not personally present at the site of workplace,keep a responsible<br />

agent at the work during working hours ,who shall on receiving responsible notice ,present himself to<br />

the engineer and order by engineer or the Engineer’s representative to the agent shall be deemed to<br />

have the same force as if they have been given to the contractor absenting himself . The contractor<br />

shall furnish the name & addresses of his agent for this purpose and failure on the part of contractor to<br />

comply with the provision at any time shall entitle the Railway to rescind the contract.<br />

3. INSTALLATION & ERECTION.<br />

All work connected with the inclusive of installation and erection under this contract shall be done in<br />

accordance with the standard and established methods of installation and erection of electrical<br />

equipment and shall comply with relevent <strong>Indian</strong> Electricity Rules ,ISI,code,specification and<br />

standards.<br />

The works shall also strictly be done in accordance with the instructions<br />

ecommended by manufacturers. The equipment shall be lebelled carefully before being fixed finally in<br />

position. All fragile and sensitive equipment shall be protected adequately and handled carefully<br />

during installation and erection.


4. QUALITY OF WORKS<br />

- 6 -<br />

All installations and erection works shall be subject to inspecto. On by the railway to ensure that<br />

the work is done in accordance with the approved specification, design and drawing.<br />

5. COMMISSIONING TEST.<br />

As soon as the installation are ready for commission/ energisation, the contractor shall arrange<br />

for all the test/inspection as required by the revelent ISS and/or I.E.rules and advice the railway<br />

and other concerned. Railway shall depute their inspecting officer for witnessing the test and to<br />

carry out inspection and also jointly with other concerned agencies. Wherever necessory and<br />

only after the installation passes the required tests and inspection it should be commissioned/<br />

energised with the approval of the chief electrical Inspector or his authorised representative.<br />

The contractor shall take full responsibility for the tests. For site tests, the Railway, if possible,<br />

may permit the contractor for purpose of testing the use of any instrument/apparatus and electric<br />

power which the railway can conveniently spare ,If further tests are required due to the contractor<br />

work not complying with the specification, the railway at their descretion may ask the contractor<br />

to pay the cost of providing the additional, energy required. The contractor shall provide all<br />

apparatus and energy which may be required for drawing out to equipment in a manner approved<br />

by railway if by reason of the contractor failling to comply with any of the provisions of the<br />

ceause, any of the said test are to be repeated, the contractor shall pay all fees and expenses in<br />

connection therewith.<br />

6 VISUAL INSPECTION<br />

Visual inspections, shall include check for satisfectory workmanship, all connections, painting,<br />

plastering, cleanliness of all fittings and compliance with indian electricity rules.<br />

7 LIQUIDATED DAMAGES<br />

The time for completing the work by the date or extended date fixed for completion shall be deemed to be<br />

of the essence of the contract and if the contractor shall fail to complete the work within the time<br />

prescribed,the railway shall, if satisfied that the works can be completed by the contractor within reasonable<br />

short time thereafter be entitled, without prejudice to any other right or remedy avaiable on that behalf, to<br />

recover by way of ascertained and liquidated damages a sum equivalent to one half of 1% of the contract<br />

value of the works for each week or part of the week the contractor is in default and allow the contractor<br />

such further extension of time as Engineer may decide.<br />

If the Railway is not satisfied that works can be completed by the contractor and in the event of failure on<br />

the part of the contractor to complete the work within the further extension of the time allowed as<br />

aforesaid, the railway shall be entitled without prejudice to any other right or remedy available in that behalf<br />

to appropriate the contractor’s security deposit and rescind the contract under clause 61 of these conditions<br />

whether or not actual damage is caused by such default.<br />

8. SECURITY MONEY<br />

The earnest money deposited by contractor with his tender will be retained by Railway as part of security<br />

for the due and faithful fulfilment of the contract by the contractor. The balance amount to make the<br />

security deposit which is as per the slab given below has to be deposited by the successful tenderer before<br />

execution the contract agreement.<br />

i) For contracts up to Rs. 1 Lakhs-- 10% of the value of the contract.<br />

ii) For contracts more than 1 Lakh—10% of the first Rs. 1 Lakh &


up to Rs. 2 Lakh;<br />

-- 7.5% of the balance.<br />

iii)<br />

For contracts more than<br />

Rs. 2 Lakhs and up to Rs. 2 Crores :<br />

- 7 -<br />

10% of the first Rs. 1 Lakh,<br />

7.5% of the next Rs.1Lakh &<br />

5% of the balance subject to the<br />

maximum of Rs. 3 Lakhs.<br />

iv) For contracts above Rs. 2 Crores : 5% of the contract value the amount<br />

over and above Rs. 3 Lakhs to be recovered<br />

from<br />

the progressive bill @ 10 % till it reaches 5% of<br />

the contract value.<br />

9.PAYMENT<br />

On account payment and final payment will be made as per para 46 &51 respectively of<br />

general condition of contract 1978<br />

10. PURCHASE CERTIFICATE.<br />

The firm will produce the purchase certificate in confirmation of purchase of items to make<br />

fitting as quoted with the work.<br />

11. PERIOD OF COMPLETION.<br />

Period of completion of above work will be 60 Days from the date of signing the contract agreement<br />

12. SIZE OF EARTH CONTINUITY CONDUCTOR.<br />

The nominal minimum cross sectional area of an earth continuity conductor not contained within a<br />

cable or flexible cord shall be 14 SWG copper or 12SWG of GI or 4 Sqmm Aluminium wires.<br />

13. MATERIALS TO BE UTILISED.<br />

All the materials should be provided of latest IS standard. All the materials should be got approved by<br />

the nominated supervisor by the nominated supervisor and AEE/ECRLY/MFP,BJU who will keep one<br />

set of approved sample under his custody before commencement of the work.<br />

14. TAXES<br />

Income tax and BST prevailing at the time of execution of the contract shall be deducted<br />

from the contractor’s bill.<br />

15. Railway has reserved the rights to delete any of item or all the items from schedule of work.<br />

16. The executed work shall be tested jointly by the nominated Electrical supervisor and<br />

representative of the contractor and the test certificate will be submitted along with bill by the<br />

contractor.<br />

17. Although average rates of wiring of light, fan and plug points have been adopted in working out<br />

the value of offered amount but short point, medium point &long point of wiring for Light, Fan<br />

and Plug will be measured and decided after execution of works and payment will be made to the<br />

contractor at the rates of short point, medium point and long point as quoted by the contractor.<br />

18. Valid Electrical contractor’s license with supervisor’s competency certificate and ITCC shall be<br />

submitted along with the Tender documents otherwise tender is liable to be rejected.


- 8 -<br />

SPECIAL CONDITION<br />

1. Materials to be supplied shall be from approved firm and shall be approved by AEE or<br />

SE/works before starting the work.The samples of approved materials shall be kept<br />

under safe custody. If quality of material utilised for the work is not found similar to that<br />

of approved sample ,the RLY authority will have right to terminate the contract and get<br />

the entire work done through other agency on risk and cost basis.<br />

2. The contractor will purchase material of ISI marked only from the reputed manufacturer<br />

or their authorised dealer.<br />

3. The contractor will submit the list of personnel involved in execution of the work.<br />

4. The contractor will submit a list of tools & plants available with them and as required<br />

for the execution of work .<br />

5. The RLY.may supply required tools and plant as per availability and on written demand<br />

from the contractor for which hire charges as fixed by the RLY.will have to be paid by<br />

the contractor.<br />

6. Necessary layout /schematic are in 3 copies will be submitted by the contractor before<br />

starting the work .One copy will be approved by engineer incharge and returned to the<br />

contractor for execution.<br />

7. Unless supervisor’s competency certificate is submitted by the contractor, the work<br />

should not be allowed to be started as the supervision of the work will be done by that<br />

competent person only . If the work is executed in absence of competent supervisor, a<br />

fine of RS.500/- or Rs 1000/- on each occasion should be imposed by the contract<br />

executing authority based on the recommendations of field supervisor/officer. In case of<br />

surprise visit ,supervisors recommendation is not necessary.<br />

8. Railway may permit use of energy by the contractor for the RLY.work on standard<br />

charges fixed by the Railway.<br />

9. Progress of the work shall be submitted by the contractor on 1 st week of every month.<br />

10. Contractor or his representative shall daily meet AEE or SSE(W) in the morning for<br />

planning the job to be done during the day.<br />

11. After completion /commissioning of the work, final layout drgs shall be submitted by the<br />

contractor in 3 copies otherwise these will be prepared by the Railway themselves at the<br />

expense or contractors.<br />

12. (i) The contractor will maintain installation created through this contract free of cost for<br />

months.<br />

(ii) Warranty for the material supplied against this contract will have warranty for 12<br />

months from the date of completion of the work. Security money release only after<br />

successful fulfillment of the above condition.<br />


E.C. Railway<br />

Electrical Department<br />

Tender Schedule<br />

Name of work :<br />

Electrical work in connection with construction of quarters, re-roofing, coolies shelter,<br />

upgradation, improvement to wooden flooring, OFC, relay room, DG room power<br />

equipments, battery room, extention of P.F. No-1 (70 mtrs.), TXR room with toilet<br />

facilities, re-roofing of station building by RCC and waiting hall in Sonpur Division, as<br />

per details at schedule note no. 28.<br />

Approximate value : Rs.8,78,329/-<br />

Earnest Money : 17,600<br />

Completion time : 180 days.<br />

Last date of receiving of tender : upto 11 . 11 . 2005 till 12.00 hrs.<br />

Date of opening of tender : upto 11 . 11 . 2005 at 12.30 hrs.<br />

Sr.<br />

Description of Items<br />

No.<br />

Qty./<br />

Unit<br />

Rate to be quoted<br />

in Rs. In figs. &<br />

words)<br />

1 2 3 4<br />

Part A(Al wiring)<br />

1. Installation, testing & Commissioning of pre wired street light FL 340<br />

fitting/HPSV fittings/MH fittings/box type F.L.fitting/CFL fittings with Nos.<br />

tube/lamp complete with all accessories on wall/bracket on rail pole<br />

including connection with 1.5 sq. mm Al/Cu. conductor S/C stranded<br />

cable PVC insulated weather proof earthing the body complete etc. as reqd<br />

(Fittings & lamp supplied by Rly.)<br />

2. Wiring of light pt. With 2.5Sq.mm PVC insulated Al. conductor single core<br />

stranded cable in surface PVC conduit. The work shall be done as per<br />

CPWD Pt.I, manual(1972) for general specification of electrical work. All<br />

materials should be IS marked. Cable to be use of make KDK/<br />

Finolex/Anchor/Polycab/ Havell’s conforming to IS 694/97 of 1.1KV<br />

grade . Make of Switch, JB,Ceiling rose etc.are of Anchor/ Kona/ Roma<br />

Make of Conduit/ Casing Capping, Presto Plast / Malhotra.<br />

3. Wiring of Ceiling/ex. fan pt. with 2.5Sq.mm PVC insulated Al. conductor<br />

single core stranded cable in surface PVC conduit. Earthing the fan &<br />

regulator. The work shall be done as per CPWD Pt.I, manual(1972) for<br />

general specification of electrical work. All materials should be IS<br />

marked.Cable to be use of make KDK/ Finolex/Anchor/Polycab/ Havell’s<br />

conforming to IS 694/97 of 1.1KV grade . Make of Switch, JB,Ceiling<br />

rose etc.are of Anchor/ Kona/ Roma Make of Conduit/ Casing Capping,<br />

Presto Plast / Malhotra.<br />

4. Wiring for 5 pin 5 Amp. plug point with 2.5 sq.mm PVC insulated Al.<br />

conductor stranded cable single core in surface PVC conduit including<br />

supply & fixing of 5 pin, 5 Amp socket outlet , 5 amp. piano type switch<br />

earthing the third pin etc. as reqd. The work shall be done as per CPWD<br />

Pt.I, manual(1972) for general specification of electrical work cable to be<br />

use of make KDK/ Finolex/Anchor/Polycab/ Havell’s conforming to IS<br />

694/97 of 1.1KV grade . Make of Switch, JB,Ceiling rose etc.are of<br />

Anchor/ Kona/ Roma Make of Conduit/ Casing Capping, Presto Plast /<br />

Malhotra.<br />

421<br />

Nos.<br />

112<br />

Nos.<br />

70<br />

Nos.<br />

Contd....


- 2 -<br />

1 2 3 4<br />

5. Earthing with perforated G.I. earth pipe 4.5 mtrs. Longx40mm dia with<br />

minimum 3.25mm thick including accessories and providing masonary<br />

enclosure on top with cover plate having locking arrangement and watering<br />

pipe including supply & using salt and charcoal for pipe earth electrode<br />

complete as per Genl. Spec.of elect. Work & drawing etc.as reqd. so that the<br />

earth resistance value should be within 3 Ohms.<br />

76<br />

Sets.<br />

6. Supply & laying of 6SWG G.I. wire at 0.5 mtrs. below ground level for<br />

conductor earth electrode including soldering/fastening with G.I. nuts &<br />

bolt complete etc. as reqd.<br />

887<br />

Mtrs.<br />

7. Wiring for submain with 2x4 Sq.mm PVC insulated Al. conductor single<br />

core stranded cable in surface PVC conduit. The work shall be done as per<br />

CPWD Pt.I, manual(1972) for general specification of electrical work. All<br />

materials should be IS marked. Cable to be use of make KDK/<br />

Finolex/Anchor/Polycab/ Havell’s conforming to IS 694/97 of 1.1KV<br />

grade . Make of Switch, JB,Ceiling rose etc.are of Anchor/ Kona/ Roma<br />

Make of Conduit/ Casing Capping, Presto Plast / Malhotra.<br />

8. Installation, testing, oiling, greasing, cleaning/replacing & commissioning<br />

of electric ceiling fan 1400mm sweep & speed regulator on ceiling & wall<br />

respectively including connection with 2.5 sq.mm Al. Conductor, S/C<br />

stranded cable PVC insulated weather proof,earthing the body, complete etc.<br />

as reqd( Electric fan & regulator supplied by Rly ) .<br />

9. Installation,testing.fixing & commissioning of exhaust fan 380/450mm<br />

sweep in the existing opening including making the hole to suitable size for<br />

above fan, making good the damage with cement concrete including<br />

connection earthing the body complete etc.as reqd.(ex. fan supplied by<br />

Rly.).<br />

10. Supply & fixing of seasoned teak wood board 12”x18”x2” with Hylum<br />

sheet on top etc. as reqd. Minimum thickness of hylum sheet – 3mm.<br />

1177<br />

Mtrs.<br />

220<br />

Nos.<br />

25<br />

Nos.<br />

17<br />

Nos.<br />

11. Supply & fixing of seasoned teak wood board 12”x8”x2” with Hylum sheet<br />

on top etc. as reqd. Minimum thickness of hylum sheet – 3mm.<br />

138<br />

Nos.<br />

12. Installation, testing & Commissioning of switch fuse unit/double pole<br />

change over switch 16/32 Amp.240V AC on metal/wooden board including<br />

connection earthing the body complete etc.as reqd.(Switch fuse unit /DP<br />

COS supplied by Rly.)<br />

13. Wiring for submain with 2x6 Sq.mm PVC insulated Al. conductor single<br />

core stranded cable in surface PVC conduit. The work shall be done as per<br />

CPWD Pt.I, manual(1972) for general specification of electrical work. All<br />

materials should be IS marked. Cable to be use of make KDK/<br />

Finolex/Anchor/Polycab/ Havell’s conforming to IS 694/97 of 1.1KV<br />

grade . Make of Switch, JB,Ceiling rose etc.are of Anchor/ Kona/ Roma<br />

Make of Conduit/ Casing Capping, Presto Plast / Malhotra.<br />

62<br />

Nos.<br />

294<br />

Mtrs.<br />

Contd.....


- 3 -<br />

1 2 3 4<br />

14. Wiring for submain with 2x16 Sq.mm PVC insulated Al. conductor single<br />

core stranded cable in surface PVC conduit. The work shall be done as per<br />

CPWD Pt.I, manual(1972) for general specification of electrical work. All<br />

materials should be IS marked. Cable to be use of make KDK/<br />

Finolex/Anchor/Polycab/ Havell’s conforming to IS 694/97 of 1.1KV<br />

grade . Make of Switch, JB,Ceiling rose etc.are of Anchor/ Kona/ Roma<br />

Make of Conduit/ Casing Capping, Presto Plast / Malhotra.<br />

15. Wiring for submain with 3x16 Sq.mm PVC insulated Al. conductor single<br />

core stranded cable in surface PVC conduit. The work shall be done as per<br />

CPWD Pt.I, manual(1972) for general specification of electrical work. All<br />

materials should be IS marked. Cable to be use of make KDK/<br />

Finolex/Anchor/Polycab/ Havell’s conforming to IS 694/97 of 1.1KV<br />

grade . Make of Switch, JB,Ceiling rose etc.are of Anchor/ Kona/ Roma<br />

Make of Conduit/ Casing Capping, Presto Plast / Malhotra.<br />

16. Wiring for submain with 4x16 Sq.mm PVC insulated Al. conductor single<br />

core stranded cable in surface PVC conduit. The work shall be done as per<br />

CPWD Pt.I, manual(1972) for general specification of electrical work. All<br />

materials should be IS marked. Cable to be use of make KDK/<br />

Finolex/Anchor/Polycab/ Havell’s conforming to IS 694/97 of 1.1KV<br />

grade . Make of Switch, JB,Ceiling rose etc.are of Anchor/ Kona/ Roma<br />

Make of Conduit/ Casing Capping, Presto Plast / Malhotra.<br />

10<br />

Mtrs.<br />

20<br />

Mtrs.<br />

07<br />

Mtrs<br />

17. Supply & fixing of bus bar chamber with 4 strips bus bar of length 300<br />

mm,cross section 100 sq.mm. made of Al alloy or wrought Al. Suitable for<br />

100 Amp. cap. complete with all accessories including connection, earthing<br />

the body complete etc.as reqd. Make – Standard/Havells/Bentex.<br />

01<br />

No.<br />

18. Drawing,fixing,cleating of 2 core 16 Sq.mm. Al.conductor cable with 6SWG<br />

G.I. wire for service connection including supply of 2 core 16Sq.mm PVC<br />

insulated Al. conductor stranded cable weather proof unarmoured and<br />

6SWG G.I.wire complete etc.as reqd. The work shall be done as per CPWD<br />

Pt.I Manual(1972) for general specification of electrical work. All materials<br />

should be IS marked. Cable to be use of make KDK/<br />

Finolex/Anchor/Polycab/ Havell’s conforming to IS 694/97 of 1.1KV<br />

grade . Make of Switch, JB,Ceiling rose etc.are of Anchor/ Kona/ Roma<br />

Make of Conduit/ Casing Capping, Presto Plast / Malhotra.<br />

19. Supply,installation,testing & commissioning of 2 way distribution fuse board<br />

SP&N with porcelain rewireable fuse type 16A cap. 240V, 50HZ<br />

A.C.complete on wooden/metal board including connection earthing the<br />

body complete etc.as reqd. Make-Crompton/GEC/BENTEX /Havells similar<br />

to Havells Cat.No.HDB-1162 conforming to IS mark<br />

20. Fixing, testing & commissioning of switch fuse unit 63/100A cap. TP &N on<br />

wall/iron post/pole with supply & fixing of bracket made of M.S. flat size<br />

50x6mm complete with cutting welding ,drilling holes, nuts bolts etc.<br />

including connection earthing the body etc.as reqd.(Switch supplied by<br />

Rly ).<br />

162<br />

Mtrs.<br />

23<br />

Nos.<br />

19<br />

Nos.<br />

Contd....


- 4 -<br />

1 2 3 4<br />

21. Installation, testing and commissioning of MCB DB 4/8 way single/three<br />

phase with . MCB 6/10/16 Amp. cap. on wooden board including<br />

connection, earthing the body complete etc. as reqd (MCB & DB shall be<br />

supplied by Rly.) .<br />

40<br />

Nos.<br />

22. Testing ,commissioning of existing panel board including double pole MCB,<br />

voltmeter,Ameter ,indication lamp, bus bar, single phase energy meter<br />

,single pole MCB ,including connection earthing the body complete etc.as<br />

required.<br />

01<br />

Set.<br />

23. Installation,testing & commissioning of single phase energy meter 5 to<br />

20Amp. cap. on wooden board including connection earthing the body<br />

complete etc.as reqd.(Energy meter to be supplied by Rly.).<br />

55<br />

Nos.<br />

24. Providing & fixing of 50mm dia x 5.6mtrs. long G.I.pipe(medium class of<br />

thickness 3.65 mm approx.) including accessories complete with<br />

50x50x6mm angle iron cross arm and 40x3mm M.S.flat iron clamps, bends<br />

for guard wire, 75x90mm shackle insulators conforming to IS:1445/77 and<br />

straps, 7/3.15mm G.I. wire stay set for house service connection including<br />

painting the angle iron and flat iron with primer and finished paint with<br />

supply of paint etc. complete as reqd.<br />

25. Erection of rail pole structure of length exceeding 10 mtrs. but not exceeding<br />

13 mtr. direct in ground including excavation refilling the ditch with cement<br />

concrete foundation with not less than 20cm thick layer of cement concrete<br />

all round the support, the foundation being continued upto 15cm above<br />

ground level of cement concrete 1:3:6(Cement :sand coarse:40mm normal<br />

dia graded stone) complete in all respect as reqd.(Rail pole supplied by<br />

Rly.).<br />

26. Painting of rail pole with one coat of red oxide as primer and finished with<br />

two coats of Al. and black red paint with supply of paints including angle<br />

iron bracket cross arms, clamps, nuts &bolts etc. complete in all respect as<br />

reqd.as per direction of engineer incharge).<br />

27. Erection/Drawing of ACSR conductor of size upto 7/3.35mm dia including<br />

providing binding, jumpering, P.G. clamp, dead end clamp, ebonite stick<br />

conveying perch near to the insulator as bird Guard etc. complete in all<br />

respect, accessories conforming to IS:398(Pt.2)/76 as per direction of<br />

engineer incharge.(Conductor supplied by Rly.).<br />

28. Supply,making & fixing of L type bracket on top of rail pole made of M.S.<br />

flat of size 50x6mm suitable for holding single LT over head conductor of<br />

total length 30cm(vertical-20cm & horizental-10cm) complete with nuts &<br />

bolts including drilling holes for fixing of bracket to rail pole and for<br />

insulator pin/straps etc.as reqd. ).<br />

29. Supply & fixing of LT shackle insulator conforming to IS:1445/77 of size<br />

100x110mm complete with G.I.bolts,nuts & straps etc.as reqd).<br />

20<br />

Sets.<br />

40<br />

Nos.<br />

40<br />

Nos.<br />

1976<br />

Kgs.<br />

42<br />

Nos.<br />

46<br />

Nos.<br />

Contd...


1 2 3 4<br />

- 5 -<br />

30. Dismetalling of existing wiring point and circuit wiring and deposite the<br />

same on proper channel to the concerning supervisor store for each qtr.<br />

02<br />

Nos.<br />

31. Supply & erection of stay set complete(Galvanised) with 19mm dia x 1.8<br />

mtr. Long stay rod, Anchor plate of size 30cmx30cmx 6.4mm, Thimble, stay<br />

clamps, bow tightener, 7/4.00mm dia stay wire(GI) strain insulator etc. in<br />

cement concrete 1:3:6(cement : sand : graded stone 40mm normal size)<br />

foundation including excavation and refilling the ditch etc. complete in all<br />

respect as reqd. .<br />

32. Supply & fixing of 100x80mm LT pin insulator to IS:1445/77 complete with<br />

G.I. spindle and nuts etc. as reqd.<br />

20<br />

Sets.<br />

175<br />

Nos.<br />

33. Supply & drawing of G.I. wire 8SWG for guarding wire of HT/LT over<br />

head electric line including cradling at a space of 4 mtrs. apart along the<br />

overhead line, jumpering, binding, lacing etc. with providing suitable<br />

clamps, nuts & bolts. The work shall be done as per genl. Spec. of elect.<br />

work complete in all respect. As reqd. .<br />

34. Supply making & fixing of angle iron 50x50x6 mm (4.5 kg./mtrs.) cross arm<br />

on rail pole suitable for holding 4 Nos. over head conductor and 2 Nos.<br />

gaurd wire of total length 1.65 mtr.including 15cm long bend at both ends<br />

for holding 2 Nos. guard wire complete with supply and fixing of clamps<br />

made of MS flat size 50x6 mm bolts & nuts etc. including drilling holes for<br />

insulator pin /strap complete etc. as reqd.<br />

35. Supply , fixing , testing & commissioning of triple pole 11kV vertically<br />

mounted GOS 400 A (3 insulator per phase) 3 phase conf. to IS:1818/72 and<br />

IS:9385 Part.II/80 respectively or latest, isolating arrangement on rail pole<br />

including supply & fixing with channel of size 100x50x6 mm angle,flat<br />

clamps,nuts,bolt complete with drop out fuses painting with supply of paint<br />

etc. as reqd. Make – ADCO/MAYUR/JAYSHREE.<br />

36. Laying of one No. PVC insulated and PVC sheathed/XLPE power cable of<br />

1.1 KV grade of size exceeding 25Sq.mm but not exceeding 120Sq.mm<br />

direct in ground including excavation of trench 75 cm depth & 35cm width,<br />

sand cushioning a height of 25cm from depth level, protective covering by<br />

second class brick horizentally breadth wise of size 23cmx11.5cmx7.5cm @<br />

8 bricks per mtr. and refilling the trench as per drg. including connection<br />

complete as reqd.(Cable supplied by Rly.)<br />

37. Cleating & fixing of 1 No. PVC insulated & PVC sheathed/ XLPE Power<br />

cable of 1.1KV grade of size exceeding 25 sq.mm but not exceeding 120<br />

Sq.mm in the existing RCC/Hume/Stone ware/metal pipe/surface/Iron<br />

structure with suitable clamps/cleats complete in all respect including<br />

connection complete etc.as reqd. (Cable supplied by Rly.)<br />

4470<br />

Mtrs.<br />

43<br />

Sets.<br />

01<br />

Set.<br />

700<br />

Mtrs<br />

555<br />

Mtrs<br />

contd...


- 6 -<br />

1 2 3 4<br />

38. Supply,installation,testing & commissioning of 11KV/0.433KV, ±10% 01<br />

limit of the rated voltage, 3 phase 50 HZ, outdoor pole mounted type power No.<br />

transformer 63 KVA capacity conforming to IS:2026 provided with off load<br />

tape changer on HV side +5% to –5% in step of 2.5%, 50HZ, ±3%,<br />

electrolyte copper wound shall be of natural air cooled and oil immersed i.e.<br />

ONAN type, HV bushing IS : 2099 3 nos. sturdy terminal of adequate size,<br />

washer, nuts, bolts & porcelain bushing, L.V. bushing IS:7421 4 Nos.,<br />

terminal of adequate size able to carry the full short circuit MVA, washer,<br />

nuts, bolts & Porcelain bushing, insulation oil IS:335 shall be supplied with<br />

sealed container to meet the full requirement +15% extra, electric steel sheat<br />

IS:3024 fittings & accessories IS:3639/66 complete with all fittings,<br />

accessories and protective devices such as rating plate, terminal Making<br />

plate, two earthing terminal, lifting lugs for core and tank, oil drain valve<br />

with plug & cover plate, silica gel dehydrating breather, oil filling hole with<br />

cover, conservator with air released device, lifting lugs, filter valves cum<br />

metal screw down valve, four plain rollers, explosion vent, inspection cover<br />

etc. guarantted for a period of 24 months, on H poles structure with suitable<br />

fixing arrangement with supply as per direction of engineer incharge<br />

including connection with supply & fixing of crimping socket, earthing<br />

complete etc. including suply of spares I) HT bushing complete with<br />

metal parts – 3 nos. ii) LT bushing complete with metal parts – 4 nos. (iii)<br />

Gasket 1 set. (iv) Silica gel breather with charge – 1 No. as reqd. Make –<br />

East India Udyog/Mirzapur Electric Industries/Makhan Lal & Sons/Kanohar<br />

Electronics/Eastern Transformer & equipment Pvt. Ltd.<br />

39. Supply & fixing of 32mm diax 2mtrs. long G.I. pipe medium class of<br />

thickness 3.25mm (approx) bracket for mounting of HPSV/ street light F.L.<br />

fitting on rail pole or wall including bending the pipe to the required<br />

shape,40x3mm flat iron clamps and wiring with 1.5 sq.mm W. P. PVC<br />

insulated Al conductor single core stranded cable and painting the flat iron<br />

primer and finished paint complete etc.as reqd.<br />

40. Fixing,testing & commissioning of 70/150 watt metal halide<br />

/HPSV/FLfittings with 70/150 watt metal halide/HPSV/FL/Lamp on<br />

station building with providing 3ft long , 40 mm dia G.I. pipe bracket with<br />

suitable arrangement , connection with 1.5 square mm W.P. PVC S/C Al/Cu<br />

cable and painting the bracket complete etc.as required.<br />

Part B ( Concealed Copper wiring )<br />

41. Wiring for submain with 2x7/20 SWG PVC insulated Copper conductor<br />

single core stranded cable in concealed/surface PVC heavy gauge conduit<br />

with 16 SWG ECC copper wire. The work shall be done as per CPWD Pt.I,<br />

manual(1972) for general specification of electrical work. All materials<br />

should be IS marked. Cable to be use of make KDK/<br />

Finolex/Anchor/Polycab/ Havell’s conforming to IS 694/97 of 1.1KV<br />

grade . Make of Switch, JB,Ceiling rose etc.are of Anchor/ Kona/ Roma<br />

Make of Conduit/ Casing Capping, Presto Plast / Malhotra.<br />

42. Wiring for submain with 2x7/22 SWG PVC insulated Copper conductor<br />

single core stranded cable in concealed/surface PVC heavy gauge conduit<br />

with 16 SWG ECC copper wire. The work shall be done as per CPWD Pt.I,<br />

manual(1972) for general specification of electrical work. All materials<br />

should be IS marked. Cable to be use of make KDK/<br />

Finolex/Anchor/Polycab/ Havell’s conforming to IS 694/97 of 1.1KV<br />

grade . Make of Switch, JB,Ceiling rose etc.are of Anchor/ Kona/ Roma<br />

Make of Conduit/ Casing Capping, Presto Plast / Malhotra.<br />

42<br />

Sets<br />

01<br />

Set<br />

285<br />

Mtrs.<br />

600<br />

Mtrs<br />

.<br />

Contd.....


- 7-<br />

1 2 3 4<br />

43. Wiring for submain with 2x7/18 SWG PVC insulated Copper conductor single<br />

core stranded cable in concealed/surface PVC heavy gauge conduit with 16<br />

150<br />

Mtrs.<br />

SWG ECC copper wire. The work shall be done as per CPWD Pt.I,<br />

manual(1972) for general specification of electrical work. All materials should<br />

be IS marked. Cable to be use of make KDK/ Finolex/Anchor/Polycab/ Havell’s<br />

conforming to IS 694/97 of 1.1KV grade . Make of Switch, JB,Ceiling rose<br />

etc.are of Anchor/ Kona/ Roma Make of Conduit/ Casing Capping, Presto Plast<br />

/ Malhotra.<br />

44. Wiring of light pt. with 3/22 SWG PVC insulated Copper conductor single core<br />

stranded cable in concealed/surface PVC heavy gauge conduit with 16 SWG<br />

ECC copper wire. The work shall be done as per CPWD Pt.I, manual(1972) for<br />

166<br />

Nos.<br />

general specification of electrical work. All materials should be IS marked.<br />

Cable to be use of make KDK/ Finolex/Anchor/Polycab/ Havell’s conforming to<br />

IS 694/97 of 1.1KV grade . Make of Switch, JB,Ceiling rose etc.are of Anchor/<br />

Kona/ Roma Make of Conduit/ Casing Capping, Presto Plast / Malhotra.<br />

45. Wiring of Ceiling/ex. fan pt. with 3/22 SWG PVC insulated Copper conductor<br />

single core stranded cable in concealed/surface PVC heavy gauge conduit with<br />

16 SWG ECC copper wire. Earthing the fan & regulator. The work shall be done<br />

as per CPWD Pt.I, manual(1972) for general specification of electrical work.<br />

All materials should be IS marked. Cable to be use of make KDK/<br />

Finolex/Anchor/Polycab/ Havell’s conforming to IS 694/97 of 1.1KV grade .<br />

Make of Switch, JB,Ceiling rose etc.are of Anchor/ Kona/ Roma Make of<br />

Conduit/ Casing Capping, Presto Plast / Malhotra.<br />

66<br />

Nos.<br />

46. Wiring for 5 pin 5 Amp. plug point with with 3/22 SWG PVC insulated Copper<br />

conductor single core stranded cable in concealed/surface PVC heavy gauge<br />

conduit with 16 SWG ECC copper wire including supply & fixing of 5 pin, 5<br />

Amp socket outlet , 5 amp. piano type switch earthing the third pin etc. as reqd.<br />

The work shall be done as per CPWD Pt.I, manual(1972) for general<br />

specification of electrical work cable to be use of make KDK/<br />

Finolex/Anchor/Polycab/ Havell’s conforming to IS 694/97 of 1.1KV grade .<br />

Make of Switch, JB,Ceiling rose etc.are of Anchor/ Kona/ Roma Make of<br />

Conduit/ Casing Capping, Presto Plast / Malhotra.<br />

47. Supply, fixing, connection, and testing of power plug socket 6 pin<br />

16Amp.Anchor make complete with earth wire 16 SWG copper wire.<br />

36<br />

Nos.<br />

32<br />

Nos.<br />

48. Supply and fixing of MS sheet metal recess type board complete with size of<br />

8"x12"x3"<br />

35<br />

Nos.<br />

49. Supply and fixing of MS sheet metal recess type board complete with size of 8"x<br />

6"x3"<br />

6<br />

Nos.<br />

50. Supply and fixing of MS sheet metal recess type board complete with size of<br />

6"x4"x3"<br />

32<br />

Nos.<br />

Contd....


- 8 -<br />

1 2 3 4<br />

51. Fabrication,supply & fixing of metallic meter cover board on wooden /metal<br />

board with suitable fixing arrangement of size L40xB25xD18 with glass for<br />

looking reading on the hinged type front opening door having locking<br />

arrangement .Meter cover should be made of 16/18 SWG M.S. sheet including<br />

painting ,connection earthing the body complete etc. as required,as per drg.<br />

No.DRM/Elect/SEE/34/95-96.<br />

55<br />

Nos.<br />

52. Supply & fixing of cable route marker with 10cm.x10cmx5mm thick G.I. Plate<br />

with inscription thereon, bolted/welded to 35x35x6mm angle iron 60 cm. long<br />

in ground complete etc. as reqd.<br />

04<br />

Nos<br />

53. Supply, fixing & commissioning of kit Kat fuse unit 15 Amp. cap. as per IS:<br />

on wooden board with supply of board including connection complete etc.as<br />

reqd. Make-Bentex/Anchor/ Havells/ Kay Kay insulator(for desert cooler &<br />

geyser).<br />

54. Supply of 4 way AC MCB distribution board sheet steel phosphatized powder<br />

painted with bus bar, neutral link, earth bar & din rail conforming to IS:13032,<br />

IS:8623 commplete etc. as reqd. Make-Standard, Havells, Bentex.<br />

08<br />

Nos.<br />

21<br />

Nos.<br />

55. Supply of single pole A.C. MCB 6-32 Amp., 240 V, 50 Hz, 10 kA conforming<br />

to IS:8828/96 commplete etc. as reqd. Make-Standard, Havells, Bentex.<br />

78<br />

Nos.<br />

56. Supply fixing,testing & commissioning of MCCB 160 Amp. capacity with<br />

sheet steel enclosure four pole 415V 50HZ with magneto thermal release range<br />

125-160 Amp. as desired by Rly. authority breaking capacity at 415 volt 35KA<br />

on wall/pole with suitable fixing arrangement complete including connection<br />

etc.as reqd. Make – Siemens,Hager,Ligarand(MDS),L&T type DH-160.series.<br />

57. Installation,testing,commissioning of geyser fixed on wall with providing<br />

suitable bracket nuts bolts etc. Bracket shall be made of M.S. angle & flat of<br />

size 50x50x6mm & 50x6mm respectively frame structure(supporting) shall be<br />

designed as per the size of geyser supplied by Rly. complete etc.as reqd. as per<br />

direction of site incharge .<br />

58. Supply fixing,testing & commissioning of MCCB 100 Amp. capacity triple<br />

pole 415V 50HZ with magneto thermal release range 12-16/16-20/20-25/25-<br />

32/32-40/ 40-50/50-63/63-80/80-100 Amp. as desired by Rly. authority<br />

breaking capacity at 415 volt 25KA in cubical LT panel board including<br />

connection etc.as reqd. Make – Siemens,Hager,Ligarand(MDS),L&T type<br />

DTH-100.series.<br />

59. Supply fixing,testing & commissioning of MCCB 200 Amp. capacity triple<br />

pole 415V 50HZ with magneto thermal release range 160-200 Amp. as desired<br />

by Rly. authority breaking capacity at 415 volt 35 KA in cubical panel board<br />

including connection etc.as reqd. Make – Siemens,Hager,<br />

Ligarand(MDS),L&T type DTH-200.<br />

60. Supply of single pole A.C. MCB 6-32 Amp., 240 V, 50 Hz, 10 kA with sheet<br />

steel inclosurs, conforming to IS:8828/96 commplete etc. as reqd. Make-<br />

Standard, Havells, Bentex.<br />

03<br />

Nos.<br />

04<br />

Nos.<br />

03<br />

Nos.<br />

01<br />

No.<br />

02<br />

Nos.<br />

Contd....


- 9 -<br />

1 2 3 4<br />

61. Supply of steel tubular pole 8 mtrs. long made of 5", 4" & 3" dia of medium<br />

class G.I. pipe of thickness 4.85 mm, 4.5 & 4.05 approx. respectively & 40mm<br />

dia G.I.pipe cross arm as per drawing attached suitable for holding out door<br />

light fitting complete etc,as reqd, of the 2 (two) limbs.<br />

06<br />

Nos.<br />

62. Erection of metallic street light standard (steel tubular pole) of length exceeding<br />

6.5 mtr. but not exceeding 8.5 mtr. in cement concrete foundation 1:3:6<br />

(cement:sand: graded stone aggregste 40mm nominal dia.) with cement<br />

concrete coller of size 40cm. dia.x50cm.height from ground level to<br />

accommodate the looping type cable end box including excavation ,refilling the<br />

ditch complete etc required.<br />

63. Painting of steel tubular pole with one coat of red oxide as primer and finished<br />

with two coats of Al. paints including cross arm clamps,nuts & bolts etc.<br />

complete as reqd. with supply of paints.<br />

08<br />

Nos.<br />

08<br />

Nos.<br />

64. Fixing,testing & commissioning of 70/150/250/400 watt metal halide<br />

/HPSV/FLfittings with 70/150/250/400 watt metal halide/HPSV/FL/Lamp<br />

with suitable arrangement on tubular pole cross arms including connection with<br />

supply of 2.5 Sq.mm S/C unarmoured Al. conductor cable of length 15 mtr.<br />

earthing the tubular pole with supply of 10 SWG GI wire of length 50 cm,<br />

16x40mm bolts, nuts and washers drilling holes complete in all respect as<br />

required.<br />

65. Supplying and fixing of metal box of size 200x250x100mm (nominal size) on<br />

tubular pole with suitable arrangement with suitable size of Phenolic sheet<br />

cover in the front including painting etc. reqd.<br />

14<br />

Nos.<br />

06<br />

Nos.<br />

66. Design,fabrication,supply,installation,testing & commissioning of cubical LT<br />

panel board suitable for incorporating Ammeter, voltmter,indication miniature<br />

neon lamps,ACB/OCB,COS, MCCBs, and bus bar etc.as as per drawing. The<br />

panel should be fabricated with 1.6mm thick cold rolled steel sheet supported<br />

with cold rolled steel sheet 2.5mm thick/suitable MS angle/channel screwed on<br />

angle iron frame with nuts & bolts. The pedestal of angle iron frame shall be<br />

secured on floor by suitable grouting bolts and nuts. Each cubical of the panel<br />

shall have independent front opening. The panel shall have spray painted with<br />

one coat of red oxide as primer and two coats of super enamel paints.<br />

Nomenclature of each cubical shall be indicated on Al. foil (by screen printing<br />

process) duly revetted to front cover of cubical etc.as reqd. as per CEE’s<br />

spec.No.CEE/LT-DB/058/9-88 and approved by site incharge.<br />

67. Supply,installation,testing & commissioning of panel mounted square<br />

flush type voltmeter 0-500 volt & Ammeter 0-250Amp. With C.T.<br />

having ratio 250/5 amp. make Automatic Electric/MECO/L&T/Siemens<br />

3 Nos. miniature indication neon lamps 250 volts & 2 Nos. selector<br />

switches for voltmeter & ammeter. The above items shall be fixed on<br />

cubical LT panel board and counting as one set complete etc.as reqd.<br />

including connection with supply of suitable copper conductor.<br />

68. Supply,installation,testing & commissioning of copper bus bar of 600 amp.<br />

Cap. The bus bar shall be fabricated with 50x8mm(400 Sq. mm cross section<br />

copper strip 4 Nos. in parallel(Taking 4 strips in parallel as one unit). Mounted<br />

on pedestal insulator. The bus bar shall be incorporated in LT cubical panel<br />

board complete etc.as reqd. as approved by site incharge..<br />

3.9<br />

Sq.<br />

mtr.<br />

01<br />

set.<br />

0.6<br />

Mtr.<br />

Contd....


- 10 -<br />

1 2 3 4<br />

69. Providing and fixing of extra steel conduit down rod of 20mm dia x 1.6mm<br />

thick upto length 45cm including supply and fixing of ball & socket<br />

arrangement, painting and wiring the down rod and connection with 1.5 Sq.mm<br />

PVC insulated Al.conductor S/C cable complete etc. as reqd.<br />

140<br />

Nos.<br />

70. Supply & fixing of G.I. pipe B class 80mm dia conforming to IS:1161/79 or<br />

latest IS along the pole/underground for protection of U/G cable complete<br />

etc.as reqd. with suitable clamps. Make-TATA, JINDAL.<br />

20<br />

Mtrs.<br />

71. Supply & fixing of bus bar chamber with 4 strips bus bar of length 300 mm<br />

made of copper strips. Suitable for 100 Amp. cap. complete with all<br />

accessories including connection, earthing the body complete etc.as reqd. Make<br />

– Standard/Havells/Bentex.<br />

15<br />

Nos.<br />

72. Supply fixing,testing & commissioning of MCCB 100 Amp. capacity with<br />

sheet steel enclosure four pole 415V 50HZ with magneto thermal release range<br />

12-16/16-20/20-25/25-32/32-40/ 40-50/50-63/63-80/80-100 Amp. as desired by<br />

Rly. authority breaking capacity at 415 volt 25KA on wall/pole with suitable<br />

fixing arrangement complete including connection etc.as reqd. Make –<br />

Siemens,Hager,Ligarand(MDS),L&T type DH-100.series.<br />

73. Supply of copper strips(commercial grade) of suitable size for connection of<br />

MCCB,ACB, COS etc. from bus bar etc. as reqd.<br />

08<br />

Nos.<br />

10<br />

Kg.<br />

74. Laying of one No. additional PVC insulated and PVC sheathed/XLPE power<br />

cable of 1.1 KV grade of size exceeding 25Sq.mm but not exceeding 120Sq.mm<br />

direct in ground in the same trench in one tier horizental formation including<br />

excavation of trench 75 cm depth & 15cm extra width, sand cushioning a height<br />

of 25cm from depth level, protective covering by second class brick<br />

horizentally beadth wise of size 23cmx11.5cmx7.5cm @ 8 bricks per mtr. and<br />

refilling the trench as per drg. including connection complete as reqd.(Cable<br />

supplied by Rly.) .<br />

75. Supply of steel tubular pole 8 mtrs. long made of 5", 4" & 3" dia of medium<br />

class G.I. pipe of thickness 4.85 mm, 4.5 & 4.05 approx. respectively & 40mm<br />

dia G.I.pipe cross arm as per drawing attached suitable for holding out door<br />

light fitting complete etc,as reqd, of the 1 (one) limb.<br />

100<br />

Mtrs.<br />

0 2<br />

Nos.<br />

76. Supply,installation,testing & commissioning of 6 way distribution fuse board<br />

SP&N with porcelain rewireable fuse type 32A cap. 240V, 50HZ A.C.complete<br />

on wooden/metal board including connection earthing the body complete etc.as<br />

reqd. Make-Crompton/GEC/BENTEX /Havells similar to Havells<br />

Cat.No.HDB-1162 conforming to IS mark<br />

02<br />

Nos.<br />

Contd..


- 11 -<br />

1 2 3 4<br />

77. Supply,installation,testing & commissioning of 3 way distribution fuse<br />

board SP&N with porcelain rewireable fuse type 32A cap. 240V, 50HZ<br />

A.C.complete on wooden/metal board including connection earthing the<br />

body complete etc.as reqd. Make-Crompton/GEC/BENTEX /Havells<br />

similar to Havells Cat.No.HDB-1162 conforming to IS mark<br />

02<br />

Nos.<br />

78. Installation,testing & commissioning of water cooler 150 ltrs./hr. capacity<br />

including connection both electrically & waterly (water pipe connection )<br />

earthing the body,carrying of water cooler from stores of concerning supervisor<br />

to site with supply &fixing of suitable G.I. pipe, bends, valve etc.and providing<br />

cement concrete foundation with supply of material including out let recessed<br />

drain complete etc.as reqd. as approved by site engineer incharge. (water cooler<br />

supplied by Rly.)<br />

79. Supply of automatic relay type Voltage Stablizer of single phase 5 KVA<br />

capacity with voltmeter, input , output & off switch, on delay timer 1-2 min.<br />

adjustable, high &low auto cut facilities, speed of correction 15 volt/sec. input<br />

voltage range 100-280 volt single phase 50 Hz AC, output 230 volt ± 6%<br />

single phase 50 Hz AC comlete with all accessories etc. and. as per CEE's<br />

specification No.CEE/ Stabilizer/ 10/ Rev. Sept.87 with above technical details<br />

Make- Make-Bajaj/ National Engineering Corporation/ AFCO/ Sen & Pandit/<br />

PMT/ Usha<br />

80. Installation,testing & commissioning of line voltage stablizer 5KVA capacity<br />

on angle iron bracket including supplying and fixing of bracket on wall made of<br />

M.S. angle of size 50x50x6mm. of total length 1.25 mtr. and M.S. flat of size<br />

40x4mm. of length 30cm.with cement concrete complete connection ,earthing<br />

the body etc. as reqd.<br />

01<br />

No.<br />

01<br />

No.<br />

01<br />

No.<br />

81. Wiring for 3 pin 20 Amp. plug point with 2x6 sq.mm. PVC insulated Copper<br />

conductor single core stranded cable in concealed/surface PVC heavy gauge<br />

conduit with 16 SWG ECC copper wire including supply & fixing of 3 pin, 20<br />

Amp socket outlet , 20 amp. piano type switch earthing the third pin etc. as<br />

reqd. The work shall be done as per CPWD Pt.I, manual(1972) for general<br />

specification of electrical work cable to be use of make KDK/<br />

Finolex/Anchor/Polycab/ Havell’s conforming to IS 694/97 of 1.1KV grade .<br />

Make of Switch, JB,Ceiling rose etc.are of Anchor/ Kona/ Roma Make of<br />

Conduit/ Casing Capping, Presto Plast / Malhotra.<br />

82. Supply,fabrication,erection,grouting in wall angle iron/channel 40x40x6mm<br />

frame with nuts & bolts including welding etc. on window level for installation<br />

of desert cooler providing base supporting iron structure, iron frame &<br />

structure(supporting) shall be designed as per the size of desert cooler supplied<br />

by Rly. complete etc.as reqd. as per direction of site incharge (Desert cooler<br />

supplied by Rly).<br />

83. Supply of Residual current circuit breaker/ Earth leakage circuit breaker (<br />

RCCB/ELCB ),double pole,240 V,50 HzAC,rated current 32 Amp. of<br />

sensitivity30mA/100mA/300mA as desired by the site incharge with 6kA short<br />

circuit withstand capacity conforming to IS: 12640-1:2000 & IEC 61008-1with<br />

plastic enclosure and covered terminal has protection function for<br />

leakage/overload/short circuit complete etc. as required. Make-<br />

Havell's/Bentex/L&T/Standard/Siemens.<br />

01<br />

No.<br />

14<br />

Nos.<br />

02<br />

Nos<br />

Contd.......


- 12 -<br />

1 2 3 4<br />

84. Supply of Residual current circuit breaker/ Earth leakage circuit breaker (<br />

RCCB/ELCB ),double pole,240 V,50 HzAC,rated current 25 Amp. of<br />

sensitivity30mA/100mA/300mA as desired by the site incharge with 6kA short<br />

circuit withstand capacity conforming to IS: 12640-1:2000 & IEC 61008-1with<br />

plastic enclosure and covered terminal has protection function for<br />

leakage/overload/short circuit complete etc. as required. Make-<br />

Havell's/Bentex/L&T/Standard/Siemens.<br />

85. Supply of Residual current circuit breaker/ Earth leakage circuit breaker (<br />

RCCB/ELCB ),double pole,240 V,50 HzAC,rated current 16 Amp. of<br />

sensitivity30mA/100mA/300mA as desired by the site incharge with 6kA short<br />

circuit withstand capacity conforming to IS: 12640-1:2000 & IEC 61008-1with<br />

plastic enclosure and covered terminal has protection function for<br />

leakage/overload/short circuit complete etc. as required. Make-<br />

Havell's/Bentex/L&T/Standard/Siemens<br />

86. Installation, testing & Commissioning of Residual current circuit breaker/ Earth<br />

leakage circuit breaker ( RCCB/ELCB ),double pole,240 V,50 HzAC,rated<br />

current 16/32 Amp.240V AC on metal/wooden board including connection<br />

earthing the body complete etc.as reqd.<br />

02<br />

Nos<br />

02<br />

Nos<br />

06<br />

Nos<br />

Part C ( PVC conduit wiring with copper cable )<br />

87. Wiring for submain with 2x6 Sq.mm PVC insulated Copper conductor single<br />

core stranded cable in surface PVC casing capping with 18 SWG ECC copper<br />

wire. The work shall be done as per CPWD Pt.I, manual(1972) for general<br />

specification of electrical work. All materials should be IS marked. Cable to<br />

be use of make KDK/ Finolex/Anchor/Polycab/ Havell’s conforming to IS<br />

694/97 of 1.1KV grade . Make of Switch, JB,Ceiling rose etc.are of Anchor/<br />

Kona/ Roma Make of Conduit/ Casing Capping, Presto Plast / Malhotra.<br />

88. Wiring for submain with 2x2.5 Sq.mm PVC insulated Copper conductor single<br />

core stranded cable in surface PVC casing capping with 18 SWG ECC copper<br />

wire. The work shall be done as per CPWD Pt.I, manual(1972) for general<br />

specification of electrical work. All materials should be IS marked. Cable to<br />

be use of make KDK/ Finolex/Anchor/Polycab/ Havell’s conforming to IS<br />

694/97 of 1.1KV grade . Make of Switch, JB,Ceiling rose etc.are of Anchor/<br />

Kona/ Roma Make of Conduit/ Casing Capping, Presto Plast / Malhotra.<br />

150<br />

Mtrs.<br />

228<br />

Mtrs.<br />

89. Wiring of light pt. with 3/20 SWG PVC insulated Copper conductor single<br />

core stranded cable in surface PVC Casing capping with 18 SWG ECC copper<br />

wire. The work shall be done as per CPWD Pt.I, manual(1972) for general<br />

specification of electrical work. All materials should be IS marked. Cable to<br />

be use of make KDK/ Finolex/Anchor/Polycab/ Havell’s conforming to IS<br />

694/97 of 1.1KV grade . Make of Switch, JB,Ceiling rose etc.are of Anchor/<br />

Kona/ Roma Make of Conduit/ Casing Capping, Presto Plast / Malhotra.<br />

90. Wiring of Ceiling/ex. fan pt. with 3/20 SWG PVC insulated Copper conductor<br />

single core stranded cable in surface PVC casing capping with 18 SWG ECC<br />

copper wire. Earthing the fan & regulator. The work shall be done as per<br />

CPWD Pt.I, manual(1972) for general specification of electrical work. All<br />

materials should be IS marked. Cable to be use of make KDK/<br />

Finolex/Anchor/Polycab/ Havell’s conforming to IS 694/97 of 1.1KV grade .<br />

Make of Switch, JB,Ceiling rose etc.are of Anchor/ Kona/ Roma Make of<br />

Conduit/ Casing Capping, Presto Plast / Malhotra.<br />

145<br />

Nos.<br />

74<br />

Nos.<br />

Contd....


- 13 -<br />

1 2 3 4<br />

91. Wiring for 5 pin 5 Amp. plug point with with 3/20 SWG PVC insulated Copper<br />

conductor single core stranded cable in surface PVC casing capping with 18<br />

SWG ECC copper wire including supply & fixing of 5 pin, 5 Amp socket outlet<br />

, 5 amp. piano type switch earthing the third pin etc. as reqd. The work shall be<br />

done as per CPWD Pt.I, manual(1972) for general specification of electrical<br />

work cable to be use of make KDK/ Finolex/Anchor/Polycab/ Havell’s<br />

18<br />

Nos.<br />

conforming to IS 694/97 of 1.1KV grade . Make of Switch, JB,Ceiling rose<br />

etc.are of Anchor/ Kona/ Roma Make of Conduit/ Casing Capping, Presto Plast<br />

/ Malhotra.<br />

92. Wiring for 6 pin 16 Amp. plug point with 2x4 sq.mm PVC insulated copper<br />

conductor stranded cable single core in surface PVC casing capping with 18<br />

SWG ECC copper wire including supply & fixing of 6 pin, 16 Amp socket<br />

outlet , 16 amp. piano type switch earthing the third pin etc. as reqd. The work<br />

shall be done as per CPWD Pt.I, manual(1972) for general specification of<br />

electrical work cable to be use of make KDK/ Finolex/Anchor/Polycab/ Havell’s<br />

21<br />

Nos.<br />

conforming to IS 694/97 of 1.1KV grade . Make of Switch, JB,Ceiling rose<br />

etc.are of Anchor/ Kona/ Roma Make of Conduit/ Casing Capping, Presto Plast<br />

/ Malhotra.<br />

93. Dismentaling of rail pole with foundation ,complete etc. as required ,and<br />

deposite the same to the concerning supervisor's store. 01<br />

No.<br />

94. Dismentaling of OH line bracket, guard wire, insulator etc. complete ,as required<br />

and deposite the same to the concerning supervisor's store. 42<br />

Kgs.<br />

95. Wiring for submain with 2x4 Sq.mm PVC insulated Copper conductor single<br />

core stranded cable in surface PVC casing capping with 18 SWG ECC copper<br />

wire. The work shall be done as per CPWD Pt.I, manual(1972) for general<br />

specification of electrical work. All materials should be IS marked. Cable to be<br />

use of make KDK/ Finolex/Anchor/Polycab/ Havell’s conforming to IS<br />

694/97 of 1.1KV grade . Make of Switch, JB,Ceiling rose etc.are of Anchor/<br />

Kona/ Roma Make of Conduit/ Casing Capping, Presto Plast / Malhotra.<br />

335<br />

Mtrs.<br />

Note :<br />

1. The samples of the materials shall be got approved before bulk supply and commencement of work. The<br />

materials to be supplied shall be from approved firm & procured either from the firm or from their<br />

authorised dealer and shall be approved by AEE. The samples of approved materials shall be kept under<br />

the custody of AEE.<br />

2. The contractor will submit the list of personnel involved in the execution of work.Quality of material and<br />

work shall be of acceptable level. In case of any default the contractor shall be reminded of the inadequacy<br />

in quality and if not complied with they shall be subjected to penalty of normal amount to be deducted by<br />

AEE/Sr.DEE upto Rs. 1000/- per instance<br />

3. The contractor will supply the full purchase details like purchase voucher, catelogue and manufacturer’s<br />

batch no., test certificate etc. in respect of materials supplied by them.<br />

4. The contractor will submit a list of tools and plants available with them and as required for the execution<br />

of work.<br />

5. The Rly. may supply required tools and plants as per availability and on written demand from the<br />

contractor for which hire charges as fixed by the Rly. have to be paid by the contractor.<br />

Contd......


- 14 –<br />

6. Rly. may permit use of energy by the contractor for the Rly. work on standard charge fixed by the Rly.<br />

7. Progress of the work shall be submitted by the contractor on weekly basis to Sr.DEE through concerning<br />

supervisors.<br />

8. Necessary lay out/schematic drawing in three copies will be submitted by the contractor. One copy will be<br />

approved by Engineer Incharge and returned to the contractor for execution. The contractor can start the<br />

work only after approval of the drawings.<br />

9. After completion/commissioning of the work, final lay out drgs. shall be submitted by the contractor in<br />

three copies otherwise these will be prepared by the Rly. at the cost of contractor.<br />

10. Contractor or his representative shall daily meet AEE or SSE(Works) in the morning for planning the job to<br />

be done during the day. The Rly. has full right to instrent contractor to do the work again if the work is not<br />

done as per the advise/instruction/guidance of the supervisor(field) deputed for supervising the work on<br />

daily basis.<br />

11. It will be the responsibility of the contractor to undertake stage inspection jointly by the field supervisors<br />

of Rly. or their representative and the supervisor of the contractor on daily basis. No work will be allowed<br />

to be done in absence of the contractors nominated supervisor who has competency certificate issued by<br />

licensing board.<br />

12. All works shall be done as per I.E. Rules 1956 and inaccordance to General specification<br />

for electrical works of Pt.I & II.<br />

13. .All taxes as legally leviable will be recovered from billed amount.<br />

14. The party has to submit documentary proof for purchasing the materials from the original manufacturers<br />

mentioned in the Schedule for genuineness of the materials. No bill will be passed without that<br />

documents.<br />

15. The stage inspection will be carried out by the authorized representative of Sr.DEE/SEE in the premises<br />

of the original equipments manufacturer before despatch.<br />

16. The system provide shall have warranty period of twelve months from the date of Commissioning.<br />

Failure should be attended and rectified by the contractor within one month from the date of intimation to<br />

him. Failing this, failure shall be rectified by other party and the cost borne for this work will be deducted<br />

from the contractors security deposite or contractors bill from any work<br />

17. Saddles for fixing conduit pipe(metal/nonmetal) will be of stainless steel of sizes confor -ming to IS<br />

3837/76. Saddles shall be fixed at both ends. The length of the screw shall not be less than 40mm. other<br />

accessories shall be conf. to relevant ISS.<br />

18. Clamp for fixing conduit pipe(metal/nonmetal) on girders & rail etc. shall be of MS duly<br />

painted having minimum thickness 4mm.<br />

19. All cables & earth lead/continuity connection are to be properly terminated by using suitable sizes<br />

of lugs/socket,nuts & bolts(galvanised) and washers and for straight through jointing of cables bottle lugs<br />

should be used in conjuction with heat shrinkable<br />

sleeve as insulation.<br />

20. All cable connection in the switch board/junction box are to be made by cable connector size<br />

of junction box where connector are used shall not be less than 4"x6".<br />

21. The conduit and other materials should be of reputed make only.<br />

22. Size of the PVC conduit(PVC conduit less than 20mm dia shall not be used in wiring)<br />

No. of cable run Size (outer dia) Thickness<br />

3 20mm 1.5mm<br />

5 25mm 1.7mm<br />

8 32mm 1.9mm<br />

12 40mm 2.1mm<br />

23. Concerning supervisors should maintain a work register and file containing planning to execute the Work<br />

strictly as per schedule and condition laid down in the note, inspection to work site, part of work carried<br />

out in presence of themselves,meggering of newly installed electrical installation will be done between<br />

conductor to conductor & conductors to earth and values should be noted . and collect full purchase<br />

particulars like purchase voucher, technical leaflet(maintenance), manufacturer’s batch no., test certificate<br />

regarding checking done on voltage test,frequency test, load test at 10% over load, temperature raising<br />

test, insulation test, earth resistance test etc. as per relevant IS & specification of the major items like<br />

UPS, battery, stablizer, D.G.set,transformer, H.T.panel, L.T. panel, LTOCB, submersible pump etc. & put<br />

up to Sr.DEE with M.B. at the time of contractor’s payment.<br />

Contd......


- 15 -<br />

24. For wiring purpose hole should be made only by using drill machine and put seasoned teak<br />

wood plug of size 5cm long, 2.5cm square inner end and 2 cm square outer end in the hole<br />

and cemented into walls within 6.5mm of the surface and remainder being finished according to the<br />

nature of surface with plaster or lime punning.<br />

25. Any damage caused to the building as a result of execution ofelectrical works shall be the responsibility<br />

of the electrical contractors. The damage so caused shall be made good by the contractor promptly at their<br />

own cost to the entire satisfaction of the electrical engineer incharge.<br />

26. All balbs shall be removed on the same day after the execution of work at the cost of contractor.<br />

27. Watch & ward of the installation works shall be of the contractors responsibikity till the space<br />

finally handed over to the concerned department on completion.<br />

28. Detail of works .<br />

Sr.No. Name of work: Electrical work in connection with construction of Place<br />

1. 5 units type-II Qrs for ESM staff. Goldenganj,Kurni,<br />

Nazirganj,Bachwara<br />

and Desari<br />

2. 2 units type-II Qrs for electrical sub-station staff. Barauni<br />

3. Construction of 2 units type-I Qrs for signal staff. Desari<br />

4. Re-roofing of damaged roof of quater no-T/4A. Dighwara<br />

5. 8 units type-I Qrs in lieu of existing type I Qr dismentaled due to<br />

Begusarai<br />

development of circulating area as model station .<br />

6. 12 units type-I, 6 units type-II &2 units type-III Qrs. Muzaffarpur<br />

7. 4 units type-II Qrs in lieu of T/8 Sonpur<br />

8. 4 units type-I Qrs for trollyman and other essential P.Way staff. Goldenganj<br />

9. 2 units type-II Qrs for station staff. Baragopal<br />

10. GRP post. Naugachia<br />

11. Coolies shelter. Naugachia<br />

12. 2 units type IV & 2 units type V Qrs for officers. Sonpur<br />

13. 2 units type-I Qrs in lieu of abandoned Qrs No.T/12. Sonpur<br />

14. Upgradation of C&W training school with hostel Sonpur<br />

15. Improvement to wooden flooring in badminton court of Sangam officers Sonpur<br />

club and re-roofing of billiared & T.T. room.<br />

16. OFC In Hajipur-<br />

Sahpurpatori-Bachwara<br />

section<br />

17. Relay room, DG room power equipments and battery room Bakhri,Kataria &<br />

Kharik<br />

18. Repair and extention of p.f. No-1 (70 mtr) Sahpurpatori<br />

19. TXR room with toilet facilities at p.f. No-6-7 (size 8x4.80 M). Barauni<br />

20. Re-roofing of station building by RCC and provision of waiting hall. Desri<br />

Signature of the Contractor.

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

Saved successfully!

Ooh no, something went wrong!